HomeMy WebLinkAboutR-79-0784RESOLUTION NO. 7 9` 7 8 4
A RESOLUTION ACCEPTING THE BID OF ROENCA
CORPORATION IN THE PROPOSED AMOUNT OF
$794,985, THE TOTALFBID OF THE PROPOSAL,
FOR THE ENGLEWOOD SANITARY SEWER IMPROVEMENT
SR-5461 C & S (centerline and sideline sewers)
IN THE ENGLEWOOD SANITARY SEWER IMPROVEMENT
DISTRICT SR-5461 C & S (centerline and
sideline sewers); WITH MONIES THEREFOR
ALLOCATED FROM THE "SANITARY SEWER G.O.
BOND FUND" IN THE AMOUNT OF $794,985 TO
COVER THE CONTRACT COST; ALLOCATING FROM
SAID FUND THE AMOUNT OF $87,448 TO COVER
THE
UPPORT V FROMCSAIDOFUNDOTHETAMOUNT SOF $150,900?T0
ttc COVER THE COST OF SUCH ITEMS AS ADVERTISING,
.DOCUMENTS TESTING LABORATORIES, AND POSTAGE; AND
AUTHORIZING THE CITY MANAGER TO EXECUTE
FOLLOW" A CONTRACT WITH SAID FIRM
WHEREAS, sealed bids were received October 31, 1979
for ENGLEWOOD SANITARY SEWER IMPROVEMENT SR-5461 C & S (centerline
and sideline sewers) in ENGLEWOOD SANITARY SEWER IMPROVEMENT
DISTRICT SR-5461 C & S (centerline and sideline sewers); and
WHEREAS, the City Manager reports that the $794,985
bid of Roenca Corporation for the total bid of the proposal
is the lowest responsible bid and recommends that a contract
be awarded to said firm; and
WHEREAS, the Capital Improvements Appropriation
Ordinance No. 9019
was adopted on November 8, 1979, and
monies are available for the proposed amount of the contract,
project expense, and incidentals, from the account entitled
"Sanitary Sewer G.O. Bond Fund" as set forth under Section 1,.
ITEM V.B.1, of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF
THE CITY OF MIAMI, FLORIDA: "UULUiriL'ii V UL/\
ITEM NOS_
CITY COMMISS3ON
MEETING OF
NOV2 6 1C4/
„a 9 - 7 8 4
OIEtwt.... »..`..
Section 1. The October 31, 1979 bid of Roenca
Corporation in the proposed amount of $794,985 for the
project entitled ENGLEWOOD SANITARY SEWER IMPROVEMENT SR-5461
C & S (centerline and sideline sewers) in ENGLEWOOD SANITARY
SEWER IMPROVEMENT DISTRICT SR-5461 C & S (centerline and
sideline sewers) for the total bid of the proposal, based
on unit prices, is hereby accepted at the price stated
therein to cover the cost of said contract.
Section 2. The amount of $794,985 is hereby
allocated from the account entitled "Sanitary Sewer G.O.
Bond Fund" to cover the cost of said contract.
Section 3. The amount of $87,448 is hereby
allocated from the aforesaid fund to cover the cost of
project expense.
Section 4. The amount of $15,900 is hereby allocated
from the aforesaid fund to cover the cost of such incidental
items as advertising, testing laboratories, and postage.
Section 5. The City Manager is hereby authorized
to enter into a contract on behalf of The City of. Miami
with Roenca Corporation for ENGLEWOOD SANITARY SEWER
IMPROVEMENT SR-5461 C & S (centerline and sideline sewers)
in ENGLEWOOD SANITARY SEWER IMPROVEMENT DISTRICT SR-5461 C & S
(centerline and sideline sewers).
PASSED AND ADOPTED this 26th day of November ,' 1979.
"SUPPODrTl\rE
DOCUMENTS
FOLLOW"
ATTEST:
PREPARED AND APPROVED BY:
r•
ssistant City Attorney
Maurice A. Ferre
MAYOR.
APPROVED AS TO FORM AND CORRECTNESS:
e.
BID SECURITY
ITEM Englewood Sanitary Sewer Improvement DATE BIDS RECEIVED October 31, 1979
SR-5461-C & S
Public Works
BIDDER
TYPE OF SECURITY
AMOUNT
FOR
ACCOUNTING
USE
ROENCA Corp.
$794,985.00
1040 S.W. lst Street
Miami, Florida 33130
2'% BB
D.M.P.. Corporation
10477 S.W. 186 Lane
$855,714.02 5% BB
Miami, Florida 33157
Joe Reinertson Equipment Co $932,095.90 5% BB.
P.O. BOX 1104,Buena,Nista Sta.
Miami, Florida 33137
?r— ?PK
Giannetti Brothers Const. Corp.$970,805.00 21% BB
85 E. 9th Court
Hialeah, Florida 33010
Garcia Allen Construction Co. $1,018,726.35 5% BB
P.O. Box 876 Tamiami Sta.
Miami, Florida 33144
Iacobelli Contracting, Inc.
$1,0294-.688.50 21% BB
7050 N.W. 77th Court
Miami, Florida
9 r YIR_ .R r'` may`
:; �5 )1 i' 4 F
FOLLOW"
Received the above described checks this
day of
FOR ACCOUNTING DIVISION
19
.-IMPORTANT. ADDENDUM
CITY OF MIAMI, FLORIDA
Department of Public Works
ADDENDUM NO. 1
ISSUED
Oct. 23, 1979
TO
BIDDING AND CONTRACT DOCUMENTS FOR
ENGLEWOOD SANITARY SEWER IMPROVEMENT SR-5461C & S
Job No. B-5461 C & S
fo of
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS:
Change 1 ADVERTISEMENT FOR BIDS •
of 1:
Due to the City Commission meeting being changed from
October 30, 1979 to October 31, 1979, the date of
receiving bids has been extended.
Sealed bids will be recived by the City Commission and
the City Clerk of the Cit of Ni-Flo.':- not later
than<f:30 p.rr on the 1st day of Octoberst 197in the
City Commission Room, fir •or, Miami City Hall,
Dinner Key, Miami, Florida 33133, at which time and
place they will be publicly opened and read:
THIS ADDENDUM IS AN ESSENTIAL PART OF THE CONTRACT DOCUMENTS AND
SHALL BE MADE A PART THEREOF.
Donald W. Cather, Director
"SUPPORTIVE
DOCUMENTS
FOLLOW"
-'IMPORTANT ADDENDUM -
CITY OF MIAMI, FLORIDA
Department of Public. Works
ADDENDUM N0. 1
ISSUED
Oct. 23, 1979
TO
BIDDING AND CONTRACT DOCUMENTS FOR
ENGLEWOOD SANITARY SEWER IMPROVEMENT SR-5461-C & S
Job No. B-5461 C & S
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS:
Change 1 ADVERTISEMENT FOR BIDS
of 1:
Due to the City Commission meeting being changed from
October 30, 1979 to October 31, 1979, the date of
receiving bids has been extended.
Sealed bids will be recived by the City Commission and
the City Clerk of the City of Mi,ami~, Florida not later
than<':J0 _p.m.) on the 1st day of October 1971?in the
City Commission Room, first ILbor, Miami City Hall,.
Dinner Key, Miami, Florida 33133, at which time and
place they will be publicly opened and read.
THIS ADDENDUM IS AN ESSENTIAL PART OF THE CONTRACT DOCUMENTS AND
SHALL BE MADE A PART THEREOF.
Donald W. Cather, Director
"SUPPORTIVE
DOCUMENTS.
FOLLOW"
.CITY OF MIAMI, FLORIDA
REQUISITION FOR
ADVERTISEMENT FOR BIDS
RECEIVED
f9 SFr 27
PA 11:05 -1
FleAph . angle
Uity$ M�arni, Fla,
DEPTIDIV ;.�•� � n,�,_
ACCOUNT CODE Project; :l . 0 .. 0 8 Index
,ik�r Cl.-art:
Q BID NO. 73
-79-1,, DATE
Z PREPARED BY i' Tte1 ae
CODE
310 , 02
;90
TOTAL
ITEM DESCRIPTION
QUANTITY
J
UNIT
PRICE
"�s `..✓G 9�BY
ESTIMATED COST _., VED
: ,
CONTRACTUAL: $ .>1 •� .0QC.0 NI ,
h N T
4 ,,f
"�
INCIDENTAL �'' $ � `1" �I''FOLLOW 1f •
AMT.
TOTAL
SOURCE OF FUNDS : 1.3
To be filled in by
EXPENDITURE CONTROL:
QUANTITY REPRESENTS DEPARTMENT
REQUIREMENTS FOR MONTHS
BIDS TO BE SECURED FOR
!r"irt:µl„J. s,!'
ADVERTISE ON
.�'1-d3b. r 11
1979
BIDS TO BE RECEIVED ON
DIRECTOR OF ISSUING DEPARTMENT
Sewers
FUNDS AVAILABLE FOR PROJECT INVOLVED
PROJECT CODE
coPi ?S TO; Purchasing (Org.) — City Manager — City Clerk—Eai,cnldilure Control — Issuing Department — Other Alleged Department
WHITE GREEN PINK CANARY BLUE GOLDENROD
EXPENDITURE CONTROLLER,
AD CODE
FONM NO. 1O43 - NEV. 74
Bid No. 28-197134
ADVERTISEMENT F07-BIDS
Sealed bids for the construction of ENGLEWOOD SANITARY SEWER
IMPROVEMENT SR5461-C (centerline sewer) and SR-5461-S
(sideline sewer) will be received by the City Commission of
The City of Miami, Florida not later than r2 30 D.M. on the
`30.t'h day of October, 1917y in the City Commission fioom, first
:--rioor, Miami City �TaS , 35 0 Pan American Drive, Dinner Key,
Miami, Florida, at which time and place they will be publicly
opened and read.
Briefly, the work required for this project will be the construc-
tion of:
18,900 ± linear feet of 8-inch to 18-inch extra
strength vitrified clay and cast iron or ductile
iron pipe sewer,with the deepest cut being 13
feet;
9,900 ± linear feet of 6-inch extra heavy cast
iron soil pipe laterals;
70 - manholes from 4 to 13 feet in depth;
Sidewalk and pavement replacement.
If there are any questions, call 579-6865, James
Design Engineer.
All bids shall be submitted in accordance with the Instructions
to Bidders and Specifications. Plans and Specifications may be
obtained from the director, Department of Public .Works, ;3332 Pan
American Drive, Miami, Florida. Plans and specifications are to
be returned in good order and unmarked within 10 days after bids
have been received.
Those minority or target area contractors/small businesses
interested in submitting bids are advised to contact Contractors
Training and Development, Inca to be provided technical assistance
in preparing bid packages. For further information call Mr.
James D. Thomas, Administrative Assistant, at 579-6692.
Proposal includes the time of performance, and specifications
contain provisions for liquidated damages for failure to complete
the work on time.
The City Commission reserves the right to waive any informality
in any bid, and the City Manager may reject any or all bids, and
readvert ise .
. Kay, Sewer.
Ralph G. Ongie
City Clerk
Bid No. 78-79-134
ADVERTISEMENT FOR BIDS
Sealed bids for the construction of.ENGLEWOOD SANITARY SEWER
IMPROVEMENT SR-5461-C (centerline sewer) and SR-5461-S
(sideline sewer) will be received by the City. Commission of
The City of Miami, Florida not later than 2:30 p.m. on the
30th day of October, 1979 in the City Commission Room, first
floor, Miami City Hall, 3500 Pan American Drive, Dinner Key,
Miami, Florida, at which time and place they will be publicly
opened and read.
Briefly, the work required for this project will be the construc-
tion of:
18,900 ± linear feet of 8-inch to 18-inch extra
strength vitrified clay and cast iron or ductile
iron pipe sewer,with the deepest cut being 13
feet;
9,900 + linear feet of 6-inch extra heavy cast
iron soil pipe laterals;
70 - manholes from 4 to 13 feet in depth;
Sidewalk and pavement replacement.
If there are any questions, call 579-6865, James J. Kay, Sewer
Design Engineer.
All bids shall be submitted in accordance with the Instructions
to Bidders and Specifications. Plans and Specifications may be
obtained from the director, Department of Public Works, 3332 Pan
American Drive, Miami, Florida. Plans and specifications are to
be returned in good order and unmarked within 10 days after bids
have been received.
Those minority or target area contractors/small businesses
interested in submitting bids are advised to contact Contractors
Training and Development, Inc. to be provided technical assistance
in preparing bid packages. Forfurther information call Mr.
James D. Thomas, Administrative Ass30a 4► it -6692
1ac13 Avo
Proposal includes the time of perforp} 5lei,oanc :s;pecifications
contain provisions for liquidated damages for failure to complete
the work on time.
. j �?G s' It a•
The City Commission reserves the A1ghW ti waive any .informality
in any bid, and the City Manager may reject any or. all bids, and
readvertise. 03fr,131
itSUPP T V
DOCU M .N i S
FOLLOW"
Ralph G. Ongie
City Clerk
Bid No. 78-79-134
ADVERTISEMENT FOR BIDS.
Sealed bids for the construction of ENGLEWOOD SANITARY SEWER
IMPROVEMENT SR-5461-C (centerline sewer) and SR-5461-S
(sideline sewer) will be received by the City Commission of
The City of Miami, Florida not later than 2:30 p.m. on the.
30th day of October, 1979 in the City Commission Room, first
floor, Miami City Hall, 3500 Pan American Drive, Dinner Key,
Miami, Florida,•at which time and place they will be publicly
opened and read.
Briefly, the work required for this project will be the construc-
tion of:
18,900 ± linear feet of 8-inch to 18-inch extra
strength vitrified clay and cast iron or ductile
iron pipe sewer,with the deepest cut being 13'
feet;
9,900 + linear feet of 6-inch extra heavy, cast
iron soil pipe laterals;
70 + manholes from 4 to 13 feet in depth;
Sidewalk and pavement replacement.
If there are any questions, call 579-6865, James J. Kay, Sewer
Design Engineer.
All bids shall be submitted in accordance with the'Instructions
to Bidders and Specifications. Plans and Specifications may be
obtained from the director, Department of Public Works, 3332 Pan
American Drive, Miami, Florida. Plans and specifications are to
be returned in good order and unmarked within 10 days after bids
have been received.
Those minority or target area contractors/small businesses
interested in submitting bids are advised to contact Contractors
Training and Development, Inc. to be provided technical assistance.
in preparing bid packages. For further information call Mr.
James D. Thomas, Administrative Assistant, at 579-6692.
Proposal includes the time of performance, and specifications
contain provisions for liquidated damages for failure to complete.
the work on time.
The City Commission reserves the right to 'waive any informality
in any bid, and the City Manager may reject any or all bids, and
readvertise.
"SUPPORTIVE Ralph G. Ongie
DOCUMENTS
FOLLOW"
City Clerk
•
Joseph R. Grassie
City Manager
Donald W. Cather
' -'ector
t
November 5, 1979 B-5461
ENGLEWOOD SANITARY SEWER
IMPROVEMENT SR-5461 C & S
Resolution Awarding Contract
(For November 20, 1979
Commission Meeting)
rks
The Department of Public Works recommends
adoption of the resolution accepting the
bid received October 31, 1979 of Roenca
Corporation in the amount of $794,985
and authorizing the City Manager to
enter into a contract in behalf of the
City of Miami for ENGLEWOOD SANITARY
SEWER IMPROVEMENT SR-5461 C & S (center-
line and sideline sewers) in ENGLEWOOD
SANITARY SEWER IMPROVEMENT DISTRICT
SR-5461 C & S (centerline and sideline
sewers).
Bids were received October 31, 1979 for the construction
of a sanitary sewer improvement bounded by S. W. 8 Street
and S. W. 16 Street from S. W. 32 Avenue to S. W. 37
Avenue.
As reflected in the tabulation of bids, the $794,985 bid
of Roenco Corporation is the lowest responsible bid for
total bid of the proposal.
Funds have been allocated under the "Sanitary Sewer G.O.
Bond Fund" Cor the estimated amount of the contract, for
project expense, and for such items as advertising, testing
laboratories, postage.
JAH:hc
Resolution attached
"SU PORTIVE
. DOCUMENTS
FOLLOW"
79-784
BID AWARD FACT SHEET
For The City Manager
PROJECT NAME
AND LOCATION ENGLEWOOD SANITARY SEWER IMPROVEMENT SR-5461 C & S,
C.I.P. No. 7098
PROJECT SCOPE
ESTIMATED
CONSTRUCTION
COST
DATE BIDS
RECEIVED
NUMBER OF.
BIDS RECEIVED
NAME OF LOW
BIDDER
AMOUNT OF
LOW BID
TOTAL FUNDS TO
BE ALLOCATED
LENGTH OF TIME
ALLOWED FOR
CONSTRUCTION
Construction of a sanitary sewer improvement by
private contractor under contract with the City
of Miami. This district is bounded by S. W. 8
Street and S. W. 16 Street from S. W. 32 Avenue
to S. W. 37 Avenue.
$910,000.00
October 31, 1979
Roenca Corporation
$794,985.00
$'898,333.00
180 working days
SOURCE, OF FUNDS Sanitary Sewer GO. Bonds
Form PW #389 1/79
° U -L(.✓ tIfY
11/5/79
ENGLEWOOD SANITARY SEWER IMPROVEMENT SR-5461 C&S
JOB NO. B-5461 C&s
CONTRACTOR'S FACT SHEET
Roenca Corporation
1040 S. W. First Street
Miami, Florida 33130
II. Principals:
Phone: 545-5311
Rolando J. Encinosa, Jr.
Carlos C. Lopez-Cantera
III. Contractor is properly licensed and insured.
IV. Subcontractors: Not required at this time.
.
Experience: 7 years
Hammock Sanitary Sewer Imp. (Bid "A")
Simpson Sanitary Sewer Imp.
VI. A minority contractor
$441,737
$783,000
VII. 15 advertisements mailed out by certified mail
49 advertisements mailed out by regular mail
15 contractors picked up plans and specifications
6 contractors submitted bids.
immotassetta _._. ___ .
}— / _ TABULATION
r /' (1
Received by the City Commission, City Clerk, City of Miami,
OF BIDS FOR
Florida at • -- P. Nl. •
_
_
Bidder
Licensed i Insured as P.r City Code S Metro Ord.
yr'' -
‘
.
;! ;i _ n. - i
.3
;!,
Bid Bond Amount
Irrepolerit/ee."
- —. - -
_ ..
.'
DESCRIPTION
TOTAL
TOTAL
TOTAL
TOTAL
,
_ _
'
•
,
,-
t .
i
IRREGULARITIES LEGEND
IT IS RECOMMENDED THAT
� 1 . .r . . .. I ,
T ` -_ %-
A. ('(2?//: jf '7- P)E .
B ID _ -- •
A — No Power -of. Attorney
C — Corrected Extensions
G — Proposal Unsigned or improperly S.gned or No Corporate Seal
E-
G —Improper Bid Bond
—ill — Corrected Bid
.,_
/A1l�t//IR/9,�-
).- -1'/ 'J?A - I �i )_{, - _ -17 .1 .I - 71 /- I'':77:4
.. `•f'f"% " -'
7.
'
.iryu.: -- Q
•
��I•�` 7 fief•;. /`77.5
es , r
Prep. By: /. if/�7/27r.'7rjC,
Form PW #3G8A 1/77