Loading...
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