HomeMy WebLinkAboutR-79-0236RESOLUTION No. 7 9- 2 3 6
A RESOLUTION ACCEPTING TILE BID OF GOODWIN,
INC. IN THE AMOUNT OF $1 ,16 3 , 94'9 , THE TOTAL
BID OF THE PROPOSAL, FOR AVALON SANITARY
SEWER IMPROVEMENT SR- 51J5 -C (CENTERLINE
SEWER) AND SR-545 3 (SIDELINE SEWER) IN THE
AVALoN SANITARY SEWER IITROVENENT DISTRICT
R-5453-C (CENTERLINE SEWER) AND SR-5453-S
E ). WITH r T S THEREFORE
F �I;
(SIDELINE SEWER); �i:):J1_i.:� 1`f��I3� t� ,
((' r' m-micnLLOCA 'F D F'F:0[I `i'EL�; "SANITARY SEWER G.O. BOND
O 1 1 , v PU:JD"; AUTHORIZING THE CITY MANAGER TO
(-.1 ,: , -h . j •�E'x1.CU`TE A CONTRACT '.1I TH SAIL) FIRM
Li: i .
FOLLOW"
WHEREAS, sealed bids were received March 8, 1979
for AVALON SANITARY SEWER IMPROVEMENT SR-545 3-C (centerline
sewer) and SR-5453-S (sideline sewer) in the AVALON SANITARY
SEWER IMPROV : EIJT DISTRICT SR-5453-C (centerline sewer) and
SR-5453-S (sideline sewer); and
WHEREAS, the City ManaEer reports that the $1,163,949
bid of Goodwin, Inc. for the total bid of the proposal is the
lowest responsible bid and recommends that a contract be
awarded to said firm; and "DOCUMENT INDEX
ITEM N� �11
WHEREAS, the Capital Improvements Appron 1<'ttvrr
Ordinance No 8716, as amended, was adopted on October 26,
1977, 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 G, Item 7, of said ordinance;
NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF
THE CITY OF 14AIi•1I, FLORIDA:
Section 1. The March 8, 1979 bid of Goodwin, Inc.
in the proposed amount of $1,1.63,949 for the project entitled
AVALON SANITARY SEWER IMPROVEMENT SR-545 3-C (centerline sewer)
and SR-5453-: (sideline sewer) in the AVALON SANITARY SEWER
IMPROVEMENT DISTRICT 3R-545?-C (centerline sewer) ani SR-5453-S
(sideline sewer) 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.
CITY COMMISSION
MEETING OF
MAR ? ; 19/9
It MARION Ne • 9
RflAARA :
Section 2. The amount of $1,163,949 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 $128,035 is hereby allocated
from the aforesaid fund to cover the cost of project expense.
Section 4. The amount of $23,278 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
Goodwin, Inc. for AVALON SANITARY SEWER IIIPROVENENT SR-5453-C
(centerline sewer) and SR-5453-S (sideline sewer) in the
AVALON SANJITARY SEWER IIIPROVEI'IEIJT DISTRICT S R-5453-C (center-
line sewer) SR-5453-S (sideline sewer), total bid of the
proposal.
PASSED AND ADOPTED this 22nd day of MARCH , 1979.
ATTEST:
i CT t<
PREPARED AND APPROVED BY :
1164e44'
AssistrIrlt Cit;' Attorney
MAURICE A. FERRE
r4 A Y 0 R
I 0 .�r'1 r- T! 't'..,,
l._ f r
FOLLOW„
APPRAr.) f TO 1,0R1.1 AND CORRECTNESS:
2
7 9 - 3(3
TABULATION OF BIDS FOR
Av,,! ! : - ,,,, . t a, z /..^,-- • ---. s._-* e .:... i ..: /..7.:. - L.,. ./<-:::, .,- ,*: C e ;.,":
CitrAfcrrIgitrr-Citr Cle4.• .... , !.. :...1.-
Rocoieed by the City Commission, City Clerk, City of Miconl„ Florida of .1.2- ^•••' f P. M. .'-7,7 j;"7".--, '''' '''''; • •`.‘ 77. '
r ...— .. • ,
.
Ildder
Licensed & 'visored os Per City Coda & Metro Ord.
tr..,
Bid Bond Amount
Irregularities
-
DESCRIPTION
TOTAL
TOTAL
TOTAL
TOTAL
I ;1,',•,--,.1, :
ii
PC1UIVE-
DOCUf1LNTS .
FOLLOW„._ .
. ______
IRREGULARITIES LEGEND
IT IS RECOMMENDED THAT
'e, 6‹:),..".1s.../r7, .7 ...
A Co,":;''r :,•=7'• rbe a 14/a."%led
BID
- -
A - Na Poorer -of • Attorney
-
C - Corrected Extensions
D - Proposal Unsigned or improperly S.gned or No Comm., Seal
E -
G - Improper ard Bored
hi- Corrected Brd
I - •
J -
J• Jr A:0y
;. 1,-; :',. ... til,-",-;,•,-.,;` .-',"
i•••: i) /0.'.,!-',;:',. ':':' ;:-..., • :,',/•:- ro-,-,.:, F, 7,' • 1 .7•':.'. i;
C41/ • : ''''' •• :ri
/ . • ,..; d''' e...,
.2. . 1
• I ,,...
•• I i-'
: •:.
s .
JOB
5-5'31 fir..5
Pres, Efe;
Form PW #308A 1/77
Joseph R. Grassie
City Manager
Donald 'WW. Cather
Director
Department of Public Works
March 11, 1979
B-5453 C&:.
AVALON SANITARY SEWER I['IPROVEME:I`_—
SR-5453-C (centerline sewer) and
SR-5453-S (sideline sewer) -
;Resolution Awardin3 Contract
(For March 22, 1979
Commission Meeting)
Bids were received March 8, 1979 for the construction of
a Sanitary sewage system using 3-inch thru 16-inch sewer
pipe, 6-inch laterals, together with all necessary appur-
tenances in the area bounded by S.W. 26 Street on the
north, the F.E.C. Railroad on the south, S.W. 32 Avenue on
the east, and on the west by S.W. 37 Avenue south of S.W.
28 Street and the City limits north of S.W. 28 Street.
As reflected in the tabulation of bids, the $1,163,949 bid
of Goodwin, Inc. is the lowest responsible bid for the
total bid of the proposal.
Funds have been allocated under the
Bond Fund" for the estin•ited amount
project expense, and fol. suet, items
laboratories, po>taoo.
"Sanitary Sewer G.O.
of the contract, for
a.> advertising, testing
THE DEPARTMENT 1E PnLIC 'W0Ril2 RECOMMENDS ADOPTIOII OF THE
RESOLUTION ACC1: TI:i r THE i3ID RECEEI\rED MARCH 8, 1979 OF
GOODWIN, INC. IN THE :: )IJT OF n.,163,949; AND AUTHORIZING
THE CITY i'-iA:;i; 3:_.ri l_. ENTER I= A CONTRACT IN BEHALF OF THE
CITY OF :•1IAMI FuT AVALON SAIJITARY SI;',JER IMPROVEMENT SR-5453-C
(CENTERLINE oi',:ER) AND 3R-5453 (SIDELINE SEWER) IN THE
AVALON SANITARY SEWER IMi ROVEI1ENT DISTRICT SR-5453-C (CENTER-
LINI SEWER) AND ,SR-5f53_3 (SIDELINE SEWER) .
JAH:az
"SUPPORTIVE
DOCUMENTS
FOLLOW"
C
AVALON SANITARY SEWER IMPROVEMENT SR-5453 C & S
JOB NO. B-5453 C & S
CONTRACTOR'S FACT SHEET
I. Goodwin, Inc.
7275 N. W. 61 Street
Miami, Florida 33166
Phone: 887-1492
II. Principals: Earl I. Goodwin - president
Kenneth E. Goodwin - Vice President
III. Contractor is properly licensed and insured.
IV. Subcontractors: None required at this time.
V. Experience: 31 years
Allapattah Sanitary Sewer Improvement $1,600,000
West Grapeland $2,000,000
Glen Royal $3,000,000
VI. Not a minority contractor
VII. 30 advertisements mailed out by certified mail
35 advertisements mailed out by regular mail
15 contractors picked up plans and specifications
5 contractors, submitted bids
BID AWARD FACT SHEET
For The City Manager
PROJECT NAME
AND LOCATION Avalon Sanitary Sewer Improvement - sR5453 C & S
PROJECT SCOPE Construction of Sanitary Sewers by a private
contractor under contract with the City of Miami in an area
bounded by: S.W. 26 St. , US I, S.W. 32 Ave., S.W. 37 Ave.
plus a Docket bounded by S.W. 37 Ave., S.W. 38 Ave.,
S.W. 26 Terrace and S.W. 28 St.
ESTIMATED
CONSTRUCTION $ 1,250,000.00
COST
DATE BIDS
RECEIVED March 8, 1979
NUMBER OF
BIDS RECEIVED 5
NAME OF LOW
BIDDER Goodwin, Inc.
AMOUNT OF
LOW BID
$ 1,163,949.00
TOTAL FUNDS TO
BE ALLOCATED $ 1,315,262.00
LENGTH OF TIME
ALLOWED FOR
CONSTRUCTION 225 Working Days
SOURCE OF FUNDS Sanitary Sewer General Obligation Bonds
Form PW #389 1/79
` BID SECURITY
ITEM Avalon Sanitary Sewer SR 5452 C & S DATE BIDS RECEIVED
7171 4'21. A2eW-
March 8, 1979
Public Works
BIDDER
TYPE OF SECURITY
AMOUNT
FOR
ACCOUNTING
USE
Intercounty Constructionorp of Florida
2100 N. Dixie Highway
Base 1,181,227.00
Ft. Lauderdale, Florida
33305 BB5%
Iacobelli Contracting Inc
7050 N.W. 77th Ct.
Miami,Florida
$1.347.143.00
BB 21%
Goodwin Inc.
7275 N.W. 61 St.
$1,161,949 00
BB 2 2%
Miami,Florida 33166
Roenca Corporation
$1,449,922.70
1040 SW First St.
BB 2'2%
Miami,Florida 33130
Giannetti Bros Const Corp
$1,363,716.25
85 E 9th Court
BB 5%
Hialeah,Florida 33010
f
Received tht above describ*d checks this_ day of 19
FOR ACCOUNTING DIVISION
CITY OF MIAMI, FLORIDA
REQUISITION FOR
ADVERTISEMENT FOR BIDS
RECEIVEf
'79 F
L I..1
DEPT/DIV Ci,y Qi ;:.,;,
ACCOUNT CODE
Q BID N O . - -- DATE _
O1 PREPARED BY PHONE. -
CODE
ITEM DESCRIPTION
QUANTIT Y
QUANTITY REPRESENTS DEPARTMENT
REQUIREMENTS FOR MONTHS
DATE DATE DATE DATE DATE
UNIT AMT.
PRICE
TOTAL
ESTIMA7 ED COST : APPROVED BY
CONTRACTUAL:
INCIDENTAL :
l OTAL
`,OIJRCE OF FUNDS:
$ ,
$
OUNT AMOUNT AMOUNT
BIDS TO BE SECURED FOR
FOR THE DEPARTMENT OF:
ADVERTISE ON
BIDS TO BE RECEIVED ON
DIRECTOR OF ISSUING DEPARTMENT
t r, !,r lab rl in hN
PENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
PROJECT CODE AD CODE
EXPENDITURE CONTROLLER
( ()plus If) Purr busing (Urg.) — City manager — City Clerk — L penditur,, Control — Issuing Department — Other Affected Department
WHITE GREEN PINK CANAHY BLUL GOLDENROD
r,HM NO 17,43 REV 74
Bid No. 78-79-48
Sealed bids rcr the construction of AVALON SANITARv SEWER IMPROVE?MENT
SR-5453-C (centerline sewer) and 3F-.5453-S (sideline sewer) will be
received by the City Commission of The Cite of Miami, Florida not
later than30 p.m. on the 3 of loch 107'a. in the City
Co , ' ssion Ro �' r'� oor, Miami. Citv Hall, 3 , 0 Pan Amer can
rive, inner Key, Miami, on ia, at which time and place they
will be publicly opened and react.
Briefly, the work required for this project will be the construction
of:
28,200 ± linear feet of 8-inch to 16-inch extra
strength vitrified clay and ductile iron pipe
sewer with the de nest cut being 20 "eet
16,600 ± linear feet o`' 6-inch extra heavy cast
iron soil pipe laterals
105 ± manholes from 4 to 20 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 Spe:ificatioris. Plans and Specifications may be obtained
from the Director, Department of Public Works, 3332 Pan American
Drive, Miami, r'lorida. Plans and Specifications are to be returned
in good order anmarked within l0 days after bids have been received.
Those minority cr target area contractors/small businesses interested
in submittin- bide, are advised to contact Contractors Training and
Develonmot:{-., Inc. to be provided technical assistance in preparing
bid packaa a. ^or further information call Mr. James D. Thomas,
Admini. ;t, at i ve Assistant, at 57`3-( H 3
Proposal includea the time o" performance, and Specifications contain
provisions for liquidated dama^es 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.
Ralph r, . Onr ie
City Clerk