Loading...
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