HomeMy WebLinkAboutR-79-0018uPPr\RII-\\IE
,;
FOLLOVJ
:RESOLUTION ti1O r .. _ .
A RESOLUTION ACCP'PTINn THIS BID OF INTERCOUNTY
CONSTRUCTTONCORP(RATION Of FLORIDA IN .THE
'AMOUNT OF 3, 46,7 28., 75 § THE TOTAL BID 0J
THE PROPOSAL FOR THE PINES SANITARR
Y:8tVi
IMPROVEMENT 'Ij-5450 C (Centerline .serer)
IN THE.•PIN ES ; ANITARvSE!!ER IMPRO\TFMEt'JT •
DISTRICT S1 54.5f..0 .(Centerline' sewer) AND
TIRE PINES SAN1TARV- SEWER- If4PROVET?ENT•SR=,51.i5O_S
(sideline ,eWer) IN THE PINES SANITARY- SEt1ER
IMPROVEMENT DISTRICT SR 545O,.S (sideline
Seder); WITI1 NO1•1I1ES THFREFOrt ALLOCATED
FROT2 ` I1fl ""ANITARti' 8VA1ER BOND FUND";
t"WITH ADDITIONAL MONIES •ALLOCATED. FOR ..
• PROJECT AND INCIDEWTAL EXPENSES PROM
•AFORESAID FOND; AUTHORIZING THE CITY - -
•MAtIAGER TO EXECUTE A CONTRACT WITH SAID -
FIRM
WHEREAS, sealed bids were rec-eived December 1
1978 for the PINES SANITARY SEWER IMPROVEMENT SR--545O-C
(centerline sewer) in the PINES SANI`.LARY SEWER IMPROVEMENT
DISTRICT SR-5450-C (centerline sewer) and the PINES SANITARY
(sideline sewer) in the PINES
SEWER IMPROVEMENT SR-51150-S
SANITARY SEWER IMPROVEMENNT DISTRICT SR-5450 (sideline
se e.r);• and
WHEREAS, the. City Manap'er renbrts that the
467,428.75 bid of Interconnty Construction Corporation
o.' Florida for the Total Bid of the 'Proposal is the lowest
responsible bid and recommends that: a Contract bed awarded
OCUMEff
to said firm; and
WHEREAS, the
ITEM NO;
Capital Improvements AppropriaLlori
Ordinance No . 8716 , as amended,, was adopted on October 26 ,
1977 , and monie.a die available for the proposed amount o1'
the Contract;, Project Expense, and Incidentals, from the
account -entitled .."Saiiitary. Sewer 9-.Q. Bond Funds" as set
forth u.zndcr •section G. Them 6, of said _Ordinance;
•
NOW, THEREFORE, BE IT RESOLVED Bw THE COMMISSION.
OF THE CIT`r Or MIAI4I , FLORIDA:
CITY COMMISSION
MEETING OF
JAN1 8 1919
#
Anownoti
Section 1, The December 145 1978 kid. of Inter=
county Construction Corporation of —Florida in the prono sect
amount of $-154675428:75 for the pro,iect entitled PINES
SANITARY SEWER IMPROVEMENT SR-5450=C (centerline server)
in the PINES SANITARY SEWER IMPROVEMENT DISTRICT SR==545l-C
(centerline sewer) and the PINES SANITARY SEWER IMPROVEMENT
8R-5450=2 (sideline sewer) in the PINES SANITARY SEWER
IMPROVEMENT 1)IS'I'RTCT SR-545O-S (sideline sewer) for the
`.'otal. Bid of the Proposal, based on unit prices, is hereby
accepted at the price stated therein to cover the cost of
Said Contract.
.Section The amount of y',, 467, 428.75 is hereby
allocated frori the account entitled "Sanitary Sewer G.O.
Bond Funds" to cover the cost of said Contract.
Section '. The amount of $222,571.25 is hereby
allocated from the aforesaid Fund to r;a.rtially cover the cost
of Pro,iect Expense.
Section 4. The amount of $>10,000.00 is hereby
allocated from the aforesaid Fund to partially cover the cos of such
Incidental items as advert:isiiw, t ostin'r laboratories,
and postaJte.
Section 5. The City Manar,er is hereby authorized
to enter into a Contract on behalf of The City of Miami with
Intercounty Construction corporation of Florida for the
PINES SANITARY SEWER IMPROVEMENT SR-5450-C (centerline sewer)
in the PITIES SANITARY SEWER IMPROVEMENT DISTRICT .SR-5450-C
(centerline sower) and the PINES SANITARY SEWER IMPROVEMENT
SR-545(1-S (sideline sewer) in the PINES SANITARY SEWER
IMPROVEMENT DISTRICT St3 51150- 3 (sideline sewer), Total Bid
' the i,ronos a1.,
PASSED AND ADOPTED this 18th
PREPARED AL11) APPROVED By:
40‘,„.44-
: nt (1
A:,..�it f�
e,
AP
day of JANijARY. , 1979.
,1) AS TO T'O rRRECTNESS
Section 1, Tho nPnemhr 14, 1T79 bid or Inter
county Construction Corporation of Florida in the proposed
amount of ;, ,J467,423,75 for the project entitled PTNES
SAI41TARv SEWER IMPROVEMENT SRL545O=C (centerline sewer)
in the PINES SANITARY SEWER IMPROVEMENT DISTRICT SR 5450.4
(centerline sealer) and the PINES SANITARY SEWER IMPROVEMENT
SR=51450=5 (sideline sewer) in the PINES SANITARY SEWER
IMPROVEMENT DISTRICT 8R,=51450-S (s deltne sexier) for the
Total Bid of the Propo al, based on unit ttirices, is hereby
accepted at the price stated therein to cover the cost of
said Contract.
Section :'. The amount of 435467 s428.75 is here
allocated "rom the account entitled "Sanitary Sewer C.O.
Pond Funds" to cover the cast of said Contract.
Section 3. The amount of t222,571.2 5 is hereby
allocated from the aforesaid Fund to r. `' i..a7ly cover thry cost
of I'ro,lect; Expense.
,',ction 4. The amount of $10,000.00 is hereby
allocatoc3 from the aforesaid Find to partially eove1r the cost of such
Incidental items as advertisint , testing 1_aboratories,
and postage.
Section 5. The City , Man.rirer is hereby authori
to inter -into a Contract cn behalf —of TIbe City •of Miami with
- Ini-.ereounty Con; tructi_on• Corporation of Florida. for the
•
PINES SANITARY -SEWER IMPROVEMENT ST-54,5O-C ( centerline
its the I'INES SANITARY..SEWER Tt1PROVFl FfT.- DISTRICT S-5450-C'
(c06ter1,i ne sealer) and the--1'If[:S- SANITARv '- SF1!ER - It•1PRovE"4H NT
SR-5450-S (Sideline •eWei) in the -PINES. SANITARY. SEWER
IMPROVEMENT DISTRICT i-514`'O-(t;ideli.ne sewer), Tot l Bid
of_the nronosa1,
PASSED AND ADOPTED this -18th
��it;'a Clc-pI
PRI.aI' h D' ANI) ' APPROVED B ?; AP
I1;,si s .ant City, -A"-
►.1 A 0 I1
1) :AS TO of
r RRECTI ESS
1
Joseph Rs irassie
City M.narer
Donald Ws Lather
Director
yarttnent of lb1' c Works
k/y
PINES
SANITARY ARY SEWER
R IMPROVE
MENT
SR..545oC, Solution
Awarding
(For Commission Meeting
January 183 1979)
Bids were received December 141, 1978 for the construction
of sanitary sewers in the area bounded by S. W. 22 Street
(Coral May), S. W. 26 Street, S. % 27 Avenue, and S. W. 37
Avenue.
As reflected in the Tabulation of Bids, the $3, 467, 428.75
bid of Iritercounty Construction Corporation of Florida is
the lowest responsible bid for the Total Bid of the
Proposal
THE DEPARTMENT OF PUBLIC WORKS AND THE CITY MANAGER
RECOMMEND ADOPTION OF THE RESOLUTION AWARDING THE BID
RECEIVED DECEMBER 14,- 1078 OF IfTERCOUNTV CONSTRUCTION
CORPORATION OF FLORIDA IN THE AMOUNT OF $'i, 467 , L428. 75
FROM THE ACCOUNT ENTITLED "SANITARY SEWER G.O. BOND FUND";
AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT
IN BEIIALF OF THE. ' C IT`' OF MI AIVII FOR PINES SANITARY SEWER
IMPROVEMENT SR-5450-C (centerline sewer) IN THE PINES
SANITARY SEWER IMPROVEP1ENT DISTRICT SR-5450-C (centerline
sewer) AND THE PINES SANITARY SEWER IMPROVEMENT SR-54.450-S
(sideline sewer) IN THE PINES SANITARY SEWER IMPROVEMENT
DISTRICT. SR-5450-S (sideline sewer).
JAH:hc
"SUPPORTIVE
DOCUMENTS
FOLLOW"
79 18
1610Jr.CTJ1At4
F'fi0�C0'T SO0�E
LOCATIO'id-
8ID_AWA pv_ PAC1T 0Ii T
For The City Manacer
PINES SANITARY SBWER .IMPR0VWi$EitT•SR 5450 C'�S
Construction of a Sanitary Sewer System by a
private contractor ih the area bounded by S.W.
22 Street, S.W. 26 Street, S.W. 27 Avenue, and
S.W 37 Avenue,
1STIMATED
CONSTRUCTION
Co5T__.' $3,274,000.00
DATE BIDS
RECEI4'ED
NUMBER OF
BIDS RECEIVED
NAMEOF LOW
BIDDER
Ai•10UNT OF
LOW BID
TOTAL: FUNDS TO
BE ALLOCATED
'LENGTH OF TIME
ALLOWED FOR:
CONSTRUCTIOfl
December 14., 1978
Intercounty Construction Corporation
467,428.75.
$3,700,000,00
240 Working ' Days
SOURCE OF FUNDS Sanitary
Form Pw #389 6/76
•
ewers G. 0. Bonds
"SUPPORTIVE
DOCUMENTS
r , LLW"
e
PItJES SA t1PAR' St 14ER•tm-pttOVEMEi3 '
• at No, Ht,5450.
0011TRAcT0 A01 SHEtT
I.--Intercounty Cot'lutruction Corporation of Plorida
=2100 N. Dixie Hwy.
P't.,Lauderdales Plorida 33305.
Phone; 944=0151
Louis E. Vanditti Vice President
Charlie D. Little -= Secretary
A. M. Marinelli
O. tit Marinelli
III. Contractor is properly licensed and insured
IV. Sub -Contractors:_
None required at this time
Experience:. 56 years
Crestwood Sanitary Sewer Imp.
(Bid "B"-Pump Station) $ 203,500'.00
Columbia Sanitary Sewer Improvement
(Bid "B"-Pump Station) 117,300.00
Silver Bluff Sanitary Sewer Improvement 2,472,393.00
Not a Minority Contractor.
45 Advertisements mailed out by Certified Mail
24 Advertisement's mailed out by Regular Mail=
17 Contractors pinked up Plans & Specifications
5 Contractors submitted bids
■
�11111
//11 `` TABULATION OF /BIDS FORy/' ,r
/n./1i/ .: . 54 /J / 7,4 /i ..` a.. / '- P d /r'. PA.,9 /. r /fir ti`.. !/j4-'7- ��y i i-/ - �`r_
I r .-
Received by the City Commission, City Clerk, City of Miami, Florida at :.?'i P. M. Q : 4/•— "Z.
bidder
Licensed ;IT Insured cos 1Per'City Cods 'S Metro Ord.
did Bond Amount
Irregularities
DESCRIPTION
IRREGULAR1TiES LEGEND
A 1No Power -Of= Attorney
C —'Corrected Eatensrons
1ti s. Proposal !Unsigned or improperly live? or No Corporate Seal
E--
!improper Bid Bond
*1 — Corrected Bid
Peea. Bv: del Dot n .J. ` F'{ z
F-pDti /308A 1/77
TOTAL
`SU-PPORTIV
E
DOCUMENTS
TOTAL
IT IS RECOMMENDED THAT A CO /17A'A C. 7
n r-/,I, :' el 4 rn ; a,• " i _ <' ; Fi_
i t
ji ... '.t j=:)r'J_, ,'•51_. `;/I)/_) fib :S/ r ''1•1",
r)/✓_ - / ,•.-iis ["'!i=3' ')'/:'
1 j r
7.
TOTAL
11
TOTAL
BID 7
11
kCS'9@ P40:
to
i'oseph R, t riassie
City. Manager -
Donald W, Cather
Director
pa tment p 1` c Works
JaUary 35 1979
dines Ban t .riy Bowe ' IthOtoVemen't •
Legal Opinion
' Copy of memo from City Attort eij
dated 12/26/78
For your information, the attached legal opinion
.from:the CityAttorney substantiates recommending
awarding a contract to the lowest responsible
bidder, Intercounty Construction Corporation,
CitY MtAM.91; rLoribA
lid~ . -t . c Doi tt ANdiPti
tonaid W:' Cathet. Ditectaf +:` {i" ohs,. becetnbtt 26 i 191
TO
tepartthertt of Public Works :'i ' 11i111;
Lj5' f
deorg(/P.i
City A.ttotiney
This is in 0spotise'to your tee -to -eat
asked essentiallyt
i, CAN THE CITY OF'MIAHI LEGALLY AWARD A CONTRACT TO LAN20 CONSTRUC-
TION COMPANY, INC'. FOR A SEWER IMPROVEMENT PROJECT? - AND, If' NOT,
DOES THE CITY OF MIAMI HAVE THE AUTHORITY TO AWARD A CONTRACT TO
THE SECOND LOWEST BIDDER ON THIS PROJECT?
•
FLA A� 790
Pines Sani tdry See i Itipt r -
tdwiid
:7-�zEEic�s Request- for a Legai Opinion
F'�3 GL,v i:U kc�c.
for a legal opinion Wherein you
The answer to question iil is` in: the negative,
answer to question #2 is in the of fimative.
The pertinent facts are as follows:
The City advertised and received bids from 6 bidders for construction
of a sanitary sewer improvement project. The lowest bidder on the pro-
ject was Lanzo Construction Company, Inc., who at the time of the bid-
ding did not hold a Certificate of Competency as issued by the appro-
priate examining board of Metropolitan Dade County. Said Certificate is a prerequisite to the submission of a bid as outlined in paragraph ' 2
of the Instructions to Bidders' Section of the project specifications
and contract documents.
QUESTION fil
Bids for municipal contracts must substantially comply with all require-
ments relative thereto, as contained in the appropriate charter and code
provisions and advertisements. All of the terms and conditions of an
advertisement become by implication a part of a valid bid, in order that
competition among bidders may be equal and free, and in order that muni-
cipal corporations and taxpayers may be assured of receiving that for
which payment is contracted. Hence, it is a general rule that bidders
benaid W. tethers bftectot
bepattfnetlt of. Public t4otks
page 2
becehtb,er Lb 4 tg18 A= jb -
•PIhe5 Safiitaty• Sewet fiipt,
tow Bid
that bids must corifot+it to the advertisement, and bids may be declined
for failure of literal compliance with specifications as advertised:
tikewise, if a certificate as to ability to perform the contract is
'� 3 • - �iun. Go rb =. ( i hd u) such
certi fig
reduired to be submitted with the bid, a bid .without such a
Cate' is insufficient+ McOuillin '
Therefore, based on the authority cited above, the City, absent special
circumstances, cannot award the contract to a nonconforming bidder,
especially where the variance is a material one.
QUESTION i 2
The requirement tslat the contract shallbe let to the lowest bidder
or lowest responsible bidder, or the lowest and best bidder must be
ojserved in good faith in making award of a municipal contract. A
contract should generally be awarded to the lowest responsible bidder
who complies with advertised proposals, and it has been held that at
award to one who is not the lowest responsible bidder will be set aside
where no plausible reason for making -,it is given. See McQuillin stun.
Corp. (3d Ed.) §29.73 and Ctty of Miami Charter §53.
Based on the above, the City must award the bid to the bidder deemed
the lowest and most responsible.
GFK/TVP/rb
PREPARED BY:
TERRY V. PERCY
ASSISTANT CITY ATTORNEY
1