Loading...
HomeMy WebLinkAboutR-92-0442J--92-467 05/ 22/92 RESOLUTION NO. `� 2 142 A RESOLUTION ACCEPTING THE BID OF LEWIS GREEN CONSTRUCTION, INC., IN THE PROPOSED AMOUNT NOT TO EXCEED $50,000.00, TOTAL BID OF 'THE PROPOSAL, FOR MODIFICATIONS TO FIRE STATION NO. 2 B-2974-E, WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1991-92 CAPITAL IMPROVEMENT ORDINANCE NO. 10938, PROJECT NO. 313018, IN THE AMOUNT OF $50,000.00 TO COVER THE CONTRACT COST AND $14,736.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $64,736.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received May 19, 1992, for MODIFICATIONS TO FIRE STATION NO. 2 B-2974-E; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Lewis Green Construction, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, as amended, was adopted on December 5, 1991, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 313018 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COPOTISSION MEETING OF J 11 L 0 9 1992 Rer-olution No. 92- 442 ;. Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The May 19, 1992 bid of Lewis Green Construction, Inc., in the proposed amount $50,000.00, for the project entitled MODIFICATIONS TO FIRE STATION NO. 2 B-2974-E for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $64,736.00 is hereby allocated from the Fiscal Year 1991-92 Capital Improvement Ordinance No. 10938, Project No. 313018, said total project cost consists of the $50,000.00 contract cost and $14,736.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contracty on behalf of the City of Miami with Lewis Green Construction, Inc., for MODIFICATIONS TO FIRE STATION NO. 2 B-2974-E, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 - 92- 442 w PASSED AND ADOPTED this 4h day of j,ly 1992. 'XAVIER L U REZ, MAYOR ATTEST: CAPITAL PROJECT: 6 4 1 A MATT Y IRAI, CITY CLERK 0 R RIGU Z CIP KUECT MA AGER LEGAL REVIEW BY: SUBMITTED BY: A�ubi 1 � r M Ljz� G. MIRI M ER WALDEMAR E. LEE CHIEF ASSISTANT CITY ATTORNEY ACTING DIRECTOR OF PUBLIC WORKS APPROVED AS TO FORM AND CORRECTNESS: DID -SECVRITT_LIST SID ITEM: MODIFICATIONS- - TO FIRE STATION NO. 2 B-2974-E ---------------------------------------------------- ----------------- -- - - -- - - - ----- - - -- -- -- -- ------------- B I D NO. a 91` 9 2-- 0 7 8---------- ---------- DATE DID(S) OPENED: I 191992 11:00 --a.m. -N----------!•..------------lam -----P -. w--M TOTAL DID 2OND_Sgr1 BIDDER BID_SIAOVNT CASHIER_S_CHECR_� .. - -- - --------------------------------- LEWIS GREEN CONST. INC. $ 50,000.00 I ----------------- ----- B.B. VOUCHER .-- ww .------------�•--- We received only one copy of the ---- bid wick was s nt to the P.W. Dept. ---------------------- ------------------------------------ VAN TOPOLE CONST. INC. $ 60,695.00 B.B. VOUCHER -------•—w--•--------- wN.�N--------- AVENTURA ENGINEERING & CONST. —•-----•------ 69,400.00 - --------------------- - ---------- ALL CONSTRUCTION INC. ------------ 75,900.00 " It AUSTIN CONTRACTING SERVICES 139,477.00 ---------------- - ---------------- NOBID:-------L-------------- ----------- ------------- ---------------------- ---------------------- SMITH HA14MOCK 1 -------------------------------- -------------------L------------- ----------------------- ---------------------- ------------------------------------- = ---- ---------------- ------------------------------ r` ---------b—w -mo -------------- -------------- ---------------- -- — -----------.—.--- -----N ------------- --��-- --------------------------- -------------- ---------------------- ---------------- NNN- --------- --------------------- ------------b-.w-N.-w�.. --------- % -----w--------- ----------------0---�-w-w-------- ------------- --------.----- -w-w----w-�--�---b--�-�----- . ,�. ��. •art.... --M_____________-,,.seetis+�d (�) •avalopea da eshalt of =e soa recolvial bids) ti on SO �.020 i 71T��� C R C � F*T�11n1i.-Rwl---YII.•.-.wwb�i�.-------YY-�-- � i � � ��p+►ssoto�� t" Y ..- 3' � t - �z1�, a t fMID; cad's -'?Sj�r t �. .F.� S � 'j c 1� `L .!j►wr P►�F.r--e�rw—� 4'YP` 4 — -- . t3;="z �°3�.2-ti.}b5?� �^.'r.. .... "i ,. . �, , ,,, .._�. '�'f�I*,o� aa-.ti•. ., ; - a e..;z..." s ..., ,� .. .. .. .. ,.. §.,.. ,r., . ... a .. ......>v�3 CITY OF t�1lAtc'I. FLOR;Dti CA=8 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members DATE ' fFILE B-2974- of the City Commission ``'' ``" 1992 Resolution Awarding Contract SUEUEGT for MODIFICATIONS TO FIRE ti STATION NO. 2 FROM Cesar H. Od i o REFERENCES . City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Lewis Green Construction, Inc., a company located within Dade County and not within the City of Miami, for the MODIFICATIONS TO FIRE STATION NO. 2 B-2974-E, received May 19, 1992 in the amount of $50,OUO.00, 'total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $5U,000.00 % of Cost Estimate: 100% Cost Estimate: $50,000.00 Source of Funds: Fiscal Year 1991-92 CIP Ordinance No. 10938 Minority Representation: 28 invitations mailed 13 contractors picked up plans & specs (1 Hispanic, 9 Black, 3 Female) 5 contractors submitted bids (0 Hispanic, 3 Black, 2 Female) Public Hearings/Notices: Bid Notice published Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on May 19, 1992, and determined that the lowest responsible and responsive bid, in the amount of $50,000.00 is from Lewis Green Construction, lnc., a black -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Attachment: Proposed Resolution 92-- 442 0 JOB#: B-2974-E TYPE: Arch FEDERAL PARTICIPATION: ASSESSABLE: Q EMERGENCY: Q RESOLUTION #: C WORKS DEPARTMENT DATE OS / 22 / Igg 2 PROJECT NAME: Modifications to Fire Station No. 2 LOCATION: 1901 N. PROJECT MANAGER: F ASSOCIATED DEPARTMENT: venu Insvection Services BID REQUEST: FORMAL ® INFORMAL = DESCRIPT1ONt The project consists of the furnishing of all labor, materials and equipment for the renovation of the dormitory areas of Fire Station No. 2 to accommodate both male and female firefighters. The work includes construction of individual cubicle sleeping rooms, and modifications to an existing toilet room to comply with handicap requirements. (IF NECESSARY, CONTINUE ON THE BACA _ SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF COSST. COST) SURVEY / PLAT 0 $ SITE INVESTIGATION Q $ PLANNING AND STUDY $ % (EC) © $ 5 , 000.00 % OF (EC) DESIGN SPECS AND BID PROCESS FX7 $ 825.00 o�%OF (EC) CONSTRUCTION ® Q $ 50,000.00 (BID) CONTT. INSP. a MANAGEMENT ® Q $ 5 , 000. 00 10 % OF BID OTHER $ (E) SUBTOTAL E 60,825.00 20 % INDIRECT COSTS 1.43% $ 870.00 (E) (ENO. FEE) 3,041.00 CONTINGENCIES (5%) $ (EC) ESTIMATE CONST. COST: S 50, 000.00 TOTAL $ 64, 73 6.00 (E) ESTIMATE CONTRAC'POR'S INFORMA71ON: 1. CLASS: = ® LJ ' TYPE OF WORK: Interior Remodelint' YEARS OF ESTABLISHMENT: 1981 NAME: Lewis Green Construction, Inc. ADDRESS: 18732 N.W. 4 venue CONTACT PERSON: James Green 2. CLASS: = © r—S-1 TYPE OF WORK: YEARS OF ESTABLISHMENT: NAME: - — ADDRESS: CONTACT PERSON: 3. CLASS: 0 = Q TYPE OF WORK: YEARS OF ESTABUSHMENT: NAME: ADDRESS: CONTACT PERSON: CLASS: Ja JOINr On PRIME In SUB 011MOMTY: On BLACK N- HZPANIC f- FEMALE MINORITY ® = LICENSE 092697-3 TELEPHONE (305 ) 754-0935 MINORITY UCENSE TELEPHONE 0 MINORITY © rF LICENSE TELEPHONE( ) C.a AWWOCT DIREMM& AUOCUTW WT. COST AN&Y63. CI► w,►r"M rut 52- 442 3 FORMAL BID MODIFICATIONS TO FIRE STATION NO. 2 Project Number. B-2974-E CIP Number. 313018 Project Manager. FERNANDO PAIVA-- Date:-DQJ-9-/-R2- Person who received the bids: FERNANDO PAIVA/JULIANA PEREZ Received at: CITY CLERK'S OFFICE, CITY HALL Construction Estimate 50,000-00 Time,.;. 11:00 A.M. BID NO.: 91-92-0178 -1 BIDDER Lewis Green Const. Const. Van ToRole Const. Aventura En C 0 s All Const. Inc. ADDRESS 18732 N.W. 42 Ct. 172nd St. 831 N.W. 142nd St. Cove. v Marinae. 21376 Marina Cove. e Cir. Aventure C 7390 S.W. 116 Tern BID BOND AMOUNT B.B. Voucher B.B. Voucher er Voucher B.B. Voucher - B.B. Voucher IRREGULARITIES K MINORITY OWNED YES Yes Yes Yes ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL TOT UNIT PRICE TOTAL 1 3 Items BASE BID: The total of Items 1 and 2. 1 $50,000 $60,695 6 00 9 4] $69,400 $75,900 01 I Id For furnisbing all labor and the equipment required for the �Jons to renovation and modifications r44OQQ I um ' 2. The Ium Fire Station No. sum of 54695 $63,400 $6g,900 2 Provision for svectal Items. The sum 26,000- $6,00 .000 IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT IRREGULARITIES LEGEND THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM LEWIS GREEN A - No Power -of -Attorney 8 - No Affidavit an to capital & surplus of Bonding Company CONSL INC. FOR THE TOTAL AMOUNT OF $50,000-00 C - Corrected Exten6mm D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Inempleta ExUmOic" If the above contractor is not the lowest bidder explain: r- Non -responsive bid --------- ----------------------------------------- G - improper B14 Band(No, Did Bond) ----------------------------------------- H - Corrected Did ii;to NO First Sour" - ----------------------------------------- I - ! airing; compliance Statement I - No Minority Compliance Statement ------------- i --_______________ -------------- X - No Duplicate Bit Proposal 1 0 2 ----------------------- V opw W L rw a P I � �.���II a�w �•rm�i�r � � 'sfu�aiw:.ti.+...r�:�,.�L��JI I .� I Ill�i�� �� IJiil � i ff FORMAL HID MODIFICATIONS TO FIRE STATION NO. 2 Project Number. B-297�—E III Number: 313018 Dater � Project ldatl�.ger: FERNANDO PAIVA �-� Person Mairhgerec'r., @LI the bids: FERNANDO PAIVA/JULIANA PEREZ Received at: CITY CLERK'S OFFICE CITY' HALL = 50 000 Tim: i i:00 A.M. 00 Construction Estimate BIDDER Austin Contractin ADDRESS 3968 N.W. 167 St. BID BOND AMOUNT B.B. Voucher IRREGULARITIES G MINORITY OWNED YES ITEM No DESCRIPTION UNIT CE TOTAL 77 all labor and C 1] TT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT * IRREGULARITIES LEGEND THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM 1XM GREEN ♦ — No power-of-AttoraeY FOR THE TOTAL AMOUNT OF $50,000.00 B — No AffIll ON to Capftest & surptno of Bonding Company CONS'£ INC. C — Corrected Extensions or no Corporate Seal D — Proposai linsfgned or Improperly Biped If the above contractor is not the Iowest bidder explain: z _ twompl to ExU091on. }p. a mpcope Bond(No Bid Bond) -- — ----------------------------------------------------------- H— Cortected Bid --------Y------------------------------------------------------- f _ No first source Eking Compfianee statement _ _ _ _ i — No iffnority Com Rance Statement ------- �� �r-------� 2 OF 2 ----------------------------- K — No Dupifcato Bid Proposal -------------------- sr.r..� sn t FW= ! I 11111 P II1 1111 11 1 1 I 'III I I III I' a Illy it l ,I I II it 11 ji.+l �ll Ir'I + 1 �'�II• n l l I I•I' I I I, �� III I I I I �� If l'