Loading...
HomeMy WebLinkAboutR-91-0805J-91-904 10/25/91 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF LEWIS GREEN CONSTRUCTION, INC., IN THE PROPOSED AMOUNT OF $92,000.00, TOTAL BID OF THE PROPOSAL, FOR SCATTERED SITE HOUSING HOMEOWNERSHIP DEVELOPMENT PROGRAM - WYNWOOD PHASE II - TWO (2) THREE BEDROOMS, TWO BATHS SINGLE-FAMILY RESIDENCES (B-3245); WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1990-91 CAPITAL IMPROVEMENT ORDINANCE NO. 10792, PROJECT NO. 321034, IN THE AMOUNT OF $92,000.00 TO COVER THE CONTRACT COST AND $6,826.94 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL OF $98,826.94; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received October 15, 1991 for SCATTERED SITE HOUSING HOMEOWNERSHIP DEVELOPMENT PROGRAM - WYNWOOD PHASE II - TWO (2) THREE BEDROOMS, TWO BATHS SINGLE-FAMILY RESIDENCES (B-3245); 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 1990-91 Capital Improvement Ordinance No. 10782, was adopted on September 27, 1990, and CITY COMrMSSION ME ETLvG OF , N 0 V 14 1991 i -- SUMMON ft. monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 321034 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: 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 October 15, 1991 bid of LEWIS GREEN CONSTRUCTION, INC., in the proposed amount of $92,000.00, for the project entitled SCATTERED SITE HOUSING HOMEOWNERSHIP DEVELOPMENT PROGRAM - WYNWOOD PHASE II - TWO (2) THREE BEDROOMS, TWO BATHS SINGLE-FAMILY RESIDENCES (8-3245) for the total bid of the proposal, based on lump sum prices, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $98,826.94 is hereby allocated from the Fiscal Year 1990-91 Capital Improvement Ordinance No. 10782, Project No. 321034. Said total project cost consists of the $92,000.00 contract cost and $6,826.94 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contractI/ on behalf of the City of Miami with LEWIS GREEN i� 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- CONSTRUCTION, INC., for SCATTERED SITE HOUSING HOMEOWNERSHIP DEVELOPMENT PROGRAM - WYNWOOD PHASE II - TWO (2) THREE BEDROOMS, TWO BATHS SINGLE-FAMILY RESIDENCES (B-3215), total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 14th day of Novem� 1991. LEGAL REVIEW BY: G. M 1AM E CHIEF ASSISTANT CITY ATTORNEY CAPITAL PROJECT: JTD-UFIRG�Z C I P O J E C MANAGER SUBMITTED BY: DIRECTOR OF PUBLIC WORKS APPROVED AS TO FORM AND CORRECTNESS: CITY rTTO7Y -3- BID SECURITY LIST BID ITEM: ___SCATTERED_ SITE _HOUSING _HOME OWN ERSHIP DE.VjLaP_,jF�Ij_'-___ PROGRAM - WYNWOOD PRASE IT B `T� S_____-_____ BID HO.r---21=22--22------------------------------------------ DATE BID S ) OPENED: ----LL;-30._-:' ..rb-____-_.------------- �� TOTAL BID EOND_SorZ BIDDER ------ DID AMOUNT --- ----- CASHIRR!S_CHECK___ ------- - ----- ----------------------- LEWIS GREEN CONS. -------------- $ 92,000.00 ------------------------- B.B. VOUCHER APEX CONS.ENTERPRISES 93,350.00 5% B.B. F.D.M. CORPORATION ---------------------------------------------------------- 117,000.00 B.B. VOUCHER NOXON CONSTRUCTION CORP. 114,747.00 B.B. VOUCHER INTER DESIGN CONSTRUCTION INC. 92,040.00 CHECK $ 4,602.00 LEADEX CORPORATION ---------------- 96,652.00 ------------- B.B. VOUCHER ------------------------- ENCOREBUILDER, INC. 122,266.00 5% B.B. __LL----------------------------------------------- ' GALT .CH INCi_______________ -_115,048.00 _ -- B.B. $ 6,500.00 aCaa B.B. _ VOUCHER - LOU GRAND CONSTRUCTION I 92,356.00 B.B. 5% B ' VAN TOPOLE CONS, J INC. 109,566.00 NO B.B. ---------------------------- ---------------------- --------------L------------------------------------ ** WE RECEIVED_ ONLY ONE COPY-OFITHE BID WHICH ------------------ ------ -- - - - - - - - - - -- - - -- - r - - - --- - - - - - - - ------------------------ AS SENT TO PUBLIC WORKS. ------------------------ -- -- -- - - - - - - - - H -- - - - - - - - - - - - -t------------------------- - - - -- - - ---- - - - - - - - - - - - - - -0-- - - - - - - - - -- - - - - - - - - r-------------- -------------- ---------------------------� r received (�) envelopes on behalf of (Person re'GeivinQ—ids) Public Works -------------------°o----��-1—�_--/�-,1---------- (City Department) rl) uty—City Clerk) Illliililli'111111lai ii 116o101l 'lihil il, 1 1 LIII. 1 III I II I I Ili, I �1'J 1Jkli i l ly I I I 'III Ili, 11.1.1,11 I City of Miami Cash: — — �` COLLECTIONS REPORT Checks: p • zQ Total: 61 � QP Report of Collections or: eL�it/� p�-F/ ��" Dat DR No O 9 9 9 0 Department/Division: Prepared By: Signature LN I40 TRANS. CODE DOCUMENT REFERENCE NO. SUBSIDIARY ACCOUNT INDEX CODE OBJ. OF REV. PROJECT AMOUNT (KEYPUNCH LEFT ZERO FILLED) �—.30�,/,r, i`� i�'-�� D CRIPTIOND�''t'.L no. R P. F series = G/L no. series no. �o D ,r607 0.9,0 1 1 1a�2D O I I I I 1 I I- I I 1 I I I I I I 1 I I I I I C ,FNi TM 403 Rev. 06/89 Routing: Carry both copies and funds to Treasury Management (Finance Dept.) DISTRIBUTION: White - Treasury Manaaerl Canary . nanarlman► iehar waliAnt-4 ti.. T,o-- ►A ... n...,..... , t , J 11 INTER -DESIGN CONSTRUCTION, INC. 9450 Sw. 72ND ST. MiAml . FL 33173 PAY TO THE ORDER R READY STATE BANK 260 SW. •r�w•A11a�4,MWf7117 FOR t000 i4tus t:06MIM631: 2144 DOLLARS qolll Lo 0 Bid' No. 91-92-002 _ �` ADVERTISEMENT FOR BIDS Seal �ds.,for., con traction of two (2) single farm ly homes for the "SCATTERED SITE HDUSIrc HOME���Hjf LtVi! NT PROGRAM - WYNWOOD PHASE II B-3245", will be received by the City ManagerCVhd ". a ty Clerk of the City of Miami, Florida at 11: 30 a.m. on the 15th day of OctoVr,{Y9-JJJAAt1.6ie City Clerk's office, first floor of the Miami City Hall, 35W Pan Anerican Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. The project consists of site preparation and construction of two (2), three -bedroom, two -bath single family residences. The project is to be constructed at the following publicly owned sites: 38 N.W. 35 Street and 42 N.W. 35 Street. The estimate for this project is $94,000.00. City will require bidders to furnish a bid bond or a bid bad voucher. For clarification of technical issues as presented in the construction documents and specifications please contact Cheryl El -Amin at the City of Miami Housing Conservation and Development Agency, (305) 579-3366. — All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to WiM t proposals in duplicate originals. Plans and specifications may be obtained frcm the office of the Director of Public Works, 275 N.W. 2 Street, 3rd floor, Miami, Florida, 33128, on or after September 26, 1991. If bidders wish, a set of plans and specifications will be mailed to then by writing to the Departrnent of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and -_ specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. A pre -bid conference will take place at 2:00 p.m. on October 9, 1991, at the Public Works Department, 4th floor, to address questions regarding the project. Prospective bidders are urged to attend. Prospective bidders are alerted to the provisions of Ordinance No. 10062 regarding allocation of contracts to minority vendors. The City will expect prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instructions to Bidders. The City of Miami has adopted Ordinance No. 10032, which implements the First Source Hiring Agreement." The object of this Ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information, contact Ivey Kearson, City of Miami at (305) 579-6924. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City CoTmission reserves the right to waive any informality in arty bid, and the City Manager may reject any or all bids, and readvertise (B-3245, Req. 5659). Cesar H. Odio City Manager i WPM — REQUISITION FOR ADVERTISEMENT This number must appear _ in the advertisement. DEPT/DIV. rc�jcs.t ,� 32tf'1�� Ie)<if : No. ?3('1. )1.-71(171 1,1<' .;,_,, ACCOUNT CODE 09 DATE PHONE �_____ PREPARED BY Publish the attached advertisement Type of advertisement: legal (Check One) Size APPROVED BY: (number of times) -A, classified display Starting date DIRECTOR OF ISSUING DEPARTMENT times. First four words of advertisement: :rr{c JI iCd i�i C,A1 1,111':0 ',,19 i". c}t+•tf:i f''tl t�titr'i:i:tif<.�i' Remarks: :!}'t-i:'f(,';)V :'Gig"t5:-. DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. DATE(S) OF LINE PUBLICATION ADVERTISEMENT INVOICE AMOUNT A-1 ,Z "• C6 B-2 -• L7 D-4 ' E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER YDUE DATE Y MM DO Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 117 18 1 125,34 39,42 45 50,51 56 57 62 63 65 66 71 0 1 2 411 V P 2 0 2 21817 1 2 3 4 7 8 V P 121314 15 DESCRIPTION 36 64DISCOUNT 69 72 AMOUNT 80 5 2 010121011 Approved for Payment White — Purchasing Yellow - Finance Pink — Department U CITY OF MIANAI, FLORIDA CA-7 INTER -OFFICE: MEMORANDUM Honorable Mayor and Members of t City Commission R O Y Cesar H. Odio City Manager RECOMMENDATION DATE Fic.c B - 3 ? 4 5 NOV -- 5 I4 a � SUBJECT Resolution Awarding Contract for SCATTERED SITE HOUSING HOMEOWNERSHIP DEVELOPMENT REFERENCES PROGRAM - WYNWOOD PHASE I I - TWO(2) THREE BEDROOMS, TWO BATHS ENCLOSURES SINCLE FAMILIES RESIDENCES 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 SCATTERED SITE HOUSING HOMEOWNERSHIP DEVELOPMENT PROGRAM - WYNWOOD PHASE II - TWO (2) THREE BEDROOMS, TWO BATHS SINGLE-FAMILY RESIDENCES (B-3245), received October 15, 1991 in the amount of $92,000.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $92,000.00 % of Cost Estimate: 99% Cost Estimate: $94,000.00 Source of Funds: Fiscal Year 1990-91 CIP Ordinance No. 10782, as amended. Minority Representation: Public Hearings/Notices: Assessable Project: No 233 invitations 19 contractors (12 Hispanic, 11 contractors (7 Hispanic, No public hearing Discussion: The Department of Public received on October 15, 1991, and responsible and responsive bid, in from Lewis Green Construction, Inc., corporation. Funds are available to for such incidental items as reproduction; costs. it Attachment: 1` Proposed Resolution pickup plans & specs 3 Black, 1 Female) submitted bids 2 Black, 2 Female) Works has evaluated the bids determined that the lowest the amount of $92,000.00 is a black -minority controlled cover the contract cost, and postage, blueprinting, and i .. S 0 5 OA--?-1 fJ SCATTERED SITE HOUSING HOMEOWNERSHIP DEVELOPMENT PROGRAM - WYNWOUD PHASE II JOB NO. B-3245 CONTRACTOR'S FACT SHEET 1. LEWIS GREEN CONSTRUCTION, INC. 18732 N.W. 42 Court Miami, FL 33055 Tel (305) 620-4545 2. Principals: Lewis Green, President 3. Contractor is properly licensed and insured. 4. Subcontractors: To be furnished. 5. Experience: Corporation established in 1981. 6. A black -minority contractor. 7. Project and Scope: The project consists of site preparation and construction of two (2) three -bedroom, two bath, single-family residences. The project is located at 38 N.W. 35 Street and 42 N.W. 35 Street. Ninety (90) working days construction time. 8. Funds allocated: Contract Bid Price: $92,000.00 (Contractor) Estimated Project Expenses (City of Miami) Engineering, Architectural, Surveying, Inspections, etc.: 4,600.00 Blueprint: 200.00 Advertising and Postage: 633.64 Testing: SUBTOTAL $97,433.64 Indirect Cost Allocation 1,393.30 (City of Miami) TOTAL ESTIMATED PROJECT COST $98,826.94 Prepared by: N. Pantoj a '.I i f"S' 0 5 13 _ 1. 0 FORMAL TABULATION OF BIDS ED INFORMAL Project Name, SCATTERED SITE H❑USING Project Number, B-3245 CIP Number- 321034 Project Managers JOHN JACKSON Date, 10` 15 91 Person who rece;ved the b;dsi JULIANA PEREZ Received at, CITY CLERK'S OFFICE Construct;on Est;date = 3 94,000 T;mei 11,30 A.M. a) Names Minority Located ;cenced & B;d Bond Total % of IRR BID # in Miami? Insured? Amount Bid Estimate e b) Address B H F I a) LEWIS GREEN CONSTRUCTION X NO YES B.B. $92,000 98% b) 18732 N.W. 42 COURT VOUCHER 2 a> INTER -DESIGN CONSTRUCTION X YES CHECK, $92,040 987 b> 9450 SUNSET DR. # 201-A NO $4,602 3 a) LOU GRAND C❑NSTRUCCTION X NO YES 5% B.B. $92,356 987 b) 10242 N.W. 47 ST. SUITE 15 a) APEX CONSTRUCTION 4 X YES YES 5% B.B. $93,350 997 b) 1401 S.W. 1ST. ST. # 206 5 a) LEADEX CORPORATION X YES YES B.B. #96,652 103% b) 42 N.W. 27TH AVE. STE. 304-A VOUCHER 6 a) VAN TOPOLE CONSTRUCTION X YES NONE $109,566 116% C b) P.❑. BOX 531062 7 a) D.E. GIDI & ASSOCIATES X NO YES B.B. $111,000 11$% b) 255 UNIVERSITY DR, SUITE 201 VOUCHER 8 a) NOXON CONSTRUCTION X YES YES B.B 122/. b) 5200 S.W. 8TH STREET 0204-B) VOUCHEP, $114,747 AW 9 a) GALTECH INC. X NO YES B.B. 122/. b) 8001 N.W. 64TH ST. $6,500 $115,048 IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE IRREGULARITIES LEGEND LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM LEWIS GREEN A - No Power -of -Attorney CONSTRUCTION FOR THE TOTAL BID AMOUNT $92,000 B - No Affidavit as to Capital 6. Surplus of Bonding Company C - Corrected Extensions If the above contractor Is not th west bidder explain: I D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions F - Non -responsive bid Q__ G - improper Bid Bond H - Corrected Bid ---------------- -- - ----------------------- -------- _ -�- - ---� F� g _ _ -----' --- - I - No First Source Hiring Compliance Statement ___________________________________________________ J - No Minority Compliance Statement K - Na Duplicate Bid Proposal ----------------------------------------------------------------