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
----------------------------------------------------------------