HomeMy WebLinkAboutR-82-0696RESOLUTION NO .
A RESOLUTION ACCEPTING THE BID OF L.G.H.
CONSTRUCTION CORPORATION IN THE PROPOSED
AMOUNT OF $119,750, TOTAL BID OF THE
PROPOSAL, FOR S14IP19IING POOL - RENOVATIONS -
1982; WITH MONIES THEREFOR ALLOCATED FROM
THE ACCOUNT ENTITLED "SWIMMING POOL
RENOVATIONS" IN THE AMOUNT OF $119,750
TO COVER THE CONTRACT COST; ALLOCATING
FROM SAID FUND THE AMOUNT OF $15,550 TO
COVER THE COST OF PROJECT EXPENSE;
ALLOCATING FROM SAID FUND THE AMOUNT OF
$20400 TO COVER THE COST OF SUCH ITEMS
AS ADVERTISING, TESTING LABORATORIES, AND
POSTAGE; ALLOCATING FROM SAID FUND THE
AMOUNT OF $5,050 TO COVER THE INDIRECT
COST; AND AUTHORIZING THE CITY :MANAGER
TO EXECUTE A CONTRACT WITH SAID FIRM
WHEREAS, sealed bids were received June 22, 1982
for SWIP,21ING POOL - RLNOVATIOI4S - 1982; and
WHEREAS, the City Manager reports that the bid
of L.G.H. Construction Corporation, for the total bid of
the proposal, is the lowest responsible bid, and recommends
that a contract be awarded to said firm; and
WHEREAS, the Capital Improvements Appropriation
Ordinance No. 9353, as amended, was adopted on November 19,
1981, and monies are available for the proposed amount of
the contract, project expense, incidentals, and indirect
cost from the account entitled "Swimming Pool Renovations",
as set forth under Section IX, Itetl B.i.22, of said
ordinance;
NOW, THEREFORE., BE IT RESOLVED BY THE COMMISSION
OF THE CITY OF MIAMI, FLORIDA:
Section 1. The June 22, 1982 bid of L.G.H.
Construction Corporation in the proposed amount of
$119,750, for the project entitled SWIMMING POOL -
RENOVATIONS - 1982, for the total bid of the proposal,
based on lump sum prices, is hereby accepted at the price
stated therein.
CITY COMMISSION
MEETING OF
J U L '), 2 1982
82—S.-P-)
RE8DU MN NO ........... ......
REAIARK�:..........................
12
Section 2. The amount of $119,750 is hereby
allocated from the account entitled "Swimming Pool
Renovations" to cover the cost of said contract.
Section 3. The additional amount of $15,550
is hereby allocated from the aforesaid fund to cover
the cost of project expense.
Section 4. The additional amount of $2,400 is
hereby allocated from the aforesaid fund to cover the
cost of such incidental items as advertising, testing
laboratories, and postage.
Section 5. The additional amount of $5,050 is
hereby allocated from the aforesaid fund to cover the
indirect cost.
Section 6. The City Manager is hereby authorized
to enter into a contract on behalf of the City of Miami
with L.G.H. Construction Corporation for SWIM14ING POOL -
RENOVATIONS - 1982, total bid of the proposal.
PASSED AND ADOPTED this 22nd
1982.
ATTEST:
AC=X CITY CLERK
PREPARED AND APPROVED BY:
.!1
Deputy City Attorney
APPROVED AS TO FORM AND CORRECTNESS:
ity It
torney
day of July
Maurice A. Ferre
M A Y 0 R
WM
s $"
f D AWARD FACT SHEET 8-2839
Tor The City P4anager
PROJECTNA'ACID LOC:�TIOtJ SWIMMING POOL - RENOVATIONS - 1982
CURTIS PARK POOL - 2300 N.W. No. River Dr.
MORNINGSIDE PARK POOL - 850 N.E. 55 Terr.
PROJECT SCOPE Replacing the four filters at Morningside
Pool, repairing the three filters at
Curtis Pool,also installing new back wash
lines at both pools.
L;1GI;IEER ;STI:IATED C0:;ST?UCTIO11 COS^ $150,000
DATE SIDS RECEIVED June 22, 1982
NUi,r3 R OF BIDS RECEIVED 4
NAi'1--- OF LO'.! BIDDER L.G.H. Construction, Corp.
AMOUNT OF LOW BID $119, 750. 00
TCTAL FUNDS TO BE ALLOCATED
Cc::;-a�:t: $ 1199750
Project Expense: 15,550
Incidentals: 29,400
ubt=t1 W 137,700
5,050
Total $ 142,750
LEND- H GF "'T_"= aLL L-rED FC'R CO:I3TFUCTION 80 working days
SOURCE OF FUNDS
Form PS•! #389 1/81
Prepared by: Gene Pelaez
Date: 6/30/82
CIP Item IX.B.i.22
SWIMMING POOL RENOVATIONS - 1982
JOB NO. B-2839
CONTRACTOR'S FACT SHEET
I. L.G.H. Construction Corporation
2565 S.W. 27 Avenue
Miami, Florida 33133 Phone: 854-8656
II. Principals: Lloyd G. Hooper - President
Nancy M. Hooper - Secretary/Treasurer
III. Contractor is properly licensed and insured
IV. Subcontractors: None required at this time.
V. Experience: 7 years
Tacolcy Center Expansion $1,296.686
Fire Station No. 14 837,149
Dixie Community Park, Phase II 1,500,000
Gibson Park Pool - Modifications 153,090
VI. Not a minority contractor
VII. 17 advertisements mailed out by certified mail
91 advertisements mailed out by regular mail
14 contractors picked up plans and specifications
4 contractors submitted bid
6 /30 /82
TABULATION OF BIDS FOR
City Manager, City Clerk A.
Received by the=.y..frTr. rssier-,- City -Clerk, City of Miami, Florida of � P. M.
_
Licensed S Insured as Per City Code S Metro Did.-
B,d Bond Amount—
Umt (
( Total
Unit
Pr,ce Total
hrwpulont,es
`
Unit
Unit
Unit
na
Unit
U
Total
Item
DESCRIPTION
Pfico
Total
Price
Total
Pr,ca
Total
Pnce
No.
J,
YS
�✓ 'l.
't .�. i�'
_._-�.-.
.�s.-.
� .tt. � ! :/ 1. .L
/•.rr rrr
4
!
_
DISTRIBUTION:
IRREGULARITIES LEGEND
IT IS RECOMMENDED THAT 44 £"'� %� .`1` � � f'•
A -Na Powe+ -of. Attorney
8 - No Afl,d—f as to Capital S Surplus of Bonding Company
C - Corrected Extensions
�� / ' • yr • %' `
`
j
D - Proposal Unsigned or improperly Signed or No Corporate Seal
t r �...t , :; j /".'r', '; , r.
'—•
I `
:� f B i D t
G - Impropwr Bid Bond------
N - Corrected Bid
JOa -0-
I -
^' 1
Prep 81. T rGw ♦'Gi
`E
/1
Howard V. Gary June 29, 1982 B-2839
City Manager
SWIMMING POOL - RENOVATIONS -
1982 - Resolution Awarding
Contract
Donald W. Cather (For Commission Meeting
Director of Publ' rks of July 22, 1982)
co
ojj
The Department of Public Works recommends
�., adoption of the resolution accepting the
bid received June 22, 1982 of L.G.H.
Construction Corporation in the amount
-� of $119,750; and authorizing the City
N Manager to enter into a contract on
=� behalf of the SWIMMING POOL - RENOVATIONS -
1982.
Bids were received June 22, 1982 for replacing the four
filters at Morningside Pool; repairing the three filters
at Curtis Pool; also installing new backwash lines at
both pools.
As reflected in the tabulation of bids, the $119,750
bid of L.G.H. Construction Corporation is the lowest
responsible bid for the total bid of the proposal.
Funds have been allocated under the "Swimming Pool
Renovations" account for the estimated amount of the
contract, for project expense, for such items as
advertising, testing laboratories, postage, and for
indirect cost.
Fourteen contractors picked up plans and specifications;
four contractors submitted bids. The engineer's estimate
was $150,000.
1
Resolution attached
SZ—iJJG.
L
CID SECUP'UTY
!TEM Swimming Pool Renovations 1982 pATE ilpi June 22, 1982
.....��—
TYPE OF SECURITY
�tt>OEI!
TOTAL
AMOUNT
Target Construction Co.
3510 Biscayne Boulevard
Miami, Florida 33137
$139,000.00
5%
BB
MET Construction Inc.
355 N. W. 54 Street -
Miami, Florida 33127
$167,368.00
5%
BB
L.G.H. Construction Corporation
2565 S. W. 27 Avenue
Miami, Florida 33133
$119,750.00
5%
BB
Tarafa Brothers, Inc.
4143 S. W. 74 Ct., Suite D
Miami, Florida 33155
$153,200.00
5%
BB
r�
49601•e/ ibb 049vM Alf(Viiod rey
., ,oR KCOUNTWO DIVISION
WY OF MIAMI, PL0011DA
REQUISITION FOR
QUANt!" Ot"k9tNtS
ORPA"M&W
ADVERTISEMENT FOR BIDS
o6st -mowma
� \ om
V4
Public Works
DEPTIDIV-
---
ACCOUNT CODE Pr iect f1351C)O34
lnjc.-, �1313501-2 7
DATE DATE f E
DATE DATE DATE
BID NO. 81-84. 2-100 -
DATE Ziny 76, 1927
z
PREPARED BY Pel'aCZ
PHONE
AM IT AMOUNT AMOUNT AMOUNTAMOUNT AMOUNT
it
47,
COCE ITEM -DESCRIPTION
QUANTITY UNIT
PRICE AMT.
BIDS TO
BE SECURED FOR
3-13501-
SW%k1TNQ PWL-.-'
`�WVVWIG' R)()*L - RENOVATIONS
23 7
RZ140VATP'));S j 97
FOR THE DEPARTMENT OF:
"forks
ADVERTISE ON
BIDS TO BE RECEIVED ON
'Tur"3 22v 11"P2
TOTAL
ESTIMATED COST.- APPROVED BY:
CONTRACTUAL:
INCIDENTAL: $ 3I iEt DIRECTOR OF ISSUING DEPARTMENT
TOTAL $
SOURCE OF FUNDS: t X
I,j b( filh d in b) Mill lial
EXPENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
PROJECT CODE AD CODE
(.01111-S TO: Purchasing (Org.) — City Manager — 01y Clerk —!:xpenditure Control — Issuing Department — Other Affected Department
f UHM NO Ir43 REV 14 WHITE GREEN PINK CANARY BLUE GOLDENROD 9.2-& 9&
0
Bid No. 81-82-100
ADVERTISEMENT FOR BIDS
Sealed bids for SWIMMING POOL - MOD'IFICAYIONS - 1982 will be
received by the City Manager and the City Clerk of The City of Miami,
Florida at 2:00 p.m. on the 2T#d J!1gy ;b7f g n 1 2 in the City
Clerk's office, first floor of the Miami City Hall, 3500 Pan American
Drive, Dinner Key, Miami, Florida 33133, at which time and place they
be publicly opened and read.
The project consists of making m&*1 fAiPf-66P6bo the pump room at
Curtis Park Pool located at 2300 N.W. North River Drive. Also
making modifications to the pump room, installing new filters and
installing a new pool lighting system at Morningside Park Pool
located at 850 N.E. 55 Terrace.
All bids shall be submitted in accordance with the Instructions
to Bidders and Specifications. Plans and specifications may be
obtained from the office of the director, Department of Public
Works, 275 N.W. 2 Street (4th Floor), Miami, Florida. Plans and
specifications are to be returned in good condition and unmarked
within 10 days after bids have been received.
Those minority or target area contractors/small businesses
interested in submitting bids are advised to contact Contractors
Training and Development, Inc., 5800 N.W. 7 Avenue, Suite 212, tel.
754-4903, if they require assistance in preparing their bid packages.
Proposal includes the time of performance, and specifications
contain provisions for liquidated damages 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.
Howard V. Gary
City Manager