Loading...
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