HomeMy WebLinkAboutR-79-0605RESOLUTION NO. r 79-605
A RESOLUTION ACCEPTING THE BID OF L.G.H.
CONSTRUCTION CORP. IN THE PROPOSED AMOUNT
OF $837,149, THE BASE BID OF THE PROPOSAL
PLUS ADDITIVE ALTERNATE ITEMS 2 AND 3, FOR
FIRE STATION NO. 14 (2ND BIDDING); ALLOCATING
THE AMOUNT OF $676,000 FROM THE "5TH YEAR
FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT
FUND" AND $161,149 FROM THE "FIRE FIGHTING,
FIRE PREVENTION, AND RESCUE FACILITIES G.O.
BOND FUND" TO COVER THE CONTRACT COST;
ALLOCATING FROM SAID FUNDS THE AMOUNT OF
$37,680 TO COVER THE COST OF PROJECT EXPENSE;
ALLOCATING FROM SAID FUNDS THE AMOUNT OF
C \\$8,171 TO COVER THE COST OF SUCH ITEMS AS IL -ADVERTISING, TESTING LABORATORIES, AND
"SUPPC35C -fe POSTAGE; AND AUTHORIZING THE CITY MANAGER TO
tov0 \1411JEXECUTE A CONTRACT WITH SAID FIRM
CULtAL0
WHEREAS, sealed bids were received August 28, 1979
for FIRE STATION NO. 114 (2ND BIDDING); and
WHEREAS, the City Manager reports that the $837,1149
bid of L.G.H. Construction Corp. for the Base Bid of the
proposal plus additive Alternate Items 2 and 31 are the
lowest responsible bids and recommends that a contract., be
awarded to said firm; and
WHEREAS, the proposed amount of the, Contract is to
be allocated from the account entitled1'5th,Year era
Community T)evel.opment Block Grant Fund" ; and
WHEREAS, the Capital Improvements Appropriation
Ordinance No. 8716, as amended, was adopted on October 26,
.
1977, and monies are available for the proposed amount of: the
contract, project expense and incidentals, from the account
entitled "Fire Fighting, Fire Prevention,anBd, Rietniir,fid
RescueFacilities
said
ordinance;
Bond Fund" as set forth under Section
ordinance;
':'-'.•-•-.NOW.,„,THEREFORE.,,,,Bal,.1:,IT':-.1sciLyTppy.i.-:..71-1E:JeOMMISSION. OF
.• ,•.
THE CITY OF MIAMI, FLORIDA:
"DOCUMENT IND
•• • .• • ITEM NO.L33_:__
Section 1, The August 28, 1979,:.bicliot L.G.H
Construction, Corp. in the proposed amount of $837,149 for
the project entitled FIRE STATION NO. 14 (2ND BIDDING), for
the Base Bid of the Proposal plus Additive Alternate Items
2 and 3, based on lump sum prices, is hereby accepted at the
price stated therein.
79-605
Section 2 The amount of $837,149 be, and it
hereby, allocated from the, accounts entitled "5th Year
Federal Community Development Block Grant Fund" and "Fire
Fighting, Fire Prevention, and Rescue` Facilities' G.O. Bond"
Fund" to cover the cost of said Contract.
Section 3. The amount of $37,580 is hereby
allocated from the aforesaid Funds to. cover the cost
:Project Expense.
Section 4`.
The 'amount of $8,171 is hereby"allocated'
from the aforesaid Funds to "cover
advertising, testing laboratories and postage.
Section 5,. The City Manager is hereby authorized
to enter into a contract on behalf of The City of Miami with
the cost of such items ,a
L.G.H. Construction Corp., for FIRE STATION NO. 14 (2ND BIDDING
PASSED AND ADOPTED this " 13th day of September
1979.:
"S UPPORTIVE
DOCUMENTS
FOLLOW„
Maurice A. Ferre
MAURICE A. FERRE, MAY ORF
ATTEST:
Vie"
RLLPH .• ONGIE, CITY CLER
PREPARED AND APPROVED BY:
,ROBERT F. CLARK.,
ASSISTANT CITY ATTORNEY
APPROVED AS TO. FORM AND CORRECTNESS.:
i
GEOR
F. KNOX
CITY 'ATTORNEY
- 2 -
79-605
ITEM
BID SECURITY
Fire Station No. 14 (2nd Bidding)
Public Works
BIDDER
LGH Construction Corp.
DATE BIDS RECEIVED
TYPE OF SECURITY
5% BB
August 28, 1979
AMOUNT
2565 S. W. 27 Ave.
$826,825
FOR
ACCOUNTING
USE
Received the above described checks this day of 19
FOR ACCOUNTING DIVISION
•
di"( CF MIAMI, FLORIDA
REQUISITION FOR
ADVERTISEMENT FOR BIDS
l".
QUANTITY REPRESENTS DEPARTMENT
REQUIREMENTS FOR MONTHS
Ralph G. Ongle •
Q: ' L Public _ r9it,yy Clerk —J
y.) DEPTI DIV CI'4�r nF i. Fla 'Index /
ACCOUNT CODE ':ro cct z,' :;J.:,12.1_ Inde # 310302-690
a BID NO. 7''--79--1i5 DATE 7/30/7t
el PREPARED BY Joe H; r i" PHONE t' -
Z
y v.- N v..:
ct K �. CT) iD, ,.},
t a. C1i (U
t1D,.,
DATE DATE DATE DATE DATE DATE
AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUN
CODE
ITEM DESCRIPTION
QUANTITY
UNIT
PRICE
AMT.
:i 0 3 0
6 ; l 0
FIRE STATION NO. l)!
( 2ND BIDDING)
B-2733
"SUPPORTIVE
DOCUMENTS
FOLLOW"
TOTAL
ESTIMATED COST :
CONTRACTUAL:
INCIDENTAL: 5)1
TOTAL
$675, 000
3`) 375
$ a 3,500
71r?,c{l5
APPROVED BY
BIDS TO BE SECURED FOR
FIRE STATION NO. 14
(2ND BIDDING
FOR THE DEPARTMENT OF:
ADVERTISE ON
August 9 1979
BIDS TO BE RECEIVED ON
Augu$t 28, 1979
SOURCE OF FUNDS �5th Year C.D. Grant
DIRECTOR OF ISSUING DEPARTMENT
To be filled in by
EXPENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
PROJECT CODE
EXPENDITURE CONTROLLER
AD CODE
COPIES TO: Purchasing (Org.) -City Manager — City Clerk —EA enditure Control Issuing Department- Other Affected Department
FORM NO t013-REV. 7� WHITE GREEN PINK CANARY BLUE GOLDENROD
A
00010-01
4
SECTION 00010
ADVERTISEMENT FOR BIDS
Bid No 78-79-115
ADVERTISEMENT FORBIDS
Sealed 'bids for FIRE STATION NO. 14 (2ND BIDDING) will be received
by the City Manager and the City Clerk' of The City of'Miami, Florida
not later than 2:00 p.m. on the 28th'.day of August, 1979'in the City.
Clerks office, first floor of the Miami City Hall, 3500 Pan 'American
Drive, Dinner Key, Miami, Florida 33133, at which time and place'';:
they will be -publicly opened and read.
The project' consists of the construction of the new Fire Station
No. 14 for the City of Miami, located at 314-Beacom Boulevard9'Miam
Florida.
Plans and specifications were prepared by. A. Taquechl Association, Inc.,
Architects`, Engineers, Planners For technical questions, telephone
(305) 445-9682.
All bids shall ,be submitted in accordance with the Instructions. to
Bidders and Specifications Plansand specifications May be obtained
from the .office of the director, Department of 'Public °;Works, ',3332 Pan
American Drive, Miami, Florida. Plans and specifications are to be.
returned in good order and unmarked within 10'days' after bids have
been received.
Those minority. ortarget area contractors/small businesses interested
in submitting bids are advised to contact Contractors' Training and'
.Development, Inc..to be provided 'technical assistance in preparing''.
bid packages. For further information call. James D.;Thomas,
Administrative..Assistant, at 579=6848."
Proposal; includes the;t me�_of performance`,.and specifications contain
provisions for:liquidated'damages for failure'complete the on
time,
The City Commission reserves the right to waive any informality ii
any bid:, and the City Manager. may reject any or all bids, and
readvertise.
In addition.to these measures, contractors and subcontractors will
be required to: comply with the provisions of Section 3 (federal
regulation) which require all developers, contractors, and sub-
contractors create 'feasible opportunities to employ and train
residents in the area of the project; and give preference in sub-
contracting;and.purchasing of materials to businesses located in
or owned in substantial part by persons residing in the area of the
project.
No bidder;; may withdraw his bid within 30 days after actual date of
the opening thereof, unless modified in Division 2 - Special
Conditions of the specif�ica_tions.
"SUPPORTi\/•E
DOCUMENTS
r M ENTS
FOLLOW"
Joseph R. Grassie
City Manager
;rt I
TO:
Joseph R. Grassie
City Manager
unomi Donald W. Cather, Director
pt. of Public Works
)
August 29•iL 1979
.St.11.3.;eer:
B-2733
FIRE STATION NO. 14
(2ND BIDDING) - Resolution
Awarding Contract
fiepcsleNcEst
(For September 13, 1979
,-..14cLosupts:
Commission Meeting)
The Department of Public Works and the
Department of Fire recommend adoption
of the resolution accepting the bid
received August 28,1979 of L.G.H.
construction Corp. in the amount of
$837,149 and authorizing the City
Manager to enter into a contract in
behalf of the City of ,Miami for FIRE
STATION NO. 14 (2ND BIDDING).
Bids were received August 28, 1979 forthe construction of
As reflected in the tabulation
a ne‘v located
at.3104f bidcso,mthB°eulSe8v3a7.rb'114:9bbilddfoof
L.G.H. Construction Corp. is the lowest responsible 3.
base bid of the proposal plus additive.alternate items. 2 and.
Funds have been allocated under..the "Fire Fighting, Fire ,
Prevention, and Rescue Facilities G.O. Bond Fund", and "Sth Year
Federal Community DevelePulent 131.uck Grant Fund" for the estimated
amounteroftitslineg,testing
contract, forb prraeto3recis, teexPanendpostage.
seand such items
as dv
JAH:os
Resolution attac IISUPP°P‘1.1\IE
DOCUIVIENT:.
FOLLOW"
•
605
BID AWARD FACT SHEET
For The City Manager
PROJECT :NAME
AND LOCATION FIRE STATION NO. 14 (2nd;Bidding )-
located, at314 Beacom Boulevard.
PROJECT SCOPE
ESTIMATED.
CONSTRUCTION
COST
DATE BIDS
RECEIVED
NUMBER. OF
BIDS :.RECEIVED
NAME OF LOW
BIDDER'
AMOUNT .OF->;
LOW BID
TOTAL FUNDS TO
BE ALLOCATED $883,000
$826,825.00 (Base';. Bid),
5,741.00 (Alt. Item;2
4,583.00. (Alt. Item3
$,337,`1',49 =00
LENGTH OF TIME
ALLOWED FOR
CONSTRUCTION'
SOURCE OF: FUNDS
"SUPPORTIVE
E
p
OCUMvENS T
FOLLOW"
5th Community <Development Funds and Fire
and Rescue Facilities Bond Funds,
Form, Pia ;#389 1/79''-
Fighting,
605
PYRE
STATION
JOB N
NO. 14 (2ND BIDDING)
B-2733
CONTRACTOR'S PACT SHEET
• L`.G.H, Constrction Corporation
2565 S.W. 27 Avenue
Miami, Florida 33133
II 'Principals:
I
Phone:
Lloyd G.:Hooper l
W.J.''McLeod Vice
Nancy M. ,Hooper
Contractor is properly:; licensed and insured.
• `Subcontractors:.
Landscaping Kern Nixon
Electrical --M. `:Electric
Twin Tees - Stresscon
• Experience: 7'years
Dixie Community Park, Phase II
Day Care Center ,.(County)
Police Station (County)
VI. Not a minority contractor.
VII.
854-8656
resident
President
ecretary/Treasurer
1,500,000
250., 00;0
•
1,055,00,0
30 Advertisements mailed out by certified mail
40 Advertisements mailed out by regular mail.
3 Contractors picked up plans and specifications.
2 Contractor submitted bid
DOCUMENTS
,SLOW,,
11111111111111111111111111111111111
FIRE STATION NO. 14 (2ND BIDDING);;
JOB NO B 2733
CONTRACTOR'S FACT SHEET.'.
L.G.H. Constrction Corporation
2565 S.W. 27 Avenue
Miami,;; Florida 33153
II Principals:
III
Phone 854-.8656
Lloyd G Hooper - °President
W.J. McLeod - Vice President
Nancy M.-Hoopes- Secretary/Treasurer
Contractor is properly licensed and insured.
IV. Subcontractors:.
VI.
V I I;
Experience:
Landscaping Kern - Nixon
Electrical;;-°M Electric.
Twin Tees - Stresscon
7 years
Dixie Community ParkPhase
Day Care Center (County)
Police Station (County)
Not a minority contractor.
000
25,0;00,0
30 Advertisements mailed out by certified -mail...
40 Advertisements:mailed out by regular mail.
3 Contractors picked up plans and specifications
2 Contactor submitted bid.
'1!
lJ �,, r r` � V
FOBLOW'', S
uii■imii..ui.
TABULATION OF BIDS FOR
City Manager, City Clerk
Received by the r:!ys=r.-::rz: , C:'; 171c.-S7, City of Miami, Florida at ?-1''7 P. M.
r
Bidder
licensed S
Insured as Per City Code Metro Ord.
Bid Bond Amount
Irregularities
Item
No.
DESCRIPTION
Unit
Price
Total
Unit
Price
Total
Unit
Price
Total
I.?
Unit.'
Price.
Total
Unit;;
Price
Total
Unit
Pricei
Total
Fa_ ).•l-•!70 CI7A/id'
::i e4)..a
(/
A%r rre �•�. ./ O�f'J'JGT
,r._
0 o i ??
eAZ 271-. �? - So/4le 1/14 ;<,1,- ybo,,;
a
22
;/.00:
IRREGULARITIES: LEGEND
A - No Pourer- oi• Attorney.
.B
C - Corrected Extensions
D _ Proposal Unsigned or improperly Signed or No Corporate Seal
E_
F_
Crb G - Improper Bid Bond
OH - Corrected Bid
CiOtI_
.-
Prep. By: �Al%r?, y
IT IS RECOMMENDED THAT
b Is G. //
:a . ? -ii .; ' .3 .
y � !
•
.7-• i`� �r ..,
h0.
1
A 4/t, _t -,,./,
DISTRIBUTION:
BID
75
JOB N
�3-:273j
IIII.I... -.