Loading...
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... -.