Loading...
HomeMy WebLinkAboutR-79-0463RESOLUTION NO. 7 9- 4 6 3 A RESOLUTION ACCEPTING THE BID OF L.G.H. CONSTRUCTION CORP. IN THE AMOUNT OF $8,680.00, BID "A" (DEMOLITION) OF THE PROPOSAL, FOR FIRE STATION NO. 4; WITH MONIES THEREFOR ALLOCATED FROM THE "FIRE FIGHTING, FIRE PREVENTION, AND RESCUE FACILITIES G.O. BOND FUND"; WITH ADDITIONAL MONIES ALLOCATED FOR PROJECT AND INCIDENTAL EXPENSES FROM AFORESAID FUND; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS,. sealed bids were received May 30,;1979 for FIRE STATION NO. 4; and WHEREAS, the City' Manager reports that the $8,680.00 bid of L.G.H. Construction Corp. for Bid "A" (Demolition) 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. 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, -and Rescue Facilities G.O. Bond Fund" as set forth under Section B,: Item 3, of said ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: "DOCUMENT 1IA�DE Section 1. The May 30, 1979 WloY(ir.a •W. Conotruc- Lion-'Corp'. in the proposed amount of $8,680.00 for the project entitled FIRE STATION NO. 4 for Bid "A" (Demolition) of the proposal,. based on lump sum price, is hereby accepted the price stated therein to cover the cost of said contract. Section 2. The amount of $8,680.00 is hereby allocatedfrom the account entitled "Fire Fighting, Fire Prevention, and Rescue Facilities G.O. Bond Fund" to cover the cost of said contract. CITY COMMISSION MEETING OE JUN2 5 1979 tEsaumo.i �a7 9„ 4 1EMAW X. rimmmystadik Section 3. The amount of $220.00•is hereby allocated from the aforesaid fund to cover the cost of project expense. Section 4. The amount of $100.00 Is hereby allocated from the aforesaid fund to cover the cost of such incidental items as 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 L.G.H. Construction Corp, for FIRE STATION_ NO.'4, Bid "A" (Demolition) of the proposal. !PASSED -AND ADOPTED this 25th day`of June. 1979. ATTEST: PREPARED AND APPROVED BY: Assistant City Attorney - Maurice A. Ferre APPROVED AS TO FORM AND CORRECTNESS: City/ ttorney M A Y O R 1 7 9 - 4 6 3;' / r mai Fire Station No. 4. Departinent of —Public Works BIDDER; BID `SECURITY DATE BIOS RECEIVED Mav 30. 1979 w�- TYPE OF SECURITY FOR ' AIAOUNT ACCOUNTING USE Sanmar General Contractors 5808 San Vi-cente $984,000.00 Coral GEibles, Florida 33146 TGH Cct,n.Struction Corp. 256r, S. W. 27th Ave. $1 1 S4, fRn, nn ?Miami, Florida 33133 BEC Construction Corp.-', 222 Almeria Avenue $1,191,500.00 Coral Gables, Florida. Wayne Blackwell & Co., Inc. 7330 N. W. 8th Street $1,213.235.00 Miami, Florida 33126_ Fortec Constructors, JV 304 Palermo Avenue Coral Gables,, Florida 33134 $1_230.000.00 "Stir Doc Fn PC RTIVE UMENTS H OW llocoiv.d the above d.seribsdchocks this day of._ 19_ -fOR ACCOUNTING DIVISION re) ACCOUNT COD, Q BID NO. OI z ekskCITY OrMIAMI, FLORIDA REQUISITION FOR REC ESA, RTISEMENT FOR BIDS Oki QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS r r '19 (APR 15 AM 9 : 63 -I a '�, Ralph G. Ongle o co L city Clerk i `o �''' Public ¶''0rledity of MIimI.i " w w DEPT I DIV -nro,'1 ect' P399©20 Index, #310302-690 DATE DATE DATE DATE DATE DATE DATE 4•/20rerg t PREPARED BY a�t�1 a PHONE t� e: AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT CODE ITEM DESCRIPTION QUANTITY UNIT, PRICE AMT, 14'IRTSTATION NO. )1 5 1 0 B-7t53- BIDS TO BE SECURED FOR FIRE STATION NO. 4 FOR THE tLS PPOR R I`JE FOLLOW"DOCUMENTS TOTAL ESTIMATED COST: 6 C?�10 CONTRACTUAL: $" x INCIDENTAL : tTOTAL 16,800 $ $ 2. 1400 APPROVED BY DEPARTMENT OF: ADVERTISE ON.. May3a1979 BIDS TO BE RECEIVED ON 3 3 9.ry{:1 .ar �-_ DIRECTOR OF ISSUING DEPARTMENT SOURCE OF FUNDS: Fire FSrrhtinr; anc rescue 'E ac1l? ti..3 Bond Fund To be filled in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT CODE 30902n EXPENDITURE CONTROLLER AD CODE 1,10302.6P° COPIES' TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — Issuing Department — Otber A//ected Deportment ORM NO. 1043— REV. 74 WHITE GREEN PINK CANARY - BLUE GOLDENROD- Bid No. 78-79-82 SECTION 00010 • ADVERTISEMENT FOR BIDS Sealed bids for RATION NO. 4 will be received b'y the City and d the Ci y erk of. Miami:l'lorida not later.; than liu,,n,m, on the 23rd day of May, 1979 in the City Clerks. office; first floor of the Miami City -Harr-; jbuO Pan American DPive, Dinner Key,Miami, Florida 33133, at which time and place they will be publicy opened and read. The project consists of the construction of the new Fire Station No. 14 for the City of Miami, located at S. W...2 Avenue and S.' W. 11 Street, Miami,.Florida. Plans -and. specifications were prepared by Bouterse Perez & Fabregas Architects Planners. For technical questions, telephone (305)' 358-2211. 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, 3332 Pan American Drive, Miami, Florida. Plans and specifications are to be returned in good order and unmarked within l0 days after bids have been received. Those minority or target area contractors/smallbusinesses 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 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:re advertise. w"D Joseph R. Grassie City Manager TABULATION OF BIDS FOR _ t City Nonuser, City Clerk ,J;� Recei.d by tie i:i Ci•^wni)aien, City Lisa,. City of Miomi. Florid. co Z• P. M. L. G FI, C,: z n::: , C nrit, • fj'll;l 3d, /' idder Lion trod es Pot City Code b Metro Or id on Amount c.C_ma A . C. oa- .+ . ck.•+ l f,C&,rYn:j �✓o r b ',tepid doff DESCRIPTION Tota/ of $ Ids A' '8" +tt• 4101 mid '"B' ($vi/din g : ,Is CoQ.s/ m-s:i tw+.3 1- ✓ :. TOTAL _. 9,9 TOTAL ors /4l . ©0J, "SUPP WE DQCU. FOLL `If TOTAL TOTAL Z/3, 235, an. RREGULARITIES LEGE B.. C—.Correcied.Ereensions O — Propesol Unsigned or improperly Signed o No'.0 A >r Ne Po.wr-ef. Attornoy G — • Improper BidBond N Corrected Bid Pre.. By: GR Form PA M308A 1/77 See IT IS RECOMMENDED TO L. ti, lI. F11 H,1\io0 THAT A CONTRACT BE *.oti Sl SRoC T ►E)td CoE:P. i-ti� PR QPn SP.L 1PS fi o It o•t.o 8-.2753 TABULATION OF BIDS FOR [_ • City Manager. City Clerk Received by the :=r' Cr.^ ==+=' • City C!c:krt70. City of Miami, Florid. et 2 • P. M. MRi 30,./97, Bidder Licensed L Insured es Per City Code S Metro Ord. Bid Bond Amount Irre9uteritres DESCRIPTION �o7t a 1 o t<' TOTAL` TOTAL TOTAL d 'A" t • IRREGULARITIES •LEGEND. A No Pewr-ef. Attorney e_ C — CorrectedErrrerrsiens p — Proposal Unsigned or inky — F.. G — Improper Bid Band N — Corrected Bid Prep. By: /oM 6;91 LI alnRA 1 /77 JO• WO. PROJECT NAME AND LOCATION PROJECT, SCOPE ESTIMATED.. CONSTRUCTION COST DATE'BIDS RECEIVED. BID AWARD FACT SHEET For The. City Manager FIRE STATION NO. 4 S.W. 2nd Avenue and S.W..ilth Street Furnishing all labor, material and equipment necessary tocompletedemolitionof all: existing. items. May'30', 1979 NUMBER OF Five BIDS RECEIVED "SUPPORTNE DOCUMENTS FOLLOW" NAME OF LOW BIDDER. L.G.H. Construction Corp. AMOUNT 'OF_ LOW BID TOTAL FUNDS TO BE ALLOCATED $.9,000,.b0 $ 8,680.00. (Bid "A" - Demolition) LENGTH OF -TIME ALLOWED FOR CONSTRUCTION 20 Cal.endar'days SOURCE OF FUNDS Form.:PW #389 1/79 Fire. Fighting, Fire Prevention and Rescue Facilities G.O. Bond Fund RE STATION NO. BID "A' - DEMOLI oB;NO, B-2753 CONTRACTOR'S FACT SHEET-: LGH; Construction; Corp+. 2565.S'.W, 27 Avenue Florida, 3313 II. ..Principals: ON Phone:; 854=8656 Lloyd G. Hooper - President; W• 'J. ;.Mcleod Vice President. Nancy M:..Hooper '- Secretary/Trea. III. Contractor"is properly licensed and insured., Subcontrac s None required a Experience.: 7years: DayCare:. Center (County.) Police Station (County) V, Not:a minority contractor 140.:Advertisements mailed 23 Advertisements mailed 15 Contractors picked up Contractors submitted his me. 250,000 055,000. out by certified mail out by regular mail plans and specificatiOfls bids . " 463 CFI'? OF ,.:,0041. FL3:11DA k e�� ra.. .-1�;;�i=' (:.•,L 'i :. 1����'•"�r�.i ll.l Lid:} FRC•M: A. -7J d •!J t,C t. trr•+ceki: June 7, 1979 FIRE STATION NO. b - BID "A" Resolution Awarding Contract.. (For June 25, 1979.- Commission-Meeting) B-2753-A Joseph R. Grassie City Manager Donald W. Cather Director De.p.artment of, Public Works Bids were received May'30, 1979 for the demolition for' anew fire station located at 69 N. E.62 Street. As reflected in, the tabulation of bids,•the.48,680.00 bid of L.G.H. Construction Corp. is the lowest responsible bid for Bid "A" of the proposal. Funds have been allocated under the "Fire Fighting, -:.Fire Prevention, and Rescue Facilities.G'.O. Bond Fund" for: the estimated amount,of the contract, -for project expense, and for such items as advertising,- testing laboratories, -postage. THE DEPARTMENT OF PUBLIC WORKS RECOMMENDS ADOPTIONOF THE RESOLUTION ACCEPTING THE BID RECEIVED MAY 30,'1979 OF L.G.H. CONSTRUCTION CORP.IN THE AMOUNT OF $8,680.00;, AND AUTHORIZING THE CITY MANAGER TO ENTER :INTOA CONTRACT IN BEHALF OF THE CITY OF:MIAMI FOR FIRE -STATION NO. 1# - BID "A" (DEMOLITION). JAH:hc 79-463 I