Loading...
HomeMy WebLinkAboutR-99-0364h J-99-449 5/11/99 RESOLUTION NO. +W 4- A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF E.D.F.M. CORPORATION, FOR THE FURNISHING AND INSTALLATION OF BLEACHERS ON CONCRETE SLABS AT VARIOUS CITY PARKS, FOR THE DEPARTMENT OF PARKS AND RECREATION, IN AN AMOUNT NOT TO EXCEED $150,116; ALLOCATING FUNDS THEREFOR FROM COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS AND FROM A STATE LEGISLATIVE GRANT FOR CAPITAL IMPROVEMENT PROJECT NOS. 331403, 331310, 331351, 331070, 331384, AND 331391, AND FROM A STATE LEGISLATIVE GRANT FOR PROJECT NO. 331360, AS APPROPRIATED BY GENERAL APPROPRIATION ORDINANCE NO. 11705, AS AMENDED. WHEREAS, the Department of Parks and Recreation, through community feedback, has determined that a need exists for the acquisition and installation of bleachers in time for the football season; and WHEREAS, pursuant to public notice, sealed bids were received April 19, 1999, for the furnishing and installation of bleachers on concrete slabs at various city parks for the Department of Parks and Recreation; and WHEREAS, Invitations for Bid No. 98-99-081 M/WBE were mailed CITY COMMSSION MEETING OF MfAy 1 1 1999 Resolution No. 99-- 364 '... to thirty-five (35) potential bidders; and WHEREAS, two (2) bids were received; and WHEREAS, funding is available from Community Development Block Grant funds for Capital Improvement Project Nos. 331403, 331310, 331351, 331070, 331384, and 331391, and from a State Legislative Grant for Project No. 331360, as appropriated by General Appropriation Ordinance No. 11705, as amended; and WHEREAS, the City Manager and the Director of the Department of Parks and Recreation recommend that the bid received from E.D.F.M. Corporation be accepted as the lowest most responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid submitted by E.D.F.M. Corporation, for the furnishing and installation of bleachers on concrete slabs at various City parks for the Department of Parks and Recreation, in an amount not to exceed $150,116, is hereby accepted, with funds therefor hereby allocated from Community Development Block Grant funds for Capital Improvement Project Nos. 331403, 331310, 331351, 331070, 331384, and 331391, and from - 2 - 1-1 M a State Legislative Grant for Project No. 331360, as appropriated by General Appropriation Ordinance No. 11705, as amended. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.1/ PASSED AND ADOPTED this lltll_ day of May , 1999• ATTEST: JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, ::1 i i; ni^I?.tior no i becomes effective with the elapse otAiii& tmmiss; action; regarding same, without the Mayor ty Clerk WALTER J. FOEMAN CITY CLERK APPROVEBeAOSIO10 73:RCL AND CORRECTNESS �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 3 - 99- 364 t I 1• RCY 13Y : C I 'I Y OF M I AM I : i - 1 1 -919 : 8 : 1 t 1 +30 54-132 I P54 -• CONINI. A. TL:FLF..: N Y. 05-11-99 06:24 From -PARKS i RECREATION +305416T154 1-657 F.OT/OE F-358 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO The Honorable Mayor and DATE: 1 1 MAY 1 1 IBM PLE Members of the City Commission IRRi suarECT : Authorizing the Furnishing and Inatallation of sleaCbers on Concrete slabs at Varioua REFERENCES: City Parka /n4xqW a�i "w Pom City Manager ENCLOSURES RBCOFIMMAITON it is respectfully recommended that the City Commission adopt the attached Resolution authorizing the furnishing and installation of bleachers on concrete slabs at various city parks from E. D. F. M. Corporation, female/Dade County vendor, located at 10021 S. W. 99 Avenue, Miami, Florida for a total amount not to exceed $150,116.00 pursuant to bid No. 98-99-61 M/WBE, for the Department of Parks and Recreation. Funding is available from Community Development Block Grants in Capital Improvement Program Project Nos. 331351, 331070, 231384, 331391, 331310, 331403 and from a State Legislative Grant for Project No. 331360. BACKGROUNDS The Department of Parks and Recreation has received community input as to the needs of the City's baseball and football fields from the neighborhood residents. Among the items determined to be of great need were bleachers for these bailfields. Some of the most heavily used ballfields are located at Range, Williams, Radley, Gibson, Shenandoah, and Grapeland Parks. Pursuant to public notice, four (4) sealed bids were received for bleachers for the ballf ield, but two (2) were deemed non -responsive due to lack of certification by the City. Award of the bid is recommended to E. D. M. F. Corporation, a female/Dade County vendor which submitted the lowest responsive and responsible bid. Tnt_al Arnnunr of 13i d: $1501116 Source of wun_do: Community Development Block Grant Funds (CDBG) Capital Improvement Project No. 331351, 331070,331384, 331391, 331310, and 331403. State Legislative Grant for Project 331060 Index Codes 589301-660. 99-- 364 D(V r It RCS' BY: C1'I'Y of %1IA111 : 5-11-99 : R:11 : +0O54162151- COMM. A. 'I'EELE:k :3 C5,11-88 08:Z5 From-FARKS A RECP.EATION +3054162154 T-BUT P.03/06 F-358 Minnritry parr_inination: Awarded to a Female Firm p11h1 i One legal advertisement AAAAAAahlP Prnj ct: N/A DIHW/ AR/j ag Attachment c: Raul Martinez, Assistant City Manager Alberto Ruder, Parks and Recreation Department Director 99- 364 It., i ■ 05-11-99 06.3a From -PARKS ri RGCREATION +3054162154 T-66e P.01/06 F-SU G1TY OF MiIAMI, FLOPMA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members DATE MAY i ( 1999 FILE: of the Commission SLBJECT : Bid No. 95-99-081 ' Local Vendor Participation/Response Donald . Warshaw FROM: City Manager REFERENCES ENCLOSURES: The subject bid opened 11:00 am, Monday April I9, 1999, for the furnishing and installation of Bleachers on Concrete Slabs at Various City Parks. Invitation for Bids were hand -delivered through the City's Local Vendor Outreach Program and via mailed. As a follow-up, the vendor(s) who did not bid was contacted on April 31, 1999, to determine the reason(s) for not bidding: Name of Vendor Vendor Response(s) I . Aventura Engineering Unable to submit bid 2. A-1 Artistic Landscaping, Inc. Don't do this qpe of work 3. Saturn Construe. & Vovelopinent Unable to Contact 4. Wis's Engineering Unable to submit bid bHW:B\VH:]SC:abf Cary Lopez i'viercedes Oteiza Edy Laraque Wisconsin Mclachla 99- ��4 ww - 06-11-99 COW From -PARKS & RECREATION +3054162154. T-662 P.06/OB F-3E9 CITY OF MIAMI SY. NLMiA.RY OF CONTRACTS AWARDED FOR: FURNISHING AND INSTALLATION OF BLEACHERS ON CONCRETE SLABS AT VARIOUS CITY PARKS AWARDED TO: E.D.F.M CORPORATION TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS From: 1998- Present SI NMARY OF CONT[LA.C-M, DOC NONE 99 - 364 05-11-99 06:41 From-FARKS & RECREATION 43056162154 T-666 P 07/09 F-359 Bid AWARD RECOMMENDATION DORM BID NUMBER: 98-99-081 M%WBE COMMODITY/SERVICEaallfield Bleachers s Concrete Slabs DEPARTMENT / DIVISION: Parks and Recreation TERM OF CONTRACT': Short Term Contract NUMBER OF BIDS DISTRIBUTED: 35 NUMBER OF BIDS RECEIVED: 2 (2 non -responsive) s METHOD OF AWARD: To the 1owe rRt resnongivn an,,;,rFSDons ihlift- hiAaprtak meet-inQ speci.ficat.iona-. City re eryev thA ria ,t + ,ygarA cri i tF.m haai a RECOMMENDED VENDOR(S): STATUS; CONTRACT VALUE: E.D.F.M. Corporation Female/N.iazi-Dade �150,116.00 TOTAL: $150 ,116.00 THE FOLLOWING TO BE COMPLETW BY USER DEPARTMENT: JUSTIFICATION: The Department of Parks and Recreation has received input from residents and various teams who use the city's ballfields that there is a need for new bleachers at sow_of the most used ballfields. S31351 '105404 153 f 3S8 -- -10 1405 - �31 331 Loa *Co=uni.ty Develop-ment Block Grants ACCOUNT CODE($): 331310 589301-860 $21,913 ✓ 331403 589301-860 v25,442x 331360 589301-860 $21,912 (State Grant)/ 331351 589301-860 $38,349� 331384 589301-860 $ 8,304*' 91' 589301-860 04,196*.�" DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: PURCHASING APPROVAL: Department Di r1 Luze Brennan U y . arter / Designee Dir for (acting) D ector OTHER FUNDING APPROVALS, IF APPLICAB : TITLE: Director, Community Dev. wendolyn warren 99- 364 taw ITEM: DESCRi PT10N: A Gibson Park 1. Fumish and install 1 set of 5-raw bleachers. 2. Furnish labor and materials to oonsbruct 15'x10'eonorele slab 4" thick 3. Provision lot Specie Items (not to exom d $1,600.01)) TOTAL COST B Grapeland Park 1. Furnish and install 3 Sets of 5-row bleachers. ' 2. Fumish labor and materials to cwstrudUuee 15*xITeoncretestabs 4" thick. 3. Provision tar Special Items (not to exceed $1,500.00) TOTAL COST C Hadley Park 1. Fumish and install 2 sets of 5-now bleachers. 2. Fumish and install 1 set of 10 rows bleachers. -_3. Furnish labor and materials to construct three 15'x10'concrete stabs 4° thick. 4. Piovision for Special Items (not to exceed $1,5W.09) TOTAL COST <W TABULATION OF BIDS FOR 13ALLFIULD BLEACHERS AND CONCRETE SLABS BID NO 98.99-081 MANBE -'- August Construclion Co. Inc.; ; E.D.F.M. Corporation Holmes and Associates, Titan ConsWetion 7341 N.W. 32 Ave. 10021 S.W. 9M Ave. 20D N.W. 55 St., Ste. 212 Group, Inc, Miami, Fla. 33147 Miami, Fla. 33176 Miami, Fla. 33127 1401 S.W. 1 St., Ste. 212 0 Miami -Dade Co. / Black Miami -Dade Co. I Female Local I Female Miami, Fla. 33135 Local I Black �+ (Cer6hed by City) (Certified by City) (Not CertMed by City) (Not Certified by Cfty) 23 TOTAL COST TOTAL COST TOTAL COST TOTAL COST a H $ 4,525.00 $ 4,837.00 ' N N m m O O N N z $ 9,060.00 $ 1,967.00: $ 1.500.0D .. $ i "WO.00 R E $ 15,085.00 S 6.304.00: S P 0 $ 13,526.00 $ 14,512.00 N - S 5,901.00 I V E $ 1,500.00 $ 1,500.00 $ 25,404.00 $ 21,813.00 $ 12,468.00 _ $ '.0,674.00 $ 6,234.0D - $ 9,217-00 :. 5 9,414.00. $ 5,051-00 $ 1,5flD.00 $ 1,500.00 $ 29,616.00 = $ 25,442.00 R C- S P O N S it Y E ■ pin Page A 2 cant. TABULATION OF BIDS FOR BALLFiEL0131EACHERS AND CONCRETE SLABS BID NO 98-99-081 MNVBE -August Construction Co. Inca 7341 N.W. 32 Ave. Miami, Fla, 33147 Wemi-Dade Co. I Black (Certified by City) 0 Range Park TOTAL COST 1. Furnish and install 3 sets of 5-row bleachers. $ 13,571.00 $ 2. Furnish and install 1 set of 10 row. bleachers. $ 10,860.00 , $ 3. Furnish Jabot and materials to construct Otres 19x10'caoncrete slabs $ 7,068.00 ' $ 4" thick. 4. Fumish labor and materials to $ 6,245.00 $ construct one 25'x20' concrete stab .5. Provision for Special Items $ 1,b00A0 $ (not to exceed $1,500.00) - TOTAL COST ; 39,065.00 $ E Shenandoah Park 1. Furnish and install 3sets of 5+Dw $ 13,571.00 $ : - bleachers. 2. Fumish labor and materials to construct three 15'xIU concrete slab $ 10,378.00 . $ 3. Provision for Special items (not to exceed $1,500.00) _ , $ 1,500.00 $ :. TOTAL COST $ 25,449.00 . $ F . -_' Williams Park 1. Furnish and install 3 sets of 10-row --bleachers. �. S 33,267.00 ` •; $ 2. Furnish tabor and materials lc construct three 2SWU concrete slab $ 14,260.00 - $ 3. Provision for Special Items <(not to exceed $1,500.00) TOTAL'.. COST i 49,007.00 $ Approved by: y S. Carter, DJrectu► E.D.F,l4I. Corporation 10021 S.W. 9fith Ave. Miami, Fla. 33176 Miami -Dade Co. ! Female (Certifir.d by City) TOTAL COST 13,372.00 10,355.00 4,137.00 4.832.01) 1,500.00 34,196.00 . 14,511.00 . - 5,901.fl0 ' 1,5t10.00 _ 21,912.00 Holmes and Assoclales, 20D N.W. 55 SI , Ste_ 212 Miami, Fla. 33127 Local / Female Not Certified by City) TOTAL COST 27,C48.00 9,201.00 38,349.00 Approved by: + R;041! oree Date* ___ .� N O N R E S P O N S I V E Titan Construction Group, Inc. o 1401 S.W. 1 St., Ste, 212 Miami. Fla, 33135 Local ! Black T a (NotCerliried by City) a TOTALCOST H 1-3 A N m O N o R E S P O N S 1 W a V A E A t_ -w r 05-11-09 v0819 From -PARK$ i RECREATION T-He P.02/O5 F-359 tiaa No. V8-99-81-M/WBE 6.1 DID INFORMATION FO1,L.1 Mailing Date: April t, 1999 Buyer: Pamela Burns, CPPJJ Bid No.: 98-99.81-MVWBE Telephone: 305-416-1905 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your riles. Prices should include all costs, including transportation to destination. The City reserves the right to acceptor reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. 420rU: BALLFIELD BLEACHERS & CONCRETE SLABS We have read your Invitation for Bids, completed the necessary documents, and propose to ftunish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOtM BID MAY BE DISQUALIFIED. 6 number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. ._0 number of calendar days required before commencement of work. Delivery will be made within calendar days after receipt of purchase order. Terms: 2%-I0 days -.Q_ Net 30 days ✓ Additional discount of 0 % if awarded all items. O (include cash discount for prompt payment, if any) Other Discounts: O Contact Person/Telephone: Term of Warranty for equipment: I V d? a. r Term of Warranty for labor. All exceptions to this bid have beesi documented in the section below. EXCEPTIONS: ADD IV e 1 certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, farm, or person submitting a bid for the satne materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder, Please print the following and sign your name: Firm's Name: t, V.E "Yr - 0 0 R P (J k a � O'kJ Telephone: # I P-y' eSY, Principal Business Address: w 99n V, Fax: os a279• h0 . 7tf/l�yrLio�ah1` 3�19� Name; 7�/ 9 Mailing Address: S 0—>r7 a Tide: R . 5i A _ Authoriz Signature: E-Mail Address: lf% Beeper:_ o6 27 — O 99- 9E4 .k._ CS-i 1-99 W 19 From -PARKS i RECREATION 0064162154 T-666 P• 03/06 F-SE9 — . IAJV VI� A11U[N _ INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable', as appropriate. Please print. .k.. COMPANY NAME: E�_D r7M COMPANY OFFICERS: President L' l f t Q iM R �q Ve-L Vice President GPKWX3JC QPA rites Secretary Treasurer COMPANY OWNERSHIPS t CLQrh R00k � of ownership t,nqylcb 2 95 Of ownership % of ownership of ownership a; LICENSM: I . County or Municipal Occupt tionai Lieease No. " (attach copy with bid) 2. Occupational License Classification j_�n'(' 1" _ 3. Occup&onal License Expiration Date: Q. Metro -Dade County Certificate of Competency No, C,(2 C . O a L= 0 (atraebed copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No._�" EXPERIENCE: 6. Number of Years your organ.indon bus been in business: - 7. Number of Years experience BIDDERIPROPOSER (person, principal of fnn, owner) has had in operation of the type required by the specifications of the Bid or RFP:_ 1 " 1 8. Number of Years experience BMDERIPROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 11 99- 364 +_ — w - 06-11-88 08:40 From -PARKS & RECREATION +3054162154 T-666 P.04/06 F-HO _ _-•.__--_ wAVAL _,,, .,V...,..:'L" e+srrtitta Ar.v. -MCAt IUA Atr'IDAVIT Please Check One Box Only j ] Hispanic emale [ ] Black j) Not Applicable If business is not 51 % minority/female owned, affidavit does n i apply. If not applicable, notarization is not required. I (We), the undersigned agree to the following conditions: 1) that we have read Section 2.25 of the General Terms and meet the fifty-one percent (51%) ownership and management requirement for minority/women registration status and will abide by all of the policies and regulations governing the City of Miami Minority and Women Business Enterprise Procedures; 2) that if at anytime information submitted by the undersigned applicant in his/her Bidder Application should prove to be false, inaccurate, or misleading, applicant's name will be struck from the City of Miami's Master Bidder list with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notify the City of Miami within thirty (30) days of any change in the ftrm's ownetsitip, control, management or status as an ongoing minority/women business concern as indicated on the Bidder Application, and that the City of Miami, upon a finding to the contrary, may render a firm's registration with the City null and void and cease to include that firm in its registered list of minority and women. owned businesses; 5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her • . Bidder Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City of Miami may share a fiim's registration information concerning its minority/wornen status ..• and its capability with other municipal or state agencies for the sole purpose of accessing the firm to their procurement opportunities, unless otherwise specified by the fum in writing. I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to the City of Miami is correct as per Ordinance No. 10062 as amended. (If Wing as a corporate officer, kindly affix corporate sea]) -Y �(Natne, Thk & Date) (Name, Title & Date _ ) 1"f l application must be signed by at least one general partner of a partnership or the proprietor of a sole .-proprietorship or all partners of a joint venture. NOTARIZATION COUNTY, SS COUNTY OF DADE Date: 4,42persoaally� d before me and acknowledged the foregoing instrume as his/her act and deed, That he/she has produced as identification. Lourdes be rskV �,�• 'Sicz �•; F. MYCOMMISSION cr 7, 2002 EXPIRES NOTARY PUBL1 . 2 eor ar ia°ryNkw�sioi+rot it c My Commission Expires: FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS BID 99- 364 BID ITEM: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BALLFIELD BLEACHERS & CONCRETE SLABS r Y n.n BIDNO: �a-yy-col ri/ WDC DATE BID(S) OPENED: AP R I L 1 99 - 1,999 TIME 11 : 00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK AUGUST CONSTRUCTION CO. INC. See attach ad bid TITAN CONSTRUCTION GROUP, INC. " " MADAME RENITA HOLMES " EDFM CORPORATION " NO BID VEND ALL ENTERPRICES _ �_ ..., •,,,, ,.��� �,,,I �, ..;-.-, �-�n s'•.w c,n�-: cffcrs TL'Cci'ic9Ll II hoFehy re;^c:,Cx cis �are r( Y L c received (, ��� ) envelops on behalf of �r*dn receiving bid(s) PURCHASING DEPARTMENT on (City Department) (D e) SIGNED Deputy City Cl rk t.- w R ^+ ��� .,�' 0 K• if ri CITY OF MIAMI ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO.98-99-081-M/WBE Ballfield Bleachers & Concrete Slabs at Six City Parks OPENING DATE: 11:00 A.M. Monday, April 19, 1999 This bid has been designated as a set aside for certified Black or Female general contractors (individuals) and/or M/WBE general contracting firms certified as Black or Female owned, in accordance with Ordinance No. 10062 as amended. It is required that bidders interested in participating in this project be M/WBE certified with the City of Miami's Minority/Women Business Enterprise Program, and have their M/WBE certification in current status, prior to bid opening date. Firms/sole proprietors interested in becoming M/WBE certified with the City are required to contact the City of Miami Minority Enterprise Office, Ms. Effie McCartney, M/WBE Supervisor, at (305) 416-1921 or Anita Moore at (305) 416-1913 for certification information. FAILURE TO MEET THE ABOVE SET ASIDE REQUIREMENTS MAY DEEM YOUR BID NON -RESPONSIVE. Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Florida 33130. Telephone No. 416-1906. AD NO. 4992 Donald H. Warshaw CITY OF MIAMI City Manager LOGO �1 1;_ ai City of Miami G, �- REQUISITION FOR ADVERTISEMENT This number must appear in the „ ,%;/ advertisement INSTRUCTION$: Please a gnd attach a f the advertisement with this 1. Department: 2. Division: p 3. Account Code number: 4. Is this a confirmation: 4 5. Prepared by: ❑ Yes ❑ No 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be 10. Ty a of advertisement: ❑ published: Legal ❑ Classified Display 11. Remarks: 12. milli Publication Dates) of Advertisement Invoice No. Amount 7 13. ❑ Approved ❑ Disapproved Department Director/Designee `Date` Approved for Payment Date C GS/PC 503 Rev. 12/89 1 DISTRIBUTIO N: r Whitehite and Canary an Canarto y GDepartmentrement Management) ana retain i, copy. t,..