Loading...
HomeMy WebLinkAboutR-99-0516I J-99-624 7/9/99 RESOLUTION NO. 9, 9 - 5 6 A RESOLUTION OF THE MIAMI CITY COMMISSION, ACCEPTING THE BID OF COASTAL MARINE INTERNATIONAL, INC., FOR THE REMOVAL AND REPLACEMENT OF FOUR (4) VESSEL DRY STORAGE RACK SYSTEMS AT MARINE STADIUM MARINA, FOR THE DEPARTMENT OF CONFERENCES, CONVENTIONS AND PUBLIC FACILITIES, IN AN AMOUNT NOT TO EXCEED $118,000.; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENTS PROGRAM PROJECT NO. 326008, ACCOUNT CODE NOS. 359301.6.287, 359301.6.830 AND 359301.6.840. WHEREAS, the Department of Conferences, Conventions and Public Facilities requires the removal and replacement of four (4) dry storage rack systems at Marine Stadium Marina; and WHEREAS, the new racks will replace a rack storage system that is severely deteriorated structurally; and WHEREAS, the new rack systems will provide a net total increase of more than forty storage spaces, allowing Marine Stadium Marina to meet the increasing demand for vessel dry storage space, and increase revenue; and WHEREAS, pursuant to public notice Invitation for Bid J U L 2 7 1999 Resoiu rao. 99- 516 No. 98-99-117 was distributed to sixteen providers; and WHEREAS, three bids were received on June 23, 1999; and WHEREAS, Coastal Marine International, Inc.,, was the lowest responsible and responsive bidder meeting the bid specifications; and WHEREAS, funding for this acquisition is available from Capital Improvements Program Project No. 326008, Account Code Nos. 359301.6.287, 359301.6.830 and 359301.6.840; and WHEREAS, the City Manager and the Director of Conferences, Conventions and Public Facilities recommend that the bid received from Coastal Marine International, Inc., be accepted; 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 received on June 23, 1999 from Coastal Marine International, Inc., for the 'removal and replacement of four (4) vessel dry storage rack systems at Marine Stadium Marina, in an amount not to exceed $118,000, for the Department of Conferences, Conventions & Public Facilities, is hereby accepted, with funds therefor hereby allocated from - 2 - 1� �1: �,' v w Capital Improvements Program Project No. 326008, Account Code Nos. 359301.6.287, 359301.6.830 and 359301.6.840. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor-. PASSED AND ADOPTED this_:,2;7th day of July , 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approvPJ of this legislation by signing it in the designated pl provided, said legislation, r:cn becomes effective with the elapse often (10) day pom th ate of Com icn aetii on regarding same without the Mayortlerc to. ATTEST: !Fo&nan, City Clerk WALTER J. FOEMAN CITY CLERK APPROVEAS/O FORM CORRECTNESS :t O VILELLI-8f" . ORNEY 15:RCL 1� 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- 516 CITY OF MIAMI, FLORIDA TO FROM INTER -OFFICE MEMORANDUM Honorable Mayor and Members of the City Commission D n /dHA.aewa�IIII, City Manager CA-1 DATE: JUL 1 2 1999 FILE : SUBJECT: Resolution Accepting Bid For Dry Storage Rack Replacement REFERENCES: @ Marine Stadium Marina ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the lowest responsive responsible bid of Coastal Marine International, Inc. (non-local/non- minority) for the removal and replacement of vessel dry storage racks at Marine Stadium Marina, in the amount of $118,000.00. Funding is available from Capital Improvements Program Project No. 326008, Accounts: 359301.6.287 359301.6.830 359301.6.840 BACKGROUND Capital Improvements Program funding has been approved and allocated for the removal and replacement of four dry storage rack systems at Marine Stadium Marina. The new racks will replace a rack storage system that is severely deteriorated structurally (necessitating the abandonment of twenty five storage spaces). The new rack systems will provide a net total increase of over forty storage spaces, allowing Marine Stadium Marina to meet the increasing demand for vessel dry storage space, and substantially increase revenues to the City from the facility. The Department of Public Facilities, in conjunction with the Purchasing Department, initiated.an Invitation To Bid process for the work outlined above. A total of sixteen bids were distributed, and of the three bid packages received, Coastal Marine International, Inc. was determined to be the lowest responsive and responsible bidder meeting the bid specifications. It is the recommendation of the Department of Conferences, Conventions, and Public Facilities that the bid of Coastal Marine International, Inc. be accepted by the City Commission for this project. DHW/RM/CPA/shb 0 CITY OF MIAMI, FLORIDA 0 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: Do d �arsaw City Manager DATE: UUL 1 2 1999 FILE: SUBJECT: Bid No. 98-99-117 Local Vendor Participation/Response REFERENCES: ENCLOSURES: The subject bid opened 10:00 a.m. Wednesday June 23, 1999, for the removal and replacement of four (4) Dry Storage Racks. 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, to determine the reason(s) for not bidding: District Name of Vendor Vendor Response(s) Contact Person No. 1. Titan Construction Corp. Unable to compete with price Dennis Diaz III 2. Wis's Engineering Submitted bid too late Wisconsin McIachla II 3. Gonzalez Brothers Marine Const. Unable to contact Manny Gonzalez I 4. Southern Marine Construction Unable to contact Robert Rossi I1 5. Miles C. Jennings Constr. Corp. Out of town/Unable to work on bid Miles C. Jennings II DHW:BWH:JSC:abf 99- 516 ® 0 BID AWARD RECOMMENDATION FORM BID NUMBER: 98-99-117 COMMODITY/SERVICE: Dry Storage Rark gp-4 1 anement DEPARTMENT / DIVISION: Dept. of Conferences, Conventions and Public Facilities TERM OF CONTRACT: Short Term Contract NUMBER OF BIDS DISTRIBUTED: 16 NUMBER OF BIDS RECEIVED: 3 METHOD OF AWARD: To the lowest responsive and resgons;hle h;dder meeting specifications. RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Coastal Marine International P.O. Box 2009 Non Local / Non Minority $118,000.00 Huntersville, NC 28070 -- TOTAL: $118,000.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: To remove and replace (4) dry storage rack systems at Marine Stadium Marina. Current rack storage system has severely det- iorated, rendering (25) storage spaces unusable. Replacement rack systems will add over (40) new storage spaces, allowing facility to meet increasing customer demand and substantially increase dockage revenues to the City. ACCOUNT CODE(S): 326008 359301 . 6.287 DEPART ENT APPROVAL: B ;D= IfEblt7PPROVAL: Department Director/ Designee Director OTHER FUNDING APPROVALS, IF APPLICABLE: . 6.830 .6.840 PURCHASING APPROVAL: Ju y S. Carter Director TITLE: PAGE 2 OF 2 09- 516 Florida Floats, Inc., dba Bellingham Marine 1813 Dennis Street Jacksonville, Fla. 32204 Non Local/Non Minority ITEM # DESCRIPTION: TOTAL COST 1 Dismantle and remove 2 sets of dry stroage racks, timbers and hardwar $ 2 Erect four (4) sets of dry storage rac $ and timbers. TOTAL COST $ TABULATION OF BIDS DRY STORAGE RACK REPLACEMENT BID NO. 98-99-117 Coastal Marine International Roof and Rack, Inc. P. O. Box 2009 1890 N. Dixie Highway Huntsville, N.C. 28070 Boca Raton, Fla. 33432 Non Local/Non Minority Non Local/Non Minority 12,810.00 $ 159,000.000 $ 171,810.00 $ Approved by: `/Y,/) j'� f)A"--- Date Ucn Prepared by Pamela Burns, 6/25/99 TOTAL COST TOTAL COST 14,000.00 $ 13,500.00 104,000.00 $ 128,200.00 118,000.00 $ 141,700.00 " assumes level ground Approved by: Director / Designee Date : is 0 Mailing Date: June 7, 199� Bid No.: 98-99-117R 6.1 B I V 1Iv r V K1v1A 11 V N k V tti4�sw BuvP : Pamela Burns, CPPB Te ne: 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 files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or 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. Bids must be received : iO:OO AM, Vednesday,.June 23, atthe Office. of .the City Cler .:: 500 Pan American Drive,'Miam4 Florida, 33131-5504 SHORT-TERM 959-34: DRY STORAGE RACK REPLACEMENT We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. %0 number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. number of calendar days required before commencement of work. Delivery will be made within S�0 calendar days after receipt ofLurchase order. Terms: 2°/o-10 days Net 30 days S-5"F- Additional discount of (include cash discount for prompt payment, if any) Other Discounts: Contact Person/Telephone: Term of Warranty for equipment: Term of Warranty for labor: All exceptions to this bid have been documented in the section below. EXCEPTIONS: W 6 % if awarded all items. I 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, firm, or person submitting a bid for the same 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: e0, /_AL IV/fR/d%E Principal Business Address: 14ux1TEk3V 1 LLE. AI C Mailing Address: 80. $6 >c ,Z0 0 y A1yA)-rER3V1L.:?_ .vim "IV70 E-Mail Address: Telephone: (. 00( fo- 4e9S Fax: of6 G2 Name: Ff7-2/Ck �"t_LL Title: FSlbF Authorized Signature: Beeper: 99- 51.6 ro 649ENDOR BACKGROUND INFOIiSTION INSTRUCTIONS: 0 0- 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. COMPANY NAME: C'o19s-lwl- 1%-l2lAl F Z•c1T cJ4--17aAj q— COMPANY OFFICERS: President �i¢T!Z /C!C ��9���L-�— vice President /GX,4A%Z RlsrI40F Secretary 14JOA15- Treasurer WoAlE COMPANY OWNERSHIP: f I aka C,44 &L F,<.4AJ;F7 aact4oF LICENSES: I . County or Municipal Occupational License No. (attach copy with bid) 2. Occupational License Classification 3. Occupational License Expiration Date: 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. Z,�2 — 3,�a r10 % of ownership �O % of ownership ,% of ownership % of ownership EXPERIENCE: 6. Number of Years your organization has been in business: %� CIO) ye4,es 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: �S'�1f��TEf+�1 /-7-CA, es 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, pro ;orship) has had in operation of the type required by the specifications of the Bid or RFP: T�t1 �!0) t/c/¢/eS' • • TO FROM Donald H. Warshaw City Manager CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: SUBJECT: C ristina P. Abrams, Director REFERENCES: Conferences, Conventions, & Public Facilities ENCLOSURES: November 2, 1998 FILE: Authorization To Replace Dry Storage Racks At Marine Stadium Marina The Department of Conferences, Conventions, and Public Facilities has verified with the Department of Management and Budget that funds are available in an amount not to exceed $180,000.00 from the FY 98 General Fund contribution to the "Marine Stadium Marina Boat Racks Replacement", Capital Improvement Project, CIP Project No. 326008. CIP Project Review and Approval By: 7 r Saenz-`Butler, CYP Administrator Authorization includes up to Date: qi_ $1,000 for advertising costs. Bud tart' Review and Approval By: Dipak Parekh, Director Department of Management and Budget DI i W/RM/CPA/shb Date: Il / 991. 516 CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: DRY STORAGE RACK REPLACEMENT Bid No. 98-99-117 AWARDED TO: Coastal Marine International, Inc. ($118,000.00) TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS From: 1998 to Present NONE PRIOR CONTRACT AWARD: NONE SUMMARY OF CONTRACTS. DOC 9 - 5 i G CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: DRY STORAGE RACK REPLACEMENT (� BID NO: 98-99-117 DATE BID(S) OPENED: JUNE 2 3 ,19 9 9 TIME 10 : 00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK BELLINGHAM MARINE See attachel bid COASTAL MARINE INT'L. ROOF & RACK, INC. NO BID GONZALEZ BROTHERS MARINA. �.iJt r � �+ Of 1 r i s A 9" , ,... "Offers received timely ag 01 the abo-,re are hereby rejecte- late." the b.4 fla!e, and time � ..i All received ( G� )envelops on behalf of Person rece ving bid(s) p PURCHASING DEPARTMENT on (City Department) (Date) SIGNEI?: Deputy City er c Ce: C CITY OF MIAMI ADVERTISEMENT FOR BID 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. 98-99-117 Dry itorage Rack Replacement OPENING DATE: 10:00 A.M. Wednesday June 23, 1999 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. Donald H. Warshaw CITY OF MIAMI City Manager LOGO AD. NO. 4898 c-� '� 0 �, ...�. ,�.,. ,; r4.�-.k,�;��,,., z,r'�-'fir+:^'..�,:�LiW � •�,r....,...,,. +�<...:.,�� ;.n. �, ..,✓'L, � ,.f ._ � f��„�1...:,,,�.-,�.�..� '1rn.-J.,�.,;e.�,,N,.,. ,, u,: , City of Miami. II REQUISITION FOR- ADVERTISEMENT �� r��,��J This number must appear in the advertisement. . INSTRUCTIONS: Please type and attach a copy of the advertisement with thi r i i ion.. 1. Department: ' Z.I. t�1.. .��' �...Gy`�'' 2. Division: 'c, ..t`s.a"�• (_tt rty �. '3:-Account•Code,number: ?n �. '....r..r._ _• �l 4. Is this a confirmation: 5..Prepared by: 1"i,Ci�'E- ,�; ;, ❑ Yes ❑ No 6. Size of advertisement: ' 7. Starting date:. i 8. Telephone number: 9. Number of times -this. advertisement is to be 10. Type. of advertisement: ublished: �� `c' ' ❑ Legal I❑ Classified ❑ Display 11. Remarks: 12. a-,•z. Date(s) of Publication t. Advertisement Invoice No. Amount 'aye'."li• r•t.�c��a• � , n. A [h a _8 X 13. r ❑ Approved i ❑ 'Disapproved ` Department Director/Designee Date Approved for Payment Date C GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. ura r ruov r rvn: nnne - u.o.i+., %,anary - uGNanmCr.0