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