Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-99-0517
J-99-595 7/14/99 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF TITAN CONSTRUCTION GROUP, INC., FOR THE FURNISHING AND INSTALLATION OF A SHELTER AT LINCOLN PARK, FOR THE DEPARTMENT OF PARKS AND RECREATION, AT A TOTAL AMOUNT NOT TO EXCEED $8,500.00; ALLOCATING FUNDS THEREFOR FROM SAFE NEIGHBORHOOD PARK BOND PROGRAM FUNDS APPROPRIATED IN SECTION VI OF APPROPRIATIONS AND CAPITAL IMPROVEMENTS ORDINANCE NO. 11705, AS AMENDED. WHEREAS, the Department of Parks and Recreation, through community feedback, has determined the need exists for the installation of a shelter at Lincoln Park; and WHEREAS, pursuant to public notice, Invitation for Bids No. 98-99-12GR were mailed to seventy-three (73) potential providers of said service; and WHEREAS, one (1) bid was received on June 7, 1999; and WHEREAS, funds are available from Safe Neighborhood Park Bond Program funds in the Appropriations and Capital Improvements r JR 2 7 1999 Resolution No. 2 2 - 5 :1. Ordinance No. 11705, as amended.; and WHEREAS, the City Manager and the Director of Parks and Recreation recommend that the bid received from Titan Construction Group, 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 7, 1999, from Titan Construction Group, Inc., for the furnishing and installation .of..... a shelter at Lincoln Park, for the Department of Parks and Recreation, at a total cost not to exceed $8,500.00, is hereby accepted, with funds therefor hereby allocated from Safe Neighborhood Park Bond Program funds as appropriated by 2 - 99- 517 Appropriations and Capital Improvements Ordinance No. 11705, as amended. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 27th day of July , 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor dirt not indicate apprdv-,4. 61 this legislation by signing it in the designated place provided, said leegislat:.. becomes effective with the elaps f ten (10) d s from the date of Cornmiss cr< ATTEST: regarding same, without the Ma exec ' ' veto, �Q. WALTER J. FOEMAN Waite J. e , City Clerk CITY CLERK APPROV S O AFOR `'' AND CORRECTNESS PtLEJ, Da�yy- ILARELLO CL: TORNEY 3597 : RCL �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 - TO FROM CITY OF MIAMI, FLORIDA 11 CA=2 INTER -OFFICE MEMORANDUM Honorable Mayor and Members DATE : JUL 1 2 1999 FILE of the City Commission SUBJECT: Authorizing the Purchasing and �� Installation of a Shelter REFERENCES: for Lincoln Park D nald H. Warshaw Bid No. 98-99-126R City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchasing and installation of a shelter at Lincoln Park from Titan Construction Group, Inc., a local/Black vendor located at 1401 SW 1st Street, Miami, Florida 33135 at a total amount not to exceed $8,500, for the Department of Parks and Recreation. Funding is available from Safe Neighborhood Park Bond Program funds appropriated in Section VI of the City's General Appropriation Ordinance No. 11748, as amended, adopted January 12, 1999 for Capital Projects. BACKGROUND: On December 9, 1997 the City of Miami Commission adopted Resolution No. 97-875 authorizing the City Manager to submit applications for grant awards in the amount of $7,798,000 to Miami -Dade County for the Safe Neighborhood Park Bond Program, 97 Series Year One (1) Funding. Resolution No. 97-875 further authorized the City Manager to accept said grants, execute the necessary document(s) necessary to implement acceptance of said grants. Among the site improvement projects is the purchase and installation of a shelter at Lincoln Park from Titan Construction Group, Inc. in an amount not exceed $8,500. This improvement was determined to be needed as a result of discussions with neighbors of the park. DHW/R{M!/ /ms LN 99- 51 0 CITY OF MIAMI, FLORIDA 0 TO FROM INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of the City mmission D ald H. Warshaw City Manager DATE: JUL I 2 E999 FILE : SUBJECT: Bid No. 98-99-126R Local Vendor Participation/Response REFERENCES: ENCLOSURES: The subject bid opened 10:00 a.m. Monday June 7, 1999, for the purchase and installation of Lincoln Park Shelter. 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: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 District Name of Vendor Vendor Response(s) Contact Person No. Wis's Engineering Unable to submit bid on time Wisconsin McLaghlinIl Miles C. Jennings Construction Lost track of bid opening time Lidia Howell II Aventura Engineering Unable to submit bid on time Rosaline Williams II Architecture & Constr. Svcs, Inc. Not Interested Everado Gonzalez IV Sanchez Arango Construction, Co. Unable to complete bid Rouget Sanchez III D.E. Gidi & Associates, Corp. Unable to contact Domingo E. Gidi IV Ramon Lorente Corp. On vacation, unable to work on bid Ramon Lorente IV P.N.M. Corporation Sick, unable to work on bid Juan Toledo I H.R. Reed Construction, Inc. Not considering new work at this time H.R. Reed II Vasallo Construction, Inc. Job too small Voila Perez IV DPC General Contractors Mostly environmental construction only David Sever I DHW:BWH:JSC:abf 99- 517 0 • CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: LINCOLN PARK SHELTER Bid No. 98-99-126R AWARDED TO: Titan Construction Group, Inc. ($8,500.00) TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS From: 1998 to Present NONE PRIOR CONTRACT AWARD: NONE SUMMARY OF CONTRACTS. DOC 9 9_ 517 ITEM: DESCRIPTION: 1 For furnishing materials, tools, labor, supervision, personnel, & equipment to install one shelter and concrete slab. 2 Provision for Special Items TABULATION OF BIDS LINCOLN PARK SHELTER BID NO. 98-99-126R Titan Construction Goup, Inc. 1401 S.W. 1st Street, Ste. 212 Miami, Fla. 33135 Black / Local TOTAL COST $ 7,500.00 (not to exceed $1,000.00) $ 1,000.00 TOTAL COST $ 8,500.00 Optional Items: a. Waterproofing, 20 yr. warranty $ 1,000.00 b. Waterproofing, 25 yr. warranty $ 1,000.00 c. Waterproofing, 30 yr. warranty $ 2,500.00 (Time req. to complete work) Approved: �Ju S. Carter Director � Date: 7J,� Prepared by: Pamela Bur 6/17/99 90 days Approved : Director / D tee Date: • 9 Bid No. 98-99-126R .1 BID INFORMATION FOP ,✓failing Date: May 21, 1999 Bu er: Pamela Burns, CPPB Bid No.: 98-99-126R Telephone: 305-416-1905 Please quote on this fonn(s) net prices for the items) 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. Rids.:nmusi be received b '10:00 ;AM Monday, June 7,1999' ` ` Y at the.Offiee of the Cii*Cler"k; 3500 Pan American Drive; MianW'Florida..33131=5504. SHORT-TERM CONTRACT 91842: LINCOLN PARK SHELTER 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. Li© AA-rs 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 t1O calendar days after receipt of purchase order. Terms: 21/6-10 days Net 30 days Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Other Discounts: Contact Person/Telephone: S A M is F_tL p1 A2 3 o s- 5 tt - 3i n Term of Warranty for equipment: AS PIEQ 4DN1T7_AGi DD-r-00M sTS Term of Warranty for labor: As MLV_ 4��1YP_. acT Doce���5 All exceptions to this bid have been documented in the section below. EXCEPTIONS: 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: JTAW rQi.K1V (_Ttc-n3 EvCWl? )1.X Principal Business Address: I Qti :5yJ t It 5uaYO- ZtZ Muth+ lrt- 3343f Mailing Address: E-Mail Address: Telephone: 30S- SA 1 Fax: 3 dS - 5A t - 34aG3 11 Name: Z StZ. Title: Vl ePz P¢4;F_M. _'C Authorized Signature: Beeper: 99- 517 0 C7 BID AWARD RECOMMENDATION FORM BID NUMBER: 97-98-126R COMMODITY/SERVICE: Lincoln Park Shelter DEPARTMENT / DIVISION: Parks and Recreation TERM OF CONTRACT: Short Term Contract NUMBER OF BIDS DISTRIBUTED: 73 METHOD OF AWARD: RECOMMENDED VENDOR(S): NUMBER OF BIDS RECEIVED: 1 To the lowest responsive and responsible bidder meetina specifications. Titan Construction Group. Inc. STATUS: CONTRACT VALUE: TOTAL: $ 8 , 5 00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: This project was mandated by the Safe Neighborhood Park Bond Issue ACCOUNT CODE(Sh approved by the Voters of Dade County in November, 1996. The need was determined by meetings with park neighbors. 333122 589305-860 DEPARTMENT APPROVAL: Department Director/ Designee BUDGET REVI APPROVAL: im Luie Brennan Director PURCHASING APPROVAL: Jud S. CarteLt7-4tL- Director OTHER FUNDING APPROVALS, IF APPLICABI. TITLE: CIP Administrator PAGE 2 OF 2 99- 517 • Joe Pilion Assistant City Manager =ROM : JAlberto Ruder, Director CITY OF MIAMI, FLORIDA !NTER-OFFICE MEMORANDUM I -r 't.'_S GFRCE DATE: April 14, 1998 FILE : SUBJECT: REFERENCES: ENCLOSURES: Approval of Request for Formal Solicitation The Department of Parks and Recreation requests permission for the City's procurement section to solicit bids from approved vendors for the projects listed below. We have verified with the Capital Improvement's Office and the Department of Budget and Management Analysis that funds are available from the Dade • County Safe Neighborhood Parks Bond Program as . allocated by Capital Improvements Ordinance No. 11623 adopted March 24, 1998: ..I FENCING PROJECTS PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Brickell Park 333101 589305-860 $ 40,650 2. Coral Gate Park 332133. " 30,113 _. 3. Morningside Park 331313 " ` 10,800 4. Range Park 331070 At " 63,000 5. Sewell Park 333105 " " . 33,000 6. Simpson Park 331346 " " 143,250 7. Wainwright Park 333100 34,100 8. Pullman Mini Park 333120 1,800 9. Stearns/Pallot Parks 333118 " " 5,500 10.Myers Park 331359 A 5,000 1 1.West End Park 331107 " 2,400 SITE FURNISHINGS PROJECT NO. ACCOUNT CODES AMOUNT ' 1. Belle Meade Park 333116 2. Coral Gate Park 332133 3. Kennedy_ Park_,_ . 33311.2 4. Lincoln Park (gazebo) 333122 5. Maceo Park 333114 6. Oakland Grove Park 333121 7. Rainbow Village Park 333119 8. Triangle Park 333106 $ 5,600 " 8,800 " 9,240 13,600 2,900 " 7,600 " 9,700 99- 517 It WALKWAYS I I PROJECT NO. ACCOUNT CODES I AMOUNT 1. Kennedy Park 333112 2. Morningside Park 331313 3. Peacock Park (bdwlk.) 331359 589305-860 $ 28,350 of u 30,200 At ff 120,900 BOATRAMPS I PROJECT NO. ACCOUNT CODES I AMOUNT 1. Morningside Park 331313 2. Myers Park 331359 At At $ 2,000 u " 22,000 BASKETBALUTENNIS CT. I PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Clemente Park 331056 2. Hadley Park 333127 3. Shenandoah Park 331360 4. Triangle Park 333106 589305-860 S 12,950 17,700 p 19,950 IV 18,100 SOD S FIELD WORK PROJECT NO. I ACCOUNT CODES AMOUNT 1: Allapattah Comstock 331309 589305-860 $ 12,000' 2. Douglas Park 333102 62,550 BUILDING DEMOLITION PROJECT NO. ACCOUNT CODES AMOUNT' 1. Blanche Park 333117 2. Morningside Park 333102 3. Stearns/Pallot Parks 333118 589305-860 $ 4,500 22,100 5,900 PARKING LOTS PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Myers Park 331359 589305-860 $ 37,550 2. Sewell Park 333105 If13,550 POOL EQUIP. & RENOV. PROJECT NO. I ACCOUNT CODES AMOUNT 1. Curtis Park 333113 589305-860 $ 3,100 2. Gibson Park 331341 of3,400 3. Hadley Park 333127 IV31,300 4. Jose Marti Park 331385 IV59,000 5. Morningside Park 331313 "' 3,600 99- 517 a I. POOL EQUIPMENT Cont: I PROJECT NO. I ACCOUNT CODES I AMOUNT 6. Range Park 331070 a 44,150 7. Shenandoah Park 331360 IV" 2,500 8. Virrick Park 331316 " " 3,000 9. West End Park 333107 " 2,500 10.Williams Park 331351 1,400 TRACK EQUIPMENT PROJECT NO. ACCOUNT CODES AMOUNT 1. Curtis Park 333113 589305-860 $ 13,300 Budgetary Review and Approval: nvt� 0. Dipak Parekh, Director Office of Budget and Management Analysis Capital Improvements Review &Approval: rprusenz-Loner / Capital Improvements Administrator Please indicate below your approval or AR:CH:jag (Not) Approved: of this Joe Pirion it City Manager 16 99— �0 VIW- ,vliami, Florida Bid No. 98-99-126R 6.5&DOR BACKGROUND INFOW ON 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. COMPANY NAME: COMPANY OFFICERS: T ITAtJ Cp{.iS S QiGT(oN GMUP, INC: President SA, M V 6—t_ 01 sk,2 Secretary D M tj ►,J j S p l A Z COMPANY OWNERSHIP: 7 Vice President 5 aML36- r— V ADZ J 2 . Treasurer Dt-. t-J u Y Q DI A Z S A M u& L V t A Z `J i % of ownership SAMutEL. fiWZ Jr 2 - 5 % of ownership OP. NW',(s Ch ADZ 21{• 5 %of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. 3�30 i 5 — (attach copy with bid) 2. Occupational License Classification y) C , C, 0. L (3 U 1 L 0 1 !J C, 3. Occupational License Expiration Date: 1 13c 4. Metro -Dade County Certificate of Competency No. C, co 58 9 3 (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. lt7 5 "' 0 y Z l EXPERIENCE: 6. Number of Years your organization has been in business: 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: �D 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 0 99- 517 „Miami, Florida Bid No. 98-99-126R *.9. PRIMARY OFFICE LOCATI� AFFIDAVIT Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY if your primary office is located within the corporate limits of the City of Miami. Legal Name of Finn: Entity Type: (check one box only) [] Partnership [] Sole Proprietorship j Corporation T 1 T,�1J c�uS i' Rv crtoN 6ctoUP, 11.7[ . Corporation Doc. No: Date Established: Occupational License No: Date of Issuance: Primary'Office Location:(Principidesidblishmenfofthe bidder/proposer] PRESENT Street Address: City: ” I A 1 State: F L How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Section 18-52.1(h) of the City of Miami Code, as amended: The `City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsible and responsive bidder." The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limit of the City of Miami. I (we) certify, under penalty of perjury, that the primary office location of our firm has been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. i Authorize Signature SAl,nvV-t_ �l�z Print Name P ix�t,Sr (Corporate Seal) Title Au a Sim ature Soki.A_/5Z 1P—, Print Name Vl Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF DADE Personally known to me; or Subscribed and Swornbefore me that this is a true statement this day of 199 9 . Q Produced identification: // 0 4 Notary Public, State of Florida My Commission expires E.�IMK (Seal) M. ARRATE �r MY COMMISSION i CC7S0= Printed name of Notary Public ndFJMR6:o6/10=M-NOTARY Fla Noury Savior & Banff Co. Please submit with your bid copies of Occupational License, professional and/or trade License to verily local stmul. also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's primary office. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID 99- 517 / I. - 0 0 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: BID NO: DATE BID(S) OPENED: LINCOLN.PARK SHELTER 98-99-126R JUNE 7, 1999 I TIME 10 : 00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK TITAN CONSTRUCTION GROUP See attached bid NO BID SIGA, INC. LAWGIBB GROUP MEMBER DOMINICA RECREATION PRODUCTS, INC. REPOR BROS LANDMARK BUILDERS INC. DOCK & MARINE CONSTRUCTION MAC CONSTRUCTION, INC. J. H. MANUCY DPC GENERAL CONTRACTORS, INC. r. tha venc`ors listed herein are the onl, above; �►n2-x3,:n3 received t"tm.�:i'� as Of the this 4,to ^e • A4v 6W �.. ,-. w�5!.iCv�t"sr=C'1, ii CYnv, fT �roffersr1 3. • are hereby W.etted as late." �y Al received ( p ) envelops on behalf of oPerson rec iving bid(s) PURCHASING DEPARTMENT on (City Department) SIGNED: tputy City Cl k 6-7— r (Date) 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, A. 33133 for the following: BID NO. 98-99-126R Lincoln Park Shelter OPENING DATE: 10:00 A.M. Monday June 7, 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. 4997 -+ D w �I M fW �> "'�.. i > "+.... _ .� -� r.. N „•...., .,�, � .�,,n�,,;...,,�; �U^•"`��-.,,-r-�.....y";.�^'�-.s^�......--;�,,stti�-^�,rv-c,:.,.JVv,_�t�"'�... :�-'�-�"'4.�` �w..+,r�•.• - r � . - City :of .Miami ,J y°`o.•t"� REQUISITION FOR ADVERTISEMENT This number must appear in the i advertisement. INSTRUCTIONS: Please twe and attach a co6v of the advertisement with thigg reguisition. ` 1'. Department: 2. Division: 3. Account Code number:_' 4. Is this a confirmation: 5. Prepared by: . .. ❑ Yes ❑ No r:� :ttai ,°'nt°. 6.'•Size,of. advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement ;is to be 10. Type of advertisement: published: Legal ❑ Classified ❑ • Dis la 11. Remarks: {. tt Ac{1;f. .t.i.�if��c'l-,ri�_ s.rJi biCi.7 L°tP1 )Jii:Cwo.!_i% Pr.•LIC .�:a'.1� .L.•.. � .• 12. ro Date(s) of Publication Advertisement Invoice No. Amount l %: f .11 -Rfiv E.6-7 � t " /+M•� ( i 13. 'Approved t. l . ❑ Disapproved r A 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. vla nwvlw1m. "nne - �a..�.n., a.allaffy - u0paiuneni