Loading...
HomeMy WebLinkAboutR-94-0606J-94-675 8/18/94 RESOLUTION NO. 9 4- 606 A RESOLUTION ACCEPTING THE BID OF EDWIN M. GREEN, INC. FOR THE FURNISHING AND INSTALLATION OF A SWIMMING POOL HEATER AND FOR THE REPLACEMENT OF THE COOLING AND BUTTERFLY VALVES AT JOSE MARTI POOL FOR THE DEPARTMENT OF PARKS AND RECREATION AT A TOTAL PROPOSED COST OF $31,202.00; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 331099, ACCOUNT CODE NO. 569301-830; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received May 20, 1994 for the furnishing and installation of a swimming pool heater and for the replacement of the cooling and butterfly valve at Jose Marti Pool for the Department of Parks and Recreation; and WHEREAS, invitations were mailed to twenty-four (24) potential bidders and one (1) bid was received; and WHEREAS, funds for this service are available from Capital Improvement, Citywide Swimming Pool Improvements, Project No. 331099, Account Code No. 589301-830; and WHEREAS, the Department of Parks and Recreation is responsible to maintain and operate the swimming pool at Jose Marti Park on a year round basis; and WHEREAS, attendance during the winter months has dwindled since the pool heater, originally installed in approximately 1985, failed some time ago; and CITY COM. TissIoN B—TT or Resoluliaori No. 94- 606 be, WHEREAS, the City Manager and the Director of the Department of Parks and Recreation recommend that the bid received from Edwin M. Green, Inc. be accepted as the only 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 May 20, 1994 bid of Edwin M. Green, Inc. for the furnishing and installation of a swimming pool heater and for the replacement of the cooling and butterfly valves at Jose Marti Pool for the Department of Parks and Recreation at a total proposed cost of $31,202.00 is hereby accepted, with funds therefor hereby allocated from Capital Improvement "Citywide Swimming Pool Improvements", Project No. 331099, Account Code No. 589301-830. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to a issue purchase order for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 8th day of September 1994. STE HEN P. CLARK, MAYOR ATTE Lou. �-- MATTY HIRAI, CITY CLERK -2- 94- 606 CITY OF MIAMI, FLORIDA CA=1 INTER -OFFICE MEMORANDUM TO Honorable Mayor and Members AUG25 1994 DATE FILE of the Cicy Commission SUBJECT Award of Rid Resolution Jc.se Marti Pool Beater FROM REFERENCES'. Ces dio ENCLOSURES Cit ager Resolution BE'CCi1KMENDATSON it is respectfully rec+ommen--1,, . that the City Commission adopt the attached Resolu ion awaa::i; r.� the bid for the Replacement of the Swimming Pool t_,ater at. 0c•,,�e Marti '?ark to Edwin M. Green; ;nc. , a ncn-minority vendor within MiaiT�i at. '775 NW 21 Street, in the total est.J.mated 6.ri,C,c,.nt of $31., 202 . F'unas for this purchase are avzi.lable in the Capital improvement Prorxram, Project No. 33i099 entitled "Citywide Swimming P001 Im-orovemc-:rats" . BACKGRO The Park Rec-reat.ion DiDpart:rient is responsible to mC-j'.ntairi and open, i.'ie swimming pool at Josc "Marti. on a year-round basis, t 3ance durinQ t1he winter rfl.-ont.hs has dwindled since the pool :ter, orgina'Ll.,l in,sta.11e.'.a :ire apprcximate1,Y' 1.U65, failed scan i.mc. ago. Pursuant to public notice, ,eE,.,LeJ b4'ds 1.,i=e L.::ceived May '0, __:a9'1 for the furnishing of a.l labor, inut.eiials and eau:iprient t0 replace the pool hea.Ler. , cocl_.ir,q vale a stations and b-Lit ~.erfly valve at this site. v/,, oral .i.s rtr?c:ri1C1cr red to the only- respinslVe and responsible bidder, E,3,odtin i\l. ifL'`Efi, Inc. Amount of Did: $ 31, 202 Budgeted Amount: $ i5, 000 Source of Fur_d3: Ca_p4.,.,al Imp :� e.ment ?�ro�? -an;, P:cc;jeCt it_'31099, aitywide Swimin411q UOoI Minority Participati-on: Awr xd to E.. ro .-minor-, ty firm. 94 c�P 606 s CITY OF MIAMI, FLORIDA + INTER -OFFICE.. MEMORANDUM TO. Judy S. Carter, Chief DATE June. 17, 1994 FILE Chief Procurement Officer susUECT Award of Bid/FUNDING _ Jose Marti Pool Heater . fir. REFERENCES No. 93 - 94 -131 FROM Albert Rud- r, Director, ENCLOSURES: i arks and -eation Department Resolution Cover Memo 7/ The Parks Recreation Department �:, s verified with the appropriate y offices that funding i.s availai)le for the subject pu .e as follows: Bid: No. 93-94-131 Jose Marti Pool Heater Replacement Amount: $31,202 Funding Source: Capital Improvement Program (#331099) "Citywide Swimming Pool Improvements" Account Code: Project #331099/#589301-830, APPROVED AS TO CAPITAL PROJECT FUNDS: E and Rodrig z, irector Office o Asset Management and Capital Projects CC: Alex Martinez D . E . , -)hnson r'crm. ir _ , arez Robin no Boclai r 94- 606 3 CITY OF MIAMI, FLORI"") .'.LLD SHEET (Continued,) ~~. BID NO. 9,3-94-113 ',IMP(2AM=: BID SHEET AND ATTACHMENTS MUST BE RETL17NED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID .WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NET 30 DAYS _(Include cash discount for prompt payment, if any) Additional discount of NONE % if awarded all items. Warranty and/or guarantee: ONE (11) YEAR PARTS & LABOR Delivery: 21 calendar days required upon receipt of Purchase Order or Notice of Award. . I Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the , ached bid sheet(s). NAMES OF COMPANY OWNER(S): Edwin n M Green., Tr _ Mary H. Shaw NAMES OF COMPANY OFFICER(S): Edwin M. Green, 'Tr - a) List principal business address: (street address) 775 N.W. 21st St. Miami, FL 331.27 b) List all other offices located in the State of Florida: (street address) NONE (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COM2LIANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 a! amended, the Minority Procurement Ordinance of the City of Mii and agrees to comply with al applicable substantive and proce:Jiir al provisions therein, luding any amen nts thereto. Bidder: EDWIN M. GREEN, INC. _ ^ Signature (company name) Date: MAY 17, 1994 Print Name: Edwin M. Green, Jr. Indicate if Business is 51q -iority-owned: (Check one box only) r ] BLACK [ ] HISPANIC [ ..MALE .FFIRMATTVE ACTION PLAN .f firm has an existing plan, f .rive date -of implementation: If firm does not have an e:_Gt.;ng plan, the Successful Bidder(s) shall be required t establish an Affirmative Action P,:Iicy, pursuant to Ordinance 0062 as amended. See Append: I for sample. Bidder: EDWIN M. GREEN, INC. Signature: ( company name) . Edwin M. Green, Jr. President PQ T I IIRF TO COMPLFTE.,._S_I_G , AND RMRN THIS FORM MAY DISQUALIFY THIS D • 94-- co6 AWARD OF BID I Bid No. 93-94-113 ITEM: Furnishing and installation of the swimming pool water heater and for the replacement of the cooling and butterfly valves at Jose Marti Pool. pEPARTM Parks and Recreation TYPE OF PURCHASE: Short Term Contract REASON: To provide co).ti.nuous swimming all year round for City of Miaii,i residents. PQTENTIAL BIDDERS: 24 BIDS RECEIVED: 1 FUNDS: Capital Improvement Program "Citywide Swimming Pool Improvements", Account Code No. 589301- 830, Project No. 331099. BID TABULATION: EDWIN M. GREEN, INC. $31,202.00 BID EVALUATION: Bid Invitations Did Mailed Resp ALL VENDORS ............................ 24 1 MINORITY/FEMALE (M/F) VENDORS.......... 10 0 Within City limits .................. 1 0 Registered with City ................ 10 0 Black (B) Vendors ...... .. ............ 4 i 0 Located within City limits.......... 0 0 Registered with City ................ 4 p t Female (F) Vendors..... .............. 1 0 Located within Citylimits.......... 0 0 Registerec' with City ................ 1 0 Hispanic (H) Vendors ... .. ............ 5 0 Located within City limits.......... 1 0 Registered with City................ 5 0 NON MINORITY (NM) VENDORS .............. 14 1 Located within City limits.......... 3 1 S ..No Bids" .............................. - 7 F Reasons for "No Bids" are as follows: All American Playworld- "can't meet specifications" City Air Inc.- "our company does not handle water heaters" A All Major Brands Corp. "we do not carry this commodity" G-T Sports Enterprises- "we are not currently carrying this equipment" Weathertrol Maintenance Corp. -"not in our scope of work" f Recreaonics, Inc.- "we do not carry these items" I Adams Electrical -"not in our line of service" RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO EDWIN i M. GREEN, INC. A NON -MINORITY, LOCAL VENDOR A TOTAL PROPOSED AMOUNT OF $31,202.00. • .,.,l�n_sacp�zT.. I D� ..pr,Ac Fran �Z,VjaNSTALLAT.ION OF TWO (2) WATER HEATERS _ FOR THE, SWIMMING POOL AT JOSE MARTI PARK. P ID 10. Q 93-94-113 PATS IlID (S) OpjwjD r UMAY 20 „ 1994 11:00 AM�____ TOTAL AIDOD�ot� �IDDlt1t PID AIADVVT SASEIRR_A-CHICK— EDWIN M. GREEN, INC. • PLAYWORLD RANDS CORP. TERPRISES WETHFRTROL MAINTENANCE CORP. RECREONICS, INC. $28,058.00 CAL CAL -------- --�—i____�__-s_a__— M�rO��p _--a—__. --�.—sM—_1 _l Vayr ls�►.+_ .-------------- ..--- -------- ------- --------------- o Z�xo�-�--!;,- rec•lved (_%) envelopes on lbobalt o! (Parson recei�ira GSA/S01i4_Waste-Procurement Division ca eCity rip�rteontj- - fICNEtia _ (Deput' Ci CIerk) f tr LEGAL ADVERTISEMENT = - BID N0. 93 - 9-4--11 Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive,' Miami, Florida 33133 not later than 11.00 A.M. MAY 20 for the furnishing of all. labor, material and equipment necessary for the replacement and installation of two (2) water heaters for the swimming pool at Jose Marti Park in accordance with bid specifications. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. A MANDATORY PRE -BID CONFERENCE WILL BE HELD AT MAY 11, 1994 AT 10:00 A.M. (please be on time) AT JOSE MARTI PARK 351 NW 4TH STREET, MIAMI, FLORIDA. ANY SUCH CHANGES AS A RESULT OF SUCH CONFERENCE SHALL BE MADE AT THAT TIME. Vendors arriving after 10:15 a.m. will of be allowed to attend t e co erence. FAILURE TO ATTEND THE MANDATORY PRE -BID CONFERENCE WILL DISQUALIFY YOUR BID, AND DEEM IT NON -RESPONSIVE. Ordinance No. 10062, as amended, established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. LQcal Preference Section 18-52.1( ) of the City Code, as amended, states that 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 vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and any other documents to verify the location of the firm's primary office. Detailed specifications for the bids are available upon request at the City Procurement Office located at 1390 NW 20th Street, 2nd floor or call 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 1462) =' City of Miami '' "2 2 ::; ,�1`-� REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS. Please lype and attach a CODV of the advertisement with this. regui5ition. 1. Department: 2. Division: 3. Account Code number:-,,' + 4. Is this a confirmation: _ 5. Prepared by: -'r' ❑ Yes ❑ No _ 6. Size 6f advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be Ll. Type of advertisement: published: Le -gal ❑ Classified ❑ Display 11. Remarks: 3 - 9 <; 11 12. G.S.A. (Procur2mlInt Date(s) of Advertisement invoice No. Amount Publication lrj 'I / 13. ❑ Approved ❑ Disapproved � r Director/Designee Date Approved for Payment Date Department C IGS/PC 503 Rev. 12189 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. , ., SID_SECDRITT_LIST 311D I?Clta .,5:...�:._28_jEN11E A_.L"Y PAVING PROTECT 33-4564 `..—_��— $1D QG. $ 9 3- 9 4 - 16 3 S11TE DID(S) OPIKID: AUGUST , 1994 11:30 sP»e:.r�....__.. - �d SYIDDER DID A116JU T CASHIRR'S_CHECK_� MIRI CONSTRUCTION INC. $ 18,835.00 rw — 13.13— 51-----._,._....___...._. c C.i� ' •�;� r_-....._ .� ----------------- - —r..__--------L _ a.r_rr._e.--_.t...w—_.._r,-------- .._...--------------- i----------- ---- t-------------- --- ----- ---�------------------------------------ ----------------_L------------------------------ ------------------- J�---------------I? -------__--_—__--_----- ----------------------------- ------ --- AL -----------------------------------= - -- 7e, _r_____--_r___� _____________ _ __�.:__- v-- . r ---------------------------- ----------------------- -------------------------------------------------- - ........►{--------------f---------------------- ---------------- j--------------- ------- _._------- -.._ ... ___ _.._ _...... -..------ ------I----------------------- __- ._-,�seceioed C_� onveiopes on aehel? of {?argon recai+eir�bSQs' 1.__ _Publ is Wor}tf_-__---__-- om -_ __ ___ --_.___ram (City Departoiat) rput? Cit? Cirak CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Matty Hirai DATE July 8, 1994 '-ILL I City Clerk r SUBJECT: S.W. 28 AVENUE ALLEY PAVING PROJECT B-4564 FROM 1 i s s e t t e Lopez �� REFERENCES 5 I D NO. 9 3- 9 4 -16 3 Department of Pubs i- Works ENCLOSURES: i Contractors will submit bids for the above reference project to be opened on. August 4, 1994 Time: 1 sDZ AM Any bid submitted after the above appointed time will not be accepted by the City Clerk. Please make the necessary provisions for this bid opening. A representative from our Department will be present. We will notify you in writing if there will be a postponement or cancellation prior to the opening of bids. /11 t ., P r I BID, NO. 93-91-isCT�.� ADVERT:SEAUIT FOR SIDS Sealed bids for construction of "S.W. 23 AVENUE ALLEY PAVING -;PROJECT 8-4564, will be received by the City Clerk of the City of Miami, Florida 'at 11:00 AM on the 4th day of August, 1994, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. The project consists of the construction of drainage facilities in the intersectii.)n by S.W. 28 Avenue, along 10 Terrace. It will include perforated aluminum french drain (24" diameter), ductile iron pipe (12" diameter), catch basins, manholes, and surface paving. Bidders will furnish a bid bond in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in documents and specifications, please contact Leonard Helmers, P.E. Chief Civil Engineer, or Fred Latey at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, in accordance with Chapter 10 of the Metropolitan Dade County Code, which authorizes the bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Plans and specifications may be obtained from the Office of the Director of Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on or after July 12, 1994. If bidders wish, a set of specifications will be mailed to them by writing to the Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable. Deposits will be refunded only upon the return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinances Nos. 10062 and 10538 regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Airing Agreement." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 579-6856. 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 of all bids, and readvertise (8-4564, Req.2545). Cesar H. Odio City Manager City of Miami 2 5 ('� 5) This number must REOUISITION FOR ADVERTISEMENT appear in the advertisement. 1INSTRUCTIONS: Please type and attach,a copy of the advertisem2nt with thi§ reguisition. 1. Department: 2. Division: i j. t 1: i 3. Account Code number: I I Ii I i❑ 4. Is this a confirmation: 11 Yes E❑-1 No 5. Prepared by: 6. Size of advertisement: i7. Starting dat 8. Telephone number: 9. Number of times this advertisement is to be published: n C 0 10. Tye of advertisement: Legal 0 Classified Display -EL 11. Remarks: W . 2 "), A V e n uc' k:! J. i I V r o t: 12. Publication g.S.A. (Pro urgment Mjjnag2Menfl USE !QNLY Date(s) of Advertisement Invoice NO. Amount 13. Approved El Disapproved 6-' Department.Director/Designee Date Approved for Payment Date I C GS/PC 503 Rev. 12/89 --TRouting: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. &J101MUU11wil. V11111a - %lespluly - UUpaltmullt ,IUL-13-04 WEIR 8 ; 48 I U31 I0 Wplly FAX NO, 57P"�71 P, 05 ' ,f r' B,IU:., NQ:.9.31-94.- 163 ADVERTISEMENT FOR .BID Sys' 3, L d5 f-)r cuns'.'uc:.ion if "S,'W, 23 ;tVE'1'i". 4Ll.7Y ^�V-,-G by th. -, `.,y Cl irk �F ty )f 11igR11 a 1 I $1n t'1� ' tfy aF �1u`gti'St, 1994. at .he Ci*y Clerk ir>r .F th; Mia,,)i malt 35'JJ Pin AmT.-rirao Drive, Dinner Key, Ii.3ni, 71 ridi 13i33 it .ihiC�i tiait2 and 7i3c,? they ail be publicly )Pent�.i 111d r�,3�, any bid ibraitted after the above appointed t.icne will not be accepted by the City Clerk. 'ne, project c.)nsi;ts of the construction of drainage f l c i 1 i t i e s in he lnterse�ti-.)n by S.W. 28 Avenur7, along 10 Terrace, It will include perforj a1,,um-inan french drain (24" diameter), ductile iron pipe (12" diamPtpr), c basi , manhoie5, and surfar e paving. Bidders will furnish a bid Mond actin, -nce with Resolutions No. 86-983 and No. 87-915. For clarification of t.2c— i i;suHs as presented in documents and specifications, please contact L,�o(,_ He rs, P.F. Chief Civil Engineer, or Fred 1-atey at (305) 579-6365_ Prospective bidders mill he required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, in accordance with Chra;)ter 10 of the Metropolitan Bade County Code, which authorizes the bidder to perform the ,proposed ► ork. All bids shall be submitted in accordance with the Instructions to bidders and Specifications. Mew City regulations will require each bidder to subunit proposals in duplicate originals. Plans and specifications may be obtained from the Office of 5e"13rector of public Works, 275 N.W. 2 Street, 3rd Floor, Miami, rlorida, 33128, on or after July 12, 14g4, If bidders wish, aset of specifications will be mailed to them by writing to the Department of Publir, Works and including a se prate check for There will be a JL0 deposit rc cuired for the first set of specifications. Additional sets may he purchased r. , a fee of go per set and this is not refundable, Deposits will be refunded only upon the return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinances Nos. 10062 and 10638 regarding allocation of contracts to minority_ vendors, contractors and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement." The object of this ordinance is to provide employment opportunities to City of Miami residents or) Contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement undVT- this program. for further information contact the Department of Public ',Works, City of tdiami, at (305) 579-6856. ` Prop,)sal includes the time of performance, and specifications Contain pr visions For liquidated damages for faiIur to complete the Nork on time, Th, Ci:y Commi scion reserves the right to waive any informal ity in any bid, and thy_, City Maniger may reject any :)F all bids, and readvertise (6--4564, Req.2545). Cesar ''�, Odio City !tanager