HomeMy WebLinkAboutR-91-08041. •
J-91-865
11/5/91
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF LEADEX
CORPORATION FOR THE FURNISHING AND
INSTALLATION OF PLAYGROUND EQUIPMENT AT
LEGION PARK FOR THE DEPARTMENT OF PARKS AND
RECREATION AT A TOTAL PROPOSED COST OF
$20,995.00; ALLOCATING FUNDS THEREFOR FROM
CAPITAL IMPROVEMENT PROJECT NO. 331312,
ACCOUNT CODE NO. 589301-830; 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 August 2, 1991 for the furnishing and installation of
playground equipment at Legion Park for the Department of Parks
and Recreation; and
WHEREAS, invitations were mailed to thirty-four (34)
potential suppliers and five (5) bids were received; and
WHEREAS, funds for this purchase are available from the
Capital Improvement Project No. 331312, Account Code No. 589301-
830; and
WHEREAS, this equipment will be used by the Department of
Parks and Recreation to equip Legion Park with various slides and
other playground equipment; and
WHEREAS, the City Manager and the Director of the Department
of Parks and Recreation recommend that the bid received from
Leadex Corporation be accepted as the lowest responsible and
responsive bid;
CITY
OF
N 0 V 14 1991
r�Kx vri� uo. -
P
NOW, THEREFORE, BE IT RESOLVED BY T14E 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 August 2, 1991 bid of Leadex Corporation for
the furnishing and installation of playground equipment for the
Department of Parks and Recreation at a total proposed cost of
$20,995.00 is hereby accepted, with funds therefor hereby
allocated from Capital Improvement Project No. 331312, Account
Code No. 589301-830.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this equipment.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 14th day of
ATTES
MATT Y HIRAI
City Clerk
PREPARED AND APPROVED BY:
RAFAEL 0./ DIAZ'
Deputy City Attorney
ROD/pb/gmb/M2590
XAVIER L.ISUARE
APPROVED AS TO FORM AND
CORRECTNESS:
, 1991.
-2- , i f' 0
0
0
CITY of MIArtRl. FLORIDA CAm5
INTER-OFFICE MEMORANDUM
Honorable Mayor and Members
of the City Commission
r:O M
Cesar H. Odio
City Manager
DATE I^) .- ���� FILE
NU - 5
SUBJECT
Resolution Authorizing
Award of Bid No. 90-91-135
REFERENCES Furnishing and Installation
of Playground Equipment at
ENCLOSURES Legion Park
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution authorizing the purchase and installation of
a Playstructure in Legion Park to Leadex Corporation, a
Hispanic/local vendor, located at 42 NW 27 Avenue, Miami, Florida
33125 as the low bidder under Bid No. 90-91-135.
BACKGROUND
The Department of Parks and Recreation has analyzed community
input as to the needs of Legion Park through meetings with the
Biscayne Boulevard Chamber of Commerce on several occasions.
Among the items determined to be of great need was a new
playground for the children of the neighborhood. The City
received a $100,000.00 State Grant for Legion Park in 1990 and
the funds for the new playground will come from this grant.
We therefore recommend the award of bid to furnish and install
the playground to Leadex Corporation, a Hispanic firm located in
the City of Miami. This firm was the lowest responsible and
responsive bidder to the competitive bid put out by the City of
Miami.
Amount of Bid: $20,995.00 % of Cost Estimated: 105%
Budgeted Amount: $20,000.00
Source of Funds: Citywide Neighborhood Park Renovation
Program/Capital Improvement Project No.
331312, Account Code No. 589301-830.
Minority Participation: Bid invitations were mailed to 34 firms.
Sixteen were non -minority; five were
Black -owned; seven were female -owned;
and six were Hispanic -owned. Award is
recommended to a Hispanic owned firm.
Public Hearings/Notice:
Attachments
One Legal advertisement.
(ff MI. F _C)RIF) A
INTER -OFFICE MEMORANDUM
TO
Judy Carter September 4, 1991
Chief Procurement Officer
Legion Park
�.—}j��.- Playground Funding
Al
�ROE,t � c�cEr�EI��:Eti
berto��--."4 Ruder, Director
r� Parks and Recreation
This Department has verified with the Departments of Finance and
Budget, as applicable, that funds are available to cover the cost
of subject purchase in the amount of $20,955.
Index Code 589301-830. Project #331312.
CAPITAL IMPROVEMENT PROGRAM REVIEW:
Eduard odrig z, CTP Manager
i OF MIAMI, FLORIDA All Box 330708
PROCUREMENT MANAGEMENT mi, FL 33233-0708
DIVISION TELEPHONE NO. 575-5174 =
j3jD SIEET(cont'd. ) BID NO. 90-91-135
BID SHEET AND BID ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE I?
THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BI'
OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS TH:
DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: Ne5-)0 o6jy (Include cash discount for prompt payment, if any)
Additional discount of % if awarded all items.
Warranty and/or guarantee: ,Js Re e r"eMy 1,4C_ Z44 --
Delivery:-- &WN calendar days required upon receipt of Purchase Order.
Delivery Point(s): as indicated in.the Special Conditions
In accordance with the Invitation to Bid, the Specifications, General Conditions, Specia
Conditions, and c:eneral Information to Bidders, we agree to furnish the Items) at Price
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S):
Fran'.: J . Fonseca, P.E.
NAMES OF COMPANY OFFICER(S):
Fran% J. Fonseca, P.E.
a) List principal business address: (street address)
42 N. W. 27tli Ave. Miami, F1 33_12. Ste. 304A
b) List all other offices located in the State of Florida: (street address)
(Please use the back of this page if more space is necessary)
MINORITY PROG[JRF.MENT COMPLIANCE
The undersigned bidder acknowledges that (s6i has received a copy of Ordinance #10062 e
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with a:
applicable substantive and procedural provisions therein, including an amendments thereto.
Bidder • LEADEX CORPORATION Signature •-
(company name)
Date: 8/12/91 Print Name
Indicate if Business is 51% Minority -owned: (Check ane box only)
[ ] BLACK [X] HISPANIC [ ] FEMALE
AFFIRMATIVE ACTION PLAN
If firm has an existing plan, effective date of implementation: April 15, 1Q91
If firm does not have an existing plan, the Successful Bidder(s) shall be required
establish an Affirmative Action Policy, pursuant to Ordinance #10062 amended. See Append:
I for sample. c7 S 0 4
Bidder • LEADEX CORPORATION Signature-- 1
(company name)
FAILURE _TO COMPLETE. SIGN, AND RETURN T ISL FORM MAY--DISQ lA IFY TN.LS-311
AWARD QF BZD
Bid No._90-_91-135
ITEM: Furnishing and installation of playground =
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
�• - _ ��
BIDS RE
A? •
FUNDS:
aID EVALUATION:
equipment
Parks and Recreation
Short-term contract
To equip Legion Park with various slides and
other playground equipment.
34
5
Attached
Citywide Neighborhood Park Renovation Program/
Capital Improvement Project No. 331312,
Account Code No. 589301-830.
ALL VENDORS ...........................
MINORITY/FEMALE (M/F) VENDORS.........
Within City limits .................
Registered with City ...............
Black (B) Vendors..... ..............
Located within city limits.........
Registered with City ...............
Female (F) Vendors ....................
Located within City limits.........
Registered with City ...............
Hispanic (H) Vendors ..................
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits.........
"No Bids"
Bid
Invitations
Bid
Mailed
Responses
34
5
18
4
3
3
12
2
5
1
0
0
5
0
7
0
1
0
5
0
6
3
2
2
2
1
16
1
1
0
• -
14
7
Reasons for "No Bid' ere as follows:
1. Pete Jeffrey & Assoc., Inc. - "No bid".
2. Florida Playground & Steel Co., Inc. - "Not able to bid at this
time".
3. Belson Mfg. Co., Inc. - "Do not meet specifications".
4. Noland Assoc., Inc. - "Do not meet specifications".
5. Joe Teet, Inc. - "Do not meet specifications".
6. Hunter Knepshield - "Do not meet specifications".
7. American La France - "No bid - not our line of work".
8. Constructive Playthings - "No bid".
9. Neumade Products Corp. - "Items are not of our manufacturer".
10-Southern Park and Play Systems, Inc. - "Do not provide
installation".
11.Hasner & Assoc. Game Time Inc. - "Does not supply this equipment".
12.Recreonics Corp. - "No bid".
13.Game Time Inc. - "Do not offer service required".
14.Landscape Structure - "Non -responsive - do not provide
installation".
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO
LEADEX CORPORATION A HISPANIC/LOCAL VENDOR AT A
TOTAL PROPOSED AMOUNT OF $20,995.00.
V� - Q-4 zf
h of Procu eme ficer
1� it H)
ate
V
TABULATION OF BIDS
BID #90-91-135: LEGION PARK PLAYGROUND
MINORITY
CLASSIFICATION
BIDDER
PNM Corporation
3780 NW 22 Avenue
Hispanic
Miami, FL 33142
D.L. Kirby, Inc.
643 NW 146 Street
Black
Miami, FL 33168
Fence Masters, Inc.
3550 NW 54 Street
Non -Minority
Miami, FL 33142
Paragon Construction Unlimited
10424 NW 6 Street
Hispanic
Pembroke Pines, FL 33026
Leadex Corp.
42 NW 27 Avenue
Hispanic
Miami, FL 33125
TOTAL BID
ITEMS 1 THRU 5
$36,000.00
$26,122.00
$26,995.00
$22,294.00
$20,995.00
COMMENTS:
High bid
High bid 0
High bid
High Bid
Lowest responsible
and responsive bid
DID _SECURITT_LIST
BID ITEM: _Pl��----d—Euipment,_sand_and_wood--- edaing..........
Leyion_Park_!_Department_of P�r��_�_�Q�QaiQ _______
B ID N0 . _ � 9--I-I --
DATE BID(S) OPENED �,y�,�_1�1�5 ��4 Q_u,.m..--------------------------
TOTAL BID BOND or
_� ll►►
S_
BIDDER DID_AMOUNT CASHIER!S_CHECR___
--- ------------------
Miracle Recreatiof Equipment
------------
-- ------- —
See attached
12i�a1--------
-------------------------
-------------------------
Hunter-Knepshield '
to "
.Joe W. Teel, Inc.-
" of
Landscape Structures
Itof
D.L. Kirby, Inc. f
It"
Leadex Corporations
" to
Fence Masters, Inc:
" "•
ion
P.N.M. CorporatParagon
"
------4------------
Construction Unitd, Inc.
--------------
"
-------------------.-----
-------------- ------------------------------------------------
i
NO BID:
----------L-------------
i
-----------------------
Belson Manufacturing Co., Inc.
t,e •TP f f YP V /& n ssa�iates.._Ln c�_I
FL. Playground & Steel Co., Inc.
7,aFrdlGe______________
_—_
_ _
__ �_ -----
�an — _ —
Constructive Palythings
aducts_Cnrg---------------------------------------------------
Southern Park and Play Systems,
atesGameTimeT_inc
Recreonics Corporation
Inc.
--------------
------------------------
----------------------------------------------------
---------------
- T
--------------
I ------------------------
_received () envelopes on behalf of
(Etraon recciviag bids) _ � f
GSA/Solid Waste -Procurement Division
(City Department)
yyr�
•(Deputy City Clerk)--
LEGAL ADVERTISEMENT
—! HID NO. 90--91-13a
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pan American Drive, Miami, Florida
33133 not later than 3:00 p.m. August 12, 1991 for the furnishing
and installation of playground equipment, sand and wood edging at
Legion Park for the Department of Parks and Recreation.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
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.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 6832)
Cesar H. Odio
City Manager
WIMU IRVT91111
L N Colt' rfl ufn
REQUISITION FOR ADVERTISEMENT This number must appear
+in the advertisement.
DEPT/DIV.
ACCOUNT CODE _ �' `3'� U .I " :; L, 7
DATE— PHONE_ 9545i14 APPROVED BY:
PREPARED BY a t• "". )`- _ ~� s
DIRECTOR OF ISS6ING bo �AF�rMENT
Publish the attached advertisement times.
(number of times)
Type of advertisement: legal a' — classified display
(Check One)
Starting date +' % ' / } J.
Size:
First four words of advertisement: 6
—�t t• $l i _,il..l_ll'.1 !. T
.. .,t
Remarks:
i.) w )
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
t�:ii lli i�t�v: coy
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
YDUE DATE Y MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 1 11718
1 25134
39
42 145 50
51 56
57 62
63 65.66
71
0
1
2
4
1
V
P
1
210121
2
8
7
1
2
314
7
8 V P 1213
14
15 DESCRIPTION 36
64 DISCOUNT69
72 AMOUNT 80
5
2
0
[OE
0
1
Approved for Payment
White — Purchasing Yellow - Finance Pink — Department
Y ( .1 .L C �J C aJ :J ✓ ; i :_. Ail 't ` i. l l U is .. , l .7. C 'r' { J_
1J11:1S. cC: 1. +