Loading...
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. +