Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-90-0093
J-90-72 1/29/90 RESOLUTION NO. 90-00 93 A RESOLUTION ACCEPTING THE BID OF J.R. BUILDERS, INC. FOR THE INSTALLATION OF DRINKING FOUNTAINS AT FIVE (5) CITY PARKS FOR THE DEPARTMENT OF PARKS, RECREATION AND PUBLIC FACILITIES, AT AN AMOUNT NOT TO EXCEED $13,435.00; ALLOCATING FUNDS THEREFOR FROM CITY WIDE PARK EQUIPMENT PROJECT NO. 331339, ACCOUNT CODE NO. 589401-340; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE. WHEREAS, pursuant to public notice, sealed bids were received November. 22, 1989 for the installation of drinking fountains at five (5) City Parks for the Department of Parks, Recreation and Public Facilities; and WHEREAS, invitations were mailed to 27 potential suppliers and three (3) bids were received; and WHEREAS, funds for this purchase are available from the city wide Park Equipment Project No. 331339, Account Code No. 589401- 340; and WHEREAS; this service will be used by the Department of Parks, Recreation and Public Facilities as part of the city wide neighborhood Park Renovation Program for the purpose of the installation of drinking fountains at Shenandoah, Morningside, West End, Elizabeth Virrick and Douglas Parks; and WHEREAS, the City Manager and the Director of the Department of Parks, Recreation and Public Facilities recommend that the bid received from J.R. Builders, Inc. be accepted as the lowest 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. CITY COMWSSION MEETING OF FEB 7 1990 i i v =:1 i . + �i Section 2. The November 22, 1989 bid of J.R. Builders, Inc. for the installation of drinking fountains at five (5) City parks for the Department of Parks, Recreation and Public - Facilities at an amount not to exceed $13,435.00 is hereby accepted with funds therefor hereby allocated from the City Wide Park Equipment Project No. 331339, Account Code No. 589401-340. - Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a Purchase Order for this service. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 7th day of February , 1990. t XAVIER L. SUA Z MAYO ATTES . MATT HIRAI, CITY CLERK PREPARED AND APPROVED BY: A NDR V RELLO IEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JOR E n NANDEZ CI ATTORN Y 2 - 931. _- _ v' DID SECURITY LIST BdD ITEM:Installation of Drinking Fountains BID NO: 89-90-033 DATE 005 RECEIVED: November 22nd, 1989__,2 : 30 p.m. BIDDER TOTAL BID AMOUNT BID BOND (or) CASHIER'S ChECk J. fit. Builders, Inc. Broken town itema Apex Construction Enterprises, The Cobo Company Inc. NO BID: Wessell Construction RECEIVED 0U1`)envelopes on behalf of IL Procurement ''>IGNED: DATE: %•' City rtment Received the hereinabove described checks this tray of 19 In connection with the hereinabove cited bids, which were ndtd to the undRr—signea on behalf owe Accounting Division (or) SIGrvED: tC�ty Department) DATE: BID SECURITY LIST DID ITEM: IND NO: Installation of Drinking Fountains 89-90-033 DATE BIDS RECEIVED: November 22nd, 1989 2 : 30 p.m. DIDDER TOTAL. DID AMOUNT HID BOND ear) CASHIER'S CHECK / J. R. Builders, Inc. Broken ' rown Apex Construction Enterprises, " " The Cobo Company Inc. NO BID: Wessell Construction .1� 513 RECEIVED Cl" Procurement (w) tn�*alapes on behalf of SIGNED: � City rtrnent DATE: I •- > 0 Received the hereinabove described checks this day of "n connecc'an with the hereinabove citedbids, w is were nded to the un rsigne on half oTthe Accounting Division (or) SIGNED: (City Department) DATE: .i x 4 4 LEGAL ADVERTISEMENT RECEIVED �j BID NO. 89-90-033 1389 NOV -6 PH 3 21 MIATTY MRAI CITY CLERK{ CITY OF NIAMI. FLA. Sealed bids will be received by the City of Miami City Clerk at her office 1 t 3500 Pan ive, Miami, Florida 'not later than :4er3a�ls November 22, 1989 for the furnishing of labor and ation of City supplied drinking fountains at various City Parks (including pipe, concrete base, drywell and all accompanying installations) for the Department of Parks, Recreation and Public Facilities. 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. 10538 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 of Miami Minority/Women Business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite 400, Telephone 579-3366. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 6343 ) Cesar.H. Odio City Manager REQUISITION FOR AQ,EAT 22 This number must appot 3: In the advertisement Procurement (foi Parks, Rec. & Pub. Facilities) MA 6342 I I T HIRAI 331339-589421-287 A006UNT COD HTY CLERK DATE November 1st, 198$kONE 575-5174 CITY OF Y. P115PARED BY Maria Abijaiii Od DIRECT or- ISSUING Ok k_ q DIRE Remarks: Witter 'In '' stal Drinking Fountains (open 11-22 89 1 2-.3 P M nn NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. ni Pumasin.9 h ow Co y: Pink copy: 'A yellow lloFiance PT' - War" Silvia Mwin 0.a, City C e�r OfTice maria, PRocurement Management 1 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA To : Honorable Mayor and Members DATE : FILE of t City Commission JAN 3 0 1990 SUBJECT : Resolution for Award of Bid - Installation of Drinking Fountains in 5 City Parks FROM : Cesar H. Odio REFERENCES City Manager Bid #89-90-033 ENCLOSURES: Recommendation: It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid and awarding the contract for the installation of five (5) drinking fountains in five (5) City parks to J.R. Builders, Inc., a Hispanic firm and the lowest responsive and responsible bidder, at a total cost of $13,435.00 and allocating funds from Capital Project No. 331339, "Citywide. Park Equipment" for this purchase. Background: The Department of Parks, Recreation and Public Facilities has analyzed the three bids received for the installation of drinking fountains, in five (5) City parks: Shenandoah, Morningside, West. End, Elizabeth Virrick, and Douglas. The bid specifications and conditions required the successful bidder to provide all labor, equipment• and materials necessary for the installation of each drinking fountain with a concrete slab, a drywell, and laying the appropriate length 'of PVC pipe to the water source. J.R. Builders, Inc. submitted the lowest responsive and responsible bid, covering the five (5) drinking fountains, as part of the City-wide Neighborhood Park Renovation Program. Amount of Bid: $13,435.00 $ of Cost Estimate: 96 % Budgeted Amount: $14,000.00 Source, of Funds: Citywide Park Equipment Project - Outside Contractual Sery ces, Account No. 589401-340, Project No. 331339. KinoritX Partici ation: Bid invitations were mailed to twenty seven 1..f rms: Black -owned firms (9), Hispanic -owned firms (10). Non -Minority -owned firms (7), Women -owned firms (1). Two (2) bids we're received from Hispanic vendors and one (1) from a Black vendor. Public Heeariggs/Notice: One legal advertisement. Assessable Project: N/A �r , s CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: William Schaut DATE` December 14, 1989 FILE Procurement Supervisor SUBJECT General Services Administration Funding for Bid Award Installation of Drinking Fountains for Various FROM Al erto Ruder, Director REFERENCES :City Parks Parks, Recreation and Public Facilities Department ENCLOSURES: This department has verified with the Departments of Finance and Budget that funds are available to cover the cost of the subject bid in the.total amount of $13,435.00 from Account Code 589401- 340, Project No. 331339 (Citywide Park Equipment Project, Outside Contractual Services). FINANCE REVIEW AND APPROVAL: not a licable Carlos Garcia, Director Department of Finance CAPITAL IMPROVEMENT FUNDING REVIEW AND APPROVAL Edua;do Rodriguez Capital Program Manager AR:LG:ms ce tTD, E. Johnson . _Kevin Smith Alex Martinez Jon.Lindeman Leo Garcia BUDGET REVIEW AND APPROVAL: Mano ar Surana, Director Department of Budget L CITY OF MIAMI, FLOR 4 P.O�-`SOX 330708 PROCUREMENT MANAGEML,,iT Miaa , F1 33233-0708 DIVISION TELEPHONE NO. 575-5174 BID NO. 89-90-031 BID SHEET IMPORTANT: BID SHEET Al2D BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN TRS ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS RE©UIRED, A BID WILL NOT BE ACCBPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN TH7,S ENVELOPE. •rermsanh .(Include cash discount for prompt payment, if any) Additional discount of O if awarded all items. warranty and/or guarantee: 110 n r- State any variances to specifications (use separate sheet if necessary): Delivery: W . calendar days required upon receipt of Purchase Order. Delivery Point(s): As indicated in the Specifications In accor ance ME the invltatlon to Bid, the SpecifIcations, Genera Conditions, Special Conditions, and General Information to Bidders" we agree to furnish the Item(s) at Prices indicated on the attached bid sheet (s) . NAMES OF COMPANY OWNER M : mau MAKES OF COMPANY OFFICERS: 12zr. t (Please use the Sick of th s page if more space is necessary Nate of individual holding license in this profession (if applicable), MINORITY PROCUREMENT COMPLIANCE The undersigned bid er ac nowle gee that it has received a copy of Ordinance No. 10538, the Minority Procurement Ordinance of the City of Miami, and agrees to. comply with all applicable substantive and procedural provisions therein, including any amendments thereto. JR BUIMERS, INC. 139 WE 40TH STttEE*2U BIDDER: MIMI ^ 33137 company name Signatu Print - Indicate if Minority Business: Date: 3 Black r%A Hispanic C Women VIlk FAILURE TO COMPLETE, SIGN, AND RETURN 015. 5a AWARD OF BID Bid No. 89=90-033 ITEM: Installation of Drinking Fountains DEPARTMENT: Parks, Recreation & Public Facilities TYPE OF PURCHASE: Short term contract REASON: These fountains are to be installed a .�__...__ Shenadoah, Morningside, West End, Elizabeth Virrick and Douglas Parks as part of the City Wide Neighborhood Renovation Program POTENTIAL BIDDERS: 27 BIDS RECEIVED: 3 TABULATION: Attached FUNDS: City Wide Park Equipment Project No. 331339 Account Code No. 589401-340. MINORITY PARTICIPATION: Invitations to bid were sent to nine Black, ten 10) Hispanic and one (1) Woman -owned firms engaged in the General Construction business as located in the following sources: 1. New Vendors Applications on file in the Procurement Office. 2. City of Miami Minority Register 3. Previous Bid on File in the Procurement Office 4. Yellow Pages Telephone Directory Minority response consisted of bids received from one (1) black and two hispanic firms. BID EVALUATION% The bids meet the specifications. Following is an analysis of the Invitation to Bid: Number of Bid Number of Category Invitations Mailed Responses Prior Bidders Black American scan 3 1 Hispanic American 4 1 Woman 0 0 Non -Minority 0 0 New Bidders Black American 6 0 Hispanic American 6 1 Woman 1 0 Non -Minority 7 0 Courtesy Notifications 55 0 "No Bids" - 1 Late Bids - 0 Totals 82 4 Page 1 of 2' Ei Reason for "No Bid" was as follows: 1. Wessell Constructions Industries, Inc.- "We do not qualify to do this job." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO J. R. BUILDERS, INC. AT THE PROPOSED AMOUNT OF $13,435.00. -Procurement Supervisor Page 2 of 2 Date 41 �I dh 11111 p 1p ILI I l 1p II II p { I1! I i I I1il 1I j! i a`1 I If1i ] NN I � 111 i J � � i I�I �.1 I�II��I� I�� I�lyll I �IIIIC it II�� �.Y�ill ��I III li II Ili III � III�,.��� .I IIII� M ��II,I ,111� III�I �I� ��� I �II��Ill. �� ,III � illll I�I�� i 1011�� II. III acw.:a.�w..:=�:>�:.......� _. BIDDER: MINORITY CLASS ITZKiPARK 1. SHENANDOAH PARK 1 DRINKING FOUNTAIN 2. MORNINGSIDE PARR I DRINKING FOUNTAIN 3. WEST END PARK 1 DRINKING FOUNTAIN 4. ELIZABETH VIRRICK PARK I DRINKING FOUNTAIN 5. DOUGLAS PARK 1 DRINKING FOUNTAIN TABULATION OF BIDS BID NO. 89-90-033 INSTALLATION OF DRINKING FOUNTAINS J.R. BUILDERS, INC. APEX CONSTRUCTION ENTERPRISES 9 INC. (HISPANIC) (BLACK) $2,250.00 $4,100.00 $2,045.00 $1,560.00 $39480.00 $4,798.00 $5,910.00 $4,720.00 $47310.00 $5,538.00 THE COBO COM?ANY j INC. (HISPANIC) $8,4 10.00 $14,970.00 $8,410.00 $4,720.00 $82420.00 n. 0