Loading...
Res. No. 121-07-12506"• •' NOW V i. WHEREAS, the Mayor and City Commission wishes to rehabilitate restrooms at Palmer Park; WHEREAS, the restroom rehabilitation will be funded from FRDAP grant in an amount of $14,760.00 to be charged to account number 001- 0000 - 131 -2221, with account balance of $49,000, before this request. Section 1: That the Mayor and City Commission authorize the City Manager to issue a Service Work Order to Leadex Corporation in an amount of $14,760.00 to be charged to account number 001- 0000 - 131 -2221, with account balance of $49,000, before this request. Section 2: The attached exhibit is incorporate by reference into this resolution. PASSEL) AND ADOPTED this s� day of �, 2007. ATTEST: CITY CLERK Figueredo, Nagin Gallop & Figueredo, P.A. Office of City Attorney 0 R3 COlV MISSION VOTE: 5 -0 Mayor Feliu: Yea Vice Mayor Wiscombe: Yea Commissioner Palmer: Yea Commissioner Birts: Yea Commissioner Beckman: Yea South Miami All - America My CITY OF SOUTH MIAMI 11111, Z7 OFFICE OF THE CITY MANAGER �R INTER-OFFICE MEMORANDUM 2001 To: The Honorable Mayor Feliu and Members of the City Commission Via: Yvonne S. McKinley, City Manager From: W. Ajibola Balogun, REM, CFEA, Director Public Works & Engineering Department Date: July 24, 2007 Agenda Item No.:" Subject: Work Order for Restrooms Rehabilitation at Palmer Park. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A SERVICE WORK ORDER WITH LEADEX CORPORATION FOR RESTROOMS REHABILITATION AT PALMER PARK IN AN AMOUNT OF $14,760.00 TO BE CHARGED TO FLORIDA RECREATION DEVELOPMENT ASSISTANCE PROGRAM (FRDAP) . GRANT ACCOUNT NUMBER 001-0000-131-2221; PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to issue service work order to Leadex Corporation for $14,760.00. Reason/Need: In accordance with the scope of work of the grant we received for Palmer Park, we plan to rehabilitate the restrooms at the park by: re-grading the bathroom area for new concrete handicap accessibility ramp; to provide new handrails; installation of new drain pipes; patching of interior wall and painting of the bathroom. We plan to "piggyback" on Miami-Dade County Public Schools' awarded bid (bid #: 111 -FF09) for the services. Cost: $14,760.00 Funding Source: FRDAP Grant account number 001-0000-131-2221 with account balance of $49,000 before this request. Backup Documentation: El Proposed Resolution L3 Proposal submitted by Leadex Corporation El Copy of Miami-Dade County Public Schools' bid (Bid #: 111 -FF09) CGC 010793 4731 S. W. 75 AVEMIAMI, FLORIDA 33155 To: City of South Miami Attn.: Mr. Doug Baker Loc: Palmer Park Re.: Bathrooms April 24, 2007 "SCOPE OF WORK" Remodeling of restroom building as shown on plans by C3TS dated 07/07/06. Work includes the removal of existing doors, grading of area to receive concrete ramp, drain pipe, new concrete ramp, handrails, 3 new doors and hardware, patching of interior wall as shown, and painting. Total price for above work is ................................ $14,760.00 Authorized Signature & Date 'te Accepted By Signature & Date 0 07/18/20$7 14:50 01 PROCUREMENT FIAGE 01 nuclglph F. Craw Ed.D. Mr. Frank J. Fouseeft, P-E- Lead,ox Corporation 4731 sm. 75 Avenile Miami, YL 33155 * MTVJIMFRRS�� LC2 iR july is, 2007 FAX; 305-264-5350 I IF L)r UarUn Kar►, VIC$ UnUff Ranier Wax do 161 POffilit Evelyn L.0nollob amof Perfs Tabors Hantmart Cdr. Rjohert a. ingran? Ana R;vas;-ogan or. Marta pifrez Dy. Soloman C. Stinson Dozi, 'Mr, The above-mentioned bid cxplrel 011 We are 6eylgid"ing, the extension of this contract for an ninety-day poriod. Pript to e7ftI we would tike to discuss any additional savings 'that could be reahrod by lower prices on the extenigiony or &ngcs in a future II Please advise of my verifiable ahanges in the industry/markotplac;e that SuPrott the extension of this contract, Your comments are appreclated, PP Ve am -T)Ahe County accept a contr 'Act extension for ninety-days, if a ro d by the Mi I Please, advise if You wOuld coptract jjv.I above, affective A publio Sr.11*01s, Superintendent of Sehools, ft the S#veggdr LL=t with the same toms and conditions, at the same or lower prices. Kr:�ASE FAX YOUR RESPONSE To 306.623-0,004. sHOulD YOu REQUIRE ASSISTANCE, 0 PI-EASE CONTACT ME A7 (35) 996-2349. smccrely,yours, orctha Houser, CFIPB, Buyer Procurement management servicts NO PPJNT NAME: J_ Q k - Fel A/ P147NE NUMBER, PRTMAXY S S CONTACT: rT* F WEB $1TE: AXED 7j IF/0 7 JUL 1 6 2001 p,,,!Ur*Ment Ma,"ageMentServII ME. 217dAvOnue - MIBMi, F10I 33132 305-99,5.2349 - FirX 305-623-0004 - wwW,d*de_9Choa1s_naf z00/zoo 18 N0I1V80d803 X30VII 0969179z906 xvi z9:9L LOOZ18LILO Superintendent of Schools Rudolph F. Crew, Ed.D. August 9, 2006 I Agustin J. Barrera, Chair Perfa Tabares Hantman, Vice Chair Frank J. Bolanos Evelyn Langlieb Greet Dr. Robert B. Ingram Dr. Martin Karp Ana Rivas Logan Dr. Maria P6rez Dr. Solomon C. Stinson Mr. Frank J. Fonseca, P.E., President Leadex Corporation 4731 S.W. 75 Avenue Miami, FL 33155 SUBJECT: NOTIFICATION OF AWARD BID NO.: 111 -FF09 TITLE: MISCELLANEOUS CARPENTRY, PLUMBING, STRUCTURAL AND GENERAL REPAIRS CONTRACT PERIOD: 08/02/2006 — 08/01/2007 Dear Mr. Fonseca: At its meeting of August 2, 2006, The en hool Board of Miami-Dade awarded your company the above-referced bid, as indicated on the attached award recommendation. This award is limited to the listed services only, in compliance with the full item description, specifications, quantities, conditions and instructions to bidders as contained in the bid documents. Purchase orders will be issued for these services, as- needed, for the contract period indicated above. if you have any questions, please contact me (305) 995-4195 Sincerely, Robert E. Tyndall Supervisor RT/Ija Attachment it] =103 �_4 kyj AUG 14 2006 Procurement Management Services • 1450 N. E. 2nd Avenue - Miami, Florida 33132 305-995-2414 • Fax 305-995-2445 • news.dadeschools.net I—, THE SCHOOL BOARD OF MLA.MI-DADE COUNTY, FLORIDA MISCELLANEOUS CARPENTRY, PLUMBING, STRUCTURAL AND GENERAL REPAIRS BID NO. I 11 -FF09 1111 Mali so 131 A Company Name Address Telephone Fax Contact name Base cost per service call (Includes I hour labor and all transit related costs) Cost per labor hour for Skilled Mechanic (applied to time spent an site beyond the first hour) Cost per labor hour for unskilled helper Percentage markup for parts and materials Overtime rate LEADER CORPORATION "-4-7-31S W 75 AVE. 305-266-2028 .305-264-5350 FRANK J. FONSECA, P.E. $250.00 $49.50 $35.00 20% 1.4 of above "NOTE: Includes crew of two (2) employees one skilled and one helper 19 of 19 The School Board of Mt&mWa* County, Flarlds Bid No. 111-FF09 MISCELLANEOUS CARPENTRY, PLUMBING, STRUCTURAL AND GENERAL REPAIRS DID PROPOSAL FORM FORMATE)_ PLEASE PROVIDE ALL RW.IESTED INFORMATION i No. 111-FF09 t( NAME OF BIDDER: NSCELLANEOUS CMMMM, PLU010. S-T-RUMML7 GENERAL REPAIRS - LEADEX CORPORATION Buer O. Houser, CPPS ITEM DESCRIPTION OF ITEM Vendor must provide all documentation requested per Special Conditions and Specifications attached reto: Please provide the follovAng Information: Company Name: LEADEX CORPORATION License No's. CGC 010793 Company Representative: FRANK J. FONSECA, P.E. CMC008212 St oat Address: 4731 S W 75 AVE City, State and Zip Code: MIAMI, FL 33155 Phone Number(s): 305-266-2028 Fax Number- 305-264-5350 Local/Toll-Free Phone Number: -N/A Universal Resource Locator (URL): N/A E-Mail Address: FRANK@LEADEXCORP.COM Nametride of Company Owner FRANK J. FONSECA, P.E. PRESIDENT 1 of P"738 R*V, MSS) Office of Superintendent of Schools July 19, 2006 Board Meeting of August 2, 2006 Business Operations Ofelia San Pedro, Deputy Superintendent SUBJECT: AWARD BID NO. 111-FF09 — MISCELLANEOUS CARPENTRY, PLUMBING, STRUCTURAL AND REPAIRS COMMITTEE: FACILITIES AND CONSTRUCTION REFORM The purpose of this bid, opened on June 26.. 2006, .is to establish a pool of general building and specialty contractors, to furnish all labor,. supervision, equipment and materials necessary to perform miscellaneous carpentry, 'Plumbing, structural and general repairs, at various Miami -Dade County. Public Schools facilities, for Maintenance Operations. This is a term bid. Throughout the term of the bid, as the need arises, the awarded contractors will be requested to submit proposals for any single job exceeding the quotation threshold. Six vendors responded to . this advertised solicitation, with 6 bids meeting specifications. Fund Source 0 100 - General M8NRE Eligibility Hispanic Male RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 111-FF09 — MISCELLANEOUS CARPENTRY, PLUMBING, STRUCTURAL AND GENERAL REPAIRS, to establish a pool of general building and specialty contractors, to furnish all labor, supervision, equipment and materials necessary to perform miscellaneous carpentry, plumbing, structural and general repairs, at various Miami-Dade County Public Schools facilities, for Maintenance Operations, during the term of the bid, effective August 2, 2006, through August 1, 2007, as follows: 1 CS BENSCH, INC. 6499 NORTH POWERLINE ROAD, #101 FORT LAUDERDALE, FL 33309 OWNER: C. SCOTT BENSCH, PRESIDENT' Page 1 of 2 OSP/Ija 2. DESIGN BUILD INTERAMERICAN, INC. 6307 BIRD ROAD MIAMI, FL 33155 OWNER: MANUEL LEON-PETISCO, PRESIDENT. 3. INNOVATIVE TRADE SOLUTIONS, INC. 5771 SEA GRASS LANE NAPLES, FL 34116 OWNER: OBDULIO D. GARCIA, PRESIDENT 4. LEADEX CORPORATION 4731 S.W. 75 AVENUE MIAMI, FL 33155 OWNER: FRANK J. FONSECA, P.E., PRESIDENT (HM) 5.1 MEXAL CORPORATION 7424 S.W. 48 STREET MIAMI, FL 33155 OWNER: FRANCISCO LLAMOZAS, PRESIDENT (HM� 6. T & G CORPORATION D.B.A. T & G CONSTRUCTORS 8491 N.W. 17 STREET, SUITE 110 MIAMI, FL 33126 OWNER: RICARDO GONZALEZ, PRESIDENT (HM) 7. Authorize Procurement Management Services to purchase up to the total estimated amount of $5,000,000. Page 2 of 2