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