Loading...
HomeMy WebLinkAboutR-00-0331J-00-334 4/14/00 21) 00 RESOLUTION N0. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF PARKER SOD LANDSCAPE CENTER, PURSUANT TO INVITATION FOR BIDS NO. 99-00-098, FOR THE PROVISION AND INSTALLATION OF SOD, FOR THE DEPARTMENT OF PARKS AND RECREATION, AT AN ANNUAL AMOUNT NOT TO EXCEED $27,014.40, ON AN AS NEEDED CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF PARKS AND RECREATION OPERATING BUDGET ACCOUNT CODE NO. 001000-580302.6.717. WHEREAS, the Department of Parks and Recreation has a need for the provision and installation of sod for the restoration of baseball and softball fields at various parks; and WHEREAS, pursuant to public notice, Invitation for Bids No. 99-00-098 were mailed to twenty-eight (28) potential bidders; and WHEREAS, seven (7) bids were received on March 6, 2000; and WHEREAS, the City Manager and the Director of Parks and Recreation recommend that the bid received by Parker Sod Landscape Center, be accepted as the lowest responsive and responsible bid; and CITY COMMISSION MEETING OF APR 7 7 2000 Resolution No. WHEREAS, funds are available from the Department of Parks and Recreation Operating Budget, Account Code No. 001000.580302.6.717; 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. Section 2. The bid received from Parker Sod Landscape Center, pursuant to Invitation for Bids No. 99-00-098,. for the provision and installation of sod, for the Department of Parks and Recreation, at an annual amount not to exceed $27,014.40, on an as needed contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods, is hereby approved, with funds therefor hereby allocated from the Department of Parks and Recreation Operating Budget, Account Code No. 001000.580302.6.717. Page 2 of 367' 01 U00 • Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 27th day of April 2000. JOE CAROLLO, MAYOR In accordance with Ff ami Code Sec. 2-36, since the Mayor did not indicate approvel of this legislation by signing it in the designated dace provided, said legi i ti^ rio'nr becomes effective with the elapse of tan (10) days I m t m date of21 r � lcn act wn regarding same, without the Mayor a c' in e . ATTEST: an, City Clerk WALTER J. FOEMAN CITY CLERK APPROVED F,fS TO FO ATTORNEY 4305:RCL CORRECTNESS -t/ bi If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 R CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members Of the CA Commission r FROM: Don H. Warshaw City Manager RECOMMENDATION: DATE: CA - 1 APR 1 7 2000 FILE: SUBJECT: Authorizing the Purchase of Sod for the Dept. of Parks and Recreation REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid from Parker Sod Landscape Center, located at 7600 S.W. 87th Avenue, Miami, Florida 33173, a Miami -Dade County/non-minority vendor, in the amount of $27,014.40 for the purchase of sod for the Department of Parks and Recreation. Funding is available from the FY '99-'00, Parks and Recreation Department Operating Budget, Account No. 001000-580302.6.340 BACKGROUND: The City of Miami Parks and Recreation Department, provides maintenance services through its Operation's Division. The sod will be used for the restoration of the baseball/football fields, which are highly used by our community. Pursuant to public notice, seven (7) bids were received related to Bid No. 99-00-098, for sod. The Department of Parks and Recreation has analyzed the bids received pursuant to said bid. Award of the bid is recommended to Parker Sod Landscape Center, which submitted the lowest responsive and responsible bid. We therefore recommend that the City Commission approve the attached Resolution in its entir DHW AR/sb BID ITEM: 0 .0 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST SOD, FURNISH AND INSTALL BID NO: 99 -UO -098 DATE BID(S) OPENEDIM A R C H 6, 2000 TIME 10:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK PRIME TURF, INC. See attache id P-b�� WIS'S ENGINEERING BENSON CONSTRUCTION CO. ' TUNJOS TRADING CO. INC. PARKER SOD LANDCAPE CENTER TITAN CONSTRUCTION GROUP, INC. PROSCAPE SOUTHEAST INC. We ecejve of tie bid Qnly one copy hich was sen? NO BID to P1 ocul 6111 ;11 1. BETHEL & McGHEE SELECT TURF INC. r sKti TROPIC LANDSCAPE NURSERY rntf � Q SOUTHERN TURF NURSERIES, INC.1� e SCISSOR HAND LAWN CO, t SUPERIOR LANDSCAPING & LAWN SERVICE IN(:. EDU -TECH, INC. ` received ( ) envelops n behalf of Person receiving i3(sj —���� � --� ---- PURCHASING DEPARTMENT on (City Department) { SIG D: Deputy City Clerk (Date) 60— 001 1 BPAWARD RECOMMENDATION AM BID NUMBER: 99=00-098 COMMODITY/SERVICE DEPARTMENT/ DIVISION: Parks & Recreation Sod TERM OF CONTRACT: Contract for one year with OTR for two additional one year periods NUMBER OF BIDS DISTRIBUTED: 28 NUMBER OF BIDS RECEIVED: 7 METHOD OF AWARD: Lowest responsible and responsive bidder RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Parker Sod Landscape Center Dade/Non-Minority $27,014.40 TOTAL: THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: Will be used in the restoration of the baseball/football fields, which is highly used by our community. wwa�«eaa1111�t a a,�i aw�abN � �oowlR�n�e:. col000 YU3oa •3 by. SIGNATURE ACCOUNT CODE(Sh DEPARTMENT APPROVAL: Department Directo Designee �� BUDGET REVIEW APPROVAL: M� .9100 Luie Brennan I Interim Director PURCHASING APPROVAL: OTHER FUNDING APPROVALS, IF APPLICABLE: { TITLE: PAGE 2 OF 2 :0�0*.' twol-071, 11701"Imm W TABULATION OF BIDS SOD - BID NO. 99-00-098 Description Sod (delivered, unloaded & installed) Bermuda Tifton 419 Certified Vendors Parker Sod Landscape Center 7600 SW 87 Avenue Miami, FL 33173 Non-Minority/Dade Titan Construction Group, Inc. 1401 SW 1 Street, #212 Miami,FL 33135 Black/Local Tunjos Trading Company 610 NW 183 Street #7 Miami, FL 331054 Black/Dade Benson Construction Company 3709 Hwy. 82 W. Tifton GA 31794 Non-Minority/Non-Local Proscape Southeast, Inc. 1990 SW 141 Avenue Miami, FL 33175 Hispanic/Dade Prime Turf, Inc. 33 Isabella Nashville Rd Tifton GA 31794 Non-Minority/Non-Local Wis's Engineering 174 NE 78 Street Miami, FL 33138 Black/Local *Local vendor is not within 10% of the low bidder. Prepared by Maritza Suarez, 3/9/00 Est. Annual Unit of Unit Extended Quantity Measure Price Amount 100,800 sq. ft. $ 0.268 /sq. ft. $ 27,014.40 100,800 sq. ft. 100,800 sq. ft. 100,800 sq. ft. 100,800 sq. ft. 100,800 sq. ft. 100,800 sq. ft. $ 0.300 /sq. ft. $ 30,240.00 $ 0.800 /sq. ft. $ 80,640.00 $ 0.285 /sq. ft. $ 28,728.00 $ 0.314 /sq. ft. $ 31,651.20 $ 0.380 /sq. ft. $ 38,304.00 $ 0.700 /sq. ft. $ 70,560.00 Approval: k— Page 1 Department Director/Designee 0 0~ e 3� BID ITEM: 0 CITY OF MIAMI OF THE CITY CLERK . BID SECURITY LIST SOD, FURNISH AND INSTALL BID NO: 99-00-098 DATE BID(S) OPENEDM A R C H 6, 2000 k f, TIME 10:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK PRIME TURF, INC. See attached bid WIS'S ENGINEERING " BENSON CONSTRUCTION CO. " TUNJOS TRADING CO. INC. " PARKER SOD LANDCAPE CENTER " TITAN CONSTRUCTION GROUP, INC. " PROSCAPE SOUTHEAST INC. We receive of the bid qn]y one copy hich was sent NO BID BETHEL & McGHEE SELECT TURF INC. TROPIC LANDSCAPE NURSERY —3 3 SOUTHERN TURF NURSERIES, INC. SCISSOR HAND LAWN CO, SUPERIOR LANDSCAPING & LAWN SERVICE IN . EDU -TECH, INC. r. "Offism PURCHASING DEPARTMENT on (City Department) i SIGN D: Deputy City C erk (Date) behalf of CITY OF MIAMI � y ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO. 99-00-098 SOD, FURNISH AND INSTALL OPENING DATE: 10:00 A.M. Monday, March 6, 2000 (Deadline for Request of additional information/clarification: February 28, 2000) Detailed specifications fol, this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Florida 33130, Telephone No. 416-1906. THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE­ COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD PRINT). Donald H. Warshaw CITY OF MIAMI City Manager LOGO AD NO. 7716 .'- -,n :yV1 a > O f