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