Loading...
HomeMy WebLinkAboutR-97-0188F J-97-12 3/11/97 RESOLUTION NO. 9 7 - 188 A RESOLUTION ACCEPTING THE BID OF ATLANTIS CONSTRUCTION CO., FOR THE FURNISHING AND INSTALLATION OF A BACKSTOP AND CHAIN LINK FENCE FOR THE DEPARTMENT OF PARKS AND RECREATION AT KINLOCH PARK BALLFIELD, AT A TOTAL PROPOSED AMOUNT OF $12,975.00; ALLOCATING FUNDS THEREFOR FROM KINLOCH PARK IMPROVEMENTS, CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 332174, INDEX CODE NO. 589301-860, STATE OF FLORIDA 1996 LEGISLATIVE LINE ITEM GRANT; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID ACQUISITION. WHEREAS, pursuant to public notice, sealed bids were received October 9, 1996 for the furnishing and installation of a i backstop and chain link fence at Kinloch Park Ballfield for the Department of Parks and Recreation; and WHEREAS, invitations for Bid No. 96-97-147 were mailed to seventy three (73) potential bidders and five (5) responsive bids were received; and WHEREAS, funds for said acquisition are available from Kinloch Park Improvements, Capital Improvement Program Project No. 332174, Index Code No. 589301-860, State of Florida 1996 i Legislative Line Item Grant; and WHEREAS, the City Manager and the Director of the Department of Parks and Recreation recommend that the bid received from (CITY COMMISSION MEETING OF MAR 2 0 1997 Resolution No. 97- 188 Atlantis Construction Co. 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. Section 2. The bid submitted by Atlantis Construction Co. for the furnishing and installation of a backstop and chain link fence for the Department of Parks and Recreation at Kinloch Park Ballfield, at a total proposed amount of $12,975.00, is hereby accepted, with funds therefor hereby allocated from Kinloch Park Improvements, Capital Improvement Program Project No. 332174, Index Code No. 589301-860, State of Florida 1996 Legislative Line Item Grant. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said acquisition. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 20th day of March 1997 J ATTEST:� 12" �y t4 � � �7 CAROLLO, MAYOR WALTER J.--VOEMAN CITY CLERK - 2 - L 9'7- 188 F -I CAPITAL IMPROVEMENT PROGRAM REVIEW: 14 GR SHEEHAN CI COORDINATOR BUDGETARY APPROVAL: MICHAEL , DIRECTOR DEPARTMENT OF FINANCE APPROVED AS TO FORM AND CORRECTNESS: ,doo A. NN 10MRS, II CITY ATT EY W1342:BSS - 3 - 97- 1.88 L F TO : Honorable Mayor and Members of the City Commission FROM : Edward Marge City Manager RECOMMENDATION: CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM INK DATE : MAR 1 0 1997 FILE SUBJECT : Resolution Award Kinloch Park Ballfield Renovations REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Atlantis Construction Co., a Hispanic/Local vendor for the famishing and installation of a backstop and chain link fence at Kinloch Park ballfield in the total proposed amount of $12,975.00. Funds for this improvement are available in the Capital Improvement Program Project No. 332174, "Kinloch Park Improvements" from a State of Florida 1996 Legislative Line Item Grant. This Resolution further instructs the Chief Procurement Officer to issue a purchase order for this acquisition. BACKGROUND: The Department of Parks and Recreation has received community input as to the needs of Kinloch Park from the neighborhood residents and the local NET Office. Among the items described to be of great need were renovations to the ballfield. The 1996 Florida Legislature approved a legislative line item grant in the amount of $37,500 for Kinloch Park. This grant is a direct appropriation by the State requiring no matching funds by the City of Miami. Pursuant to public notice, five (5) sealed bids were received for renovations to the ballfield. Award of the bid is recommended to Atlantis Construction, a Hispanic/Local firm which submitted the lowest responsive and responsible bid. Total Amount of Bid: $12,975.00 Source of Funds: State of Florida 1996 Legislative Line Item Grant Capital Improvement Project No. 332174 Index Code 589301-860 Minority Participation: Public Hearings/Notice: Awarded to a Hispanic Firm One legal advertisement' JG' 97- 188 1 Resolution Award Kinloch Park Ballfield Renovations Page 2 Atlantis Construction has performed the following work satisfactorily for the Department of Parks and Recreation: Year Park Cost Project 1. 1996 Town Park $15,700 Playground 2. 1996 Coral Gate 11,102 Playground 3. 1996 Dorsey 14,850 Bleachers & Walkways 4. 1996 Kinloch 5,000 Bleachers 2 97- 188 CITY OF MIAMI, FLORIDA BID SHEET Continued) BID NO. 95-96l147 IMEORTANT: BID SHEET __4D ATTACHMENTS MUST BE Rs._JRNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED+ UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: nrgm 10 (Include cash discount for prompt payment, if any) Additional discount of ZERO % if awarded all items. Warranty and/or guarantee: 1 YEAR Delivery: 60 calendar days required upon receipt of Purchase Order or Notice of Award. 30 Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the* attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): ARMANDO MARTIN. ARMANDO MARTIAL a) List principal business address: (street address). 2210 N W 14 STREET BAY # 6 MIAMI FLORIDA 33125 - b) List all other offices located in the State of Florida: (street address) N/A (Please use the back of this page if more space is necessary) MINORTTY PROCQRF.M,= CQHT.2ANLS The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, inc tiding any•ame�dment tITFeto. Bidder: ATLANTIS CCNSTRUCTION CO: Signatures••:: (company name) Date: 10-07-96 Print Name: ARMANDO MARTIN i Indicate if Business is 51% Minority -owned: (Check sine box only) [ ] BLACK [X] HISPANIC [ ] FEMALE AFFTEMATTvs A=TON PLAN1 . 11-04-95 if firm has an existing plan, effective date of implementation: --- If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance $10062 as amended., see Appendix I for sample. Bidder: ATLANTIS CONSTRUCTTON Cp_ Signature: L (company name) FAILURE TO COMPLEIE, SISH. AND AEURN HIS FORM MAY DISQUA1 tFY TH'S R'D. 97-� 188 3 Is BID NUMBER: COMMODITY / SERVICE: 95-96-147 Kinloch Park Ballfield Renovations DEPARTMENT/CONTACT PERSON: Parks & Recreation - Charles Hudson DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Procurement Management Division (PMD). The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals rWor to forwarding to PMD. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form to Finance/PMD, ATTN: Bid/Conftact Section, at 579-6853. These forms will be utilized by PMD to prepare the resolution memo and the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to PMD immediately. Emergency procurements are exempt. Contact Maritza Fresno of the Bid/Contract Section at 579-6845 should you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE : DATE: BIDRECOM.DOC 5/16/96 PAGE 1 OF 2 PAGES 97- 188 F, B' "fWARD RECOMMENDATION FC Y BID NUMBER: 95-96-147 COMMODITY/SERVICE: Kinloch Park sal 7 f; of d nana T1 on DEPARTMENT / DIVISION: Parks and Recreation TERM OF CONTRACT: Short -Term Contract NUMBER OF BIDS DISTRIBUTED: Seventy-three (73) NUMBER OF BIDS RECEIVED: Five (5) METHOD OF AWARD: Lowest most respo ngi hl p and r =nng; vp h; rider RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Atlantis Construction Hispanic/nadp $12,975.00 TOTAL: $12.975.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: ACCOUNT CODE(S): !Uq-loI -- S6o S32r7 DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: ,PROCUREMENT APPROVAL: Departme7;' Designee OTHER FUNDING APPROVALS, IF APPLICA M udy Sl Carter finance Depart nt Chi Procurement Officer . TITLE: Groe Sheehan CIP Coordinator PAGE 2 OF 2 PAGES 97- 188 F BID NO. 95-96-147 KINLOCH PARK BALLFIELD RENOVATIONS TABULATION OF BIDS VENDORS: FENCE CONNECTION P 0 BOX 160429 MIAMI, FL. 33116 NON-MINORITYIDADE M DESCRIPTION PRICE 1 Furnishing all labor, equipment, and $ 9,800.00 materials necessary for furnishing and Installing one backstop frame at the Kinloch Park ballfield according to bid specifications: 2 Furnishing all labor, equipment, and $ 3,150.00 materials necessary for the placement of fence fabric on the backstop frame according to bid specifications: 3 Furnishing all labor, equipment, and $ 1,950.00 materials necessary for the installation of two (2) lateral fences according to bid specifications: 4 Provision for Special Items as noted $ 1,500.00 under special conditions, the lump sum of: TOTAL OF ITEMS 1- 4 $16,400.00 Prepared by Maritza Fresno, 10/10/96 1of1 L EUGENE C. MURRAY R. TARAFA GEN. CONT. ANGEL PUENTES 1776 NW 23 TERRACE 7150 SW 62 AVENUE #101 8001 SW 12 STRE' MIAMI, FL. 33142 MIAMI, FL. 33143 MIAMI, FL. 33144 NON-MINORITYILOCAL HISPANIC/DADE HISPANIC/DAL'"- -PRICE PRICE PRICE $ 9,300.00 $ 7,854.00 $ 11,700.00 $ 1,800.00 $ 2,400.00 $ 1,500.00 $ 15,000.00 $ 2,852.00 $ 3,432.00 $ 1,500.00 $15,638.00 $ 1,900.00 $ 3,500.00 $ 1,500.00 $ 18,600.00 Approval: ^ Dep rtment DlreclorlDesignee —j