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