Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-96-0607
r J-96-1021 8/19/96 9 6 - 607 AESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF JSK INTERNATIONAL FOR THE FURNISHING AND INSTALLATION OF PLAYGROUND EQUIPMENT AT RIVERSIDE PARK FOR THE DEPARTMENT OF PARKS AND RECREATION, AT A TOTAL PROPOSED COST OF $24,963.00; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 331395, INDEX CODE 589301-860/COINIMUNITY DEVELOPMENT GRANT FUND, CD PROJECT NO. 707406; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS ACQUISITION. WHEREAS, pursuant to public notice., sealed bids were received July 1, 1996 for the furnishing' and installation of playground equipment at Riverside Parr for the Department of Parks and Recreation; and WHEREAS, invitations for Bid No. 95-96-102 were mailed to thirty-two, (32) potential bidders and four (4) bids were received; and WHEREAS, funds for this purchase are available from Capital Improvement project No. 33195, Index Code 589301-86d/Community Development Grant Funds, CD Project No. 707406; and WHEREAS, the department of Parks and Recreation has recowed community input as to the renovation needs of Riverside Park through various meetings with 0,s neighborhood residents and the local NET office; and ME11`I40 OF SEP I 96-y`60 t J-96-1021 8/19/96 9 6 - 607 AESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF JSK INTERNATIONAL FOR THE FURNISHING AND INSTALLATION OF PLAYGROUND EQUIPMENT AT RIVERSIDE PARK FOR THE DEPARTMENT OF PARKS AND RECREATION, AT A TOTAL PROPOSED COST OF $24,963.00; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 331395, INDEX CODE 589301-860/COINIMUNITY DEVELOPMENT GRANT FUND, CD PROJECT NO. 707406; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS ACQUISITION. WHEREAS, pursuant to public notice., sealed bids were received July 1, 1996 for the furnishing' and installation of playground equipment at Riverside Parr for the Department of Parks and Recreation; and WHEREAS, invitations for Bid No. 95-96-102 were mailed to thirty-two, (32) potential bidders and four (4) bids were received; and WHEREAS, funds for this purchase are available from Capital Improvement project No. 33195, Index Code 589301-86d/Community Development Grant Funds, CD Project No. 707406; and WHEREAS, the department of Parks and Recreation has recowed community input as to the renovation needs of Riverside Park through various meetings with 0,s neighborhood residents and the local NET office; and ME11`I40 OF SEP I 96-y`60 t WHEREAS, among the items determined to be of great need was a playground for the children of the neighborhood; and WHEREAS, the City Manager, and the Director of Parks and Recreation recommend that the bid received from JSK International be accepted as the lowest most responsible 'rand responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIA'MI, FLORIDA. Secrtion 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 July 1, 1996 bid submitted by JSK International foF the furnishing and installation of playground equipment at Riverside Park for the Departme' nt of Parks and Relbreation.'at a total proposed amount of $24,983.00, is hereby accepted, 'with funds therefor hereby allocated from Capital Improvement Project No. 331395, index Coda 589301-860/Community Development Grant Funds, C© Project No. 707406. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this '12t:h day of _.SPIZ>Ge nber _. 1995. F AROLLO, MAYOR A'TTEST: WALTER j. r-ojeWAN CITY CLERK 2 9G.- 607 1 PREPARED AND APPROVED BY: RAFAEL O. DIAL. DEPUTY CITY A'6 OBEY APPROVED AS T�! PO M AND CORRECTNESS p,, s0 E o ci ATTO W1454:DSK 3 96-- 607 r ;, a41f i: `""*1 Sylvia Lowman TO Office of the Ciht Clerk i a FROM : Cal Ke .� ,Administrative Ass't, CITY OF MIAMI, FLORIDA I1 Tri- 1-OFFICE RREIV1CaR,Ai+{13lllia!! DATE : September 9, 1996 F,Lr SUBJECT . Correct Scrivener's Error CA-3, 9112 Meeting REFERENCES. ENCLOSURES. Plew si bstfltute the attached pages one and two of Resolution J-96-1021 which appears as item number CA-3 on the September 12, 1996 Commission Agenda. Parks advise, a serivener's error was made on the dish which cited the project number as 33195. It should read 131395. Confection has been made in our system and on the attached pages. CSK JE- ncfas JI i +, f :. ... _e.._.—: i .... .:.—fir. � �t'•,�., �!.., :. � ... ., _ ,... Iq l tit Alia ti S p b D � I 607 AML r---N P A Am CITY OF MIAMI, FLORIDA 9W INTER -OFFICE MEMORANDUM TO: Honorable Mayor mid Members DATE August 1, 1996 FIE of the City Commission SUBJECT : Resolution Award for Playground Equipment at Riverside Park PROM REFERENCES: Cc t.lt�i er ENCLOSURES RECOMNEWDATION It is respectfully recommended that the City Commission adopt the attached Resolution awarding the bid for the purchase and installation. of playground equipment at Riverside Park to JSK International, located at 1847 NW 21' Street, Miami, Florida 33172, a local Hispalnic, firm and the low bidder under bid No. 95-96-102. Funds for this improvement are available from the Capital Improvement Project No. 331395, "Riverside Pal:-c Playground' . BACKGROUNT The Department of Parks and Recread.on has received community input as to the needs of Riverside Park through various meetings with the neighlxorhood residents and ihe local NET office. Among the items determined to be of great need was playground equipment for the park. Pursuant to public notice, four (4) sealed bids were received on July 1, 1996 for the purchase and installation of playground Equipment. Award of the bid is recornmeaded to, JSK Inierri;ational, a local lEspanic firm which submitted the lowest responsive and nsible bid. Total t of Bid: $24,963.00 Source of Funds: Capital Improvetment Project No. 33195 lAdex Code 589301-860 /Comraurihy Development Grant Funds, CD Project No. 707406 MinoEt Particiration: Awarded to a Hisymnic Fire h4 bhc Hearmas/Notice: One legal advertisement A&semble Protect: N/A 607 .aIA141, FLORIDA zm SKEET (Canti.an"ed ) �= BYD SHEET AND A.TTACIMNTS ATT1ACIMD ENVELOPE IDsNnFr ED 13Y BID IF SECt1RITY IS REQUIREDr A BID WILL BOND IS SUBMITTED IN THrS ENVELOPE - BID MUST BE RETURNED IN TRIPLICATE IN THE WJMBERr TIME AND DATE OF 13ID OPENING. NOT BE ACCEPTED UNLESS THS DEPOSIT OR ®ems:.,1include cash discount for prompt payment, if any) i dditional discount. of--- if awarded all items. i arraaanty And/or guarantees-__-�-------____.�_._.-.�____ _...._.. � ...d.._ E eliverys calendar days required upon receipt of Purchase Order or Notice 1 Award. i � N her of calendar days required to complete work after start. n atcvordaanca with the Yavitation to Aid, the spec:ificatione, General conditLons'. special ondItionas, a.ntl General Information to (Bidders, we agree to e. furnish the 4 Itea(s)^ ,a£„ Prices radicated on the* attached bid sheet (a) . 11 lr• NAMES OF COMPANY OWNERS): NAMES OF COMPANY• OFFICERS) s n) List principal business address.- ( street adds:eso ) 3) List all other offices located in the State of Florida: (street address) Please use the of this page if more space is necessary) rAmm rhea undersigned bidder acknowledges that (s) he has received a copy of ordimance #20062 as =ended, the Minority P.rocurwent Ordinance of the city of Miami and agrees to' comely with all spplicable substantive and procedural provisions therein, including any amendments thereto. Bidder: � f�i ? N t, _ kC. Signature:-_ ry.�.... ..�.. (com any name) Date: > f._r� - Print Name �� '� �� �►�s "��j `� Indicate it Business is 51% X nority-ownedl: (Check =e box only) l BLACK [ ) HISPANIC ( ) FEMALE If firm has an existing plan, effective date of LuplazentatLono___^____M_� ?' If firma does not have an existing plan, the successful Sidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance 010o62 a.0 mairrnded. Soo ;Kppandix I for sample "Y' ...... ..w� � t B i.dder z `J..• Signature : ��,�a ��+�uu 1y (comparty Enalnte) aX �i *""60 CATI 11P97 TA rPiMPI CTC Cti:fi film .R9T11PN THIt PARM MAY TIT"WHAT IFY 14IR ININ 3-- BID AWARD RECOMMENDATION FORM RIVERSXDE; PARK glo NUMBBM 95-9E-102. COMMODITY/SERVICE:� PLAY'GRGUND FLd',_1IPW;K1_ , DEPARTMENT 101VISI N, PARKS & RECREATION TERM OF CONTRACT: SHORT TERM CONTRACT NUMBER OF BIDS DIS"i'I;tISUTED: 32 _ NUMBER OF BIDS RiECEIVED:W,,.,_..4.—_ flilMOD OF AWARD: LOWEST 110ST RESPONS18LE AND RESPONSIVE BID RECOMMENDED VENDOR(S): JSK INrEaRATIONAL STATUS: CONTRACT VALUE: RISPA 4LVLOFC VENDOR 24.963. 00 --- - TOTAL $ 24 THE FOLLO1 OMG TO SE COMPLETED BY USER D'E;PEiWMF-Mr. JUS FICAA'nON: Requests were. mace by citizens to the Parks Department-, for c"t new Playground for Riverside Park. the 41d laI,a l°oundMwas m xeir►oved last Year due to .its dilapidated cond-ition. ACCOUNT Corr((: Itumac TII Pw A0017nual. Fl`91R ewr REinmw APPRCIcu v' come t iocu rwT AIPPanwAf - ea!"CtTiEi7'I: ®t C/ y ut Sheehan f 1�' FOR: Judy. Caster Designee Projects Coordinator � Procurement Officer OTHER FUNDING APPROVALS, IF APPLICABLE- TITLE: Bert_ V7aters / D$.rEctor Community Development 5 BiD NO. 66"4'6-102 PLAYGROUND EQUIPMENT iABULNT IONS OF`BIDS ' ENDORS: '�: • � R. TARA�PA1. CONSTRUCTION I.�A��X CORP. ACT14DPf LAND I[3E'�/_ < . 71SO S�i18 S3 Alf 101 .32 PII�N 27 AV #304l4 P.O. ROB 1£4336 MIAMI, PL. 33143 MIAMI,FL 33125 MIAMI, FL. 33116-4336 HISPANIC1© DADS = HISPANIC/LOCAL FEMALEMADE r M CRIPTIO�1 { 4 P410E PRIG FRICE S �eyscruc�� �, Garrl�kirn��= $�7, 074.0 0 $00 2 57 Od �24 7 0 .s�,0 Model No. 1104810 '<�=0. 2 ReiTf(3v9 ExiIng Safnmidn $ 3':3.00 250.00 $ S?5.l?0 3 'SMIca S $. '557.00 � 480.6Zc � 42�.00 4 ProvWon for $ 500.00 500.00 500.00 Speia3 Ite mis :V TOTAL (ITEMS 1-4) z. ° 26,450.00 $ $26,930.00 $26,150.00 -410 ib c l; Approval: Prepared byMsfti a FMSPO, 7151� t�e�rEmenz Ci or/Desig: 1Ot1 tlJYt rf d1M► #N� .;QVMIM M so. a 95-96-102 � i iaOiNYI�Iii�mfNi'�TJ1�11�d' SATZ S $A R S i CVZXZD a JULY1,1996�....� 10:00A1 .1 � lI La's 111.M'.65,LIL. JS1K IM'E NA' TL-NM, I.W. R. TARAFA GENERAL CCNTRACMR, INC. . L.EMEX MRMRATICAI NU BID: iL'YNLJSCAFE ,JiRUCTURES, 1W. 7tf./.'SRiS�Y' Spoms M. R JF,nn'Y & ASSOCIATES, INC. 1w. BILL FRITZ SPURTS CORP. .. wi MtY.W YUm.7YNl�y�MliiiV«I.Y,Qa...R EVANS B=i3�.,mr CamrAI�l C-Al TIM I IAIC.`.. . C,-T SPORTS ENMRPUSES, 1W. AMERICAN PLAAMRLD, INC, •� ii•MOi.Yi»U -.�tt-�.-•--� .._ y r--sscuvaa.�.amr..,.e�n,.o ,/�.)(,r{`Q <I*/+�.l�,y�w....�{ ^ 7 lfhQ �•4M•.i t :,i YirL1 l(G+' . A4 {y/ NAi fy..v.Ip ��. n:al. if ai •a: J l'L IR+nP�Omwu.Y.1.t�1'.l�M, d tj� l _yl.i1 !#' ► 4• �..�f�i�Hli }.�,.`/ro •r.Yi.i��9 q�y` .�y'� �YYi41L i?d {�RLL �I n other offdrs 'su.i:miucd 5n r 35:r-,n,zo to this 4 til licilat:on, if any, iYi•YMii•lotUbftiygq�y a r . _ ct ve �PBYR.G90W4.WMww•q.ilif�lY.M.[. M Q.A►i YlF OY�.MYiW�iKW WwtlRip,Y lli.i�FT. r? 3FIX ��°'a'r`�°`�*�waaew.w�is,rM,��r.►4+�,��awrrwo.-ww..s•waawe►xo+srea� y rw.tsar�ardiup"'w.+�.w.��wiw+�.wq.w.F 1�1 aortme c. RECEIVE P NOW Ot AIJI A J. POEM ►IN i Y CLERK CITY OF MIAMI, FL A. LEGAL ADVERTISEMENT BID :3. �'" ,�`�► x,p ..a rq Sealed bias will be received by the City of Miami City Cleric at his off;,II ate at Ctf Hall, 35W Pon American Drive, Miami, Florida 33133 no later than ?* LaIMSd j for the furnishing and installation of playground equipment, sand, and edging at Riverside Park for the Department of Parks and Recreation. DAMS BACON WAGES ARE APPLICABLE TO THIS PROJECT. Bids submitted after the deadline and/or submitted to any other location or office shall be deemed non -responsive and shall be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all goods and services to Black, Hispanic and Women Minority Business Enterprises, can an equal basis. (See Ordinances 10062 and 1053A). Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised. to contact the City Procurement Office located at 300 Biscayne Blvd. Nay, Suite 210, (30.5)-1579,�6845. Section 18-52.1(h) of the City Code, as amended, states that the City Cornmission may offer to ra responsible and responsive local bidder, whose primary office is located in the City .of .Miami, the opportunity of accepting a bid at the low rbid arnount, if the original bid amount submitted by the local vendor does not exceed 1 0 percent of the lowest other responsible and responsive bidder. The, City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to van / the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a Copy of their Ciiy Ocoupationai License with their bins. Detealied specifications for the bias are. available upon request at the City's Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 2144) . Cesar H. Odio City Manager I- T, City of Miami nuwbw REQUISITION FOR ADVERTISEThisMENT spoft"muste In bov"seent"t 2, IDIvItion: Varkt Rec. Aamm OM6 number 4. Is tile a confinpa"Ori: 5, Pmpared by., �9301 ' - 2 8 7 t of advieftemnt 13 C I. ftMng fttw. Maritza Fresno 8, ToAsphans number. le�Dal ", 6/13/96 579 6814 9. Numbw Pf 'dmw ft advedt soment Is to be 1 10. TY2 of advattisamen 1), � One, claffjW I I. PAmwk&,. Bid No. 95-96-102 Riverside Park Playground Publication A=mof nt Invoice No. AmoUnt, 141A T=S -AM!, �'MVI ZW 1AR10: LASIV AKERWAS -4, 7r =0 < 0 D i 11/7' Z" ANW*ftnt Dl"00W AKmved 57LW_T2i i Wok Fwwaro wt,110 and Canary to Q.3A. tProcurOW-At Manotoement) and Wain Ptnk coov. Vw1f"wwp;ww; wnw . Wo-ft; UwwY . C"pament