HomeMy WebLinkAboutR-86-0022'y
86-40
RESOLUTiUN NO. SG-22
A RESOLUTIO14 RATIFYING, APPRUV114G A14D
CUNF1R111NG, by 'A J`�1t15 AFFiRiHAl'1VE VOTE
OF THE MEMBERS OF THE CITY COMMISSION,
THE ACTiON:)' OF THE CLTY 1.1ANAGER iN
FINDING CERTAIN PARK RENOVATION PROJECTS
TO BE EMERGENCY PROJECTS AND iN
AUTHORIZING THE ISSUANCE OF EMERGENCY
PURCHASE URDERS FUh IHE iMiPLEMENTATION
OF SAID PROJECTS TO BANNERMAN
LA14D:iCAp1Nu, INC. 1N THE AMOUNT OF
101,'l'l`5.00, CHRIS AND TOM WATERS SA14D
COMPANY iN THE i,:10UNT uF .4)2, 1,0.00, A14D
JACKIE'S PARKER SUD COMPANY, INC. IN THE
AWiOUIJT UF 1P2 ,250.00 FUR FUR14I6HiN3
APPROXIMATELY (50,000 SQ. FT. OF SOD AND
2,500 CU. YDS. 0 F SA14D AND SOIL, AS
NEEDED, ON A CONTRACT BASIS FOR 014E YEAR
TO THE DEPARTME14T OF PARi<S AND
RECREATION AT A TOTAL PROPOSED COST OF
1;5,155.00; ALLuCAfING FUNDS THEREFUn
FROM THE 1935-66 SPECIAL PROGRAMS AND
r;CCOUNT", PARKS 1hiPROVEMEWT FJ14D.
WHEREAS, pursuant to public notice, sealed bids were
recieved December 18, '1935 for the furnishing of Landscaping
Materials (approximately Y50,000 sq. ft. Sod and 2,500 cu. yds.
of Sand and Snl i) as reeded, or. a contract basis for ore year
with the option to extend, to the Department of Parks and
Recreation; and
WHEREAS, invitations were m;-jiled tc I potential suppliers
and 6 bids were received; and
WHEREAS, funds for this purchase are available in the
1985-86 Special Programs and accounts, Parks Improvement Fund;
and
WHEiiEAS, these materials will be used by the Department of
Parks and Recreation for the purpose of providing scheduled
landscaping renovation of bicer.tenriai Perk fc.r the Miami Grand
Prix, regular maintenance of playgrounds and ballfields
throughout the City, and for eighi (6) 'argot parks designated to
undergo physical improvements by the City Manager's Management
Initiatives Task Force;
WHEREAS, the City Manager and the Director of the Department
of Parks and Recreation, determined that the bids received from
CITY COMMISSION
JAN 9 1986
Bannerman Lardscapir,g, Ir.c., Chris Ord rom W�Lers wand Comapany,
and Jackie's Parker Sod Company, Ire. were the lowest responsible
and responsive bids; and
WHEREAS, the City llarager has made j written finding that a
valid emergency
reed existed for the
herein
purchases in order to
complete
the landscaping renovaLiors
fcr
the
Grand Prix;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MiAlli, FLORIDA:
Section 1. The City Manager's writter finding that a valid
reed existed for considering as an emergercy Lhe herein park
renovation projects and his autlicrizatior of emergercy purchases
for said projects are hereby ratified by ar affirmative vote of
rot less that, u/�ths of the members of Lhe CiLy Commission.
Section 2. The City Manager's actior, in authorizing the
Purchasing Agent to issue purchase orders to Bannerman
Landscaping, Inc. in the amount of $10•(,750.00, Chris and Tom
Waters yard Company in Lhe amcunt of $2,1 jO.00, and Juckie's
Parker Sod Company, ine. in Lhe amount of $23,250.00 for
furnishing approximately 150,000 sq. ft. of Sod and 2500 cu. yds.
of Sand and Soil, as needed on a contract basis for one (1) year,
to the Department of Parks and Recreatior. at a Lotal proposed
cost of $133,155.00, with funds therefor hereby allocated from
the 1985-86 Special Programs and Accounts, Park improvement Fund,
is hereby ratified, approved and confirmed.
PASSED A14D ADOPTED this 9th day of JANUARY , 1986.
XA IFR L. SUAPr , MAYOR
ATTE
Mat y irai, City Clet
PREPARED AND APPROVED BY:
00
rwvt
-Robert F. Clan
Chief Deputy City Attorney
APP AS TO FORM
A RECTNESS:
00�
Ucl Dougherty,
City Attorney
86-22
CI Y OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
rT
To. Honorable Mayor and Members DATE JAN 2 1996 FILE:
of the City Commission
SUBJECT Award of Bid 85-86-29
Sod and Soil Supply
Contract
FROM Cesar H. Odlo REFERENCES
City Manager
ENCLOSURES.
"It is recommended that a
resolution be passed ratifying,
approving and confirming the
finding that certain park
renovation projects were an
emergency and the authorization; of
the issuance of purchase orders to
Bannerman Landscaping, Inc., Chris
and Tom Waters Sand Company, and
Jackie's Parker Sod Company, Inc.
for furnishing Sod and Soil
Materials, as needed, on a contract
based for one (1) year, to the
Department of Parks and Recreation
at total proposed cost of $133,155.
for the first year, per the
attached resolution."
BACKGROUND:
Pursuant to public notice, sealed bids were received December 18,
1985 for the purchase of Landscaping Materials (approximately
750,000 square feet of sod and 2,500 cubic yards of sand and
soil) to be delivered as needed on a contract basis to the
Department of Parks and Recreation,. Bid invitations were sent to
thirty-one (31) potential suppliers. Six (6) bids and one (1)
"no bid" were received. Minority participation included bids
from two (2) Black firms (one of which is recommended for award),
two (2) woman -owned businesses (both recommended for award), and
a "no bid" from a Hispanic firm.
The major portion (43%) of these materials are to be placed in
Bicentennial Park. This landscaping is vital to the park's
renovation for the Miami Grand Prix, so that the City may present
a lush tropical setting to visitors and viewers of this important
event. Immediate approval of this bid contract ensured the
placement ani delivery of orders and complete installation by
January 16, 1986. For this reason, I made the attached written
86-22
z Honorable Mayor and Members
of the City Commission
Page 2
finding of an emergency, and authorized the issuance purchase
orders for the materials.
The balance of the required sod and soil will be ordered as
needed by Parks and Recreation for installation at various City
parks. Primary distribution will be to 8 of 21 target parks
designated by the Management Initiatives Task Force to undergo
major short-term physical improvements. A smaller portion will
be used as replacement material for regular playground and
ballfield maintenance.
Funds for this purchase are available from 1985-86 Special
Programs and Accounts, Parks Improvement Fund.
5E-22
V
41.1
TO Cesar Odio
City Manager
CITY OF MIAMI. FLORIDA
INTEIR-OFFICE MEMORANDUM
AIA-1--,
FROM
Carl Kern, Director
Parks and Recreation Department
DATE December 19, 1985"`E
SUBJECT Emergency Award of Bid and
Authorization to Purchase
Sod and Soil
REFERENCES
ENCLOSURES
In accordance with Section 18-52.6 of the City Code, it is
requested that the purchase of Sod and Soil for Bicentennial Park
(and other City facilities) be found to constitute an emergency
situation. It is further requested that award be made
immediately to the lowest responsive and responsible bidders, as
listed on the attached sheets, for Bid No. 85-86-29 (Sod and Soil
Contract), and that the Assistant Chief Procurement Officer be
authorized to issue purchase orders for this materials. The
Parks and Recreation. Department will prepare the necessary
documents for Commission ratification of this action at the
January 9, 1986 meeting.
Due to the construction of a race track for the Miami Grand Prix,
approximately 275,000 square feet of sod and 1300 cubic yards of
soil and sand are needed at Bicentennial Park. These material
requirements were combined with other park needs identified by
the Management Initiatives Task Force, and put out to bid as a
single supply contract for one year. Formal sealed bids were
opened December 18, 1985 at 2:30 p.m. Estimated costs should not
exceed $56,300 for Bicentennial and $80,000 for the balance of
materials, with a combined total of $136,300 for the entire year.
Presenting Bicentennial Park as a lush tropical setting to
participants, visitors and viewers is vital to the success of
these ventures and future revenue -generating projects. Changes
in the construction schedule and the addition of filming events
at Bicentennial Park have shortened the time available for
installation.. As the project must now be completed by January
16, 1986 (two weeks earlier than planned), orders must be placed
immediately to ensure delivery of soil by December 27, 1985 and
the first delivery of sod by December 30, 1985.
The prompt action of the Procurement Office enabled this purchase
to be properly advertised and publicly opened, thereby meeting
City Code requirements for competitive bidding. The Parks and
Recreation Department seeks only to hasten the award portion of
the formal bid process so that installation can be completed for
these important events. Both the Assistant Chief Procurement
Officer and the Minority Procurement Officer have reviewed the
bids and concur with the award recommended by this department.
86-22
Funds for the contract are available in the 1985-86 Parks and
Recreation Budget.
Your signature below will indicate your approval of these
findings and our authorization to proceed. A fact sheet on the
bid, naming the low bidders and the dollar amount of each award
is attached for your review. Any additional information you
require is readily available.
The above finding of an emergency is hereby adopted and approved
as the finding of the undersigned. Approval is hereby granted
for the immediate award of Bid No. 85-86-29 to the lowest
responsive and responsible bidders, and the Assistant Chief
Procurement Officer is hereby authorized W issue purchase orders
for these materials, subject to the ava alit of funds.
i
esar Odio, City Manager
cc: Jack Eads, Assistant City Manager
A. L. Mullins, Assistant Chief Procurement Officer
2
5E-22
N r i i
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON
POTENTIAL BIDDERS:
BIDS RECEIVED:
TABULATION:
FUNDS:
AWARD OF BID
f~,
Bid No. 85-86-29
Sod and Soil Supply
Parks and Recreation
One Year Contract for supplies as
needed — with notion to extend
Mz (-:; i:.: :,aired for . ,che ;:d
la-ndscape jvations at Bicentei„�.ial
Park, regula-• ballfield and playground
maintenance at various sites, and for
short-term physical improvements at 8
target parks
x
31
N.
Attached
1985-86 Parks and Recreation Budget
MINORITY PARTICIPATION: Invitations to bid were sent to four
Hispanic an six (6) Black firms engaged in the sales of
sod, sand, soil, and landscape materials as indicated in the
following sources:
1. Bidders applications on file in Purchasing
2. Dade County Minority Register
Minority responses cor.siste'd of two (2) bids from Black firms
(one, Bannerman Landscapingy Inc., is recommended for award) and
one (1) "no bid" from a Hispanic firm. (The bids received also
included two (2) female -owned businesses, both of which are
recommended for award - Chris and Tom Waters Sand Com an , and
Jackie's Parker Sod Company, nc.) .
BID EVALUATION: Award is recommended to the lowest
responsive and responsible bidder for
each item on the bid: Bannerman.
Landsca in for Bermuda and —F' oratam
sods, ac ie's Parker Sod for topsoil
and silica sand, ana=ris and Tom
Waters Sand for fine lawn sand. Due
o thehigh ($250.) charge for
delivery on small quantities bid by
Bannerman, no sod orders less than
TOMO sq. ft. will be awarded to that
firm. Following is an analysis of the
Invitation to Bid:
86-'2'x
Page 1 of 2
. Y i
J=
Number of Bid Number of
Catego y Invitations Mailed Responses
Prior Bidders
lac meFicar. 0 0
Hisparic American 0 0
Non -Minority
0
0
New Bidders
Black American
6
2
Hispanic American
4
0
Nor Mi,rpr i tv
21
''
ltiL:'.teSY ;�: 1 i iCat��`
10
0
"No Bids"
-
1
Late Bids
-
0
• Totals
41
x 7
Reasons for "No Bid" were as follows:
1. Vegetores Sod Corp. "Due to many present contracts, we
estimate we may not be able to keep up with the schedule
or. this bid."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE AS FOLLOWS: BANNERMAN LANDSCAPING
INC. IN THE AMOUNT OF $107,775., CHRIS
AND TOM WATERS SAND COMPANY IN THE
AMOUNT OF $2,130., AND JACKIE'S PARKER
SOD COMPANY, INC. IN THE AMOUNT OF
$239250.9 FOR A TOTAL PROPOSED AMOUNT
OF $133055. FOR THE FIRST YEAR.
ss star. ie rocurement Officer
/ �- /
Jq Date
The Minority Procurement Officer concurs with the above
recommendation.
0A
UI11cer
c • � /I fS
a
Page 2 of 2
SG -22
u .
li
�4� ^%'� i' a__,. � i.y�r..7. _. _.-... _' ..... r: .. ,.......w:.....a r,.> saanar...r.ir'......sr.._.a._r _.. .........�.. _•r._..rw. _. _. —
BID TABULATION
BID 85-86-29: SOD AND SOIL CONTRACT
DEPT: PARKS AND RECREATION_•
L40'lcM 44mis *I Tern Cp�•F+.RiJw1N Ft oRl �a � � f� Ir1G.
17 _ wA-, E25 _�KvtcE 51�-iCA o Fz
ON1T /TDTk1- uNIT TOTA1. U"IT ! MI ON11
NON Mtn <v�ro►-naN ND Nt{ MTY �t
�'ri Cu►.-�S •_-.._! __ _.—_ A _ _ .._ . __ . _ _ .... .... ------ --- NET 30 �
Oc
_ s � t:.v. A -tzo-_ •— - S t� ata7 3 -vay � pfcD I •Z a�-yS a� t Jr G�*!S 14RrJ - - -- -
�Eutl12y � _ � ,Av -
I. TIFTp1.1 gtti ��� •154 A- �r.1� Elc�% '`" �p cJID�• .�ND�1D� # •ZO '1Z-�t31,GL?7. -
2.obC?M.A '.oD , �iq _ .. ��. -' • to. {o r , . It �+
Ftw1TAt�t .1�D —
3 /s 4-- ►�o-8t�i 1 G �� �1� Z {� �t �AO V,4
!cam-vDs.I `..21,z5o. r ---- - -- -- ___- - — - -
ALIM
q• A tt4���fi(v?%�� �� / �'
f 1_AyJ«-1 -6O.IJ'1;�� '!�/•� i !Y�'r {�. 4-- 1 �40 8{t�)1 1'i• jy �►��'J�%.+�= %� r f [ N:/-►��Y7 _ — -
c yam• -- 6.�
7-
ee ,4-jr- No�E 4idrN IpjOGp Nol-t� f�l `t 5Lt2��-ol w
�t;E.,.►Trty - �� �►/'� i io enpal f:,,Fx`.uy
f .
1 ao.3� C,lVC11 14•- e-1 /,� Nc1.1E GIJErJ 9,G 1'' �N
la0ti.�liM1� m/A. 2'3Co�r,Y�+;LS
p
EUvs�-y ctltl`!�E - i 5D o7 vo.TwcK.IbD #u'• �vo. 7� NOSE
`?/ _ ---- - ;3cOPEf: 1_._^D I _ LOdD�-
Cat)PA+�1i�� I a/A t NDIJ E �3TA'�G fF?TI G+E O -- - T -- -K7r1E G►`! E►1 - "iE1D 0 I ci„1 _ _ _I1E G_
c_ CpMPEiI ��R I.Ta
t I;MPAOT CEL11J t
�j(D. ��� 1%P�IAr;�C.>�� , N/�. Ncr+ E NoN E •� 5ce�►1*tC, cAN>Jo� v�dc-r•1cil E• _ � �l o N t ^ _- ufyycHa�t � -- -• -- -- ----_ .. _.._. -
Sa tO tx -D BY
-- - -- �� �.►T 1 n •PAS ��►L- PI►WX A 1-
C� tr Aln At.L ITEMS
_
i� l�'..� USCot�S� 1Jp�lE Ctl�.l:•� h1►o�.EGt1�Jc�� i h1pNC C.I�iaJ NvaEGI�'Et�1 � -- �Lttyal=✓GlVc�i Cd�RCzF�CI•"C�'a