Loading...
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