HomeMy WebLinkAboutR-99-0037r . �Vv.. .. �� � �4k . �,� .. `, ... �.: z.x•.NdJp�„Fk��+ {� .. � �t�3rx>�+'tea � `�j++wn� a�r>...�-.ti'
J-98-1200
11/24/98
RESOLUTION NO. v IF
A RESOLUTION ACCEPTING THE BID OF FLORIDA
LAWN SERVICE, INC., IN THE PROPOSED AMOUNT OF
$71,395.00, WHICH CONSISTS OF $22,395 FOR
RENOVATION REPAIRS, PLUS $49,000 FOR ANNUAL
MAINTENANCE, WITH THE OPTION TO EXTEND THE
ANNUAL MAINTENANCE FOR TWO (2) ADDITIONAL ONE
(1) YEAR PERIODS, FOR THE PROJECT ENTITLED
"BRICKELL AVENUE MEDIANS LANDSCAPE RENOVATION
AND MAINTENANCE, B-6307"; ALLOCATING FUNDS
THEREFOR FROM THE GENERAL FUND, ACCOUNT CODE
NO. 310501-340, AS APPROPRIATED BY FISCAL
YEAR 1998-1999 ANNUAL APPROPRIATIONS
ORDINANCE NO. 11705, AS AMENDED, IN THE
AMOUNT OF $71,395.00 TO COVER THE CONTRACT
COST; AUTHORIZING THE CITY MANAGER TO EXECUTE
AN AGREEMENT, IN A FORM ACCEPTABLE TO THE
CITY ATTORNEY, WITH SAID FIRM.
WHEREAS, the median landscaping on Brickell Avenue requires
ongoing improvements and maintenance; and
WHEREAS, sealed bids were received September 17, 1998, for
the project entitled "Brickell Avenue Medians Landscape
Renovation and Maintenance, B-630711; and
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from Florida Lawn Service,
Inc., be accepted as the lowest responsible and responsive bid;
and
WHEREAS, the Fiscal Year 1998-1999 Annual Appropriations
Ordinance No. 11705, as amended, appropriated funds for the
proposed amount of the contract, project expense and incidentals
L*I1'Y' COY USSION
T0G OF
elution 14o.,
I
XNRi
aa1 sseecrysp i.1-2a 3" 141,
NWAM..
_. e 1 edr}+aw --v+rer^nm m' .YS, 2c'y'�„�L%,..d4GYdWi�
under the General Fund, Account Code No. 310501-340;
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
t
Section.
Section 2. The September 17, 1998, bid received from
1
Florida Lawn Service, Inc., in the proposed amount of $71,395.00,
for the project entitled "Brickell Avenue Medians Landscape
i
`
Renovation and Maintenance, B-630711, based on lump sum and unit
prices, is hereby accepted at the price stated therein.
Section 3. The total estimated project cost of
r
$71,395.00, is hereby allocated from the General Fund, Account
Code No. 310501-340, as appropriated by the Fiscal Year 1998-1999
Annual Appropriations Ordinance No. 11705, as amended. Said total
project cost consists of $22,395, for renovation repairs plus
$49,000, for annual maintenance, with the option to extend the
'
annual maintenance for two (2) additional one (1) year periods.
Section 4. The City Manager is hereby authorizedY
to execute an agreement, in a form acceptable to the City
Attorney, with Florida Lawn Service, Inc., for the project
entitled "Brickell Avenue Medians Landscape Renovation and
11 The herein authorization is further subject to compliance with all
requirements that may be imposed by the City Attorney, including but not
limited to those prescribed by applicable City Charter and Code
provisions.
,
z y _ 37
x
AF)� S ,A
�N)
Maintenance, a-6307" project.
Section 5. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor2/.
PASSED AND ADOPTED this 12th day of January , 1999.
JOE CAROLLO, MAYOR
ha=rdance with Miami Code Sec. 2-36, since the Mta�,or did not indicat.0 apprmir-1 of
Ift legislation by signing it in the designated ,?r:,,-'; c-6, sai.*i ':c•:l
I*DD,nes effective with the elapse of ter: (10) cf,:,ys ;.o,n i�l ; ctxi0 r?i C0M, Sicn ucticn
TvAarttJing same, without the Mayor exam airl-
a v /_
i
ATTEST:
W.ALTER J . FOEMAN
CITY CLERK
AND CORRECTNESS:
i �
ALEJ RO VILARELLO
C ATTORNEY
W3094:CSK:kc
If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
3
99— "��
29
The Honorable Mayor and NOV 3 0 1998 _
_ Members of the City Commission
�onald H. Warshaw
City Manager
RECOMMENDATION:
Resolution Awarding Contract
for Brickell Avenue Medians
Landscape Renovation and
Maintenance Contract
B-6307
It is respectfully recommended that the City Commission adopt the attached resolution accepting the
low bid of Florida Lawn Service, Inc., whose principal is Andres Viamontes, President, a company
located in Miami -Dade County, for the project entitled BRICKELL AVENUE MEDIANS LANDSCAPE
RENOVATION AND MAINTENANCE CONTRACT, B-6307, received on September 17, 1998, in the
amount of $71,395.00 Total Bid, and authorizing the City Manager to enter into a contract on behalf of
the City. The project consists of $22,395 for landscape renovation repairs plus $49,000 for annual
maintenance, with the option of two (2) additional one-year renewals for maintenance only.
BACKGROUND:
No history of involvement in City projects.
Amount of Bid
Cost Estimate:
Source of Funds
$71,395.00
$78,000.00
% of Cost Estimate: 92%
Fiscal Year 1998-1999, General Fund Account Code No. 310501-340
Minority Representation: 250 invitations mailed
6 contractors picked up plans and specs
( 4_Hispanic, 0_Black, 0—Female)
1 contractors submitted bids
(� 1 Hispanic, 0—Black, 0 Female)
Public Hearings/Notices: No public hearing/Bid Notice published.
Assessable Project: No
Discussion: The Department of Public Works has evaluated the bids received on September 17,
1998, and determined that the lowest responsible and responsive bid, in the amount of $71,395.00, is
from Florida Lawn Service, Inc., a minority controlled corporation. Funds are available to cover the
contract cost, and for such incidental items as postage, blueprinting, advertising and reproduction
costs. NO
"I\�`��,1�
.
DHW RM J K
c: Jame J. Kay, Director, Public Works Department
99- 37
`p n ""'a°A"Pi'"".r3�NM >7C
r}
James J. Kay, Director
Brickell Avenue Medians - Landscape Maintenance Contract, B-6307
October 16, 1998
Page two
RECOMMENDATION:
The Brickell Avenue Medians Landscape Renovation and Maintenance Contract should be
awarded on the basis on Bid Items #1 through #7 (base bid) plus Additive Items #1 through #5
depending on available funds beyond the Base Bid amount. The second and third year optional
extensions should be limited to Bid Item #6 plus Items #Z and #7 as cash allowances. The unit
prices would also apply for the optional second and third year extensions. The Formal Bid Tab
has been revised to indicate unit price items and recommendation for award.
First Year - Annual Maintenance and Renovation $71,395
Second Year - Annual Maintenance (Optional) $49,000
Third Year - Annual Maintenance (Optional) $49,000
ADDITIONAL INFORMATION:
The previous contract cost with Recio & Associates was $48,560/year for regular maintenance
with no allowances for repairs. The new contract cost with Florida Lawn Service is $39,000 for
regular maintenance plus $10,000 in allowances for planting and irrigation repairs.
It should be noted that the available funds are not sufficient to fully restore all landscape
medians to their original condition. The Downtown NET Office is seeking additional funding of
$40,000 from the FDOT to complete the median landscape renovation work to its original
condition. The unit prices should be applicable.
AIP/rjf
N t �t)k; h� # u .. , k{wx r § y;12p'Z+.E' i j $' u �.
�fdir5+•+aMiV _. _ _ -. ,. M+'f#N�s'k:6fi€�1 g*'N rf'-�ti5�'�tFNr�}y;A�ii
J
Donald H. Warshaw
City Manager
;James J. Kay, Dire or
Public Works Department
INTER -OFFICE MEMORA,,"-ID NI
RESOLUTION Awarding Contract
Brickell Avenue Medians Landscape
Renovations and Maintenance
Contract, B-6307
The Public Works Department has verified with the Department of Management and Budget that
funds are available for the award of a contract in the amount of v71,395.00 for subject project,
from Fiscal Year 1998-1999 General Fund Account Code ##310501-340, as amended.
BUDGETARY REVIEW
4-
Dipak M. Parekh, Director
Department of Management
and Budget
JJK/ M%rjf
c:
Raul Martinez, Assistant City Manager
ADDITIONAL APPROVALS
A/ A -- re+ CIS.
Pilar Saenz-Butler, Administrator
CIP
CRY of ifs
Managerroent & Budget
Date &U ,
Time„ (EU A PM)
Amount of (3(�2- Is
a ilable In account number:
Verified by: SIGNATURE
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE 10 / 02 11998
Job Number.: B-6307
PROJECT NAME: BRIC KELL AVE MEDV NR LAN DACAPE RENOVATION 6 MAITENANCE CONT.
G.Fund # 310501-340
LOCATION: Brickell Avenue
PROJECT MANAGER: — Alberto J. C_orrales. P.E. _
OTHER TYPE:
FEDERAL PARTICIPATION:
ASSOCIATED DEPARTMENT: Public works
ASSESSABLE:
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL ® INFORMAL 0
DESCRIPTION: The work under this contract consist of fumishing all supervision, labor, eui ment, tools and
for the renovation and maintenance necessary for mowing,cutting, pnining,trimming, weeding, mulching,
_materials
replacing plants etc., within the landscaped medians on Brickell Avenue.
(IF NECESSARY. CONTINUE ON THE BACK)
SCOPE OF SERVICES: PUBLIC WORKS
COST OUTSIDE COST (% OF CONST. COST)
SURVEY/PLAT $ $
TESTINGS $ (E) $ (E) --1--%
DESIGN $ $ ---%
ADVERTISING $ (E) $ (L7
CONSTRUCTION $ $ 71,395.00 (BID)
CONTT. INSP & MANAGEMENT $ $ --®—%
OTHER: PERMIT FEES $ (E) $ (E)
SUBTOTAL $ 71,395.00 %
INDIRECT COSTS (1.43%) (E) (P.W. ENG. FEE)
CONTINGENCIES (5%)
(EC) - EST. CONST. COST $78,000.00 TOTAL $ 71,395.00
(E) - ESTIMATE
CONTRACTOR'S INFORMATION:
CLASS: = rPr ET-1, NON - MINORITY
TYPE OF WORK: LANDSCAPE MINORITY 4 6 1
YEARS OF ESTABLISHMENT 6 years LICENSE 137488-3
NAME: FLORIDA LAWN SERVICE, INC. TELEPHONE: (305) 553-2377
ADDRESS: 14535 SW 43 TERR, MIAMI, FL. 33175
CONTACT PERSON: ANDRES VIAMONTES CLASS: J - JOINT P - PRIME S - SUB
MINORITY: B - BLACK H - HISPANIC F . FEMALE
SUB -CONTRACTORS:
NAMES:
C VW D---1!eEXCELIFPAC0CK PARXNB•325MFACT SHEET %LS RETURN TO PUBLIC WORKS AFTER SIGNED)
FORMAL BID
BRICKELL AVENUE MEDIANS LANDSCAPE RENOVATION & MAINTENANCE CONT.
Project Number: B- 6307 _ CIP Number: GEN. FUND 310501-340
Project Manager: ALBERTO CORRALES Date:__ 09/ 17 / 98_
Person who received the bids: A. BRYAN — Received Lit: CITY CLERK'S OFFICE, CITY HALL
Construction Estimate = $ 78.000,00 Time: 10.00 A.M.
BIDDER
FLORIDA LAWN SERV.INC
ARIZONA BROS., COP.P.
ADDRESS
14535 SW 43 TERR
WAR], FL. 33175
15901 SW 242 ST.
HOMESTEAD, rL 33031
BID BOND AMOUNT
B.B. VOUCHER
IRREGULARITIES
NO —BID
_
MINORITY OWNED
YES
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE,
TOTAL
BASE BID TOTAL Of ITEif9 1 THRU 7
PLUS ADD 11EMS 1 THRU 5
$71.395.00
1
WEEDING, CLEAN—UP & REMOVALS
$2,800.00
2
PROVISION FOR IRRIGATION & TESTING
$5,000.00
3
PLANTING SOIL MIX
$5,600.00
4
SODDING
$2,400.00
5
MULCHING
$4.500.00
5
MAINTENANCE CONTRACT
_
$39,000.00
7
CASH ALLOWANCE
$5,000.00
ADD. MW 1: LIVE OAKS
$2.000.00
ADD. r= 2: AASHINGTONIA PALMS.
$1,820.00
ADD. IM 3: ASS. 3-GA. CONT. SHRUBS.
$1.275.00
ADD. ITEM 4: ASS. I GA CONT. GROUNDCOVERS.
$1,350.00
ADD. ITEM 5: ERECTING, STAMNG & BRACING
$850.00
• IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT
A — No Power —of —Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM FLORIDA LAWN
9 — No Affidavit an to Capital & Surplus of Bonding Company SERVICE, INC. FOR TIME TOTAL AMOUNT OF $71.395.00
C — Corrected Extensions
D — Proposal Unsigned or Improperly Signed or no Corporate Seal If the above contractor is not the lowest bidder explain:
E — Incomplete Extenslons
F — Mon—responslve bid _
C —Improper Bid Bond . '-----------------------------------------
- -
H Corrected Bid 071 p------------------------------------------------
I — No First source Hiring Compliance Statement -------- 1C 1 J -tl- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
J — No Minority Compliance statement _ K No Copy of Certificate of Competency -- - --- - ------ ----_ 1 _ OF _ 1 -------------------------------
L — LACK OF REQUESTED EXPERIENCE -- - --JD fir--------" -------"------- "- ------------------- --
TO
Px1,t?b�
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
James J. Kay, Director
Public Works Department
DATE F;LE
October 16, 1998
SUBJECT
�. 11 Brickell Avenue Medians
Landscape Maintenance
,, Contract, B-6307
FROrr! ; IS` REFERENCES
Allan !`. Poms
Chief Architect ENCLOSURES
Public Works Department
This project is a combined renovation and one (1) year maintenance contract with the option for
two (2) additional one-year renewals for maintenance. See the attached Bid Tab. The intent of
the proposal is as follows:
MAINTENANCE:
The first priority is the annual maintenance, which is an ongoing expense and consists primarily
of Bid Items #6 and #7 and also Item #2 (cash allowances). These costs are to be funded from
the Public Works budget for median maintenance. The basic cash allowance of $5,000/year
(Item #7) is intended to be used for selected landscaping work such as replacement of trees,
palms and plants and re -standing and bracing trees and palms damaged by winds, vehicles, etc.
In addition, there is another cash allowance of $5,000 for repairing the irrigation system, which
also could be handled as a recurring annual expense on an "as needed" basis.
It should be noted that Items #3, #4 and #5 plus Additive Items #1 through #5 all have unit prices
which can be used for needed repairs and replacements to be paid from the cash allowance.
Item #2 is intended to repair the irrigation system and should be used as a recurring annual
expense. This item could be combined with Item #7 as an annual expense. Any unused portion
could then be used for other repairs. Total cost of annual maintenance (Items #6, #7 and #2) is
$49,000.
RENOVATION:
After providing for annual maintenance (Items #2, #6 and #7), the next priority is to use available
funds to restore the existing landscaped medians to their original condition as the monies will
allow. Bid Items #1 through #5 are intended to minimally restore the median landscaping with
weeding, soil, sod and mulch as base bid work. These items also have unit prices to adjust
quantities and for future maintenance.
Additive Items #1 through #5 were also bid with unit prices and quantities to be a one-time
expense for re -planting in the first year contract and to provide unit prices for future maintenance
through the cash allowances. The cost for replacement of soil, sod, mulch (Items #1, #3, #4, #5)
is $15,300. The cost for replacement of trees, palms, plants and re -staking (Additive Items #1
through #5) is $7,095. The total cost of all renovation work is $22,395.