Loading...
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.