HomeMy WebLinkAboutR-99-0089ai 'Hwe .. at
J-99-102
1/12/99
RESOLUTION NO. �; 9 — S 9
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF BANNERMAN LANDSCAPING,
INC., IN THE PROPOSED AMOUNT OF $65,000.00,
FOR THE PROJECT ENTITLED "U S 1 MEDIANS
LANDSCAPE MAINTENANCE CONTRACT-1999, B-631111,
WHICH CONSISTS OF $10,000.00, FOR LANDSCAPE
REPLANTING RENOVATIONS PLUS $55,000.00 FOR
ANNUAL MAINTENANCE, WITH THE OPTION TO EXTEND
THE ANNUAL MAINTENANCE FOR TWO (2) ADDITIONAL
ONE-YEAR PERIODS; ALLOCATING FUNDS THEREFOR
FROM THE GENERAL FUND, ACCOUNT CODE NO.
310501-340, FOR FISCAL YEARS 1998-1999 AND
1999-2000, IN THE AMOUNT OF $65,000.00, 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 U S Highway No. 1 within
the City of Miami requires ongoing improvements and maintenance;
and
WHEREAS, pursuant to public notice, 261 Invitations to Bid
were distributed to landscaping contractors for the project
entitled "U.S. 1 Medians Landscape Maintenance Contract-1999,
B-631111; and
l� t WHEREAS, five (5) sealed bids were received December 24,
1998; and
WHEREAS, the City Manager and the Director of the Department
t of Public Works recommend that the bid received from Bannerman
s'= Landscaping, Inc., be accepted as the lowest responsible and
responsive bid; and
WHEREAS, funding for the project for Fiscal Years 1998-1999
and 1999-2000 will be allocated from 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
Section.
Section 2. The December 24, 1998, bid received from
Bannerman Landscaping, Inc., in the proposed amount of
$65,000.00, for the project entitled "U S 1 Medians Landscape
Maintenance Contract-1999, B-631111, based on lump sum and unit
prices, is hereby accepted.
Section 3. The total estimated project cost of
$65,000.00, is hereby allocated from the General Fund, Account
Code No. 310501-340, for Fiscal Years 1998-1999 and 1999-2000.
Said total project cost consists of $10,000.00, for landscape
replanting renovations plus $55,000.00, for annual maintenance,
with the option to extend the annual maintenance for two (2)
- 2 - 99- 89
.�ey'�+�"�"; � c � k, Aye •.'+a,'�sixw m�;rs�r�,'r��.ti� 1;�4.�. � � z �� ...
j
additional one-year periods.
Section 4. The City Manager is hereby authori.zed"I to
execute an agreement, in a form acceptable to the City Attorney,
with Bannerman Landscaping, Inc., for said project.
y{}E5:
yi
Section 5. This Resolution shall. become effective;"
immediately upon its adoption and signature of the Mayor.z�
PASSED AND ADOPTED this 26th day of January , 1999.
JOB CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by
becomes effective with
signing it in the designated place pre«idcd, laic; legislation now
the elapse of ten (10) days from the date of Com • i
regarding same, without the Mayor xercising veto, c.n action
ATTEST: j /
Wa ` Foe ,cn, City Clerk
WALTER J. FOEMAN
CITY CLERK
CORRECTNESS
CITY OF MIAMI, FLORIDA CA- w3
INTER -OFFICE MEMORANDUM
The Honorable Mayor and nAI I J 199�
TO : y DATE JAB FILF
Members of the City Commission
FROM
to/nalwd arshaw
City Manager
RECOMMENDATION:
SUBJECT : Resolution Awarding Contract
for U S 1 Medians Landscape '
Maintenance Contract-1999 C
REFERENCES: 8-6311
t
ENCLOSURES: I
I
It is respectfully recommended that the City Commission adopt the attached resolution accepting the low
bid of Bannerman Landscaping, Inc., whose principal is Paul Bannerman, President, a company located
in Miami -Dade County, for the project entitled U S 1 MEDIANS LANDSCAPE MAINTENANCE
CONTRACT-1999, B-6311, received on December 24, 1998, in the amount of $65,000.00 Total Bid, and
authorizing the City Manager to enter into a contract on behalf of the City. The project consists of
$10,000 for landscape renovation replantings plus $55,000 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:
('.r1Gt PCtimoto
Source of Funds:
$65,000.00
$76, 000.00
% of Cost Estimate: 85.5%
Fiscal Years 1998-1999 and 1999-2000, General Fund Account Code No. 310501-
340
Minority Representation: 250_ invitations mailed
11 contractors picked up plans and specs
( 6_Hispanic, 4_Black, 0 Female)
5 contractors submitted bids
(_ 1 Hispanic, 3—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 December 24, 1998,
and determined that the lowest responsible and responsive bid, in the amount of $65,000.00, is from
Bannerman Landscaping, 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.
„� * A"
DHW/ M// K
c: James J. Kay, Director, Public Works Department
99- 89
i
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
i
TO
Donald H. Warshaw
City Manager
FROM
.>-,a J. Kay, Direct r'
Public Works Department
DATE : FILE
December 30, 1995
SUBJECT:
RESOLUTION Awarding Contract
U S 1 Medians Landscape
REFERENCES: Maintenance Contract, B-6311
ENCLOSURES:
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 $65,000.00
for subject project, from Fiscal Years 1998-1999 and 1999-2000 General Fund Account
Code #310501-340, as amended.
BUDGETARY REVIEW
Dipak M. arekh, Director
Department of Management
and Budget
t yOluy
JJK/ /rjf
c: Raul Martinez, Assistant City Manager
ADDITIONAL APPROVALS
/t//A , A/0 T 6 i P
Pilar Saenz-Butler, Administrator
C:Wof4
IN saw
0M 1213-/9q
Tww.
NOR
Anmntof$
available In 8=00a Min,
coo vow 31 c> S;-O3
l , �r X
99-- 89
1
COO
Cz
FORMAL BID
US I MEDIANS LANDSCAPE MAINTENANCE CONTRACT - 1999
Project Number: 13-6311 CIP Number:
Project Manager: Allan I. Poms Date: 12 / 24 / 1998
Person who received the bids: Andrd -Bryan Received at: City Clerk's Office, Miami City Hall
Construction Estimate — $ 76,000,00 Timc: 10:00 it Ill.
BIDDER
BANNERMAN LANDSCAP.
REC10 & A830C'IA'TES
'I I-NUSA, INC.
KENIP SE.RVICF.S, INC.
ADDRESS
901 NW141 ST ITF
NIIANII, FLORIDA 1116a
9051 Nw' 64 S I R I+1
MIAMI, ITONIM 31166
7010 S%%'46 SI RIT 1
NIIANII, 19-ORIDA 11155
1011 IVES DAIRYROAD, U211
NIIANII, FLORIDA 11269
BID BOND AMOUNT
❑ID BOND VOUClllat
5% BID BOND
5% RID BOND
S7,50000 BID BONI)
IRREGULARITIES
1),1.
It
MINORITY OWNED
Yes
Yes
No
ND
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE,
TOTAL
UNIT
PRICE
TOTAL
TOTAL. BID
$85,000.00
$73,780.00
$74,000.00
$108,000.00
BASE BID: ITEMS 1 & 2
$55,000.00
$63.750.00
$64,000.00
$96,000.00
1
MAINTENANCE CONTRACT FOR A ONE (1) YEAR
PERIOD THAT CONSISTS OF MOWING/CUTTING
PRUNING, TRIMMING, WEEDING, FERTILIZING,
MULCHING, CONTROLLING DISEASE AND
INSECTS AND REMOVING LITTER FROM THE
LANDSCAPE RIGHTS -OF -WAY MEDIANS ON US 1.
$50,000.00
$58,750.00
$59.000.00
$91,000.00
2
PROVISION FOR SPECIAL ITEMS
$5,000.00
$5,000.00
$5,000.00
$5,000.00
ADDITIV7E ITEM 1
CASH ALLOWANCE FOR REPLACEMENT PLANTS
AND SODDING, THE RENOVATION OF EXISTING
MEDIAN LANDSCAPING AND FOR ERECTING
AND SUPPORTING FALLEN TREES. ALLOWANCE
TO BE USED IN CONNECTION WITH 'UNIT PRICES'
$10,000.00
$10,000.00
$10,000.00
$10,000.00
IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPAICI'MENT OF PUBLIC WORKS THAT THE
A -- No Power - of - Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM BANNERMAN
B -- No Affidavit as to Capital & Surplus of Bonding Company LANDSCAPING, INC. FOR THE TOTAL AMOUNT $65,0 .00 **
C -- Corrected Extensions (�
D -- Proposal Unsigned or Improperly Signed or no Corporate Seal
E •• Sub-contractor(s) not Identified It' the above contractor is not the lowest bidder ex I 1:
F -- Non - responsive bid
G -- Improper Bid Bond
11 -• No Contractor License Number(s) ** $65,000.00 = BASE BID + ADDITIVE ITEM 1
1 -- No First Source Hiring Compliance Statement
J -- No Minority Compliance Statement
K •- No Duplicate Bid Proposal
L -• No Af idavit of Prioary011ice location SHEET I OF 4
3
US I MEDIANS LANDSCAPE MAINTENANCE CONTRACT - 1999
Project slumber: 11-6311 _ CIP Number:
Project Manager: Allan 1. Poms Date: 12 / 24 / 1998
Person who received the bids: Andrd Bryan Received at: City Clerk's Office, Miami City hall
Construction Estimate = $ 76,000.00 Time: 10:00 a.m.
BIDDER
BANNERMAN I.ANDSCAP
RF.C')O & ASSOCIATES
TEAUSA, INC.
KENIP SERVICES, INC.
ADDRESS
901 NN 143 Sl REM'
N11AMI, FLORIDA 33168
8053 N%V 64 STREET
MIAMI, FLORIDA 3.3166
7010 S1V 46 STREET
MIAMI, FLORIDA 33155
1031 IVES DAIRY ROAD, P231
MIAMI, FLORIDA 33269
BID BOND AMOUNT
BID BOND VOUCIIF.R
5% BID BOND
5% BID BOND
$7,50000 1111) BOND
IRREGULARITIES
D,1,
�y
MINORITY OWNED
YES
YES
NO
NO
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL.
UNIT
PRICE
TOTAL
UNIT PRICES: THE FOLLOWING ITEMS TO
PAID FOR rROM ITEM 2 AND/OR ADDITIVE ITEM I.
1
FOR NEW MAHOGANY TREES (14- HT. X 8' SPR.,
6' CLEAR TRUNK)
$200.00
$190.00
$500.00
$600.00
2
FOR NEW YELLOW TABEBUTA TREES (12' HT. X
B' SPR., 5' CLEAR TRUNK)
$185.00
$160.00
$460.00
$500.00
3
FOR NEW PINK TABEBUTA TREES (12' HT. X 8'
SPR., 5' CLEAR TRUNK)
$185.00
$160.00
$404.00
$500.00
4
FOR ASSORTED ONE (1) GALLON CONTAINER
GROUNDCOVER PLANTS
$5.00
$2.50
$10.00
$12.00
5
FOR ARGENTINE BAHIA SOLID SOD
$0.20/SQ. Fr.
$0,18/SQ. Fr.
$0.43/SQ, Fr.
$0.501SQ. Fr.
6
FOR ERECTING, STAKING AND BRACING
EXISTING TREES
$25.00
$20.00
$37.50
$45.00
° IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTML'N"I OF PUBLIC WORKS THATTHE
A -- No Power -of -Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM 13ANNERMAN
B -- No Affidavit as to Capital & Surplus of Bonding Company LANDSCAPING, INC. FOR THE TOTAL AMOUNT OF $65,000.00 **
C -. Corrected Extensions
D -• proposal Unsigned or Improperly Signed or no Corporate Seal A�—
E -- Sub-contracror(s) not Identified If the above contractor Is not the lowest bidder explai
F -• Non - responsive !rid
G -- Improper Bid Bmrd Q�
11 -- No Contractor License, Nunibcr(s) "* $85,000.00 = BASE BID + ADDITIVE ITEM 1
1 -- No First Source hiring Compliance Statement
J -- No Minority Compliance Statement
K -- No Duplicate Bid Proposal
), •• No Affidavit of Primary Office Location SBE1_r 2 OF 4
7
r•�i
FORMAL BD
US 1 MEDIANS LANDSCAPE MAINTENANCE CONTRAC'1
Project Number: 11.6311 _ CIP Number:
Project Managcr: Allan 1. Poms Date: 12 / 24 / 1998
Person who received the bids: Andrd Bryan Received at: City Clerk
Construction Estimate = $ 76,000.00 Time: 10:00 a.m.
BIDDER
TUNJOS TRADING CO.
ADDRESS
331ONW 178 S'I'REFT
NIIANII, 1:10IM)A 33056
BID BOND AMOUNT
$7,50000 WIND voUCIli:R
IRREGULARITIES
It
MINORITY OWNED
Yf`S
ITEM No.
DESCRIPTION
UNIT
PRICE
TOTAL.
UNIT
PRICE
'TOTAL
UNIT
PRICE
--�
TOTAL BID
$125,000.00
BASE BID: ITEMS 1 & 2
$105,000.00
1
MAINTENANCE CONTRACT FOR A ONE (1) YEAR
PERIOD THAT CONSISTS OF MOWING/CUTTING
PRUNING, TRIMMING, WEEDING, FERTILIZING,
MULCHING, CONTROLLING DISEASE AND
INSECTS AND REMOVING LITTER FROM THE
LANDSCAPE RIGHTS -OF -WAY MEDIANS ON US 1.
$95,000.00
2
PROVISION FOR SPECIAL ITEMS
$5,000.00
ADDITWE ITEM 1
CASH ALLOWANCE FOR REPLACEMENT PLANTS
AND SODDING, THE RENOVATION OF EXISTING
MEDIAN LANDSCAPING AND FOR ERECTING
AND SUPPORTING FALLEN TREES. ALLOWANCE
TO BE USED IN CONNECTION WITH "UNIT PRICES
$10,000,00
• IRREGULARITIES LEGEND 11' HAS BEEN DETERMINED BY THE DEPARTMEI
A •- No Power - of- Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS
IB -- No Affidavit as to Capital & Surplus of Bonding Company LANDSCAPING, INC. FOR •THE TOTAL. AM,
C -- Corrected Extensions
D -- Proposal Unsigned or Improperly Signed or no Corporate Seal
E -- Sub•contractur(s) not Identified If the above contractor is not the lowest biddt
F -- Non - responsive bid
G -- Improper Bid Bond
11 -- No Contractor License Number(s) ** $65.000.00 = BASE BID + ADDITIVE ITEM
I -- No First Source Hiring Compliance Statement
1 -- No Minority Compliance Statement
K -• No Duplicate Bid Proposal
1, -- No Af idavit of Primary Orrice Location SKEET 3 OF 4
FORMAL BID
US 1 MEDIANS LANDSCAPE; MAINTENANCE CONTRACT - 1999
Project Number: 13-6311 _ _ _ CIP Number:
Project Manager: Allan 1. Panis Date: 12 / 24 / 1998
Person who received the bids: Andl•6 -Bryan Received at: City Clerk's Office, Miami City Hall
Construction Estimate = $ 76,000.00 Time: 10:00 a.In. --
BIDDER
I UNJOS'rRADING CO.
ADDRESS
—_
3310 MV 178 STREF: I'
1,11A:.11, FLORIDA 33056
BID BOND AMOUNT
S7,50000 BOND VOUCfIr•.R
--
IRREGULARITIES
n
MINORITY OWNED
YES
ITEM No.
DESCRIPTION
UNIT
PRICE,
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT
PRICE
TOTAL
UNIT PRICES: THE FOLLOWING ITEMS TO
PAID FOR FROM ITEM 2 AND/OR ADDIIIVE ITEIA I.
1
FOR NEW MAHOGANY TREES (14' HT. X 8' SPR.,
6' CLEAR TRUNK)
$250.00
2
FOR NEW YELLOW TABEBUTA TREES (12- HT. X
8' SPR., 5' CLEAR TRUNK)
$250.00
3
FOR NEW PINK TABEBUTA TREES (12' HT. X 8'
SPR., 5' CLEAR TRUNK)
$250.00
4
FOR ASSORTED ONE (1) GALLON CONTAINER
GROUNDCOVER PLANTS
$1,000.00
5
FOR ARGENTINE BAHIA SOLID SOD
$5.00/SQ. FT.
6
FOR ERECTING, STAKING AND BRACING
EXISTING TREES
$50.00
IRRGGULARrr1ES Lec1 ND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THATTHr
A •• No Power • of. Attorney LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM BANNERMAN
B •- No Affidavit as to Capital R Surplus of Bonding Company LANDSCAPING, INC. FOR '1-HE TOTAL AMOUNT OF $65,000.00 **
C -- Corrected Extensions
D •- Proposal Unsigned or Improperly Signed or no Corporate Seal
E •- Sub-contractor(s) not Identified if the above contractor is not the lowest bidder explain:
F -- Non - responsive bid
G -- Improper Bid Bond
H •• No Contractor License Number(s) ** $65,000.00 = BASE 010 + ADDITIVE ITEM 1
I -• No First Source Iliring Compliance Statement
I -- No Minority Compliance Statement
K •- No Duplicate Bid Proposal
I. •- No Afr)clavit ol'Primary Office Location SHEET 4 OF 4
0
,,—IN
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE 12 ( 30 / 1998
US 1 MEDIANS LANDSCAPE
JOB NUMBER: B-6311
PROJECT NAME: MAINTENANCE CONTRACT - 1999 _
CIP NUMBER:
LOCATION: medians on US 1, between SW 37 Avenue and I-95
_Landscape
PROJECT MANAGER / EXT. No.: __ Allan I. Poms / 416-1.245
OTHER TYPE: _ _
FEDERAL (C,D.B.G.):
ASSOCIATED DEPARTMENT:_____
S.N.P.B.
-_.-_--
COMMISSIONER DISTRICT: 2,3
BID REQUEST: FORMAL = INFORMAL O
ASSESSABLE: [�
EMERGENCY:
RESOLUTION No.:
DESCRIPTION: The project consists primarily of the landscape maintenance of the lanscaped medians on
US 1, between SW 37 Avenue and Interstate 95. The work includes mowing/cutting of grass, prunning/____
trimming of trees, mulching care of plants and the removal of litter. In addition, there are cash allowances to
replace trees, plants and sod and for erecting trees. One allowance is for anrlua! maintenance and the
other allowance is for initial renovation of the landscape medians. The maintenance contract is for one
1 year with the option of bwo (2) annual renewals.
(IF NECESSARY, CONTINUE ON THE BACK)
SCOPE OF SERVICES: PUBLIC WORKS OUTSIDE COST
COST (% OF CONST. COSY)
ADVERTISING $ 1,000.00 (E)
OUTSIDE DESIGN $ (E)
TESTINGS / SURVEY / PLAT $ (El $ (Fl
P.W. DESIGN & BID DOCUMENTS
CONSTRUCTION $ 65,000.00 (BID)
CONSTRUCTION ADMINISTRATION $ %
OTHER: S (E) $ (Fl
(A) - ACTUAL AMT. %
(E) - ESTIMATE TOTAL $ 66,000.00 (TOTAL ENG. FEE)
ESTIMATED CONST. COST $ 76,000.00
CONTRACTOR'S INFORMATION:
CLASS: 0 LJ L S I NON -MINORITY
TYPE OF WORK: _ Landscaping MINORITY 0 H
YEARS OF ESTABLISHMENT: LICENSE E280
NAME: Bannerman Landscaping, Inc. TELEPHONE: (30S) 656-3521
ADDRESS: 901 Northwest 143 Street
CITY, STATE, ZIP: Miami, Florida 331 sa CLASS: J = JOINT P = PRIME S = SUB
CONTACT PERSON: Paul Bannerman, President MINORITY: B = BLACK H = HISPANIC F = FEMALE
SUB -CONTRACTORS: * State of Florida Certified Reg. Contractors License No.
NAMES: None
COPIES: ASSISTANT DIRECTORS, G95T ANALY5I5, FILL, A55UU1AT1_P LJ rKT, GIP MAIVAUr-K
cI c --