Loading...
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 --