HomeMy WebLinkAboutR-98-0727J-98-741
7/9/98
RESOLUTION NO. 9 8 - 727
A RESOLUTION ACCEPTING THE BID OF
BANNERMAN LANDSCAPING, INC., IN THE
PROPOSED AMOUNT OF $ 102,500.00 TOTAL
BID OF THE PROPOSAL, FOR THE PROJECT
ENTITLED "EDISON/LITTLE RIVER C.D.
SIDEWALK PROJECT, B-4603 (SECOND
BIDDING)"; ALLOCATING FUNDS THEREFOR
FROM PROJECT No. 341304, AS APPROPRIATED
BY THE FISCAL YEAR 1997-98 CAPITAL
IMPROVEMENT ORDINANCE No. 11623, AS
AMENDED, IN THE AMOUNT OF $ 102,500.00
TO COVER THE CONTRACT COST AND
$12,500.00 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$ 115,000.00; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT, IN
A FORM ACCEPTABLE TO THE CITY ATTORNEY,
WITH SAID FIRM.
WHEREAS, sealed bids were received June 11, 1998, for
"EDISON/LITTLE RIVER C.D. SIDEWALK PROJECT, B-4603 (Second
Bidding) " and;
WHEREAS, the City Manager and the Director of the Department
of Public Works recommend that the bid from BANNERMAN LANDSCAPING,
INC. be accepted as the lowest responsible and responsive bid; and
WHEREAS, the Fiscal Year 1997-98 Capital Improvement
Ordinance No. 11623, as amended, appropriated monies for the
proposed amount of the contract, project expense, and incidentals
under Project No. 341304 of said Ordinance;
CITY COMIMIISSION
MEETING OF
Hecolution No.
98- 727
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 June 11, 1998, bid of BANNERMAN LANDSCAPING,
INC., in the proposed amount of $ 102,500.00, for the project
entitled "EDISON/LITTLE RIVER C.D. SIDEWALK PROJECT, B-4603
(SECOND BIDDING)" for the Total Bid of the proposal, based on lump
sum and unit prices, is hereby accepted at the price stated
therein.
Section 3. The total estimated project cost of $115,000.00
is hereby allocated from Project No. 341304, as appropriated by
the Fiscal Year 1997-98 Capital Improvement Ordinance No. 11623,
as amended. Said total project costs consist of the $102,500.00
contract cost and $ 12,500.00 estimated expenses incurred by the
City.
Section 4. The City Manager is hereby authorized to enter
into a contracts, in a form acceptable to the City Attorney, on
behalf of the City of Miami with BANNERMAN LANDSCAPING, INC., for
"EDISON/LITTLE RIVER C.D. SIDEWALK PROJECT, B-4603 (SECOND
BIDDING)", total bid of the proposal.
' 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.
2
98 - 727
Section 5. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.2
PASSED AND ADOPTED this2lst day of July 1 1998.
ATTEST:
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation now
becomes effective with the elapse of ten (16) days rom the date of Commission action
regarding same, without the Mayor xer is a to.
Walter o man, City Clerk
WALTER J. FOEMAN
CITY CLERK
/CA P PROJECT REVIEW:
r
r
PI R AENZ-BUT R,
AD INISTRATOR
SUBMITTED BY:
AMES J. Y, P. DIRECTOR
DEPARTMENT OF PUBLIC WORKS
tart
;iLZ O�CU V 1LHKt5LLU
I ATTORNEY
2738:YMT:dsl
BUDGE Y REVIEW:
DIPAK REKH, DIRECTOR
OFFICE OF BUDGET AND
MANAGEMENT ANALYSIS
z 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.
9 8 - 727
TO Honorable Mayor and Members
of the City Commission
FROM
a Wa
City Manager
RECOMMENDATION:
CITY OF MIAMI, FLORIDA A=3
INTER-OFFICE MEMORANDUM
DATE : JUL 1 4 1998 FILE : B-4603
SU&JECT:Resolution Awarding Contract
for Edison / Little River C.D.
Sidewalk Project, B-4603
REFERENCEtSecond Bidding)
ENCLOSURES: Resolution
It is respectfully recommended that the City Commission adopt the attached resolution
accepting the bid of Bannerman Landscaping. Inc.. a company located in Miami -Dade
County and not within the City of Miami, whose principal is Melvin Bannerman.
President, for "Edison / Little River C.D. Sidewalk Project, B-4603" (Second Bidding),
received June 11, 1998 in the amount of $ 102,500.00. Total Bid; authorizing the City
Manager to enter into a contract on behalf of the City.
No work with the City of Miami within the past three years.
RACKGRn(1ND
Amount of Total Bid: $ 102.500.00
Cost Estimate: $ 112,100.00
of Cost Estimate: 91.4%
Source of Funds: Project No. 341304 . as appropriated by Fiscal Year 1997-98 Capital
Improvement Ordinance No. 11623, as amended
Minority Representation: 260 invitations mailed
8 contractors picked up specs
( 0 Hispanic, 4 Black. 2 Female)
4 contractors submitted bid
( 0 Hispanic, 3 Black, 1 Female)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on June 11,
1998, and determined that the lowest responsible and responsive bid. in the amount of
$ 102,500.00 is from Bannerman Landscaping. Inc., a Black- minority controlled
corporation. Funds are available to cover the contract cost, and for such incidental
items as postage, blueprinting, advertising, and reproduction costs.
Attachment: Proposed Resolution
98 - 727
FACT SHEET
PUBLIC WORKS DEPARTMENT DATE 611611998
JOB No.: B-4603
(SECOND BIDDING)
CIP No.: 341304
PROJECT NAME: EDISON / LITTLE RIVER C.D. SIDEWALK PROJECT
TYPE:
LOCATION: Edison ! Little River Community Development Target Area
FEDERAL PARTICIPATION:
PROJECT MANAGER: E. Estevez
ASSESSABLE:
ASSOCIATED DEPARTMENT: PUBLIC WORKS
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL: INFORMAL: r
DESCRIPTION: The project consists of removal and replacement of deteriorated and damaged concrete sidewalk in
the Edison/ Little River Community Development Tar et Area and the installation of permanent street closures at the
industrial district of Little Haiti. The closure will include the installation of two 2 fire hydrants with their corresponding
guard posts, pipes, valves, etc. and the installation of steel picket fencing and gates.
(IF NECESSARY.CONTINUE ON THE BACK)
SCbPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST AMOUNT (%OF CONSTRUC. COST)
SURVEY/PLAT (E)
SITE INVESTIGATION
PLANING AND STUDY %
DESIGN $2,050.00 (E) 2 %
SPECS AND BID PROCESS $625.00 %
BLUEPRINTING AND ADVERTISING $1,000.00 (E)
CONSTRUCTION $102,500.00
CONST. INSP. & MANAGEMENT $7,175.00 7 %
OTHER: Testing
SUBTOTAL $113,350.00 %
INDIRECT COSTS (1.43%) $1,650.00 (ENGTEE)
CONTINGENCIES
ESTIMATED CONSTRUCTION COST= S 112,100 TOTAL $115.000.00
CONTRACTOR'S INFORMATION:
CLASS: 0 0 TYPE OF WORK: General Engineering
YEARS OF ESTABLISHMENT: 5 Years NOW MINORITY: a
NAME: BANNERMAN LANDSCAPING, INC. MINORITY: I B H I F
ADDRESS: 901 N.W. 143 STREET MIAMI, FL 33168 LICENSE: E-280
CONTACT PERSON: MELVIN BANNERMAN, President TELEPHON (305) 685-5622
PAULBANNERMAN
SUB -CONTRACTORS INFORMATION:
NAMES: B.H.M. ENTERPRISE CFC 042975
CLASS: J=JOINT P=PRIME S=SUB
MINOR?Y..' B=BLACK H-HISPAAIC F=FEMALE
L;L)HtZ,:ASJIJ IAN I VIKCV I VKJ, I.VO I ANAL 727
��//
g t 2 "7
A
TABULATION OF
BIDS FOR
EDISON / LITTLE
RIVER C.D.
SIDEWALK PROJECTt(SECOND BIDDING)
Received by the
City Clerk, City of Miami. Florida of jItOO A.M.
on JIBE
BAN�ERMAN LANDSCAPING
NXIST CONSTRUCT I�
ENGINEERING8
M
�5040 SN WTI ON ST INC.
B I ddu
901 N.W. i43 STREET
7341 N.W. 32 AVE
< N E ..STREET
SUITE "0 MIA I, R 33126
Address
MiAMt, FL 33168
MlAfli, R 331<7
MIAMI, FL 33138
NO
NO
YES
ES
Leaotod In the city of MIMI
NO
YES
YES
YES
Llaimd t Insssl v hem clt cten t Irtn orb.
B.B. VOUCHER
B B
B.B. VOUCHER
Bid Bond Amount
H
Irn larltin
YES, 8TOTAL
YES, B
YES, B
YMEMinority
Owned
BID:THE TOTAL OF ITEMSEE
1 THRWM 10 BASED ON A
ONE I#lI DWO (100) WORKING DAYSTI.Ar
129.875.00
$133 , 500.00
145
TLC tJIM K
102,560.00
IRREGULARITIES LEGEND
A — No Power -of -Attorney
B -No Affidavit us to Capitol L Surplus of Bonding Company
C - Corrected Lrewsions
D — Proposal tonalgned or improperly Signed or No Corporate Seal
E - Incomplete Extensions (Missing Primary office Location Par")
F - Non-responilve bid (Missing COPY of Grtlflcats Of Competencyl
G - improper Bid Bond
H - Corrected Bid
I - No First Source Hiring Compt$Once Statement
- No Minority Compliance Statement
K - No Dupllcate Bid Proposal
Non-roeponsl__ bid (DO not have 00oroprlote bode for license)
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
that the lowest responsible and res onsive bidder is
BANNERMAN LANDSCAPING, INC. In the amount of $102,500.00
for the Total Bid.
Badla
-VY"ai-fy %mil I �V -
BID 97-98-111
PAGE: 1 OF 1
B-4603
8-4603