Loading...
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