Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-96-0294
F J-96-302 4/ 12/96 RESOLUTION 9 6 2 9 A RESOLUTION ACCEPTING THE BID OF RECIO AND ASSOCIATES, INC., IN THE PROPOSED AMOUNT OF $48,560,00, TOTAL BID OF THE PROPOSAL, FOR "BRICKELL AVENUE MEDIANS LANDSCAPE MAINTENANCE CONTRACT, E-1061-N'; ALLOCATING FUNDS THEREFOR FROM FISCAL YEARS 1995-1996 AND 1996-1997 GENERAL BUDGET, ACCOUNT NO. 580302-340 (ANNUAL CONTRACT), IN THE AMOUNT OF $48,560.00 TO COVER THE CONTRACT COST, AND $4,685,00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $53,245,00, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, scaled bids were received March 19, 1996, for "Brickell Avenue Medians Landscape Maintenance Contract, E-1061-N; and WHEREAS, the City Manager and the Director of the Department of Parks and Recreation recommend that the bid from Recio and Associates, Inc. be accepted as the lowest responsible and responsive bid, and WHEREAS, funds are available for the proposed amount of the contract, project expense and incidentals under General Budget Account No. 580302-340 (Annual Contract) Fiscal Years 1995-1996 and 1996-1997; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: ,CITY COMMISSION MEETING OF MAY 2 3 1996 oR©soluyoa At 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 March 19, 1996, bid of Recio and Associates, Inc., in the proposed amount of $48,560.00, for the project entitled "Brickell Avenue Medians Landscape Maintenance, Contract E- 1061-N for the total bid of the proposal, based on a lump sum price, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $53,245.00 is hereby allocated from the Fiscal Years 1995-1996 and 1996-1997 General Budget, Account No. 580302-340 (Annual Contract). Said total project cost consists of the $48,560.00 contract cost and $4,685.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contract', in a form acceptable to the City Attorney, with Recio and Associates, Inc., for "Brickell Avenue Medians Landscape Maintenance, Contract E-1061-N, total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption PASSED AND ADOPTED this 23rdday of _ ,Na/ , 1996. P. CLARK, MAYOR ATTEST: 4WALTENR. JAN, CITY CLERK ' 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 96m 294 r. CITY OF MIAMI, FLORIDA l INTER -OFFICE MEMORANDI Honorable Mayor and Members March 29, 1996 TO of the City Commission DATE : FILE Resolution Awarding SUBJECT : Contract for BRICKELL AVENUE MEDIANS Cesa LANDSCAPE City r MAINTENANCE FROM : REFERENCES: CONTRACT ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid received on March 19, 1996, of Recio and Associates, Inc., a company located within Dade County, and not within the City of Miami, for "Brickell Avenue Medians Landscape Maintenance Contract E-1061-N, in the amount of $48,560.00, Total Bid, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $48,560.00 % of Cost Estimate: 80.9 Cost Estimate: $60,000.00 Source of Funds: Fiscal Years 95-96 and 96-97 General Budget Account No. 580302-340 (Annual Contract) Minority Representation: 260 Invitations mailed 8 Contractors picked up plans & specs (4 Hispanic, 1 Black, 0 Female) 5 Contractors submitted bids (3 Hispanic, 1 Black, 0 Female) Public Hearing/Notice: Bid Notice published. Assessable Project: No Discussion: The Department of Public works evaluated the bids received on March 19, 1996, and determined that the lowest responsible and responsive bid, in the amount of $48,5460.00 is from Recio and Associates, Inc., a Hispanic -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 FORMAI 1111) BRICKELL AVENUE MEDIANS LANDSCAPE MAINTENANCE CONTRACT E-1061-N Project. Number__---��', - - _ - - — - -- CIP Number: Project. Manager: -__ ��_-.. C Gl ._ -- _- Ilrite:_';� Person who received the bids: �(`�r-'-1 �U� U L�. t {- _.__.�-� Received at: Constructiori Estimate = $ _�C .. 00 TbnQ;_1 % DO BIDDER ADDRESS DID BOND AMOUNT Trc. � I _�_�1��11GJ �iaMl t �L.3,•18% �d.11�t�ii , �L• 331��v a -Ice sw �-3 ST'. IP 1 + FL IRREGULARITIES G., z K K MINORITY OWNED ITEM No. DESCRIPTION Yc=s YES UNIT TOTAL UNIT PRICE PRICE TOT/A^L YL-s UNIT PRICE Y� UNIT PRICE TOTAL 'j�� Tpj p �� /V� ���TOTAL Go NTR-,�. GT TI 't•�,� O� - — — 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 B - No Affidavit as to capital & Surplus of tlonding Company C .� ri 1N , FOR THE TOTAL AMOUNT C - Corrected Exlenalone D - Proposal Unsigned or improperly Signed or no Corporate Seal the a c ntractor is not the lowest bidder explain: E - Incomplete Exlenslons . --------- Ir - Non-responsiv.bid -- ----- -------- -------------------------------- G - Improper Bici Bond - -- _ - _ __-Qra ---------------------------------------- - Corrected Bid ------------ ----- ------------------------------------------- 1 - No Plrot source Hlrinp Compliance Statement J - No Minority Corupbonce statement ----------------------------------------------------------------- x- NoContractor'sExperienceProjectListProvided----------------------------------------------------------------- FORMAL 1-111) BRICKELL AVENUE MEDIANS LANDSCAPE MAINTENANCE CONTRACT E-1061-N Project Number: or,I - N -- -------- CIP Number: Project Manager: L_ �_C I G. _------------ Date:? Person who received the bids:(!CZ-1' UG l !l:"L GI 1 I �� Received at: Gail-i�— Construction Estimate- DIDDER Mlatiii , FI- ADDRESS- DID BOND AMOUNT,,, ram% IRRECULARI'I'IES le - MINORITY OWNED ye�__ ITEM No. DESCRIPTION _ UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 1 . _�- E:_- �10 TNG-'To71-A _-� I IT�M_1 I1^p o�-� — - - ILI • IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power-of-AttorneyTHE LOWEST RESPONSIBLE AND RESPONSIVE BID IS F OM . IaT� , , B - No Affidavit as to Cepltel h surplus of Handing Company ItsFOR THE TOTAL AMOUNT C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seat the ajnWe contractor is not the lowest bidder explain: E - Incomplete Extensions - P - Non -responsive bid - ----- - ----- ----------------------------------------- C - Improper Did Bond - - - - �- Qro-----_ _______ --------------------------- it - Corrected Did ----------- ------ ------------------------------------------- - No First Source 111rinp Compliance statement ---------------------------------------------------------- J - No Minority Compliance Statement - - - - - - - K - No Contractor's Experience Project List Provided ---------------------------------------------------------------- Sheet 2 Of 2 PACT SHEET PUBLIC WORKS DEPARTMENT _ DATE `% / / I 'II JOB P: - i - Iy PROJECT NAME: ejR.I .' ,' 9 MAN , vN A,,(s CIP ♦ LOCATION: G a o2. TYPE: PROJECT MANAGER: FEDERALPARTWAPAMN: ASSOCIATED DEPARTMENT: s 2E rIG ter% n'" ASSESSABU: EMERGENCY: RESOLUTION 0:�j NO REO''U�EST: FORMAL INFORMAL n 1 � DESCRIPTION: FL �%I�-� _y �_i A1—L �.+s e-c n l � 4� IAm 0 � P;vt �� -c 1-! � tr �sGG.p� a• L7 R.R.I c>,l sYs � -cN 1S i �. � •, b• ti C=- G =- "�'' � �?�G��1.-L �/ t< .i� '�i �D 16.(�js �'- �-c � Ct� 60 if NECES .WV, CONTINVE ON THE BACK) SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (S OF CONST. COST) SURVEY /PLAT $ Snt INVESTIGATION O S PLANNING AND STUDY S % OF (EC) DESMN s % OF (EC) SPECS AND 010 ! B s 3y� S . 2 % OF (EC) BLUEPPINTIfl O AMD ADVE.R7 G O s (E) CONSTRUCTION a CONST. INSP. A MAHAGEME-NT O s % OF BID OTHER ® S (Fa SUBTOTAL S �Zj • Go % INDIRECT COSTS s - (E) (EMG. FEE) CONTINGENCIES (5%) $ -- / E3 (EC) WATE COW. COLT: s Q OCG • � TOTAL s 5 J rL 4 (E) WWATE f CONTRACTOR'S INFORNUTION: CLAW: = M ® TYP! OP wow I-�� :5��� CFJ���c2 AAINARITY = L7Rj �f YEARS OF ESTAWSHMENT: 2-+ ucem 1-185 =�� - NAME: _ RG c� A ti ,� S 5 cL i s/ l G, TELEP►IONE t 3a5) q `�-�-?S i 11 I ADDRESS:S� CONTACT PERSOW: SUB -CONTRACTORS NAMES: CLAW J. JOBif ►. MANE S. � MIkOA41V: Al- BLACK H. NWAWC F. plad L �....... .M......•. w..r.......rs. �.aw w�w�T w.. rw.i. V1r 1 wiOGn.-IAICi7 YC1'1. i.lI 1�JM�iN —v. wsd 5 QA- 9I_)A AID-�=C'01t�TT_E.Yt? !ID ITZM& BRICKELL AVENUE MEDIANS LA SCAPE MAINTENENCE DID a0. R 95-96-070_-__.._.__� DATE DID(t) MUM MARCH 19, 1996 11:00_�_.�m. a®L pimjoxps®:�R 82DD11k AID ajop)Ia �fsiii3Rv�_CA$cR , FLORIDA LAWN SERVICE, INC. $ 28,000.00 Check # 16400 $ 1,500.00 ------------------- LAWN PLUS INC. $ --_---------- 34,560.00 ----------------__..re--., _.r.....-. -— - - - - - RECIO AND ASSOCITES, INC. - $ -r--___ -_ 48,560.00 ---_- B.B. 5% FOREVER GREEN INC. $ 49,512.00 Check # 0236747 $ 2,475.6J TUNJOS TRADING INC. $ _o------------ 60,000.00 B.B. 5% — — received us Oi '.1" i'' Q �" (? a�:� 1 .>• .�. �.1 a1wS �°; yq�•qw .. is — _ _ _P.'.000.t...�e.p� _ --_o__--r_r____—ai j are, 1]E'mlr.)y Pe,--,ci u cis ]citQ, ------------------------ - -----------------I-----------_---4---------------------- -------------------------------- --------------------- I s i _ — — — — — — — — — — — — — — -- L - - - - - — — — — — — — — _o r — _ -- — — — — — — _ — — — — — — — _r — -- — — — -- — -- — — — — — — f-- — — — — — — — — — — — -- 4- — — — — — — — — — — — — — — — — — — -- — ------------------ -------------- - _++..--_----------------I------------- ---------------a------------- -------------- C ---------------------- ------------- ----------- --- ----------f ------------------------------0_--__-- - — — — — — — — — —I — — -- — — — — — — — — — — T — — -- — — — — — — — -- -- — — — — — — — - - - - - - - - - - - - - - r - - - - - -- - - - - - - - - - - - - - - - --•-------Y----V---------------------- - - - - - - - - - - - - - ¢ - - - - - - - - - - - - - - - - - - - - - - - -------------- 0----------------------- _.�._____- recalved ( ) envelopes on behalf of Geri n tece In&`b�Q`) ------ Pub qo kq- --- --- es �,f x/e, j % l%� . - -- -------------- -------------- (City Department) puty Cgt� Clark) As City of Miami Cash: Checks COLLECTIONS REPORT Total -3 d Date. Report of Collections For: D Department/ Division: R No 27097 Prepared By: 14!!� Signature LN NO TRANS. CODE DOCUMENT REFERENCE NO. SUBSIDIARY ACCOUNT : INDEX CODE OBJ. OF REV, PROJECT AMOUNT (KEYPUNCH LEFT ZERO FILLED) e DESCRIPTION - no, -- R - S, P F. series - - G/L no, IGAR _ series no. Ind 04"00310077fO 6, �9 ve ;7 - -- - -- - - - - - - - - - - - - - - - - - - - - - - 4� 0 - - - - -- - - --- - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - --- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - - - - - - - - - - - -- - - --- - -- - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - -- - -- - - - - - - - - - - - - - - - - - - - - - ---- - - - - ---- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- ---- - - - - - - - ---- - - - - - - - - - - - - - - - - - - - - --- - - - - --- - - - - - - - - - - - - - - - - - - - - - --- — — — — — — — — — — — — — — - - --- - - - - - - - - - - - - - -- -----:t — —# M 403 Rev. 06/89 -TRoutin I- , g: Carry both copies and funds to Treasury Management I (Finance n,-i i ni QTR1R11T1n1J- Wk:.- UC FIN ..... . ...... L . .- . _ , .. NOTICE CEC,TO CUSTOMER 0 36 / 74 N THE EVENT HIS INTERCONTINENTAL BANK MOUNTCWASEILL fOF►R VIOEDMENITY BOND LOST 4FOR E IT IS RETWICE C REPLACED THE 't REFUNDED 63gp6f870 WMICHES"M BRANCH a 14 03-19— 19 96 NOT VALID AFTER SIX MONTHS FROM ISSUANCE PAY TO THE k Ta CITY OF MIAM $ **2, 475.60***** ORDER OF t DOLLARS 2,4 CASHIER'S CHECK ����... U'� �i�� v � FOB tom, INC. PURPOSE AUTFiORIZFD IGNATURE 1150 2 36 74 71" e:06 700606 31: ++29089 000 L4 L++' NOTICE TO PURCHASER 16401 THE PURCHASE OF AN INDEMNITY BOND WILL BE REOUIREO BEFORE AN OFFICIAL CHECK RAIVSATLANTIIC OF THIS BANK WILL BE REPLACED OR EiANK REFUNDED IN THE EVENT IT IS LOST, MI EAs FLORIDA3131 a MISPLACED OR STOLEN. n+una. LORIOA 3313I O i� 63-1182/670 REMITTER FT ORTnA 7 hNN SRRVTP`F_ TNC DATE 03-18-96 PAY TO THE ORDER OF**#CITY OF 241AH1***$1,500.00*** +++{ N.., t� t CASHIER'S CHECK i 1110 b6400111 1:06 70 L Z8 2 5,: 0 200 b0000 5++'06 1 -j CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : /YJY ol/o/l, . J/ 5'vncm, 61U , 0&114' DATE 11l(L'1CIL q q 6 1 C, (➢(, IIILQ r11/^1 SUBJECT6/j_ -4— ryp I. 000 J I()'LCCILPAA �114/rULO Il tJwjrt& FROM : P iol '11d, c70 hi REFERENCES: /J�/ ( �q cn dJQf1Q/v(/�l�/�L/ ➢!. J U,JU�. YY 41�Ly ENCLOSURES: CwJAad, (.- 06 I �f y ��a t Pv'' tt rtAA3�,�� g�5 i x R sty, � fy r BID NO. 95-96-070 ADVERTISEMENT FOR BIDS r Sealed bids for "BRICKELL AVENUE MEDIANS LANDSCAPE MAINTENANCE 'CONTRACT E-1061N" will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on -,'the 19"' day of March, 1996, at the City Clerk's office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida. 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. This project consists of the furnishing of all labor, materials and equipment to maintain by mowing/cutting, pruning, trimming, weeding, fertilizing, mulching, controlling disease and insects, removing litter, and repairing existing irrigation within the landscaped medians on Brickell Avenue, in the City of Miami, Florida. Also, the work includes the removal/replacement of dead or diseased plant materials, with materials to be supplied by the City, unless otherwise indicated in specific changes to the contract. City regulations will allow bidders to furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in the documents and specifications, please contact Mr. Raul Garcia at (305) 575-5256. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Occupational License, as issued by Dade County, which authorizes the bidder to perform the proposed work. All bids sliall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Plans and specifications may be obtained from the office of the Director of Public Works, 444 S.W. 2 Avenue, 81h Floor, Miami, Florida, 33130, on or after February 29, 1996. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for S8. There will be a S20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of S20 per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidder are alerted to the provisions of Ordinances No. 10062 as amended, regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. (Ordinances are contained in Bid Specifications). The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement". The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 416-1224. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and re advertise (E-1061N, Req. 0605). Cesar H. Odio City Manager F -1 r5,yn e.�n .l�y""'L;.� Y e ar.-u t.S 9 S a Fie: Y� City of Miami �;ir<• REQUISITION FOR ADVERTISEMENT This number must �'f,,,.,t�•?` ERTLCIEIwENT appear in the advertisement. INSTRUCTIONS: Please type and attach a coiDv of the advertisement with thi5 rggui5itlon. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: Yes ❑ No 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be 10. Type of advertisement: published: ' = ' ❑ Legal ❑ Classified ❑ Display 11. Remarks: " BY'ick,:A i. S.veiiuc, ;Medians 171tC'.i'a:il.1,:,;:: i„ :1 TticL, 12. G.S.A. (Procurement Manaagmentl USE ONLY Date(s) of Publication Advertisement Invoice No. Amount D j c: -ie > C.) A 13. ® Approved ❑ Disapproved 'Department Director/ D'esignee Date Approved for Payment Date C IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copv. a Ljoa i nsou i wrv: nnne - u.a.t+.; unary - uepartmeni F BID NO.95-96-070 ADVERTISEMENT FOR BIDS Sealed bids for "BRICKELL AVENUE MEDIANS LANDSCAPE MAINTENANCE CONTRACT E-1061N" will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 19"' day of March, 1996, at the City Clerk's office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. This project consists of the furnishing of all labor, materials and equipment to maintain by mowing/cutting, pruning, trimming, weeding, fertilizing, mulching, controlling disease and insects, removing litter, and repairing existing irrigation within the landscaped medians on Brickell Avenue, in the City of Miami. Florida. Also, the work includes the removal/replacement of dead or diseased plant materials, with materials to be supplied by the City, unless otherwise indicated in specific changes to the contract. City regulations will allow bidders to furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in the documents and specifications. please contact Mr. Raul Garcia at (305) 575-5256. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Occupational License, as issued by Dade County, which authorizes the bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Plans and specifications may be obtained from the office of the Director of Public Works, 444 S.W. 2 Avenue, 8" Floor, Miami, Florida, 33130, on or after February 29, 1996. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for S8. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidder are alerted to the provisions of Ordinances No. 10062 as amended, regarding allocation of contracts to minority vendors, contractors and subcontractors. All bidders must submit an Affirmative Action Plan with their bids. (Ordinances are contained in Bid Specifications). The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement". The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 416-1224. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any or all bids, and re advertise (E-1061N, Req. 0605). Cesar H. Odio City Manager