Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-95-0205
J-95-178 02/15/95 RESOLUTION NO. 9 5- 205 A RESOLUTION ACCEPTING THE BID OF VILA & SON LANDSCAPING CORP. IN THE PROPOSED AMOUNT OF $56,919.80, TOTAL BID OF THE PROPOSAL, FOR "BISCAYNE BOULEVARD MASTER LANDSCAPING PLAN (SECOND BIDDING) B-4549"; ALLOCATING FUNDS THEREFOR FROM THE 19TH YEAR COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS, PROJECT NO. 701204 IN THE AMOUNT OF $56,919.80 TO COVER THE CONTRACT COST AND $16,564.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $73,483.80; 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 February 14, 1995, for "BISCAYNE BOULEVARD MASTER LANDSCAPING PLAN (SECOND BIDDING) B-4549"; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Vila & Son Landscaping Corp., be accepted as the lowest responsible and responsive bid; and WHEREAS, the 19th Year Community Development Block Grant Funds are available for the proposed amount of the contract, project expense, and incidentals under Project Code No. 701204 of said Community Development Block Grant Funds; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI_ FLORInA- CrTX COMIMMON MEETI17C OF MAR S 9 1995 Resolution No. 95- 205 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 February 14, 1995, bid of Vila & Son Landscaping Corp., In the proposed amount of $56,919.80, for the project entitled "BISCAYNE BOULEVARD MASTER LANDSCAPING PLAN (SECOND BIDDING) B-4549" 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 $73,483.80 is hereby allocated from the the 19th Year Community Development Block Grant Funds, Project Code No. 701204. Said total project cost consists of the $56,919.80 contract cost and $16,564.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter Into a contractll in a form acceptable to the City Attorney, on behalf of the City of Miami with Vila & Son Landscaping Corp., for "BISCAYNE BOULEVARD MASTER LANDSCAPING PLAN (SECOND BIDDING) B-4549", total bid of the proposal. Section 5. This Resolution shall become effective Immediately upon Its adoption. 1I 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 - 95- 205 PASSED AND ADOPTED this 9th day of March 1995. STE HEN P. CL RK, MAYOR CITY CLERK COMMUNITY DEVELOPMENT: FRANK CktTA-114toA, DIRECTOR COMMUNITY DEVELOPMENT SUBMITTED BY: [v ll� WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: \N\9�` G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A. QUI qN JON II S CITY A TORN 95- 205 -3- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Honorable Mayor and MembersDATE : FEB 24 1995 FILE: B-4549 of the City Commission SUEUECT : Reso 1 ut I on Awarding Contract for Biscayne Boulevard Master � Landscaping Plan (Second Bidding) FROM: Cesar o REFERENCES: City er Resolution ENCLOSURES: RECOMMENDATION it Is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Vila & Son Landscaping Corp., a company Iocated w1th1n Dade County and not wIth1n the Clty of Miami, for Biscayne Boulevard Master Landscaping Plan (Second Bidding) B-4549, received February 14, 1995 in the amount of $56,919.80, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $56,919.80 % of Cost Estimate: 61% Cost Estimate: $93,650.00 Source of Funds: From the 19th Year Community Development Block Grant Funds, Protect No. 701204 Minority Representation: 260 invitations mailed 12 contractors picked up plans & specs (8 Hispanic, 1 Black, 0 Female) 4 contractors submitted bids (3 Hispanic, 0 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid Notice published. Assessable Protect: No Discussion: The Department of Public Works has evaluated the bids received on February 14, 1995 and determined that the lowest responsible and responsive bid, In the amount of $56,919.80 Is from Vila & Son Landscaping Corp., 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 95- 205 FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 02114/1995 JOB N: B-4549 PROJECT NAME: BISCAYNE BOULEVARD MASTER LANDSCAPING PLAN SECOND BIDDING C.D.B.G. N: 701204 09th YEAR) LOCATION: SEE DESCRIPTION PROJECT MANAGER: ELYROSA ESTEVEZ TYPE: FEDERAL PARTICIPATION: EAASSOCIATED DEPARTMENT: PUBLIC WORKS ASSESSABLE: ❑ EMERGENCY: ❑ RESOLUTION N: BID REQUEST: FORMAL INFORMAL ❑ DESCRIPTION: THE PROJECT CONSISTS OF THE REMOVAL OF EXISTING T VALLEY GUTTER INSTALLING NEW TYPE'F' CURB AND GUTTER PLANTING ROYAL PALMS AND GROUND COVER REPLACING A CATCH BASIN ACCORDING TO F.D.O.T. STANDARDS ALONG THE WEST SIDE OF BISCAYNE BOULEVARD BETWEEN N.E. 83 STREET AND N.E. 87 STREET CITY LIMITS). IF NECESSARY, CONTINUE ON THE BACK SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST) SURVEYIPLAT ❑ 0 $ 5,860.00 Actual Cost) SITE INVESTIGATION ❑ 0 PLANNING AND STUDY $ DESIGN x❑ ❑ $ 5,619.00 6 %OF EST. SPECS AND BID PROCESS $ 300.00 BLUEPRINTING AND ADVERTISING 0 ❑ $ 800.00 CONSTRUCTION ❑ ❑X $ 56,919.80 (BID) CONST. INSP. & MANAGEMENT ❑x ❑ $ 3,985.00 7 % BID OTHER TESTING ❑ ❑ SUBTOTAL $ 73,483.80 INDIRECT COSTS $ CONTIGENCIES (EC) ES77MATE CONST. COST. $93.650.00 TOTAL 73,483.80 Iq ESnMATE CONTRACTOR'S INFORMATION: CLASS: ❑ © ❑ TYPE OF WORK: LANDSCAPING NON MINORITY ❑ YEARS OF ESTABLISHMENT: 6 YEARS MINORITY © ❑F NAME: VILA & SON LANDSCAPING CORP. LICENSE CGC 051675 ADDRESS: 20451 S.W. 216 STREET MIAMI, FL 33170 CONTACT PERSON: JUAN CARLOS VILA TELEPHONE ( 305 ) 362 255-9206 SUBCONTRACTORS NAMES: CUSS: r- JOINT Pa PRIME Sa sue MINORFTY: Ba BLACK Ha HISPANIC F■ FEMALE V.V.: Aba lrwu 1, walM vwa, urw %w^ mr, urrnMum 9 5 - 205 m 0 U Cy FORMAL BID BISCAYNE BOULEVARD MASTER LANDSCAPING PLAN (SECOND BIDDING) B-4549 Project Number: B-4549 CDBG No.: 701204-451991 Bid No.: 94-95-074 Project Manager: E. ESTEVEZ Date: 02 / 14 / 95 Person who received the bids: E. ESTEVEZ Received at: CITY CLERK'S OFFICE, CITY HALL Construction Estimate = $ 93 650.00 Time: 10:30 A.M. BIDDER VILA & SON LANDSCAPING PNM CORPORATION The Acme Group, Inc. RECTO, Inc. ADDRESS 20451 S.M. 218 ST. Miami, FL 33170 3780 N.N. 22 AVE. Miami FL 33142 7251 Biscayne Blvd. Miami FL 33138 8053 N.N. 84 ST. Miami FL 33188 BID BOND AMOUNT B.B. $ 1.500.00 B.B. 5% B.B. VOUCHER B.B. 5% IRREGULARITIES C. G MINORITY OWNED YES, H YES, H YES; B YES) H ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID: The Total of hems 1 thru 14 based on a sixty (flo) calendar day completion time 56 919.80 89,553.37 94 087.12 164,941.63 1 31 Royal Palms (min. 6' grey wood) 325.00 10,075.00 560.00 17,360.00 275.00 8,525.00 860.00 26,660.00 2 5.341 sq. ft. Argentine Bahia solid sod 0.45 2,403.45 0.46 2,456.86 0.66 3,525.06 0.49 2,617.09 3 3.606 sq. ft. of solid sod (Section 2.04) 0.25 901.50 0.46 1,658.76 0.66 2.379.96 0.40 1.658.76 4 5,341 sq. ft. of asphalt removal 0.60 3,204.60 0.50 2,670.50 2.00 10.682.00 8.50 45,398.50 5 (3) Tree trimming (approx. 10'- 20' ht.) 100.00 300.00 350.00 1,050.00 262.00 786.00 750.00 2,250.00 8 Removal of 1,315 lin. ft. of 3' valley gutter 3.50 4,602.50 6.00 7.890.00 7.00 9,205.00 9.00 11,835.00 7 1.315 lin. ft. of type "F" curb and gutter 9.00 11.835.00 12.00 15,780.00 20.00 26,300.00 9.25 12,163.00 e 748 sq. ft. of backfill to meet new C&G. 1.00 748.00 2.00 1,496.00 6.00 4,488.00 6.75 5,049.00 g 90 sq. ft. of 4-inch concrete sidewalk 4.25 382.50 6.00 540.00 8.00 720.00 4.50 405.00 10 5,610 sq. ft. of 8-Inch concrete driveway 2.25 13,072.50 4.50 26,145.00 2.71 15,745.10 6.00 34,860.00 11 Remove/ Install (1) Catch Basin 1,900.00 1,900.00 4,880.00 4,880.00 3,776.00 3,776.00 3,457.14 3.457.14 12 1,315 lin. ft. of C&G reinforcement 0.65 854.75 0.75 986.25 1.00 1,315.00 9.25 12,163.75 13 Street Excavation Permit Fee 640.00 640.00 640.00 640.00 14 Provision for Special items 6,000.00 6,000.00 6,000.00 6,000.00 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 Vila & Son B - No Affidavit as to Capital do Surplus of Bonding Company Landscapinp Corp. FOR THE TOTAL AMOUNT OF 56,919.80 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal E - Incomplete Extensions F - Non -responsive bid -If-the above - contractor - is not - -lowest lowest bidder explain_---_ --------- G - Improper Bid Bond ---------------------------------------- H- Corrected Bid ---------------------------------------------------------------- o First Source Hiring Compliance Statement ---------------------------------------------------------------- I Mo J Minority Compliance Statement ---------------------------------------------------------------- Ko Duplicate Bid Proposal Lo copy of Certificate of Competency or State Contractor's Cert. of Registration SHEET I OF I r'ipind Dr. x &L"" DID_SICORITT-LIST DID ITEns BISCAYNE BOULEVARD MASTER ---i-----M----------! ------------- LANDSCAPING PLAN B-4549 --------- (Second Bidding) .--i--i----s- ------------- M--'----- ------MIM--.-O I1 I D 9 4- 9 5- 0 7 4-------.... ii---------�--- --Mil �.---- ]DATE !ID(S) VPHNEDs �F�BRUARY 14, 1995 10_30 a.m. --- ------------ice 22M DID *ORD (or) DIDDER PID-AWOVKT GGIfR_t-iW CR-�, ....�--------------- VILA & SON LANDSCAPING i 1------------ ---- B.B. $ 5,000.00 0 --ri- -- -i- -! -1-- -.► -------- $ 56,919.80 -- it ------ i - PNM CORP., $ 89,553.37 B.$. 5% r.-..r-.w---w-�.-y.-----r--s-ir-r -e--ii tea--w.�-....►i-_�-ii ._ice -THE ACME GROUP, INC. $ 94,087.12 B.B. VOUCHER RECIO AND ASSOCIATES, INC. $ 165,301.63 B.B. 5% - - 1 - ---- ----------•--•- herein are thn only off,,-xs fi1tS an t ' r -------- -- e _ ..�.-._..-_--_•._.-__- ...._�.�.._ =vie-- _:,�,.r..�_.---.--l-rrr--� ------------------- -----------------------------------� ------------r-------------------------------------- --------------------------------- f------------------.- - - - ----------------- L---------------------------------- "-_--'---'------------r---r----------0----------------------- - -- - - - - - - - - - - - - - - - --- - - - - - - - - - - - --- - - - - - - - -- - - - - - - - -- - - - ------------------------------�_� ----------------------------- ------- —------------ P'---.--------- 4--------------------•--- I ------- ----------------------------------- ..----,------..-----r--------------- }------- --- -_----------�__----__-----F---------------------- ----------------}---..__---------t---------^--------- -_--- -'--------•----w-•-------►---.-.-f._,._--- .------.--.- -- E�W5k t-9s-kUe7 _------_ —received (y _) envelops on bahalg o4 (Person-rsceiviaa bids)-�-- Public F3or3�-_ � � � �/- `�� i �a w_-____---------.r...-rw (City Department)-- ~ '---- 1` uty City Clerk) I f I *9::; FFR 14 A10 :30 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Matty Hirai City Clerk OM . �&Pl&�,Litte Lop Department of Public Works DATE : February 1 , 1995 FILE SUBJECT: BISCAYNE BOULEVARD MASTER LANDSCAPING PLAN B-4549 (Second Bidding) REFERENCES: BID NO. 9 4- 9 5- 0 7 4 ENCLOSURES: Contractors will submit bids for the above reference project to be opened on: February 14, 1995 Time: 10:30 A.M. Any u i d submitted after the above appointed time will not be accepted by the City Clerk. Please make the necessary provisions for this bid opening. A representative from our Department will be present. We will notify you in writing if there will be a postponement or cancellation prior to the opening of bids. /II S2 CA 110 BID NO. 94-95-074 ADVERTISEMENT FOR BIDS Sealed bids For "BISCAYNE BOULEVARD MASTER LANDSCAPING PLAN (SECOND BIDDING) B-4549" will be received by the City Clerk of the City of Miami, Florida at 10:30 A.M. on the 14th day of February 1995, 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. The project consists of relocating existing shade trees, planting approximately 31 Palms, and sodding, within the Public right-of-way, located in an area along Biscayne Boulevard from N.E. 83 Street to N.E. 87 Street. Bidders will furnish a bid bond in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in documents and specifications, please contact Leonard Helmers, P.E. Chief Civil Engineer or Elyrosa Estevez, Project Manager, at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, in accordance with Chapter 10 of the Metropolitan Dade County Code, 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, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on or after January 27, 1995. If bidders wish, a set specifications will be mailed to them by writing to 'the Department of Public Works and including a separate check for $8: There will be a $20 deposit required for the first set of 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 specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance Nos. 10062 and 10538 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) 579-6856. 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 readvertise (B-4549, Req. 2580). Cesar H. Odio City Manager r.: