Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-94-0422
J-94-470 05/18/94 RESOLUTION NO. 9 4- 422 A RESOLUTION ACCEPTING `THE BID OF BANNERMAN LANDSCAPING, INC., IN THE PROPOSED AMOUNT OF $197,050.00, TOTAL BID OF THE PROPOSAL, FOR "ALLAPATTAH SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4565"; WITH MONIES THEREFOR ALLOCATED FROM THE FISCAL YEAR 1993-94 CAPITAL IMPROVEMENT ORDINANCE NO., 11139, AS AMENDED, PROJECT NO. 341200 IN THE AMOUNT OF $197,050.00 TO COVER THE CONTRACT COST AND $32,330.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $229,380.00; 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 May 16, 1994, for "ALLAPATTAH SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4565"; 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 1993-94 Capital Improvement Ordinance No. 11139, as amended, adopted on April 14, 1994, appropriated monies for the proposed amount of the contract, project expense, and Incidentals under Project No. 341200 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY D OF MIAMI, FLORI A. CITY CONIIKPSl ox MEETING OF J U N 0 9 1994 Resolution No, 94- 422 i 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 May 18, 1994, bid of Bannerman Landscaping, Inc., In the proposed amount of $197,050.00, for the project entitled "ALLAPATTAH SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4565" 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 $229,380.00 Is hereby allocated from the Fiscal Year 1993-94 Capital Improvement Ordinance No. 11139, as amended, Project No. 341200. Said total project cost consists of the $197,050.00 contract cost and $32,330.00 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, on behalf of the City of Miami with Bannerman Landscaping, Inc., for "ALLAPATTAH SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4565", total bid of the proposal. Section 5. This Resolution shall become effective Immediately upon Its adoption. L/ 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 - 94- 422 r � � 1 PASSED AND ADOPTED this 9th day of June ATTEST: 1 IMATTY HIRAI CITY CLERK . 1994. STEPH N P. CLARK, MAYOR CAPITAL PROJECT REVIEW: EDU RD=AGE ODR GU Z. DIRECTOR A5 ET E T AND CAPITAL IMRPROVEMENTS SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A ( QVNN JO -, -I I I' CITY ATTOR °4- 422 CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM so TO Honorable Mayor and Members of the City Commission FROM Ces lj.� Od I o CIt anager RECOMMENDATION DATE MAY 31 Iggq FILE B-4565 SUBJECT Resolution Awarding Contract for Allapattah Sidewalk Rebuilding (Impact Fee Project) REFERENCES ENCLOSURES Reso i ut I on It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Bannerman Landscaping Inc., a company located within Dade County and not within the City of Miami, for Allapattah Sidewalk Rebuilding (Impact Fee Project) B-4565, received May 16, 1994 In the amount of $197,050, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $197,050 Cost Estimate: $240,000 % of Cost Estimate: 82% Source of Funds: Fiscal Year 1993-94 C.I.P. Orinance No. 11139, as amended Minority Representation: 262 invitations mailed 23 contractors picked up plans & specs (6 Hispanic, 3 Black, 0 Female) 10 contractors submitted bids (5 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 May 16, 1994 and determined that the lowest responsible and responsive bid, In the amount of $197,050 Is from Bannerman Landscaping, Inc., a Black -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental Items as postage, blueprinting, advertising, and reproduction costs. A lower bid was received by Lewis Green Construction, Inc., however, that contractor did not retain a license in the appropriate trade required for the work prior to submission of the bid as required in the bidding documents. And, Although Royal Engineering submitted a bid within 110% of the low bid received, that contractor had not established certification of a primary office location within the City limits prior to submission of the bid as required in the City _ Charter and Code. 9 4_ 422 So 6 FACT SHEET _-- PuAIC WORKS DEPARTMENT OATt 5 18 1" 4 Ago: B-4565 P*NA=NAuL-AllapattahSidewalk RPhi,i1ding(Tmp—FFf- CIP LP1 d 1.9 n n LOCATION: �..W3i Tr": POWACT MANAGER: FtDwk&L PARTICIPATION: Q AssoCIAM 09PART1MV(T: AS/SSAABLA: Q EMEl 04y: Q AASSOLUTION /: —�_- No PAQUUT: FORMAL XQ INFORMAL Q DMJL1PTION: The project consists of the removal and replacement of approximately 75,000 square feet of concrete sidewalk in the East-West Ex wa and the Miami River. (V NECCUAW. COWIWE ON rNE SACK) SCOPE Of SERVICES CITY OUTSIDE AMOUNT OP CONST. COST) SUMM / PLAT SfTi MIVt,STlOATION Q Q ! PI.ANNMW AND STUDY Q Q i % OF (EO ORS ® Q >{ 11, 800. 00 6 %OF=1 {KCS AND 10 PROCZU Q Q S 5 n n_ n n % OF (EC) KA PNN I q AND ADVSRTN wo ® Q t 500.00 M CONSTRUCTION Q ® f 12 7. n S n_ n n (AD) COW. NV. A MANAORANW ® Q • 13,800.00 7 % OF wo OTNa Testing ® ® S 2,500.001m sUe wx s 226, 150 .00 -% WOMP W cc$Ts (1. 4 3 %) S 3,230.00 (q (ENO. FEE) (I* S (cc$ EETAMM COW I eon: S TOTAL s 2 2 9, 3 8 0.0 0 CONTRACTOR'S D(FORMATIONt = rfmapno Sidewalk Construction NON•MIiIOmw ,KAM of WTAMLmNwNT: 20 Years womm ® 0" NAWL. Bannerman Landscaping LICOM E-280 AooRu . 901 N,W. 143 Street TWwaDNat305 ) 685-5622 Miami, FL. 33168 C0WACTPW%M Melvin Bannerman SUS -CONTRACTORS NAMti: �4- 4�2 �: �. Boa,, ...�w. ,.,,,. OWN": E. SLAW Na 100": F. fE MS Proj TABULATION OF BIDS FOR ALLAPATTAH SIDEWALK REPAIR PROJECT Pascal." ti No CP1/ cip1. Cl oral Vial. Hw Pd at 11 ee AM OI M0 U."". +Rrr1A.t IEv1s"cow SAMENO t&WAW"G "vat llrerMvrms(Om 5110"OIOIP. w rttm [ ft[rllft/rlrlOa. tK No lvr[Rylutq t1RIArr(wplTlmrl vr_pe. AeMir p55 N777 N tl 7Rp (QIPT 10/ M Is 1/7 Sr 71S S Y » dKNE 510S v v »M ASCMi 790111 w v "to V*W Elves Irst 7/ IN, MUM 173T: ',�I 117 11 not w 7t r t on.t !ec 1.0pd in f1w City of Mi11Ii t0 I0 to Ill 10 0 rre r0 I rr.ne.11 Inrer.R as Per City Codp E Iaslte @" 10 RS Ism to M1 VES in m Rid 111a4 A mint 1 17.750 N em 100 vatm { 17.501 as 1 17.501 00 1 17.501 d1 it a I S is pro wt = rs.was M InIrTitnt ihes - t.11 L L 1. t Hnryrl ill O"d TES !ES TES 115 !ES ITS n5 RS R41 RID TIE TOTAL 6 ITEMS T nlet 7 NATO ON A ONE IRRM �IrMll W"Iw, fuY rOt"gETIpE (ltiE 193.475.00 197.050.00 205.300.00 218.500 00 S 273.450 00 213.900 OO E 768-470 00 268.5nn no RrrFlpl -A1A1r.55 1E-111110 CMINKIIM 00— 141 (R010 ASMILT fE fMTIOl. list MIOICETS UST [TMSMATIC 1- all. + �Imnlpd auto IN 11D0 STRU 71710r AMI from im Spin" IIIRIMo R10. ._. in The (sly of Miami 10 to 1 rt~.o.l I lrrsered as fie, [ill code A Whe Ord l0 7ES _Pill (4nd Am"I S 17.etie is R 11 itr riot iIips L Hrt+nr 117 rho-d 1LS 00 VA-4 11111 Itc VITAL OF ITEMS 1 IIIAI 7 RA71) Otl A Off. ILWM �P11,l vW[PHi PAT LOM11EIION TIME - — 256.800.00 s 281.650.00 NO BID NO BID IRRfr,IMIIIES LEGEND A K ►_ nr sit.-, R N, rrl.Nr.rl e. 1. 101101 R Saplw .1 n.rdirq repass 7W CEPAR ffJrt W KWIC IrM W DETERNINED l t^"~''dE•''"ri"r Thal the loves) Responsible and Responsive bidder is I' M1re�.'wl 1YniPVd rp Irprgwl! Ypsd er b CAperele Srel BANNEI1f1A14 LAff)SCAPING. INC. in the NAotml 01 $205.300 00 I Iw �y.l.le F.t.^ti.r.r for the Base Bid 1 w. 1.4.,..i. Wit 1 Ir I.prs+. PA Re.I RID , I u, r.rti S1.rrn wirlro [rpt,tle<. S/elwnl 1 / / f �' t p. p,1...l t! (rnplrmp Sielp.r.rl '= i Nn Arlrr nl. R.A hq...el 's• l rT,m.. i..r^.p first, A S I L 3 1 sin Mki t t- w DID SECURITY LIST ALLApATTAH SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4565 ----------------------r----------- ra. —-------w--s—�. �..------r — — — — — — — — — — — — -----r------ ws-----r--.rrrrrrr 31D t0.: 93-94-1.�--.... ---------------- rN....-- DATE SIDS) OPENED: MY 16;.-1994 —r-- 11:00A ---- — — --------�.�— MAL DID_SOND-1os2 PUB! 1ID—Aj2RKT CASHfU i_CHECR_� --"ram"----------------------rr—a..r.�-- WMRMAN LANDSCAPING, INC. $ 197,050.00 BID BOND VOUCHER LOYAL ENGINEERING CONST., INC. !r!!—205,300.00 B.4. $12,500.00 J _�. --rw—r ;OVEREIGN CONSTRUCTION GROUP,—INC. --�►---218,500.00 B.B. $12,500.00 , ram..—r—r—wYllr rrr.�—.�►--r--rr—rl— rr--Ike—��-.rM--.1r� JNITECH BUILDERS CORP. 223,450.00 B.B. $12,500.00 —r—.►�rr— LEWIS GREEN CONSTRUCTION 241,017.00 B.B. $12,250.00 .. --l—► -------- -----------r 243,900.00 ----roar------r-------w—s B.B. 5% Mrrl rl--lam►--� F & L CONSTRUCTION, INC. -.—.—M--!!l--l.�— —N— _r------l—r JCI INTERNATIONAL, INC.-----____-- - -248, 470_00 - -- B.B. $20, 000.00 ' -------------------� 1ERtRATECH DEVELORfNgj INC!__-__-__ - _- 248, 750 00 -- B.B. $15, 000.00 ----------------------- LE-BAKER CONSTRUCTION CO., INC. - 256,800 00 --- B.B. $13,000.00 COLONNA ASPHALT RESTORATION, INC. ----------------- 281,650.00 - -_ - i B.B. 5% ----------------- ------- -- NO BID 0! ----------------- _ L-------------- _ ------------------------ PRCJECTS EAST CONSTRUCTION, INC. ------------------- i---------------+---------------------- -------------------+---------------}---------------------- ................----- -----------•-----•f-----r..--------*------- ------ -------------- +--------------- r----------------------- - - --------------f-------------------------^+ C�iX-fo (�. La6 C'z _ 1 s r acaivsd (��_) aavalopes on behalf of (feraoa receiving —bids) ---- Public _Wor (City Department) --� sic RErE1VFD '94 MAY 16 All :00 ! 1 1, 'Pd Wi� l CIT'1� CITY (;'["11AMI, FL-'. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Matty Hirai City Clerk FROM: 1'+al ' a Tovar Department of Public Works DATE : April 25, 1994 FILE SUBJECT: ALLAPATTAH SIDEWALKREBUILDIIG (IMPACT FEE PROJECT) B-4565. REFERENCES: BID NO.. '93--94-111 � ENCLOSURES: Contractors will submit bids for the above reference project to be opened on. May 16, 1994 Time: 11:00 AN. Any bid 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. jmt i ;� i BID. NO. 93-94-111 ADVERTISEMENT FOR BIDS Sealed bids for "ALLAPATTTAH SIDEWALK REBUILDING (IMPACT FEE PROJECT) B-4565, will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 16th day of May, 1994, 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 the removal and replacement of approximately 75,000 square feet of concrete sidewalk in the Allapattah area bordered by the Airport Expressway, Interstate 95, the East-West Expressway and the Miami River. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, constructing new 4" and 6" concrete sidewalk, and incidental surface restoration if necessary. 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, 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 April 28, 1994. If bidders wish, a set of 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 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 Ordinances 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. In addition, this bid has a requisatent for the utilization of minority and/or warren --owned business enterprises (M/WBEs) contractors &/or I itractors, in the amount of 30% of the total bid price. Details 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 of all bids, and readvertise (B-4565, Req. 2519). Cesar H. Odio City Manager ��. � :, �s .��4�. „ f . 41'91: 5i�yw.j, • jj` {� ,ti+� s -�i x n 1}.-:.�. } �f P ' t � iu° �'�x (z,%yt�S.�-�i�.t�1� j��"�� ` hoA� y,� �.�:'` l`� J64�^,*4.IsT#��'is•'aa`i.5,.re+ s ssGi.•�.�, �'� `'� - . iRc 5"-`�s: �''�r n_7s v {-•.�a't `i1.. �-,�Yd'�l l�'tY,..�' _�-. 4!��a as .4�'# ,m,. ,. ti Ci f M' 2 9 s ty t7 lam) �. REQUISITION FOR ADVERTISEMENT This number must appear In the advertisement. INSTRUCTIONk Please typi ana attach a copy of th2 advertimins with this Liamisition, 1, bepartment: Public works . Division: rAdministration 3. Account Code 'number: 341 OtJ 4. Is this a confirmation: ® Yes ❑ No 5. Prepared by: M.p Tovar naexeCoideWe31 O L287 Ap rt 1g 28, 1994 8. Te5e79-6865 mbar: 9. Number of times this advertisement Is to be ublished: Once 10. Ty a of advertisement: Legal ❑ Classified ❑ Display 11. Remarks: "ALLAPATTAH SIDEWALK REBUILDING (IMPACT FER PROJECT) B-4565" 12. Publication Invoice No. Amount Date(s) of Advertisement I { i 1 I i 13. ©� Approved ❑ Disapproved i partment D' ecto esignee Date i Approved for Payment Date LC JGS/PC 503 Rev. 12/89 I Routing Forward White and- Canary to G.S.A. (procurement Management) anc retam rmK copy. i DISTRIBUTION: White - G.S.A.; Canary - Department t