Loading...
HomeMy WebLinkAboutR-94-0879J-94-700 12/1/94 RESOLUTION NO. 9 879 A RESOLUTION ACCEPTING THE BID OF BANNERMAN LANDSCAPING, INC., IN THE PROPOSED AMOUNT OF $394,500.00, TOTAL BID OF THE PROPOSAL, FOR "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE 11, B-4575"; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 341175, AS APPROPRIATED BY FISCAL YEAR 1994-95 CAPITAL IMPROVEMENT ORDINANCE NO. 11205, IN THE AMOUNT OF $394,500.00 TO COVER THE CONTRACT COST AND $45,204.00 TO COVER THE ESTIMATED EXPENSES FOR AN ESTIMATED TOTAL COST OF $439,704.00; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, sealed bids were received July 19, 1994, for "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE 11 B-4575"; 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, Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, appropriated monies for the proposed amount of the contract, project expense and incidentals under Project No. 341175 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CM commsslog, NIEEY UIc or DEC" 1 "q.34 Resolution NO. 94- 879 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. 1 Section 2. The July 19, 1994 bid of Bannerman Landscaping, Inc., in the proposed amount of $394,500.00, for the project entitled "CITYWIDE SIDEWALK REPLACEMENT PROJECT - i PHASE 11 B-4575" 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 $439,704.00 is hereby allocated from Project No. 341175, as appropriated by Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205. Said total project cost consists of $394,500.00 contract cost and $45,204.00 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 the project entitled "CITYWIDE SIDEWALK REPLACEMENT PROJECT - PHASE 11 B-4575", total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. 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. 94- 879 -2- PASSED AND ADOPTED this 1st day of December , 1994. ST PHEN qP�CLARK. MAYOR CITY CLERK CAPITAL PROJECT REVIEW: DUA O RODRI EZ DIVECTOR ASSET MANAGEM NT AND CAPITAL IMPROVEMENTS SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: 'H yo - G. M l AM M ER CHI F ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: . QUINN JONES, II �t+�, TY ATTORNEY M4795 -3- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 16 TO Honorable Mayor and Members DATE I�uv 'L I ;� FILE B_457 of the City Commission _ SuWECT Resolution Awarding Contract for Citywide Sidewalk Replacement Project Phase 11 FROM Ces Clio REFERENCES C I t ager ENCLOSURES Resolution RECOMMENDATION 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 Citywide Sidewalk Replacement Project -Phase 11 B-4575, received July 19, 1994 In the amount of $394,500, Total Bid; authorizing the City Manager to enter Into a contract on behalf of the City. BACKGROUND Amount of Bid: $394,500 Cost Estimate: $450,000 IS of Cost Estimate: 88% Source of Funds: Fiscal Year 1993-94 C.I.P. Ordinance No. 11139, as amended Minority Representation: 262 invitations mailed 7 contractors picked up plans & specs (3 Hispanic, 3 Black, O Female) 5 contractors submitted bids (2 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 July 19, 1994 and determined that the lowest responsible and responsive bid, In the amount of $394,800 Is from Bannerman Landscaping, Inc., a Black-minorlty 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 94- 879 16-1 0 DID ITEM DID -SECURITY LIST -------------- CITYWIDE SIDEWALK REPLACEMENT PROJECT PHASE II B-4575 -.-r-w.-------�.----------.------------!-1---w--!----�.--! �1---------•-N-------------M-•--------'--------.r BID 3F0.: 93-94-147 SATE DID(S) OPENED: DULY 19, 094 11:00-a_m__ ------_-----_-- te TOTAL DID BOND (or,) !I TIDDER D V6'VXT S [�EI =R'f CHECK - -- ------------------ ----------------------------- --- -- ----- ----- BANNERMAN LANDSCAPING $ 394,500.00 B.B. $ 22,500.00 --- ------- --------------------- LEWIS GREEN CONTRUCTION INC. $ 411,950.00 B.B. $ 22,500.00 -------------------------- -ROYAL ENGINEERING CONSTRUCTION $ 434,835.00 B.B. $ 22,500.00 TECINA INTERNATIONAL INC. $ 438,500.00 B.B. $ 30,000.00 ----------------- -------------------- F. & L. CONSTRUCTION $ 478,500.00 B.B. 5% NO BID:------------------- NTRUCTION...... ______________ -------------------- -------------------------------------------- ------ "Offorks ----------- received timely as of the abdve opening dale and time. All _ ______ other o1 e s s�rrMa3- kn re apo fse to this-salic" tion, i- any, - i are hereby1��G�_��_�ti@:--i-------------------------- ------ ----------------------------------------- --------------- ------------------ w --------- t --------- ------------------------------- --------------------- -..---------------------------_�--------------------- ----------- --------------__------------&---------------------- ---------------- i---------------♦---------------------- -r- _ _ received (7—) envelopes on behalf of w wFww.�47'! (person receivin` bids) Public word,$_ ts___ -----w------ _—on ---------- 7 19 ---_ �� —� (City Repast®ea-- 4 eputy City Clark) -; v RECj- F '94 JUL 19 All :00 S •` s City of Miami 2 This number must '�.�:;s�° ° REQUISITION FOR ADVERTISEMENT appear in the advertisement. INSTRUCifON :` easg -type and a h 1. Departmek 2. Division: PUBLIC WORKS ADMINISTRATION 3. Account Code .number: 4. Is this a confirmation: 5. Prepared by: 341175, Yes ❑ No 6. Size of.,advertisement: — 7. Starting date: S. Telephone number: Index Code'l9201-287 June28 1994 579-6865 9. Number of times this advertisement is to be 10. Type of advertisement: published: Once 13 Legal ❑ Classified ❑ Display 11. Remarks: "CITYWIDE SIDEWALK REPLACEMENT PROJECT —PHASE XI B-4575" 12. " '� - Date(s) of Advertisement Invoice No. Amount Publication J i t I 13. Approved Disapproved r Department Director/Designee Date Approved for Payment Date C JGS/PC 503 Rev. 12189 j Routing Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department BID. NO. 93-94-147 ADVERTISEMENT FOR BIDS Sealed bids for "CITYWIDE SIDEWALK REPLACEMENT PROJECT PHASE-11 9-4575, will be received by the City Clerk of the City of Miami, Florida at 11:00 AM on the 19th day of July, 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 150,000 square feet of concrete sidewalk in the area bordered by North 46 Street, the northern city limits, Interstate 95 and N.E. 2nd Avenue. Construction includes the following: clearing and grading, pruning and removing tree roots and limbs if necessary, constructing new concrete curb & gutter, constructing new 4" and 6" concrete sidewalk, and flexible pavement restoration or construction. 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 June 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 $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 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 requirement for the utilization of Minority -and/or Women -Owned Business Enterprises (M/WBE's) contractors &/or subcontractors, in the amount of 3O% of the total bid. 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-4575, Req.2536). Cesar H. Odio City Manager