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