HomeMy WebLinkAboutR-78-0517RESOLUTION NO.
8-317
A RESOLUTION ACCEPTING THE BID OF TAMIAMI
CONSULTANTSy INC,' DBA/TAMIAMI PLANT SYSTEMS
INC., IN THE PROPOSED AMOUNT OF $24 y 578. 30
FOR THE WYNDWOOD N. E. 2 AVENUE COMMUNITY
DEVELOPMENT BEAUTIFICATION (2ND BIDDING);
ALLOCATING SAID AMOUNT FROM THE 3RD YEAR
FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT
FUND IN THE AMOUNT OF $24,578,30 TO COVER
THE CONTRACT COST; ALLOCATING FROM SAID FUND
THE AMOUNT OF $2,703.70 TO COVER THE COST
OF PROJECT EXPENSE; ALLOCATING FROM SAID
FUND THE AMOUNT OF $491.00 TO COVER THE
COST OF SUCH ITEMIS AS ADVERTISING, TESTING
LABORATORIES, AND POSTAGE; AND AUTHORIZING
THE CITY MANAGER TO EXECUTE A CONTRACT WITH
SAID FIRM
WHEREAS, sealed bids were received July 24, 1978
for WYNDWOOD N. E. 2 AVENUE COMMUNITY DEVELOPMENT
BEAUTIFICATION (2ND BIDDING); and
WHEREAS, the City Manager reports that the $24,578.30
bid of Tamiami Consultants, Inc., dba/Tamiami Plant Systems,
Inc., is the lowest responsible bid and recommends that a
Contract be awarded to said firm; and
WHEREAS, funds for this project are available from
the 3rd Year Federal Community Development Block Grant Fund;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF
THE CITY OF MIAMI, FLORIDA:
Section 1. The July 24, 1978 bid of Tamiami
Consultants, Inc., dba/Tamiami Plant Systems, Inc., in the
proposed amount of $24,578.30 for the project entitled
WYNDWOOD N. E. 2 AVENUE COMMUNITY DEVELOPMENT BEAUTIFICATION
(2ND BIDDING), namely the Base Bid of Proposal plus Additive
Items 2 and 4, is hereby accepted at the price stated therein.
Section 2. The amount of $24,578.30 be, and it is
hereby, allocated from the account entitled 3rd Year Federal
Community Development Block Grant Fund_to cover the cost of
3x�
said contract, r f;r1
Section 3, The amount of $2,703,70 is 1 1 '""'
allocated From the aforesaid Fund to cover the cost of Project
Expense,
CITY COMMISSION f
MEETING OF
JUL2 (1978
Resoturas no.. 7..8
.... - ;i 1
REUMM . .
Section 4, The amount of $491,00 is here allocated
from the aforesaid Fund to cover the cost of such itetns as
advertising, testing laboratories, and postage.
Section 5. The City Manager is hereby authorized
to enter into a contract on behalf of the City of Miami
with Tamiami Consultants, Inc., dba/Tamiami Plant Systems,
Inc., for WYNDWOOD N. E. 2 AVENUE COMMUNITY DEVELOPMENT
BEAUTIFICATION (2ND BIDDING).
PASSED AND ADOPTED this 27th day of July
1978.
Maurice A. Ferre
MAURICE A. FERRE, M A Y O R
ATTEST:
PREPARED AND APPROVED BY:
ega.i%
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
. KNOX, JR. , IT 7' TORNEY
CITY OF MIAMi. FLORIDA
1NTER•OFF10E MEMORANDUM
Joseph Ra Grassie
City Manager
William E. Parkes
Director
Department of Public Works
OAT
July 27 y 1978 FILE B 4436
WYNDWOOD N. E. 2 AVENUE
COMMUNITY DEVELOPMENT
BEAUTIFICATION (2ND BIDDING)
Bids were received July 24, 1978 for the planting~ of trees
and ground cover within the existing sidewalk area, and
providing benches and trash receptacles located from
N. E. 22 Street to N. E. 29 Street.
As reflected in the Tabulation of Bids, the $24,578,30
bid of Tamiami Consultants, Inc., dba/Tamiami Plant
Systems, Inc., is the lowest responsible bid for the Base
Bid of the Proposal plus Additive Items 2 and la.
Funds have been allocated from the 3rd Year Federal
Community Development Block Grant Fund for the estimated
amount of the Contract, for Project Expense, and for such
items as Advertising, Testing Laboratories, Postage.
THE DEPARTMENT OF PUBLIC WORKS RECOMMENDS ADOPTION OF THE
RESOLUTION ACCEPTING THE BID RECEIVED JULv 24, 1978 OF
TAMIAMI CONSULTANTS, INC., DBA/TAMIAMI PLANT SYSTEMS, INC.
IN THE AMOUNT OF 524,578.30; AND AUTHORIZING THE CITY
MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY
OF MIAMI FOR THE WYNDWOOD N. E. 2 AVENUE COMMMUNITY
DEVELOPMENT BEAUTIFICATION (2ND BIDDING).
JAH:hc
78-517
MgaTAAME
P110.t C T SCOP
7"
$IDAWARD_PACIL814M,
For The City manager
WYNIDWOOD N,E. 2 AVENUE C.D. BEAUTIFICATION
JOB NO, B.4436
(2ND BIDDING)
Provide and plant trees and provide and place
park benches and trash receptacles oft N,E,
2 Avenue between N.E. 22 and 29 Streets.
ESTIMATED
CONSTRUCTION
OOST . - $25,000.
DATE BIDS
RECEIVED - July 24, 1978
NUMBER OF
BIDS RECEIVED 2
NAME OF LOW
BIDDER - Tamiami. Plant Systems
AMOUNT OF
LOW BID
- $22,489.30 (Base Bid)
$24,578.30 (Total Bid) (Base Bid rlus additive
Items 2 & 4)
TOTAL FUNDS TO
BE ALLOCATED - $27,773
LENGTH OF TIME
ALLOWED FOR
CONSTRUCTION - 20 Working Days
SOURCE OF FUNDS - C.D. Funds - 3rd Year
Form PW #389 6/76
,, 17
MW.f
NIMINOW
MMF-
ffir
IMWE
ViM
NB
•-,
OM
mom
OM
MW
WYNDWOOD N. W, 2 AVENUE C, Ds BEAUTIFICATION
(2ND BIDDING) (B-4436)
CONTRACTOR'S FACT SHEET
I, Tamiami Plant Systems, Inc.
14211 S. W. 97 Avenue
Miami, Florida 33176
Phone: 233=4648
II. Principals: Carlos M. Calvet, Jr.-
President
Julia Calvet Hoar -Secretary -Treasurer
III. Contractor is properly licensed and insured,
IV. Sub -Contractors: NONE
V. Experience: 3 years
Flagler Street -Landscaping
Orlando -Mendez, Inc.
Post Office, Olympia Branch
Amtrack Terminal
VI. A minority contractor
$16,400 .00
$ 7,000.00
$22,000.00
VII. 34 Advertisements mailed out
8 Contractor's picked up Plans & Specifications
2 Contractor's submitted bids
MOB
EME
MME
4tNDWOo1 N, E , 2nd AVENUE 0, D.
BEAUTIFICATION - 1978
(SECOND, Ii_tDDt ' , .. �.�
The following changes were made to the proposal for the Second
Bidding of the above project:
The following Items were ELIMINATED -
100 lin ft. of concrete curb & gutter
700 lin. ft. of concrete curb
8000 sq. ft. of 4-inch concrete sidewalk
2000 sq. ft. of 6-inch concrete sidewalk
100 lin. ft. of curb & gutter removal
700 lin. ft. of curb removal
The following Item was ADDED:
120 sq. ft, of asphaltic sidewalk removal
The following Items were REDUCED -
Sidewalk Removal from 7000 to 800 sq. ft.
Wedelia Plants from 5000 to 3800 plants
Live Oak Trees from 82 to 74 trees.
THE CASH ALLOWANCE was increased from $1000 to $2000.
The Items for Benches and Trash Receptacles were changed to
ADDITIVE ITEMS.
r
TABULATION OF BIDS FOR
''''/ YA if)'/1/00[) AI F . 2 ,/!./ ::-- - - ..'.' } ,A.- C. D . 'Pi- A U7 7 1--- 1 r ,4 T 1 (9 itl - 1(7 75 ,c?—
„, i . ,....
, .,--... ----. 1 • , r • m
City Manager, City Clerk o-----
Miami, Florida at -2;";-, 4, P. M. .....1r)ttf ,.../e• .7't /).' , z - - .......; •it-Ni;c:"A; , •• . ; } *
City • i
Received by the .C-ttv-;, C _ci-arre..-t-,--a=4:, of
Bidder
T
Licensed & Insured as Per City Code & Metro Ord.
Bid Bond Amount
... I. i -;1!. 4 7
•
Irregularities
—
Item I
No. ! DESCRIPTION
Unit
Price
Total
Unit I
Price Total
Unit
Price
Total
Unit
Price
Tarot
Unit
Price Total
Unit
p,rnice; Total
I
RA 5E 1311):-174'.f 7")TA L OF /T674.7
1 7.4: : .4:: ::1 ...5-
7. , : ' .7:,--,' 5 :-.'"-"
1.--;?7.3.",?;..).) .
....
i
.•
i.,..-,, ,-; T. -...: --:- A...-,../44:, 4 ..77,,;,:.--- :;::-7....,,:- ,-7,; zwovA L
:4-7.. 7.5"
..-.:: ., 0 . .): 3
.... ,90 I ,'„: D
.., .
-..'•)-.)..".,r- 0 :- C1.7..!.".7. •'.7.'Z's.:-:-;;;"-'12../1- ri"...-.7,?..)PA L.
1 7:.7
'-'; 4:5. :7 ;
f .. / -1 -'.--...).-,
""
r-....-7..:-.7- • .... ;) ;;') 1.:"E..!".2 El. I. 7.--z 4 .,.../ T.7
.2. .7-7,-3...-4-
/ 5:-.--..3r,,
.4.). , 5- .75-0. 0.,
7---c ::F.;." -,,,-7..:.7 :4 /.4..::"1_ iv.5 4-)44. 77-4-..E:
".;_;?2 r...'.*) ".1
4:-.'y -.-!--7.)..; . ) -
-7 '.. 3 ; .... 2" .' 3. •::! /C7-21 ...7:f1.-:- ::. :-: L. .. i .7 i --,' i ::.
2.6')3.3:)
,•!". . n ...) ). )';'
I
:5- :-..- 9. !.:: . 45•2_,,'/;.-.7/-i.:5:.`.:
13.5. 70
,•,-:A::7-
ir-:1 L--Cf‘ c' c.9,r_lc. /-3,-/../ c ii ef..,-:
/1-",' C - '14,
:. ;".5 i - 9c.;
3_26' r!S-4, F,Z5o '''r 7';';•
3
.-..-r
5 'TJC"Lki' Ini)E,-.1...'"p1;:;.i..":,
7 3, 'Z..)
:566.0t;
2. ‘,"; a -`,..-• 1,z.,:, o - -
-
10 15,..1 i,"-'ic.i..- - ,ar.C.t;
73 2 c.)
7 2 .0-",&
2_ co -
-,,,.cucv-v
1
1
f---- --f.
1
DISTRIBUTION:
IRREGULARITIES LEGEND
1 /
.I. .-• ,..41.-i'leall
IT IS RECOMMENDED THAT c -*.m.,: i'l n i
_c_A.-4.
A - 'No Power- of. Attorney
"
c 'Corrected Extensions l''? ec•••••,. r• , • , ,Tit 'ill :I'
_
D - Proposal Unsigned or improperly Signed or No Corporate Seal g 4 At 4.-r) r-- ci -fetal c,i ii;pcin /- el
a 4 5-7 e, La--
F -•
1 '
;
G -.Improper Bid Bond
(;7*.'(5)\)( _
H - Corrected Bid eil.
i,
JOB NO.
, _ t
_
I FPA-1(732U1 7/21/76
_
pre,. By: .
oPM .,,CP 2 6P
ttltV.,..;M;tt.•;;;';'Z;;;:'••.;.t;.;.:;,.;;;;;;;.;;t;i;;;;;n.•;!;;;;:;;;';V;;;•,••••••••-•;'nr••.;;••4i•.•;;4•:.;;;•;;;A:;•n;;T;;.t;.•M;i;..;'•;;:;;.t;,;••.;;*e;n4;;;;tt;i••i•'-k;t;.;n•;•••;;•••.;-;;;;;t;-•;!•;;.;;;;;;;••••t;.;;n;;.••;;;;;n;;,.;t.;n•••;.;•;.•A'•;;;,•;H;;.,;;'•;..
•
•
• ••- • • ''.•;,••••• .-• .•• 11'; ;kr; h ;..
BID SECURITY
Wyndwood N.E. 2nd Ave. Community Dev.
ITEM
6 .
Public Works
DATE BIDS RECEIVED June 22 I78----
BIDDER
TYPE OF SECURITY
AMOUNT
FOR
ACCOUNTING
USE
Marks Brothers Co Not Inc.
$74,070.00
1313 N.W. 97th Ave.
BB 5%
Miami,Florida
MM.
-
,iwod the above described checks this
day of
19
FQR ACCOUNTING DIVISION
L
DEPTIDIV ....
ACCOUNT COD_
Q BID NO.
Z PREPARE
COCE
TOTAL
CITY OF MIAMI, FLORIDA
RtOUISITION FOR
QUANTITY REPRESENTS DEPARTMENT
ADVtRtIStMENT FOR BIDS REQUIREMENTS FOR 9 MONI H
DATE
D �Y PHONE
ITEM DESCRIPTION
ESTIMATED COST:
CONTRACTUAL: $
•
INCIDENTAL:
TOTAL.
'IPJRCE OF FUNDS;
r„ r„ !diva' in by
/PENDITURE CONTROL:
PROJECT CODE
QUANTITY
UNIT
PRICE '
AMT.
DATE DATE DATE DATE DATE DATE
AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT
BIDS TO BE SECURED FOR
FOR THE DEPARTMENT OF:
ADVERTISE ON
BIDS TO BE RECEIVED, ON
f ,3?DIRECTOROF ISSUING L1tPARTMENT
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
AD CODE
IIIIIIIIER
MEW
( ()mks To: purchasing (Org.) '— City Manager .- City Clerk—11,4penditure Control -Issuing Department — Other Affected Department
".M 105 l(43 -Rey 74'.'wNIT€, GREEN, PINK CANARY BLUE
•
GOLDENROD
OREM
NUMMI
bid No, 7778=98
ADVERTISEI4ENT FOR BIDS
Sealed bids for construction of Ilijai0ODN,F,\/_.ENULE. CO �:I UNITY
DF.VEr.�prtFtlm tit rmiustLxIal, will be received by the City �anager
and the City Clerk of The City of Miami, Florida at ""�.Qp ,, on
the 22nd day of JUne, 1918 in 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.
Briefly, the work will include the planting of trees and ground
cover within the existing sidewalk area, providing benches and
trash receptacles and replacing selected existing sidewalk and
curb and gutter.
For any technical questions, call 579-6865, George V. Campbell,
Highway Engineer.
All bids shall be submitted in accordance with the Instructions
to Bidders and Specifications. Plans and Specifications may be
obtained from the Director, Department of Public Works,
3332 Pan American Drive, Miami, Florida. Plans and Specifications
are to be returned in good order and unmarked within 10 days
after bids have been received.
Those minority or tart area contractors/small businesses interested
in submitting bids are advised to contact Contractors Training and
Development, Inc. for providing technical assistance in putting;
together bid packages.
For further information pertaining to the above, call Mr. James D.
Thomas, Administrative Assistant, at 579-6848.
The City Commission reserves the right to waive any informality in any
Bid, and the City Manager may reject any and all bids and readvertise.
Proposal includes the time of performance and Specifications contain
provisions for liquidated damages for failure to complete the work
on time.
In addition to these measures Contractors and Subcontractors will be
required to comply with the provisions of Section 3 ( Federal Regulations)
which require all developers, contractors and subcontractors create
feasible opportunities to employ and train residents in the area of the
project; and five preference in subcontracting and purchasing of materials
to businesses located in or owned in substantial part by persons residing
in the area of the project.
No Bidder May withdraw his bid within 30 days after actual date of the
opening thereof; unless modified in Di,rision 2 Special Conditions
of the Specifications, The estimated cost Of! this project is $38,000i
and is to be funded by the Community Development Block Grant monies.
Joseph R, Grassie
City Manager