Loading...
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