HomeMy WebLinkAboutExhibit 2TO: Pedro G. Hernandez,
City Manager
FROM: Mary Cony,
Chief of Operations
CITY OF MIAMI, FLORIDA
i617 �- FF 10E MEMORANDUM
[UUUU PJyLi$
DATE: 1 /4/2007
SUBJECT: Emergency Finding:
Award of a contract utilizing
an informal bid process for
Landscaping Services for
MLK Boulevard Beautification
and Maintenance
REFERENCES:
ENCLOSURES: Award Form, 8/4/06 Reference
Letter, Bid Tabulation Package
The Department of Capital Improvements and Transportation (CIT) issued a Request for Written
Estimates (informal bid) seeking Landscaping Services for the Immediate installation of new
landscaping on and surrounding Martin Luther King Jr Boulevard and ongoing monthly
maintenance of the improved areas. Four responses were received on January 4, 2007.
Landscaping installation must be completed by January 12, 2007 in time for the planned
community celebration of Martin Luther King Day.
Following the tabulation of the informal bids, it was determined that Bannerman Landscaping,
Inc, was the lowest bidder. The Purchasing Department advised that Bannerman may not be
considered a responsible bidder due to prior performance issues. A copy of a reference letter
regarding Bannerman's performance on a recent City project was provided to CIT staff and
reference calls were made to Delucca Enterprises, Inc., the author of the letter and the manager
of the City -owned Melreese Golf Course. As a result of the new information regarding
Bannerman's prior performance, CIT deemed Bannerman non responsive; and therefore,
determined that Black Reflections, Inc, the next bidder, was the lowest responsive and
responsible bidder.
FINDING
CIT finds and determines that it is in the best interest of the City to waive competitive bids and
secure the services of Black Reflections, Inc. This will ensure the landscaping installation is
completed within the timeframe necessary to ensure a successful community celebration and
further ensure that the materials are maintained and warrantied by the same company.
As provided in accordance with 18-90 of the Code of the City of Miami, we recommend that the
City Manager affirm and adopt these findings and forward the matter to the City Commission for
its approval. Your signature below will signify your concurrence with the above recommendation
and your assimilation of these findings as your own justification for the waiver of competitive
bids and the selection of thepecified firm.
APPROVED,
o, Dct)cK
ez, City Manager
cc: Gary Fabrikant, Asst. Director, CIP & Transportation
Glenn Marcos, Procurement Director
File copy