Loading...
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