Loading...
HomeMy WebLinkAboutR-78-0432RESOLUTION NOi 7 8- 4 8 2 A RESOLUTION ACCEPTING THE BID OF RUSSELL, INC. IN THE PROPOSED AMOUNT OF $18,580.00 FOR THE I.95 EXIT RAMP = LANDSCAPING = C.D. PROJECT; ALLOCATING SAID.AMOUNT FROM THE 3RD YEAR FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT FUND IN THE AMOUNT OF $18,580,00 TO COVER THE CONTRACT COST; ALLOCATING FROM SAID FUND THE AMOUNT OF $836.00 TO COVER THE COST OF PROJECT EXPENSE; ALLOCATING FROM SAID FUND THE AMOUNT OF $372.00 TO COVER THE COST OF SUCH ITEMS AS ADVERTISING, TESTING LABORATORIES, AND POSTAGE; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM WHEREAS, sealed bids were received June 6, 1978 for I-95 EXIT RAMP - LANDSCAPING - C.D. PROJECT; and WHEREAS, the City Manager reports that the $18,580.00 bid of Russell, 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 June 6, 1978 bid of Russell, Inc. in the proposed amount of $18,580.00 for the project entitled I-95 EXIT RAMP - LANDSCAPING - C.D. PROJECT, namely Base Bid of Proposal, is hereby accepted at the price stated therein. Section 2. The amount of $18,580.00 be, and it is hereby, allocated from the account entitled 3rd Year Federal Community Develonment Block Grant Fund to cover the cost of said contract. "DOCUMENT INDEX ITEM NO. Section 3. The amount of M836.00 is hereby allocated from the aforesaid Fund to cover the cost of Project Expense. Section 4. The amount of $372.00 is hereby allocated from the aforesaid Fund to cover the cost of such items as advertising, testing laboratories, and postage. CITY COMMISSION MEETING OF J U N 1 3 1978 RESOLUTION NO... , 3 REMARKS: dayi Section 54 The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with Russell, Inc. for I-95 EXIT RAMP - LANDSCAPING - C.D, PROJECT, PASSED AND ADOPTED this 22 day of JUKE 1978. ATTEST: d G. \IGIE, CITY CLERK PREPARED AND APPROVED BY: ati( ROBERT F. CLARK ASSISTANT CITY ATTORNEY MAURICE A. FERRE MAURICE A. FERRE, M A V 0 R APPROVED AS TO FORM AND CORRECTNESS: ITEM BID SECURITY 1=95 Edit Ramp Landscaping Public Wotks June 64 1978 DATE BIDS RECEIVED,,.. �..H• BIDDER TYPE OF SECURITY Russell Inc. Box 858 $18,580.00 BB 5% Opa-locka Fla 33054 AMOUNT KGR ACCDUNTING USE P F G C Landscaping 10423 SW 120 St $28,992.00 BB 5% Miami,Florida Tamiami Plant Systems Inc. 14211 SW 97th Ave. Miami,Florida 33176 $40,783.00 Cashier's Check 45354 o,,, h__.,,,k- of Dadeland Miami,Fla $2,039.15 Everglades Sod & Landscaping Inc. 18800 Krome Ave. $46,475.00 BB 57. Mlami,Florida 33187 he k: this CY 1 day Qf.�'�.1,1 c. _c FOR ACCOUNTING DIVISION Al* CITY OF MIAMI, FLORIDA -III REOUISITION FOR ADVERTISEMENT FOR BIDS L DEPT!DIV ACCOUNT CODE --1 QUANTITY REPRESENTS btPARTMENT, REQUIREMENTS FOR MONTHS < BID NO. DATE °I PREPARED BY . PHONE DATE DATE DATE DATE DATE DATE AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT AMOUNT UMT PRICE BIDS TO BE SECURED FOR .,. . ' '- _ - . • . FOR THE DEPARTMENT OF: ADVERTISE ON BIDS TO BE RECEIVED ON CODE ITEM DESCRIPTIONAMT. QUANTITY _ .,... • • TOTAL . . ESTIMATED COST : CONTRACTUAL: INCIDENTAL TOTAL SOURCE OF FUNDS: APPROVED BY DIRECTOR OF ISSUING DEPARTMENT 011(4 in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED EXPENDITURE CONTROLLER PROJECT CODE AD CODE (.()PMS TO: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — Issuing Department — Other A/fe GOLDENROD Dea rtM en WHITE GREEN 1C4j REV 74 PINK CANARY BLUE Bid No. 77=7887 ADVERTISEMENT FOR BIDS Sealed bids for ; 95 EXIT_RAMP LANDSCAPING - C. D. PROJECT!t will be received by the City Manager and the' "„ i f' fferlf`'` 1"tht""C t 'e5'i'v ). t later than l9��3„4,,,�,i.nithedCityoClerk's office O pst:.Y't`Toorop ho.6the Miami City e sy, Y Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, at which time and place they will be publicly opened and read. This project consists of landscaping three areas at the inter- section of the I-95 Exit Ramp and S.E. 2 Avenue. The landscaping will consists of planting 20 Sabal Palms plus various types of ground cover. 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 target area contractors/small businesses interested in submitting bids are advised that The City of Miami Office of Com- munity Development has an agreement with Contractors Training and Development, Inc. to provide 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 I3id, and the City Manager may reject any or 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 tocomplywith the provisions of Section 3 (Federal Regulations) which requires that all developers, contractors and sub- contractors create feasible opportunities to employ and train residents in the area of the project; and give preference in sub- contracting and purchasing of materials to businesses located in or owned in substantial part by persons residing in the area of the project. This project is to be funded by the Community Development Block Grant monies. Joseph R. Grassie City Manager /IA Joseph R, Grassie City Manager CITY :DF t, t :_O .1lD.4 iNTt.R.O Ft jr:NICI aVV.:AJ 4 William E, Parkes Director Department of Public Works June 22 i 1978 B 27147 I 95 EXIT RAMP y LANDSCAPING - C,D, PROJECT Bids were received June 6, 1978 to plant 20 Sabal Palms and various ground covers at 1-95 Exit Ramp and S. E. 2 Avenue. As reflected in the Tabulation of Bids, the $18,580.00 bid of Russell, Inc. is the lowest responsible bid for Base Bid of Proposal. Funds have been allocated from the 3rd Year Federal Community Development Block Grant Fund t'or 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 JTJNE 6, 1978 OF RUSSELL, INC. IN THE AMOUNT OF 18, 580. 00; AND AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN BEHALF OF THE CITY OF MIAMI FOR THE I-95 EXIT RAMP - LANDSCAPING - C.D. PROJECT. 1JAH:hc 78-432 I=95 EXIT RAMP = LANDSCAPING - C.D. PROJECT CONTRACTOR'S FACT SHEET I. Russell, Inc. 13050 H. W. 30 Avenue Opa-Locka, Florida 33054 Phone: 685-9991 II. Principals: CteorRe E. Russell, Jr., President Geor7e L. Russell, Vice President III. Contractor is properly licensed and insured. IV. Sub -Contractors: NONE V. Experience: 22 years Model City C.D. street Imp. - Ph. YII (Bid Landscapin•~;) State Road Department - VI. Not a minority contractor VIII. 42 Advertisements mailed out 11 Contractors picked up Plans and Specifications 4 Contractors .submitted bids �s. $33,000 330, 000 PROJECT NAMMtE/LOCATIO BID AtWARD. FACT SHEET For The City t4anap;er I-01 EXIT ?A`:1P - LAtJD CA? t 1CG j r. D. PRO,TECT - I-95 Exit Ramp and E, 2 Avenue PROJECT SCOPE The nlantin;; of 20 Sabsl Palms and various ground covers at the above location ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUI•IBER OF BIDS RECEIVED $20,000.00 6/6 /78 NAME OF LOW BIDDER Russell, Inc. AMOUNT OF L0:! EID . TOTAL FUNDS TO BE ALLOCATED LENGTH OF TIME ALLOWED FOR CONSTRUCTION SOURCE OF FUNDS Form PW #389 6/76 $18, 580. 00 $19,788.00 20 orkinr; days 3rd Year Community D,:rfolopmOnt Fun:.is TABULATION OF BIL) I-Vhi 195- EXIT P4M.P -- 44ND5CAP/Al& — C. 0• ':`(.2iECT City Manager, City Clerk /7. •l' J���li' / , ` f ' ri(rtltk, City of Miami, FloridaFlodo of or • Cth P. M. (r �' Received by the. Bidder /IC • �; , . 0'��'C�..' ' ► it 0 YC c' el P /CCJSSei i es Licensed &'Insured as Per City Code S Metro Ord. e5 F. �/FS /'i- O ri Bid Bond Amount s'O/t•) r ' Irreguloritses r — Item DESCRIPTION Unit Price Total J Unit Total Price Unit Price Total Unit Total Price ( Unit I Total Price j Unit. 3 iTotal Price f No. i h 74) i• A f •I �� .. t e ,45Deo7 /lf ra/;rr ; c,r i, s.i!+t., a%/ �LL / f",=r.:'.'.• 011l.'-itr' i iiiilY�C'l'!,11'� G /t rY i / - -1Y+ ,.."/, /r /iia jJ rri7.? <,•.1: '/ f "/] i i /' z/ 1. re 1,y"1 L. ,"'/if ?�c / i I F '2; ` / j /ems / eiesit l� C(%r' I /OrDd1S,,_%.t 74.3 r . j7et.!_I l • DISTRIBUTION: IRREGULARITIES LEGEND / / �� IS RECOMMENDED THAT Q C!,/7/4)t' r- /U �' A_' No Power. of . Attorney IT G_JJ/e^ii/J / d .�' p/6 '`'. 'Ca. �� (y1/c.. 4;4 B - /1 C Extensions I 7 s,� /_'-s i t 1,) A ("• ! t ' ['/ l of _ '• ! / et C�. _Corrected F D - Proposal Unsigned or 'improperly Signed or No Corporate Seal `!s j. r. • /./ �f1 £. ,j-. _ Cj' C)' BID 'f '�"f�` 7-87 e P G - 'Im roper Bid Bond I rf Bid H - Corrected -41:21}� 108. N-O. - ,I / 7, Si Prep. By: r-)r7M rw z?.nq 25Q 1,1 a I 11111111111111