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