Loading...
HomeMy WebLinkAboutR-90-0362,1--90--373 5/14/90 RESOLUTION NO. 9 0— 362 A RESOLUTION ACCEPTING THE BIDS OF J. R. BUILDERS, INC., TREE MASTERS, INC., AND CUYAHOGA WRECKING CO. FOR FURNISHING DEMOLITION SERVICES TO THE PLANNING, BUILDING AND ZONING DEPARTMENT ON A CONTRACT BASIS FOR ONE YEAR IN AN AMOUNT NOT TO EXCEED $198,054.00, WITH THE OPTION TO EXTEND FOR AN ADDITIONAL ONE YEAR PERIOD; ALLOCATING FUNDS THEREFOR FROM THE COMMUNITY DEVELOPMENT DEMOLITION FUND NO. 45501.7-340-799206 WITH RECOVERY BY NORMAL LIEN ENFORCEMENT PROCEEDINGS; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE AND THEREAFTER TO EXTEND THIS BID FOR AN ADDITIONAL ONE (1) YEAR PERIOD SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received December 27, 1989 for the furnishing of demolition services on a contract basis for one year with the option to extend for an additional one (1) year period to the Department of Building and Zoning; and WHEREAS, invitations were mailed to twenty-one (21) potential suppliers and five (5) bids were received; and WHEREAS, funds for this service are to be provided by the Community Development Fund No. 455017-340-799206 with recovery by normal lien enforcement proceedings; and WHEREAS, these services are needed to rid the City of buildings which long become eyesores as some are vacant, unsecured and harbors for vagrants, and in some instances identified as sources of criminal activity; and WHEREAS, these buildings present threats to fire fighters and police officers .responding to frequent calls from the equally endangered and outraged City of Miami property owners which posture justifies the need for their removal; and WHEREAS, the City Manager and the Director of the Department of Planning, Building and Zoning recommend that the CY Y p"�st�7l�i ME.'..ri"3 VC 90-- 362 'i RESUtUt�UN No. bids received from J. R. Builders, Inc. , Tree- Masters, Inc. , and Cuyahoga Wrecking Co., be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The December 27, 1989 bid of J. R. Builders, Inc., Tree Masters, Inc., and Cuyahoga Wrecking Co., for furnishing demolition services to the Department of Planning, Building and Zoning in an amount not to exceed $198,054.00 is hereby accepted with funds therefor hereby allocated from the Community Development Demolition Fund No. 455017-340-799206 with recovery by normal lien enforcement proceedings. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer, to issue Purchase Orders for this service and thereafter to extend this contract 11 for an additional one (1) year period subject to the same terms and conditions and to availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 24th day of M _ , 1990. 7 XAVIER L. SUAREZ�-iAYOR CITY CLERK 1� The herein authorization is further subject to compliance with a17, requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 -- 90- 362 w PREPARED ALE CHI ASSISTANT.' CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JO GE L. FE: D CITY ATTORN , v 3 - 90- 362 81D SECURITY LIST IND ITEM. Demolition for Department of Bld and Zonin IND NO: 89-90-048 DATE 90S RECEIVER: December 27 1 1989 2 i 30 p.m. row -11 BIDDER TOTAL DID AMOUNT DID BOND (or) CASHIER'S CHECK ✓ Viego Const., Inc. Broken down JR Builders, Inc. " Tree Masters, Inc. " A & C Contractors, Inc. " Cuyahoga Wrecking Corporation " NO BID! Wildcat W ecking Corp. gECEIVED envelqP*s on behalf of —aIGNED: DATE•�en Rtctivtd tt* h*rejnabove described checi.s this _ •n cdnnettIpn with the hereinabove cited bids, w� =are t nd-d�to® he unclers gned on beha '9 Accounting Division (or) OT the -�SICNED: ICoty Department) DATE: �I -1 Alft LFGAC, AI)VERT I SEMENT JjF cr I`'Cw ) RID NO. 89�-90-048 r 3 ' _.. �= I:;3 GEC i S,ri B 26 is Sealed bids will be received by the City of Miami City Clerk at her office located at n,Amerca� n�rivZ27, Miae lorida, 33133 not later tha a •30 p.m. December 1989 for the furnishing of all lab �n to provide Demolition Services on a contract basis for one (1) year for the Department of Building and Zoning, Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10538 established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services o Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City of Miami Minority/Women Business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite 400, Telephone 579-3366. Detailed specifications for th-• bids are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174, The City Manager may reject all bids and readvertise. (Ad No. 6453 ) Cesar H. Odio City Manager I ZONEll - ��a I i REQUISITION FOR ADVERTISEMENT: - A�.t is�turer must appear _— filth a rtisement. tk ACCOUNT CODE `t 515 2 0-2 f3 7— 7 9 9 2 0 6 i i 1 i.rl. December. 8 , 19 8 9: PHONE `S 7 `� -- 5 l 7 4 APP OVED`�3Y • r' � � , � DATE. ¢f i PREPARED BY �Iaria Abi il DIRE OR OF ISSUING 66PARTMENT i = Publish the attached advertisement 0t�c' { 1) times. (number of times) Type of advertisement: legal classified display — (Check One) Size: 'cregal Starting date De.cembf:i- 7.: 19z39 First four words of advertisement: B � d 1,1o ' 31 9 _ 9 0 W 0 4 U ' S c a l c, ci b i.6 s w a_ l 1 b r: � . , .. . Remarks: ;)cmc:litit)ti Cutlti:act (o,)eii 12--'Z 1--89- 2 : �0 DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. DATE(S) OF LINE PUBLICATION ADVERTISEMENT INVOICE AMOUNT 0 klliilini lzeviGW A-1 B-2 _ _— C-3 D-4 E-5 =z F3 F4 F5 F7 F8 F9 F10 F11 F12 DUE DATE Adv. Doc. Reference VENDOR INDEX CODE BJE PROJECT LINE TRANS VOUCHER YY MM DD _ 11 113 1 117118 1 12534 39,42 145 50,51 56 57 62 63 65166 71 0 1 2 41 V P 2 02 1 2 3 4 7 8 V P 12 314 15 DESCRIPTION 36 CA DISCOUNT6 72 AMOUNT 80 5 2 TT 0 0 2 0 1 Approved for Payment White — Purchasing Yellow - Finance Pink — Department — Y�,11ow copy: Si!,ri., iar_r;cic)� �, i:ity Clerk. PirLk c:0i)y—. ro: FROM CGTY OF MIAM1, FLOR10A INTER -OFFICE MEMORANDUM CA- -.1C Honorable Mayor and Members of the City Commi_sior_ DATE MAY j 1990 FILE: Resolution and Award SUBJECT: of Bid for Demolition of Structures - Bid No. 89-90-048 Cesar R. Odi` ,� "k REFERENCES: City Manager 4 l ENCLOSURES: RBCOMMENDATIOMS: It is respectfully recommended that an Award be made and a Resolution be passed accepting the lowest bidders for demolition services on an as needed basis for a period of one year with the option to extend for an additional one (1) year period as follows: J. R. Builders, Inc. (Hispanic) City Tree Masters, Inc. (Hispanic) Dade Cuyahoga Wrecking Co. (Non -Minority) Dade As stated on the bid's special conditions, this bid is to be awarded to the three lowest and most responsible bidders to insure availability of services, and whose bids are most advantageous to the City. Funds available for demolition until June 30, 1991 are $198,054, plus funds to be allocated by the City Commission under 16th Year Community Development Grant . The 16th Year funds will be appropriated by July 1, 1990. BACKGROUND: The Department of Planning Building & Zoning has analyzed the bids received, and recommends the execution of the attached resolution for award of these demolition services; these are needed to rid the City of buildings which have long become eyesores, health & safety problems. Some are vacant, unsecured and harbor vagrants; and in some instances they are identified as sources of criminal activity. This along with the fact that they pose threats to Firefighters, and Police Officers responding to frequent calls from concerned property owners justify the need for their removal. Funds are to be provided by the Community Development Block Grant Demolition Fund with recovery by normal lien enforcement proceedings. Source of Fund: Community Development Fund No.455017-340-799206 C11f O -1 0.. 362 Minority Representation: Bids RTere sent to twenty ore (21) Minority Vendors and thirty five (35) Minority Courtesy Notices were sent. 90- 362 Ank CITY OF MIAMI. FLt RIOA TO: William J. Schaut Procurement Supervisor FROM: INTER -OFFICE MEMORANDUM Edith M. Fuentes, Director Building & Zoning Department DATE: March 27, 1990 FILE: SUBJECT: Bid No. 89-90-048 REFERENCES: ENCLOSURES: This Department has verified available funding with the Departments of Finance and Budget that funds are available to cover the cost of the subject bid in the estimate amount of P $198,054.00 until 6/30/90 Account Code Number�50-340-799206 Additional funds to be allocated by the City Commission as part of the 16th Year Community Development process. Funds will be appropriated by July 1, 1990. FINANCE REVIEW & APPROVED BY: Carlos Gar a, Direct Department of Finance BUDGETARY REVIEW & APPROVED BY: Manohar Surana, Director Depart ent of Budget / ADDITIONAL APPROVALS (IF REQUIRED) Sergio Rodriguez Assistant City Manager Edith es, Direct r Buil ing & Zoni.npy Frank Cast`aned-S; -Director Community Development (This form properly signed is part of the Bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memoranadum.) 3 90— 364 r 13 ;1 K"1I ,'_;! i , E L,aR _( 1)A E N t M A N A 01 E M E'.1 - t 1 014 f I131D SHEET P.O. nox 320708 sttami., r). 33233-0708 TF't.,EfP�FT0N�Fff1NO. t]A iA%t51� ' At pr 131D too, .89 -90--048 1_',jR"rANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MOST !iS RETURNS:'? 7 M DUPVICATE IN THE AI"TACtiED ENVRLOPE tDENTIVIED BY BID NUMBER, 'ri.ku: ADD DATE OF BID OPENtNG. IF S9C'URITY IS REQUIRED, X DIAD ILL Nr?T ACCEPTED UNLESS THE DEPOSIT OR BOND 15 SUBMITTED I<N ' T HTS ENVEG^PE . r-,:_ : Net . ( Include caih discount for prompt payment., i f an-i i i iitionat discossnt of $ if awarded all items. •.-'r-inty and/or guarantees N/A z -!t'� any variances to specifications (rise separate IL stiee,: i -.,gsa ry) s --- - a!ry: catendar days re-pilrAd Ripon receipt �P£ Pur::hase� 'Avery Point(s)s As indicated in the Purchase Orders actor ante w th tie invitation to 3s , the sp'ixat Mat ions, Geneca — 1.1ditions, Special Conditions, And General Information to 13idc1er:;, wo -free to Eucnish the ttem(s) at Prices indicated on the attachetl. hi-+ ;lee t(s)- j NAMES OF COMPANY OWNER(S): NAMES OF COMPANY �FF'ICER5: t0 R!. J Thomas Schwab 0rdS1dent >�s _? Mori .Srhwah_..�arg5idelRt. n.e; -' .. •� the i-leas4_ use the back of this page it more space,-is,.r.e:essaty Aft _...a .� ! All Litme of individual holdinglicense In this roftAsione (ifr' a iicah i^ P PP - % .� •u •riv 11. In:, th• MINORITY PROCUREMENT' COMPLIANCE• �teC undersigned hi ter acknowledges thap it has-�redetring )r-'sinance No. 1053U. the Minority Procurement Oedinafic'a oR the City = -Am!, and agrees to comply with all app1fc&b1o6 : ­ssub9ta:itiVn .,:: ;,nd _ ;cedural provisions therein, incbidtng any amen:imen_s herrL�. ;t st - t -- It Cuyahoga Wreckin Corp°` .... ,R.9 p Si��natcire. „�.bd company n-Ano Print Name, Thomas Schwab ;ndtcate iE Minority moistness- Date: 1 a'.,ack [ ] E1isp;anic 'L j t;om�xnl ('!11 f'tE TO COMPLETE, SIGN, AND i'.I:TUR.N THIS FORM MAY DISQUALIFY Vils tY •_ p 9®- 362 .J REME N r MANA41;"1r .` I31 D SIiFKT 132:,3-':�%G 3 B0040. 8.-'90--048'-' Ii._'J�2T��lJT: BID SHEET ,AND BIDDER I.CKNOWLEDGEMENT MUST ZME RG'I'U;04r:') IN - DUPLICATE IN TILE ATTACHED ENVP.LOPE IDENTTFIF D BY HID NUMBER, 'f f.mu, '%VD DATE OF BID OPENING. IF SP;CURITY IS REQUIRED, A BID WILL ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUF3MITTED IN THTS ENVELOi)E. ^arms: _ (Include cash discount for prompt p=tl,ment, i f .any) �dlitionaL discount. of� % if awarded all items. �,~r.3nty and/or guarantee: Sr.t.2 any 3WA t = var$ances to specifications (use sepas:3t � 51te-�� i _a1ivery:VY7�calendar =days requiY,!?i upon _-has, Point(s): As indicated in the Purchase Orders :n accordance with the Invitation to 3id, the Specifications, Geneca? Cc editions, Special Conditions, and General Information t-) Bid:ier:,, Wo ­:ree to furnish the Itecn(s) at Prices indicated on the bi,' S'ieet(s). NAMES OIL COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: (r . aas.a use the back of this page if mn. r� space i :3 rric:n5:3a r777 .fame of individual, Holding License in this protession (if appLicabl- ) MINORITY PROCUREMENT COMPLIANCE • e :undersigned bidden acknowledges that it re%�ivz; a :r-)r. y ,�f `)r:ii^.ante No. I0538, the Minority ?roct.irement Ordi nar.ce ,-)r the C; 'y - ' 3^i, and agrees to comply with all applicable s;iosF. i_ .h ,1„•; - r:jcedural provisions therein, iticl.vxding any amen:in:n::s c}ler`�t:.. J2 WIL.WItS, INC. 139 K 40M STREEOI13 MIAMI^ 33137 S i�n3 company na:i(t Print ;nd'.cate if Minority Btisiness:Date: 81 ac'i �A iiisj-)ar.ic L' ] 6 omt—n zG FAI ,1)RE TO COMPLETE, SIGN, AND I:ETURN THIS FOP14 MAY DISQUALIFY THIS �u . - - 90- 362 BID pio. 89-90-048 131 D SKEET V".1'0RV8l T: BID SHEET AND BIDDER. P.CKNOWLEWEKENT MUST' ',ie RETI;F<..Nl';7 =P1 DUPUICATE IN TI]E ATTACHED ,EINVF,I.,OPF IDENTIFIED RY L3LD r:,I?t BET, ;%!ID DATE OP BID OPENING. IF S'".C76RITY IS REQUIRED, A DID WIT-J, "+:'t^ ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED 1N THIS ENVEL IPE. c er-is: � (Include cash discount for urompr. L-)a;me::t, -if an,,. i Adlitionall, disco nt of if aw, ded all items._ r3nty and/or guarantee: 1p3 C�� ���� C J� S-.3,i' any V a r i -''S t0 specifications (fuse Sepa at_-? -3 'it eet_ "•e 1 i very: 1 calendar Hays requ i re.i upon rtzce ipt , f P ; _ti;:ts,� 1- Point(s): As indicated in the Purchase Orders La accordance with the Invitation to 3id, the Sp,�cifications, General CC:.nditions, Special C.onditions, and General Info.-Tia _ion `. i wo -aree to furnish the Item(s) at Prices indicated on the 3tr•;c-i;P.? h _,? sheet (s) . NAMES OF COMPANY OWPIER(S): (r _ easy use the back of this page NM1ES OF COMPANY OFFICERS: if more spac is r_aoe:;!;ary) Name of individual holding License in this profession (if appiicab.-_) JY17Vr401 MINORITY PROCUREMENT COMPLIANCE ^A undersigned bidder acknowledges tliat it ha.i race i vet: ' .nr:•Y ')rdi^ante No. 10538, the MinorityProcurement Ordinance �-. t io C i `y � ami, and agrees to comply with all applicabLe s�jbst = -.ce��ura1 provisions therein, iacl.!iding --iny amen.lmcn:;s Cher-i.:.� .?.. _ZR: company nn3n, (?) Print nd ='sate if�M,jinority Business : Date: ] Black ] Hispanic •� f FAf" ORE TO COMPLETE, SIGN, AND [IETURN THIS FORM MUNY DISOCALIFY THIS LLD. P 90® 362 AWARD OF BID ITEM: nWDA VMMVMM . TYPE OF PURCHASE: Bid No. 89-90-048 Demolition of Structures Building & Zoning Department Contract for one (1) year with the option to extend for one (1) additional one year period REASON: The structures to be demolished are vacant and have become a nuisance, harboring vagrants and undesirable activities. They present a hazardous situation to the surrounding community as well as to Firefighters and Police Officers when responding to the frequent calls. POTENTIAL BIDDERS: 21 BIDS RECEIVED: 5 TABULATION: Attached FUNDS: Community Development Fund No. 455017- 340-'199206. MINORITY PARTICIPATION: Invitations to bid were sent to eight 8 Hispanic, eight (8) Black and two (2) Woman -owned firms engaged in the demolition business as located in the following sources: 1. New Vendors Applications on file in the Procurement Office. 2. City of Miami Minority Register 3. Previous Bid on File in the Procurement Office Minority response consisted of bids from four (4) hispanic firms. BID EVALUATION: Category Prior Bidders Black American Hispanic American Woman Non -Minority New Bidders The bids meet the specifications. Following is an analysis of the Invitation to Bid: Number of Bid Number of Invitations Mailed Responses 4 0 4 2 1 0 2 1 Black American 4 0 Hispanic American 4 2 Woman 1 0 Non -Minority 1 0 90- 362 Page 1 of 2 Courtesy Not -if ications 35 "NO Bids" - 1. Late Bids - ] Totals 56 7 Reasons for "No Bid" were as follows: 1. Wildcat Wrecking Co. "Unable to bid due to our schedule." RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO J. R. BUILDERS, INC., TREE MASTERS, INC., AND CUYAHOGA WRECKING CO. AT AN ESTIMATED AMOUNT NOT TO EDXCEED $198,054.00. // xx" r. Procurement Supervisor V/'Z-"y/� A1: �' " Dat 90 - 362 Page 2 of 2 111,{ILA 1C I LIII. II l lei fy • ��; .Y - TAB L TION OF 8105 FOR � � T� .�� .+/Ii ; � — •.tom �ec�:•�li iy sus Gy o1 Mist, O14miis :3J 0. AL ..rG,01 < E � OWN a7tIN r- . I� ANN! . rye,, ► r nutWe � � r I FA r�IN , i ✓ / �I / III II ill" I� .I I' �Iwll'I III' I'I -1 'IUIg11 III '11111 I II II II 1 AI Irll �I f 'III i�'If I I �fll p�i!i 111 lllllgl li 'l l��ll '�,lin rl � ��i'i�.l l„