HomeMy WebLinkAboutR-89-0608U-
J-89=676
6/16/89 tt
RESOLUTION NO.. 819`608
A RESOLUTION ACCEPTING THE BID OF E & L LAWN
& TREE SERVICE, INC. FOR THE FURNISHING OF
SERVICES FOR THE REMOVAL OF EIGHTEEN AND
RESETTING OF FOUR (4) FICUS TREES AT THE
MELREESE GOLF COURSE FOR THE DEPARTMENT OF
PARKS, RECREATION AND PUBLIC FACILITIES AT A
TOTAL PROPOSED COST OF $18#240.001 ALLOCATING
FUNDS THEREFOR FROM THE GOLF ENTERPRISE
FUND - MELREESE GOLF COURSE ACCOUNT CODE NO.
580202-340, AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received May 15, 1989 for the furnishing of services for the
removal of eighteen (18) and resetting of four (4) Ficus Trees of
the Melreese Golf Course to the Department of Parks, Recreation
and Public Facilities; and
WHEREAS, invitations were mailed to 31 potential suppliers
and nine (9) bids were received; and
WHEREAS, funds for this purchase will be available from the
Golf Enterprise Fund - Melreese Golf Course Account Code No.
580202-340; and
3
WHEREAS, this service will be used by the Department of
Parks, Recreation and Public Facilities for the purpose of j
-
S removing and resetting Ficus trees that have been up -rooted for
several years and are a hindrance to Golf play; and
L
WHEREAS, the City Manager and the Director of the Department
of Parks, Recreation and Public Facilities recommend that the bid t_
1
received from E & L Lawn & Tree Service, Inc. be accepted as the
lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA;
Section 1. The May 15, 1989 bid of E & L Lawn & Tree -
Service, Inc. for the furnishing of services for the removal. and �.
resetting of Ficus Trees at the Melreese Golf Course to the
Department of Parks, Recreation and Public Facilities at a total
x
proposed cost of $18,240,00 is hereby accepted with fundo
therefor hereby allocated from the Golf Enterpri.sq Fund§
Melreese Golf Course Account Code No. 580202-340.
CITY CQ §S!�?�
;Thjs firm is s b ck minority -owned fimn. UNG
Amended J�
11; z
5 f k
�
Ir�i�� �../
ir��
loir-
Section 2, The City Manager is hereby authorized to
instruct the chief Procurement Officer to issue a Purchase order
for this service.
Section 3. This Resolution shall become
immediately upon its adoption pursuant to law.
effective
}
PASSED AND ADOPTED this 13th day of July_ , 1989.
a
i
-110 SECURITY LIST
ltethoval of 18 Ficus Trees
88-89�105
t)ATg gffnRp
.CtIVW.. May 15, 19 8 9 2 e 0 0 p. m.
TOTAL 131D (or)BIDDER
BID AWIi7tfi11' CASHIER'S CHECK
J'ue11.e lnc. $19,990.00
Allied Truck of Pla $39,000600
Bannerman Landscaping $30,000.00 ,
Bert & Newcomb Tree & $72,000.00
Landscaping Service, Inc. `
MIRI Construction _ $69,000.00
E & L Lawn and Tree Service $18,240.00 -
Tree Masters, Inc. $21,444.44
Barry Washington $72,000.00 -
A & C Contractors, Inc. $37,376.00
'i
O BID;
Landscaping Associates '
Mangus Landscape Nursery
Arthur Lawn Service Corp
a
6
II
K
i
' r 6' -
t��h�3
RECEIVED [: ( envelopes on behalf of
!"SIPNED;
apartment ;
DATE.
Deceived the hereinabove described checks this day of k
19
- in connection with the hereinabave dated bids, which were :a'n""c ed to the un ign� .pn �If �► it e
A�SCounting DiyjsJQn (or.
� k
pity Repartment
t-X��il,�.4 s 7 • � ' 1 i.'m<.+�' k y :i � '.�R�.6`sri"
'-77
woo A$
Y/ LEGAL ADVERTISEMENT
bib NO., 88-89=105
Sealed bids will be received by the City of Miami City Clerk at
her office located at 0 Van American Drive, Miami, Florida+
33133 not later than a for furnishing all
labor and material for a emova o Ficus Trees and the
a resetting and bracing of four (4) smaller Ficus Trees for the
1
Department of Parks, Recreation and Public Facilities.
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. 10062 established a goal of Awarding 51% of the
city's total dollar volume of all expenditures for All Goods and
Services to 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 Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
Detailed specifications for the bids are available upon request
- at the City Procurement Office. '
The City Manager may reject all bids and readvertise. !
a
(Ad No. 6271)
�1
Cesar H. Odio
City Manager
lj
i ro G
I.
1331
4.
Y tl
,
Y
plik
rf 'i'i ,ors '0. „2 •,. -
t ! —
A+l IytbE 8 t Ole., ..
. ! PHONE 5 7 5 -- 5 1 7 4 _ . ApE ED t3Y•
P Ot v14aria_.obi3alit r` 3
DIRECTOH tit= ISSUING 0EPAMUNf
One
t'ul�iisf� -the attached advertisement - --_ (1) times. x
(numbst of times)
type otilveiliiement: legal _ .XX*.' classified display J
7, 1
090 On) tt ,
i { j
t ile: Leg81, Starting date P7519 8 9
First four words ofadvertis'bment: Bid No. 88-99-105: Sealed bids will be.:..
Heiliarlcs: Remcival. of Ficus Trees (open 5-15--89 2:00 p.m.)
F
PO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. i
(
DATE(S) OF
t
LINE
,PUBUCATION
ADVERTISEMENT
INVOICE
AMOUNT, ..
Miami AeView
1
A-1
'
i
C�C
_
{� ;.L
!
j
F§
F7
F8
F9
F10 s
F11
F12 z .
LINE
TRANS
VOUIPHER
YWU MM TDD
Adv. Doc. Reference
VENDOR
INDEX COpE
OBJECr
PRO,iECT E
11
13 ' 17
18 I 5
34 ' 39
42 45
50
51 56
57 fit
63 65
8t3 71=
.1
1
2
41-,
VP
1210121
i
218171
2
.3
4 7
8 V P 12131415
DESCRIPTION
36
64 DISCOUNT69
72 AMOUNT ; 80
�.'i5
200201
�
Pink Copy: Maria,-- Procurement
;
Yellow Copy; Silvia Mendoza — City Clerk's
Approved for Payment ,
White— Purchasing f Yellow - Finance Pink
— Department
i
1
_
p.r3
�,4'a{
-
i
CITY OF MIAMI. FLORIDA
1N lk-69FI CE lNWOVIANDU M
to
FROM..
Honorable Mayor and Memberr
of the City Commission
4c4i
re nab
Attor y
DATE July 12 * 1999 FILE
SUBJECT Consent Agenda
City Commission meeting
July 13, 1989
AEFERENCES Items #CA,.14 and #CA-49
ENCLOSURES. ( 1
1: in addition to the correction of Item #CA-14 to reflect
E & L Lawn and Tree Service, Inc. as being a black -owned
minority firm, we have modified Item #CA-49 at the request
of Commissioner Dawkins.
2. Original Item #C-49 appearing on the Agenda has been
redrafted in the form of the two attached separate
resolutions: Item #CA-49, a resolution expressing the City
Commission's concern over the recent U.S. Supreme Court
` ruling in regard to the Flag of the United States and Item
#CA-49.1, a resolution concerning recent U.S. Supreme Court -
s' rulings in the area of Civil Rights.
3. The Mayor's announcement prior to calling for the roll call
vote on the Consent Agenda should reflect that the vote is
being taken subject to the modifications appearing in
Paragraphs #1 and #2 above.
}I}j
RFC:bss:P695
I
}
I
y5
F J
t 2 +9
t z � t�1s�.Yfihb�gr��
+yz ,sit,
-sure, .5
-
7.
CITY of MIAMI, FLORIOACA1w
INTEf?-OFFICE MEMORANDUM
To: honorable Mayor and Members DATE: ^ i1LE:
of the City Commission JU� s 1969
SUBJECT:
Award of Bid Recommendations
/ J Bid No. 88-89-105
Tree Removal at Melreese Golf
FROM: Cesar H. Odlo REFERENCES:
City Manager
ENCLOSURES:
0" -
RECOMMENDATION:
i�
It is respectfully recommended that the City Commission adopt`--t'he
attached resolution awarding the bid to remove 'eighteen (18)
Ficus Trees and the resetting of four (4) Ficus Trees at Melreese
Golf Course to E & L Lawn and Tree Service, Inc., a Black -owned
firm, the lowest responsive and responsible bidder in accordance
with Bid No. 88-89-105. The cost for the furnishing of labor and f
equipment necessary for the removal and resetting of the Ficus
Trees is $18,240. The funding is available in the Golf Course
Enterprise Fund, Melreese Golf Course.
BACKGROUND: 'r
The Department of Parks, Recreation and Public Facilities has
analyzed bids received pursuant to Bid No. 88-89-105 to remove
eighteen (18) Ficus Trees and the resetting of four (4) Ficus
Trees at the Melreese Golf Course. The work is necessary as the
trees have been up -rooted for several years and are a hindrance
to golf play. This department recommends award to be made to
E & L Lawn Service, Inc., a black -owned firm as the lowest
responsive and responsible bidder, in the amount of $18,240.
Funds for this purpose are available in the 1988-89 Golf Course_ #
Enterprise budget for Melreese Golf Course, Department•of Parkas,.. 4
Recreation and Public Facilities.f_
Amount of Bid $18,240
rrha`
Budgeted Amount: $20,000
�x x
... �.
Source of Funds : 1988-89 Golf Course` Enterprise Fund,
A.
Minoru Participation; 8 Minority bidder$ ( 3 blank,emae,
xrt
hisPan c as �.a3 the low bid' of E & L, . Lawn and Tree-,: er�l3,ce, +=� y 1
i
Inc. (a black -owned farm47
)
1'
IBl�rin ��TOt1Ge13: Qne - (�� pub1�.0 notice
L
�t4a��� �k'� 1$hi��5ls� �easas�.b�.e •��'!L? e7Rt� as '� 'R'/T °' `. li"'.���Y� .. ��ic 1
�k
Fah 4�
.v Y
To: William J. Schaut DATE: May 26, 1989 "Ut
Procurement Supervisor
SUBJECT: Bid #88-89-105 -
�r�r�= Tree Removal Approvals
Alberto Ruder, Director
FROM: Department of Barks, Recreation REFERENCES:
and public Facilities
ENCLOSURES:
1;
�zr
i;
SOX 330700
CITY OF MIAMI, PLO DA MiaF.ri� F1 33233�0708
TELEPHONE NO*
57551'74
p•ttOCU REMENT MANAGEiNT _
DIVISION BID NO- _ -.
BIDSHELT
" SHgET AND BIDDER ACRNON�EDGNT BB RETURNED IN
ST ENVELOPE IDENTIFIED BY BID �iU!lBBR+ TIN
IMPOR"!'Al!?t BID ATTACKED A BID MILT. NOT
pU-PLICATE I�1THE
IF SECURITY IS REQUI + AND DATE OF BID OPENING • DEPOSIT OR BOND IS SUBMITTED IN THIS
UNLESS THE i any)
BE ACCBPT� prompt payment,
ENVEWPE.
(Include cash discount for p -
Terms: qJ T
if awarded all items.
° Additional discount of
t Warranty and/or guarantee: if
variances to specifications (use separate sheet
State anY
necessary):
upon receipt of Purchase order*
Deliverya�.._calendaz days required
F
Delivery Point(s): 1
{ 1802 N.W. 37th Avenue_
General -
Miami F1 33134 ecificatians, We }
and General Information to Bidders,
in accordance Nith the invitation ovation to Bid, the SP he t:ttached bid ,
Conditions, Special Conditi
agree to furnish the item(s)
at Prices indicated on t
sheet(s)•
NAMES OF COMPAfiY
pUiD1ER(S) s NAMES OF COMPANY OFFICERS: �-
' • C L� pia 2.
9 �r3 No rria
the ack o this page if more space is necessary
rleaae use licable)
Name of individual holding license in this profession
(if aPP
(= in,'
MINORITY PROCUREI�EN'i' COMPLIANCE
j The undersigned' bidder .a►cknowle_ges tat
t has xeceived a copy,` Df
Procurement OzdinaRCe of the ,City.
Ord No. 1Q062, the Minority licable'., substantive a<nd r
Miami, and agrees to comply with all aPP
F arte�dments thereto•
poceuzal provisions therein, including any �r
£ 7ztt ,.54� 14x, S gn4ture
E coa�any name ' �v ti+
{ Print .Nane: �
.- !�#.rwctY eusin�+s8 s Pat a 8f
ID4ji►R�r Women r:
� panic C �
f _ RETURN THIS :101tt�l ilk Dx UAL�FY��I' Otis.
AND
y
AWARD OF 131 D
Bid No. 88,t89i105
- Removal of 18 and resetting of four
ITEMt
Ficus Trees at the Melreese Golf
-t Course
DEPARTMENTt Parks, Recreation and Public
Facilities
Y
TYPE OF PURCHASE; Short term contract
is REASONt —
This work is necessary as the trees
t
have been up -rooted for several years
and are a hindrance to golf play.
POTENTIAL BIDDERS: 31
BIDS RECEIVED: 9
TABULATION: Attached
FUNDS: Golf Enterpise Fund - Melreese Golf
Course Account Code #580202-340.
MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to
fifteen 15back, nine (9) hispanics and three (3) woman -
owned firms engaged in Landscaping Tree Removal as located
in the following sources:
1. New Vendors Applications
2. Dade County Minority Vendor Register
3. Yellow Pages Telephone Directory .
4. City of Miami Minority Register
Minority response consisted of bids received from three (3)
Black, four (4) Hispanic and one (1) Woman owned firms.
BID EVALUATION: The bids meet. the specifications.
Following is an analysis of the E
Invitations to Bid:
Number of Bid Number of
Category Invitations Mailed Responses E
Prior Bidders
_ Black American 0 0
Hispanic American 0 0
Woman Owned 0 0
Non -Minority 0 0
New Bidders
Black American 13 3
Hispanic American 9 4
Woman Owned 3 l
Non -Minority
4
Courtesy Notifications 15. 0
auk.
..No Bids" 3, r}
a
r�
Late Bids - 0
/� 46 12,: }
i TF�/ 4� a i - �wiwwTR1' - r -4Y
;tb{{R
Y
i A F f N-
�• 4 a Y, -s t �,3 f 401, -
1�.r.„ _.. ..a��'.La.•a iF ...krx .., ,�.....,,.aCErs�:-h -, ... _ .. _ <... _ ., ,.. ._:. ,. ..._ a ,�:; ~+far ,. _
....... ..... . ...
Reasons for "No aid" were as
1. L&hdgdapiftq Associates lb6 not own the proper
equipment."
2. Matqug Laftdacapiftq Nursery, "Can not handle:"
3. Arthur Lawn Service Corp. = "Do not have the required
equipment to do the job."
RECOMM9NDATIONt IT IS
RECOMMENDED THAT THE AWARD 13E
MADE TO E & L LAWN & TREE SERVICE,
INC. POR A TOTAL PROPOSED AMOUNT OF
$18,240.00.
Procurement supervisor
BID AMOUNT
E. & L. Lawn and Tree, Inc. $18,240.00 Minority/Black Recommended
Vendor
Juelle, Inc. $19,990.00 Minority/Female
Tree Masters, Inc. $21,444.44 Minority/Hispanic
Bannerman Landscaping $30,000.00 Minority/Black
A & C Contractors, Inc. $37,376.00 Minority/Hispanic
Allied Truck of Fla. $39,000.00 Minority/Hispanic
MIRI Construction $69,000.00 Minority/Hispanic -
Bert Newcomb Tree &
Landscaping Service, Inc. $72,000.00 Non Minority
Barry Washington $72,000.00 Minority/Black
Landscaping Associates No Bid
Arthur Lawn Service Corp. No Bid
a ter% t
f
G
i r
r.3L*