Loading...
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*