Loading...
HomeMy WebLinkAboutR-89-02144 . n�,. h..>. J49-202 2/15/89 RESOLUTION NO. 89-214 A RESOLUTION ACCEPTING THE BID OF JUELLE, INC. FOR THE FURNISHING OF DEMOLITION SERVICES FOR THE DEPARTMENT OF BUILDING AND ZONING AT A TOTAL PROPOSED COST OF $48,854.00; ALLOCATING FUNDS THEREFOR FROM THE COMMUNITY DEVELOPMENT DEMOLITION FUND ACCOUNT CODE NOS. 451220-340-799-206 ($29,030.00) AND 451420-340-799206 $19,824.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE. ) WHEREAS, pursuant to public notice, sealed bids were received January 30, 1989 for the furnishing of Demolition i Services to unsafe structures to the Department of Building and Zoning; and WHEREAS, invitations were mailed to twenty-five (25) potential suppliers and eight (8) bids were received; and WHEREAS, these structures have long become eyesores, some being vacant, unsecured, harbors for vagrants, and sources of criminal activity; and WHEREAS, funds for this service are available from the Community Development Demolition Fund Account Code Nos. 451220- 340-799206 ($29,030.00) and 451420-340-799206 ($19,824.00); and WHEREAS, the City Manager and the Director of the Department of Building and Zoning recommend that the bid received from Juelle, Inc. be accepted as the lowest responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY A OF MIAMI, FLORIDA: Section 1. The January 30, 1989 bid of Juelle, Inc. for furnishing Demolition Services to the Department of Building and Zoning at total proposed cost of $48,854.00 is hereby accepted .F L with funds therefor hereby allocated from the Community.. Development Demolition Fund Account Code Nos. 451220-340-799206 - ($29,030.00) and 451420-340-799206 ($19,824.00). CITY`- COMly "11j: s-A MEETING �3F MAR RESOLUTI4N Na Q14! REMARKSt W Section 2. The City Manager is hereby authorized to instruct the Chief Procurement officer to issue Purchase Orders for this service. Section 3. This Resolution shall become effective ''' T immediately upon its adoption pursuant to law. 1 PASSED AND ADOPTED this_,jLd._day a of Marsh.---, 1989051 i iv i XAVIER j'. L. S AREZ, YOR - -' ATTE t; —j MA Y HIRAI, CITY CLERK ,. f Yj PREPARED AND APPROVED BY: i ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEYfi t` ! t APPROVED AS TO FORM AND CORRECTNESS: JO E . FE ANDEZ CITY AT ORN Y t� M� it page 2 sit) ITEM: Dewlition of Various Structures - Department of Builidng and Zoning BID NO: 88-i89-053 DATE BIDS RECEIVED: January 30, 1989 2:00 p.m. TOTAL BID BOND (or) BIDDER BID AMOUNT CASHIER'S CHECK Broken down Cuyahoga Wrecking by items •1 D.E. Gidi & Assoc., Corp 11 Miguel Rodriguez Demolition 1• 1• Tree Masters, Inc. 11 .• t' Alfred Lloyd & Sons, Inc. Ashar Construction, Inc. •1 11 11. •1 Juelle, Inc. - t - i Urban South, Inc. 11 fl S z IF J i <t i s . . --- RECEIVED l%� 0-IT T ( ) envelopes on behalf of GSA.- ProcurementOffice , I ^3 (CjxyDapartment)i - ': SIGNED: DATE: / �4 T Received the hereinabove described checks this day of , 19„__, i in connection' with the hereinabove cited bids, w is were anded to the undersigned on ;al Ak t ma LEGAL ADVERTISEMENT BID NO. 88-89-053 Sealed bids will be received by the City of Miami City Clerk at her office located at 3a:�e: Pa�-n erican Drive, Miami, Florida, 33133 not later than R.U. January , for the furnishing of all labor, mr equipment required for. the demolition of Various Structures 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 rejected. Ordinance No. 10062 established a goal of Awarding 511 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 579-6380. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 6018 *V1J '16�ttIM :�t� a.lt ?i�1�1� 1,li0 1 i ! !`/� 9 v�, � ��.l.l � �^3 L Z -101 WY 01 Nvr HSI Cesar H. Odio City Manager S„ y1S d^ :.j. V2+� P 41 ii REQUI'SMON FOR ADVEIvTiSEMENT Ole number MUit ( Div Fit6curemeni M fJte advertjtu3t efft, ( for Bldg. & Zoning) ,- A jodow ' bA'f EF Jahuary 9. 190 PHONE 5 7 9- 6 3 8 0 ApPRO b B ' ppjgY Maria iialil k DIRECTOR OP ISSUIN10 SPA I i PublWhew attached advertisements i One (1) times. (nurhber of times) V,° Type 4advertisement: legal # X classified display (check tine) i ' Size: Legal + Starting date January 11, 1989 k i ' four words of advertisement: -� Bid No. 88-89-053: Sealed bids will be..;* �. Remarks: Demolit�.on of Structures (open 1�-30-88 - 2:OD p.m. DO NOi TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. N� ' DATE(S) OF ; LINE PUBLICATION 1 ADVERTISEMENT INVOICE AMOUNT 0 MIAMI - REVIEW I r 1 i &2 F3 Fa F5 F7 F8 F9 F10 F11 P,12, LINE 'TRANS VOUCHER `: DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CObE OILJ im 11 13 17 18 34 39 42 45 - 50 51 58 57 ' 62 fi3. 0,1,2 41 VP 2102 28:7 , 1 2 3 4 -: 7 8 V P 12 314 15 DESCRIPTION 38 64 DISCOUNT6910 A11A61tNT ,. .. , rt'•isFi� cee ngs14 r TO: Honorable Mayor and Members °ATIE' of the City Commission February 07, 1989 ALE° FROM: Cesar H. Odl City Manager RECOMMENDATIONS: SUBJECT: Resolution and Award Of Bid for Demolition Of Structures - Bid REFERENCES:No 4 88-89-053 ENCLOSURES: It is respectfully recommended that an Award be made and a Resolution be passed accepting the lowest .responsive and responsible Bid as received from Juelle, Inc., a Demolition Contractor, for the demolition and clearing away :of debris of Items Nos .1, 4; 6; 7; 8, 9, 11 and $48,854.00. 12 at a total cost of BACKGROUND, - The Department of Building & Zoning has analyzed the execute the attached resolution for the award of bid ford to demolition of the structures. the 3{; + jc fr } 1 r T i 1- E Pursuant to public notice; sealed bids were receive Janua 1989 for furnishing materials and equipment needed ry 30 and clear away the debris from the structures as directed eby the Enforcement Section. the Building & Zoning Department; Building Code on. The subject buildings have long become eyesores. Th vacant, unsecured and The are Identified as a source Ofcriminalactivity. vagrants. The have been fact that they pose threats to Firefighters and Police Officers R responding to frequent calls from the equally endangered: and., outraged property owners in the area justify the need for their removal. `'� Funds are to be ` provided by the Community Development. Demolition � Fund with recover b Y Y normal lien enforcement "`=s Proceedings. r 1 a j I 3 4 fi i �. t 'y &Z _ t t t t 3 {{ 5 I { t t +. I ,. CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM }i s TO. William J. Schaut DATE: Procurement Supervisor February 07, 1089 P"`` SUBJECT: f { Bid No. 88-89_053 r 'f S FROM:Ji Edith M. Fuentes, Director . �^�' REFERENCES: f Building & Zoning Departmea ENCLOSURES: Y 11' This Department has verified available funding with the Departments of Finance and Management & Budget that funds are available to eov er the cost of the subject bid in the amount of 'S $ 29, 030.00 y5�2Ro ' $ 19, 2 .00 Account Code Numberg0_.799206 I Account Code Number 51 0_ 0 79920 FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVALS (IF REQUIRED) 4 s ;# J �f_ ? Carlos Garcia, Director Department of Finance Sergio Rodriguez Assistant City Manager BUDGETARY REVIEW & APPROVED BY: 1�. Eal Manohar S Director Department ana eme ijl� Edf�GYr` enter, D etor} & Budget g nt .i Building & Zoning 8 Department �1Qj{jL rank astane a, rector. ' Community Development ' • Y 1�jj ( ;J tf p � (This form properly signed is�_ g 1jy f recommendation Part of,, thee: Bid` ev' r 'itch attached to the resolution cover pme ora adumhj: agend !+M�d l4'2tYi i � } r{ 'T f q 5 AWARD OF BID Bid No. 85=89-053 ITEM: Demolition of various structures }; DEPARTMENT: Building and Zoning TYPE OF PURCHASE: Short Term Contract REASON: These structures are vacant and have become nuisances, harboring vagrants and undersirable activities. POTENTIAL BIDDERS: 25 BIDS RECEIVED: 8 I TABULATION: Attached { FUNDS: Community Development Demolition Fund Account Nos. 451220-340-799206 ($29,030.00) and 451420-340-799206 ($19,824.00) MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to five black, nine 9) hispanic and three (3) woman -owned firms engaged in the demolition business as located in the following sources: ( 1. New Vendors A � PPlications 2. Dade County Minority Register 3. Previous bids on file in the Procurement Mgmt. Office I4. Yellow Pages Telephone Directory Minority response -consisted of bids received from three (3) black, three (3) hispanic and one (1) woman -owned firms. BID EVALUATION: All bids meet the specifications. Following is an analysis of the Invitations to Bid: Number. of Bid Number of Category Invitations Mailed Responses Prior Bidders 1 Blac—k Am r can 2 Hispanic American 7 2 Woman Owned 3 1 Non -Minority 2 1 New Bidders Black American 3 2 Hispanic American 2 1 Woman Owned 0 0 Non -Minority 6 0 Courtesy Notifications 15 :. "No Bids" Late Bids - 4 x, y r Totals p r , b r Page 1. of 2 K i • ' RECOMMENDATION: e THAT T14E AWARD RE INC. IN THE TOTAL IT IS RECOMMENDED MADE TO JUELLE, AMOUNT $48,854.00. "TABU LAT1 ON : �` ,-'�: 4 �.�.>; �..1.✓..?Y-4'Y� e=� IL _' lr'Ji.-... •l' _•+r�-',.� •��nl..'t7 7' _ •t .- t -7..� a!a'i is i•. .�� .. j'/?a •� - __ / � uZ fir: A /: a N Ste•' ,, s� A1414�,� �.. ' / 7 �L. 3 ,s'. 3 �? s�': n/ , g d.n, c v Q i 7 d f, ,7pa. ,y /lam 3 Z f. �,�, tc yZ ` z�• �*z% B3.3 �7�. ` `,P��'� ���J7p� �i 3 3 �'`�'- �� .. 3OV 4 i •� :rr ;� � �� � //- - � cs�5 �. 171../J �'l. — 3�� 7.�'.+• I ,37� ��. '�• � �. / U�•'�: �7 �• � ' 4 y':i�•Yl;f s�Yl N� I�.:. .uC, ..- .. 15 S. N'':. .,. .. .... .. ,. i t . _ �..._')•y.1- . 4 f Y.M.M.. I� � .:':./ .:. ( .. r CITY 'OF MIAMI, FLORID?. - PROCUREMENT MANAGEMENT DIVISION 8I0 SHEET P.O. . : 330708 Miami, -F1 33233,-0708 TELEPHONE NO. 579-6380 BID NO. 88-89-053_ IMPORTANTs BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, lit BID WILL NOT BS ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: (Include cash discount for prompt payment, if any) Additional discount of 3 if awarded all items. Warranty and/or guarantee: State any variances to specifications (use separate sheet if necessary): Delivery _calendar days required upon receipt of Purchase Order.. Delivery Point(s): As Indicated in the Specifications In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: Please use the back of this page if more space is necessary Name of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPLIANCE The undersigned bidder acknowledges that it ha; -received a'copy 'of' Ordinance No. 10062, the Minority Procurement Ordinance of the City of, Miami, and agrees to comply with all applicable substantive and''.": - procedural provisions therein, including any amendments thereto. BIDDER; U t �[ 4CG Signature: company name - Print Name: ' Indicate_ if Minority Business: Date._ Black C J Hispanic [r'J Women`""ter FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY' g 1 f •�: r Yt .. } e. S trz'rt3wbY+t3 t a a,rds