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