HomeMy WebLinkAboutR-88-0880om�
J-88-911
9/16/88
i I I
RESOLUTION NO. 88-BSO
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
l $17,700.00; ALLOCATING FUNDS THEREFOR FROM
THE COMMUNITY DEVELOPMENT DEMOLITION FUND
ACCOUNT CODE NO. 319101-810-341105;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PRUCHASE A
ORDER FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received August 24, 1988 for the furnishing of Demolition
Services to the Department of Building and Zoning; and
WHEREAS, invitations were mailed to twenty-four (24)
potential suppliers and three (3) bids were received; and
WHEREAS, funds for this service are available from the
Community Development Demolition Fund Account Code No. 319101-
810-341105; and
WHEREAS, this demolition is necessary as this site is part
of the Overtown Parkwest Development Project; 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
OF MIAMI, FLORIDA:
Section 1. The August 24, 1988 bid of Juelle, Inc. for
furnishing Demolition Services to the Department of Building and
Zoning at total proposed cost of $17,700.00 is hereby accepted
with funds therefor hereby allocated from the Community
Development Demolition Fund Account Code No. 319101-810-341105.
N EETMG OF
0" 6 Im
TW ft So
MIR
4 R.
Section 2. The City Manager is hereby authorized to instruct
the Chief Procurement officer to issue a Purchase order for this
service.
PASSED AND ADOPTED this__day of October , 1998.
ATTY41RAI,
MAT 4ITNmMERK
PREPARED AND APPROVED BY:
R013ERT F. CLARR,
CHIEF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
I*- %. 1
:kc—
CI AT• CAI
•2-
ID:87-88-13C BID SECURITY AUGUST 24, 1988
1tET10LITION STRUCTURFS �aT! 1 elCl�rlO 2 : 30 PM
fir
TTPE Of SECUR2 TY
?MAL
�pVwt
TREE MASTERS INC.
CORAL CABLES, FLA.
BROKEN DOVN IN ITEMS
ATLANTIC CONSTRUCTION
MIAMI,FLA
BROKEN DOWN IN ITEMS
JUELLE INC.
MIAMI,FLA.
BROKEN DOWN IN ITEMS
RECEWB n half of PURCHASING DIV./PUBL WORKS � � envelopes.
SIGNED —h& �� DATE:
lecel•ed *6 abovel retvlbed sbesle NIA rer o1 �ia■�■..
POrt accouuTwr* lmv*001
r
- ego,
i .
LNOAL ADVERTISEMENT
81D NO. 87-88-138
Sealed bids will be received by the City of Miami City Clerk at
her office located at J500 Pan American Drive, Miami, Florida,
33133 not later than :30 p.m. uqust 24, 1988 for the furnishing
of all labor, wateria • for the demolition
of Structures total square feet 16,275 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 (foods 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 say reject all bids and readvertise.
(Ad No. 5189
Cesar H. Odio
City Manager
y�rl
10 1
DEPTDIV
ACCOUNT CODE
-,O\ e1*1
n 4np
��!JlJ U U l� �SISU U V
REOUISITION FOR ADVERTISEMENT
i I t i ).. 1
This number must apFear
in the �.
5�89
GATE PHONE APPROVED BY:
PREPARED BY -
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement r k : ; times,
number of bmn)
Type of advertisement: legal r. classified display
(Check One)
Size: Starting date
t.Utju t : , 198'
First four words of advertisement: ' ` W--
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
n
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
iAXI V:Lw
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE GATE YY MM DD
Adv. Doc Reference
VENDOR
INDEX CODE
OBJECY
PROJECT
11
13
1
17
18 1 25.34
39.42
145
50
51 56
57 4263
66.98
Ti
0
1
2
4
1
VIP
I
I I
I
I
I
I
I
1
1
12101212
8171
1
2
314
7
a V P 12h3114
15 DESCRIPTION
3s
OiB00tlN-1472
AMOUNT
51.
Q
0
2
0
1
PIN4 COPY: M AIA - PX1J(;UkkAENT MANAGkAENT
YELLOW COPY: SILVIA MENDOAX - CITY CL,iAV S
White - Pu►chasN,tp Yellow - Finance
Pink - Department
APDtowd fio► Payment
x�
p� t
l3 -t p
9!
13
CITY OF MIAMI. FLORIDA
INTEROFFICE MEMORANDUM
�O Honorable Mayor and Members
of the City Commission
FROM: D
Cesar H. Odi
City Manager
RECOMMENDATIONS:
OATS: August 30, 1988 In`E:
SuucCT Resolution and Award
of'Bid for Demolition
of Structures - Bid
No. 87-88-138
REFERENCES:
ENCLOSURES: For City Commission
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 at 104
N.W. 13t Avenue AKA 103 N. W. 13t Avenue at a total coat of
$1.79700.00 .
BACKGROUND:
The Department of Building & Zoning has analyzed the need to execute
the attached resolution for the award of bid for the demolition of
the structures.
Pursuant to public notice, sealed bids were received August 24, 1988
for furnishing materials and equipment needed to demolish and clear
away the debris from the structures as directed by the Building. &
Zoning Department, Building Code Enforcement Section.
Funds are to be provided by the Community Development as per
their request.
Amount -f Bid: $17,70.0.00 % of Cost Estimate: 62%
Cost Estimate/Budgeted Amount: $28,481.00
Source of Fund: Community Development Fund 319101-810- 341105
Minority Representation:
Public Hearing/Notices:
Assessable Projects N/A
The vendor recommended is a Hispanic
firm.
N/A
r
CITY OF MIAMI. FLORIDA
INTER.OFFICE MEMORANDUM
To William J. Schaut
Procurement Supervisor
DATE; August 30, 1988 "`E:
SUUECT: Bid No. 87-88-138
FROM! Edith M. Fuentes, Direct I REFERENCES:
Building & Zoning Depart
m
ENCLOSURES;
This Department has verified available funding with the Departments
of Finance and Management & Budget that funds are available to cover
the cost of the subject bid in the amount of
$ 17,700.00 Account Code Number 319101-810-34110�
FINANCE REVIEW & APPROVED BY:
Carlos Garcia, Director
Department of Finance
BUDGETARY REVIEW & APPROVED BY:
Manogar Surana, Director
Department of Management
& Budget
ADDITIONAL APPROVALS
(IF REQUIRED)
erRodriguez
A ant City Manager
e 3 D i r e c
Buil7iffg & Zoning
Department
(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.)
r V
ITEM
DEPARTMENT:
TYPE OF PURCHASE:
REASON-.
POTENTIAL BIDDERS:
BIDS RECEIVED:
TABULATION:
FUNDS:
AWARD OF BID
Bid No. 87-88-138
Demolition of structures
Building and Zoning
Short Term Contracts
The site is part of the Overtown
Parkwest Development Project
24
3
Attached
Community Development Demolition Fund
Account No. 319101-810-341105
MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to
-five black, eight 8) hispanic and three (3) woman -owned
firms engaged in the demolition business as located in the
following sources:
1. New Vendors Applications
2. Dade County Minority Register
3. Previous bids on file in the Procurement Mgmt. Office
4. Yellow Pages Telephone Directory
Minority response consisted of bids received from two (2)
hispanic firms, including Juelle, Inc., the recommended vendor.
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
Black American 2 0
Hispanic American 7 2
Woman Owned 2 0
Non -Minority 2 0
New Bidders
Black American 3 0
Hispanic American 1 0
Woman Owned 1 0
Non -Minority 6 1
Courtesy Notifications 15 0
"No Bids" -
Late Bids -
Totals 39
:�- sss
• tr.,n
2'sryT y.
F �Y
Page i of 2
}
RZCO[WMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE MADE TO JUELLE, INC. FOR A TOTAL
PROPOSED AMOUNT OF $17,700.00.
`\ • C .
rocurement Supervisor
ate
The Minority i Women Business Administrator concurs with the
above recommendation.
Minority & Women Business
Administrator
,� Z.,, 3; . ?-e
Date
•
9
�
i
7
y,t 2 si
t �s
j xp�
'i ir3.
��tiry
3
09
�;
Y� T .4�— ..;4 tr..•. YLl
7 �,°Fi M „� F :}., Y .fit.. '•�� Y ,.5 i a '"Nk. J' r}e,.-.,
60
n
TABULATION
BID NO. 87-88-138
DEMOLITION OF STRUCTURE
OPENED ON AUGUST 24, 1988 AT 2s30 P.M. AT THE CITY CLERKS' OF!'Ics
TREE MASTERS, INC. $18,444.00
ATLANTIC CONSTRUCTION •$44,475 ;00
JUELLE, INC. $17,700.00
HISPANIC
NON -MINORITY
woww-OwNED
r