Loading...
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