HomeMy WebLinkAboutR-86-060510+ V� w FYI V to
RESOLUTION PIU. SG 605
A RE:;OLUTIOO ACCEPTING THE 13ID OF ROBEi<T MC
I[iTYRE DBA A & B LAWN SERVICE COMPAVY ^OR
i URNic3j'TNG LOT CLEARIUG SERVICES :�T 4861
N.'nl. 7TH STREET TO THE DEPARTIMENT OF SOLID
wA6TE AT A TOTAL PROPOSED CObT OF
$5,500.00; ALLOCATING FUNDS THEREFOR FROM
THE l-)86 OPERATING BUDGET; AUTHORIZING THE
CITY t3ANAGER TO INSTRUCT `rH E CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received June 2, 1986 for furnishing of Lot Clearing Services to
the Department of Solid Waste; and
WHEREAS, invitations were mailed to 30 potential
suppliers and 5 bids were received; and
WHEREAS, funds for this purchase are available in ti:e
1985-86 Operating Budget; and
WHEREAS, this service will he used by the Department of
Solid haste for the purpose of Lot Clearing; and
WHEREAS, the City Manager and the Director of the
Department of Solid Waste recommend that the bid received from
Robert Mc Intyre dba M & B Lawn Service Company 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 June 2, 1986 bid of Robert Nc Intyre
dba M & B Lawn Service Company for furnishing Lot Clearing
Services at 4851 N.W. 7th Street to the Department of Solid Waste
at a total proposed cost of $5,500.00 is hereby accepted with
funds therefor hereby allocated from 1985-86 Operating Budget.
CITY COMMISSION
MEETING OF
JUL 24�(++1986 (('��
:SOLUTION No. 8U�Lh4
Section 2. That the City Manager is hereby authorized
to instruct the Chief Procurement Officer to issue a Purchase
Order for this service.
PASSED AW D ADOPTED this day of JULY 1986.
ATTEST:
MATT
HIRAI, C TY
CLERK
PREPARED AiJD APPROVED BY:
ROBERT F. CLARK
CriIEF DEPUTY CITY ATTORNEY
APPROVED
Lv.ira cam• ........
CITY. ATTORNEY
FORM AND CORRECTNESS:
86 605t
SIODE�
TOLL
"DUNt
M & B Lawn Maintenance
21460 S.W. 109 Ave.
Miami, F1
$5,500
Taite Construction
1655 N.E. 11� St, #37B
North Miami, F1
$11,989
Alfred LLoyd & Sons, Inc.
5800 N.W. 7th Avenue
Miami, F1
$15,000
Miri Construction, Inc.
7340 S.W. 121 St.
Miami, F1
$13,800
Finishes Unlimited,Inc
10212 S.W. 20th Terr.
Miami, F1
$24,976
NO BID:
MCO Construction, Inc.
- -A I
RECEIVED be if of URCHASING Div.-5/A lo s..S iGNED: DA E- VIM t°
R�rs�t� �� ���� M�tvti►� sMel�� Nei• �i��► • _ �:.�..
Olt "GpYMTING VIVS10"
Q
El
LEGAL ADVERTISEMENT
BID NO. 85-86-83
Sealed bids will be received by the City Manager and City Clerk
of the City of Miami, Florida not later than 2:00 p.m. June 2nd,
1986 for furnishing All Labor and Materials for o . oaring t-e
property located at 4861 N.W. 7th Street, for the Department of
Solid Waste.
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 Vendors who are interested in submitting bids and who
are not registered with the City as Minority vendors are advised
to contact the City Procurement Office, 1390 N.W. 20th Street,
2nd 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. 3450)
Z Z -Z 1"i S 1 )Al . J
Cesar Odio
City Manager
w--WS
1
9
i
�y-
" � Vu UU�uuV
nnip
REQUISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
!�3.cr Sulii': Wa-,te!
DEPTIDIV. 3 450
ACCOUNT CODE 3.:02„1-,.U5
. ; .a, l.'?8i' PHONE -r., t1
DATE APPROVED BY:
PREPARED BY :a� La .i ..1
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement
is
(number of times)
Type of advertisement: legal classified
(Check One)
display
Size: Starting date
First four words of advertisement:
_ times.
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
LINE
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
YDUE DATE Y MM DIDAdv.
Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 17
1g 25134
391210121
42 45 50
51 56
57 62
63 65
66 71
0
21411
V
P
8
7
1
12,010121011
3
4 7
8 V P 12
13114115
DESCRIPTION 36
R#W2
AMOUNT 130
5
Pink,Copy: Maria - Purchasing
Yellow copy: Silvia Mendoza - City Clerk's
Approved for Payment
White - Purchasing Yellow - Finance Pink - Department
t
86- (;Os
ix
CItY OF MIAMI. FLORIDA
INTEROFFICE MEMORANDUM
to: The Honorable Mayor and
Members of the City Commission
FROM: Cesar H. Odio
City Manager J0
DATE: July 10, 1986 PILE:
SUBJECT: Awarding of Bid #85-86-83
REFERENCES:
ENCLOSURES:
"It is recommended that Bid #85-86-83
be awarded to Robert McIntyre dba M &
B Lawn Service Camany in the amunt
of $5,500.00 for performance of a lot
clearing at 4861 NW 7th Street".
Five (5) bids were received for the lot clearing project located at
4861 NW 7th Street. Of the five (5) bids received a balance of minority
bidder participation was achieved. The pepartrtlent of Solid Waste is
responsible for notifying owners of property when vacant lots become
overgrown or full of debris. In this instance,tthe owners thefailed
e to clear
the lot within the time frame allowed by the
bound
to seek bids for the work.
Our Code Enforcement division has the funds available for this work in
their general fund budget and is exempt from the purchasing freeze. A lien
will be placed against the property until the owners reimburse the City for
the work performed.
Since this is the lowest bid by $6,489.00, we recommend the awarding
of the bid to Robert McIntyre dba M & B Lawn Service Company as soon as
possible.
s( --Gory
11
A Ot
AWARD -OF BID
Bid No. 85-86-83
ITEM: Lot Clearing at 4861 LJ.W. 7th :itreet
DEPARTMENT: solid waste
TYPE OF PURCHASE: Short term contract
REASON: Lot Clearing
PUTENTIAL BIDDERS: 30
BIDS RECEIVED: 5
TABULATION: Attached
FUNDS: 1985-86 Operating Budget
1,1INORITY PAP.TICIPATIvN: Invitations to Bid were sent to twelve
12 Hispanic, nine 9) Black and one (1) female firms engaged in
the lot clearing services, as located in these sources:
1. Previous bids on file in Procurement.
2. Metropolitan Dade County Minority Vendor Directory.
3. Bidder Applications on file in Procurement
Minority response consisted of two (2) bids from Hispanic and
two (2) bids from Black firms, including Robert Mc Intyre dba M &
B Lawn Service Co. the lowest responsible and responsive bidder,
recommen ed for award.
BID EVALUATION: All bids tweet the specifications.
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Category Invitations Mailed Responses
Prior Bidders 1
Black American 5
Hispanic American 6 2
Non-fli nor i ty 5 1
Female 0 0
New Bidders 1
Black American 4
Hispanic American 6 0
Non -Minority 3 0
Female 1 0
Courtesy Notifications 10 0
"L,jo Bids" - 0
Late Bids - 0
Totals 40 6
Reason for "no bid" was as follows:
1. MCO Construction - "Cannot comply with Insurance"
86--605
Page 1 of 2
p All"
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
14ADE TO ROBERT M! INTYRE DBA M & B
LAWN SERVICE CO- AT A TOTAL PROPOSED
AMOUNT OF $5,500.0 0.
c le procurement officer
Date
The Minority Procurement Officer concurs with the above
recommendation.
0£ lcer
\ oa e
Page 2 of 2
86-605`
L wn Maint.
Ur"t Un;t Uwe• VwA T••d
TotalT••d T••�
PricePo,.:* '•�c• ••tc•