Loading...
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•