HomeMy WebLinkAboutR-86-0332►�-86-369 =
RESOLUTION NO. SG-33 -
A RESOLUTION ACCEPTING THE BID OF TREE
MASTERS, INC. AT A TOTAL PROPOSED COST OF
$14,525.00 AND CUYAHOGA WRECKING CORP. AT A
TOTAL PROPOSED COST OF $20,813.00 FOR THE
DEMOLITION OF VARIOUS STRUCTURES TO THE
DEPARTMENT OF FIRE, RESCUE AND INSPECTION
SERVICES AT A TOTAL PROPOSED COST OF
$35,338.00; ALLOCATING FUNDS THEREFOR FROM
THE COMMUNITY DEVELOPMENT PROGRAM WITH
RECOVERY BY NORMAL LIEN HOLDING
PROCEEDINGS; AUTHORIZING THE CITY MANAGER
TO INSTRUCT THE ASSISTANT CHIEF PROCUREMENT
OFFICER TO ISSUE PURCHASE ORDERS FOR THIS
SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received March 19, 1986 for the demolition of various structures
to the Department of Fire, Rescue and Inspection Services; and
WHEREAS, invitations were mailed to thirty nine (39)
potential suppliers and two (2) bids were received; and
WHEREAS, funds for this purchase are available in the
Community Development Program with recovery by normal lien
holding proceedings; and
WHEREAS, this service will be used by the Department of
Fire, Rescue and Inspection Services for the purpose of
demolishing vacant, unsecure and unsafe structures; and
WHEREAS, the City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend that
the bids received from Tree blasters, Inc. and Cuyahoga Wrecking,
Corp. be accepted as the lowest responsible and responsive bids;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The March 19, 1986 bids of Tree Masters,
Inc. at a proposed cost of $14,525.00, Cuyahoga Wrecking Corp. at
a proposed cost of $20,813.00 for the demolition of various
structures to the Department of Fire, Rescue and Inspection
Services at a total proposed cost of $35,338.00 are hereby
accepted with funds therefor hereby allocated from the Community
Development Program with recovery by normal lien holding
proceedings.
Ctrs COMMUstox
MEETING OF
h ..0
Section 2. That the City Manager is hereby authorized
to instruct the Assistant Chief Procurement Officer to issue
Purchase Orders for this service.
PASSED AND ADOPTED this 7th day of MAY 1986.
PREPARED AND APPROVED BY:
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVE/AS,31"O FORM AND CORRECTNESS:
LUCIA A. DOUGH�R
CITY ATTORNEY
XAVIER L. SUAREZ
MAYOR
8f -332
C
�� U Ste✓ it/ & AJ G�oPGs
1 ` BID SECURITY
IT Demlition of structures at various locations DATE RIDS RECEIVE10 1QRA �.nn
85-86-62
TYPE OF SECURITY
BIDDER
TOTAL
Jerry Land Development Corp
6465 S. W. 31 Street
Broken down by items
,
Rolly Clearing
3130 N. W. 101 St
Miami, F1
Cuyahoga Wrecking Corporation
1790 Service Road
Opa Locka
Taite Construction
219 N. E. 20 Street
Miami, F1
Tree Masters, Inc.'
3511 Toledo Street
Coral Gables, Fl
L. Jones Land Clearing Service
P. O. Box 510174
Miami, F1
"
Cazo constr. Corp(right envelope with
wrong bid)
aj- O fA- j-:��
89691►a 410 640wo 880/vsbo1 *bock• thl of I:�......
it Ile
LEGAL ADVERTISEMENT
&TD NOS BS--B6-62
the City Mana er an Ci y Clerk
Sealed bids will be received by Y ;00 p.m. March 19
o the City of Miami, Florida not later tha
1986 for furnishing All Labor sandoi�1�herDepartmentials for hofDFmre,tRescue
tructures at various location
and Inspection Services.
Ordinance No. 10062 established a goal of Awarding 51$ of the
for All Goods and
City's total dollar volume of all
and a WeS
omen Minority Business
Services to Black, Hispanic
Enterprises on an equal basis.
Minority Vendors who are the Citested in lveridors are advised
tting bids and who
are not registered with Y as minority
to contact the City Purchasing Office, 1145 N.W. llth Street,
Room 126, Telephone 579 638
Detailed specifications for the bids are available upon request
at the City Purchasing Office.
The City Manager may reject all bids and readvertise.
(Ad No. 3434)
Cesar Odio
City Manager
,`��,
L1 A
8E--332
�nMr M MwwlXx
Legal WIN 4aM
:,arch 5, t986 Did t4-
MOIwd�
c,. .. ' c l
t
i
"'
' OO NOR rM "LOW TM L#ML pM WE Op ft4Ata OWWMAN iT IM LY. _
V
REQUISITION FOR ADVERTISEMENT This number must appearin the advertisement.
k.1 C 11,: 1 111
DEPT/DIV-
ACCOUNT CODE 4 0 0 _6
PHONE APPROVED BY:
DATE
PREPARED BY DIRECTOR OF ISSUING DEPARTMENT
times.
Publish the attached advertisement
(number of times)
Type of advertisement: legal classified display
(Check one)
Size: Starting date
First four words of advertisement:
Remarks*
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF
LINE PUBLICATION ADVERTISEMENT INVOICE AMOUNT
0
F.
A-1 1q:L T vu
B-2 Diara.0 1,asaluuerica�
C-3
D-4
E-5
=F8
F5 F7
F3 F4 - 5 F9 F10 F111 F12
F7 D
UE DATE PROJECT
VOUCHERMM Adv. Doc. Reference VENDOR INDEX CODE OBJECI
iTIRANS MM DD
71
2
39 42 145 50,51
13 1 11718 2534 56 57 62 63 6566 --- - -
11 V 2 8 F [�L H I I I
0 1 2 4 1 1 P -T-= MO2 T7FEELLLL 1 1 36 64 DISCOUNT 69 72 AMOUNT 80
1 2 3 4 7 8 V P 12314,15 DESCRIPTION
5T2 MOO 2 0 1
Approved for Payment
Yellow - Finance Pink - Department
White - Purchasing
86-332
CITY OF MIAMI• FLORIDA
INTER -OFFICE MEMORANDUM
r� TO. Art MullinsDATE- March 19, 1986 FILE.
General Services Administration -
SUBJECT. Cato Construction Corp.
Bid #85-86-62
FROM:*"M RAI REFERENCES.
City Clerk ENCLOSURES.
In opening today's bid #85-86-62, we found that the bid frm Cazo Construction
Corp. came in the right envelope but the bids were for Monday, March 17, 1986.
We are forwarding it to you for your information and final decision.
MH:smm
V
86--332
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
March 19, 1986 FILE:
DATE
TO. Art Mullins
General Services Administration SUBJECT. CaZO Construction Corp*
Bid #85-86-62
FROM. wMamv �uTiW liREFERENCES:
MAM Hn
City Clerk ENCLOSURES:
In opening today's bid #85-86-62, we found that the bid from Cato Construction
Corp. came in the right envelope but the bids were for Monday, March 17, 1986.
We are forwarding it to you for your information and final decision.
MH:sm
86-332
{
CITY OF MIAM1. FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of the City Commission
0
FROM: Cesar Odio
City Manager
DATE: MAY 1 19W FILE:
SUBJECT: Resolution and Award
of Bid for Demolition
of Structure - Bid
No. 85-86-62
REFERENCES:
For City Commission
ENCLOSURES: Meeting of May 7 , 1986
It is recommended that the award be made and a
Resolution be passed accepting the lowest
responsible and responsive bids as received from
Tree Masters, Inc., for the demolition and
clearing away of debris from the property located
at 44 "A" & "B" S.W. llth Street and 176 N.W.
17th Street at a total cost o ,525.00 2 and
from Cuyahoga Wrecking Corp., a contractor, for
the demolition and clearing away of debris from
the properties located at 3601 & "A" S.W. 37th
Avenue (Douglas Road) and 284 N.W. 58th Street at
a total cost of 20,813.00 for a total proposed
amount o .
Pursuant to public notice, sealed bids were received March 19,
1986 for furnishing materials and equipment needed to demolish
and clear away of debris from the structure as directed by the
Fire, Rescue and Inspection Services Department, Code Enforcement
Section.
The subject buildings has become eyesores. They are vacant,
unsecured, havens for vagrants; and represent a hazardous
situation for police officers and firefighters. These conditions
along with public concern for safety justify our request for
their demolition.
Funds for these purchases are to be provided by the Community
Development Program with recovery by normal lien holding
proceedings.
11
86--332
-;.
AWARD OF BID
Bid No. 85-86-62
ITEM: Demolition of Various Structures
DEPARTMENT: Fire, Rescue & Inspection Services
TYPE OF PURCHASE: Short term contract
REASON: The subject buildings are vacant,
unsecured havens for vagrants; and
represent hazardous situation for
police officer and firefighters.
POTE14T IAL BIDDERS: 39
BIDS RECEIVED: 2
TABULATION:
BIDDER AMOUNT
Tree Piasters, Inc. $14, 525.00
Cuyahoga Wrecking Corp. $20,813.00
FUNDS: Community Development program with
recovery by normal lien holding
proceedings.
MINORITY PARTICIPATION: Invitations to Bid were sent to
fifteen 1 Black and fourteen (14) Hispanic firms engaged in
the construction and demolition business, as located in t1iese
sources:
1. Previous bids on file in Purchasing
2. Dade County Minority Vendor Directory
3. Yellow Pages telephone book.
Minority 'response consisted of one (1) bid and one (1) "no bid"
from Hispanic firms and three (3) "no bids" from Black firms.
BID EVALUATION:
All bids meet the specifications.
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Category Invitations Mailed Responses
Prior Bidders
Black American 7 0
Hispanic American 5 1
Non -Minority 2 1
New Bidders
Black American 8 0
Hispanic American 9 0
Non -Minority 8 0
Courtesy Notifications 11 0
"No Bids" - 4
Late Bids - 0
Totals 50
Reasons for "No bid" were as follows:
1. Jerry Land Development Corp. - "No demolition license."
2. Rolly Clearing - "No demolition license"
3. Taite Construction - "No Insurance"
4. L. Jones Land Clearing Services - "No demolition
license."
Page 1 of 2
86-332.
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO TREE �4 STERS INC. IN THE
ESTIMATED AMOUNT OF $14,525.00 AND
CUYAHOGA WRECKING CORP. IN THE
ESTIMATED AMOUNT OF $20,813.00 FOR A
TOTAL ESTIMATED AMOUNT OF AMOUNT OF
$35, 338.00.
Assistant Chief Procurement officer
Date
The Minority Procurement Officer concurs with the above
recommendation.
fficer
zV 154
Dat
Page 2 of 2 SG-- 332.