Loading...
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.