HomeMy WebLinkAboutR-85-0589A ASSOLUT1014 ACCEPTING THE BID OF MIRI
i` CONSTRUCTION FOR CLEARING THE LOT LOCATED
o- AT 531 THRU 599 N.W. 11TH STREET FOR THE
DEPARTMENT OF SOLID WASTE AT A TOTAL COST
{gip $7# 300.00, ALLOCATING FUNDS THEREFOR
FROM THE 1984-85 OPERATING BUDGET OF THAT
DEPARTMENT, AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE ASSISTANT CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR THIS
SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received April 8, 1985 for clearing the lot located at 531 thru
599 N.W. 11th Street for the Department of Solid Waste; and
WHEREAS, invitations were mailed to 39 potential
suppliers and 5 bids were received; and
WHEREAS, funds for this purchase are available in the
1984-85 Operating Budget; and
WHEREAS, this service will be used by the Department of
Solid Waste for the purpose of clearing the lot located at 531
thru 599 N.W. llth Street for Code Enforcement; and
WHEREAS, The City Manager and the Director of the
Department of Solid Waste recommend that the bid received from
Miri Construction 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 April 8, 1985 bid of Miri Construction
for clearing the lot located at 531-thru 599 N.W. llth Street for
the Department of Solid Waste at a total cost of $7,300.00 is
hereby accepted with funds therefor hereby allocated from the
1984-85 Operating Budget of that Department.
[CITY COMMISSION
MEETING OF
JUNQI3 1985
ior� n .....5
Soetibn 2, 'That the City Manager is hereby authorized
to instruct the Assistant Chief Procureffient officer to issue a
Pur,ohase order fbr this gerViCe,
PA99ED AND AfDOPT9b thia.,13,th -day of .June
- - TEST:
-RALVIi -G.ONGIE, CITY CLLMK
PREPARED AND APPROVED BY:
x, *44X
ROBERT F. LrLARK
DEPUTY CITY ATTORNEY
7 APPROV96�S TO FORM AND CORRECTNESS:
CITY A
Y
---Maur j-4e.-A c—fttr�---
MAURICE A. FERRE
MAYOR
o
BID sFcuaifv
�b `a +` nr a1 3ti 99 W. 11 St. Dee 6101 tetGE111t:b—_Nlay_ 6i 1985 2s00 p.m.
84-85-66
TYPE OF SECURITY
eitiDEU
TOTAL
ANDUN I
Cuyahoga Wrecking Corp
1790 Service Road
rx Opa Lka, Fla 33054
F�
$38, 000
Southeastern Engineering Contractor
P.O.Box 4923
Hialeah, F1 33014
$46,230
MIRI Construction, Inc.
7340 S. W. 121 St
Miami, Fla 33156
$7,300
A.J. Parker
143 N. W. 110 Street
Miami, Fl 33168
$9,800
.:.I ones Land Clearing
P. O. Box 510174
Miami, F1 33151
$12,
NO BID:
Noxon Construction Corp.
Wildcat
All Type Projects, Inc.
Chif Demolition Inc.
Tenple`s Heavy Hauling, Inc.
**c61vw elwcku tlit� day o1 1L�
..,,..... w,
LtdAL ADVERTISEMENT
Sealed bids will be received by the City -Clerx
of the City of Miami# Plorida not later than <U-�QOP�Iff- - -�H& - 60-
Wfor furnishing all Labor and Hateriale for Lot Clearing the
r5perty located at 331-999 S.W. Ilth Street, for the bepartment
of Solid Waste,
Ordinance No. 9775 established a goal of Awarding 50% of the
City*s total dollar volume of all expenditures for All Goods and
Services to Black and Hispanic 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 Purchasing office. 1145 N.W. 11th Street,
Room 126# Telephone 579-6380.
Detailed specifications for the bid are available upon request at
the City Purchasing office*
The City Manager may reject all bids and readvertise.
(Ad No. 3048)
Sergio Pereira.;,
City
Manager
Cb IT
®
n1pOmw
REQUISITION FOR ADVERTISEMENT iff tft� eft 'ti�t#fTtertt.
Digqptav
APPWAD
PHONE
c
PWARM BY bI StTon OF ISSUING (�E(SARTMENT
•
Publish the attached advertisement (nuiHber tit ilmes)
Type of advertisement: legal - `}--} -----
classified -- - .... display _...,._ ..F�
(Check One)
Starting date -
I Size: -
First four words of advertisement:
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF
ADVERTISEMENT INVOICE AMOUNT
LINE PUBLICATION
0 ;i ami News
A-1 Miami_ Times
B-2 Diario Las AvueriCas
C-3
D•4
1
E-5
F5 F7 FS
F3 F4
F9 F10 F11 F12
DUE DATE Adv. Doc. Reference VENDOR INDEX CODE OBJE PROJECT
LINE TRANS VOUCHER YY MM DD
71
11 13 17 18 25 34 39 42 45 50 51 56 57 62 63 65 66
2 0 2 2 8 7
0 1 2 4 1 V P 36 64 DISCOUNT 69 72 AMOUNT 80
1 2 3 4 7 8 V P 121314 15 DESCRIPTION
5 2 010120 1
cxA, ropy• Silvia Me-nct07,a '- City x kg Approved for Payment
f..
CITY Oft MIAMI. PLOPIOA
INTER -OFFICE MEMORANDUM
to. The Honorable Mayor and bnrs:
bars of the City Cc-mr gs on
su 6:llEtt:
rl�aM: Sergio Pereir fkt:PthV4CtQ: Awarding g of Bid #84-85-65
City Manager N�
ENtLCbUpE5:
"It is remanded that Bid #84-85-66 be awarded
to MiRI Construction Ccrqany in the amount of
$7,300.00 for performance of a lot clearing at
531 thru 599 MI llth Street."
The Department of Solid waste is responsible for notifying owners of property when
vacant lots become overgrown or full of debris. In this instance, the owners
failed to clear the lot within the time frame allowed by the Code. k'e therefore
were bound to seek bids for the work.
Our Code Enforcement division has the funds available for this work in their
' general fund budget. 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 $2,500.00, we recomlend the awarding of the bid to
NMI Construction as soon as possible.
0
4
I.:
DEPARTMENT
'HYPE OF PURC ASE
REASON
POTENTIAL BIDDERS!
SIDS RECEIVED:
_ % _ TT T MT _.T _
AWAA bV S i D
aid Nth. 84
Lot Clearing at filth
Street
Solid Waste
Short term contract
Lot Clearing
39
5
BIDDER/MINORITY CLASSIFICATION TOTAL BID
Hirl Construction, Inc.(Hispanic) $ 7,300.00
A. J. Parker (ton -Minority) 9,800.00
L. Jones Land Clearing (Black firm) 12,000.00
Cuyahoga Wrecking Corp. (Von -Minority) 38,000.00
Southeastern Engineering Cont. (Hispanic) 46,230.00
FUNDS: 1984-85 Operating Budget
MINORITY PARTICIPATION: Invitations to bid were sent to
thirteen 13 Black and thirteen (13) Hispanic firms engaged in
the lot clearing , as located in these sources:
1. Metropolitan Dade County Minority Vendor Directory.
2. Bidder applications on file in Purchasing.
3. Previous bids on file in Purchasing.
Minority response consisted of one (1) bid from a black firm and
two (2) bids from hispanic firms, including Miri Construction,
Inc. the awarded bid.
BID EVALUATION:-. All bids meet the specifications.
Category
Prior Bidders
Black American
Hispanic American
Non -Minority
New Bidders
Black American
Hispanic American
Non -Minority
Courtesy Notifications
"No Bids"
Late Bids
Totals
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Invitations Mailed Responses
4
3
1
9
10
12
10
49
P490 1 of 2
1
0
0
0
2
2
0
5
0
10
■
■
�j
Reasons for "No Did" were as foll6vss
Is Noxon Constructions "Not available to partidipato at this
time."
2. Wildcat. "No bid."
3. All Type projects, Ins. "No bids"
4. ail Chief Demolition. "please remove us from bidders list
in this category only"
S. Temple's Heavy Hauling, Inc. "Not equippers for land
clearing."
RECOMMENDATIONt IT IS RECOMMENDED THAT THE AWARD BE
MADE TO MIRti CONSTR UCTION COMPANY IN
THE TOTAL AMOUNT OF $7,300.00.
ASSiSt. Ch'19 Procurement O cer
Date
The Minority Procurement Officer concurs with the above
recommendation.
Officer
Date