Loading...
HomeMy WebLinkAboutCity of Miami letter(LTitg of 4iThtmt JOE ARRIOLA City Manager October 26, 2004 VIA FAX AND REGULAR MAIL Adorno & Yoss P.A. Attn: Thomas R. Shahady, Esq. 350 East Las Olas Boulevard Suite 1700 Fort Lauderdale, FL 33301 RE: In response to your Formal Bid Protest for N.W. 14 Street Improvement Project (3rd Bidding), from NW 34 Avenue to NW 22 Avenue (Project No. B-50686, Bid Number 03-04-129)-Revised Dear Mr. Shahady: This letter is in response to your Formal Written Protest and Notice of Intent to File a Formal Protest, which was filed in a timely basis and accompanied by the required filing fee pursuant to the City of Miami Procurement Code, Section 18-104. However, upon further reviewing both documents, it was evident of your failure to file both the Formal Written Protest and Notice of Intent to File a Formal Protest with the Chief Procurement Officer, as required by the City of Miami § 18-104, City Code. Both communications were filed with Mary Conway, CIP Director, who is not the Chief Procurement Officer. Even though this is a technicality in which the Chief Procurement Officer could have dismissed your protest, I will grant you and your client due process. The City of Miami Capital Improvement Department bid documents contained language on page 13 of 16, states that the City will accept, at the time of bid opening, certifications by the State of Florida, Miami -Dade County, and Miami -Dade Public Schools from firms designated by those agencies as minority firms (Black -owned, Female -owned, and Hispanic -owned) and those firms must be subsequently certified as a minority firm by the City of Miami after the bid opening as directed by the City's Purchasing Department. This is a matter of responsibility. Based upon this language, I am directing the Capital Improvement Director and the City Manager to rescind the rejection of all bids. Upon said rescission, your client, Williams Paving Company, will be granted the opportunity to submit their subcontactors' (H& J Asphalt, J&M Parking Lot, and Barreiro Concrete, as listed in their bid) certifications issued by only those agencies cited above. Upon taking such corrective action, Williami Paving's subcontractors should then be certified as a minority firm by the City of Miami before the scheduled City of Miami Commission meeting on October 28, 2004. Should Williams Paving and its' subcontractors act in accordance with these instructions, the Chief Procurement Officer will deem Williams Paving Company, the lowest responsive and responsible bidder for the bid entitled "N.W. 14 Street Improvement Project (r' Bidding), from N.W. 34 Avenue to N.W. 22 Avenue (Project No. B-50686, Bid Number 03-04-129) and; therefore, uphold your bid protest. DEPARTMENT OF PURCHASING 444 S.W. 2nd Avenue, 61' Floor Miami, FL 33130 (305) 416-1900 Fax: (305) 4'I6.1925 / Mailing Address: P.O. Box 330708 Miami, Florida 33233-0708 F-Mail Address: purchase@ci.miami.fl.us Website: http://ci.miami.fl.us This matter has been reviewed with the City Manager and City Attorney and they both concur with my decision. Said decision is scheduled to be heard by the Miami City Commission on October 28, 2004, and subject to their approval. The meeting will begin at 9:00 a.m. Respectfully, cos rem-nt Officer Cc: Joe Arriola, Chief Administator/City Manager Linda Haskins, Chief Financial Officer Jorge L. Fernandez, City Attorney Rafael Suarez -Rivas, Assistant City Attorney Mary Conway, Director, Dept. of Transportation Williams Paving Company, Inc. Attn: Ron Smith, Vice President 11300 N.W, South River Drive Medley, FL 33178 2