HomeMy WebLinkAboutR-98-0332J-98-391
4/3/98 9 8- 332
RESOLUTION N0.
A RESOLUTION ACCEPTING THE BIDS OF MCO
ENVIRONMENTAL, INC., ENVIRONMENTAL CONTRACTORS,
INC., AND ASBESTOS CERTIFIED TECHNICIANS, INC., FOR
THE PROVISION OF ASBESTOS REMOVAL SERVICES
CITYWIDE ON AN AS -NEEDED, WHEN -NEEDED CONTRACT
BASIS FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION
TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR
PERIODS, FOR THE DEPARTMENT OF BUILDING AND
ZONING, AT A TOTAL PROPOSED ANNUAL AMOUNT OF
$150,000.00; ALLOCATING FUNDS THEREFOR FROM THE
DEPARTMENT OF COMMUNITY DEVELOPMENT 23RD YEAR
BLOCK GRANT PROGRAM, ACCOUNT CODE NO.
799206.459017.6.340; AUTHORIZING THE CITY MANAGER
TO INSTRUCT THE CHIEr PHUCUREMENT OFFICtm i u iaaut
PURCHASE ORDERS FOR SAID SERVICES.
WHEREAS, pursuant to public notice, sealed bids were received March 23, 1998
for the furnishing of asbestos removal services citywide on an as -needed, when -needed
contract basis for a period of one (1) year with the option to extend for two (2) additional
one (1) year periods; and
WHEREAS, invitations for Bid No. 97-98-072 were mailed to thirty-three (33)
potential bidders, and six (6) responses were received from qualified bidders; and
WHEREAS, this service is needed prior to the demolition of unsafe structures
which have become eyesores, health and safety hazards; and
WHEREAS, the lowest bidder is designated as the primary vendor and the next two
(2) lowest bidders are to be secondary vendors, to provide the services in the instance the
primary vendor is unable to; and
CITY C010=510N
MEETING OF
,APR 14 IM
Resolution No.
WHEREAS, the City reserves the right to obtain quotes aii avvalded vendors;
and
WHEREAS, funding for this service is available from the Department of Community
Development 23rd Year Block Grant Program, Account Code No. 799206.459017.6.340;
and
WHEREAS, the City Manager and the Director of Building & Zoning recommend that
the bids received from the hereinabove vendors be accepted as the lowest most
responsible and responsive bids;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution
are hereby adopted by reference thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bids submitted March 23, 1998, by MCO Environmental, Inc.,
Environmental Contractors, Inc., and Asbestos Certified Technicians, Inc., for the provision
of asbestos removal services, on an as -needed, when -needed basis for one (1) year with
the option to extend for two (2) additional one (1) year periods, for the Department of
Building & Zoning, at a total proposed annual amount of $150,000, are hereby accepted,
with funds therefor hereby allocated from the Department of Community Development
23rd Year Block Grant Program, Account Code No. 799206.459017.6.340.
Section 3. The City Manager is hereby authorized to instruct the Chief
Procurement Officer to issue purchase orders for this service.
Section 4. This Resolution shall become effective immediately upon its adoption.
2 38- 332
PASSED AND ADOPTED thisl4th day of April , 1998.
JOE CAROLLO, MAYOR
ATTEST:
WALTER J. FOEMAN,
CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
JOEL EDWARD MA
INTERIM CITY ATTORNEY
W2434:CSK
r race with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
islation by signing it in the designated peace en r
provscJer,9r aa��^J
ir! legislati
des effective with the elapse of ten (10) days from the date of C issi ti aG o
r rding same, without the Mayor xercisitiAn;at,,
3 98— 332
TO Honorable Mayor and Members
of the City Commission
FROM: lose Garcia -Pedrosa
City Manager
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA-4
DATE: April 14, 1998
SUBJECT: Authorizing the furnishing of
Asbestos Removal Services
REFERENCES:
ENCLOSURES:
Bid No. 97-98-072
FILE :
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bids of
MCO Environmental Inc., (Cruz Hernandez Otazo, and Julio O. Otazo, owners), a Hispanic/Dade County
vendor, located at 7350 NW 7th Street, #102, Miami, Florida 33126; Environmental Contractors, Inc.,
(Kelly 1. 8t Timothy M. Moran, owners), a Non-Minority/Dade County vendor, located at 2648 W. 78th
Street, Hialeah, Florida 33016; and Asbestos Certified Technicians, Inc., (E.C. Webb, owner) a Non-
Minority/Non-Local vendor, located at 6409 Land O Lakes Blvd., Land O Lakes, Florida 34639 for the
provision of asbestos removal services on an as -needed, when needed basis for the Department of Building at
Zoning, for a period of one (1) year with the option to extend for two (2) additional one (1) year periods, at
a total proposed annual amount of $150,000.00. Funds are available from the Community Development
23rd Year Block Grant Project, Account Code No. 799206.459017.6.340.
BACKGROUND
The Department of Building 8T Zoning enforces the South Florida Building Code in order to have unsafe
structures repaired or demolished. The cases prepared by the department are presented before the Unsafe
Structures Board of Miami -Dade County. When the board rules that a property must be demolished, Florida
Statutes mandate that asbestos be removed, if deemed necessary, by a testing laboratory. City inspectors are
not able to perform this function. Removal of asbestos must be done by certified contractors in order to be
done properly and protect lives.
The Department of Building 8t Zoning has analyzed the bids received pursuant to Bid No. 97-98-072 for the
provision of asbestos removal services. Thirty-three (33) invitations for bids were mailed and eight (8)
responses were received; two (2) were deemed non -responsive because of failure to provide pricing for all
items as required, and failar'? to attend mandatory pre -bid conference as required by the Bid's Special
Conditions. The bids submitted by MCO Environmental, Inc., Environmental Contractors, Inc., and
Asbestos Certified Technicians, Inc., were deemed as the lowest most responsible and responsive bidders,
and are therefore recommended for award. The lowest bidder is designated as the primary vendor and the
next two (2) lowest bidders are to be considered secondary vendors, and should the primary vendor not be
able to provide the necessary service at the time needed, the services from the next lowest secondary vendor
will be requested, and so on. The City further reserverthe right to obtain quotes from all awarded vendors.
IGP:]P:SJV:cyb
Santiago Jorge -Ventura, Interim Director
Department of Building 81 Zoning
MemoAsbestosRem97-98-072
98- 332
BID NUMBER: 97-98-072
COMMODITY / SERVICE: Asbestos Removal Services
DEPARTMENT/CONTACT PERSON: Hector Lima
DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Department of Purchasing. The user department (s) is required to complete all remaining sections of
this form, including the funding source(s), contract value (if applicable), and all other required approvals
prior to forwarding to Purchasing.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the
resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. new forms will be utilized
by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for
Commission approval.
Should the department not concur with the recommendation for award, FAX separate justification memo to
Purchasing immediately. Emergency procurements are exempt.
IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT
REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY"
FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL
OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD.
Contact Pamela Burns of the Bid/Contract Section at 416-190ic=*1&i9Bacshould you have
any questions.
APPROVAL TO FORWARD
TO DEPARTMENT/OFFICE :
" 7W Judy S. Carter
IDikaor of Purchasing
DATE: 13 -4273—/
BIDRBCON.WC 8/8/97 PADS 1 OF 2 9 (g - 332
BID NUMBER:
97-98-072
BID AWARD RECOMMENDATION FORM
COMMODITY/SERVICE:Asbestos Removal Services
DEPARTMENT / DIVISION: Building and zoning
TERM OF CONTRACT: one (1) year with option to extend for 2 additional one (1) yr. periods.
NUMBER OF BIDS DISTRIBUTED: 33 NUMBER OF BIDS RECEIVED:8 ( 2 nonresponsive)
METHOD OF AWARD: To the 3 lowest most res oncihlP & rPcnonsive hidders, with the
lowest bidder deemed the primary and the o h r 2 lnwPst'"cecnndaries.
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
MCO Environmental, Inc.
Asbestos Certified Technicians, Inc.
Environmenatl Contractors, -Inc.
TOTAL: $150,000.00
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: The Building and Zoning Department enforces the South Florida Building
_Code in order to have open, vacant and abandoned properties repaired or
demolished The cases are presented before the Unsafe Structures Board
of Miami -Dade County. When the Board rules that a property must be
demolished, Florida Statutes mandates that asbestos be removed, if deemed
necessary, by a testing laboratory. City inspectors are not able to
able to perform this function. Removal of asbestos must be done by.a
certified contractor in order to be done properly and protect lives.
ACCOUNT CODE(S): 799206-459017
DEPARTMENT APPROVAL: BUDGET REVI APPROVAL: PURCHASING APPROVAL:
'Nepartm nt Director/ Dipak a ly,,Judy S. Carter
.jestgnee Dtrecto a Director
OTHER FUNDING APPROVALS, IF APPLICABLE: JC— I ITV TITLE:
PAGE 2 OF 2
98- 332
ASBESTOS REMOVAL SERVICES (page 2)
BID 97-98-072
Sal's Abatement Corp. DPC General
Project Development Group, Inc.
Wortech Associates, Inc.
301 NW
36 Street Contractors,
Inc.
4100 N. Powerline, Ste. 1-3
3333 W. Atlantic Blvd_ 922
Miami,
Fla. 33127 1860 N.W. 21 Terr.
Pompano Bch, Fla 3073
Pompano Bch., Fla.
Local
/ Female Miami, Fla. 33142
Non -Local / Non -Minority
Non -Local/ Non -Min,
Local / Non -Minority
ITEM
#
DESCRIPTION
COST
COST
COST
COST
I
HOURLY RATES
a) Supervisor
Regular Time
$
38.00 /hr $
24.00 /hr
N
N
b) Workers
Regular Time
$
28.00 /hr $
18.00 /hr
O
O
c) Firewatch (If needed)
$
35.00 /hr " $
12.00 /hr
2
MINIMUM CHARGE
N
N
Charge per project
S
1.275.00 /ea $
950.00 /ea
(including mobilization)
3
FLOORS (single or multiple layers)
',
R
R
a) Tile
1) Concrete substrate
S
2.75 sq.fL _� $
2.50 sq.ft.
E
E
2) Wood or plywood substrate
$
4.00 sq.fL F $
3.50 sq.ft
b) Linoleum
S
S
1) Concrete substrate
$
3.75 sq.ft . $
3.50 sq.ft.
2) Wood or plywood substrate
=; $
4.25 sq.fL $
4.25 sq.ft. -
P
P
4
WALLS
a
a) Wallboard or Drywall
$
2.00 sq.ft ' S
225 sq.ft.
O
O
b) Plaster
S
7.00 sq.fL$
2.50 sq.ft.
5
CEILINGS
N
N
a) Spray on fireproofing
$
6.75 sq fL $
6.50 sq.ft.
b) Trowel on material
$
8.00 sq.ft_ $
6.50 sq.ft.
S
S
c) Acoustic ceiling 'popcorn'
$
7.00 sq.ft $
3.50 sq.ft. ,
d) Ceiling tile
I
I
1) Tx4' suspended (incl. susp.sys.)
$
3.50 sq.ft'� $
2.00 sq.ft. "
2) 1'xl" or less
$
4.00 sq.fL? $
2.50 sq.ft.`;
V
V
6
PIPES (diameter size incl. asbestos
insulation)
E
E
a) Less than 4" in diameter
$
12.00 in.ft. $
12.00 in.ft.
b) 4" to 8"
$
15.00 in.ft" $
14.00 in.ft• .
c) 8" to 12"
$
15.00 in.ft."is $
18.00 in.ft.
d) Over 12"'
$
18.00 in.ft $
22A0 in.ft.
7
BOILER & TANK INSULATION
7 $
8.00 sq.fL $
1200 sq.ft. -
8
ROOF
a) Flashing and parapets material
$
5.00 sq.fL $
8.50 sq.ft.
b) Membrane deck material
$
3.00 sq.FL ` $
650 sq.ft.
Award based on above items
Total of above, excluding # 2
3 $
230.00 $
186.50
-
Optional Items below:
a
9
Bulk Sample Analysis, etc.
$
20.00 ea ^ ,4 $
25.00 ea
"Bidder failed to
" Bidder failed to attend
10
Prof. Asbestos Consulting Svcs
20% mkup?
12% mkup ,'
provide pricing for all
Mandatory Pre -Bid
I I
Special Jobs, etc.
20% mkup'
15% mkup '"
a
items as required by
Conference
12
Temp. Water & Elec. Svcs, etc.
20% mkup;
15% mkup. +
the bid document
13
Landfill waste disposal, etc.
20% mkup'
15% mkup`°
APPROVED BY:
Approved by:
f. Ju y S. Carter
7� Chief Procurement Officer
Director
/ Designee
1
3
Date:
Date:
=�o
Prepared by: Pamela Bums, 3/24/98
98- 332
ASBESTOS REMOVALSERVICES
BID 97-98-072
MCO Enviommental Inc. Environmental
7350
N W. 7th St., 9102
: , Contractors, Inc.
Miami, Fla. 33126
2648 W. 78th Street
Dade Co. / Hispanic
Hialeah,
Fla. 33016
Dade Co./Non-Minority
ITEM
#
DESCRIPTION
COST
COST
1
HOURLY RATES
a) Supervisor
Regular Time
$
16.00 /hr
S
35.00 /hr
b) Workers
Regular Time
$
14.00 /hr
$
23.00 /hr
c) Firewatch (if needed)
$
6.00 /hr
$
23.00 /hr
2
MINIMUM CHARGE
Charge per project
$
1.00 /ea
$
400.00 /ea
(including mobilization)
3
FLOORS (single or multiple layers)
a) Tile
I) Concrete substrate
$
2.00 sq.ft.
$
1.85 sq.ft.
2) Wood or plywood substrate
$
3.00 sq.ft.
$
2.25 sq.ft
b) Linoleum
1) Concrete substrate
$
4.00 sq.ft.
" $
2.30 sq.R
2) Wood or plywood substrate
$
4.00 sq.ft.
- $
2.60 sq.ft
4
WALLS
a) Wallboard or Drywall
$
3.00 sq.ft.
$
2.00 sq.ft.
b) Plaster
$
5.00 sq.ft.
$
3.00 sq.ft.
5
CEILINGS
a) Spray on fire proofing
S
6.00 sq.ft.
$
3.00 sq.ft.
b) Trowel on material
$
6.00 sq.ft.
$
3.00 sq.ft
c) Acoustic ceiling `popcorn'
S
5.00 sq.ft.
$
3.00 sq.ft.
d) Ceiling the
1) 2'x4' suspended (incl. susp.sys.)
$
2.00 sq.ft.
S
1.50 sq.ft.
2) 1'xI" or less
S
2.00 sq.ft.
S
1.50 sq.ft
6
PIPES (diameter size incl. asbestos
insulation )
a) Less than 4" in diameter
$
8.00 in.ft.
$
6.00 in.ft
b) 4" to 8"
S
8.00 in.ft.
$
8.00 in.ft.
c) 8" to 12"
$
8.00 in.ft.
$
12.00 in.ft
d) Over 12"
b S
10.00 in.ft.
';, $
16.00 in.ft
7
BOILER & TANK INSULATION
$
12.00 sq.ft.
$
3.00 sq.ft
8
ROOF
a) Flashing and parapets material
) $
5.00 sq.ft.
$
2.80 sq.ft
b) Membrane deck material
$
2.00 sq.ft.
S
2.30 sq.ft
Award based on above items
Total of above, excluding # 2
$
131.00
157.10
Optional Items below:
�;
9
Bulk Sample Analysis, etc.
$
10.00 ea
.r $
8.00 ea
10
Prof. Asbestos Consulting Svcs
20% mkup
8% mkup
1 1
Special Jobs, etc.
20% mkup
8% mkup
12
Temp. Water & Elec. Svcs, etc.
20% mkup
8% mkup
13
Landfill waste disposal, etc.
20% mkup
8% mkup
APPROVED BY:
c%
% %-� Judy S. Carters
G Chief Procurement Officer
Date: 3 - 02 7- ��F
Prepared by: Pamela Burns, 3/24/98
Decon Environmental
Asbestos Certified
& Engineering Inc.
Technicians, Inc. (ACT)
2652
NW 31 Ave.
6409 Land
O Lakes Blvd.
Ft. Lauderdale, Fla. 33311
Land O
Lakes, Fl. 34639
Non-Local/Female
Non-Local/Non-Minority
COST
COST
$
28.00 /hr
S
18.00 /hr
_ $
15.00 /hr
S
15.00 /hr
$
8.00 /hr
$
12.00 /hr
$
1.00 /ea
S
/ea
f^F
$
4.50 sq.ft.
S
-
1.95 sq.ft. , �•��
$
5.00 sq.ft.
$
3.50 sq.ft.
$
5.00 sq.ft.
$
4.00 sq ft.
$
5.00 sq.ft.
S
5.00 sq.ft.
$
3.00 sq.ft.
$
2.75 sq.ft.
$
4.50 sq.ft.
S
4.95 sq.ft.
$
7.50 sq.ft.
$
7.00 sq.ft.
$
7.50 sq.ft.
$
8.00 sq.ft.
$
5.00 sq.ft.
$
5.00 sq.ft.
S
2.75 sq.ft.
$
2.00 sq.ft.
S
2.00 sq.ft.
$
2.00 sq.ft.
$
7.00 in.ft.
$
8.00 in.ft.
$
8.00 in.ft.
$
9.00 in.ft.
$
9.00 in.ft.
$
10.00 in.ft.
$
15.00 in.ft.
$
10.00 in.ft.-
S
12.00 sq.ft.
$
17.00 sq.ft.
$
3.00 sq.ft_
S
6.75 sq.ft.
$
2.75 sq.ft.
$
2.25 sq.ft.
$
159.50
$
154.15
25.00 ea
S
8.00 ea
15% mkup
10% mkup
15% mkup
'
18% mkup
10% mkup
18% mkup
15% mkup
18% mkup
Approved
by:
4Dir
/Designee
Date: 3
L� L G
9R- 332
-Cry of Miami, Florida
Mailing Date: March 6, 1998
Bid No.: 97-98-72R
Bid No. 97-98-72
6.1 BID INFORMATION FORIN'i
Buyer: Pamela Burns
Telephone: 305-416-1905
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
CONTRACT FOR ONE (1) YEAR WrM OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1)
YEAR PERIODS
FOR
910-38: ASBESTOS REMOVAL
We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MIDST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
10 number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
r 0 number of calendar days required before commencement of work.
Delivery will be made within 10 calendar days after receipt of purchase order. _
Terms: 21/6-10 days Net 30 days Additional discount of NIL% if awarded all items.
(include cash discount for prompt payment, if any)
Contact Person/Telephone: Julio 0. Otazo, Vice President (305) 264-6821
Warranty and/or guarantee:
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all
terms and conditions of this bid and certify that I am. authorized to sign this bid for the bidder. Please print the
following and sign your name:
Firm'sName: MCO Environmental, -Inc. ,Tet phone: (305) 264-6821
Principal Business Address: 7350 NW 7ttr S't;.-' - (305) 266-253
# 102, Miami, F1 33126 Iv"ame,: Ju io 0. Ot
Mailing Address: 7350 NW 7 St. ;r 102lll�,' Vice Presi
Miami Florida 33126 ...Authorized Signature: 11i o V S��
(-iry of Miami, 1-Ionda W` Bid No. 97-98-72
VENDOR BACKGROUND INFO.t.vIATION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question -
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: MCO Environmental, Inc.
COMPANY OFFICERS:
President Cruz Hernandez Otazo
Secretary Julio 0. Otazo
COMPANY OWNERSHIP:
Cruz _Hernandez Otazo
Julio 0..0tazo
LICENSES:
Vice President Julio 0. Otazo
Treasurer Cruz Hernandez Otazo
1. County or Municipal Occupational License No.
(attach copy with bid)
2. Occupational License Classification
3. Occupational License Expiration Date:
4. Metro -Dade County -Certificate of Competency No._
(attached'copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. 65-0071155
EXPERIENCE:
55 % of ownership
45 % of ownership
% of ownership
% of ownership
215004-3
196 - Specialty Building
September 30, 1998
CCN CJC046271 Asbestos Abatement
6. Number of Years your organization has been in business: 10 years
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: 10 years
8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 10 vaa r5
98- 332
,,�ami, Florida
bid No. yr-ya--,�
6.1 BID INFORMATION FOt
Mailing Date: March 6, 1998
Bid No.: 97-98-72R
Telephone:
Buyer: Pamela Burns
305-416-1905
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
CONTRACT FOR ONE (1) YEAR WITH OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1)
YEAR PERIODS
FOR
910-38: ASBESTOS REMOVAL
We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
N/A number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
2 number of calendar days required before commencement of work.
Delivery will be made within N/A calendar days after receipt of purchase order.
Terms: 20/6-10 days Net 30 days X Additional discount of % ifawarded all items.
(include cash discount for prompt payment, if any)
Contact Person/Telephone: KELLY J. MORAN, PRESIDENT (305) 556-6942
Warranty and/or guarantee: 1 YEAR
All exceptions to this bid have been documented in the section below.
EXCEPTIONS: NONE
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all
terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the
following and sign your name:
Firm's Name: ENVIRONMENTAL CONTRACTORS INCTelel
Principal Business Address: 2648 W 78TH ST Fax:
HIALEAH, FL 33016 Nam
Mailing Address: 2648 W. 78TH STREET Title:
HIALEAH, FL 33016 Auth
9S- 332
6.` `VENDOR BACKGROUND INFORI",MON
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: ENVIRONMENTAL CONTRACTORS, INC.
COMPANY OFFICERS:
President KELLY J . MORAN
Secretary KELLY J . MORAN
COMPANY OWNERSHIP:
KELLY J. MORAN
TIMOTHY M. MORAN
NOT APPLICABLE
NOT APPLICABLE
Vice President NONE
Treasurer NONE
LICENSES:
1. County or Municipal Occupational License No. 205187-8
(attach copy with bid)
2. Occupational License Classification 196 SPECIALTY BUILDING
3. Occupational License Expiration Date: SEPTEMBER 30, 1998
4. Metro -Dade County Certificate of Competency No. CC # 000016865
(attached copy if requested in Bid or RFP)
5. Social Securitv or Federal I.D. No. 59-2537644
EXPERIENCE:
6
7
8
Number of Years your organization has been in business: 13 YEARS
91 % of ownership
9 % of ownership
% of ownership
% of ownership
Number of Years experience BIDDERIPROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: 15 YEARS
Number of Years experience BIDDERIPROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 13 YEARS
Z 98 - 332
City of Miami, Florida _
Bid No. 97-98-72
6.1 BID INFORMATION FOh.rt
Mailing Date: March 6, 1998 Buyer: Pamela Burns
Bid No.: 97-98-72R Telephone: 305-416-1905
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
CONTRACT FOR ONE (I)YEAR WITH
FOR TWO (2) ADDITIONAL ONE (1)
YEAR PERIODS
FOR
910-38: ASBESTOS REMOVAL
We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
?e.,r Pc o,,ec.� Size number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
1 v :3a4s �,q ryClee number of calendar days required before commencement of work.
Delivery will be made within l G calendar days after receipt of purchase order. —
Terms: 29/6-10 days X_ Net 30 days
Additional discount of
% if awarded all items.
(include cash discount for prompt payment, if any)
Contact Person/Telephone: Greg Maslows>a 800/989-3350 or 813/996r3350
Warranty and/or guarantee:
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all
terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the
following and sign your name:
Firm's Name: Lesbos wed `Il3dhak!",1M Telephone: 8L3A)%-335D Q' 8�-M9-3350
Principal Business Address: 6409 lard O LakEs $tvd Fax: 8LJ 39 55M
lard O Lalam, EL 34639 Name:
Mailing Address: see Title: PmjeCt I431139er
Authorized Signature: _
98- 332
-*100 0% Bid No. 97-98-72
f VENDOR BACKGROUND INFOi,4ATION
_.,,;TRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: Asbestos Certified Ztachnicians, Inc.
COMPANY OFFICERS:
President E.C. Wtb
Secretary
COMPANY OWNERSHIP:
E.C. w1b
LICENSES:
i.
2.
3.
4.
5.
Vice President Charlm El3ck
Treasurer IVen B3kw
County or Municipal Occupational License No. 'MR
(attach copy with bid)
Occupational License Classification AEb9sbw�acbor
Occupational License Expiration Date: ftb8mbW -'10, M
Metro -Dade County Certificate of Competency No. cm-- aXX51-M3
(attached copy if requested in Bid or RFP)
Social Security or Federal I.D. No. 9: -
3033344
10D % of ownership
% of ownership
of ownership
of ownership
EXPERIENCE:
6. Number of Years your organization has been in business: Mgbt'yeaxs (sui❑e 1990)
bl
8.
Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: Mgbt yeam
Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: EW Yeam
98- 332
J-98-391
4/3/98
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BIDS OF MCO
ENVIRONMENTAL, INC., ENVIRONMENTAL CONTRACTORS,
INC., AND ASBESTOS CERTIFIED TECHNICIANS, INC., FOR
HE PROVISION OF ASBESTOS REMOVAL SERVICES
TYWIDE ON AN AS -NEEDED, WHEN -NEEDED CONTRACT
BA IS FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION
TOEXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR
PERT S, FOR THE DEPARTMENT OF BUILDING AND
ZONIN AT A TOTAL PROPOSED ANNUAL AMOUNT O
$150,0 .00; ALLOCATING FUNDS THEREFOR FROM E
DEPART NT OF COMMUNITY DEVELOPMENT 23RD AR
BLOCK ANT PROGRAM, ACCOUNT CO NO.
799206.459 17.6.340; AUTHORIZING THE CITY ANAGER
TO INSTRUCT HE CHIEF PROCUREMENT OFFI m i u ia�uE
PURCHASE OR RS FOR SAID SERVICES. ..
WHEREAS, pursuant to public otice, aled bids were received March 23, 1998
for the furnishing of asbestos removal se es citywide on an as -needed, when -needed
contract basis for a period of one (1) ye wit he option to extend for two .(2) additional
one (1) year periods; and
WHEREAS, invitations r Bid No. 97-98-0 were mailed to thirty-three (33)
potential bidders, and six (6) r onses were received fro qualified bidders; and
WHERE/tIowest
vice is needed prior to the d olition of unsafe structures
which have be, health and safety hazards; and
WHEREbidder is designated as the primary end -or and the next two
(2) lowest biddsecondary vendors, to provide the sery es in the instance the
primary vendorand
CITY OF MIAMI OFFICE OF THE CL :LERK
BID SECURITY LIST
BID ITEM: ASBESTOS REMOVAL SERVICES
BID NO.: 97-98-072
DATE BID(S) OPENED: MARCH 23, 1998 TIME 12 '•0 0 p.m.
' BIDDER
•
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
MCO ENVIRONMENTAL , INC.
See attached b
d
ENVIRONMENTAL CONTRACTORS, INC.
"
DECON ENVIRONMENTAL & ENGINEERING INC.
"
ASBESTOS. CERTIFIED
WORTECH ASSOCIATES, INC.
"
SAL'S ABATEMENT CORP.
'
DPC GENERAL CONTRACTORS, INC.
PROJECT DEVELOPMENT GROUP
,•Me ven ox�
=herej
received t►nintY cisre
ta
thesof only Y
rshe
. u�.F5 e_ in r st�� r t-
are hereby rejected as
c f c if
ny.
Person iving bid(s)
PU CHASING DEP
(City Department)
SIGNED)/��/%ili
received envelopes on behalf � a � p of
WMENT on
(Date)
City Clerk
CITY OF MIAMI !2
ADVERTISEMENT FOR BID
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, FI. 33133 for the following:
BID NO.97-98-072, Furnishing of asbestos removal services for various City Departments
OPENING DATE: 12:00 P.M. March 23, 1998
A mandatory pre -bid conference will be held at the Department of Building and Zoning, 444
SW 2►,d Avenue, 4f^ Floor Conference Room, Miami, Florida on Tuesday. March 17, 1998 at 9:00
a.m. to discuss proposed specifications. It is mandatory that a representative of the firm
attend in order to aualify to bid. The bidder is further required to carefully examine the
specifications and to inform himself thoroughly, regarding any and all conditions and or
requirements that may in any manner affect the work to be performed. No allowances will be
made because of lack of knowledge of these conditions.
FAILURE TO ATTEND THE MANDATORY PRE -BID CONFERENCE WILL DEEM YOUR BID NOW
RESPONSIVE
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2 Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-1904.
Jose Garcia -Pedrosa CITY OF MIAMI
City Manager LOGO
AD NO. 4459
- _
i
ro�'(r,Yr`oQ�
City of Miami
REQUISITION FOR ADVERTISEMENT
"
This number must
appear in the
advertisement.
INSTRUCTIONS: Please
a and attach a copy of the v rti m nt with this reauisition.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
❑ Yes ❑ No
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement
published:
is to be
10. Tye of advertisement:
Legal ❑ Classified ❑
Display
11. Remarks:
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
Date
C GS/PC 503 Rev. 12/89_
Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink coov.
u151HIBUTION: White - G.S.A.; Canary - Department