Loading...
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