Loading...
HomeMy WebLinkAboutR-97-0121F J-97-93 2/27/97 RESOLUTION NO. 9 7 - 121 A RESOLUTION ACCEPTING THE FOLLOWING BIDDERS FOR PLACEMENT ON A QUALIFIED BIDDER'S LIST FOR THE FURNISHING OF LOT CLEARING SERVICES AT VARIOUS CITY LOCATIONS FOR THE DEPARTMENT OF COMMUNITY DEVELOPMENT/NET: KEMP SERVICES INC.; J.L.C. OF MIAMI CORP.; A. SUAREZ LAWN SERVICE; OCEAN CROWN ENVIRONMENTAL INC.; SOUTH FLORIDA MAINTENANCE SERVICE INC.; PAINT PERFECT INC.; J. R. ALVAREZ LAND CLEARING; TRIPLE C INC.; AND TUNJOS TRADING CO. INC. ON AN AS NEEDED, WHEN NEEDED BASIS; FURTHER PROVIDING FOR THE INCLUSION OF ADDITIONAL VENDORS AT SIX (6) MONTH INTERVALS ON A CONTRACT BASIS FOR ONE (1) YEAR, WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS; ALLOCATING FUNDS THEREFOR IN THE AMOUNT OF $120,000.00 FROM ACCOUNT CODE NO. 45222-94 7-992229, AND $20,000.00 FROM ACCOUNT CODE NO. 251113-205-145001, AT A TOTAL PROPOSED ANNUAL AMOUNT OF $140,000.00; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID SERVICE AND THEREAFTER TO EXTEND SAID CONTRACTS FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME PRICES, TERMS AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, the City shall establish a "Qualified Bidder's List" through action taken by the City Commission at a duly held meeting; and WHEREAS, pursuant to public notice, sealed responses were received December 30, 1996 from various vendors to be placed on a Qualified Bidder's List for the furnishing of lot CITY COMMISSION MEETING OF FED 2 7 1997 Resolution No. 9'7- 121 clearing services on an as -needed, when needed basis, for the Department of Community Development/NET; and WHEREAS, the Department of Community Development/NET requires the use of lot clearing services at various City locations to clear lots of debris, litter, trash, and other waste on an as needed, when needed, basis; and WHEREAS, invitations for Bid No. 96-97-030R were mailed to fifty five (55) potential bidders and nine (9) responses were received from bidders deemed qualified; and WHEREAS, qualified vendors under said contract will be utilized based upon the lowest quoted cost by a qualified vendor to clear specified lot(s) at a particular time; and WHEREAS, the City of Miami reserves the right to add qualified vendors to this Contract at six (6) month intervals as it deems necessary; and WHEREAS, funds for said service are available from the Department of Community Development/NET, in the amount of $120,000.00 from Account No. 45222-947-992229, and $20,000.00 from Account Code No. 251113-205-145001, for a total proposed annual amount of $140,000.00; and WHEREAS, the City Manager and the Assistant City Manager in charge of Community Development/NET recommend that the bids received from Kemp Services, Inc.; J. L. C. of Miami Corp.; A. Suarez Lawn Service; Ocean Crown Environmental, Inc.; South Florida Maintenance Service Inc Paint Perfect, Inc.; J. R. Alvarez Land Clearing; Triple C, Inc.; and Tunjos Trading Co., Inc. be accepted and bidders be placed on the Qualified Bidder's List to perform said services on an as needed, when needed basis; L 97- 121 F 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 December 30, 1996 bids submitted by Kemp Services Inc.; J. L. C. of Miami Corp.; A. Suarez Lawn Service; Ocean Crown Environmental, Inc.; South Florida Maintenance Services, Inc.; Paint Perfect, Inc.; J. R. Alvarez Land Clearing; Triple C, Inc.; and Tunjos Trading Co., Inc., are hereby accepted for the furnishing of lot clearing services on a City- wide as needed, when needed basis, further providing for the inclusion of additional vendors at six (6) month intervals on a contract basis for a one (1) year period with the option to extend for two (2) additional one (1) year periods, with funds therefor hereby allocated, in the amount of $120,000.00 from Account Code No. 45222-947-992229, and $20,000.00 from Account Code No. 251113-205-145001, at a total proposed annual amount of $140,000.00, Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for said service and thereafter to extend said purchase contracts for two (2) additional one (1) year periods at the same prices, terms and conditions, pursuant to Bid No. 96-97-03OR and subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. 3 97- 121 PASSED AND ADOPTED this 27th day of February 1997, ATTEST: WALTER J.Q , CITY CLERK PREPARED AND APPROVED BY: G� j RAFAEL . DIAZ, DEP CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A. QUVCiN JONtSAII, CITY ATTORNEY ROD:bv:W I425 4 CAROLLO, MAYOR 97- 121 F +., CITY OF MIAMI, FLORIDA ' INTER -OFFICE MEMORANDUM TO : Honorable Mayor and Members of the City Commission FROM : a E ward Ma qu City Manag RECOMMENDATION: DATE : FM 19 07 SUBJECT :Resolution Accepting Responses from Bidders to be placed on a Qualified Bidder's List for REFERENCWt Clearing Services Bid No. 96-97-03OR ENCLOSURES: FILE : It is respectfully recommended that the City Commission pass the attached resolution accepting- the responses from the following bidders to be placed on a Qualified Bidder's List for the furnishing of Lot Clearing Services at locations throughout the City of Miami for the Department of Community Development/NET, from Kemp Services Inc., (Adeola Aderinokun and Joseph Faluade, Owners), a Black/Dade County Vendor located at 6600 N. W. 27th Avenue, Miami; J. L. C. of Miami Corp. (Douglas L U Monica E. Jemison, Owners), a Black/Dade County Vendor, located at 20880 N. Miami Avenue, Miami; A. Suarez Lawn Service (Antonio Suarez, Owner), a Hispanic/Dade County Vendor, located at 3620 S. W. 60 Avenue, Miami; Ocean Crown Environmental inc. (Larry 8z Justinah Kolapo, Owners), a Black/Dade County Vendor, located at 1031 N. W. 202nd Street, Miami; South Florida Maintenance Service Inc. (Joseph M. Infante, Owner), a Hispanic/Dade County Vendor, located at 8221 N. W. 54 Street, Miami; Paint Perfect, inc. (Everett Gay, Owner), a Black/Dade County Vendor, located at 12270 S. W. 191 Terrace, Miami; 1. R. Alvarez Land Clearing (Rufino Alvarez - Owner), a Hispanic/Local Vendor, located at 807 S. W. 25 Avenue, Suite #203, Miami; Triple C, inc. (Chris, Chris A., 81 Cecil D. Parrish, Owners), a Black/Dade County Vendor, located at 11781 S. W. 226 Street, Miami; and Tunjos Trading Co. Inc. (Patience & Michael O. Joshua, Owners), a Black/Dade County Vendor, located at 610 N. W. 183rd Street, Suite 7D, Miami, on an as -needed basis and providing for the inclusion of additional vendors at six (6) months intervals, per a contract period of one (1) year with the option to extend for two (2) additional one (1) year periods. Funds for this service will be available from the Department of Community Development/NET, in the amount of $120,000.00 from Account Code No.452222-940-799229, and $20,000.00 from Account Code No. 251113-205-145001, at a total proposed annual amount of $140,000.00. BACKGROUND: The Department of Finance has analyzed the bids received pursuant to Bid No. 96-97-03OR for the furnishing of Lot Clearing Services for the Department of Community Development/NET on a City Wide Basis. t 97- 121 BACKGROUND (Continued) Fifty five (55) Bids were mailed to potential bidders and nine (9) responses were received and deemed qualified. The City reserves the right to add qualified vendors to this contract at six (6) month intervals as it deems necessary. City -Wide Lot Clearing Services are required for the clearing of various lots and properties throughout the City. This service will be utilized to ensure lots are free from debris and illegal dumping within the City by removing the same as soon as possible at the lowest cost to the City. Vendors will be utilized from the Qualified Bidder's List who provide the lowest quote to service a specific property in a satisfactory manner at a particular time of need. MEM0030R Page 2 2 9'7- 121 L 'CV..L'Y Of` M111MI t F),0111.DA 11.117 8111 iN, (( ont.3.Itucu.l ) J M1'.111i'1'AN'.l' a 1.111) SHEET AND ATTACHMENTS MUST BE RETURNED Tr j A'I'TACIILD ENVC:I,OPE IDENTIFIED BY BID NUMBER, TIME AND D. IF 819CURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNI HOND IS ;11113M1•T TED IN THIS ENVELOPE. ' i '1'pa:mry: 11f e l _� (IncItide cash discount for prompt paynten Add i.1.1 o lvI L ci.i act:tttllt: of 0 % if awarded all items. %int ',ant.1t 111(1/01" cltta antee: Do1.1vor{y: r� �._-calendar days required upon receipt of Purchi oz Award. Number of calendar days required to complete wor „ ttt Atrordattce utit:h the Invitation to Bid, the specifications, Generi �`oltdit 3c�ttp, mid general Information to Bidders, we agree to furnish-: itt.iit�at.ei on the attached bid sheens). �}} AMES }OV COMI�ANY 014NE.R (S) : MARES OF COMP, �) 1,i.s�: i�:•itt.�i�.>,,1 btts ittass address: �sree�. add_es,s ; 40. 111 1S--97430 IPLI TE IN OF P.OPENI TH8 .POSIT _f ar�) Ord41,or Not ter art. I Spec at Pri (S): !, e 1 \ r _ j i1 .i�AJh: ��� 3f i4,3ex a g "hzz s j n~- r-,a s tA'3- _ IC: i�1� d t.�.J Y y' -aip��li>i9�i�E: r~+i]:�tSi'Stl 'i t`+P. &Sl.^, ';�ra-�3L: E_ �..�t*":..�,,.J21` �It�'•' _.Z:., 47 fT17 s.i1�i� i> $tJfia` 7?Z -s _.z t X z t; `sr ha s a r, 4��x ; .x nz r>i R r:. . ,� 1.. �: fi t"!c?� r>a:. 2i SrF' Far':'7::.� :•.�Ik; 2].3T I':`. Ji;.: �" _`"�_ __ -,*,cam - i­ t.. Ai,l 1.F ': -A r. `T+,: . i--ma.. a'. Ive 7Z%.-".,X. in r. b3_n zn, 1�L:��12uIi:. �C. �-_—i��" _ 41i��_ uE � 'A.,.�.i.'A..i.�Rt'b.......:a.�._. � �F•.,' �8� " T. ia:�i,.3i.:1��a_d.-.,..�.�.�i � ri t� ii.i rf L CITY OF MIAMI, FLORIDA - BID NO. 9.6-97-Q30R_ BID SHEET (Continued) jjyPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: N/A (Include cash discount for prompt payment, if any) Additional discount of_ZA % if awarded all items. Warranty and/or guarantee: N/A Delivery:_UAX_rcalendar days' required upon receipt of Purchase Order or Notice of Award. N/A Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the specifications, General Conditions, Special Conditions, and. General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the, attached bid sheet(s). T1• NAMES OF COMPANY OWNERS): - • NAMES OF COMPANY OFFICERS ). : DOIIGLS L. JEr*ISON DOUGLAS L. JEMISON MONICA E. JEMISON mQwTyA r _ agmTR nm a) List principal business address: (street address). 20880 NORTH MIAMI AVE, MIAMI, FLORIDA 33169 b) List all other offices located in the State of Florida: (street address) NONE (Please use the back of this page if more space is necessary) The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, in uding any amendm is thereto. Bidder: J.L.C.OF MIAMI CORP Signature: l� (company name) Date: _ nFCEMRF..R .�71'.�4F, Print Name: DO LAS L. J SON Indicate if Business is 51% Minority -owned: (Check one box only) [%-'] BLACK [ ] HISPANIC [ ] FEMALE APPTRMATTVE ACTION If firm has an existing plan, effective date of implementation: ^ N/A If 'firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. Bidder: J . L . C . OF MIAMI CORP Signature: (company name) _ Le F CITY OF MIAMI, FLORIL BID SHEET (Continued) BID NO. 96-97430 IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN T1 ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID'OPENIN( IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT C BOND IS SUBMITTED IN THIS ENVELOPE. Terms: (Include cash discount for prompt payment, if any) Additional discount of Warranty and/or guarantee: % if warded all items. Delivery: calendar days required upon receipt of Purchase Order or Notic of Award. Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Specie Conditions, and General Information to Bidders, we agree to furnish the Items) at Price indicated on the'attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address) b) List all other offices located in the State of Florida: (street address) (Please use the back of this page if more space is necessary) MTWEITY PROCUREMENT COMPL•TANCfi The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 a amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with al applicable substantive and procedural provisions therein, including any amendments thereto. Bidder:. SOA Z- C Z 1,4'Z4/ Signature: (comp nv name) Date: / a f ate! 4 Print Name :'4 giO ,y, O SL � Al2. C Z Indicate if Business is 51% Minority -owned: (Check Sne box only) [ ] BLACK [Lr HISPANIC [ ] FEMALE AVPTRMATTVE ACTION PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required t establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendi I for sample. Bidder: t�. 52� L ��4.w,!/ S� ,21i/eE Signature: (company name) 7 FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID. - F CITY OF MIAMI, FLORID] BID SHEET (Continued) BID NO. 96-97430_ - 112ORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN T. ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID•OPENINE IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT { BOND IS SUBMITTED IN THIS ENVELOPE. Terms: 21 in 10 days(Include cash discount for prompt payment, if any) Net 30 days NONE Additional discount of if awarded all items. ( r Warranty and/or guarantee's Delivery: + calendar days required upon receipt of Purchase Order or Notit of Award. 1 Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, speci Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Pric= indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): LARRY KOLAPO' AND JUSTTNAH KOT.APn TARRY a) List principal business address: (street address). 1031 NW 202nd Street,Miam oFlorida 33169 _ b) List all other offices located in the State of Florida: (street address) 1031 NIJ 202nd Straet,Miawii F'7nricIA 31163 (Please use the back of this page if more space is necessary) TNORT'iy PROCLMEMRNT COMPLIANCfi The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 amended, the Minority Procurement Ordinance of the city of Miami and agrees to comply with a applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: OCEAN CROWN ENVIRONM.NTA,'IN� Signature: }2- (company name) Date: 12/27/96 Print Name: tarry Knlapn Indicate if Business is 51% Minority --owned: (Check one box only) jxj BLACK f 1 HISPANIC f 1 FEMALE i If firm has an existing plan, effective date of implementation: • 02/02/95 If firm does not have an existing plan, the Successful Bidder(s) shall be required establish an Affirmative Action Policy, pursuant to ordinance #10062 as amended. See Appen I for sample. j Bidder: OCEAN CROWN ENVIRONMENTAL INC. Signature:_- ( company name) CATS 11n[' VA f%rk%Af%t f-Tr f%Tfn1k0 •uT. w.�•ruwu �u�w .�ww.w .•.•. w•w.. .. .. ��... Y.S � .[ ... yr ri1AM.l, FLORIDA BID SHEET (Continued' BID NO. 96-97430 IMPORTANT: BID SHEt.l' AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID•OPENL IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT BOND IS SUBMITTED IN THIS ENVELOPE. Terms: (Include cash discount for prompt payment, if any) Additional discount of �•`� if awarded all items. Warranty and/or guarantee. - Delivery: calendar days required upon receipt of Purchase Order or Notic of Award. Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Specie Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Price indicated on the, attached bid sheet(s). NAMES OF COMP R(S): NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address} r.1. Sq S+Z,-64 /-j ; 4M; F✓& S 31 bb b) List all other offices located in the State of Florida: (stree address) lit A; A)-e 1%1q ,�,c e ,C,,---7cf4ce r "�-� •J p(el n L-oA-t aAj v ; L , ; 4S r, r 2i�t1 33g (Please use thb back of t1fis page if mote spcYce is neces ary) MINORITY PRQMPMENT COMP .TT ANCfi The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, inclu a y am dments thereto. Bidder:2I P� rt c� i�/. i nature : g ( ompany name) Date: / Z Print Name: Indicate if Business is 51% Minority -owned: (Check Due box only) [ ] BLACK [J HISPANIC [ ] FEMALE AFFTRMATTME ACTTON PTAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #100 as amended. See Appendix I for sample. 7 BidderJoda;rti jo*--e Signature: (company name) ,% � 9 7 11 FAILURE TO_COMp1ETE. SI ��; _AHD RETl1RN THIS FORI'LMt�Y DISQUALIFY IRIS RID. L ITY OF MIAMI, FLOR1. - BID NO. 96-97430 BID SHEET (Continued) _ ZKPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN i ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID•OPENIN IF SECURITY IS REQUIREDt A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT BOND IS SUBMITTED IN THIS ENVELOPE. d. Ire rms: (Include cash discount for prompt payment, if any) dditional discount of if awarded all items. Warranty and/or guarantee: Delivery; r calendar days required upon receipt of Purchase Order or. Noti, :)f Award: Number of calendar days required to complete work after start. accordance with the Invitation to Bid, the Specifications, General Conditions, Spec! *ditioris, and General Information to Bidders, we agree to furnish the Items) at Pric, ,ndicated' on the* attached- bid sheet (s) . ,qAKES OF COMPANY OWNER(S): List principal business address: 1 7. £ c cJ ? L S't- NAMES OF COMPANY OFFICER(S): (street address). � 6" L1 ? /, r b) List all other offices located in the State of Florida: (street address) (Please:use the back of this page if more space is necessary) - MZNOR_T= PROCQREHM COMP+ . ANCR he undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 a nded,'the Minority Procurement Ordinance of the City of Miami and agrees to comply with al applicable substantive and procedural provisions therein, including any amendmen s thereto. 3 dder it j p 1 N (�. +'`• c' , Signature: j% z ,« �• (company name) , to: �'l- Print Name: . •, ,- <_ P r r f 1 i X,jndica",if Business is 51% Minority -owned: (Check One box only) [�HLACR [ ] HISPANIC [ ] FEMALE APFTRM TIM ACTIOU PLAN , If firm has an existing plan, effective date of implementation: k s:•, .� L' - `<.,< %c •A� If firm,.does not have an existing plan, the Successful Bidder(s) shall be required tc "establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendi: 'for sample. 7';� B dder :. % t I e C - Signature: ,v ( 04, •AP'.f, ompany name) -. Tnivr rnr-" ".ev nLrnnitAl Fr-v-r11re. n.n L CITY OF MIAMI, FLORIDA - BID NO. 96-97430 BID SHEET (Continued) - IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID -OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: �-r-2 (Include cash discount for prompt payment, if any) Additional discount of ��� % if awarded all items. Warranty and/or guarantee: Delivery: -Lcalendar days required upon receipt of Purchase Order or Notice of Award. Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General conditions, Special conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the attached bid sheet(s). PNAMES OF COMPANY OW;4ER(S) : ,+ T t Iry C E 'D NAMES OF COMPANY OFFICERCS): a) List principal business address: (street address) P,Cc 1/r w � ��C� Sf � ?� n4(e -14(, -�?l b) List all other offices located in the State of Florida: (street address) (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT CO PL.IANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. �.s l04z'� l� .�,C Signature: �4— Bidder:� �GZ ( co pany rye ) .- T o ti C Date: Print Name: C L( Indicate if Business is 51% Minority -owned: (Check One box only) [BLACK [ ] HISPANIC [ ] FEMALE APPT MATTVE ACTION PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(B) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for same Bidder: �Lw tis i Signature: I (company ame) ---- --- -- --.._. --- ---•-- - --- - - -- --- -----.... _ g'7�... 12,1 15 CITY OF MIAMI, FLORIr BID SHEET (Continued) BID NO. 96-97430 TMvORTA_r?T: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN T1 ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID•OPENIN( IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT BOND IS SUBMITTED IN THIS ENVELOPE. Terms:,,Mer __(Include cash discount for prompt payment, if any) Additional discount of �/� % if awarded a,lll- items. Warranty and/or guarantees Delivery: l.f calendar days required upon receipt of Purchase Order or Notic of Award. )eoG Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the specifications, General Conditions, Specia Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Price indicated on the'attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): �?yFi wo Al tl,4 ra.s a) List principal business address: (street address) b) List all other offices located in the State of Florida: (street address) (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT CO PLIANCR The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendme ereto. Bidder: v'1_9 4 1dA26Z. &yp GLE,gt'zi.y&.� Signature: (company name) Date: / 2 -- Print Name . ;L.1 r'i1yv Indicate if Business is 51% Minority -owned: (Check one box only) [ ] BLACK {] HISPANIC [ ) FEMALE AFFTR_MATTVE ACTION P .AN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. Bidder: 9-FEIf! oea. �-t¢�8 6"lf,4eiN6 Signature: ' ( company name) 9 7 _ 121 17 FAILURE TO COMPLETE,_ SIGN, AND -RETURN THIS FORM MAY DISQUALIFY THIS BID. L CITY OF MIAMI, FLORIDF BID NO. 96-97-d30 BID SHEET (Continued) IMPORBID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN TF ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID •OPENINC IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT C BOND IS SUBMITTED IN THIS ENVELOPE. Terms: (7 (Include cash discount for prompt payment, if any) Additional discount of (`� % if awarded all items. Warranty and/or guarantee: Delivery:_Lo calendar days required upon receipt of Purchase Order or Notic of Award. j() Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Specia. Conditions, and General Information to Bidders, we agree to furnish the Items) at Price indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Ev er�ti �xaLl a) List principal business address: (street address). l 2-7--io sto •l cil I err. Ir1ri �- _, Gr U5 b) List all other offices located. in the State of Florida: (street address) (Please use the back of this page if more space is necessary) kJTNORITy PROCUREMENT JMMPL.IANCP The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #20062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: p ai ril P.e_r- e_Lt l nc- • Signature: (company name) Date: 17-136/9LA Print Name: Ec- yre ft &Cq Indicate if Business is 51% Minority -owned: (Check one box only) [\0 BLACK [ ] HISPANIC [ ] FEMALE AFFTRMATTVE ACTION P,AN If firm has an existing plan, effective date of implementation: oZ C, If firm does not have an existing plan, the successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #,10062 as amended. See Appendix I for sample. Bidder: Aowd Ae tt_l A Signature: ( company n e ) _ 121 FAILURE TO COMPLF]',F� SIGN, AND -RETURN THIS FOR MAY DISQUALIFY THIS BID- 19 L F k AWARD RECOMMENDATION l ;M BiD NUMBER: 96-97-03OR COMMODITY/SERVICE: Citywide Lot Clearing Service DEPARTMENT / DIVISION: Community Development / NET TERM OF CONTRACT: One (1) year with the option to extent for- tvLo14. dl ional one_yr periods. NUMBER OF BIDS DISTRIBUTED: 55 NUMBER OF BIDS RECEIVED: 9 Qualified Bidders are placed on a "Qualified Bidder's List." When METHOD OF AWARD: sPrvi nes -re requi red f Ri rlt9pra ciihmi i- ziinl-;-S nn as i d prnpPri-V (s) requiring services. The Bidder submitting the lowest quote on that RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: SEE ATTACHED LIST TOTAL: �1 0.,�00_.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: Services for the clearing of various lots and other p ropert; es t rough"t Centers This service is to ensure lots are free from debris and illegal dumping within the City, and to respond to complaints from citizens or City personnel to remove the debris from those properties in an expeditious mannAr and at the lowest Possihle nnct to the rites hic: will he accomplished via the establishment of the "Qualified Bidder's List" for bidders to respond to various properties on an as needed basis in order to provide a quote for the servicing of said property(s) The Bidder submitting the lowest quote perms oQerty will be awarded the service to clear the same. ACCOUNT CODE(S): 452222-940-799229 § 20, 000.00 r,nRr, 251113-205-145001 $ 20,000.00 DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: OTHER FUNDING APPROVALS, IF APPLI iMiakel Lavin ting Director v PAGE 2 OF 2 PAGES PROCUREMENT APPROVAL: TITLE: udy S. Cart8,r Chief Procurement Officer 97- 121 21 F CITY OF MIAMI ATTACHMENT #1 (QUALIFIED BIDDER'S LIST LOT CLEARING SERVICES Bid No. 96-97-03OR VENDORS KEMP SERVICES INC. TRIPLE C, INC. 6600 N. W. 27 h Avenue 11781 S. W. 226 Street Miami, Florida 33147 Miami, Florida 33170 Tel: 377-0988 - Fax: Area 954 - 437-8952 Tel: 258-4502 - Fax: 258-4502 Black/Dade County Vendor Black/Dade County Vendor J. L. C. OF MIAMI CORP. 20880 N. Miami Avenue Miami, Florida 33169 Tel: 652-0360 -No Fax Black/Dade County Vendor A.SUAREZ LAWN SERVICE 3620 S. W. 60 Avenue Miami, Florida 33155 Tel: 667-7711 - Fax: 667-5377 Hispanic/Dade County Vendor TUNJOS TRADING CO. INC. 610 N. W. 183' Street - Suite 7D Miami, Florida 33169 Tel: 651-9288 - Fax 621-2668 Black/ Dade County Vendor J. R. ALVAREZ LAND CLEARING 867 S. W. 25D' Avenue - Suite 203 Miami, Florida 33135 Tel: 226-7554 - Fax: 541-6007 Hispanic/Local Vendor OCEAN CROWN ENVIRONMENTAL INC. PAINT PERFECT INC. 1031 N. W. 202ND STREET 12270 S. W. 191 TERRACE Miami, Florida 33169 Miami, Florida 33177 Tel: 770-4441 - Fax: 770-4557 Tel: 255-7754 - Fax: 466-9570 Black/Dade County Vendor Black/Dade County Vendor SOUTH FLORIDA MAINTENANCE SERVICE INC. 8221 N. W. 54 STREET Miami, Florida 33166 Tel: 597-8347 - Fax: 597-8348 Hispanic/Dade County Vendor Attachment030R.doc b 7- 121 23 I 3:D xZLNi LOT CLEARIWG SERVICES - - - t;ia lO.s 96-97-030 -�-- !iZ! sia(f) oasxta� DECEMB-ER 330, 1996 100:00 a.m. - - -- ---�- IOTA p�g_soxg�.:2 nstt UP—P- N-1 �SaisR_g cisetc� X�,AN CRCWN ENVIRUMNTAL, INC. DADE LACK O fTH FLORIDA MAINTENANCE SERV.4P FIM, SERVICES, INC. PAINT PERFECT, INC. o A ANTONIO SUA.REZ A H I S P N G J. L. C. OF MIAMI CORP. QA Q BLACL--, J.R. ALVAREZ LAND CLEARING N RIPLEY'S LAWN, INC. DADG F = CHRIS PARRISH/TRIPLE C-INC. ( One 1 CO y) Y— DAPB�two UWC S TRADING COMPANY ( ONE 1 COPY) "Offers from tb.a ven:?ors I!alctf+ hcre`n cre t.:e 0A0E ZQLACK on 'r .' • - other offers submitted In ro - ::: to tf_:s ccc' C*,:C•; :L if any, i are hereby re;OiS ...�• �' -` seselvea ��i saveiepaa es aetiait e! �t;eraes seeilitai bids) GSA/SOLID BASTE -PROCUREMENT DIVISION ---� (Citp •I Ml JL1p_$scojirT Lits or 1119 SSIM= LOT CLEARI14G SERVICES eeM�a a.eee eeewa�—ee � flip 10. 0 9e-97-030/z o.e o seo�mwee sr eree.e e wee eree o w e e w e •ATZ MOM OESMAv, DECEMBER 30, 1996 10:00 a.m. � ease �.Me�O.i�11�M�OM—Mwe--OM�OOOe—we0e a�ee�. OCEAN CROWN ENVIRONMENTAL, INC. s.e�s— w—eaeeoa.�r�—we SOUTH FLORIDA MAINTENANCE SERV. ' KEMP SERVICES, INC. eeso PAINT PERFECT, INC. ANTONIO SUAREZ J. L. C. OF MIAMI CORP. J.R. ALVAREZ LAND CLEARING RIPLEY'S LAWNCARE, INC. CHRIS PARRISH/TRIPLE C-INC. ( One 1 Copy) TUNJOS TRADING COMPANY (ONE 1 COPY) or.weo•�•� eNepOe „Offers from tho V�e,Iaors I'stri •.. e•�.wMe —MO here —x1 , u-77 -71777,071, pw w�.ewOeewyO O.Oe 00lNe0 an ,1 : . —No.weew Me wO Meei other offers submittod in if any, are cre y �+�+epe---- sNwea—_efes�ee eeowo.sr O/O])O(/pe/O/�—(jMMOMwO wse+ee/ ( {' .�rww e e�.lieeepe.� s.�—w—aeso+soewa a-p0 �sweaoa�aee a o oe—w•wo ee ee.e•ee weee e e Oe•sYeO�M p—ee ss.�aaupwa — e e !re MOMw e e M MewM�e NeI—�—OWN -- received Ueavelopen on behalf of r4oa see+ 1a a!s3 /SOLID WASTE-p�UREMEHT DIVISION as e�2 �-�� > w0� M.�M��.�oMMe�r ire ego NO eN! �. O—OOP. - -- SIGN LEGAL ADVERTISEMENT BID NO. 96-97-030 i �( Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 no later than December 30, 1996 at 10:00 a.m. from firms or individuals seeking placement on the City's Qualified Bidder's List to provide Lot Clearing Services on a contraci basis for one (1) year and to provide quotes on various properties located throughour the City, on an as needed, when needed, basis for the NET - Community Development Division. Responses submitted after the deadline and/or submitted to any other location or office shall be deemed non -responsive and shall be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all good and services to Black, Hispanic and I Women Minority Business Enterprises on an equal basis. i I Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in i the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return, and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. Detailed specifications for the bids are available upon request at the City's Procurement Office. The City Manager may reject 11 bids and readvertise. (Ad No. 04199) Edward Marquez c� City Manager -+ v. X 71 (73 r T. > s � 1 L F IlF' i 01199 City of Miami ! ro�ll rc�Q� i ° c REQUISITION FOR ADVERTISEMENT This number must In the t t ne. advertisement. INSTRUCTIONS: Please type and attach a copy,of th2 advertIsRment wi h t is regWisition. 1. Department: 2. Division: Police 1 1 3. Account Code number: 4.'Is this a confirmation: t 5. Prepared by: 4522122-•773 ❑ Yes E9 No Boa:rnudr:<: 6. Size of advertisement: ! 7. Starting date: 8. Telephone number: l.rc ,i.1 12; 12,/96 10'-•1904 9. Number of times this advertisement is to be 10. Type of advertisement: 7— published:( 1) Le al ❑ Classified ❑ Display 11. Remarks: Lat Cj.(�a..r; ncg Svcs, on a C:i t.YN" ide. 91E,-97--030 a 12. Publication Date(s) of Advertisement Invoice No. Amount c 111ANI ltP_V1. rr D1,i!<.iai LAS 2?DIi::R=1_c;f1S 1 -� D M -1 M t� r ri rTi 71 CD i i 13. ❑ Approved ; ❑ Disapproved Department Director/Designee Date Approved for Payment Date C IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. ulo 1 nlou t iun: wnne - U.5.A.; canary - uepartment