Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-96-0609
J-96.101a 6/19/96 RESOLUTION NO. 9 6- 609 A RESOLUTION ACCEPTING; THE BID OF ACTION LAND DEVELOPMENT CORP., FOR THE HAULING OF ONE HUNDRED (100) LOADS OF RUBBLE FROM THE DEPARTMENT OF PUBLIC WORDS' SOUTH FORK: `;TtORAGE YARD TO A LEGAL, DUMP SITE, FOR THE DEPARTMENT OF PUBLIC WORKS, AT THE UNIT COST OF $148.43 PER LOAD, FOR A TOTAL COST OF $14,843.00; ALLOCATING FUNDS THEREFOR FROM THE I«9EPAR'1`MENT OF PUBLIC WORKS' R '9a-96 OPERATING BUDGET, ACCOUNT CODE NO. 310501-340; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAM SERVICES, AS NEEDED, AT THE SAME PRICE, TERMS AND CONDITIONS,, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received July 3, 1996, for the hauling of rubble from South Fork Yard to a iegal dump site foF the Department oaf Public Works; and WHEREAS, invitations for Sid No. 95-96-104 were mailed to twenty-six (26) potential bidders and four (4) bids were received., and WHEREAS, the Department of Public Works generates concrete trubbie and other construction debris on a daily basis when replacing deteriorated and/or hazardous sidewalks, curbs, gutters and planters; and WHEREAS, the Department stores said debris on a temporary basis at Its storage yard located adjacent to the South Ford of the Miami Raver at NW 11 tie Street and 22nd Avenue; and an Cc sSsiON aw0 Or IC A603wtim No, 1 ". O R rw WHEREAS, a considerable amount of avid debris now temporarily stored at ;"south Ford Storag o area needs to be hauled to a par►r►anent disposal site; and WHEREAS, the most cost effective manner for accomplishing said disposal is to .hire a privately owned fleet of vehicles to haul from South Fork to a legal dump site; and WHEREAS, bids for said services were received by the City Clerk on July 3, 1995, with the low bid submitted by Action Land Development Corp. in the amount of $14,843.00 for one hundred (100) toads, at the unit cost of $148.43 per load; and WHEREAS, funds for said services are available in the Department of Public Works' FY '95-96 Operating Budget, Account Code No. 310501-340; and WHEREAS, the City Manager, and the Assistant City Manager in charge of tie Department of Public Works recommend that the, bid received from Action Land Development Cwp., be accepted as the lowest most responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. They recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully Sqt forth in this section. Section 2. 'The bid submitted by Action Land Development, Corp., for hauling one hundred (100) loads of nibble and debris from the Department of �blkc Works South Fork Storage Area to a !egad dump at a unit cost of is 148.43 per load, for a total cost of $14,843.00, is hereby accepted, with funds therefor hereby allocated, from the Department of Public Works' FY '95-96 Operating Budget, Account Code No. 31 O501-340. Section 3. The City Manager is hereby authorized to instruct tho Chief Procurement Officer to issue a purchase order for said services thorsaftsr to increaso lae, Fags 2 96- 609 0 r►umber of, to*ds, as needed, at the some price, terms and conditions, subject to the evailobiRty of 'funds. Section 4, This resolution shall become effective Immediately upon its adoption, PASSED AND ADOPTED tuts 12t.h day of _ September , 19W •� ,/It� Li..O, EVIAYOR ATTEST: CITY Clr. • K PREPARED AND APPROVED BY: RAC LEA O. DIAZ- DEPUTY DITi ATTO NEY APPROVED AS TO FORM AND CORRECTNESS: A. t1U J0 S' 19 y CITY ATT'0rE/Y W1055:CSK Past 3 96— 609 . CITY OF MIAMI, FLORIDA mn INTER -OFFICE 1lIiEMORl1IdDU CAi To: Honorable Mayor and Members DATE: AUG 27 1996 FILE: of the City of Miami Commissioners SMECT . Resolution Authorizing Award of Did No. 95-96 -104, Cesa . io Mauling RUbbla from South City ger REFERENMFork Storage Area for Public Works RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the tow bid of Action Land Development Corporation for hauling construction rubble and debris from Public Works' South Fork Storage Area to a1egitimate dump site. BACKGROUND The Department of Public Works has analyzed bids received on July 10, 1995, pursuant to Rid No. 95-96-104. A total of 'four (4) bids were received. It has been determined that the lowest responsible and responsive bid was submitted by Action band Development Corporation, a female -owned, Dade County vendor, in the amount of $14,843.00 for 100 truck loads. The unit price bid per load was $148.43. (The Knit price submitted by the other three bidders ranged from $189 to 244 per load.) One of the daily tasks of the Operations Division of Public Works is to remove and replace deteriorated and /or• hazardous concrete ` Sidewalk, curbs, gutters and planners. Concrete rubble and other i construction debris generated by this activity are transported by adjacent to„the South Fork of the Miami River at N.W. 11th Street and 22nd Rvenue for,temporary storage. ThO most cost effective Manner to properly dispose of the aforesaid debris is to hire a privately owned fleet of vehicles to haul said debris to a legitimate, legal dump site. Funds for this activity have been included in the department's budget Account Cade No. 310501-340. FAI 96 609 1 cr" OF lama I FwRIDA BID Mim , (continued) DID NO..2g_jfijQ ... $' UliTt ]BID SMMT AM ATTACMMM XUBT U RNTUTAID XX TR-n%XC 'M 19 TU '11CUD JMVXLOPB 108MFIND !y DID MAR, T33M ADD DMM a' ow OM . XT BWV&M IS M IRBD' lA DID WM NOT 93 ACCZPTAD MUM MR B►D IT OR wn is wanes M0. XM TRIO ZMAMM. t Tema 30 days (tncluda cash discount for proipt paymentr if any) Additional discount, of a/A % if awarded all its. Warranty and/oar guarantee* X/A Daliv*ryt 10 calendar days required upon receipt of bias® Order or motice of Award. 30 Number of calendar days mired to complete work after start. In actmadaaraae with the la w itatioz to Ud, the XpeaLticatLma, Gvmral CorALtLans, Special Gan tLona+, and Ge ral xnfomatLon to Siddoras, we agave to hicafsa the fta mis) ett Prime Lndiaated cm the, attached bid iMh erat (s) . .o. JMUr Radr> ac • NAM OF C'OMPAM O I ($) s Javier Rodri et•u ft"ideaoat w 4 el l�e N.cheUe RWr:f - VI —e Prez A a) Id st principal 1 Usinesx address s (street address), 14250 S.W. 106 Terra pum1ii? , FlOrIft 33186 b) List all other offices located In tho State of Florida: (Street addraiss ) N/A• (P, ease use t e back o Uls page iFF Mrs apace a w.ea8sa��') The undwaLgrad b ddenr +ackwwlssdg" that (a) he Me aremLvaad. as c*W of ox4Azavae #100r4 as tiwwndwf the N11wr#11 Procureatent ordisumce of tb* city of and a uvwx to comply with all awlicabln aaubstantive and procaftral provoloaee tberein, I= =7 swondownts then eta. Bidder ¢ M Signatures' ..... i �owY nab) Dates Print Naewa -1AV U i IndicatO if Susinoss in 51% Minority eds ( Check =a ,box, anly) BLACK HISPANIC MALE if fime has an axLet plarn, offective dates of ifimlwwatatLons 1/25159 ..a..-s�,�...v... It fL raa 6=9 n*t have an axisti g plan, the Saamarful Udder (a) dull be L& d to ds'taalblLsh an Affirmtive action Policy, pursuant to 0rdLnasaee ti � � ay. mended. Sao X"andix I for ample. Siddor a 109 DEV. CORP. ax lures 9 6 " 6 0 r j BID NUMBER: f COMMODITY/ SERVICE: IHAULING OF RUBBLE ?ROM SOUTH FOU 'YARD yDEPARTMENT/CONTACT PERSON: PUBLIC WORKS — CHARLIE BR©Wlwt_�;" IJIIEt�C'iOIYS'I'O �'r'At41�P�j�.j i�iQ AWA�,� �UP.iMI+'N©�1TI�LV_M.� C�;ai'I�IE_I'flE'V1�1�2�E �i1�rFe Tree tap Iwrdian of the reverse side of tkiiis Bid Award Recommendation. Forma has bftn completed by the Protzranemt Management Division (PMD). The: user deps=e t (s) is =Rirtd to complete all remaining sectio s of this form, including the fund:mg source(z), contract value (if applicahlc), and all othrr required approvals UdN w forwarding to PRD. within tb days FAX this completed form along with approved and Signed Bid Tabulation Form to FinanowplAD, ATT N: Bid/Contmet Section, at 574-6853. 'these fonns ;will be utilized: by PMD� to prepare the resolution memo and the Pvesolution for submission to the Agenda Office for Cotrunission approval. ShoWd the dgmnment'= concur with the recommendation for award, FAX separate justification mem' o to PMDi immediately. Emergency procurements am exempt. a Ct ti ..._..,>MaritzaF.�Snc` ,o of the BidiContrad Section at 579-6845 stto►ald you liave any APPROVAL TO FORWAI1vD TO DEPAR:TMENTIOF'FICE : FOR: Judy S. Carter _. Chief Procurement O�'icer DATF,: _. � •�.1 a PAGE 1 OF 2 PAGES BID AWARD R11COIVIMENDA' ION FORM BID NUWld111t: 95-96-104 COMMODITY/SERVICE: HAULING RUBBLE FROM SOUTHFORK YARD DEPARTMENT / DIVISION: PUBLIC WORKS ERM OF CONTRACT: SHORT TERM CONTRACT NUMBER OF BIDS DISTRIMUTED: 26 NUMBER OF BIDS RECEIVED: 4 ME3IIQA OF AWARD:LOWEST RESPONSIBLE AND RESPONSIVE BID y RECOMMENDED VENDOR(Sh STATUS: CONTRACT VALUE: ACTION LAND DEVELOPMENT CORP. FRMALE/DARE COUNTY VENDOR 14,843.00 i 'TOTAL: 14, 843.00 THIS FOLLOWMG To Bro couPLE'TEo By USIER DBPARTIWONr. JUST'IFICATION: One of the daily tasks of the Coerations Divisioft of Public Works is to. remve ,and replace deteriorated axed/or hazardous cmc ete sidetralk, curbs, gutters and planters. Cowxe.te ruble and other amstrucUon debris generated by this'activity are transported a ad', -cent to the Smith Fork of the miarti River at N',q 11th Street and 22nd Avenue for t-eWorary storage. The most cost effective manner to proper se of the aforesaid debris is to .hire a privately owned fleet of vehicles W haul said debris to a l� ig-Ldmate, legal d np site._�___ 'ACCOUNT CODE(S): 310501-340 IMPARTMEW APPROVAL: Af �artmeh Dire r� Designee BUDGET REVIEW APPROVAL: ManOhar S. Surana Assistant City Manager PROCUREMENT APPPVAL. IFOR., Judy s. carter Chief € rocuement Officer OTHER FUNDING APPROVALS, IF APPLICABLE:_ _... _ . JITLE: .._ �._,. _ r......_ 11 PAGE 2 OF 2 PAOSS 96— 69 VENDORS: LTI�M 2ESCRIP77ON I HAUL AND DISPOSE OF A! RUBBLE STORED AT SGUTH FORK YARD INCLUDING TIRES, ASPHALT, GARBAGE, CONSTRUC710N DEBRIS, FOLIAGE ETC., G. FAMILY ENTERPRISE 643 N. E.125 STREET MLALMI, FL 33161 SLACV4DADE COUNTY UNrr - EST. EXTENDED PRICE OTY. PRICE $244.00 50 12,200.00 THE ACME -GROUP {720 BISCAYNE BLVD. MIMI, FLORIDA 33138 'BLACF*LOCAL uNrr EST. EMENDED PRICE 9EY. PRICE $242.64 50 412,112.00 E WORK FORCE SM N. W. 27 AVE. MIAMI, FL 33147 BLACK/DADE COUNTY UNIT EST. EXTENDED PRICE QTY. PRICE $189,00 50 $ 9,450.00 Appro"I: goo"(- e�bepartm& DWwFD'-_aw" Date., FIFTY (50) LOADS OF RUBBIF, 310 86.0 -96 —9-104 -5 . - - qw2wo.. . - — qAjg Stg(l) 6j&1fxDj JULY 3, 1996 10:00 AM lam ult, G. pAMILy Fj�MRPRTSE, INZ. SUNRISF, SANITATION, INC. -TMWORK FORM SWIM MWOMEWWWOM AMON LAND rEWLORCNT CORP- TM ACME GMP, INC. NO BID: WIM TIKKKING CO. "011ers from Cho- vendors tan sted heroln are Ring �-nne to this roll '�e to he only offers :11c.-tic-m if CnY, other offers submittcd In mit '!'�Cd �' rc 'run -T?jTT7 ww� 6 are%% SOLID wA$TK-Pj0CuRgM9NT olvislow (etty SOW loss 4GIV64 ch.) tavolople *a Cobalt fic c c r LEGAL ADVE.-.IRTISEMENT BID LIQ, 95-,�„1,04 per,,.... Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 35M Pan American ©rive, Miami, Florida 33133 no later than ���� g, .�.°�� t . &M for the hauling and disposing of approximately fifty (50) loads of rubble stored of the South Fork storage area for the Department of Public Works - Operations. Bids submitted after the deadline and/or submitted to any other location or office shall be deemed non -responsive and shall be rejected. This bid has been designated as a set aside for Black and Female vanclors certified with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program. M/WBE firms currently certified with Dade County Public Schools or Metre -Jade: County must be certified, with. the City's M/WBE program, prior to bid award, M/WBE, certification as a Black, Hispanic or Female vender must be current and valid at the time of bid opening and proof must be submitted with your bid. (See Special Conditions No. 2 Page 1 of 10 for complete MIWBE requirements) FAILVA TO MEET THE e4B011E CCT ASI�E IdE4UlRE►9fiENTS iM4P��' [iEE�I Y't941R Bll� E P NJIVE. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City "s total dollar volume of all expenditures for all goods and sentices. to Black, Hispanic and Women Minority Business Enterprises, on an equal basis. (Sea Ordinances 10,062 and 10538). Detailed specifications for the; bids are available upon request at the City's Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 2145) Cesar K Odio City Manager.,- TT ..,t < �Q i� City of Miami 2145 This number must REQUISITION FOR ADVERTISEMENT Appow in ft 111111 WIM thil MII gap, 2. Divi&lon: Awbua 'nuoiwt 4. Is No a.confirmaflon: S. Prepared by: No Nxit_tea Fresno we Ocadv""Mortt 7. Starting date: --Zb/Y- 8. Telephane number A/ --I-SLOA 579-6845 9. W afdmw ���Attvertleemenr le tobe 10. ofadvertisement bI &V 11. Reftft Bid N04. 95-96-104 Hhuling of "Rubble from South Fork Yard i 12. , t' I Publication DaW(a) Of AdverfisemebnL Inwice No. To� knount MIAMI! TIMES AMI REVIEW DIA= LASO AMERICAS ..................... C Q, Cl) r3l, rn M EXmppmvW ll)opnmont DO* CWM*o outs Y Approved for Payment Date Sir_wve 121-89 T-� Forward White and CfirwV to G,Sk Mracurarnent Manaamnmtl anel F^#hL%n wooff V401"TRUIM": 6.