HomeMy WebLinkAboutR-95-0346J-95-384
4/28/95
RESOLUTION NO. 9 5- 346
A RESOLUTION ACCEPTING THE BID OF ACME
GROUP, INC. FOR THE HAULING OF FIFTY (50)
LOADS OF RUBBLE FROM THE DEPARTMENT OF
PUBLIC WORKS' SOUTH FORK STORAGE YARD TO A
LEGITIMATE, LEGAL DUMP SITE, FOR THE
DEPARTMENT OF PUBLIC WORKS AT THE UNIT COST
OF $242.64 PER LOAD FOR A TOTAL COST OF
1 $12,132.00; ALLOCATING FUNDS THEREFOR FROM
THE DEPARTMENT OF PUBLIC WORKS CONTRACT
SERVICES, ACCOUNT CODE NO. 310501-340;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A
PURCHASE ORDER FOR SAID SERVICES.
WHEREAS, pursuant to public notice, sealed bids were
received March 15, 1995 for the removal and disposal of debris
stored at South Fork for the Department of Public Works
Operations; and
WHEREAS, invitations for Bid No. 94-95-089M/WBE were
mailed to seventeen (17) potential bidders and six (6) bids
were received; and
WHEREAS, the Department of Public Works generates
concrete rubble 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 Fork of the Miami River at N.W. llth Street and 22
Avenue; and
CITY CODTP41SSION
1l1.EET111C OF
Resolution No.
95- 346
WHEREAS a considerable amount said debris now
temporarily stored at the South Fork Storage Area needs to be
hauled to a permanent 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 legitimate, legal
dump; and
WHEREAS, bids for said services were received by the
City Clerk on March 15, 1995, with the low bid submitted by
Acme Group, Inc. in the amount of $12,132.00 for fifty (50)
loads, at the unit cost of $242.64 per load; and
WHEREAS, funds for said services are available in the
Department of Public Works contract services account, Account
Code No. 310501-340;
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 bid submitted by Acme Group, Inc. for
hauling fifty (50) loads of rubble and debris from the Department
of Public Works South Fork Storage Area to a legitimate, legal
dump at a unit cost of $242.64 per load for a total cost of
$12,132.00, is hereby accepted, with funds therefor hereby
allocated from the Department of Public Works Contract Services,
Account Code NO. 310501-340.
-2-
95- 346
k,-
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a purchase order
for said services.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 11th day of Mai, ,1995.
CITY CLERK
SUBMITTED BY:
�-ttt-a
WALDEMAR E. LEE, DIRECTOR
CTOR
DEPARTMENT OF PUBLIC WORKS
PREPARED PD/ APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTORNEY
APPROVED AS TO/FORM AND CORRECTNESS:
S EPHEN P. CL RK, MAYOR
95- 346
CA=3
CITY OF MIAMI, FLORIDA
+ INTER -OFFICE MEMORANDUM
TO : Honorable Mayor and Members DATE ; MAY -3 1995 FILE
of the City Commission
SUe,JECT : Resolution Authorizing Award
of Bid No. 94-95-089 M/WBE
Hauling Rubble For Public Works
Ces io
FROM : C i t a e r REFERENCES:
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission pass the
attached resolution accepting the bid of The Acme Group, Inc., a
black owned firm for the hauling of fifty (50) loads of rubble
for the Department of Public Works, Operations Division in the
amount of $242.64 per load for a total proposed amount of
$12,132.00. Funding is available from the Department of Public
Works, Account Code No. 310501-340.
BACKGROUND
The Department of Public Works has analyzed bids received
pursuant to Bid No. 94-95-089-M/WBE. A total of six (6) bids
were received on March 15, 1995, and it has been determined that
the lowest responsible and responsive bidder in accordance with
Bid No. 94-95-089-M/WBE is The Acme Group, Inc., a black owned
firm at a proposed amount of $242.64 per load for a total amount
of $12,132.00
One of the daily tasks of the Public Works -Operations Division is
to remove and replace deteriorated and/or hazardous concrete
sidewalk, curbs, gutters and planters. Concrete rubble and other
construction debris generated by this activity are transported by
Public Works vehicles to the department's storage area located
adjacent to the South Fork of the Miami River at NW 11th Street
and 22nd Avenue for temporary storage. The most cost effective
manner to properly dispose of the aforesaid debris is to hire a
privately owned fleet of vehicles to haul said debris to a
legitimate dump site.
The Department is also requesting authorization to extend The
Acme Group's contract for an additional one -hundred (100) loads
at tr•e same unit cost without additional Commission action
whenever the necessary funds become available.
95- 346 c43-f
t12
04-06-1995 12:24PM PUB WKS LFERATIONS DEC 14 305 575 526S P,02
CITY Of MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Judy S. Carter DATE: March 20, 1995 on.�
Chief Procurement Officer
sua,ECT : Bid f94-95-089 R/WBE
�� Hauling nubble for Public Works
W C.� from South fork Storage Yard
FROM c Waldemar E. Lee, Director
Department of Public Works
MOLOSURES
Tht$ department has ver€fled with the Department of Management A
Budget that funds are available to cover the cost of the subject
bid in the amount of $12,132.00, Account Code No. 310501-340.
BUDGETARY REVIEW A APPROVAL BY:
mej%har urana. rear or
De rtment of Management & Budget
WEL/DCB/cay
95- 346
TOTAL P.02
.�
APR--06-95 THU
RENT BY :CITY OF M I AM I
KON E WILLIAMS
ASSMAt%t City Manager
4- 5-85 ; 4 ; 54Pbl ; PROCLIREXI WK. -+
� ttg of �riiauti
''ACME Group, Inc,
Attu: Olureml Odediran, Owner
7251 Biscayne Blvd.
Miami, Florida 33138
Subject: Haulineptemoval of Rubble
Sid No.93-94-089-M/W3E
Dear Mr, Odediran:
3057381141;# 2/ 2
CE.5AR 14. ODIO
City Manager
Section 18-52.1(h) of the City Code, As Amended, States that the City Commission may
offer to a responsible and responsive bidder, whose primary office Is located in 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.
As a local vendor, your bid anlount for the subject bid meets the above requirements.
Please sign below to indicate your firm's acceptance or rejection of the bid at the low bid
amount of S2�b r toad subject to City Commission approval, and return the original
of this letter and the attached affidavit signed and notarized to the Procurement
Management Division no later than ten (10) calendar days from rccelpt of this letter,
M'-Accept {) Reject
Name: 0/"4 r2-M J
O��-a t iu.+, � Stgiyature:
Date.--- ��- -- , - 9
cc; Dan Brenner, Public Work -Operations
hid File
95- 346
DEPARTMENT OF GENERAL SERVICES AD1v1Il\(SrRArI0N AND SOLID WASTE/t'socurement Management Division �
.• 1390 N-W, 20th i:rcatlMlami, ifoiida 33142/(305) 575-51744AX! (30s) S7s-siR.
City of Miami
�,. • PRIMARY OFFICE LOCATION
" ti Jot, Affidavit
ease type or print clearly. This Affidavit must be completed in full, signed and notarized for local preference consideration.
Legal Name of Flan: /� /' r --
G h G
Entity Type: ( one ba&oNv` ,Partnership
O Sole Proprietorship Corporation
i 97 Cl— i� -�
Corporation Doc. No.
' � 13
Date Established:
�� &
Occupational License No:
Date of I ante:
/
x; .i�tifit�
fficPlooa p 8S is tfi? bidd9)/'r.0 ser
Street Address: r
72 S 1 ���G� •rye �tvct11
F
W
QGty:
State: How long at this location:
f ±�i FL
t -r
Street Address: S�
�0
city:
�- ��
State:
lCL-%•
How Ion at this location:
;��
o rm a S e�
e-
According to the City of Miami's Charter 29-A as amended:
"All contracts -shall be awarded by the commission to the lowest responsible bidder,... provided, however, that if the amount of a bid or proposal
submitted by a vendor whose primary office is located in the City of Miami is not more than ... 10% in excess of the lowest other responsible bidder or
proposer, such local vendor may be awarded the contract.."
The intention of this section is to benefit local bona fide vendors/proposers to promote economic development within the City of Miami.
I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the sole purpose of obtaining the
advantage granted bona fide local vendors/proposers by this section.
`
Authorize Signature
C' L u r2 � M t c �c.1& i (z.r-,,-7-1
Print Name
_
Title
Authorize Signature
Print Name
Title
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all
partners of a joint venture.)
STATE OF FLORIDA, COUNTY OF DADS (,,
/� Personally known to me; or
Sworn before h-4,6-1
Subscribed and me that this is a true statement this day of ;•,199 , �❑ Pro rpt cation:
DONALD HJ INSON ��� plh1SSI0NFA s�Ji
'p MY COMMISSION / CC 409376 0 •
EXPIRES: October 20. IW8
Notary biic, State of Florida Public Underwrfters S it • r °'
%E •X.,.. � Bonded Tlxu NoterY
o� � . .
�n e / #CC 409376
f�.._.._/ � l I �V' � i ' ,A/ :" 5,--:bo.pended tb� Qi
��;.•
Printed Name of. Notary Public My Commission Expires �i��%,oG••;b1licU41•pF����`
Please submit with bid, copies License,
your of occupational professional and/or trade License to verify local status. The City of Miami,
also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other document(s) to verify
the location of the firm's primary office.
D PR/PA 210 Rev. 1=3
7
,;.
MIAMI, FLORIDAj .: BID N0. 94-95-089M/WBE
EET (Cantinued)
s 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: (Include cash discount for prompt payment, if any)
Additional discount of if awarded all items.
Warranty and/or guarantee:
Delivery:'10 calendar 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).
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)
MINORITY PROCUREMENT COMPLIANCE
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 ing any amendment6 thereto.
Bidders 112C kcme r'L Signature:
(company•name)
Date: Print Name:
Indicate if Business is 51% Minority -owned: (Check sne box only)
[ BLACK [ ] HISPANIC [ ] FEMALE
AFFTR_MATTME 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 to
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix
I for sample. Bidder: / P7c AcOrlC 64 � ? i>>� Signature �,-
(company name) 346
9
FAILURE TO COMPLETEI_.SJG"U_RET.URN THIS FORM MAY DISQUALIFY THIS BID.
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REA N:
POTENTIAL BIDDERS:
BIDS RECEIVED•
TABULATION:
FUND
BID EVALUATION•
NR •_
Hauling of Rubble
Public Works - Operations
Short -Term Contract
The remove hazardous concrete debris
stored at the South Fork Storage Site.
17
6
Attached
Department of Public Works, Account Code
No. 310501-340.
Bid
Invitations
Bid
Mailed
Responses
17
6
17
6
1
0
17
6
17
6
1
0
17
6
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
ALL VENDORS ...........................
MINORITY/FEMALE (M/F) VENDORS.........
Within City limits .................
Registered with City ...............
Black(B) Vendors .....................
Located within City limits.........
Registered with City ...............
Female (F) Vendors .....................
Located within City limits.........
Registered with City ...............
Hispanic(H) Vendors ..................
Located within City limits.........
Registered with City ...............
NON MINORITY (NM) VENDORS .............
Located within City limits.........
"No Bids.. ..............................
-
95- 346
Reason(s) for NOT au.-rding to local vendor
Local vendor did respond to this invitation to bid.
Reason(s) for No Bids are as follows:
$DCOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO
ACME GROUP, INC. A BLACK/LOCAL VEAQ10R AS THE
LOWEST RESPONSIBLE AND RESP IV BI ER AT A
TOTAL AMOUNT �OF $12, 13 2 ,: _
ief.' Proctiement Officer
95- 346
V,
BIDDERS FOR
HAULING AND DISPOSING OF RUBBLE
BID NO. 94--95-089 M/WBE
MINORITY
VENDOR/ADDRESS
STATUS
G. FAMILY ENTERPRISE, INC.
Black
643 NE 125th STREET
MIAMI, FLORIDA 33161
TEMPLE'S HEAVY HAULING, INC.
Black
2560 NW 74th STREET
MIAMI, FLORIDA 33147
OCEAN CROWN ENVIRONMENTAL
Black
1031 NW 202 STREET
MIAMI, FLORIDA 33169
THE ACME GROUP, INC.
Black
7251 BISCAYNE BLVD*
MIAMI FL 33138
HARD J. CONSTRUCTION CORP.
Black
99 NW 183rd STREET
MIAMI, FLORIDA 33169
MCO CONSTRUCTION & SERVICES
Black
6600 NW 27th AVENUE, #202
MIAMI, FLORIDA 33147
BID AMOUNT
(PER LOAD)
$242.64
$250.00
$260.00
$ 2 6 5 . 0 0 (�a )
$300.00
$340.00
95- 346 /.3
BID ITEM-- HAULING AND DISPOSING OF 50 LOADS OF RUBBLESTORED
D I D NO. s 9 4- 9 5 s0 8 9 M/ W B E ----------------------------------
BATH BID (S) OPENED: —_ MARCH 15, 1995 —1 1 -0 0 a.m.
----------------
TOTAL SID_BOND_SorZ
BIDDER DID AMOUNT CASBIRR' S CHECK --- //
THE ACME GROUP, INC.
See attached bid
G. FAMILY ENTERPRISES
MCO CONST. & SVC. INC.
TEMPLE'S HEAVY HAULING, INC.
HARD J. CONST.' CORP.
We received only
was sent to Pr
one copy of the bid whici
curement Department
--�_�_
OCEAN CROWN ENV. INC.
------papa--
--------------------
"Offers from the vendors listed
.igly GIs -e-Ae--e we
other offers submitted in response
axe -------------------
_..�._._-----------------
__----------i-------papa--
herein are the _
�ej"nirrr dates
to this Solicitatic
------
--------
I
my offer +
-t+m �--•-~_---•___-_
n, if any,
---------------------
----------- ----+►------------------------------------------
_ __
I
—
----------------
----------------
----
—---------
7 ------------papa--
_ _ _
-----�-- �_ �--
------------
---
__---------------------------
----------------------
� received (
on
j7l
15 P'll
cl
LEGAL ADVERTISEMENT
BID NO. 94-95-089 M/WBE
Scaled bids will be received by the City Clerk at her office located at City Hall, 3500 Pan American Drive,
Miami, Florida 33133 not later than 11:00 a.m. March 15, 1995 for the Hauling and disposing of
approximately fifty (50) loads of Rubble stored at the South Fork storage area for the Department of Public
Works -Operations.
Bids submitted past such deadline and/or submitted to any other location or office shall be deemed non-
responsive and will be rejected.
Ordinance No. 10062, as amended, established a goal of awarding 5 1 % of the City's total dollar volume of
all expenditures for all good and services to Black, Hispanic and Women Minority Business Enterprises on
an equal basis. Vendors not M/WBE certified with the City and interested in submitting bids are advised to
contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174.
M/WBE SET ASIDE REQUIREMENTS
This bid has been designated as a set aside for Black vendors certified with the City of Miami's
Minority/Women Business Enterprise (M/WBE) Program.
M/WBE certification as a Black vendor must be current and valid at the time of bid opening and proof
MUST be submitted with your bid. Failure to submit proof of current, M/WBE certification as a Black
vendor may deem your bid non -responsive.
(See Special Conditions No. 2 Page I of 8 for complete M/WBE requirements). FAILURE TO MEET
THE ABOVE SET ASIDE REQUIREMENTS SHALL DEEM YOUR BID NON -RESPONSIVE
Section 18-52.1(11) 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 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 1 10 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 Procurement Office, 1390
Northwest 20th Street, 2nd Floor, telephone (305) 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1978)
Cesar H. Odio
City Manager
r. City of Miami
REQUISITION FOR ADVERTISEMENT
E
u (J
This number must
t
appear in the
advertisement.
INSTRUCTIONS: Please type and attach a copy of thg adverti
ment witb this reaWsition.
1. Department:
L+ ie#/PROCURE14F i POIt� 1'TdHL LC 1VC_)I2I'��i- Ul>
2. Division:
PUBLIC WORKS
3. Account Code number:
310501-287
4. Is this a confirmation:
❑ Yes 0 No
5. Prepared by:
JENNIFFER MILLER
6. Size of advertisement:
LEGAL
7. Starting date:
0-41 16--95
8. Telephone number:
575-5174
9. Number of times this advertisement is to be
ublished: 1
10. Tye of advertisement:
El Legal ❑ Classified ❑
Display
11. Remarks:
BID NO. 94--95--089 M/WBE
12.
Publication
0
Date(s) of
Advertisement
Invoice No.
Amount
MIARI REVIEW
MIAMI MIES
DIARIO I,A.S AMERICAS
1`3..,,
]- Approved
❑ Disapproved
Depament Dir ctor%Designee Da a
. '�
Approved for Payment
Date
LC 1GS%1?6 503 R&. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department