Loading...
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