Loading...
HomeMy WebLinkAboutR-95-060895- 745 RESOLUTION NO. 9 5 6 0 A RESOLUTION ACCEPTING THE BID OF RANGE MANAGEMENT SERVICES FOR THE FURNISHING OF RANGE LEAD CLEANUP FOR THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED AMOUNT OF $23,950.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, PROJECT NO. 312019, ACCOUNT CODE NO. 299901-270; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID SERVICE. WHEREAS, pursuant to public notice, sealed bids were received May 25, 1995 for the furnishing of Range Lead Cleanup -for the Department of Police; and WHEREAS, invitations for Bid No. 94-95-121 were mailed to '—n��y-two (22) potential bidders and three (3) bids were received; and WHEREAS, present pistol range will be converted to an evidence warehouse storage area that will be used to store evidence, it is necessary to remove and decontaminate lead residue; and WHEREAS, funds for said purchase are available from the Capital Improvement Program (CIP) Project No. 312019, Account Code No. 299901-270; and CITY COIr ESSION NEEnNG OF SEP 1 4 1995 Revolution No. �95- 608 WHEREAS, the City Manager and the Chief of Police of recommend that the bid received from Range Management Services be accepted as the lowest responsive and responsible bid; 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 May 25, 1995 bid of Range Management Services for the furnishing of Range Lead Cleanup for the Department of Police at a total proposed amount of $23,950.00 is :ereby accepted, with funds therefor hereby allocated from the Capital Improvement Program (CIP) Project No. 312019, Account Code No. 299901-270. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 14th day of September 1995. STJYPHEN P. C ARK, MAYOR ATTEST: �- l WALTER J . FO , CITY CLERK 2 _ qr�608 PREPARED AND APPROVED BY: RAFAEL 0. DIAZ D13P JTY CITY ATTO EY APPROVED AS TO FORM AND CORRECTNESS: -3- 95- 608 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : The Honorable Mayor and Members DATE : SEP - 1 1995 FILE of the City Commission les io FROM : City r RECOMMENDATION: SUEUECT : Bid Approval, Bid No. 94-95- 121, Range Lead Cleanup REFERENCES: ENCLOSURES: It is respectfully recommended that the award of Bid No. 94-95- 121 and a Resolution accepting said bid be granted to Range Management Services, a non -minority, non -local vendor, located at 720 Industrial Dr., #113, Cary, IL, 60013, in the amount of $23,950, to furnish lead cleanup services for the Police Department's pistol range. BACKGROUND: The Miami Police Department's pistol range is to be converted to an evidence warehouse storage area that will be used to store evidence. It is necessary to remove and decontaminate the area of lead residue before the area can safely be utilized by employees. Range Management Services submitted the low bid and meets the department's specifications. On May 11, 1995, invitations for sealed bids were sent to prospective vendors. Bids were opened on May 25, 1995, with three (3) responsive vendors. It is, therefore, recommended that the award of the bid be made to Range Management Services, at a cost of $23,950, for the provision of lead cleanup services for the Police Department's pistol range. n� �pioa 95- 608 The Honorable Mayor and Members of the City Commission Page 2 Amount of Bid $23,950 Cost Estimate/Budgeted Amount: $28,954 Source of Funds: Capital Improvement Program Index Code 299901-270 Project Number 312015 Minority Representation: N/A Public Hearinas/Notices N/A Assessable Project: N/A 0 Bid No. 94-95-121 % of Cost Estimate: 83% 95- 608 --J t' 1 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Donald H . Warshaw DATE: November 7, 1995 FILE Chief of Pol'c SUBJECT : Inadvertent Error in Resolution 95-608 l FROM : REFERENCES Judy S. Carte Chief Procur me Officer ENCLOSURES: This serves to advise you of an advertent error in the Account Code project number for procurement of Bid No. 94-95-121 under Resolution No. 95-608. The correct project number should be 312015 per the attached. Please submit to Procurement Management Division a request to change Purchase Order 507180 to reflect the correct project number. cs Sylvia Lowman, City Clerk-"' Beverly Solomon, Law Department Mae Shepard, Police Department Bid File D • 1 �i L CITY OF MIAMI, FLORIDA INTER-'-0t•01I?1 ?�gMORANDUM TO : Judy S . Carter Chief Procurement ._ •_ Off�rL�`ri1 DATE : August 3, 1995 FILE �T f,Uilr 1,^; „L WgECT : Bid Approval, Bid No. ft 94-95-121, Range Lead _ Cleanup D nald H. Wars aw FROM Chief of Police REFERENCES: ENCLOSURES: This department has verified that funds are available with the Department of Budget to cover the cost of furnishing the Police Department with lead cleanup services for the pistol range, at a cost of $23,950. Funding is to be from the Capital Improvement Program, Index Code 299901-270, Project Number 312015. BUDGETARY REVIEW & APPROVED BY: ADDITIONAL APPROVALS �I 4(IFREQUIrREIIXv, Ma o r urana, Director rdo Ro 4stfillep-� anager De art'ment of Budget Manager`s , ;7i m > (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) --J i CITY OF MIAMI, FLORIDA 1 _ } INTER -OFFICE MEMORANDUM TO Donald H. Warshaw DATE: November 7, 1995 FILE Chief of Po1'c SUBJECT : Inadvertent Error in Resolution 95-608 Z FROM : Judy S . Carte REFERENCES: Chief Procur a Officer ENCLOSURES: This serves to advise you of an advertent error in the Account Code project number for procurement of Bid No. 94-95-121 under Resolution No. 95-608. The correct project number should be 312015 per the attached. Please submit to Procurement Management Division a request to change Purchase Order 507180 to reflect the correct project number. c: Sylvia Lowman, City Clerk � Beverly Solomon, Law Department Mae Shepard, Police Department Bid File a b r' 6 CITY OF MIAMI, FLORID, INTERLO"ICIS--7 f9MORANDUM TO: Judy S. Carter DATE: August 3, 1995 FILE Chief Procurement Off�,� A.L�,'I1*1" U;r ;.: , Bid Approval, Bid No. 94-95-121, Range Lead r�4 Cleanup Donald H. Wars aw FROM : Chief of Police REFERENCES. ENCLOSURES: This department has verified that funds are available with the Department of Budget to cover the cost of furnishing the Police Department with lead cleanup services for the pistol range, at a cost of $23,950. Funding is to be from the Capital Improvement Program, Index Code 299901-270, Project Number 312015. BUDGETARY REVIEW & APPROVED BY: 111 L�" Ma gl�ar/-'Surana, Director Dertment of Budget ADDITIONAL APPROVALS (IF REiQU ardo Ro g�tEz, P Manager ity Managers s�Jffe --1 CO J ro (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) 0 95-745 38/104 95 RESOLUTION NO.9 5 r 6 0 S A RESOLUTION ACCEPTING THE BID OF RANGE MANAGEMENT SERVICES FOR THE FURNISHING OF RANGE LEAD CLEANUP FOR THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED AMOUNT OF $23,950.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, PROJECT NO. 312019, ACCOUNT CODE NO. 299901-270; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID SERVICE. WHEREAS, pursuant to public notice, sealed bids were =acaived May 25, 1995 for the furnishing of Range Lead Cleanup -or -::he Department of Police; and WHEREAS, invitations for Bid No. 94-95-121 were mailed to •v,.:an*ty-two (22) potential bidders and three (3) bids were received; and WHEREAS, present pistol range will be converted to an evidence warehouse storage area that will be used to store evidence, it is necessary to remove and decontaminate lead residue; and WHEREAS, funds for said purchase are available from the Capital Improvement Program (CIP) Project No. 312019, Account Codd No. 299901-270; and i:ITT COIMSSION KEETING OF SEP 1 4 1995 Resolution No. �9 - Cos 0 WHEREAS, the City Manager and the Chief of Police of recommend that the bid received from Range Management Services be accepted as the lowest responsive and responsible bid; 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 May 25, 1995 bid of Range Management Services for the furnishing' of Range Lead Cleanup for the Department of Police at a total proposed amount of $23,950.00 is .areby accepted, with funds therefor hereby allocated from the Capital Improvement Program (CIP) Project No. 312019, Account Code No. 299901-270. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 14th day of September , 1995. ST1WHEN P. CtARK, MAYOR ATTEST: WALTER J. FO , CITY CLERK - 2 - 4 Qc- Cos PREPARED AND APPROVED BY: RAFAEL, 0. DIAZ D'SPUTY CITY ATTO EY APPROVED AS TO FORM AND CORRECTNESS: -3- 95- 698 s CITY OF MIAMI, FLORIDA INTERL,00010 :.-IRPMORANDUM TO : Judy S. Carter DATE : August 3, 1995 FILE Chief Procurement Offe r"I ;L Ih-,f,,U�f 1Ecr: Bid Approval, Bid No. � � 94-95-121, Range Lead Cleanup D nald H . Warshaw FROM : Chief of Police REFERENCES: ENCLOSURES: This department has verified that funds are available with the Department of Budget to cover the cost of furnishing the Police Department with lead cleanup services for the pistol range, at a cost of $23,950. Funding is to be from the Capital Improvement Program, Index Code 299901-270, Project Number 312015. BUDGETARY REVIEW & APPROVED Ma o r urana, Director De art Ant of Budget BY: ADDITIONAL APPROVALS (IF REQU ardo Ro 'guez, C P Manager ity Manager's Office (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) 95- 608 -3 -MIAMI, FLORIDA ET. (Continued) BID NO. ,94-45- 121 : BID SHEET AND ATTACHMENTS MUST BE RETURNED IN, TRIPLICATE IN T'riE 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: Net 30 (Include cash discount for prompt payment, if any) Ndditional discount -of if awarded all items. i warranty and/or guarantee: 1year Delivery: 20 calendar days required upon receipt -of Purchase Order or Notice of Award. 10 Number of calendar days -required to complete work after start. In accordance with the Invitation to Bid, the specif ications, 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): Paul Faust Paul Faust nn,ig .Tnnpc Doug Jones James Ruttenberg Richard Hayes a) List principal business address: (street address.) 720 Industrial Dr. #113 Cary, IL 60013 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) MTHnRITY PROMMRMF.NT COMPubaa 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 v_' all applicable substantive and procedural -provisions therein, •Inc en ents there..^. Bidder: Range Management Services Signatu (company•name) ' Date: 5/30/95 Print Name: i and Eaves Jr Indicate if Business is 51% Minority -owned: (Check 2=' box only) [ ] BLACK [ ] HISPANIC. [ ] FEMALE If firer has an existing plan, effective date of implementation: 11 /1 5/94 If firm does not have an existing plan, the successful Bidder(s) shall be rega_"ed tc establish -an Affirmative Action Policy, pursuant to Ordinance #E10062 as. amen see I for sample. Bidder: Rance Manacrpmpn}- Signature: (company name) 95- cis L. � sty of ntavi U 1 (999999-1) VENDOR 2 (999999-2) VENC (999999-3) !JRIT PRICE ANALYSIS (WITH EXTENDED TOTALS) ------------------------- ------------------------- ------------------------- RANGE MANAGEMENT SERVICES ENVIRONMENTAL RESOURCE AS ENVIROMENTAL CONTRACTORS RE9 N0: MPD-5-3218 CARY IL 60013 LARGO FI. 34641 HIALEAH FL 33016 '�LEiPART: 1/1 DELIVERY DATE: BUYER: Robin Boclair DELIVERY DAYS: DATE: TERMS: NET 30 NET 30 NET 30 ?PEI+ 11SE: 0:00P OTHER 1: NM FEMALE NM ?;,QUESTED: OTHER 2: BID NO. 94-95-121 BID NO. 94-95-121 BID NO, 94-95-121 ENTERED: 05/31/95 NOTE: PRINTED: 05/31/95 CODES: ? 1 CLEANUP OF LEAD FROM INDOOR 1 JOB 23950,000 31490.000 34720.000 EST: 0.00 REQUISITION SUBTOTAL 23950.00 L 31490.00 14720.00 DISCOUNT 0.00 0.00% 0.00 0.00% -------------- 0.00 0.007 -------------- -------------- 23950.00 31490.00 34720.00 PREFERENCE 0.00 0.00 0.00 -------------- REQUISITION NET 23950.00 L -------------- 31490.00 -------------- 34720.00 ITEM COMMENTS ITEMS VENDOR COMMENT CODE DEFINITIONS I I Low Bid On Itee 1 7 Excessive Variance L Low On All Iteos I ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: BIDS RECEIVED: FUNDS: BID TABULATION: BID EVALUATION: Bid No. 94-95-121 Range Lead Cleanup Police Short Term Contract It is necessary to remove and decontaminate the area that will be used to store evidence. 22 3 Capital Improvement Program, Account Code No. 299901-270-312019 See attached ALL VENDORS ........................... MINORITY/FEMALE (M/F) VENDORS......... Within City limits....... ... . Registered with City ............... Blad'k (B) Vendors .................. Located within City limits......... Registered with City ............... Female (F) Vendors..... .............. Located within Citylimits......... Registered with City ............... Hispanic (H) Vendors .................. Located within City limits......... Registered with City ............... NON MINORITY (NM) VENDORS ............. Located within City limits......... "No Bids" Bid Invitations Mailed 22 11 0 11 3 0 3 2 0 2 6 0 6 11 0 Bid Responses 3 1 0 1 0 0 0 1 0 1 0 0 0 2 0 3 L Reason,(s) for NOT awarding to local vendor: Local vendor did not respond to invitation for bid Reason(s) for NO BIDS are as follows: Astec Assoc. Inc. - Prior commitments Handex of F1. - Can't meet requirements Prism Construction Corp. - Not certified in type of work requested RECO14MENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO RANGE MANAGEMENT SERVICES A NON -LOCAL, NON -MINORITY VENDOR AT A TOTAL PROPOSED AMOUNT OF $23,950.00 G Ch' f Procurement fice Date /0 95- 608 x BID -SECURITY LIST DID ITEZ t LEAD CLEANUP 94-95-121 BIDNO. ------------- ----- ---------- ------------- DATE BIDS) OPENED: MAY 31_-1995_- 11:00 a.n. TOTAL BID -BOND . BIDDER DID AMOUNT CASHIERS CHECK___ RANGE MANAGEMENT SERVICES See attached bid ENVIRONMENTAL CONTRACTORS It It - ERA OF FLORIDA INC. We received only cne Procurement Department bid which was sent to NO BID ATEC ASSOCIATES INC. - HANDEX OF FLORIDA, INC. PRISM CONSTRUCTION CORP. fmr-% All -17- any,-L_------- received timely as of tho above ofFer otters stx"!�mi'�Il� c �i re ���c;ir:� are heyeby rejected as late." _Y o'n..nTng d.crte c T%d 3 —77,- 7?iCTC710-R I —----------�•------------- -------------- _NN N Y_ NN--.--Y___Y -NONE/--_N__--N-- N--M-_--- ---__---NYN- _.< 4cAl_ received ( �) envelopes an behalf of (parson receiving bids) GSA/SOLID WASTE -PROCUREMENT DIVISION on S- 31-9� (City Departseat)- r 7 ! SIGNED: D putt Cite Clark) •g�, T�f;;` 31 1�11 :0�� CITY ul vi t t tt f 4' ADIDENDI'M NO. I TH,'S ADDENDUM TS TO NOTIFY PROSPECTIVE PTDDRRS THAT THE DAT!,, AND TIM FOR THE ABOVE SERV CP�'. 11AS HL All. CVTIA-('R fWPORMATION AND REQUTREMEN',V,-:; REMAIM THP ,,'ARA GO ZALEZ PROCUREMENT SUPERVT,;o6 DIRECTOR OF FINANQ/P.c),6()x 111170a/Coconvt Giove Station/Miami, f!(-,(jdlt3!'.-','i-,,-. HNANCF Ortl(- JR5 Al.,5'N Of IHE UNITED IAWS LEGAL ADVERTISEMENT R 9S BID.:� NO. ' 94a95-121 rZ P3'04 Sealed bids will be received by the City of l I C#y Clerk at her office located at City Hall, 3500 Pan At ` ni ji;e, Miami, Florida 33133 not later than 11 s 00 a m May2S �,' q reestablish a short term contract for the furnishing of all Tabor and materials for the Dismantlement and Lead `Decontamination of the Indoor Firing Range at the .Miami Police Department. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of Awarding 51% of the Cit-y's total dollar volume of all expenditures for All. Goods and Services to Black, Hispanic and Women Minority Business Enterprises oil an equal bas:i.s . Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 300 Biscayne Boulevard Way, Suite 210, Telephone (305)575-6845. Section 18-52 . 1(h) of the City Code, as amended, states that the City C:oltuii:iss.lon may offer to a respons:i.ble and responsive local bidder, whose. primary office is located iii the City of: Miami, the opportunity of accepting a bid at Lhe low bid amount, if -the original. bid amount submitted by the local vendur does not exceed 11.0 percent of the lowr)st utlier responsible and responsive bidder_. The City reserves the right to request copies of -the occupational license, professional acid/or trade lice -.uses, corporate charter and -tax return and any other documents 'to verify -tile location of the f irm' s jrrizuary office. All vendors whose primary office is located within the City of Miami must provide a col,y of their_ City Occupational License with their bids. The City Manager may reject- all bids and readvertise. (Ad No. 2003) Cesar 11. Oc:iio City Manager_- City of Miami U�t'q`kllv REQUISITION FOR ADVERTI:SEMIENT I � �U6 This number must appear In the advertisement 'INSTRUCTIONS; Please -type and attdch a copy of the v n i 1. Department- 3SA/PROCUUMENT (FOR) 2. Division: POLICE `3. Account Code number: i290201-287 4. Is this a confirmation: ❑ Yes No 5. Prepared by: JENNIFFER MILLER 6. Size of advertisement: i LEGAL. 7. Starting date: KAY10. 1995 8. Telephone number: 575-51.74 ' 9. Number of times this advertisement is to be published: 1 10. Tye of advertisement: Legal ❑ Classified ❑ Display 11. Remarks: AID NO. 94-95--121 12. Publication Date(s) of Advertisement Invoice No. Amount MIM4I REVIEW MIAMI 'TIMES DIARI0 LAS ANHERICAS i i 1 .13. ❑ Approved ❑ Disapproved { 1 ice.. i Department Director//Desig 'ee i` J Date Approved for Payment Date C GS/PC 503 Rev. 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 __j