Loading...
HomeMy WebLinkAboutR-94-0608J-94-678 8/23/94 RESOLUTION NO. 9 4 — 6.08 A RESOLUTION ACCEPTING THE BID OF ACTION LAND DEVELOPMENT CORPORATION FOR THE HAULING OF ONE HUNDRED AND FORTY (140) 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 $195.64 PER LOAD, FOR A TOTAL COST OF $27,389.60; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF PUBLIC WORKS CONTRACT SERVICES ACCOUNT, ACCOUNT CODE NO. 310501-340; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID SERVICE. 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. 11th Street and 22nd Avenue; and WHEREAS, a considerable amount of 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 site; and CITY ,CommsSIOx MEETING OF SEP 0 8 1994 1"Wution Na w 94- 608 :. WHEREAS, bids of said services were received by the City Clerk on July 18, 1994, with the low -bid submitted by Action Land Development Corporation, in the amount of $27,389.60 for one hundred forty (140) loads,.at the unit cost of $195.64 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 Action Land Development Corporation for the hauling of one hundred and forty (140) 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 $195.64 per load, for a total cost of $27,389.60, Is. hereby accepted, with funds therefor hereby allocated from the 'Department of Public Works contract services account, Account Code No. 310501-340. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said service. Section 4. This Resolution shall become effective immediately upon its adoption. -2- 94- 608 f 4 PASSED AND ADOPTED this 8th day of September 1994. STEYHEN P. CLAPI, MAYOR ATT T •� �MA Y EIRAI CITY CLERK PREPARED AND APPROVED BY: i OLGA MIREZ-SEIJ ASS TANT CITY ATTORNE APPROVED AS TO FORM AND CORRECTNESS: 4p. w .c'l/ 4 ?TY JONES, I I ORNEY ORS:osk:M4585 -3- Mlzmullu; CITY OF MAW FLOR DA INTER -OFFICE MEMORANDW TO: The Honorable Mayor and Members of the City Commission FROM : CeSa10 C1tVhir CA-3 DnTE FILE AUG (Qod SUBJECT Resolu i. on authorizing Award o Bid No. 93-94- 155-M/WBE Hauling of REFERENCEppS'bble ENCLOSUPES It is respect fully recommended that the City Commission pass the attached .resolution accepting the bid of Action Land Development Corp. a Female owned firm for the hauling of one -hundred and forty (140) loads of rubble for the Department of Public Works, Operations Division in the amount of $195.94 per load for a total proposed amount of $27,389.60. 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. 93-94-155-M/WBE. A total of four (4) bids were received and it has been determined that the lowest responsible and responsive bidder in accordance with Bid No. 93- 94-155-M/WBE is Action Land Development Corp. a Female owned firm at a proposed amount of $195.64 per load for a total amount of $27,389.60. One of daily tasks of the Public Works-0 erations Division is to remove and replace deteriorated and7or 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. Attachments _1 CITY OF MIAMI. FLO,?ID.A INTER -OFFICE MEMORANDUM To. Judy S. Carter DATE July 21, 1994 FILE Chief Procurement Officer SUBJECT Bid 093-94-155 Hauling Rubble stored at South Fork Yard FROM Waldemar E . Lee REFERENCES Department of Public Works ENCLOSURES This department has verified with the Department of Management & Budget that funds are available to cover the cost of the subject bid in the amount of 27,389.60, Account Code No. 310501-8-4-tQ. 3<io BUDGETARY REVIEW & APPROVAL BY: i } 4 I � Planohar Surana, Uirector Department of Management & Budget WEL/DCB/cay 4 i f i I OF MIAMI, FLORIIjj ;j SHEET (Continued) IMPORTANTa BID SHEET AND ATTACHMENTS ATTACHED ENVELOPE IDENTIFIED BY BID IF SECURITY IS REQUIRED,. A BID WILL BOND IS SUBMITTED IN THIS ENVELOPE. BID N0.93-94-155-M MUST BE RETURNED IN TRIPLICATE IN T NUMBER, TIME AND DATE OF BID OPENIN NOT BE ACCEPTED UNLESS THE DEPOSIT Terms: _ /,¢ (Include cash discount for prompt payment, if any) Additional discount of_X.211q�- % if awarded all items. Warranty and/or guarantee: tiff Delivery: calendar days required upon receipt of Purchase Order or Notic of Award. / 1i 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 Items) at Pric, indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): Javier Rodriguez ( President ) Michelle Rodriguez (VicePresident) NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address) 14250 SW. 106 Ter. M .,ni, Florida 33186 b) List all other offices located in the State of Florida: (street address) N/A (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 amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with a: applicable substantive and procedural provisions therein,.inc ding any amendments thereto. Bidder: ACTION LAND DEV., CORP. Signature: (company.name) Date: July 6th, 1994 Print Name:Michelle Rodriguez Vice -President Indicate if Business is 51% Minority -owned: (Check sne box only) [ ] BLACK [ ] HISPANIC [X] FEMALE M TRMATIVE ACTION PT.AN If firm has an existing plan, effective date of implementation: 1/25/8 9 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. 94-W 608 Bidder: ACTION LAND DEVELOPMENT CORP. Signature: (company name) MICHELLE RR RIGUEZ � FAILURE TO COMP Tom_SIGR.,�U-ftET.tlB�1�t_slil�i_FORM C� , T�TTHIS DID- AWARD OF BID Bid No.93-94-155-M/WBE ITEM: Hauling of One -Hundred and Forty (140) Loads of Rubble DEPARTMENT: Public Works -Operations =PE OF PURCShort Term HASE: c. tract REASON: To remove c.;:rete rubble generated by the removal and eplacement of sidewalks, curbs, and gutters. ROTENTIAL BIDDERS: 47 BIDS RECEIVED: 3 TABULATION: Attached FUNDS: Department of Public Works, Accoii .,:• � Code No. 310501-340. BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 47 3 MINORITY/FEMALE (M/F) VENDORS.......... 47 3 Within City limits .................. 0 0 Registered with City ................ 41 3 Black (B) Vendors ...................... 34 2 Located within City limits.......... 0 0 Registered with City ................ 30 2 Female (F) Vendors ..................... 13 1 Located within City limits.......... 0 0 Registered with City ................ 11 1 Hispanic (H) Vendors ................... 0 0 Located within City limits.......... 0 0 Registered with City ................ 0 0 NON MINORITY (NM) VENDORS .............. 0 0 Located within City limits.......... 0 0 "No Bids.. .............................. - 0 94- 608 Reasons) for not awarding to local vendor Local vendor did not respond to this invitation to bid. RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO ACTIONLAND DEVELOPMENT CORP. A FEMALE VENDOR, AS THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER AT A TOTAL ESTIMATED AMOUNT OF $27,389.60. �zp_aacoFITT ' �- ID Sim-► HAULING 140 LOADS OF RUBBLE STORED AT SOUTH FORK STORAGE �iZli �TD(3) 0lE9tEDt9�- JULY 18, 1.994— 11:00 IDDIR ID A-ZOU T tiSEIiR'6 CE?ECIC LEWIS GREEN CONSTRUCTION ACTION LAND DEV. CORP. OCEAN CROWN ENV. INC. JCI INTERNATIONAL INC. See attachedjoly id We received one copy of the bid which was seto Procurement - le artmen received i.ez' �:.. •t� t .k :1�:,e st r i _L_....__.w---- ..._r .._.. _...._.�,._.._ ti. ►.�•__�...�.- ------------ I ------ - �•—M_•_aw+_0•_—_M _rt�-wr___.sN_rt �__sY_o-_.�—._.►—.►�Y-_►�✓.a ��Y�— - __ — wrt__'�i�. ...rta.�►-4w1 ___tv0_r.tirtss--- — — — — ----Y_.►— r^_a•�_ _`f—rt Y_.rt.V+� V_._.i—�.1__w-arr _V...s_�a rtw __—rrtrt rV'.r_ _r.r..Y^-+-ram-.►— — ►_a r_---_--- --M—__---------w_------w__+.-------- '�,.'��yr_vi�x�envelopes on bebalt of calving r a (Ferma+elvi� i i bids) j+cc7%lso��_daste__FroG_urement Division ��_!__08 (City repart0aet) _a--__ (Daput�'^City—Clerk)+ ^�� LEGAL ADVERTISEMENT BID NO. 93-94-155-M/WBE Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida 33133 not later than 11a00 a.m. Ttilr 18, 1994 for the hauling of approximately one hundred and forty (140)�loads of Rubble stored at South Fork storage area located at NW llth Street and 22nd Avenue for the Department of Public Works/Operations Division. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. This bid has been designated as a set -aside, limiting bidding to Black and Women owned firms or individuals registered and certified with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program, in accordance with Ordinance 10062, as amended. All vendors interested in participating must be certified as an M/WBE by the City, Prior to bid submission. M/WBE certified firms must have their certification in a valid and current status to be eligible to bid. Proof of current certification must be submitted with bid response. 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 Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. 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, 1390 NW 20th Street, Second Floor, Telephone 575-5174. 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 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. ALL VENDORS LOCATED WITHIN THE CITY OF MIAMI LIMITS MUST PROVIDE A COPY OF THEIR CITY OCCUPATIONAL LICENSE WITH THEIR BID. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 NW 20th S-treet, 1.,Secoro Floor, Telephone 575-5174. :r'p The City Manager may reject all bids and readvertise. i (Ad No. 1482) j Cesar H. Odio City Manager - .e � `:1'. -]. - .7.. Fk .,r:� i?�`-. ...+'kl p�M. - ^p'(ytoYy.4;Nt WI.•.,lN-+i1^,-,"3"'fh�eN .`it1 tK , �: '::".`� ,t " % (' fSf City of Miami�.1 RE UISITION FOR ADVERTISEMENT This number must (� appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the advertisement with this LpguLion. 1 Department: 2. Division: 3. Account Code. number: .i. I 1 ,.'• .� . i;< f "' ''•. l� 4. Is this a confirmation: ❑ Y L-1 NO es 5. Prepared by i. :.t,:') _ T 6. Size of advertisement: 7. Starting date:^ 8.. Telephone number: 9. Number of times this advertisement is to be t. _J 10. Type of advertisement: _W ❑ legal ❑ Classified ❑ Display _published:_ 11. Remarks: 3 .. 12. Publication .A. (Procurement M nilgeme0o LISE QHLY Date(s) of Advertisement Invoice No. Amount Miami. Rc-,V:1.0w Miami �c 9 i i7v 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C CGS/PC 503 Rev. 12189 i Routing: Forward White and canary to U.S.A. trrocuremem rnanayernenq dnu itnanl 1-11- wNy. DISTRIBUTION: White - G.S.A.; Canary - Department -� in M rn LEGAL ADVERTISEMENT 77 BID NO. 93-94-155-M/WBE 7"; Sealed bids will be received by the City of Miami City C:`irk at her office located at 3500 Pan American Drive, Miami, Florida 33133 not later than 11;00 a.m. July 3 -, 1994 for the hauling of approximately one hundred and forty (140)+loads of Rubble stored at South Fork storage area located at NW 11th Street and 22nd Avenue for the Department of Public Works/Operations Division. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. This bid has been designated as a set -aside, limiting bidding to Black and Women owned firms or individuals registered and certified with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program, in accordance with Ordinance 10062, as amended. All vendors interested in participating must be certified as an M/WBE by the City, Prior to bid submission. M/WBE certified firms must have their certification in a valid and current status to be eligible to bid. Proof of current certification must be submitted with bid response. 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 Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. 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, 1390 NW 20th Street, Second Floor, Telephone 575-5174. 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 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. ALL VENDORS LOCATED WITHIN THE CITY OF MIAMI LIMITS MUST PROVIDE A COPY OF THEIR CITY OCCUPATIONAL LICENSE WITH THEIR BID. Detailed specifications for the bids are available upon request at the City Procurement Office, 1390 NW 20th Street, Second Floor, Telephone 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 1482) Cesar H. Odio City Manager