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