HomeMy WebLinkAboutR-94-0656Y
.�i
J-94-718
8/15/94 RESOLUTION NO. 9 4— 6 5
A RESOLUTION ACCEPTING THE BID OF TERRATECH,
INC. FOR THE REMOVAL OF DEBRIS AND TRIMMING
OF HAZARDOUS TREE LIMBS AT VIRGINIA KEY BEACH
FOR THE DEPARTMENT OF PARKS AND RECREATION
AT A TOTAL PROPOSED AMOUNT OF $333,983.60
ALLOCATING FUNDS FROM HURRICANE RECOVERY
FUND, PROJECT NO. 058527, ACCOUNT CODE NO.
588627-340, AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received August 5, 1994 for the removal of debris, and tree
trimming at Virginia Key Beach for the Department of Parks and
Recreation; and
WHEREAS, invitations were mailed to twenty (20) potential
bidders and one (1) bid was received; and
WHEREAS, the Department of Parks and Recreation has a
responsibility to maintain and operate Virginia Key Beach on a
year round basis, since Hurricane Andrew the beach has not been
fully utilized or restored to its original condition; and
WHEREAS, funds for this service are available from Hurricane
Recovery Funds, Project No. 058527, Account Code No. 588627-340;
and
WHEREAS, the City Manager and the Director of the Department
of Parks and Recreation recommend that the bid received from
Terratech, Inc. be accepted as the only responsible and
responsive bid;
CITY cOrtiIISSION
MEETING OF
SEP 0 8 +q%
Resolution No,
94- 656
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 August 5, 1994 bid of Terratech Inc. for
the debris removal and tree trimming at Virginia Key Beach for
the Department of Parks and Recreation at a total proposed cost
of $333,983.60 is hereby accepted with funds therefor hereby
allocated from Hurricane Andrew Recovery Funds, Project No.
058527, Account Code No. 588627-340.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to a issue purchase order
for this service.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 8th day of September , 1994.
STEPHEN P. CLAM, MAYOR
ATT ST
MA HIRAI, CITY CLERK
PREPARE
RAF'AEL 0. DIAZ
DEPUTY CITY AT
APPROVED AS
---7 _ .
BY:
AND CORRECTNESS:
A.' Q
CITY
III
-2-
94- 656
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members DATE FILE
of the City Commission AUG 25 1994
SUBJECT Award of Bid #93-94-168R Tree
Trimming & Debris Removal at
Virginia Rey Beach
FROM : Cesar REFERENCES Proposed Resolution
City DI 0
ENCLOSURES.
Recommendation:
It is respectfully recommended that the City Commission adopt the
attached resolution accepting the lowest responsive and responsible bid
for the trimming of hazard tree limbs and removal of hurricane debris
at Virginia Key Beach from Terratech, Inc., a Hispanic -owned firm
located in Dade County at 5001 S.W. 74th Court, Suite #204, Miami,
Florida 33155, in the total estimated amount of $333,983.60. Funds
for this contract have been provided through hurricane recovery
funding, FEMA reimbursements, Project #058527.
Background:
Pursuant to public notice, sealed bids were received August 5, 1994 for
the trimming of hazard tree limbs and the removal/mulching of hurricane
debris at Virginia Rey Beach. Two responsive and responsible bids were
received in this minority set aside contract, which required a minimum
of 50% of the work to be reserved for a bona -fide Black and/or female -
owned firm as subcontractor.
Total Amount of Bid: $333,983.60.
Amount Budgeted: FEMA reimbursement.
Source of Funds: Hurricane Recovery Funds Project *058527
Minority Participation:
r
Account Code #588627-340 (DSR #03044).
Award is to a Hispanic vendor with 50%
of work to female -owned firm as
subcontractor.
I �
j CITY OF MIAMI, FLORIDA
I{ INTER -OFFICE MEMORANDUM
I
Judy Carter August 11, 1994
TO Chief Procur?mnnt Officer D&7E
General Adn�ii.Anist.ration Services Virginia Rey Beach Debris
and Solid Waste SUBJECT Removal & Tree Trimming
FROh, REFERENCES / Bid No. 93-94-168R-M/WBE
i Albert u�)1 ::, . Director
Parks ,.eCreation Department ENCLOSURES
This depa.-_-tiient has verified with the appropriate City
Departments tJl:.t funds are available to cover the cost of subject
purchase in.e estimated amount of $333,983.60 from Account Code
#588627-34C: L11-ject #058527 (DSR #03044).
HURRICANE P717DR,�,T RECOVERY TERM:
Chief Fran.;-,. .?.o ; lason, Manger
F
I
i
z
4
i
i
t
1
94- 656
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
Judy Carter August 11, 1994
TO Chief Proc .rer,-.nt Officer DATE
General Adm_Ln:i_s;-tration Services Baal Evaluation
and Solid tag. -e SUBJECT Bid No. 93-94-168R-M/WBE
Virginia Key Beach Debris &
Tree Trimming
FRONT, / I REFERENCES
>; Albert Ruck,_ . Director
I� Parks _ r'_ ' " .1tion Department ENCLOSURES
The Department of Parks and Recreation has reviewed the
evaluation c:c bids prepared by Anne Whittaker of the
Minority/Wome;;usiness Affairs Office (copy attached). Based on
that finding, we recommend award of the subject bid to the lowest
responsive and responsible bidder, Terratech Development, Inc.,
at a total r_�r-_-osed cost of $333,983.60.
As this s a hurricane recovery contract that has been
significan't1.v delayed in implementation, we request that
documentation ;-e prepared to award this bid at the September 8,
1994 City Commission Meeting.
Please let me know if there is any additional information you
require.
Approved: l6,4 }`
Chief -Frank Rollason, Manager
Hurricane Andrew Recovery Team
cc: Alex P` :.;_ ;:nez, Parks and Recreation
D. E. Jo.n-,.son, Parks and Recreation
Raul Garcia., Parks and Recreation
Joe Mc 1_--u J r_ - , Dade County D . E . R . M .
Sarah Go.7,3lez, Procurement Supervisor
Robin Ming Boclair, Procurement
Peter Sezrra.o, H.A.R.T.
�'��,..... " BID N0, ys•-y4-botsxc-
�9 JAMI, FLORIL ' I
0;�T (Continued)
a BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN Ti
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENIN(
IF SECURITY IS REQUIRED, A -BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms F/ ��! (Include cash discount for prompt payment, .if any)
Additional discount of if awarded all items.
Warranty and/or guarantee:
Delivery:calendar days required upon receipt of Purchase Order or Noti
of Award. -
Number of calendar days required to complete work after start.
In accordance with the Invitation to Bid, the Specifications, General Conditions, Spec.
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Pri-
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES
OF COMPANY
OFFICER(S):
lVo Ic,',A A�.
a) List principal busines
addr r
s: (street address)
;� :�-- Az
b) List a'11 ther offices located in the State of Florida: (street address)
N
(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 =ag
of ordinance #1006:
amended, the Minority Procurement ordinance of the City of Miamees to comply witt
applicable substantive and rocedural provisions therein,.incl g an endm;ents thereto,
Bidder: A fEGf� (} Z,0--signature:
1 P y.
Date: 8,�/yam m an name print Name: - b
Indicate if Business is 51% Minority -owned: (Check one box only)
[ ) BLACK HISPANIC [ ) FEMALE
KIAFFIRMATIVE A -TTON PLAN
If firm has an existing plan, effective date of implementation:__
If firm does not have an existing plan, the Successful Bidder hall be requirf
establish an Affirmative Action Policy, pursuant to -Ordinance #100 s ended. See App
I for sample. .
Bidder: nml� Signature:
(company name)
PATi 11RF TO COMPLETE._._S-IGHLAN
94- 656
1 AWARD OF BID
Bid No. 93-94-168R-M/WBE
ITEM: For the trimming of hazardous trees and debris
removal at Virginia Key Beach.
DEPARTMENT: Parks and Recreation
TYPE OF PURCHASE: Short Term Contract
REASON: To restore Virginia Key Beach
back to its
original condition.
POTENTIAL BIDDERS: 20
BIDS RECEIVED: 1
FUNDS: Hurricane Recovery Funds, Project
no. 058527,
Account Code No. 588627-340 (DSR
03044).
BID TABULATION: Terratech Inc. $333,983.60
BID EVALUATION: Bid
Invitations
Bid
Mailed Responses
ALL VENDORS ............................ 20
1
MINORITY/FEMALE (M/F) VENDORS.......... 15
0
Within City limits .................. 4
0
Registered with City ................ 14
0
Black (B) Vendors ...................... 6
0
Located within City limits.......... 2
0
Registered with City ................ 6
0
Female (F) Vendors ..................... 3
0
Located within City limits.......... 0
0
Registered with City ................ 3
0
Hispanic (H) Vendors ................... 6
1
Located within City limits.......... 2
0
Registered with City ................ 5
1
NON MINORITY (NM) VENDORS .............. 5
0
Located within City limits.......... 0
0
"No Bids" .............................. -
3
Reason(s) for NOT awarding to local vendor:
Local vendor did not respond to invitation to bid
••tir` Reasons for "No Bids" are as follows:
Projects East Construction - "decline to bid"
One, Two, Tree, Inc. - "not certified as minority"
Universal Wood Recycling, Inc. "scope of work does not fall in line of
business"
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE '1'0 TERRA
TECH, INC. A HISPANIC/DADE COUNTY VENDOR A
TOTAL PROPOSED AMOUNT OF $333,983.60.
0
�p_eacc�ziT -_.
Ifl 'fMi LABOR MATERIALS, EQUIPMENT AND SUPPLIES FOR THE
TRIM—MING_ OF HAZARDOUS TREE LIMBS —A�—_—
i
31ATR iTD(3i QP""' nil riiST..�....1`394T 0s-30
DT1L
�SDD�fIt ID ��O�DI� ISEIIR_t_CFx'"K
S.A-.M. ENT. INC.
EMPLES HEAVY HAULING
ERRATECH DEVELOPMENT INC.
See attached b' d
We recived onl" one copy of the bid
Procurement Dept.
See attached h d
0 BID:
ROJECTS'EAST CONSTRUCTION •
NE TWO TREE, INC. ,.
NIVERSAL WOOD RECYCLING, INC.
-.r.r'�'. '�-+.�..a�►.f•�a. �:rc-,.rt-►-r-v`a�s-.s.,w`r ..,r,
4 d.. �..1 sue. Mom.. r 7• ►tn-l� rw —.►! _—
r a r r— r w r r r r /►o Y +.l w s !!.rr N l .rM b—
r
w�-��rPr �.�►f�..rr+e _�rr .�rwre�.rrro !.► irr rr lw �-..r r-w r.rr b!
s` r
-��-�ws w-�rr _r.�r___-_.__ram rr_►r....�w_v ..sr�.-.rrws.�...v.s�r ww.. �.w r��.
—------------ rr_rr_r___r_
r.r..►.s...r_..__r—►---r•_►_r-----_r+r__. —
w�+++P ssw w-rle�a i_wsw .�w.►�.s—r.r. r-r erwr rrw�---.s. wr rrm Om to we.. rs
w K ! s.r lfrr. r-V o`/" w"w r _•.s-r-r _ r �►!r r .► ¢ s d rib u !w ! � Y !P r-� �.� _
Mr�M"r r w ti�....r �. row+rr ra .►�i.rf+�+
rOrr..O_rw M+�_! wr_r d�4rr
_.rrr�rr�..��rr isrr_e rr rbr...�
rr0 • elrer_w_!r —
b .ram w .. �•+�►+ er. r .►�..►� .�.. � _..�
--------------
.�� !/ �a
� _/d7��N ��_ tacsieod �� � envelopes on Dabsl! ai
(rsrson rec•irinj bids)-
GcAISc�Iid taste-PxocuremPn Division__rr OR ��a y______..____
..--.-e--� —a --- r ...mow
�(Cit��xepartmsnt;_
e
i I C h E D s
ttywC ty
�CSork
i-
t;
LEGAL ADVERTISEMENT
BID NO. 93-94-168R-M/WBE
Sealed bids will be received by the City of Miami City Clerk at her office located at
City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than 10:30 a.m.
Au=t 5, 19.9-4 for the furnishing of all labor, materials, equipment and supplies
necessary for the trimming of hazardous tree limbs, the removal of trees, stumps and
other hurricane debris, the chipping and/or grinding of all suitable vegetative
debris into mulch and the spreading of said mulch into designates areas, and the
removal and disposal of all other hurricane debris for the Department of Parks and
Recreation.
Bids submitted past such deadline and/or submitted to any other location or office
shall be deemed not responsive and will be rejected.
MANDATORY SITE INSPECTION WILL TAi(F: PLACE ON JULY 22, 1994 AT 10:00 A.M. AT TIC
VIRGINIA KEY -CITY TOLL BOOTH, ARTHUR LAMB ROAD, MIAMI, FLORIDA. FAILURE TO ATMO
THE MAND_ATDRY SITE INSPECTION WILL DEEM YOUR BID NON -RESPONSIVE. VENDORS ARRIVING
AFTER 10:15 A.M. WILL NOT BE ALLOWED TO ATIEND THE CONFERENCE. VENDORS THAT ATTENDED
THE PREVIOUS SITE INSPECTION HELD ON TUESDAY, JUNE 28, 1994, SHALL BE DEEMED TO HAVE
MET THIS REQUIREMENT.
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 Warren Minority Business Enterprises on an equal basis.
Bidders are alerted to significant changes in the M/WBE participation requirements
for this bid. The scope of work required to remove and d.1spose of all other non-
ytative hurricane debris and to dispose of trees and stumps, is set aside for
current, City of Miami certified Black and Female vendors. The level of Black and
Female participation required for this project is 50% of the total bid price, which
shall include the scope of work set -aside. M/WBE certification shall be current and
valid at the time of bid opening and proof shall be submitted with bid. FAILURE TO
SUBMIT PROOF OF CURRENT, CITY OF MIAMI CERTIFICATION AS A BLACK OR FEMALE VENDOR
SHALL DEEM YOUR BID NON -RESPONSIVE. See details in the Special Conditions of bid,
section 6(f).
A Performance Bond in the amount of 100% of the total bid price is required for this
project. (See details in the Special Conditions of Bid section 15).
Local Preference Section 18-521_(.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. (See details in
the Special Conditions of Bid section 23).
ALL BIDDERS ARE REQUIRED TO SUBMIT WITH THEIR BIDS A COPY OF THEIR CURRENT
OCCUPATIONAL LICENSE.
Detailed specifications for the bids are available upon request at the City
Procurement Office located at 1390 N.W. 20th Street, (305) 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1492)
Cesar H. Odio
City Manager
is
.t-
City of Miami
REQUISITION FOR ADVERTISEMENT
r�
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type
and attach a copy of the advertisem nt with thi§ r i i ion.
I pgpartment:
ti a
� 2. Division:
3 Account Code number:,
6. Size of advertisement:~
—
4. Is this a confirmation:
Yes ❑ No
7. Starting date: p':
5 Prepared by:
8. Telephone number.
9. Number of times_ this advertisement is to be
published: ' %
10. Type of advertisement:
0 Legal ❑ Classified ❑
Display
11. Remarks:
�i�{. f_i 1`�C). 5:�..' '�r:�^ '. i)it i:.., [•fl`r11.J:�
12.
Publication
G.S.A. (Procurement
MONLY
Date(s) of
Advertisement
Invoice No.
Amount
{{
13.
4❑ Approved
❑ Disapproved
Department Directpr/Desi nee Date
.uting:
Approved for Payment
Date
C IGS/PC 503 Rev. 12/89 R Forward White and Canary to G.S.A. (Procurement Management) and regain Pink copy.