Loading...
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.