Loading...
HomeMy WebLinkAboutR-90-0123J-90-65 1/31/90 RESOLUTION NO. �0123 A RESOLUTION RATIFYING, APPROVING AND CONFIRMING, BY A 4/5THS AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION AFTER A DULY ADVERTISED PUBLIC HEARING, THE ACTION OF THE CITY MANAGER FINDING THE REMOVAL OF PCB CONTAMINATED TRANSFORMERS AND DEBRIS SURROUNDING THE CITY'S PROPERTY MAINTENANCE DIVISION AREA AS AN EMERGENCY; AUTHORIZING THE ISSUANCE OF AN EMERGENCY PURCHASE ORDER TO RESOURCE RECOVERY OF AMERICA, THE VENDOR PROVIDING THE LOWEST, RESPONSIVE, AND RESPONSIBLE QUOTE, AT A TOTAL COST NOT TO EXCEED $6,443.00; ALLOCATING FUNDS THEREFOR FROM THE GENERAL SERVICES ADMINISTRATION DEPARTMENT/PROPERTY MAINTENANCE DIVISION 1989-90 OPERATING BUDGET ACCOUNT NO. 420401- 670. WHEREAS, the General Services Administration, Property Maintenance Division, had several out of service transformers and debris surrounding the area tested and the results were positive for PCB contamination; and WHEREAS, pursuant to Federal Law, these items must be properly disposed of by an Environmental Protection Agency registered company at an approved high temperature incinerator and/or chemical waste land fill; and WHEREAS, because of the safety condition of City employees and time constraints for this removal, written price quotations were received from various vendors in order to eliminate the safety hazardous concerns for City employees; and WHEREAS, the City Manager determined that waiver of the competitive sealed bids method was necessary and that- f-ha issuance of a purchase order to Resource Recovery of America, the vendor providing the lowest, most responsible, and responsive quote was required; and WHEREAS, funding to cover these purchases is available in the General Services Administration/Property Maintenance Division Account No. 420401-670; 1.1 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. By an affirmative vote of four fifths (4/5ths) of the Members of the City Commission after a duly advertised public hearing, the City Manager's written finding that due to positive test results of PCB contamination of several out -of - service transformers and debris surrounding the Property Maintenance Division area posing a threat to City employees, and to comply with Federal Law, written price quotations were received making necessary the waiver of competitive sealed bids and the issuance of a purchase order in an amount not to exceed $6,443.00 to the vendor providing the lowest, most responsive, and responsible quote to be the most appropriate action is hereby ratified, approved, and confirmed with funds therefor hereby allocated from the General Services Administration/Property Maintenance Division,Operating Budget Account No. 420401-670., Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 7th day of February ,1990. }CAVIER L. SUARE , MA'--'ORATTEST: MATTY HIRAI, CITY CLERK PREP EJANDRO U ILARELLO IEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: n -'--JTR—GT'E—.FE#NANqEZ i CITY ATTORIJaY 2 5 TO Honorable Mayor Cit Commission FROM : Cesar H. Odio City Manager CITY OF MIAMI, FLORIDA 221. INTER -OFFICE MEMORANDUM and Members of theDATE : JAN 3 01990 FILE : SUBJECT: Resolution Ratifying Emergency Removal of PCB Contaminated Transformers REFERENCES :and Debris ENCLOSURES: Emergency Approval Proposed Resolution RECOHMENDATIONS 2 It is respectfully recommended that the City Commission adopt the attached resolution ratifying the findings of the City Manager that the competitive sealed bids method was not practicable nor advantageous to the City. This situation resulted in the waiver of competitive sealed bids procedures for this project,, further ratifying, approving, and confirming the emergency removal of the PCB contaminated transformers and debris, an emergency *action of the City Manager. 'The' removal of the PCB contaminated transformers and debris was awarded to Resource Recovery of America, at an estimated cost of $6,443.00, which- funds remain. available from the General Services Administration'Department, Property Maintenance Division FY 189-190 operating budget #420401-670. �� rt2C'17TNT The General Services Administration, Property Aaintenance Division made the necessary arrangements to have. several out, of service transformers and the debris surrounding them tested, As a result of the test, all items tested positive for PCB contamination. Pursuant to Federal Law, i.e., the. Code of Federal Regulations as governed by the Environmental Protection Agency (EPA), these items must be properly disposed of by an EPA, registered company at an approved high' temperature incinerator and/or chemical waste land fill. Because of the safety condition of City employees and time constraints for this removal, written price quotations were received from various outside vendors in order to eliminate the safety hazardous concerns. for our employees. For -this reason, the City Manager determined that waiver of the competitive sealed bids method was necessary'. The emergency approval and issuance of a purchase order was found to be the most appropriate action. The total cost associated with this project is $6,443.00,which: funds remain available from the General Services Administration, Property Maintenance Division, Account Code No. 420401-670. 5 • ' ..yam � � t 1 v, J LLI L -1 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANOUM TO Cesar R. Odto DA4E: AUG 15 198� PH/64e City Manager F1Li: Authorization for • SUBJECT: emergency Purchase Order for Disposal. of �4 �•A PCB Contaminated FROM Ron E. 'Jilliams, Director RErERENccs: Electrical Transformers General Services Administration and Debris ENCLOSURES: This is to request your approval in authoriz.ing an emergency purchase to contract the services of Resource Recovery of America for the disposal of PCt containtnate:d transform,!rs and debr. to :it u coat of $6,443.00. BACKGROUND The General Services Administration Department, Property Maintenance Division, is currently housing six (6) electrical ransformers and two (2) oil switches, City -owned and removed from service, which have been tested as "positive" for PCB contamination. This site also houses five (5) drums of coataininated send and debris. Pursuant to Federal Law,' i.e., the Cede of Fedecat Regutations .Is governed by- the Environmental Protection Agency (EPA), these units must be properly disposed of J. by an EPA registered company at an approved high temperature Incinerator and/or chemical waste landfill. RECOMMENDATION This department has solicited three recommended by the State of Florida Regulations, and one (1) proposal follows: Recommended by State: (3) proposals from companies Department of EnvLronmeatal from a local company, as Chemical Waste Management' $ 6,060.08 Resource Recovery of America - $ 6,443.00 GEX Services $141,338.27 Local Company: Fnviropact, Inc. (s alt o W J $ 7,005.00 -two (2) week services $ 5,304.07-four (4) week service 3 Cesar ii. Odio -2- AUG 15 1989 This process of requesting Laformal bids in lieu of the formal '�iddLa, procedure was done in order to expedite the project, ,,Even the aenstttvLty and potential dangers involved with hazardous waste materials. The low proposer, Chemical Taste tianagement ($6,060.08), has advised the City that their quote is considered to be an estimate and could increase udder certain conditions. They would prefer not to provide an addittonat insurance proviso naming the City of Miami as an addtttonat insured due to the lengthy time restraints, strict provisions involvmtt, and the fact that they are self -insured. I am recommending Resource Recovery of America; Which maintains General Liability Insurance in the amount of $5,000,000 -per occurrence and general aggregate, because they can offer the needed insurance proviso without delays and can commence on -rite work within ten (10) Working days following receipt of -'an authorized purchase order. I am, therefore, requesting your authorization of an emergency purchase to contract the services of Resource Recovery.of Amarica At a cost of $6,443.00. By your signature below, I will initiate the purchase order process. 14 Approved: Cesar H. Odio' City Hannger 11 .11 i . City 0 MIAMI, MLpAOAANDUM , 4s L j - 8% e% haklt t-,ocurcmant supervic3or culrettent Management 0xvigion Services A4�mintt3traG on .4 3 J With 'd etavtat lablO.- t ij� 83:10 J1 ;Vkki jAbt0' department of Financo and 443.00 Epipartments bid in the amo t of the Sub jeCt tic c.�,ver the COS Number 420401:670 Account CC)dO ADVIT 0 FINANCe REVIEW & APPROVED SYS RF0q ropriat .'tk (Cxcept for items app ed I n Fy bkKIC incllldO4 .7, N(A Ser ti M- 7­51"CLOC e il) JF d9rC W1 Ci ty Ma Of FinanCe Department piannin [,�uDGETA RY REVIEW APPROVED Byl .T, 0 7 ect� ran Caq rector 0a. �F—Fa—rra7 DirecEWF nt su I fibeval communt artment Of Budgat T., 90-0:121 Cfy ;con rs