Loading...
HomeMy WebLinkAboutExhibitAMENDMENT NO. 1 TO REQUEST FOR QUALIFICATIONS NO. 489328 LOT CLEARING SERVICES This Amendment No. 1 to Request for Qualifications (RFQ) No. 498328, when properly executed becomes a part of the Contract effective and shall: 1. Delete Section 2.9, Procedures for Obtaining Invitation for Quotation (IFQ's), in its entirety and replace with the following to incorporate the underlined language: Being on the pre -qualified list is a pre -requisite for obtaining work on potential projects through the contract. When the End -User Department elects to have work performed, an Invitation for Quotation (IFQ) will be issued by the End -User Department, specifying all relevant information, which includes, but it is not limited to the following: 1. Location where work is to be performed; 2. Specifications/ Scope of Work; 3. Pricing for Category A and/or B Services which is presented below in Item No. 2; 4. Start date for the Work and the completion date; 5.. Logistical constraints -that the successful Biddermustconform to -in -per -forming -the - work; 6. Date and time of site walk-thru prior to bid submission, if required; 7. Name of the Project Manager; 8. Deadline for submission of quotes, based on not to exceed pricing per square foot provided in Item No. 2 below; and 9. Liquidated damages, if applicable. The IFQ will state the time and place for inspections of the project site, if required or recommended. Except in cases of emergencies or in time of constraints, the City will use reasonable efforts for scheduling such site inspection within forty-eight (48) hours of distribution of the applicable IFQ. The successful Bidder shall perform the work pursuant to the prices furnished in response to the IFQ, provided the City has accepted the successful Bidder's pricing. Successful Bidder acknowledges and agrees that the City will accept the successful Bidder's pricing provided that such pricing is the lowest responsive bid submitted by the successful Bidder, previously, pre -qualified by the City to perform the work. The pre -qualified proposer(s) shall be invited to offer a price for a turnkey operation for lot clearing services, to include fees for all labor, materials, equipment, debris removal/disposal and dumping/tipping fees. The price will be based on the City's not to exceed price per square foot provided in Item No. 2 below, Pricing for Category A and/or B Services. The Bidder then offering the lowest bid price shall be awarded the specific project. All dumping (tipping) fees are to be included as part of the rate per square foot as bid. 1 2. Section 3.0, Specifications, Sub -section 3.4, Payment by City for Services, is hereby deleted in its entirety and replaced with the following to incorporate the underline language: Not To Exceed Price Per Square Foot Description Unit Of Measure Unit Price 1 Category A Services (To Include Sq. Ft. $0.25 Tipping/Dumping Fees) 2 Category B Services (To Include Sq. Ft. $0.45 Tipping/Dumping Fees) a) Category A: All selected Proposers shall be paid by the City based upon the square foot cost in their bid response, for the provision of all required services as described above for the removal of vegetative debris and minor non -vegetative debris. No other costs shall be paid by the City for this Category of service unless specifically authorized in writing, in advance, by the City. The successful Bidder cannot bid higher than the not to exceed price per square foot listed above, for the applicable Category. b) Category B: All successful Bidder(s) shall be paid by the City based upon the square foot cost in the bid response, for the provision of all required services as described above for a lot(s) to be cleared, hauled and properly disposed of all major non -vegetative debris. No other costs shall be paid by the City for this Category of service unless specifically authorized in writing, in advance, by -the City. The successful -Bidder cannot bid higher than -the not to exceed -price per square foot listed above, for the applicable Category. 3. Add Section 2.33, Consumer Price Index (CPI): The City will be allowed to increase/decrease the City's not to exceed prices annually to cover future drastic fuel price changes. The market changes will be determined utilizing the then current Consumer Price Index for All Urban Consumers (CPI-U), U.S. City Average, Miami -Ft. Lauderdale,, FL., Gasoline (Unleaded Regular), and Index Base Period. The escalation using the CPI will be determined by the percent change in the level of the CPI between the reference period and a subsequent time period. This will be calculated by first determining the index point change between the two periods and then the percent change. The following example illustrates the computation of percent change: CPI for current period (2013) 304.78 Less CPI for previous period (2012) 299.94 Equals index point change 4.84 Divided by previous period CPI 299.94 Equals 0.016 Result multiplied by 100 0.016 x 100 Equals percent change 1.6 2 Any contractual increases/decreases must occur on the anniversary date of the contract award. Successful Bidders' request to increase the not to exceed prices will be made to the City in writing sixty (60) days prior to anniversary date. Exceptions may be allowed under extreme volatile market conditions and relief may be sought by exercising the Equitable Adjustment provision under this contract. 4. Delete Section 2.8, Method of Award, in its entirety and replace with the following to incorporate the underline language: It is the City's intention to create a list of responsive, responsible Bidders who meet or exceed the minimum qualifications; these Bidders shall be placed on a list of pre - qualified vendors who will be contacted by the end -user department to participate in the IFQ process in Section 2.9, Procedures for Obtaining Invitation for Quotation (IFQ's), when a need for services arise. At the sole discretion of the City, additional vendors may be added to the list periodically, to maintain sufficient names and to ensure competition. The vendors seeking pre -qualification on the list shall be required to meet the minimum requirements as stipulated in this solicitation. The City reserves the right to increase the number of vendors as it deems in its best interest so as to obtain the most competitive rates at time of need. Work will be requested through IFQ's, specifying project scopes. Selection for the pre -qualified list does not guarantee work, and does not provide for exclusive rights to provide these services to the City. All terms, covenants, and conditions of the original contract issue thereto shall remain in full force and effect except to the extent herein amended. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City" ATTEST: CITY OF MIAMI .FLORIDA TODD B. HANNON, City Clerk DANIEL J. ALFONSO, City Manager APPROVED AS TO FORM AND CORRECTNESS: APPROVED AS TO INSURANCE REQUIREMENTS: VICTORIA MENDEZ, City Attorney ANN-MARIE SHARPE, Director Risk, Management Department 3 "Provider" ATTEST: BCLS Landscaping Group, Inc. Print Name: Print Name: Title: Title: 4 "Provider" ATTEST: Thomas Maintenance Services, Inc. Print Name: Print Name: Title: Title: 4 ATTEST: Print Name: Title: "Provider" Weed -A -Way, Inc. Print Name: Title: "Provider" ATTEST: C&W Lawn Care, Inc. Print Name: Print Name: Title: Title: 4 City of Miami Master Report Resolution R-15-0290 City Hall 3500 Pan American Drive Miami, FL 33133 Www.miamigov.com File ID #: 15-00727 Version: 2 Enactment Date: 7/9/15 Controlling Office of the City Status: Passed Body: Clerk Title: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSALS RECEIVED, PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 489328, AND APPROVING THE ESTABLISHMENT OF A PRE -QUALIFICATION LIST COMPRISED OF FOUR (4) QUALIFIED PROPOSERS, AS LISTED ALPHABETICALLY IN "EXHIBIT A," ATTACHED HEREIN,. TO PROVIDE LOT CLEARING SERVICES FOR THE DEPARTMENT OF CODE COMPLIANCE, ON AN AS -NEEDED BASIS, FOR AN INITIAL PERIOD OF TWO (2) YEARS WITH AUTOMATIC ANNUAL RENEWALS UNTIL SUCH TIME AS IT IS DEEMED IN THE BEST INTEREST OF THE CITY OF MIAMI ("CITY") TO ISSUE A NEW SOLICITATION; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS, SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; FURTHER AUTHORIZING, IN ACCORDANCE WITH THE RFQ, THE ABILITY TO ADD QUALIFIED FIRMS OR INDIVIDUALS TO THE CONTRACT WHEN DEEMED IN THE CITY'S BEST INTEREST WITHOUT NEED FOR FURTHER CITY COMMISSION AUTHORIZATION. Reference: Introduced: 6/2/15 Name: Accept Proposals - Lot Clearing Services Requester: Department of Code Compliance Notes: Cost: Final Action: 7/9/15 Sections: Indexes: Attachments: 15-00727 Bid Tabulation.pdf, 15-00727 Proposal - BCLS Landscaping Group Inc.pdf, 15-00727 Proposal - C&W Lawn Care Inc.pdf, 15-00727 Proposal - Thomas Maintenance Services Inc.pdf, 15-00727 Proposal - Weed -A -Way Inc.pdf, 15-00727 Invitation for Bid.pdf, 15-00727 Legislation.pdf, 15-00727 Exhibit A.pdf, 15-00727 Summary Form.pdf Action History Ver. Acting Body Date Action Sent To Due Date Returned Result 1 Office of the City 7/7/15 Reviewed and Attorney Approved City of Miami Page 1 Printed on 7/14/2015 1 City Commission 7/9/15 ADOPTED A motion was made by Francis Suarez, seconded by Marc David Sarnoff, that this matter be ADOPTED. The motion carried by the following vote: Aye: 4 - Wifredo (Willy) Gott, Marc David Sarnoff, Francis Suarez and Keon Hardemon Absent: 1 - Frank Carollo 2 Office of the Mayor 7/10/15 Signed by the Mayor Office of the City Clerk 2 Office of the City Clerk 7/10/15 Signed and Attested by City Clerk 1 City of Miami Page 2 Printed on 7/14/2015 Exhibit A Approved Lot Clearing Vendors BCLS Landscaping Group, Inc. 4055 NW 17th Ave Miami, FL 33142 Terry Jones (786) 203-1497 bcisgroupinc@gmail.com C & W Lawn Care, Inc. 6600 NW 27th Ave Miami, FL 33147 Walter Williams (305) 345-4848 cw33054@aol.com Thomas Maintenance Services, Inc. 16205 SW 117th Ave, Unit #7 Miami, FL 33177 Miles Thomas (305) 253-7433 thomasmaintserv@aol.com Weed -A -Way, Inc. 5900 Dewey Street, Suite #202 Hollywood, FL 33023 Monday Okotogbo (786) 663-5802 weeclaway@msn.com