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