Loading...
06-03-08 Item 18CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM To: The Honorable Mayor Feliu and Members of the City Commission Via: W. Ajibola Balogun, City Manager From: Rodolfo de La Torre Operations Manager II Public Works Department Date: June 3, 2008 Agenda Item No. South Miami bAd AU-Nudca City 'I I 11.1 2001 �3 Subject: Selected contractors for Emergency Hurricane Preparedness & Recovery Debris Removal. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING SELECTED CONTRACTORS FOR EMERGENCY HURRICANE PREPAREDNESS & RECOVERY DEBRIS REMOVAL; PROVIDING FOR AN EFFECTIVE DATE Request: Approving selected contractors for emergency hurricane preparedness and recovery debris removal. Reason/Need: In an effort to be better prepared for cleanup response after hurricane disaster, we advertised a Notice of Bid Invitation for Hurricane Debris Clearing /Removal on March 17, 2008. Submitted sealed bids were publicly opened on Friday, April 25, 2008, at • 3:05 PM. After reviewing the 32 bids submitted, we recommend issuing Notice of Award /Purchase Order to the following lowest responsive bidders: CONTRACTORS FOR HOURLY RATE: 1. RAS Investments Corp. 2. Ocean Crown Environmental, Inc. 3. Tate Transport Corporation 4. Ceres Environmental Services, Inc. 5. JVA Engineering Contractor, Inc. 6. Allied Trucking of Florida 7. Budget Construction Co., Inc. Page 2 of 2 Emergency Hurricane Preparedness... June 3, 2008 CONTRACTORS FOR CUBIC YARD RATE: 1. Asplundh Environmental Services, Inc. 2. DRC Emergency Services, LLC 3. TAG Grinding Services, Inc. 4. Crowder Disaster Recovery 5. Grubbs Emergency Services, LLC 6. SFM Services, Inc. 7. Ceres Environmental Services, Inc. Cost & Funding Source: N/A Backup Documentation: ❑ Proposed resolution ❑ Certified Advertised Notice of Bid Invitation ❑ Bid Opening Report ❑ Copy of bids submitted by the 14 recommended contractors 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 RESOLUTION NO.: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING SELECTED CONTRACTORS FOR EMERGENCY HURRICANE PREPAREDNESS & RECOVERY DEBRIS REMOVAL; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission wishes to be prepared and to provide immediate response to road clearing and debris removal after hurricane event; and WHEREAS, the Mayor and City Commission approves the selection of RAS Investments, Corp., Ocean Crown Environmental, Inc., Tate Transport Corporation, Ceres Environmental Services, Inc., JVA Engineering Contractor, Inc., Allied Trucking of Florida and Budget Construction Co., Inc. as hourly rate contractors for emergency Hurricane Preparedness & Recovery Debris Removal; and WHEREAS, the Mayor and City Commission approves the selection of Asplundh Environmental Services, Inc., DRC Emergency Services, LLC, TAG Grinding Services, Inc., Crowder Disaster Recovery, Grubbs Emergency Services, LLC, SFM Services, Inc. and Ceres Environmental Services, Inc. as cubic yard rate contractors for emergency Hurricane Preparedness & Recovery Debris Removal. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission approves the selection of RAS Investments, Corp., Ocean Crown Environmental, Inc., Tate Transport Corporation, Ceres Environmental Services, Inc., JVA Engineering Contractor, Inc., Allied Trucking of Florida and Budget Construction Co., Inc. as hourly rate contractors for emergency Hurricane Preparedness & Recovery Debris Removal Section 2: That the Mayor and City Commission approves the selection of Asplundh Environmental Services, Inc., DRC Emergency Services, LLC, TAG Grinding Services, Inc., Crowder - Disaster Recovery, Grubbs Emergency Services, LLC, SFM Services, Inc. and Ceres Environmental Services, Inc. as cubic yard rate contractors for emergency Hurricane Preparedness & Recovery Debris Removal. Section 3: That the bids from selected contractors are made a part of the resolution PASSED AND ADOPTED this ATTEST: CITY CLERK READ AND APPROVED AS TO FORM CITY ATTORNEY day of , 2008. APPROVED: MAYOR Commission Vote: Mayor Feliu: Vice Mayor Beasley: Commissioner Palmer: Commissioner Wiscombe: Commissioner Beckman: MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared VERONICA PEREZ, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review f /k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, beinra a Legal Advertisement of Notire in the matter of CITY OF SOUTH MIAMI - NOTICE OF BID INVITATION HURRICANE DEBRIS CLEARING. REMOVAL - APRIL 25, 2008 in the XXXX Court, was published in said newspaper in the issues of 03/17/2008 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing this advertisement for publication in the said newspaper. Sworn to and subscribed before me this el ay o , A.D. 008 (SEAL) VERONICA PEREZ personally known to me MA iA I. t/IcSA My COt iMISSION A DD 750170 March d 2012 bonded Thm (Votary Publi;: Ur�denvri!ors -- "tea'+¢+ xxi.+_.�.e.•+�c�wmwrr+as+� SCaUTxI - i • �tHC«kp4RnTFC1 • - . t 92,E �O.RA i - W 1�®TICE .OF:, BID -INVITATION--" CITY ®1: 5 ®tJTI'1.;lIAI��IA➢ `' 13i6 N0.' 0Wod 0425::, ? The City of South.. Miami wlli receive sealed proposals until 3:00 P.M.' local time; Friday, April 25,.2008, at the City Clerk's office; South Miami City Hall 6130 Sunset Drive; South; Miami, Florida 33143, .for the' following work HURRICANE DEBRIS CLEARING/REMOVAL The project consists`of the hutncane'debriscleanng /removal within the'. City of South Miami:, In addition'. the .debris will be dumped at the. County's dump site or a temporary location (State Approved Staging:, Area) designated by the City ofSouth Miami' Interested contractors must pick up the bid form on or after Monday, March .17, 2008. afthe City_ Clerk's office (6130 Sunset Drive, South' Miami,; Florida 33143), or download . it from the City's website: www: cityofsouthmiami:netnde . (ur RFP/Bid; Posting). Deadline to submit questlons regarding the bid is Monday .`April 21:2006 s Bids-will be opened publicly-at o'r shortly after. 3:05 P.M. on Friday, April 25, 2008 at the,South Miami,City -Hall, City'Commission Chambers, 6130 Sunset Drive, South Miami Fiorida 33143 The bid will be awarded to the lowestrresponsible responsive bidder. If, however, the City Manager deems it to be-in the best interest of the City of South Miami, the,City. of South Miami reserves the right to reject any: and all bids, to waive any informalities or minor defects in any bids, and to increase or decrease'the quanti4ies shown in the Bid Form. Bids, which contain irregularities of any kind, may be rejectedas informal The -City of South'-Miami is`an Equal ",Opportunity Employer and encourages the participation of certified. Black MBE contractors.. IFYOU GET THIS INFORMATION AND REQUIRE FURTHER DETAIL, PLEASE CONTACT THE PUBLIC WORKS DEPARTMENT AT: (305) 663 -6350 3/17 .. 08- B- 152/983206M NOTICE OF BID INVITATION CITY OF SOUTH MIAMI BID NO.: PW08 -0425 The City of South Miami will receive sealed proposals until 3:00 P.M. local time, Friday, April 25; 2008 at the City Clerk's office, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143, for the following work: HURRICANE DEBRIS CLEARING/REMOVAL The project consists of the hurricane debris clearing/removal within the City of South Miami. In addition, the debris will be dumped at the County's dump site or a temporary location (State Approved Staging Area) designated by the City of South Miami. Interested contractors must pick up the bid form on or after Monday, March 17, 2008 at the City Clerk's office (6130 Sunset Drive, South Miami, Florida 33143), or download it from the City's website: www.ciiyofsouthmiami.net (under RFP/Bid Posting). Deadline to submit questions regarding the bid is Monday, April 21, 2008. Bids will be opened publicly at or shortly.after 3:05 P.M. on Friday, April 25, 2008 at the South Miami City Hall, City Commission Chambers, 6130 Sunset Drive, South Miami, Florida 33143. The bid will be awarded to the lowest responsible responsive bidder. If, however, the City Manager deems it to be in the best interest of the City of South Miami, the City of South Miami reserves the right to reject any and all bids, to waive any informalities or minor defects in any bids, and to increase or decrease the quantities shown in the Bid Form. Bids, which contain irregularities of any kind, may be rejected as informal. The City of South Miami is an Equal Opportunity Employer and encourages the participation of certified Black MBE contractors. IF YOU GET THIS INFORMATION AND REQUIRE FURTHER DETAIL, PLEASE CONTACT THE PUBLIC WORKS DEPARTMENT AT: (305) 663 -6350 V U I O Rte BID OPENING REPORT Bids were opened on: Friday April 25 2008 at: 3.05DM For: Hurricane Debris Clearing /Removal (PW08 -0425) CONTRACTORS: �,�(, p BID AMOUNT: Acosta Tractors, Inc. (p /3" /f 41.< - -,/O C Alexander & Johnson PMD, Inc. �'Sv ylrl —51a c . Allied Trucking of Florida y0 `j/(. S C V. AshBritt, Inc. As lundh Tree Expert Company / s• Z G ATL SO `J�? /3 • sa Budget Construction Co., Inc VSa Ceres Environmental Services, Inc. Crodon Inc. $-D'fQ IZ o2S C� Crowder Disaster Recovery a Crowder -Gulf , DCMC Corporation DRC Emergency Services, LLC (X 1 7. 6 Enviro Waste Services Group, Inc. Tqz1Zht Florida Disaster Recovery, LLC �. GlobeTec Construction Grubbs Emergency Services, LLC b JVA Engineering Contractor, Inc z Mancon Inc. Native Tree Service Ocean Crown Environmental, Inc. Ott Q RAS Investments, Corp $ , -Q n- I o. 05 RKC Land Development, Inc. SUS h� SFM Services, Inc. $' 17 S Southeastern Engineering Contractors, Inc. 3 ��L 13 CU Sam Reconstruction Services, Inc. h n • 9 Superior Landscaping & Lawn Service, Inc. O h,t T. J. Pavement Corporation TAG Grinding Services, Inc. TATE Transport Corporation 440 h2 20 .9 S Tip Top Enterprises, Inc. 4 40 kyt U.S. Grounds, Inc. 4 , 1�-AYL eA THE ABOVE BID AMOUNTS HAVENOT BEEN CHECKED. J THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY RE D. City Clerk's Sign: Witness: Witness: UcpD