Loading...
06-05-07 Item 11South Miami ri-Am ftac" CITY OF SOUTH MIAMI ' I r OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM 2001 To: The Honorable Mayor Feliu and Members of the City Commission Via: Yvonne S. McKinley, City Manager From: W. Ajibola Balogun, REM, CFEA' Director Public Works & Engineering Department Date: June 5, 2007 Agenda Item No.: 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 April 20, 2007. Submitted sealed bids were publicly opened on Monday, May 21, 2007, at 3:05 pm. After reviewing the 29 bids submitted, we recommend issuing Notice of Award /Purchase Order to the following lowest responsive companies: CONTRACTORS FOR HOURLY RATE: 1. Disaster Recovery, LLC 2. Bamaco Inc. 3. Wood Resource Recovery, LLC 4. RAS Investments Corp. 5. Sunshine 2000 Construction 8, Development 6. Allied Trucking of Florida. 7. DRD Enterprises, Inc. (David Pressler) [Gilley I "T.T41I 1111'XII 0111 W0111:31011,01:711;7r M BE 'I. Tag Grinding Services, Inc. 2. Bamaco Inc. 3. Wood Resource Recovery, LLC 4. RAS Investments Corp. 5. Ceres Environmental 6. Grubbs Emergency Services, LLC 7. D & J Enterprises, Inc. Page 2 of 2 Emergency Hurricane Preparedness... June 5, 2007 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 cdntractors. Page 2 of 2 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 Disaster Recovery, LLC, Bamaco Inc., Wood Resource Recovery, LLC, RAS Investments Corp., Allied Trucking of Florida, Sunshine 2000 Construction & Development, and DRD Enterprises, Inc. (David Pressler) as hourly rate contractors for emergency Hurricane Preparedness & Recovery Debris Removal; and WHEREAS, the Mayor and City Commission approves the selection of Tag Grinding Services, Inc., Bamaco Inc., Wood Resource Recovery, LLC, RAS Investments Corp., Ceres Environmental, Grubbs Emergency Services, LLC, and D & J Enterprises, Inc. as cubic yard rate contractors for emergency Hurricane Preparedness & Recovery Debris Removal. NOW, THEREFORE, BE IT RESOLVED BY THE: MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission approves the selection of Disaster Recovery, LLC, Bamaco Inc., Wood Resource Recovery, LLC, RAS Investments Corp., Allied Trucking of Florida, Sunshine 2000 Construction & Development, and DRD Enterprises, Inc. (David Pressler) as hourly rate contractors for emergency Hurricane Preparedness & Recovery Debris Removal. Section 2: That the Mayor and City Commission approves the selection of Tag Grinding Services, Inc., Bamaco Inc., Wood Resource Recovery, LLC, RAS Investments Corp., Ceres Environmental, Grubbs Emergency Services, LLC, and D & J Enterprises, 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 Include File Name and Path day of , 2007. APPROVED: MAYOR COMMISSION VOTE: Mayor Feliu: Vice Mayor Wiscombe: Commissioner Palmer: Commissioner Birts: 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 SOOKIE WILLIAMS, who on oath says that he or she is the VICE PRESIDENT, 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, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI NOTICE OF BID INVITATION NO. PW07 -0521 in the XXXX Court, was published in said newspaper in the issues of 04/20/2007 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 attache copy of advertisement; and affiant further says that he or she s n it her paid nor promised any person, firm or corporation any disco nt, rebate, commission or refund for the purpose of ecuriyig this advertisement for publication in the said Sworn to and subscribed before me this 20 day of APRIL A.D. 2007 (SEAL) SOOKIE WILLIAMS personally known to me .00 1 Cheryl H Marmer My Commission DD338669 V Z car rod Expires July 18, 2008 our h U IgCpRP4R+RFP CoFt1 NOTICE OF-13.11D INVITATION CITV OF SOUTH MIAMI BID NO. PW07.0521 The Cdy`of South Miami will receive sealed proposals until 3:00 P.M. locai,time; Monday, May 21, 2002 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 .r �.. , The piroject consists of the hurncana debris clearing/removal within the City of South Miami. In addition, the debris will be dumped at the County's 1. 11 idump; site. or a, temporary location (State Approved Staging Area) designatetl by the City;of South Miami.' Interested contractors must call the City Clerk's office (305- 663 - 6340) to request forbid forms. Deadline to submit questions regarding the bid is Monday, May 14, 2007. Bids III be opened publicly at or shortly after 3:05 P.M. on Monday,"- May 21,.2007 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 oft 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. 4/20 _ _ 07- B- 62/821103M: PAID OPENING REPORT Bids were opened on: Monday, May 21, 2007 at: 3:05pm For: Hurricane Debris Clearinja/Removal (PW07 -0521) CONTRACTORS: BID AMOUNT: DISASTER RECOVERY., LLC A 220 (5, c-' c' 44 y- <1 I Z •94- WASTE SERVICES OF FLORIDA, INC . TJ PAVEMENT CORP. 661 S_ ° 0d JVA ENGINEERING CONTRACTOR INC t -M; ' y- R.A.S. CONSTRUCTION g • �S AA ENGINEERING SERVICES, INC K BANNERMAN LANDSCAPING INC `7 p ACME ORGANIZATION INC j "�I S +'f a CROWDER -GULF r 4� • y ° ``� DAVID PRESSLER ) ® 2g c9z� GLOBETEC CONSTRUCTION 0 z Y 54 21. C-6 NATIVE TREE SERVICE (' o ` 9-0 H /(o. DISASTER MITIGATION & CONSTRUCTION 6 31 o 4 G-(o • 6s WRR p ° ® r„ 3­2 S DACA ENVIRONMENTAL INC <1 �O CERES ENVIRONMENTAL -u , C, q -7-3 D & J ENTERPRISES, INC & 59 • S7D OMNI PINNACLE, LLC 557?) DRC EMERGENCY SERVICES, LLC BAMACO INC (�' ° ` f �r BERGERON LAND DEVELOPMENT `30 ` Bf 14r- :3,9, -75 SFM SERVICES, INC 1590 ` `16 H r ' .z - gD TAG GRINDING SERVICES 1'10 ` of r ALLIED TRUCKING OF FLORIDA 45r) ` 6- f/ SUPERIOR LANDSCAPING & LAWN SERVICE, INC CS SUNSHINE 2000 CONSTRUCTION &� DEVELOPMENT INC � Lao GRUBBS EMERGENCY SERVICES LLC ALEXANDER & JOHNSON PMD INC ' Z f4 1 C MAN CON INCORPORATED _f­? -7 0 v r THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER. THE BIDS HAVE BEEN OMPLETELY REVIEWED. City Clerk's S an::4 itness: _Witness: e� tits °� _ f I Bids were opened on: Monday, May 21, 2007 at: 3:0512m For: Hurricane Debris Clearing/Removal (PW07 -0521) CONTRACTORS: BID AMOUNTS: 1. Disaster Recovery, LLC $12.84/cy 2. Waste Services of Florida $17.00 /cy 3. TJ Pavement Corp. 4. JVA Engineering Contractor Inc. 5. R. A. S. Construction 6. AA Engineering Services, Inc. $15.00 %y 7. Bannerman Landscaping, Inc. $22.00 /cy 8. ACME Organization Inc. 9. Crowder -Gulf $12.00 /cy 10. David Pressler $28.00 /cy 11. Globetec Construction $2,1.80 /cy , 12. Native Tree Service 13. Disaster Mitigation & Construction 14. WRR 15. Daca Environmental Inc. 16. Ceres Environmental 17. D & J Enterprises, Inc. 18. Omni Pinnacle, LLC 19. DRC Emergency Services, LLC 20. Bamaco Inc. 21. Bergeron Land Development 22. SFM Services, Inc 23. Tag Grinding Services 24. Allied Trucking of Florida 25. Superior Landscaping & Lawn Seri 26. Sunshine 2000 Construction & Dev 27. Grubbs Emergency Services LLC 28. Alexander & Johnson PMD Inc. 29. Man Con Incorporated Under $10 /cy r1 Between $10- $20/cy Inc. Inc. Between $20- $30 /cy $16.30 /cy $30.00 /cy Above E ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign: Witness: Witness: 0 c3 ono .a -p. ICY N N. 0 V ' QD J�n 1 V 1 -9A Oi ZM O V O p tv • crr�. • J��t 7 •GI OLOaC000t1Q TIII l7 T 11 II11/9kfln An C•1 T'l i_IJOf•!J. ) nn72 nn CP1.1 _a N H H ry q a o �e N 14- � a -Z ul -p. ICY N N. 0 V ' QD J�n 1 V 1 -9A Oi ZM O V O p tv • crr�. • J��t 7 •GI OLOaC000t1Q TIII l7 T 11 II11/9kfln An C•1 T'l i_IJOf•!J. ) nn72 nn CP1.1 � o 1 r� o A MI }a VaJ ' m w °1 m v m as m e� x �_ F Q s o 0 �tlo 7 wig t l l f l � o 1 r� o A MI }a VaJ ' m w °1 m v q d rL 0 �tlo 7 wig t l l f l Yr r �.+ v I l i l l to ' 1 o :IL m� g� y� V '17 X W Ln N W W m N ID 0 CD CD O CD CD CD 0 H � � 7 CD z 0 D Pi o CD C'r 0 m . Q, 4 0 � o N N N .0 z � r- a CD Li m n m � C ~ C n 0 n a w M n 0 0 n h a n a a LQ m n ° �CD s CD CD CD CD a CD or �• fA !A Q a v 7C CD CD ii z v CD 0 O a V 7 N CD C � 0 o cr cr CD w Ul CD "3 N fl CD O CD i O W � � m CD fD CD fD z U, O W 0• W W U7 N 0 o C1 a o 0 m a V1 K CD 1 C C) ^S C) '17 X W Ln N W W m N ID 0 CD CD O CD CD CD 0 H � � 7 CD z 0 D Pi o CD C'r 0 m . Q, 4 0 � o N N N .0 z � r- a CD Li m n m � C ~ C n 0 n a w M n 0 0 n h a n a a LQ m n b n � n O a z ° �CD C =� Gd '" �a a CD or cD �C A CD v 7C N'o C ii z 0 00 0 O V 7 C � to A fA CL cr CD W CD 'O n n o O O C � � fD fD 0• W U7 N o C1 a o 0 CD a V1 K CD C 0. ^S b n � n O a z �C ry Gd '" va or y C r )'I.. C% 7C N'o C ii O r� V 7 C r OrJ 0 no C A O OA a•d n 0 W O Ln I O O W I A tj N 0 w 0 In I O o w R rn u M rn wIZ U-. �. L too �l N• J H (] ct rt 3 cn (D p � � N rt O mm N O �q O " i "(j Fl- (D iu O' cn w 0 rn � rn rt n !r H rt F•,• I O n Iv rt N• O co o g• a� oo t 1 1 t 1 i l i i l n p o w o � cn o 0 0 2 n q.-- 0 y 1 t"� +8�1 r� Crl. S P v aY O •, fi IN yO t•' RbRgFggcnR twetu uanOC 40 Raln u.-17n:c inn? an Rew ba Ell, p. ►t �o A r I its 0 to td w z n � 0 00 0 i V � N W y CD "C A MR { 17 1 r w N n � 0 00 0 i V � N W 1 r w N tJ V V tlo r) 0 tv N fl Z -d BiP69E9990E iweYW 4gnoB jo Agi0 Wd01:9 G00O 80 ReW 0 00 0 i W A CIQ tJ V V tlo r) 0 tv N fl Z -d BiP69E9990E iweYW 4gnoB jo Agi0 Wd01:9 G00O 80 ReW ... �•••• • • . *� L- a ir-ti of zjoutn m i 131111 0 a+ w is ka � n s F OZ u V z o n I � v 00 F-• Co N � V 4- V 00 I N N V r 0 w Ln N V ko V 1 v Ln 00 9- IEn m 0 F4 O C w n m ro n m m W a m rt 0 b m 1-t w rt 0 m Juobbjbyga isA s Op b s v y� a cc l � »a o Y IN x gym. G P r W Ln Cn D3 r r ct b m H (IQ O ;j n 0] 14 0 rt Cn (m0 H m C rt W V n rD W 1't r o r ci C w V r Li O� O 9- IEn m 0 F4 O C w n m ro n m m W a m rt 0 b m 1-t w rt 0 m Juobbjbyga isA s Op b s v y� a cc l � »a o Y IN Apr 26 2007 4:51PM 0 CD N City of South Miami x 0 U N v 3056636348 Q ag 8 Q s a N °e r p.2 b r�r O I tv crrx � „ O � v C C aY l o b � V H � � W W � d 0 O Vii O C V n x 0 U N v 3056636348 Q ag 8 Q s a N °e r p.2 b r�r O I tv crrx � „ O � v C C aY l Bids were opened on: Monday, May 21, 2007 at: 3:05pm For: Hurricane Debris Clearing/Removal (PW074521) CONTRACTORS: BID AMOUNTS: 1. Disaster Recovery, LLC 2. Waste Services of Florida 3. TJ Pavement Corp. $695.00/Hr 4. JVA Engineering Contractor Inc. $675.00/Hr 5. R. A. S. Construction 6. AA Engineering Services, Inc. $750.00/Hr 7. Bannerman Landscaping, Inc. $790.00/Hr 8. ACME Organization Inc. 9. Crowder -Gulf 10. David Pressler $700.00/Hr 11. Globetec Construction 12. Native Tree Service $630.00/Hr 13. Disaster Mitigation & Construction 14. WRR 15. Daca Environmental Inc. $595.00/Hr 16. Ceres Environmental 17. D & J Enterprises, Inc. $650.00/Hr 18. Omni Pinnacle, LLC 19. DRC Emergency Services, LLC $S.0 0/Hr< , 20. Bamaco Inc. 21. Bergeron Land Development $630.00/Hr 22. SFM Services, Inc $590.00/Hr 23. Tag Grinding Services $810.00/Hr 24. Allied Trucking of Florida 25. Superior Landscaping &Lawn Service, Inc. $605.00/Hr 26. Sunshine 2000 Construction & Development Inc. 27. Grubbs Emergency Services LLC $620.00/Hr 28. Alexander & Johnson PMD Inc. $590.25/Hr 29. Man Con Incorporated $775.00/Hr = Below $550/hr Q Between $551- $750.00/hr 0 Between $751- $1,000.00/hr = Over $1,000/hr E ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign: Witness: Witness: Z3JHd * * oj tlo p x N N -- D x a El Z 0 Z% N .b d " rt (L UI F-' Qp : a u1 U1 Ln (D Lnn H (D C a 0 d ((D O n I . A, FS (D to 0 w o FJ- (D C) z n F✓ N n (D a rr LQ a r rt N N' e a 62:6T T002 -02 -T0 b F•t n C) tv C cir sS 4 Z'd SiFESESSSOE iwetW 4 %nog jo R410 Wd£O =S L002 CO ROW 7nn inn fftli � o Z � o � ornbU ' m w ®1 iu � ca ay m ay x p 41 fe W N Q � o a 6 if c' -- s P- 0 � o Z � o � ornbU ' m w ®1 iu � Fi CLn � �t P- P Ella I 9 k r+ `k cr R � o a 0 a 0, �F 1 0 G m 4P 0 I t I f Po I i z ° W Lq N W w m N La y 07 n: oa c ¢� 0 c o CD CD rD � v C] a •' co °- CD co R. f. o C rD o c o 0 CD a m z Al y Q• (D � W 0 In � N C �p � C N d. Q 4 O m P O O CD a a Z 0 ° w � w L9 w" °° 0 o z m Fl �: m • a �- m§ N C17 3 a 0 0 O •O ' z ° W Lq N W w m N 4 La y A c ¢� 0 c o CD CD rD o C CD 3 C] a •' co °- R. f. rD K c o 0 CD a m z Al y O 0) CD N .' 0 In rr a � O � C N rt N Q 4 P O O a a O 0 � � w L9 w" °° °° o z Fl �: �: cc o 40 �- m§ N C17 3 0 0 •O ' -O: ro r o C S r C tr', � O av�c7oorp �noot- W '!�> tot! w oo °w a W CDD "_�• N 'Q CD ''�• AAi CD N I " ."t " r.3 fD to C 4 La y A cwi - Chi 0 CD CD a C] C7 •' f. K 0 CD O 0 rr n �. C N n R o� w � � w L9 w" 0 m o� n o A N C17 0 0 •O ' -O: ro r o C S O C Q � 4 b - Chi n C vz o� crrr o� 0 N C17 0 e a r ba 0 9. F� os W w R o W O Ln I 03 o co N v � tb N 01 .i co Ln .P kA -A �i 0 w O U9 I CD tb w Ll Go p. a kz v Lr z z C m cn N• rt m N O v W F-r w w rn a1 to R G M n m rn C N- H n m H cil O N rt O to �j I n > fi tr � m w m n O to rt �i � y r tt N I O 0 sv rt w O 0 to b'a ze ba ld yc° C" l i O 7�d h"3 rrr�. 3 A 7 IN "Lr.nir%nnnnn ru.vr.l .r. V.nr.. .. -. .r... - -- L--1 I 04 * trs bd od 5t bo c m y O v LA ° ' F O I^ 1 C �a ! 1 1 1 1 1 1 1 1 1 951 Q� O a W IA 0 �7 Pi crry >e M d + 4'y • jx�♦ bd bC t1� tad � Ce vi W M 67 f6 Ox � SOMME mm®Cl e 0 I y C 0 y i � w v+ oa � P � s n t'� d cn c �9 C r C CA N OQ n !] r a W rA (D (D K � 0 G 0 R CD N V V 0 CD a EM 2 S� o � z 0 ILJ � k l O HER O. co A a j fB Vl Lll � � 0 W � � b z CD E CD w. (fr C c� 1 V1 � r� co S \a R3 s W tc� �N W w C� c9 owl ro O y H �n tv �► _ Via. A 2 O tsy y ,tea v 0 CD CL N v � A 0 00 0 o eb S'a y' M A t :341 O b 0 G M D o M ro O y H �n tv �► _ Via. A 2 O tsy y ,tea v 0