HomeMy WebLinkAboutRemoval & Disposal of Debris
~/or- c,#
Miami Beach
*****
m
AI-ArIB1ca City
~ III J.'
-
INVITATION FOR BIDS
REMOVAL AND DISPOSAL OF CONSTRUCTION
DEBRIS AND ASPHALT
BID # 20-04/05
BID OPENING: JUNE 17,2005 AT 3:00 P.M.
C NIGV
~ Outstanding Agency
OA4 Accreditation Achievement Award
Gus Lopez, CPPO, Procurement Director
City of Miami Beach - Procurement Division
1700 Convention Center Drive
Miami Beach,FL 33139
http:\\www.miamibeachfl.gov
F:\PURC\$ALL\MARTA\Bids\04-05\ITB 20-04-05 construction debris removal.doc
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
1
CITY CLERK
m
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
TITLE:
REMOV AL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT
CONTRACT NO.:
20-04/05
EFFECTIVE DATE(S): September 9, 2005 through September 30, 2006 with three (3)
additional one (1) year renewal options.
SUPERSEDES:
None
CONTRACTOR(S):
Austin Tupler Trucking, Inc.
A. AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of
the City of Miami Beach, Florida, on September 8, 2005, a contract has been approved
for award and subsequent execution between the City of Miami Beach, Florida and
Austin Tupler Trucking, Inc.
B. EFFECT - This contract was entered into to provide Removal and Disposal of
Construction Debris and Asphalt for the Public Works Department located at 451 Dade
Boulevard, Miami Beach, Florida. Therefore, all required services shall be made under
the terms, prices and conditions of this contract, Bid No. 20-04/05, all addenda thereto,
and Austin Tupler Trucking, Inc.' s bid response.
C. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with
the City of Miami Beach Procurement Division policies and procedures, at the prices
indicated, exclusive of all Federal, State and local taxes.
Standing Order(s) shall show the City of Miami Beach contract number (20-04/05), as
applicable.
D. CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any
vendor failure to perform according to the requirements of this Contract to the Public
Works Director at 305-673-7080.
E. PERFORMANCE AND PAYMENT BONDS - N/ A
1
Page 2
Certification of Contract
F. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as
required, and they must be signed by a Registered Insurance Agent licensed in the State
of Florida and approved by the City of Miami Beach Risk Manager.
G. LIVING WAGE ORDINANCE - N/ A.
H. ASSIGNMENT AND PERFORMANCE -Neither this Contract nor any interest herein
shall be assigned, transferred, or encumbered by either party. In addition,
CONTRACTOR shall not subcontract any portion of the work required by this Contract.
CONTRACTOR represents that all persons delivering the services required by this
Contract have the knowledge and skills, either by training, experience, education, or a
combination thereof, to adequately and competently perform the duties, obligations, and
services set forth in the Scope of Work and to provide and perform such services to
CITY's satisfaction for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and services under this Contract in
a skillful and respectable manner. The quality of CONTRACTOR's performance and all
interim and final product(s) provided to or on behalf of CITY shall be comparable to the
best local and national standards.
I. SERVICE EXCELLENCE STANDARDS - N/A.
J. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section
287~133, Florida Statutes, a person or affiliate who is a contractor, consultant or other
provider, who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to
the CITY, may not submit a bid on a contract with the CITY for the construction or repair
of a public building or public work, may not submit bids on leases of real property to the
CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with the CITY, and may not transact any business with the
CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes,
for category two purchases for a period of36 months from the date of being placed on the
convicted vendor list. Violation of this section by Contractor shall result in cancellation
of the CITY purchase and may result in Contractor debannent.
K. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under
this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be
subject to the supervision of CONTRACTOR. In providing such services, neither
CONTRACTOR nor its agents shall act as officers, employees, or agents of the CITY.
This Contract shall not constitute or make the parties a partnership or joint venture.
L. THIRD PARTY BENEFICIARIES
Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third
party by this Contract. Therefore, the parties agree that there are no third party
beneficiaries to this Contract and that no third party shall be entitled to assert a claim
against either of them based upon this Contract.
2
Page 3
Certification of Contract
The parties expressly acknowledge that it is not their intent to create any rights or
obligations in any third person or entity under this Contract.
M. NOTICES - Whenever either party desires to give notice to the other, such notice must be
in writing, sent by certified United States Mail, postage prepaid, return receipt requested,
or by hand-delivery with a request for a written receipt of acknowledgment of delivery,
addressed to the party for whom it is intended at the place last specified. The place for
giving notice shall remain the same as set forth herein until changed in writing in the
manner provided in this section. For the present, the parties designate the following:
For CITY:
Procurement Division
1700 Convention Center Drive
Miami Beach" Florida 33139
Attn: Gus Looez" Procurement Director
With copies to:
City Attorney
City of Miami Beach
1 700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Austin Tuoler Truckine" Inc.
Attn: Glenn Tuoler
6570 S.W. 47th Court
Davie" Florida 33314
N. MATERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that
each requirement, duty, and obligation set forth in these Contract Documents is
substantial and important to the formation of this Contract and, therefore, is a material
term hereof.
CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of
such provision or modification of this Contract. A waiver of any breach of a provision of
this Contract shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Contract.
3
Page 4
Certification of Contract
O. SEVERANCE - In the event a portion of this Contract is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective unless
CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this
Contract based upon this provision shall be made within seven (7) days after the finding
by the court becomes final.
P. APPLICABLE LAW AND VENUE - This Contract shall be enforceable in Miami-Dade
County, Florida, and if legal action is necessary by either party with respect to the
enforcement of any or all of the terms or conditions herein exclusive venue for the
enforcement of same shall lie in Miami-Dade County, Florida. By entering into this
Contract, CONTRACTOR and CITY hereby expressly waive any rights either
party may have to a trial by jury of any civil litigation related to, or arising out of
the Project. CONTRACTOR, shall specifically bind all subcontractors to the
provisions of this Contract.
Q. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written document prepared with
the same or similar formality as this Contract and executed by the Board and
CONTRACTOR.
R. All documents shall be executed satisfactorily to said City and until Bonds and Insurance
Certificates have been filed and approved, this Contract Agreement shall not be effective.
S. The Contract Documents which comprise the entire Agreement between City and
Contractor are attached to this Agreement and made a part hereof:
The Contract Documents may only be amended, modified or supplemented as provided.
4
Page 5
Certification of Contract
AGREEMENT
THIS AGREEMENT made this q #> day of~20~ A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the City, which
term shall include its successors and assigns, party of the one part, and
Austin TUDler Truckin2.. Inc.
6570 S.W. 47th Court
Davie.. Florida 33314
Estimated Annual Contract Amount: $159..960.00.
IN WITNESS WHEREOF the said City has caused this Certification Agreement to be signed
by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed; attested by
the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to
be signed it its name.
By
(Authorized
Mayor
David Dermer
AUSTIN TUPLER TRUCKING, INC\SEAL)
Contractor
President
ATTEST:
Title
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
llik~ f~
City Clerk
Robert Parcher
5
ACORD.. CERTIFICA TE OF LIABILITY INSURANCE OPIDM DATE (MM/DDIVYVY)
AUSTJ:-2 09/13/05
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Greenwich Risk Manaqement ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
a Division of Slaton Insurance HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
POBox 220537 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
West Palm Beach FL 33422-0537
Phone: 561-683-8383 Fax:561-684-5995 INSURERS AFFORDING COVERAGE NAlC #
INSURED Aust1n TU~ler Truck1ni' J:nc. INSURER A Southern-owners J:ns Co 10190
Southern ransport & quipment
J:nc, INSURER B Brid9.tield Employer. Xn. Co
Glen Contractinq, J:nc INSURER C Auto-owners J:ns Co 18988
M & G Fill Co~oration
6570 S.W. 47th Court INSURER D
Davie FL 33314
INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
IN::>K ~t~ POLICY NUMBER 'DATE (MMiDOrWt Il"gk~Y(Mi.vDDiVY)n LIMITS
LTR lYPE OF INSURANCE
GENERAL LIABILI1Y EACH OCCURRENCE $1,000,000
~
A X COMMERCIAL GENERAL LIABILITY 20598869-03 03/01/05 03/01/06 UAMP\l;.t: 'v ,,,_,,,......... $ 100,000
PREMISES (Ea occurence)
f-- tJ CLAIMS MADE ~ OCCUR
MED EXP (Anyone person) $ 10,000
PERSONAL & I>DV INJURY $ 1,000,000
f--
GENERAL AGGREGATE $ 2,000,000
I---
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS -- COMP10P AGG $1,000,000
II [Xl PRO- nLOC
POLICY X JEeT
AUTOMOBILE L1ABILllY COMBINED SINGLE LIMIT
f-- $
ANY AUTO (Ea accident)
I-- k~
ALL OWNED AUTOS 7 BODIL Y INJURY
I-- $
SCHEDULED AUTOS (Per person)
I---
HIRED AUTOS BODIL Y INJURY
- ~ $
NON-OWNED AUTOS ~ ,{I '1/ (Per aCCident)
-
- PROPERTY DAMAGE $
(Per aCCident)
GARAGE LIABILllY AUTO ONLY - EA ACCIDENT $
~ IWY AUTO OTHER THAN EA ACC $
AUTO ONL Y AGG $
EXCESSIUMBRELLA L1ABILIlY EACH OCCURRENCE $ 6,000,000
C ~ OCCUR D CLAIMS MADE 01211220596425 03/01/05 03/01/06 AGGREGATE $ 6 , 000 , 000
$
~ DEDUCTIBLE $
X RETENTION $10,000 $
WORKERS COMPENSATION AND X rT~1TCHt I IU1H-
EMPLOYERS'L1ABILI1Y ER
B ANY PROPRIETORIPARTNERIEXECUTIVE 830-27149 03/13/05 03/13/06 E L EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $ 1,000,000
If yes, describe under
SPECIAL PROVISIONS below EL DISEASE -- POLICY LIMIT $ 1,000,000
OTHER
OESCRIPTlON OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
The City of Miami Beach is named as an additional insured with respects to
qeneral liability.
CERTIFICATE HOLDER
City of Miami Beach
1700 Convention Center Dr
Miami Beach FL 33139
CANCELLATION
CJ:TYOrM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILIlY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED R SENT
@ACORD CORPORATION 1988
ACORD 25 (2001/08)
CERTIFICATE OF INSURANCE
IX]ALLSTATE INSURANCE COMPANY OALLSTATE INDEMNITY COMPANY OALLSTATE TEXAS
LLOYD'S
THIS CERTIFfCATE IS JSSUEO AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
CERTIFICATE HOLDER NAIlED INSURED
N..,. IIDd Addrns of PartY to Whom ltlta Certificate Is IHued N8IM and Add..... of lnauted
CITY OF MIAMI BEACH AUSTIN TUPLER TRUCKING, INC.
1700 CONVENTION CENTER DR M & G FILL CORP & GLEN CONTRACTING, INC.
MIAMI BEACH, FL 33139 6570 S.w. 47T" COURT
DAVIE. FLORIDA 33314
This 18 to certify that poI.icies of insurance fisted below haw bMIn islUed to the insured ~ Ibo\Ie subject to the expiration date indicated bekM.
notwMhat8ndtng any requirement. t8rm or condition d ..,y contr1ct or other document with rwpeet to which" certtflcate mey be Issued or m.y pertain.
The insurance efforded by the policies described herein is subject to all the terms. exdulions. and conditions of IUch poJIcies.
TYPe OF INSURANCE AND UIIITS
COIIMERCIAl GENERAl LIABlUTY Poley EffectfwI Expinltion
Number N1A Date 0_
Limit Amount
GENERAL AGGREGATE UMIT (Other thin Producta - Compl8ted Operations) S
PRODUCTS - COMPLETED OPERATIONS AGGREGATE LIMIT $
PERSONAL AND ADVERTISING INJURY LIMIT S
EACH OCCURRENCE LIMIT $
PHYSICAL DAMAGE LIMIT S ANY ONE LOSS
MEDICAL EXPENSE LIMIT $ ANY ONE PERSON
WORKERS' COMPENSATION & Policy EffectJw expiration
E.PlOYERS' LlA8IUTV Number N/A Olte Date
Cov..... L.......
WORKERS' COMPENSATION STATUTORV - lOa'''' only in the followino stlte8:
EMPLOYERS' BODilY INJURY BY ACCIDENT $ EACH ACCIDENT
LIAB.LITY BOD.l Y rNJURY 8Y DISEASE S EACH EMPLOYEE
BOOIL Y INJURY BY DISEASe $ POUCY liMIT
AUTOMOBILE LIABILITY Poley 048875902 EffIICtiw E)CI)lr8tion
Number OBte 08108/05 Date 08108/06
COy.... Basis Urnb
iii ANY AUTO (iJ OWNED AUTOS IiI HIRED AUTOS C"~"Sm~L_.~L~
(Colllllon & Compna""'slve . $1,000 deductible) BODa. Y INJURY & PROPERTY DAMAGE I S 1.000.000 I EACH ACCIDENT
o SPECIFIED AUTOS El NON-OWNED AUTOS 8D111 U_iIIY Limb
o OWNED PRIVATE PASSENGER AUTOS BodIly InjUry ftrODertv Dam... !Kh
S PERSON
o OWNED AUTOS OTHER THAN PRIVATE PASSENGER $ $ ACCIDENT
UM8RELU LIABILITY Policy N/A EffedNe ~Iradon
Number Olte Date
EACH OCCURRENCE I GENERAL AGGREGATE I PRODUCrS . COMPLETED OPERA lIONS AGGREGATE
S I s f $
OTtiER(Show Policy EffettMa
J.vpe at Pollc." ~
Number Olte Date
DE~CRIPTlON OF OPERA TlONSlLOCA TIONSlVEH'CLESlRESTRJCT'ONSlSPECIAL ITEMS
RE. BID ao.ows ~ . .
CANCELlATION o .'fY-j~
Number of days n" .5
'....... radlav Insurance Grouo SeotembBr 13. 2006
AutftOtized R....entvtM Should ,"y of the mow described pokja be aancetled before . . . DtJte
entered lbowe written notice to the c.ertifI te hold the .....ation date. the aasutng company will endBawr to mail within the number of days
COInDanv. jb ~ ot f'8D1 ental c. er rwned Ibove. But fMute to mailluch nOtice shill impose no obligation or HebIity of any kind upon the
res \'81.
~t:7
'~(#
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
lQ
......
Condensed Title:
Request for Approval to Award a Contract to Austin Tupler Trucking, Inc. in the estimated annual amount of
$159,960, Pursuant to Invitation to Bid No. 20-04/05 for Removal and Disposal of Construction Debris and
Asphalt.
Issue:
Shall the City Commission approve the award?
Item SummarylRecommendatlon:
The purpose of this bid is to establish a contract, for the Removal and Disposal of Construction Debris and
Asphalt, from a source(s) of supply that will give prompt and efficient service.
The debris will consist of materials accumulated from pipe line construction, sidewalk, street repairs and
street light projects. The material will be excavated roadway materials such as; asphalt, base rock, sand,
flowable fill or broken pieces of concrete, broken slabs of concrete sidewalk, broken pieces of curb/gutter,
broken pieces of wire mesh or reinforcing bars, some grass/dirt vegetation and some tree roots, and
broken water meter boxes (concrete or fiberglass) stockpiled at 451 Dade Boulevard, Miami Beach,
Florida.
The Bid was issued on May 20, 2005, with a bid opening date of July 15, 2005. Two Addenda were issued
to clarify the specifications, increase vendor outreach, and extend the bid opening date. Bidnet Issued bid
notices to thirty-three (33) prospective bidders, and the Procurement Division issued an additional twenty
(20) bid notices which resulted in the receipt of three bids.
Addendum No.2 revised the specifications by giving the City the option of awarding the asphalt removal
together with the construction debris, or separately If the City were to separate the asphalt and receive a
lower unit bid price. However the lowest and best bidder was the only one of the three bidders to submit a
bid for the asphalt which was more than their bid for the construction debris. By awarding the entire
contract at the bid price of$14.50lton for all construction debris and asphaJt, and based onihe estimated
annual quantity of 3,000 tons of asphalt removaJ, the City will realize a savings of $1 0,500 a year not taking
into consideration additional labor cost to the City to separate the asphalt from the construction debris.
Therefore ii's in the City's best economic interest to award a contract based on the bid price for the
construction debris which will include the asphalt also.
The per unit bid amount of $14.50/ton is higher than anticipated in the 05-06 budget. The
$159,960 estimated annual contract amount is the total budgeted. In the event that the City
actually needs to use the full amount of the estimated quantity, 18,000 tons of total material, it
may be necessary to add funds later in the year for this contract.
APPROVE THE AWARD.
Financial Information:
Source of
Funds:
$40,000
$40,000
$40,000
$39,960
$159,960
011.0840.000342
425.0410.000342
425.0420.000342
427.0427.000342
D
Finance Dept.
City Clerk's OffIce Legislative TraCking:
I Gus Lopez
81 n-offs:
FB
DATE 9-r-CX;:-
30
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.miamibeachfl.gov
To:
From:
Subject:
COMMISSION MEMORANDUM
Mayor David Dermer and
Members of the City Commission
Jorge M. Gonzalez 4
City Manager L/"L
Date: September 8, 2005
REQUEST FOR APPROVAL TO AWAR A CONTRACT TO AUSTIN
TUPLER TRUCKING, INC. IN THE ESTIMATED ANNUAL AMOUNT OF
$159,960., PURSUANT TO INVITATION TO BID NO. 20-04105 FOR THE
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND
ASPHALT.
ADMINISTRATION RECOMMENDATION
Approve the Award.
BID AMOUNT AND FUNDING
Funds are included in the following FY 05106 Proposed Budget Public Works Account
Numbers:
$40,000
$40,000
$40,000
$39.960
$159,960
ANALYSIS
Streets and Lighting:
Water:
Sewer:
Storm Water:
011.0840.000342
425.0410.000342
425.0420.000342
427.0427.000342
The purpose of this bid is to establish a contract, for the Removal and Disposal of
Construction Debris and Asphalt, from a source(s) of supply that will give prompt and
efficient service.
This contract shall remain in effect from the date the contract is entered into by the
contractor and the City, until September 30, 2006, and may be renewed by mutual
agreement between the two parties for three (3) additional years.
The contract prices shall remain fixed and firm during the initial term of this contract at
which time they will be reconsidered for adjustment. Change shall not be more than the
percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas)
computed 60 days prior to the anniversary date of the contract.
31
Commission Memorandum
Invitation to Bid No. 20-04105
Page 2
ANALYSIS (Continued)
The debris will consist of materials accumulated from pipe line construction, sidewalk,
street repairs and street light projects. The material will be excavated roadway materials
such as; asphalt, base rock, sand, flowable fill or broken pieces of concrete, broken slabs
of concrete sidewalk, broken pieces of curb/gutter, broken pieces of wire mesh or
reinforcing bars, some grass/dirt vegetation and some tree roots, and broken water meter
boxes (concrete or fiberglass) stockpiled at 451 Dade Boulevard, Miami Beach, Florida.
The contractor's price will include all dump trucks, drivers, fuel, maintenance, repairs,
insurance, license tags, current inspection stickers, permits, licenses, dumping fees,
mileage and all incidentals necessary for the legal operation of the removal and disposal of
all construction debris and asphalt. The contractor will be responsible for compliance with
all Federal, State, County and municipal regulations and will be fully accountable for all
costs and penalties resulting from infractions thereby.
The trucks will be of a maximum 22 ton capacity. A minimum of five (5) trucks will be
supplied each day the work is required. The contractor will be available to provide this
service between the hours of 8:00 a.m. to 3:00 p.m. Monday thru Friday until all of the
debris and/or asphalt is loaded. Each truck will be required to make a minimum of three (3)
trips per day. A minimum of two (2) trucks will be at the above mentioned site between the
above mentioned times/days.
The City will load trucks utilizing a fuff size loader and provide warehouse personnel to
verify capacities of trucks, and issue '.'Debris Removal Receipts" for the number of tons
hauled. The removal receipt will be a three part carbon less copy individually numbered in
ascending order. The contractor will be supplied with one (1) copy of the removal receipt
and two (2) copies will be retained by the City. Invoices for material hauled shall include
receipt copy by number, date hauled, cubic yards per receipt and total yards hauled. The
Contractor is to provide the City with proof that all materials mentioned above are. being
disposed of in a proper manner and at a disposal site legally allowed to accept said
materials.
The Bid was issued on May 20, 2005, with a bid opening date of July 15, 2005. Two
Addenda were issued to clarify the specifications, increase vendor outreach, and extend
the bid opening date. Bidnet issued bid notices to thirty-three (33) prospective bidders, and
the Procurement Division issued an additional twenty (20) bid notices which resulted in the
receipt of three bids.
32
Commission Memorandum
Invitation to Bid No. 17-04105
Page 3
ANALYSIS (Continued)
Addendum No. 2 revised the specifications by giving the City the option of awarding the
asphalt removal together with the construction debris, or separately if the City were to
separate the asphalt and receive a lower unit bid price. However the lowest and best
bidder was the only one of the three bidders to submit a bid for the asphalt which was more
than their bid for the construction debris. By awarding the entire contract at the bid price of
$14.50Iton for all construction debris and asphalt, and based on the estimated annual
quantity of 3,000 tons of asphalt removal, the City will realize a savings of $10,500 a year
not taking into consideration additional labor cost to the City to separate the asphalt from
the construction debris. Therefore it's in the City's best economic interest to award a
contract based on the bid price for the construction debris which will include the asphalt
also.
The per unit bid amount of $14.50Iton is higher than anticipated in the 05-06 budget. The
$159.960 estimated annual contract amount is the total budgeted. In the event that the
City actually needs to use the full amount of the estimated quantity. 18,000 tons of total
material, it may be necessary to add funds later in the year for this contract.
References have been secured by the Procurement Division and this contractor comes
highly recommended. This contractor currenUy has a Miami-Dade County contract for
Emergency Debris Removal and had provided. this service for the City of Miami Beach
approximately five years ago with excellent results.
BID TABULATION
Contractor RemovaUDlsposal Est. Tons Price Total Grand
Total
Austin Tupler Construction 18,000 $14.50 $261,000 $261,000
DebrislAsDhaIt
Mea Construction Construction Debris 15,000 $41.50 $622,500
MOO Construction Asphalt $41.50 $124,500 $747,000
3,000
Trompex Corp. Construction Debris 15,000 $150.00 $2,250,000
Trompex Corp. Asphalt 3,000 $115.00 $345,000 $2,595,000
CONCLUSION
Based on the analysis of the bids received, it is recommended that the City award a
contract to Austin Tupler Trucking Inc. in the estimated annual amount of $159,960 for the
removal and disposal of construction debris and asphalt.
T:\AGENDA\2005\Sep0805\Consent\DEBRISREMOV ALCommission Memo.dot
33
CITY OF MIAMI BEACH
to
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
PUBLIC NOTICE
INVITATION TO BID NO. 20-04/05
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700
Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 17th day of June,
2005 for:
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT
Scope of Work: The work specified in this bid consists offumishing all labor, machinery, tools,
means of transportation, supplies, equipment, materials, services necessary for the removal and
disposal of construction debris which consist of materials accumulated from pipe line construction,
sidewalk, street repairs and street light projects. The material is sandy soil, concrete, with small
amounts of vegetation mixed together and stockpiled at 451 Dade Boulevard, Miami Beach, Florida.
Asphalt to be stockpiled separately for removal and disposal at the same location.
Minimum Requirements: Prospective bidders must have been in business for a minimum of3 years
and must submit with their bids a minimum of six references, of which at least three separate
references must be for contracts over $ 15,000/year.
At time, date, and place above, bids will be publicly opened. Any bids or proposals received after
time and date specified will be returned to the bidder unopened. The responsibility for submitting a
bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence.
A Pre-Bid Conference will be held at 10:00 a.m. on June 1st, 2005 at the City of Miami Beach City
Hall, 4th Floor, in the City Manager's Small Conference Room located at 1700 Convention
Center Drive. Attendance at the Prebid Conference is highly encouraged and recommended as a
source of information but is not mandatory.
The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid
notification system created exclusively for state and local agencies located in South Florida.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
2
Created in conjunction with BidNet(r), this new South Florida Purchasing system has replaced the
DemandStar system and allows vendors to register online and receive notification of new bids,
amendments and awards. Vendors with Internet access should review the registration options at the
following website: www.govbids.com/scripts/southflorida/oublic/home l.asp. If you do not have
Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214.
Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile
to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX:
(305) 673-7851. The Bid title/number shall be referenced on all correspondence. All questions must
be received no later than ten (10) calendar days prior to the scheduled Bid opening date. All
responses to questions/clarifications will be sent to all prospective bidders in the form of an
addendum.
The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best
interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of
Miami Beach may reject any and all proposals or bids.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
"CONE OF SILENCE, " IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COpy
OF ALL WRITTEN COMMUNICATION(S) REGARDING THIS BID MUST BE FILED WITH
THE CITY CLERK.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
"CODE OF BUSINESS ETHICS" ("CODE"), IN ACCORDANCE WITH RESOLUTION NO.
2000-23879.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE BID
SOLICITATION PROTEST ORDINANCE NO. 2002-3344.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
CITY OF MIAMI BEACH LOBBYIST FEES DISCLOSURE ORDINANCE NO. 2002-3363.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE
CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389.
YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE
LOCAL PREFERENCE ORDINANCE NO. 2003-3413. RESPONSIVE AND RESPONSIBLE
MIAMI BEACH-BASED VENDORS THAT ARE WITHIN 50A> OF THE LOWEST AND BEST
BIDDER, WILL BE GIVEN AN OPPORTUNITY OF PROVIDING SAID GOODS OR
GENERAL SERVICES CONTAINED HEREIN, FOR THE LOWEST RESPONSIVE BID
AMOUNT.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
3
Detailed representation of all these ordinances can be found on the City of Miami Beach WebSite at
http://www .m iam ibeachtl.gov /newcity/depts/purchase/bid intro.asp
CITY OF MIAMI BEACH
/?:?,../O'J
l .:....~.......----
I,
Gus Lopez, CPPO
Procurement Director
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
4
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
I NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents,
complete the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:
_Our company does not handle this type of product/service.
_ We cannot meet the specifications nor provide an alternate equal product.
_Our company is simply not interested in bidding at this time.
_Due to prior commitments, I was unable to attend pre-proposal meeting.
_OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a bid m: this completed form, may result in your
company being removed from the City's bid list.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
5
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT
BID # 20-04/05
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS:
Original copy of Bid Form as well as any other pertinent documents must be returned in
order for the bid to be considered for award. All bids are subject to the conditions specified
hereon and on the attached Special Conditions, Specifications and Bid Form.
The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title
to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive,
Miami Beach, Florida 33139. Facsimile bids will not be accepted.
1.2 EXECUTION OF BID:
Bid must contain a manual signature of an authorized representative in the space provided on
the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be
considered for award. All bids must be completed in pen and ink or typewritten. No
erasures are permitted. If a correction is necessary, . draw a single line through the entered
figure and enter the corrected figure above it. Corrections must be initialed by the person
signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original bid conditions and specifications CANNOT be changed or altered in
any way. Altered bids will not be considered. Clarification of bid submitted shall be in
letter form, signed by bidders and attached to the bid.
1.3 NO BID:
If not submitting a bid, respond by returning the enclosed bid form questionnaire, and
explain the reason. Repeated failure to bid without sufficient justification shall be cause for
removal of a supplier's name from the bid mailing list.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give both unit price and extended total,
when requested. Prices must be stated in units of quantity specified in the bidding
specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F .O.B. destination, freight prepaid (unless otherwise
stated in special conditions). Discounts for prompt payment. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately and
no attempt is to be made to tie any item or items in with any other item or items. Cash or
quantity discounts offered will not be a consideration in determination of award ofbid(s).
1.5 TAXES:
The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax
and Use Certificate Number is 04-00097-09-23.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
6
1.6 MISTAKES:
Bidders are expected to examine the specifications, delivery schedules, bid prices and
extensions and all instructions pertaining to supplies and services. Failure to do so will be at
the bidder's risk.
1.7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result of this bid shall be the
latest new and current model offered (most current production model at the time of this bid).
All containers shall be suitable for storage or shipment, and all prices shall include standard
commercial packaging.
1.8 UNDERWRITERS'LABORATORIES:
Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall
be U.L. listed or re-examination listing where such has been established by U.L. for the
item( s) offered and furnished.
1.9 BIDDER'S CONDITIONS:
The City Commission reserves the right to waive irregularities or technicalities in bids or to
reject all bids or any part of any bid they deem necessary for the best interest of the City of
Miami Beach, FL.
1.10 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those specified in the
following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall
conform in quality, design and construction with all published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are
informational guides as to a standard of acceptable product quality level only and should not
be construed as an endorsement or a product limitation of recognized and legitimate
manufacturers. Bidders shall formally substantiate and verify that product(s) offered
conform with or exceed quality as listed in the specifications.
Bidder shall indicate on the bid form the manufacturer's name and number ifbidding other
than the specified brands, and shall indicate ANY deviation from the specifications as listed.
Other than specified items offered requires complete descriptive technical literature marked
to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH
THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication ofintent to quote an alternate brand or model number, the bid
will be considered as a bid in complete compliance with the specifications as listed on the
attached form.
1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Item delivered, not conforming to
specifications may be rejected and returned at vendor's expense.
These items and items not delivered as per delivery date in bid and/or purchase order may be
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
7
purchased on the open market. Any increase in cost may be charged against the bidder. Any
violation of these stipulations may also result in:
A) Vendor's name being removed from the vendor list.
B) All departments being advised not to do business with vendor.
1.12 SAMPLES:
Samples of items, when required, must be furnished free of expense and, if not destroyed,
will, upon request, be returned at the bidder's expense. Bidders will be responsible for the
removal of all samples furnished within (30) days after bid opening. All samples will be
disposed of after thirty (30) days. Each individual sample must be labeled with bidder's
name. Failure of bidder to either deliver required samples or to clearly identify samples may
be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to
the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139.
1.13 DELIVERY:
Unless actual date of delivery is specified (or if specified delivery cannot be met), show
number of days (in calendar days) required to make delivery after receipt of purchase order,
in space provided. Delivery time may become a basis for making an award. Delivery shall
be within the normal working hours of the user, Monday through Friday, excluding holidays.
1.14 INTERPRETATIONS:
Unless otherwise stated in the bid, any questions concerning conditions and specifications
should be submitted in writing to the Procurement Director, 1700 Convention Center Drive,
Miami Beach, FL 33139. Fax (305) 673-7851.
1.15 BID OPENING:
Bids shall be opened and publicly read on the date, time and place specified on the Bid
Form. All bids received after the date, time, and place shall be returned, unopened.
1.16 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk
of loss or damage to all items shall be the responsibility of the successful bidder until
acceptance by the buyer unless loss or damage result from negligence by the buyer.
If the materials or services supplied to the City are found to be defective or not conform to
specifications, the City reserves the right to cancel the order upon written notice to the seller
and return product at bidder's expense.
1.17 PAYMENT:
Payment will be made by the City after the items awarded to a vendor have been received,
inspected, and found to comply with award specifications, free of damage or defect and
properly invoiced.
1.18 DISPUTES:
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
8
decision of the City shall be final and binding on both parties.
1.19 LEGAL REQUIREMENTS:
Federal, State, county and city laws, ordinances, rules and regulations that in any manner
affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a
cause for relief from responsibility.
1.20 PATENTS & ROYALTIES:
The bidder, without exception, shall indemnify and save harmless the City of Miami Beach,
Florida and its employees from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article
manufactured or used in the performance of the contract, including its use by The City of
Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters,
patent, or copyright, it is mutually understood and agreed, without exception, that the bid
prices shall include all royalties or cost arising from the use of such design, device, or
materials in any way involved in the work.
1.21 OSHA:
The bidder warrants that the product supplied to the City of Miami Beach, Florida shall
conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be considered as a
breach of contract. Any fines levied because of inadequacies to comply with these
requirements shall be borne solely by the bidder responsible for same.
1.22 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall have
precedence.
1.23 ANTI-DISCRIMINATION:
The bidder certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375,
relative to equal employment opportunity for all persons without regard to race, color,
religion, sex or national origin.
1.24 AMERICAN WITH DISABILITIES ACT:
Call (305) 673-7490NOICE to request material in accessible format; sign language
interpreters (five days in advance when possible), or information on access for persons with
disabilities. For more information on ADA compliance please call Heidi Johnson Wright,
Public Works Department, at 305.673.7080.
1.25 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this bid shall be new. The items bid must be new, the latest model, of
the best quality, and highest grade workmanship.
1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where bidders are required to enter or go onto City of Miami Beach property to deliver
materials or perform work or services as a result of a bid award, the successful bidder will
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
9
assume the full duty, obligation and expense of obtaining all necessary licenses, permits and
insurance and assure all work complies with all applicable Dade County and City of Miami
Beach building code requirements and the South Florida Building Code. The bidder shall be
liable for any damages or loss to the City occasioned by negligence of the bidder (or agent)
or any person the bidder has designated in the completion of the contract as a result of his or
her bid.
1.27 BID GUARANTYIPAYMENT AND PERFORMANCE BOND: N/A
1.28 DEFAULT:
Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before
such award is made, may result in forfeiture of that portion of any bid surety required equal
to liquidated damages incurred by the City thereby, or where surety is not required, failure to
execute a contract as described above may be grounds for removing the bidder from the
bidder's list
1.29 CANCELLATION:
In the event any of the provisions of this bid are violated by the contractor, the Procurement
Director shall give written notice to the contractor stating the deficiencies and unless
deficiencies are corrected within ten (10) days, recommendation will be made to the City
Commission for immediate cancellation. The City Commission of Miami Beach, Florida
reserves the right to terminate any contract resulting from this invitation at any time and for
any reason, upon giving thirty (30) days prior written notice to the other party.
1.30 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be
submitted in DUPLICATE to the City of Miami Beach, Accounts Payables Department,
1700 Convention Center Drive, Miami Beach, Florida 33139.
1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH:
Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00
P.M.
1.32 SUBSTITUTIONS:
The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind.
Bidder(s) is expected to furnish the brand quoted in their bid once awarded.
Any substitute shipments will be returned at the bidder's expense.
1.33 FACILITIES:
The City Commission reserves the right to inspect the bidder's facilities at any time with
prior notice.
1.34 BID TABULATIONS:
Bidders desiring a copy of the bid tabulation may request same by enclosing a self-addressed
stamped envelope with the bid.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
10
1.35 BID PROTEST PROCEDURES:
Bidders that are not selected may protest any recommendation for Contract award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for resulting protested bids and proposed awards. Protest not timely pursuant
to the requirements of Ordinance No. 2002-3344 shall be barred.
1.36 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:
If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true
meaning of the specifications or other Bid documents or any part thereof, the Bidder must
submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior
to scheduled Bid opening, a request for clarification. All such requests for clarification must
be made in writing and the person submitting the request will be responsible for its timely
delivery.
Any interpretation of the Bid, ifmade, will be made only by Addendum duly issued by the
City of Miami Beach Procurement Director. The City shall issue an Informational
Addendum if clarification or minimal changes are required. The City shall issue a Formal
Addendum if substantial changes which impact the technical submission of Bids are
required. A copy of such Addendum shall be sent by mail or facsimile to each Bidder
receiving the Solicitation. In the event of conflict with the original Contract Documents,
Addendum shall govern all other Contract Documents to the extent specified. Subsequent
addendum shall govern over prior addendum only to the extent specified. The Bidder shall
be required to acknowledge receipt of the Formal Addendum by signing in the space
provided on the Bid Proposal Form. Failure to acknowledge Addendum shall deem its Bid
non-responsive; provided, however, that the City may waive this requirement in its best
interest. The City will not be responsible for any other explanation or interpretation made
verbally or in writing by any other city representative.
1.37 DEMONSTRATION OF COMPETENCY:
1) Pre-award inspection of the Bidder's facility may be made prior to the award of contract.
Bids will only be considered from firms which are regularly engaged in the business of
providing the goods and/or services as described in this Bid.
Bidders must be able to demonstrate a good record of performance for a reasonable period of
time, and have sufficient financial support, equipment and organization to insure that they
can satisfactorily execute the services if awarded a contract under the terms and conditions
herein stated.
The terms "equipment and organization" as used herein shall be construed to mean a fully
equipped and well established company in line with the best business practices in the
industry and as determined by the City of Miami Beach.
2) The City may consider any evidence available regarding the financial, technical and other
qualifications and abilities of a Bidder, including past performance (experience) with the
City in making the award in the best interest of the City.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
11
3) The City may require Bidders to show proof that they have been designated as authorized
representatives of a manufacturer or supplier which is the actual source of supply. In these
instances, the City may also require material information from the source of supply
regarding the quality, packaging, and characteristics of the products to be supplies to the City
through the designated representative. Any conflicts between this material information
provided by the source of supply and the information contained in the Bidder's Proposal may
render the Bid non-responsive.
4) The City may, during the period that the Contract between the City and the successful
Bidder is in force, review the successful Bidder's record of performance to insure that the
Bidder is continuing to provide sufficient financial support, equipment and organization as
prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts
awarded to it by the City, the City may place said contracts on probationary status and
implement termination procedures if the City determines that the successful Bidder no longer
possesses the financial support, equipment and organization which would have been
necessary during the Bid evaluation period in order to comply with this demonstration of
competency section.
1.38 TERMINATION OF AWARD
The City Commission shall award the contract to the lowest and best bidder. In
determining the lowest and best bidder, in addition to price, there shall be considered the
following:
a. The ability, capacity and skill of the bidder to perform the Contract.
b. Whether the bidder can perform the Contract within the time specified, without
delay or interference.
c. The character, integrity, reputation, judgement, experience and efficiency of
the bidder.
d. The quality of performance of previous contracts.
e. The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
1.39 ASSIGNMENT:
The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract,
including any or all of its right, title or interest therein, or his or its power to execute such
contract to any person, company or corporation without prior written consent of the City of
Miami Beach.
1.40 LAWS, PERMITS AND REGULATIONS:
The bidder shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein.
1.41 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase
from the resulting contract, provided the Department of Management Services, Division of
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
12
Procurement, has certified its use to be cost effective and in the best interest of the State.
Contractors have the option of selling these commodities or services certified by the Division
to the other State agencies at the agencies option.
1.42 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this bid from the
awarded vendor. However, items that are to be Spot Market Purchased may be purchased by
other methods, i.e. Federal, State or local contracts.
1.43 ELIMINATION FROM CONSIDERATION
This bid solicitation shall not be awarded to any person or firm who is in arrears to the City
upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any
obligation to the City.
1.44 WAIVER OF INFORMALITIES
The City reserves the right to waive any informalities or irregularities in this bid solicitation.
1.45 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the
contract period. The City is not obligated to place any order for a given amount subsequent
to the award of this bid solicitation. Estimates are based upon the City's actual needs and/or
usage during a previous contract period. The City for purposes of determining the low bidder
meeting specifications may use said estimates.
1.46 COLLUSION
Bids from related parties. Where two (2) or more related parties each submit a bid or
proposal for any contract, such bids or proposals shall be presumed to be collusive.
The foregoing presumption may be rebutted by presentation of evidence as to the extent of
ownership, control and management of such related parties in the preparation and submittal
of such bids or proposals. Related parties mean bidders or proposers or the principals thereof
which have a direct or indirect ownership interest in another bidder or proposer for the same
contract or in which a parent company or the principals thereof of one (1) bidder or proposer
have a direct or indirect ownership interest in another bidder or proposer for the same
contract. Bids or proposals found to be collusive shall be rejected.
Bidders or Proposers who have been found to have engaged in collusion may be considered
non-responsible, and may be suspended or debarred, and any contract resulting from
collusive bidding may be terminated for default.
1.47 DISPUTES
In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
. Any agreement resulting from the award of this Bid (if applicable); then
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
13
. Addenda released for this Bid, with the latest Addendum taking precedence; then
. The Bid; then
. A wardees Bid.
1.48 REASONABLE ACCOMMODATION
In accordance with the Title II of the Americans with Disabilities Act, any person requiring
an accommodation at the RFP opening because of a disability must contact Heidi Johnson
Wright at the Public Works Department at (305) 673-7080.
1.49 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this proposal.
1.50 SIGNED BID CONSIDERED AN OFFER
The signed bid shall be considered an offer on the part of the bibber or contractor, which
offer shall be deemed accepted upon approval by the- City Commission of the City of Miami
Beach, Florida and in case of default on the part of successful bidder or contractor, after such
acceptance, the City may procure the items or services from other sources and hold the
bidder or contractor responsible for any excess cost occasioned or incurred thereby.
Additionally, the City may take such action.
1.51 BID CLARIFICATION:
Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing
by mail or facsimile to the Procurement Department, 1700 Convention Center Drive, Miami
Beach, FL 33139 FAX: (305) 673-7851. The bid title/number shall be referenced on all
correspondence. All questions must be received no later than ten (10) calendar days prior to
the scheduled bid opening date.
All responses to questions/clarifications will be sent to all prospective bidders in the form of
an addendum. NO QUESTIONS WILL BE RECEIVED VERB ALL Y OR AFTER SAID
DEADLINE.
1.52 TIE BIDS:
Please be advised that in accordance with Florida Statues Section 287.087, regarding
identical tie bids, preference will be given to vendors certifying that they have implemented
a drug free work place program. A certification form will be required at that time.
1.53 PUBLIC ENTITY CRIMES (PEC):
A person or affiliate who has been placed on the convicted vendor list following a conviction
for public entity crimes may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction
or repair of a public building or public work, may not submit bids on leases of real property
to public entity, may not be awarded or perform work as a contractor, supplier, sub-
contractor, or consultant under a contract with a public entity, and may not transact business
with any public entity in excess of the threshold amount provided in. Sec. 287.017, for
CATEGORY TWO for a period of36 months from the date of being placed on the convicted
vendor list.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
14
1.54 DETERMINATION OF RESPONSIVENESS:
Determination of responsiveness taken place at the time of bid opening and evaluation. In
order to be deemed a responsive bidder, your bid must conform in all material respects to the
requirements stated in their Bid.
1.55 DELIVERY TIME:
Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar
days) for each item. It must be a firm delivery time; no ranges will be accepted, Le.; 12-14
days.
1.56 CONE OF SILENCE
This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No.
2002-3378. A copy of all written communication(s) regarding this bid must be filed with the
city clerk.
1.57 TERMINATIONFORDEFAULT
If through any cause within the reasonable control of the successful bidder, it shall fail to
fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to terminate
the services then remaining to be performed by giving written notice to the successful bidder
of such termination which shall become effective upon receipt by the successful bidder of
the written termination notice.
In that event, the City shall compensate the successful bidder in accordance with the
Agreement for all services performed by the bidder prior to termination, net of any costs
incurred by the City as a consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City
for damages sustained by the City by virtue of any breach of the Agreement by the bidder,
and the City may reasonably withhold payments to the successful bidder for the purposes of
set off until such time as the exact amount of damages due the City from the successful
bidder is determined.
1.58 TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at
any time without cause by giving written notice to successful bidder of such termination,
which shall become effective thirty (30) days following receipt by bidder of such notice. In
that event, all finished or unfinished documents and other materials shall be properly
delivered to the City.
If the Agreement is terminated by the City as provided in this section, the City shall
compensate the successful bidder in accordance with the Agreement for all services actually
performed by the successful bidder and reasonable direct costs of successful bidder for
assembling and delivering to City all documents. No compensation shall be due to the
successful bidder for any profits that the successful bidder expected to earn on the balanced
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
15
of the Agreement. Such payments shall be the total extent of the City's liability to the
successful bidder upon a termination as provided for in this section.
1.59 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The contractor shall be responsible for his work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
project. He shall specifically and distinctly assume, and does so assume, all risks of damage
or injury to property or persons used or employed on or in connection with the work and of
all damage or injury to any person or property wherever located, resulting from any action or
operation under the contract or in connection with the work. It is understood and agreed that
at all times the contractor is acting as an independent contractor.
The contractor, at all times during the full duration of work under this contract, including
extra work in connection with this project shall meet the following requirements:
Maintain Worker's Compensation and Employer's Liability Insurance to meet the statutory
requirements of the State of Florida.
Maintain Comprehensive General Liability Insurance in amounts prescribed by the City (see
checklist for limits) to protect the contractor in the interest of the City against all risks of
injury to persons (including death) or damage to property wherever located resulting from
any action or operation under the contract or in connection with the work. This policy is to
provide coverage for premises/operations, independent contractor, broad form property
damage, products/completed operations and contractual liability .
Maintain Automobile Liability Insurance including Property Damage covering all owned,
non-owned or hired automobiles and equipment used in connection with the work.
Maintain any additional coverage's required by the Risk Manager as indicated on the
Insurance Check List. Name the City of Miami Beach as an additional insured on all liability
policies required by this contract. When naming the City of Miami Beach as an additional
insured onto your policies, the insurance companies hereby agree and will endorse the
policies to state that the City will not be liable for the payment of any premiums or
assessments. A copy of the endorsement(s) naming the City of Miami Beach as an
additional insured is required and must be submitted to the City's Risk Manager.
No change or cancellation in insurance shall be made without thirty (30) days written notice
to the City of Miami Beach Risk Manager.
All insurance policies shall be issued by companies authorized to do business under the laws
of the State of Florida and these companies must have a rating of at least B+: VI or better per
Best's Key Rating Guide, latest edition.
BID NO: 20-04/05
DATE: 05/18/05
CITY OF MIAMI BEACH
16
Original signed Certificates of Insurance, evidencing such coverage's and endorsements as
required herein shall be filed with and approved by the City of Miami Beach Risk Manager
before work is started. The certificate must state Bid Number and Title. Upon expiration of
the required insurance, the contractor must submit updated certificates of insurance for as
long a period as any work is still in progress.
It is understood and agreed that all policies of insurance provided by the contractor are
primary coverage to any insurance or self-insurance the City of Miami Beach possesses that
may apply to a loss resulting from the work performed in this contract.
All policies issued to cover the insurance requirements herein shall provide full coverage
from the first dollar of exposure. No deductibles will be allowed in any policies issued on
this contract unless specific safeguards have been established to assure an adequate fund for
payment of deductibles by the insured and approved by the City's Risk Manager.
The liability insurance coverage shall extend to and include the following contractual
indemnity and hold harmless agreement:
"The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a
municipal corporation, its officers, agents, and employees from all claims for bodily injuries
to the public in and up to the amount of $1,000,000.00 for each occurrence and for all
damages to the property of others in and up to the amount of $1,000,000.00 for each
occurrence per the insurance requirement under the specifications including costs of
investigation, all expenses of litigation, including reasonable attorney fees and the cost of
appeals arising out of any such claims or suits because of any and all acts of omission or
commission of any by the contractor, his agents, servants, or employees, or through the mere
existence of the project under contract".
The foregoing indemnity agreement shall apply to any and all claims and suits other than
claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach,
its officers, agents, and employees, as determined by a court of competent jurisdiction.
The contractor will notify his insurance agent without delay of the existence of the Hold
Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless
Agreement to the insurance agent and carrier.
The contractor will obtain and maintain contractual liability insurance in adequate limits for
the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement
from any and all claims arising out of this contractual operation.
The contractor will secure and maintain policies of subcontractors. All policies shall be
made available to the City upon demand. Compliance by the contractor and all
subcontractors with the foregoing requirements as to carrying insurance and furnishing
copies of the insurance policies shall not relieve the contractor and all subcontractors of their
liabilities and obligations under any Section or Provisions of this contract. Contractor shall
be as fully responsible to the City for the acts and omissions of the subcontractor and of
persons employed by them as he is for acts and omissions of persons directly employed by
him.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
17
Insurance coverage required in these specifications shall be in force throughout the contract
term. Should any awardee fail to provide acceptable evidence of current insurance within
seven days of receipt of written notice at any time during the contract term, the City. shall
have the right to consider the contract breached and justifying the termination thereof.
Ifbidder does not meet the insurance requirements of the specifications; alternate insurance
coverage, satisfactory to the Risk Manager, may be considered.
It is understood and agreed that the inclusion of more than one insured under these policies
shall not restrict the coverage provided by these policies for one insured hereunder with
respect to a liability claim or suit by another insured hereunder or an employee of such other
insured and that with respect to claims against any insured hereunder, other insureds
hereunder shall be considered members of the public; but the provisions of this Cross
Liability clause shall apply only with respect to liability arising out of the ownership,
maintenance, use, occupancy or repair of such portions of the premises insured hereunder as
are not reserved for the exclusive use of occupancy of the insured against whom claim is
made or suit is filed.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
18
XXX 1.
XXX 2.
XXX 3.
XXX 5.
XXX 7.
XXX 8.
XXX 9.
INSURANCE CHECK LIST
Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
Comprehensive General Liability (occurrence form), limi ts of liability $ 1.000.000.00
per occurrence for bodily injury property damage to include Premises/ Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
Automobile Liability - $1,000,000 each occurrence - ownedlnon-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
Thirty (30) days written cancellation notice required.
Best's guide rating B+:VI or better, latest edition.
The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after bid opening.
AUSTIN TUPLER TRUCKING, INC. ~~
-
Bidder Signature of Bidder
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
19
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT
BID # 20-04/05
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The purpose of this bid is to establish a contract, by means of sealed bids, for Removal and
Disposal of Construction Debris and Asphalt as specified herein, from a source(s) of
supply that will give prompt and efficient service.
2.2 TERM OF CONTRACT:
This contract shall remain in effect from the date the contract is entered into by the
successful bidder( s) and the City, until Septem ber 30, 2006, and may be renewed by mutual
agreement for three (3) additional years.
2.2.1 Orders will be placed to vendors on an as-needed basis to meet City usage
requirements.
2.2.2 Providing the successful bidder will agree to maintain the same price, terms and
conditions of the current contract, this contract could be extended for an additional
three (3) years, on a year to year basis, ifmutually agreed upon by both parties.
2.3 METHOD OF A WARD
Award of this contract will be made to primary and secondary lowest and best bidders, as
defined in General Conditions 1.48, whose bid will be most advantageous to the City of
Miami Beach. Should the primary vendor fail to comply with the Terms and Conditions of
this Contract, the City reserves the right to award to the secondary vendor, if it is deemed to
be in the best interest of the City.
2.4 PAYMENT:
Invoices for payment will be submitted on a monthlv basis for the duration of the contract.
Invoices will be subject to verification and approval by the Public Works Director or
designated representative.
2.5 ADDITIONS/DELETIONS OF FACILITIES: N/A
2.6 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:
If the bidder is awarded a contract under this bid solicitation, the bid on the Bid Form shall
remain fixed and firm during the initial term of this contract at which time they will be
reconsidered for Adjustment prior to renewal as follows:
Change shall not be more than the percentage increase or decrease in the Consumer Price
Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract.
2.7 PRE-BID CONFERENCE/SITE INSPECTION:
A Pre-Bid Conference will be held at 10:00 A.M on June 1st, 2005 at the City of Miami
Beach City Hall, 4th Floor, City Manager's Small Conference Room, Miami Beach
Florida 33139.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
20
2.8 VENDOR APPLICATION
The City of Miami Beach has contracted with BidNet and has begun utilizing a new central
bid notification system created exclusively for state and local agencies located in South
Florida. Created in conjunction with BidNet@, this new South Florida Purchasing system
has replaced the DemandStar system and allow vendors to register online and receive
notification of new bids, amendments and awards. Vendors with Internet access should
review the registration options at the following website:
www.govbids.com/scriots/southflorida/oublic/home I.aso. If you do not have Internet
access, please call the BidNet(r) support group at 800-677-1997 extension # 214.
2.9 CONTACT PERSON:
The contact person for this Invitation to Bid is John Ellis. The contact person may be
reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail:
iohnellis@miamibeachfl.aov . Communications between a proposer, bidder, lobbyist or
consultant and Procurement Staff is limited to matters of process or procedure.
Requests for additional information or clarifications must be made in writing to the contact
person, with a copy to the City Clerk, no later than ten (10) calendar days prior to the
scheduled Bid opening date.
The City will issue replies to inquiries and any other corrections or amendments it deems
necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders
should not rely on representations, statements, or explanations other than those made in this
Bid or in any written addendum to this Bid. Bidders should verify with the Procurement
Division prior to submitting a proposal that all addenda have been received.
YOU MUST FAMILIARIZE .YOURSELF WITH GENERAL CONDITION 1.66,
ENTITLED CONE OF SILENCE, WHICH SETS FORTH THE POLICIES AND
PROCEDURES RELATIVE TO ORAL AND WRITTEN COMMUNICATIONS.
2.10 SAMPLES: N/A
2.11 RESPONSE TIME:
Weekday Service Calls (Monday-Thursday): a not to exceed 24-hr response time is required;
Weekend Service Calls (Friday-Sunday): service shall be provided on the following work
day (i.e. Monday A.M.); unless otherwise agreed at the time of the service call.
2.12 LIQUIDATED DAMAGES:
Failure to respond to a service call within the specified time may result in the successful
bidder being assessed the additional cost incurred by the City (liquidated damages) for any
and all costs associated with the service performed by a secondary vendor.
2.13 DISCOUNTS (From published price lists): N/A
2.14 ESTIMATED QUANTITIES:
'Quantities stated are for bidders' guidance only and no guarantee is given or implied as to
quantities that will be used during the contract period. Estimated quantities are based upon
previous needs and estimated usage for one (1) period. Said estimated quantities may be used
by the City for the purpose of evaluating the low bidder meeting specifications.
2.15 HOURLY RATE: N/A
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
21
2.16 WARRANTY: N/A
2.17 PRODUCT/CATALOG INFORMATION: N/A
2.18 REFERENCES (pROVIDE REFERENCES IN THE CUSTOMER REFERENCE
FORM)
Each bid must be accompanied by a minimum of six (6) references, of which three (3)
separate references must have been for contracts in the annual amount of$15,000 or Higher.
Reference shall include the name of the company, a contact person and the telephone
number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST.
2.19 COMPLETE PROJECT REQUIRED:
These specifications describe the various items or classes of work required, enumerating or
defining the extent of same necessary, but failure to list any items or classes under scope of
the several sections shall not relieve the contractor from furnishing, installing or performing
such work where required by any part of these specifications, or necessary to the satisfactory
completion of the project.
2.20 FACILITY LOCATION:
Public Works Yard located at 451 Dade Boulevard, Miami Beach, Florida. Removal and
disposal of debris and/or asphalt from other locations within the City limits may be
requested.
2.21 BIDDER QUALIFICATIONS:
In order for bids to be considered, bidders must submit with their bid, evidence that they are
qualified to satisfactorily perform the specified work. Evidence shall include all information
necessary to certify that the bidder: maintains a permanent place of business; has experience
in the type of service included in this scope of work; and has provided similar type, size and
complexity of such work. The evidence will consist of listing of work that has been provided
to public and private sector clients, ei. nature of WORK within the last three (3) years.
2.22 LATE BIDS:
At time, date, and place above, bids will be publicly opened. Any bids or proposals received
after time and date specified will be returned to the bidder unopened. The responsibility for
submitting a bid/proposal before the stated time and date is solely and strictly the
responsibility of the bidder/proposer. The City is not responsible for delays caused by mail,
courier service, including U.S. Mail, or any other occurrence.
2.23 EXCEPTIONS TO SPECIFICATIONS:
Exceptions to the specifications shall be listed on the Bid Form and shall reference the
section. Any exceptions to the General or Special Conditions shall be cause for the bid to be
considered non-responsive.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
22
2.24 COMPLETE INFORMATION REQUIRED ON BID FORM:
All bids must be submitted on the attached Bid Form and all blanks filled in. To be
considered a valid bid, the ORIGINAL AND ONE COPY of the Bid Form pages and all
required submittal information must be returned, properly completed, in a sealed envelope as
outlined in the first paragraph of General Conditions.
2.25 MAINTENANCE AGREEMENT: N/A
2.26 EQUAL PRODUCT: N/A
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
23
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT
BID # 20-04/05
3.0 MINIMUM SPECIFICATIONS
BULK HAULING
The debris consist of materials accumulated from pipe line construction, sidewalk, street repairs and
street light projects. The material is sandy soil, concrete, with small amounts of vegetation mixed
together and stockpiled at 451 Dade Boulevard, Miami Beach, Florida. Asphalt to be stockpiled
separately for removal and disposal at the same location.
The contractors' bid shall include all dump trucks, drivers, fuel, maintenance, repairs, insurance,
license tags, current inspection stickers, permits, licenses, dumping fees, mileage and all incidentals
necessary for the legal operation of the removal and disposal of all construction debris and asphalt.
The contractor shall be responsible for compliance with all Federal, State, County and municipal
regulations and shall be fully accountable for all costs and penalties resulting from infractions
thereby.
The trucks shall be ofa maximum 22 ton capacity. A minimum offive (5) trucks shall be supplied
each day the work is required. The contractor shall be available to provide this service between the
hours of 8:00 am to 3:00 pm Monday thru Friday until all of the debris and/or asphalt is loaded.
Each truck will be required to make a minimum of three (3) trips per day. A minimum of two (2)
trucks shall be at the above mentioned site between the above mentioned times/days.
The City will load trucks utilizing a full size loader and provide warehouse personnel to verify
capacities of trucks, and issue "Debris Removal Receipts" for the number of cubic yards hauled. The
removal receipt will be a three part carbonless copy individually numbered in ascending order. The
contractor will be supplied with one (1) copy of the removal receipt and two (2) copies will be
retained by the City. Invoices for material hauled shall include receipt copy by number, date hauled,
cubic yards per receipt and total yards hauled. The Contractor is to provide the City with proof that
all materials mentioned above are being disposed of in a proper manner and at a disposal site legally
allowed to accept said materials.
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
24
CITY OF MIAMI.BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
lQ
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 20-04/05
ADDENDUM NO.2
July 5, 2005
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT is amended as
follows:
CHANGE: The Bid Opening Date from July 8, 2005 to July 15,2005 at 3:00 p.m.
CHANGE: The City is hereby requesting bid prices per ton for the following:
1) Construction Debris which will consist of:
a. Excavated roadway materials such as; asphalt, base rock, sand, flowable
fill or broken pieces of concrete.
b. Broken slabs of concrete sidewalk
c. Broken pieces of curb / gutter.
d. Broken pieces of wire mesh or reinforcing bars.
e. Some grass / dirt vegetation and some tree roots.
f. Broken water meter boxes (concrete or fiberglass).
2) Asphalt only, to be separated by the City.
CHANGE: The deadline for the receipt of questions to July 7, 2005.
ADD: Currently the City is paying the current vendor (Aggregate Solutions) as follows:
1) $100.00 per 22 ton truck load for "clean construction debris".
2) $135.00 per 22 ton truck load for "mixed materials, which include wood, tree
branches, broken meter boxes, asphalt, concrete, and mixed in construction
debris.
3) However, the current vendor has submitted a price increase request which is
being evaluated by the City's Public Works Department.
ADD: Bidders shall provide the name and address of the location(s) they intend to
dump all materials with their bid submittal or within 5 calendar days from a
written request from the City's Procurement Division.
ADD: Based on the bids received the City reserves the right to award separate contracts
(one for the Construction Debris and one for the Asphalt) or ONLY one for the
Construction Debris, whichever is deemed to be in the best economic interest of the
City .
REVISE: The Bid Form as Amended below.
Bidders are reminded to please acknowledge receipt of this addendum with their bids or the bid
may be considered non-responsive.
CITY OF MIAMI BEACH
Gus Lopez, CPPO
Procurement Director
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT
BID # 20-04/05
Bid Proposal Page 1 of 2
COMPANY NAME:
We propose and agree, if this Bid is accepted to contract with the City of Miami Beach, Florida to
furnish all necessary dump trucks, drivers, fuel, maintenance, repairs, insurance, license tags,
current inspection stickers, permits dumping fees, mileage, supervisors, and all incidentals
necessary for the legal operation of the removal and disposal of all construction debris and
asphalt in accordance with the bid specifications, from the date the contract is executed through
September 30, 2006 with an option to renew on an annual basis for up to three (3)
additional one year periods.
Price per ton, hauled to a legal dump site utilizing 22-ton dump trucks:
DescriDtion Price oer Ton Est. Quantities Total
Removal/Disposal of
Construction Debris $ /Ton 15,000 Tons $
Removal/Disposal of
Asphalt (only) $ /Ton 3,000 Tons $
GRAND TOTAL: $
WRITTEN AMOUNT
NOTE: Based on the bids received the City reserves the right to award separate
contracts (one for the Construction Debris and one for the Asphalt) or ONLY one
for the Construction Debris, whichever is deemed to be in the best economic
interest of the City.
BID NO.: 20-04/05
DATE: 07/05/05 (AMENDED)
CITY OF MIAMI BEACH
25
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\www.miamibeachfl.gov
lQ
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 20-04/05
ADDENDUM NO.1
June 13, 2005
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT is amended as
follows:
ADD: An additional Pre-Bid Conference/Site Visit is scheduled for June 24 2005 @ 10:30
a.m. at the City of Miami Beach, City Hall, 4th Floor, in the City Manager's Small Conference
Room located at 1700 Convention Center Drive.
CHANGE: The deadline for receipt of questions to June 28, 2005.
CHANGE: The Bid Opening Date from June 17, 2005 to July 8, 2005 at 3:00 p.m.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
Gus Lopez, CPPO
Procurement Director
305 673 7851
REMOVAL AND :DISP()SAL OF CONSTRUCTION DEBRIS AND ASPHALT
)lID # 20-04/05
Bid Proposal Page 1 of 2
COMPANY NAMIl',-: AUSTIN TUPLER TRUCKING, INC.
We propose and agre ~" if this Bid is accepted to contract with the City of Miami Beach, Florida to
furnish all necessary dunl{:' trucks, drivers, fuel, maintenance, repairs, insurance, license tags,
current inspection sl:i~;kersf permits dumping fees, mileage, supervisors, and all incidentals
necessary for the lE~ ~:al operatioD of the removal and disposal of all construction debris and
asphalt in accordance 'with the bid specifications, from the date the contract is executed through
September 30, 2001(i; witil an OP~OD to renew on an annual basis for up to three (3)
additional one year periods.
Price per ton, hauled to ,I aegal dump site utilizing 22-ton dump trucks:
Descriotion Price Def Ton Est. Ouantities !!n!!
RemovallDisposal oi' S 14.50
Construction Debris: rron 15,000 Tons $ 217,500.00
RemovaJ/Disposal of 54,000.00
Asphalt (only) S 18.00 rron 3,000 Tons S
GRAND TOTAL: $ 271,500.00
TWO HUNDRED SEVENTY ONE THOUSAND FIVE HUNDRED AND 00/100 DOLLAas
WRITTEN AMOUNT
NOTE: Based on the bids received the City reserves the right to award separate
contracts (OIl ':~ for l!he Construction Debris and one for the Asphalt) or ONLY one
fOf tbe COD'!rtruction Debris, whiche,'er is deemed to be in the best economic
interest of th dO! Cit) '.
BID NO.: 20-04/05
DATE: 07/05/05 (AM ENDl1tD)
CITY OF MIAMI BEACH
25
REMOV AL AND DISPOSAL OF CONSTRUCTION DEBRJS AND ASPHALT
BID # 20-04/05
Bid Proposal Page 2 of 2
PAYMENT TERMS: NET 30. Ifother, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY: GLEN TUPLER, President
COMPANY NAME: AUSTIN TUPLER TRUCKING, INC.
SIGNED:
.~~
(I certify that. authorized to execute this proposal and
commit the bidding firm)
Bidders ~ acknowledge receipt of addendum (if applicable).
ADDENDUM No. 1: 6/13/05
Insert Date
ADDENDUM No. 2: 7/5/05
Insert Date
ADDENDUM No.3:
Insert Date
ADDENDUM No.4:
Insert Date
NAME/TITLE (Print):
GLEN TUPLER, President
ADDRESS:
6570 S.W. 47th Court
CITY 1ST ATE:
Davie, FL
ZIP: 33314
TELEPHONE NO:
(305) 949-4148
(954) 583-0844
9954) 583-0801
FACSIMILE NO:
FEDERAL I.D.#:
59-1426412
BID NO: 20-04/05
DA TE: 05/) 8/05
CITY OF MIAMI BEACH
26
MIAMI
(305) 949.41.48
HOMESTEAD
(305) 374-0261
-~.)~
_~\. . J:;~3lr..""
- ~ ~ I"~';:-;"'~
_J..l-- .~~. - I~:f--'
- - - _. I '.
~_ _. m,
_ ~ ~ I ., - ~.""'r I
. ~ ,.,'
~.. ~,... ~ (' :'
.... " . ___..~.l.'~
BOYNTON BEACH
(561) 732-3602
BOCA RATON
(561) 243-0133
I
\
AUST IN
~~.;
INC.
6570 S.W. 47th COURT
DAVIE. FLORIDA 3~314
PHONE (954) 583-0801
FAX (954) 583-osu.
FACSIMILE TRANSMISSION COVER SHm
TO: J.ohn DATE: Sl- \Q-05
C TOTAL PAGES TRANSMlnED
COMPANY: . i+{ C>P m ; a;n:, (INCLUDING THIS PAGE):
VIA FAX # 305 - '(o-r~.1~51 J
RE:.Kem()val 0)1& ~O~ 0+
COOS1rU.~cY1 and A5PhCL\+c B\b~'Z.D-olt\D5
MESSAG~ we ,^,,'~Ll be -\a lUng pl~br;S ::to
~~jn9@ 1951 &:..awf::\i~ J<Qo.dJ 'H>moano.
t\nd we 'Ni~l b~ ::tg\(iV1~ asphaJUo
fV\ecJ~o.nd+ill ~ q~o ~~ ~9 (We J M~
FROM:
The information contained in this facsimile message is confidential. If the reader of this message is not the intended
recipient. you are hereby notified that any dissemination, distribution or copy of this communication is strictly prohibited.
If you have moeivad this in error, pIM~! ~~fy U~ by t~ll!phora. jM~ediately.
REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT
BID # 28-03/04
BID CHECK LIST
To ensure that your bid is submitted in conformance with the Contract Documents, please verify that
the following items have been completed and submitted as required.
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.25
X Execution of Bid
General Conditions Section 1.2
N/A Equivalents/Equal Product
General Condition Section 1.67
Insurance and Indemnification (including Insurance Checklist)
X General Condition Section 1.33
Special Conditions Section 2.8
Bid/Performance Bond
X General Condition Section 1.34
N/A Warranty
Special Conditions Section 2.17
N/A Product/Catalog Information
Special Conditions Section 2.18
X References
Special Conditions Section 2.19 / Page 26
X Bidder Qualifications
Special Conditions Section 2.22
X Exceptions to Specifications
Special Conditions Section 2.24
X Contractor's Questionnaire
(Page 28)
BID NO: 20-04/05
DA TE: 05/18/05
CITY OF MIAMI BEACH
27
REMOV AL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASPHALT
Bid # 28..03/04
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of six (6) firms or
government organizations for which the Contractor is currently furnishing or has furnished, similar
services. (See "2.18 References", page 21, and "Minimum Requirements, page 2)
1)
Company Name
American Engineering
Address
11765 W. Okeechobee Road, Hea1eah Gardens, FL 33018
Contact Person/Contract Amount Paul Wanamaker
$500,000
Telephone No. (305) 825-9800
Fax No. (305) 825-9806
2)
Company Name
Palm Beach Grading, Inc.
Address
1250 Gateway Road, Lake Park, FL 33403
Contact Person/Contract Amount Bob Richardson
$250,000
Telephone No. (561) 842-9551
Fax No. (561) 842-9824
3)
Company Name
W. Jackson & Sons Const. Co.
Address
1888 N.W. 21st St., Pompano Beach, FL 33069
Contact Person/Contract Amount Lane Burg
$50,000
Telephone No. (954) 973-3060
Fax No. (954) 960-1679
4)
Company Name
City of Miami Beach
'.
Address 1700 Convention Center Drive, Miami Beach, FL 33139
Aggregate Hauling
Contact Person/Contract Amount Ron $50,000
Telephone No. (305) 673-7490
Fax No. (305) 673-7851
BID NO: 20.04/05
DATE: 05118105
CITY OF MIAMI BEACH
28
CUSTOMER REFERENCE LISTING (CONTD.)
5)
Company Name
Broward County
Address
115 S. Andrews Ave., Suite 212, Fort Laud., FL 33301
Contact Person/Contract Amount Liz Overton
$25,000
TelephoneNo. (954) 357-6065
Fax No. (954) 357-8535
6)
Company Name
City of Coral Springs
Address
9551 West Sample Road, Coral Springs, FL 33065
Contact Person/Contract Amount Arthur Resnick
$50,000
Telephone No. (954) 344-1100
Fax No. (954) 344-1186
7)
Company Name
Sonic Engineering
Address
1302 NW 33rd St., Pompano Beach, FL 33064
Contact Person/Contract Amount Ron $100,000
Telephone No. (954) 972-1698 Fax No. (954) 972-1611
8)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
Bm NO: 10-04/05
DATE: 05/18105
CITY OF MIAMI BEACH
29
REMOV AL AND DISPOSAL OF CONSTRUCTION DEBRIS AND ASBP AL T
Bid # 28-03/04
C9NTRACTOR'S OUESTIONNAIRE
NOTE:
Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By AUSTIN TUPLER TRUCKING. INC.
Principal Office
6570 S.W. 47th Court, Davie, FL 33314
How many years has your organization been in business under your present business
name? 43
Does your organization have current occupational licenses entitling it to do the work contemplated
in this Contract? yes
Davie Dec. License #05-00097
State of Florida occupational license - state type and number: Broward Cty. Dec. License #379-
0012915
Dade County certificate of competency - state type and number: N / A
City of Miami Beach occupational license - state type and number: no
Include copies of above licenses and certificates with proposal.
How many years experience in similar work has your organization had? 43
Have you ever had a contract terminated due to failure to comply with contractual
specifications? no
If so, where and why?
In what other lines of business are you financially interested or engaged? Supplying and hauling
of aggregates, removal of water or waste sludge from water plants or waste
treatment plants.
Give references as to experience, ability, and fmancial standing See pages 28 and 29 with
references given.
BID NO: 10-04/05
DATE: 05/18/05
CITY OF MIAMI BEACH
30
CONTRACTOR'S OUESTIONNAIRE (CONTD.)
What equipment do you own that is available for the proposed work and where located?
We have over 200 tandem, triax1e and dump trailers leased to
our company which are owner-operators (independent contractors)
with various makes and models.
Please list the names and addresses of subcontractors to be used, if any.
Vendor Campaign Contribution( s):
a. You must provide the names of all individuals or entities (including your sub...consultants)
with a controlling financial interest. The term "controlling financial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
Glen Tup1er owns 33% Austin Tup1er Trucking, Inc.
Glen~Tup1er owns 33% of M & G Fill Corp.
Glen Tup1er owns 100% of Glen Contracting, Inc.
AustinW. Tup1e~ owns 33% of Austin Tup1erTrucking, Inc.
Marc Tup1er owns 33% of Austin Tup1er Trucking, Inc.
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have have not contributed to the campaign either directly or indirectly, of a
candidate who has been elected to the office of Mayor or City Commissioner for the City of
Miami Beach. Please provide the name( s) and date( s) of said contributions and to whom
said contribution was made.
None
BID NO: 20-04/05
DATE: 05/18/05
CITY OF MIAMI BEACH
31
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
I HEREBY CERTIFY that the above answers are true and correct.
>l~ ~
GLEN TUPLER,. esident
(SEAL)
(SEAL)
BID NO: 20-04/05
DATE: OS/18/05
CITY OF MIAMI BEACH
32