Loading...
HomeMy WebLinkAboutR-01-0594J-01-306 6/6/01 RESOLUTION NO. 01- 594 A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR-FIFTHS (4/5iH9) AFFIRMATIVE VOTE, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES AND APPROVING THE ACQUISITION OF, CUSTODIAL SERVICES AT MIAMARINA AT BAYSIDE FROM MR. CLEAN RELIABLE SERVICES, INC. FOR THE DEPARTMENT OF CONFERENCES CONVENTIONS AND PUBLIC FACILITES, IN AN AMOUNT NOT TO EXCEED $5,472.54; ALLOCATING FUNDS FROM ACCOUNT CODE NO. 413000.350505.340. WHEREAS, Contract No. 96-97-099 for the provision of ~i custodial services at the Miamarina at Bayside ("Miamarina") with Mr. Clean Reliable Services, Inc. ("Mr. Clean") expired on October 26, 2000, and Mr. Clean continued to provide custodial services at Miamarina, under the same terms and conditions, from October 26, 2000 through March 14, 2001; and WHEREAS, pursuant to Invitation for Bids No. 99-00-261, Hope Center, Inc. was awarded the contract for the provision of custodial services at Miamarina from March 14, 2001 through March 13, 2002; and Drat aommsaiox KEZTMQ OF !UN 1 4 2001 01- 594 WHEREAS, funds are available from Account Code No. 413000.350505.340; and NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. By a four. -fifths (4/5�h®) affirmative vote of the members of the City Commission, the City Manager's finding of an emergency, is ratified, approved, and confirmed, the requirements for competitive sealed bidding procedures are waived, and the acquisition of custodial services at Miamarina from Mr. Clean for the Department of Conferences Conventions and Public Facilities, in an amount not to exceed $5,472.54, is approved, with funds allocated from Account Code No. 413000.350505.340. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.1/ if the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 3 01— 594 In a000ndanoe whh Mlami Code Aeo, 2.36, since the Mayer did not hfints approval d this legislation by signing it In the designated 90pe provided, MW I wisjn1l :-Ym bewmes eftalve with the elapse of ton (10) daygthe date of ;:on ATTEST: NOWIng same, without the Mayor.&eiw;jlf,, /A WALTER J. FOEVIAN CITY CLERK D CORRECTNESS:/ Page 3 of 3 01— 594 CITY OF MIAMI, FLORIDA 17A INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission T/r DATE: SUBJECT: Resolution Ratifying Increase of Contract for Custodial Services at REFERENCES: Miamarina at Bayside ENCLOSURES: FILE. RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution ratifying, approving and confirming waiving the requirements for competitive sealed bids and approving the provision of custodial services at Miamarina at Bayside from Mr. Clean Reliable Services, Inc. in the amount of $5,472.54. Funds are available to increase the existing purchase order with Mr. Clean Reliable Services, Inc, from Miamarina Operating Account No. 413000.350505.340. BACKGROUND Mr. Clean Reliable Services, Inc. was the contracted vendor that providod trash removal and comprehensive cleaning services at Miamarina from 1998 until their contract expired in October 2000. At that time the bid process had not been completed. A new contract was initiated with Hope Center on April 1, 2001. Mr. Clean Reliable Services, Inc. continued to provide services until March 31, 2001, and is owed for three months service at their previously contracted rate of $1,824.18 per month, for a total of $5,472.54. CAG/FKR/A/yp afflinw— 01— 594 05/29/2001 0d: b0 305:iU"IV 4.:11 v MIA h'u"LIt.: rM. rmoit rise roc a a CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM to? Fred 1'eticleS, Mattagemam Analyst DAW . May 25, 2001 fn s Department of Macaganent and Budget s:UIUsT : Miammina at Bayside RROMIVO]lneVPa���11LraLiva Amsidaitt i m�NQte Conferences, Convections; & polio Facilities c#ALoounca Please confumi that funds are available in the amount of $5,472.54 far the provision of custodial services at Mismarhm at Bayside: Miamarina at Bayside Operating Account 413000.350505.340 $5,472.54 Thank you - Budgetary Review and Approval: Pr Linde M. H&W=, Director, Dept. of Manngament and Budget /yp 01- 594 J-98-1011 10/2/98 • 0 "-q Mt" TM Nn _ ✓ U V t► 5- A RESOLUTION RESCINDING THE BID AWARD TO WMAY SYSTEKS, INC., WHO DECLINED TO RENEW ITS CONTRACT, IN THE AMOUNT OF $3,996.00, FOR. THE FURNISHING OF MARINA CLEANING SERVICES AT DINNER KEY MARINA AND AWARDING THE BID TO MR. CLEAN RELIABLE SERVICES, INC., THE THIRD LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE FURNISHING OF SAID SERVICES AT DINNER KEY MARINA UNTIL OCTOBER 26, 1998, WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE- YEAR PERIODS, AT AN ANNUAL AMOUNT NOT TO EXCEED $7,058.88.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 413000.350505.6.340. WHEREAS, Resolution No. 97-570, adopted September 9, 1997, accepted the bids of Bendel Corporation, Mr. Clean Reliable Service, Inc., and Neway Systems, Inc., for the furnishing of marina cleaning services to the Department of Public Facilities, on an as -needed basis, for one (1) year with the option to extend for two (2) additional one (1) year periods; and WHEREAS, Neway Systems, Inc., notified the city ih writing that it cannot operate profitably while maintaining the level of services it currently provides to Dinner Key Marina, and therefore will not renew its contract with the city, 01. 594 CM" 1 11 1�' D ZVMG OF OCT 13 1998 Awolutloo Na effective October 26, 1998; and WHEREAS, Resolution No. 98-411, adopted April 28, 2998, removed Bendel Corporation, the next lowest vendor, from the bidders list; and WHEREAS, the third lowest responsive and responsible bidder, Mr. Clean Reliable Service, Inc., has agreed to furnish said services at Dinner Key Marina at the bid price of $7,058.88; and WHEREAS, the City Manager and the Director of Public Facilities recommend that the bid received from Neway Systems, Inc., in the amount of $3,996.00, for the furnishing of marina cleaning services at Dinner Key Marina be rescinded, and the bid submitted by Mr. Clean Reliable Service, Inc., the third lowest responsive and responsible bidder, in the amount of $7,058.88, be accepted; WHEREAS, funding for the $3,062.88 increase is available from the Department of Public Facilities, Account Code No. 413000.350505.6.340; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid awarded to Noway Systems, Inc., in the amount of $3,996.00, for the furnishing of marina 01- 594 2 _ z� n U U cleaning services at Dinner Key Marina, is hereby rescinded. Section 3. The bid submitted by Mr. Clean Reliable Service, Inc., the third lowest responsive and responsible bidder, in the amount of $7,058.88, for the furnishing of said service, is hereby accepted, with funds therefor hereby allocated from Account Code No. 413000.350505.6.340. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor1l. PASSED AND ADOPTED this 13th day of October 1998. , ATTEST: JOE CAROLLO, MAYOR In soccalanoe whh Miami Code Seo, 2.36, since the Mayor did not indicate approval of this legislation by signing R in the designated place provided. said legislstian now becomes eff ftm with the elapse of ten (10) days from the date of Commission action x900 ding same, without the Mayor ex"*11W Waite Clty CkA WALTER J. FORMAN CITY CLERK APPROVED AS/TO FORM AND CORRECTNESS :ice/ 01 i , 0 VILARELLO %CITY ATTORNEY / W2956:CSK If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 01— 594 3 j-28-456 4i'AM RESOLUTION NO. fj R — Q 1 .1 A RESOLUTION RESCINDING THE BIO AWARD TO BENDEL CORPORATION, IN THE AMOUNT OF $5,640.00, FOR THE FURNISHING OF MARINA CLEANING SERVICES AT MIAMARINA BAYSIDE FOR FAILING TO PROVIDE THE REQUIRED SERVICES TO THE DEPARTMENT OF PUBLIC FACILITIES, AND AWARDING THE BID TO MR. CLEAN RELIABLE SERVICES, INC., THE THIRD LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE FURNISHING OF MARINA CLEANING SERVICES AT MIAMARINA BAYSIDE UNTIL OCTOBER 26, 1998, WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE YEAR PERIODS, AT AN ANNUAL AMOUNT NOT TO EXCEED $9.564.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 413000.350505.6.340; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE. WHEREAS, Resolution No. 97-570, adopted September 9, 1997, accepted bids of Bendel Corporation, Mr. Clean Reliable Service, Inc., and Newsy Systems, Inc., for the furnishing of Marine Cleaning Services to the Department of Public Facilities. on an as needed basis, for one (1) year with the option to extend for two (2) additional one 11) year periods; and WHEREAS, the Departments of Public Facilities and Purchasing made several attempts to contact Bendel Corporation to initiate work but vendor failed to respond to the requests for service; and WHEREAS, the second lowest responsive and responsible bidder declined to provide said service at the price bid; and WHEREAS, the third lowest responsive and responsible bidder agreed to furnish said service at Miamarina Bayside at the price bid of $9,564.00; and 961nue, APR 2 R 1998 a.plvd+on � 01— 594 • • WHEREAS, the City Manager and the Director of Public Facilities recommend that the bid received from Bendel Corporation in the amount of $5,640.00, for the furnishing of marina cleaning services at Mismarina Bayside be rescinded and the bid submitted by Mr. Clean Reliable Service, Inc., the third lowest responsive and responsible bidder, be accepted, in the amount of $9.564.00; and WHEREAS, funding for the difference of $3,924.00 is available from the Department of Public Facilities, Account Code No. 413000.350505.6.340; and NOW, THEREFORE. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this section. Section 2, The bid awarded to Bendel Corporation, in the amount of $5,640.00 for the furnishing of marina cleaning services at Miamarina Bayside for failing to provide the required services to the Department of Public Facilities, is hereby rescinded, and the bid submitted by Mr. Clean Reliable Service, Inc., the third lowest responsive and responsible bidder, in the amount of $9,564.00, for furnishing said service, is hereby accepted, with funds therefor hereby allocated from Account Code No. 413000.350505.6.340. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for this service. Section 4 This Resolution shall become affective immediately upon its adoption. PASSED AND ADOPTED this 28th day of Alpri 1 1998. JOE CAROLLO, MAYOR In weardance with Miami Code Sec. 2-36, elms the MRvcr did not indicate approval of this legislation by signing it in the designated placo pr_vicad f7eoe :cw`af_'c —.v becomes ei(ecdve with the elapse of ten (10) days rom tho date ct G^•mcr;_�itr: =c.`_� regarding same, without the Mayor exarcis' a ATTEST: owe. -s WALTER J. FOEMAN, CITY CLERK Wafter J. F ,% Verk 01- 594 i � 1 � •Ztit J-97.586 i 8126197 RESOLUTION NO. 97- 570 A RESOLUTION ACCEPTING THE BIDS OF SENDEL CORKIRATION, IN THE AMOUNT OF 15,640.00, FOR THE FURNISHING OF MARINA CLEANING SERVICES AT MIAMARINA BAYSIDE, MR. CLEAN RELIABLE SERVICE. INC., IN THE AMOUNT OF $12,326. 18, FOR CLEANING SERVICES AT PIER 5 FISHERMAN'S WHARF, AND NEWAY SYSTEMS, INC., IN THE AMOUNT OF 13,986.00, FOR CLEANING SERVICES AT DINNER KEY MARINA, FOR THE DEPARTMENT OF PUBLIC FACILITIES, ON A CONTRACT BASIS FOR ONE 01 YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE 11) YEAR PERIODS, AT A TOTAL PROPOSED ANNUAL AMOUNT OF $21,982.18; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF PUBLIC FACILITIES, ACCOUNT CODE NOS. 413000.350505.6.340 AND 414000.350508.6.340; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE SERVICES. WHEREAS, pursuant to public nodes, sealed bids were received on June 25, C1997 for the furnishing of marina cleaning services, for one 11) year with the option to extend for two (2) additional one (1► year periods for the Department of Public Facilities; and WHEREAS, invitations for Bid No. 96-97-099 were mailed flay -two (52) potential bidders and eight (8) bids were received; and WHEREAS, said cleaning services are necessary in order to ensure that the Mismarins Bayside, Pier 5 Fisherman's Wharf and Dinner Key Marina are maintained in both sofa and sanitary conditions; and C= 11102ZOT0 or SEP 0 9 f99'! 01- 594 WHEREAS, funds for these services are available from the Department of Public Facilities, Account Code Nos. 413000.350505.6.340 and _ 414000.350506.6.340; and WHEREAS, the City Manager and the Director of the Department of Public Facilities recommend that the bids received from Sendai Corporation, Mr. Clean Reliable Service, Inc., and Noway Systems, Inc., be accepted as the lowest most responsible and responsive bidders; NOW. THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated heroin as if fully set forth in this Section. Section 2. The June 25, 1997 bids submitted by Bendel Corporation, in the (� amount of $5,640.00, for the furnishing of marina cleaning services at Mismarins Bayside, Mr. Clean Reliable Service. Inc., in the amount of $12,326.16, for cleaning services at Pier 5 Fisherman's Wharf, and Noway Systems. Inc., in the amount of $3,996.00, for cleaning services at Dinner Key Marina, for the Department of Public Facilities, on a contract basis for one 411 year with the option to extend for two 121 additional one (1) year periods, at a proposed annual amount of $21,962.16, is hereby accepted, with funds therefor hereby allocated from the Department of Public Facilities, Account Code Nos. 413000.350505.6.340 and 414000.350506.6.340. Section 3. The City Manager is hereby authorised to instruct the Chief Procurement Officer to issue purchase orders for these services. Section 4. This Resolution shall become effective immediately upon its adoption. M . 01- 594 2 �z1zrx 6 . . 0 0 PASSED AND ADOPTED dds9_ th _df 00!2_t- 1997. PREPARED AND APPROVED 9Y: APPROVED AS TO FORM AND CORRECTNESS: RAFAEL O. OIAZ A. IN ES, III DEPUTY CITY ORNEY CITY A RNEY W1827:CSK 01- 594 AWARD PAYMENT OF INVOICES BID NO. %-97-099 ITEM. Outstanding Invoices DEPARTMENT: Public Facilities TYPE: One time payment REASON: To pay for outstanding invoices. RECOMMENDATION: It is recommended that the payment to Mr. Clean Reliable Services, Inc., for the payment of outstanding invoices relating to the expiration of Bid No. 96-97-099 for the furnishing of custodial services, from October 26, 2000 to March 14, 2001, for an amount not to exceed $5,472.54, for the Department of Conferences, Conventions and Public Facilities, be approved, allocating funds therefore from Account Code No. 413000.350505.340. Dir for 01 ate 0 Award Ueda D&& Cwm Cou nw 0im 504