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