HomeMy WebLinkAboutR-00-0738J-00-763
09/11/00
RESOLUTION NO. 8
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE ACQUISITION OF PLUMBING SERVICES
FOR THE BAYFRONT PARK MANAGEMENT TRUST
("TRUST"), FROM VARIOUS VENDORS, UNDER
EXISTING CITY OF MIAMI BID NO. 96-97-123,
EFFECTIVE THROUGH OCTOBER 9, 2000, AND ANY
EXTENSIONS THERETO ON AS -NEEDED CONTRACT
BASIS, IN AN ANNUAL AMOUNT NOT TO EXCEED
$7,000; ALLOCATING FUNDS THEREFOR FROM THE,
GENERAL OPERATING BUDGET OF THE TRUST.
WHEREAS, the Bayfront Park Management Trust ("Trust") requires
plumbing services to ,maintain the .restrooms at the Mildred and
Claude Pepper Bayfront and Bicentennial Parks to annually host
numerous special events and concerts; and
WHEREAS, plumbing services are available from various vendors
under existing City of Miami Bid No. 96-97-123, effective through
October 9, 2000 and any extensions thereto; and
WHEREAS, the Executive Director of .the Trust recommends the
acquisition of such plumbing services be approved; and
CITY COMMISSION
MEETING OF
SEP 14 2000
Resolution "o.
WHEREAS, funds are available from the General Operating Budget
of the Trust;
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 and
incorporated as if fully set forth in this Section.
Section 2. The acquisition plumbing services for the
Bayfront Park Management Trust from various vendors, under existing
City of Miami Bid No. 96-97-123, effective through October 9, 2000,
and any extensions thereto, on as -needed contract basis, in an
annual amount not to exceed $7,000, is hereby approved, with funds
therefor hereby allocated from the General Operating Budget of the
Trust.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'/,
�i 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.
41.
Page 2 of 3
PASSED AND ADOPTED this 14th day of September , 2000.
JOE CAROLLO, MAYOR
In a=rdance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
thus legislation by signing it in the designated place provided. said legislation o
becomes effective with the elapse of tun (10) days ` �1 ;i i; �' r'• 3711iiiSS;C •C�1
regarding same, without the Mayor fxF s' a •
y
ATTEST:
WALTER J. FOEMAN
CITY CLERK
Walterl. FoeMP,
CORRECTNESSt>-
W4647:LB:BSS
Page 3 of 3
TO: Honorable Mayor and Members
of the City Commission /
FROM: Jay C. Constantz
Executive DirectorL✓
RECOMMENDATION:
CA -20
DATE: September 14, 2000
SUBJECT: Resolution Authorizing
Procurement of Plumbing Services
It is respectfully recommended that the City Commission adopt the attached resolution, with
attachments, authorizing the Bayfront Park Management Trust to procure plumbing services from
various vendors, awarded under existing City of Miami Bid No. 96-977123, on an as -needed
contract basis through October 9, 2000 subject to any extensions thereto, at a total proposed annual
amount not to exceed $7,000.00. Funds are available from the Trust's Operating Budget at time of
need.
BACKGROUND:
The Bayfront Park Management Trust is responsible for the upkeep and maintenance of Bayfront
and Bicentennial Parks.
Bayfront and Bicentennial Parks host numerous special events and concerts annually.
Fully functional and operating restrooms are essential to the hosting of these events.
The Bayfront Park Management Trust has a need to procure plumbing services.
The Trust anticipates substantial cost savings and improved service levels by utilizing the City of
Miami contract.
JCC/TS/mt
Judy S. Carter, Director September 14, 2000
Purchasing Department
Jay C. Constantz Funding for the procurement of
Executive Director Plumbing Services from various
j vendors
l City Bid No. 96-97-123
The Bayfront Park Management Trust has funds available to cover the cost of the above
mentioned subject, in an amount not to exceed $7,000.00 annually, from the Bayfront Park'
Management Trust Operating Account.
�I
. i r
00�- �3
of
CONTRACT A W A R D
RENEWAL
BID NO. 96-97-123
NAME OF BID:
CONTRACT PERIOD:
ORIG. CONTRACT PERIOD:
COMMODITY CODE:
TERM OF CONTRACT:
METHOD OF AWARD:
OTR YEARS: SECOND AND FINAL RENEWAL
PLUMBING SERVICES CITY-WIDE
OCTOBER 10, 1999 THROUGH OCTOBER 9, 2000
OCTOBER 10, 1997 THROUGH OCTOBER 9, 1998
910-60
ONE (1) YEAR WITH THE OTR FOR TWO (2) ADDITIONAL ONE-YEAR PERIODS
TO THE LOWEST BIDDERS(S) BASED UPON THE LOWEST TOTAL OF HOURLY
REGULAR RATES
AWARD BASED ON MEASURES: Yes( ) No ( X )
SECTION #1
VENDORS AWARDED
F.E.I.N. #
65-0632885
VENDOR NAME:
SONY LEO PLUMBING
STREET:
P. O. BOX 610241
CITY/STATE/ZIP:
NORTH MIAMI, FLORIDA 33261
CONTACT PERSON:
SONY LEO
PHONE #:
(305) 757-4499
FAX #:
(305) 757-4456
BEEPER #.
(305) 703-5302
PAYMENT TERMS:
NET 30 DAYS
DELIVERY:
2 CALENDAR DAYS ARO P. O.
WARRANTY:
1 YR FROM DATE OF INSTALLATION
ITEMS AWARDED: PRIMARY VENDOR
( ) Set Aside ( ) BBE ( ) HBE
( ) WBE owned firms () Local Preference
65-0712159
AMERADRAIN PLUMBING COMPANY
315 WEST 44TH STREET
HIALEAH, FLORIDA 33012
ANDRES SIERRA
(305) 826-7634
( 305) 826-7603
N/A
NET 30 DAYS
N/A
1 YR. AFTER WORK HAS BEEN COMPLETED
(NEW INSTALLATION ONLY)
SECONDARY VENDOR I
F.E.I.N. #
65-0359285
VENDOR NAME:
M.R.B. PLUMBING, INC.
STREET:
738 NW 107TH STREET
CITY/STATE/ZIP:
MIAMI, FLORIDA 33168
CONTACT PERSON:
MILTON THOMPSON
PHONE #:
(305) 759-6452
FAX #:
( 305) 759-0921
BEEPER #.
N/A
PAYMENT TERMS:
2%-10 DAYS;NET 30 DAYS
DELIVERY:
* * 10 CALENDAR DAYS ARO P. O.
* * DEPENDS ON SPECIFICS OF )OB, BUT ALAWAYS 1N A PROMPT MANNER
WARRANTY:
AS SPECIFIED, CONTACT MILTON THOMPSON
ITEMS AWARDED:
SECONDARY VENDOR 11
SECTION #2 AWARD INFORMATION
C.C. AWARD, DATE: SEPTEMBER 9, 1997 AMENDED AMOUNT: NO
AGENDA ITEM #: CA -4 SPECIAL CONDITIONS: YES
RESOLUTION NO: 97-571 INSURANCE REQUIREMENT: YES
TOTAL AWARD AMOUNT: $86,015.00 FINANCIAL OVERSIGHT BOARD: AUGUST 27, 1999
SECTION #3 AFFIRMATIVE ACTION POLICY YES
SECTION #4 REQUESTING DEPARTMENT INFORMATION
USER DEPARTMENT/DIVISION: CITY-WIDE/PURCHASING DEPARTMENT
CONTRACT ADMINISTRATOR: PAMELA BURNS
TELEPHONE NO: (305) 416-1905 FAX NO. (305) 416-1925
SECTION #5 PROCURING AGENCY
SENIOR BUYER: PAMELA BURNS DATE PREPARED: OCTOBER 1, 1999
TELEPHONE NO: (305) 416-1905 FAX: (305) 416-1925
PREPARED BY: STEPHANIE WILLIAMS
4
M.R.B. Plumbing Co.
738 N.W. 107 Street
Miami, Fla. 33168
Dade Co./Black
Hourly
Rate
ITEM
Types of
#
Personnel
1
Master Plumber
Sony Leo Plumbing
Rate A $
2
Journeyman
N. Miami, Fla. 33161
Plumber
Dade Co./Black
Rate A $
3
Apprentice
Rate
Plumber
10.00
Rate A $
4
Service Person/
APPROVED
Repair Person
BID TABULATION
'O
PLUMBING MAINTENANCE SERVICES
BID NO. 96-97-123
20.00
M.A.R.S. Plumbing
Sony Leo Plumbing
12360 S.W. 132 Ct. #113
14085 N.E. 16 Ave.
Miami, Fla. 3186
N. Miami, Fla. 33161
Dade Co./Black
Dade Co./Black
Hourly
Hourly
Rate
Rate
AmeraDrain Plumbing Co.
315 West 4 Street
Hialeah, Fla. 33012
Dade Co./Hispanic
Hourly
Rate
45.00
$
65.00
$
20.00
$
26.00
40.00
$
45.00
$
15.00
$
26.00
15.00
$
28.00
$
10.00
$
10.00
Prepared By: Pamela Burns. 8/22/97
w
40.00
Rate A
$ 35.00 $
5
Helper
15.00
$
Rate A
$ 13.72 $
10.00
TOTAL
$ 148.72 $
65.00
RANKING
#3
SECONDARY VENDOR
i
APPROVED
BY: .(&_1r
dy S. Carter
Director/Chief Procurement Officer
a
DATE:�(
GO
Prepared By: Pamela Burns. 8/22/97
w
40.00
$
12.00
$
25.00
15.00
$
8.00
$
10.00
193.00
$
65.00
$
97.00
#1 # 2
PRIMARY VENDOR SECONDARY VENDOR
APPROVED BY:
els;D irector / Designee
DATE:
Note: Rate A represents work taking place between
- 8:00 a.m, through 5:00 p.m., Monday through Friday.
3.0 SPECIAL CONDITIONS
3.1. SCOPE AND PURPOSE:
The City of Miami is soliciting formal bids from qualified plumbing firms to provide Plumbing Maintenance
Services on a City-wide basis at various locations owned and/or operated by the City of Miami, with the exception
of the Miami Riverside Center located at 444 S.W. 2nd.Avenue, Miami, Florida.
The City shall not be responsible for any expenses incurred by Bidder in preparing or submitting a Bid.
3.2 TERM OF CONTRACT:
The ensuing award to the successful Bidder by the City shall constitute a contract (the "contract"), and which shall
include, but not be limited to, the following terms:
a) The term of the Contract shall be for an initial term of one (1) year, commencing on the date of execution.
The City shall have the option to extend the Contract for two (2) additional periods of one (I) year each by
giving Bidder sixty (60) days prior written notice.
b) Extension of the term of the Contract beyond the initial period is an option of the City to be exercised in its
sole discretion and which does not confer any rights upon the Bidder.
C) City shall have the right to terminate the Contract, for any reason whatsoever, upon prior notice to Bidder,
at any time and for any reason.
3.3 CONTRACT AWARD AND CITY'S RIGHTS:
This contract will be awarded to the three (3) lowest most responsible and responsive bidders whose bid conforms
to the specifications and is most advantageous to the City. Award shall be based upon the lowest total of hourly
"Regular Rates" provided by Bidders. The City shall select three (3) vendors, with the lowest deemed the "primary
vendor" and the next lowest the "secondary vendors," in the order of lowest prices provided to the City. Should the
primary vendor not be able to provide the necessary service at the time needed or the required work is beyond the
expertise of the primary vendor, the City (after documentation of its reasons), has the option to select the next
lowest secondary vendor who will be offered the work to complete in a timely manner. The City additionally
reserves the option to obtain quotes for services prior to the provision of the same, with said quotes itemized
reflecting the hourly rate(s) of the personnel to be utilized, the number of man-hours, and the materials separately
listed. Should the City determine the primary vendor's quote too high or incomplete, the City has the right to obtain
a quote from the next lowest secondary vendor, and so on, in order to obtain the required service in the most
expedient manner and at the lowest possible price.
The City make the award to a Bidder(s) through action taken by the City Commission at a duly held meeting.
The General Terms and Conditions, the Special Conditions, the Specifications, the Bidder's response and
documentation, Service Price Sheet, and the Purchase Order, shall_ be the Contract between the successful Bidder
and the City.
While the City Commission may determine to award a Contract to a Bidder under this Bid, said award may be
conditional on the subsequent submission of other documents as specified in the Special Conditions.
The City also reserves the right to waive any informalities, irregularities and technicalities in procedure.
1i 0— 730
CITY OF MIAMI, FLORIDA SPECIAL CONDITIONS (cont.) Bid No. 96-97-123
T'' reserves the right, before awarding the Contract, to require a Bidder to submit such evidence of his/her
qualifications as it may deem necessary. The pity, in making the award, may consider any information available to
it with respect to financial, technical, and other qualifications and abilities of a Bidder, including past performance
(experience) with other governmental agencies:
The City reserves the right to cancel the Contract, or portions thereof, without penalty as 'a result of funding
limitations.
3.4 APPROVAL BY EMERGENCY FINANCIAL' OVERSIGHT BOARD
The State of Florida has appointed an Emergency Financial 'Oversight Board (Oversight Board) which is
empowered to review and, approve all pending City of Miami contracts. As a result, contracts shall not be binding
on the City until such time as they have been approved by the Oversight Board." Execution of`this contract by the
City Manager shall constitute evidence of its approval by the Oversight Board.
3.5 BIDDER QUALIFICATIONS:
In further consideration of the City's desire to maintain its property at,a high-level at all:times, it is reasonable for
same to seek out only the' most qualified contractors whose experience and quality of service and performance are
commensurate with the properties being considered.
Bids shall be considered only from firms that are regularly engaged, in the business of providing plumbing
maintenance services as described in this solicitation. As part of this solicitation, the Bidder shall:
A. Have been in the business of commercial plumbing maintenance, in good standing, covering all types of
plumbing repairs, for not less than three (3) years.
B. Provide lead personnel to perform said services on City facilities who possess at least the following
licenses: Master Plumber or Journeyman Plumber. Proof of these licenses must be provided. Apprentice
Plumbers, Service Persons. / Repair Persons, and Helpers may be utilized depending upon the need and
upon coordination with the facility(s) liaison. Plumber or plumbers assigned to facilities must have at least
three (3) consecutive years of experience in the field.
C. Possess a facility, or facilities; in close proximity to the City of Miami to enable its plumbers a timely
response to emergency and non -emergency, calls in compliance with the following:
1). Emergency: Within one (1) hour.
2). Non -Emergency: Within three (3) hours.
3) Project Estimates: Within two (2) days.
Failure to respond to a call by the City, or failure to respond in, a timely manner with sufficient
personnel to effectively provide repairs in accordance with the City's needs and satisfaction may result in
the removal of the Bidder(s) from the contract.
D. Submit a minimum of two (2) references on firm letterhead regarding facilities serviced at this time 'or
within the past three (3) years, reflecting evidence of Bidder's reputation and experience of a similar nature
to this solicitation.
E. Bidders shall be fully licensed to perform the work described herein, shall provide copies of said licenses,
along with all information requested on the Bid Sheets, or elsewhere, by the City. Failure to be properly
licensed shall be cause for rejection of the Bid.
page 2 of 7 00` 738
6