Loading...
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