HomeMy WebLinkAboutR-98-0995J-98-1011
10/2/98
RESOLUTION NO. 9 995
A RESOLUTION RESCINDING THE BID AWARD TO
NEWAY SYSTEMS, 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. 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 in 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,
CIT! Comm=Clf
MEEMG CIF
0 C T 13 1998
Resolution No.
98- 995
effective October 26, 1998; and
WHEREAS, Resolution No. 98-411, adopted April 28, 1998,
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cleaning services at Dinner Key Marina be rescinded, and the bid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 Neway Systems, Inc.,
in the amount of $3,996.00, for the furnishing of marina
2
9 8 - 995
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 Mayorl1.
PASSED AND ADOPTED this 13th day of October
1998.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation now
becomes effective with the elapse of ten (10) days from the date of Commission action
regarding same, without the Mayor exerd . et .
ATTEST:
100-
WaR m , City Clerk
WALTER J. FOEMAN
CITY CLERK
AND CORRECTNESS
FILEVANMO VILARELLO
CFfY ATTORNEY
W2956:CSK
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.
3
98- 991
The Honorable Mayor and
To : Members of the City Commission
FROM: O/ald(ITI Warshaw
City Manager
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA=23
OCT - 6 i99
DATE: 8 FILE:
SUBJECT: Resolution Rescinding of Award for
Marinas Cleaning Services at
Dinner Key Marina
REFERENCESBid No. 97-98-099
ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution rescinding the award
made to Neway Systems, Inc., a Black/Miami-Dade County vendor, for the furnishing of Marina Cleaning
Services at Dinner Key Marina in the amount of $3,996, and award contract to Mr. Clean Reliable Service,
Inc., a Black/Miami-Dade County vendor located at 212 N.E. 154 Street, Miami, Florida 33162 in the
amount of $7,058.88 to provide said services at Dinner Key Marina, on a contract basis until October 26, 1998,
with the option to renew for two (2) additional one-year periods for the Department of Public Facilities. Funds
are available for the difference of $3,062.88 from Account Code No. 414000.350506.340.
BACKGROUND
Award was made by Resolution No. 97-570 on September 9, 1997 to Bendel Corporation, in the amount of
$5,640, for the furnishing of Marina Cleaning Services at Miamarina Bayside; Mr. Clean Reliable Service, Inc.,
in the amount of $12,326.16 for cleaning services at Pier 5 Fisherman's Wharf, and Neway Systems, Inc. in the
amount of $3,996 for cleaning services at Dinner Key Marina, for the Department of Public Facilities on a
contract basis for one (1) year, with the option to renew for two (2) additional one-year periods, at a total cost
not to exceed $21,962.16.
On April 28, 1998, Resolution No. 98-411 was adopted, rescinding the bid award to Bendel Corporation for
failing to provide the required services at Miamarina Bayside, whereby the second lowest responsive and
responsible bidder declined to provide said service at the price bid, thereby awarding the bid to Mr. Clean
Reliable Services, the third lowest responsive and responsible bidder, to furnish said service at Miamarina
Bayside at the price bid of $9,564 (increasing the contract by $3,924).
Neway Systems, Inc. notified the City in writing that at the level of billing services they are currently
providing, they cannot operate profitably and still maintain the service level to Dinner Key Marina; therefore
they will not renew its contract with the City, effective October 26, 1998.
Based upon the above, it has been determined that it is in the City's best interest to rescind the award of
contract to Neway Systems, Inc. The next lowest vendor, Bendel Corporation, had been removed from the
contract. It is therefore recommended that the contract award be made to Mr. Clean Reliable Service, Inc.,
the next lowest responsive and responsible bidder, to provide said service at Dinner Key Marina at the price bid
of $7,058.88, on a contract basis until October 26, 1998, with the option to renew for two (2) additional one-
year periods, for the Department of Public Facilities, thereby increasing the contract by $3,062.88, to a total of
$28,949.�\1
C� \'�
DHW/RMYCPA/yp
98- 995
n
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Donald H. Warshaw
City Manager
FROM: Christina P. Abrams, Director
Conferences, Conventions & Public Facilities
DATE: September 9, 1998 FILE
SUBJECT: City Commission Agenda 10/13/98
Resolution Rescinding of Award
Marinas Cleaning Services
REFERENCE13ld No. 96-97-099
ENCLOSURES:
Attached for inclusion on the October 13, 1998 City Commission Meeting Agenda is a Resolution
rescinding the award made to Neway Systems, Inc. a Black/Miami-Dade County vendor, for the
furnishing of Marina Cleaning Services at Dinner Key Marina and awarding the contract to Mr. Clean
Reliable Service, Inc., a Black/Miami-Dade County vendor located at 212 N.E. 154 Street,
Miami, Florida 33162 to provide said services at Dinner Key Marina at a total estimated amount of
$7,058.88. This service is to be provided on a contract basis until October 26, 1998, with the option to
renew for two (2) additional one-year periods.
Attachments
RM/CPAyp
cc: Maria Chiaro, Assistant City Attorney
Elvi Gallastegui-Alonso, Agenda Coordinator
Yvonne Page, Adm. Assistant, Conferences, Conventions & Public Facilities
Renato E. Diaz, Marinas Manager, Dinner Key Marina
98- 955
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Judy S. Carter, Director
Department of Purchasing
FROM: Christina P. Abrams, Director
Conferences, Conventions & Public Facilities
DATE: September 9, 1998 FILE:
SUBJECT: Bid No. 96-97-099
REFERENCES:
ENCLOSURES:
This department has verified available funding with the Office of Budget and Management
Analysis that funds are available to cover the cost of the award of contract for Bid No. 96-97-099
in an amount not to exceed $3,062.88 from Account Code No. 414000.350506.340.
BUDGETARY REVIEW AND APPROVED BY:
Dipakray Parekli irector
Office of Budget and Management Analysis
CPA/yP
98-- 9-5
DID NO. 96.97-099
to
.VENDOR
All Cleaning Janitorial
Maintenance Services
11447 NW 92 Avenue
Hialeah Gardens FL 33018
Dade/Female
Mr. Clean Reliable Svc. Inc
212 NE 164 Street
'm
Miami FL 33162
. f
Dade/Black
Best's Maint. & Janitorial
3290 NW 29 Street
Miami FL 33142
Dade/Female
South Florida MaInt. Svc.
8221 NW 54 Street
Miami FL 33166
04
i
Dade/Hispanic
.
. 4#
i w
Afler Hours Cleaning Svc.
1515 NW 167 Street 0232
Miami FL 33169
Dade/Black
Building Maintenance Svcs.
2450 SW 137 Avenue 0216
Miami FL 33175
Dade/Female
Noway Systems Inc
PO Box 641067
North Miami FL 33164
Dadel8lack
Bendel Corporation
3922 NW 1167 Street
Miami FL 33054
Dade/Black
ITEM I ITEM 2 ITEM 3
Wharf
MIsMarIns Bayalde 4. -!- Ili',:,I Dinner Key Marine Pier 5 Fisherman's Wh i
ANNUAL COST ANNUAL COST ANNUAL COST
$ 37,800.00 i $ 35,871.80 1 $ 10.800.00 $
$ 9.564.00 12.126.16 S 7,058.881 $
GRAND TOTAL
(items I (hru 3)
84,471.80
28.949.04
IVA
xl
6,400.00 $ $
13.554.00 $
7.320.00 $
29.274.00
i ,� I
ley,,
r: I
��,��%
$ 10,383.00 $
17,161.80
8,502.81
•'j S
36,047.81
25,920.00
res
$
13,524.00
$
12,720.00
52.164.00
17.016.00 S
48.000.00
ih
S
12,364.00
77,400.00
'-4
elk
NO BID
NO DID
3,990.00 1, .S $ 3,996.00
-FONTRACT
RESCISION
'I'did not bid on all
ij
i - -A items
6.640.00 $
13,041.00
6.210.00 $ 24,8911.00
'.
t
UNABLE TO LOCATE VENDOR
APPROVED BY:
1-11 Judy S. Carter�
Chief Procurement Officer
APPROVED BY -;--
Director I Designee
DATE: 7 1;9 — c7 V
Me, by, Pamela Burns, 7/11/97 k
IUDY S. CARTER
Director
Ms. Barbara Bryan
Vice President
Mr. Clean Reliable Service, Inc.
212 N.E. 154 Street
Miami, Florida 33162
Dear Ms. Bryan:
OLTttU of �Riamt-
August 28, 1998
RE: Bid No. 96-97-099
Marina Cleaning Services
The City issued Bid No. 96-97-099 for Marina Cleaning Services at three (3) separate locations: (1) Miamarina at
Bayside; (2) Pier 5 Fisherman's Wharf; and (3) Dinner Key Marina. As you are aware, Mr. Clean Reliable Service, Inc.
(MR. CLEAN) has been providing service at both the Miamarina at Bayside and Pier 5 Fisherman's Wharf.
Neway Systems, Inc. (NEWAY) had been awarded the contract for one (1) year effective October 27, 1997, with the
option to extend the contract for two (2) additional one (1) year periods, for the provision of cleaning services at Dinner
Key Marina in accordance with the specifications. However, NEWAY can no longer provide the services, and will not
agree to renew the contract for an additional one (1) year period, effective October 26, 1998.
Based upon recent events, it has been determined that it is in the City's best interest to rescind the award of contract to
NEWAY and make a recommendation to the City Commission for award to the next lowest responsible bidder, Bendel
Corporation. BENDEL failed to respond to City inquiries regarding its interest in providing said service. The City is
now requesting whether MR. CLEAN would accept the provision of marina cleaning services at Bayside in an amount
not to exceed the price bid by MR. CLEAN, or $7,058.88 annually.
Please indicate below by your signature whether you are willing to provide this service at the same price, terms, and
conditions for the remainder of the initial contract period due to expire October 27, 1998 and your agreement to extend
the contract for an additional one (1) year period. Should you agree, the required legislation will be prepared to
recommend award to MR. CLEAN for the provision of marina cleaning services at Dinner Key Marina, and placed on
the next available City Commission agenda for approval.
It is requested this form be completed and returned via fax to Pamela Burns at (305) 416-1925 no later than Monday,
August 31, 1998.
Your interest in doing business with the City of Miami is always appreciated.
Sincerely,
ti
J dy . Cart or
C ' Procurement Officer
I hereby agree to adhere to the price, terms, and conditions of the above contract for the duration of the initial. contract
period and the one year extension as reflected above.
YES '/ NO
SIGNATURE: 9TITLE: Vt c- C..
DATE:{_lT
DF�'AR rNQN-T OF PURCI IASINC/
I -I-! , VV _'rnI Itle, I,Ih I1-n, ti,unl, I 1-0.1 : t I tIH W :
;I I. I'nnl/1.,\: I Slladlb-
4
9
F M.,il Ac�•,� hh.
t l
lout Il.i��•a.�i Lnu,uni..—/ Mrh,,I Vldw+.: h;ll,;'.', ..nll.lnu
ILIr.' (�
Nlmh,,nt
Alldw- 1'() It— : ;IClltf ,Vit.uru, I 1 t ;_ t-u�nt;
]INC. � NEWAY SYSTEMS INC.
SECURITY GUARD & JANITORIAL SERVICE
P.O. BOX 641067 MIAMI, FL 33164 TEL (954) 893-0944 FAX (954) 893-0942
City Of Miami June 1st, 1998
Department Of Purchasing
444 S.W. 2nd Avenue,
Miami Florida 33130
REF: MARINA CLEANING SERVICE BID NO. 96-97-099
Dear Ms Judy S. Carter;
This letter is to inform you of our intent to canscel our service
in your facility (DINNER KEY MARINA) effective July 1st 1998.
'pre
Due to the level of billing for services we currently providing,
Neway Systems Inc. cannot operate profitably and still maintain
the service level to Dinner Key Marina's expectation. Therefore,
in order to retain our relationship in good standing, we are
providing written notice of cancellation effective July 1st, 1998.
If you have any question, feel free to contact me (954)893-0944
Sincerely,
Johnbull Enabulele
President
98- 99J
J-98-456
4/20/98
RESOLUTION NO. 9 8 - A .i .1
A RESOLUTION RESCINDING THE BID 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 Neway Systems, Inc., for the furnishing of Marina
Cleaning Services to the Department of Public Facilities, on an as needed basis, for one 11) year
with the option to extend for two (2) additional one (1) 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
9 8 - 995
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 Miamarina 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 effective immediately upon its adoption.
PASSED AND ADOPTED this 28th day of April , 1998.
ATTEST:
JOE CAROLLO, MAYOR
in accordance with Miami. Code Sec. 2-36, since the Mayor did not indir..ate approval of
this legislation by signing it in the designated place p c-A ad.
becomes effective with the elapse of ten (10) days rom the date of Gom�r ssic::.c::�r
regarding same, without the Mayor exarcis a�#o.
WALTER J. FOEMAN, CITY CLERK Walter J. F6Qmd6`'Clty Clerk
2
PREPARED AND APPROVED BY:
OLG AMIREZ-SEIJ S
ASS ANT CITY ATTOREy
W2489:CSK:ORS
98- 995
}
J-97-586
8/26197
RESOLUTION NO. 9 7- 5 7 0
A RESOLUTION ACCEPTING THE BIDS OF BENDEL
CORPORATION, IN THE AMOUNT OF $5,640.00, FOR THE
FURNISHING OF MARINA CLEANING SERVICES AT
MIAMARINA BAYSIDE, MR. CLEAN RELIABLE SERVICE, INC., IN
THE AMOUNT OF $12,326.16, FOR CLEANING SERVICES AT
PIER 5 FISHERMAN'S WHARF, AND NEWAY 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 13ASIS FOR ONE (1) YEAR WITH
THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1)
YEAR PERIODS, AT A TOTAL PROPOSED ANNUAL AMOUNT
OF $21,962.16; ALLOCATING FUNDS THEREFOR FROM THE
DEPARTMENT OF PUBLIC FACILITIES, ACCOUNT CODE NOS.
413000.350505.6.340 AND 414000.350506.6.340;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR
THESE SERVICES.
WHEREAS, pursuant to public notice, sealed bids were received on June 25,
1997 - for the furnishing of -marina cleaning services, • for one (1) year` -with `the
option to extend for t*o' (2)- additional one (1) year periods for the Departrnent of
Public Facilities; and j 1 4
WHEREAS, invitations for Bid No. 96-97-099 were mailed fifty-two (52)
potential bidders and eight (8) bids were received; and
WHEREAS, said cleaning services are necessary in order to ensure that the
Miamarina Bayside, Pier 5 Fisherman's Wharf and Dinner Key Marina are
maintained in both safe and sanitary conditions; and
., .
98i 95J
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 Bendel 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 herein as if
fully set forth in this Section.
Section 2. The June 25, 1997 bids submitted by Bendel Corporation, in the
amount of 55,640.00, for the furnishing of marina cleaning services at Miamarins
Bayside, Mr. Clow Reliable Service, Inc., in the amount of $12,326.16, fora Y
cleaning swAc es 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 (1) year with the option
to extend for two (2) additional one (1) year periods, at a proposed annual amount
of $21,962.16, is hereby accepted, with funds therefor hereby allocated from the
Department of Public Facilities, Account Code Nos. 413000.350505.6.340 and
414000.350506.6. 340.
Section 3. The City Manager is hereby authorized to instruct the Chief
Procurement Officer to issue purchase orders for these services.
Section 4. This Resolution shall become effective immediately upon its
adoption.
2
98- 9 �
c
PASSED AND ADOPTED this 9th day ofSept.1997.
PREPARED AND APPROVED BY: APPROVED AS TO FORM AND
_ CORRECTNESS:
RAFAEL O. DIAZ�t A. -T ::<•F�c: ';:; F- �t^c�uik'"ES, III
DEPUTY CITY ORNEY , CITY A RNEY
W1827:CSK _:::. �-#r :a:.:.. �r .r • »,:;:..: �.. �: ,
�"'�''� � °w+s�i w'°' �"�y � "%`��r �j•''. � =f: �'.1$ % i'' lei°± .,p.'C��'
'.x5�f i�S: , s;,;.•c�Sa: t'llfbjlESa7� .. "`- kr: ..�;`'w1P"r..� '.
c
3
- 995
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
RESCINDING OF AWARD
BID NO. 97-98-099
Marina Cleaning Services
Public Facilities
Rescinding Award
RECOMMENDATION: It is recommended that the contract awarded to
Neway Systems, Inc., in the amount of
$3,996 for the cleaning services at Dinner Key
Marina, be rescinded, for declination of contract
renewal, and award contract to Mr. Clean
Reliable Service, Inc., in the amount of
$7,058.88 for said services. Funds for the
difference of $3,062.88 are available from
Account Code No. 414000.350506.340.
�r
Director of rchasi g
Date
AwardStateContract
AEI 8 — 995