Loading...
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Neway Systems, Inc., in the amount of $3,996.00, for the furnishing of marina cleaning services at Dinner Key Marina be rescinded, and the bid submitted by Mr.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