Loading...
HomeMy WebLinkAboutR-97-0570J-97-586 8/26/97 RESOLUTION NO. 9 7` 570 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 BASIS 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 two (2) additional one (1) year periods for the Department of Public Facilities; and 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 STY COKHMSSION MEETING OF SEP 0 9 1997 Res oluftn N% � - 570 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 Neway 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 $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 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 414000.3 5 0 506.6. 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 97- 570 11 • PASSED AND ADOPTED this 9th day OfSept.1997. PREPARED AND APPROVED BY: RAFAEL 0. DI DEPUTY CITY W1827:CSK ORNEY APPROVED AS TO FORM AND CORRECTNESS: A. UIN J ES, III CITY AT RNEY 97- 570 CITY OF MIAMI,'FLORIDA CA=3 INTER -OFFICE MEMORANDUM TO : DATE FiUt7 2 6 1997 FILE Honorable Mayor and Members of the City Commission FROM rd Marquez City Manager RECOMMENDATION: SUBJECT: Authorizing the furnishing of Marina Cleaning Services REFERENCES: ENCLOSURES: Bid No. 96-97-099 It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bids of Bendel Corporation (Kayode Olowu, owner), a Black/Dade County vendor, located at 3922 NW 167th Street, Miami, Florida 33054 for the furnishing of Marina Cleaning Service at Miamarina in the amount of $5,640.00; Mr. Clean Reliable Service, Inc., (Morris and Barbara Bryan, owners), a Black/Dade County vendor, located at 212 NE 154th Street, Miami, Florida 33162 for cleaning services at Pier 5 Fisherman's Wharf in the amount of $12,326.16; and Neway Systems, Inc., ()ohnbull Enabulele, owner), a Black/Dade County vendor, located at 5207 SW 32nd Street, Miami, Florida 33164 for cleaning services at Dinner Key Marina in the amount of $3,996.00, for the Department of Public Facilities on an as -needed contract basis 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. Funds are available from Account Code Nos. 413000.350505.6.340 and 414000.350506.6.340. BACKGROUND: The Departments of Purchasing and Public Facilities have analyzed the bids received pursuant to Bid No. 96-97-099 for the furnishing of marina cleaning services. Fifty-two (52) invitations for bids were mailed and eight (8) responses were received. The bids from Bendel Corporation, Mr. Clean Reliable Service, Inc., and Neway Systems, Inc., were deemed as the lowest most responsible and responsive bids, and are therefore recommended for award. These 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. MemoMarinaCleanSvc099 97-- 570 BID NUMBER: 96 - 97 - 099 COMMODITY / SERVICE: MARINA CLEANING SERVICES DEPARTMENT/CONTACT PERSON: RAUL DE LA TORRE DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Department of Purchasing. The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals rp for to forwarding to Purchasing. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX. separate justification memo to Purchasing immediately. Emergency procurements are exempt. IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY" FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD. Contact pamPla gllrns of the Bid/Contract Section at 416-1905 qrA!k}§,-±ft7gshould you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE: / 74 Judy Carter ief Procurem fficer DATE: BIDRECOM_DOC 4/30/97 PAGE I OF 2 PAGES 97_ 5 70 3 AUG U 199 r BID ARD RECOMMENDATION FOR1 1 BID NUMBER: 96-97-099 COMMODITY/SERVICE: Marina CleaningServices DEPARTMENT / DIVISION: Department of Conferences Conventions K p„bi i t Far; 1 i t i PC TERMOFCONTRACT: One (1) yr with the option to extend for 2 addit—innal 1 Par yPr,rrlc NUMBER OF BIDS DISTRIBUTED: 52 NUMBER OF BIDS RECEIVED: g METHOD OF AWARD: On an Item by Item basis or the aggregate of all TtPma., whirhPver is in the C'i tW' a hPct i ntarPct anti Ngi U jig t Q 1=he !Gwest mest esponsive RECOMMENDED VENDOR(S): and responsible bidde)1'US: CONTRACT VALUE: MDEL CORPRRAT12N amarina aysi e) Mr. Clean Reliable Svc. I C. tp�-S—Fi�hgrman's- arf� NewaySvatems, Inc. (Dinner.Key Marina) Black Dade Black/Dade Black/Dade $5,640.00 $12,326.16 3,996.00 TOTAL: $21, 962.16. THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The above vendors Provided the lowest h;cLc fpr the work specified by the bid The scope of work was met by theca vendors. These services are necessary in order to tnai,rP that the Miamarina Bayside, Pier 5 Fisherman's Wharf and Dinner xeW Marina are maintained in both safe and sanitary conditions, ACCOUNTCODE(S): 413000-350505-39 ($17,9-6-6.1a) _ r6f /�d ]9Rg 414000-350506-6-340 ($3 996 00) �oc F Y 19 9 8 DEPARTMENT APPROVAL: BUDGET VIEW APPROVAL: PURCHASING APPROVAL: Department Director/ fi)�ipa M. Parekh �—,Judy S. CarterDesignee ' rector Chief Procurement Officer OTHER FUNDING APPROVALS, IF APPLICAB TITLE: PAGE 2 OF 2 PAGES 4 '�= 57 nda r, 'd Nam. j6-97-99 6.5 VE BACKGROUND INFORMATI9 INSTRUCTIONS: - s - This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, Write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: President���'�� Secretary we at COMPANY OWNERSHIP: LICENSES: Vice President Treasurer j`' of ownership % of ownership % of ownership % of ownership 1. County or Municipal Occupational License No._ (attach copy with bid) 2. Occupational License Classification 3. Occupational License Expiration Date: 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. GJ - q 76 ( r EXPERIENCE: 6. Number of Years your organization has been in business: / 0,1k S 7. Number of Years experience BIDDER/PROPOSER (person, princpal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 1L4 if' 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: l �' c, yl) 5 9 " = 5 7 0 ionaa Bid No. 96-97-99 VENDOR BACKGROUND INF*IATION INSTRUCTIONS: - - - ,w;<�, This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question d does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. y a COMPANY NAME: MR. CLEAN RELIABLE SERVICE INC. COMPANY OFFICERS: President MORRI S BRYAN Vice President BARBARA BRYAN Secretary BARBARA BRYAN Treasurer BARBARA BRYAN COMPANY OWNERSHIP: MORRIS BRYAN 50 %of ownership BARBARA BRYAN 50 % of ownership % of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. 13 2 4 2 3 — 5 (attach copy with bid) . 2. Occupational License Classification L 13 3. Occupational License Expiration Date: 9 / 3 0 / 9 7 4. Metro -Dade County Certificate of Competency No. — (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. 5 9— 2 4 7 7 6 0 9 EXPERIENCE: 6. Number of Years your organization has been in business: 12 7. Number of Years experience BIDDERIPROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 20 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 12 97- 570 7 City of Miami, Florida Bid No. 96-97-99 0.5 VENDOR BACKGROUND I TION `1 INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate_ Please print. COMPANY NAME: � t Q 12d S1 � i P-<� L[\L is COMPANY OFFICERS: President q-6t ff-&I LL Secretary � i at4-Ai (S U L L Vice President Treasurer a,rt-fy lsu LL eaU -tt� l COMPANY OWNERSHIP: �t{- % % of ownership of ownership % of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. (attach copy with bid) 2: Occupational License Classification_ 3. Occupational License Expiration Date: h0/9-Z 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. EXPERIENCE: Number of Years your organization has been in business: 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: &. Number of Years experience BIDDER/PROPOSER (firm, corporation, propne orship) has had in operation of the type required by the specifications of the Bid or RFP: LL y" 97- 5711 9 BID TABULATION FOR MARINA CLEANING SERVICES BID NO. 96-97-099 ITEM 1 ITEM 2 fit' 121 ITEM 3 GRAND TOTAL -31 MiaMarina Bayside Pier 5 Fisherman's Wharf „E Dinner Key Marina-" (Items 1 thru 3) VENDOR ANNUAL COST ANNUAL COST ANNUAL COST All Cleaning Janitorial & Maintenance Services a 11447 NW 92 Avenue Hialeah Gardens FL 33018 Dade/Female $ 37,800 00 ...' ••- $ 35,871.80 $ 10,800.00 ' ;"' $ 84,471.80 Mr. Clean Reliable Svc. Inc 212 NE 154 Street -' Miami FL 33162 Dade/Black $ 9,564.00 " $ 12,326.16 ;" $ 7,058.88 $ 28,949.04 Best's Maint. &Janitorial 3290 NW 29 Street Miami FL 33142 k Dade/Female $ 8,400.00 $ 13,554 00 $ 7,320.00 $ 29,274.00 *s :i 41 South Florida Maint. Svc 8221 NW 54 Street Miami FL 33166°:. Dade/Hispanic $ 10,383 00 $ 17,161.80 $ 8,502.81 - $ 36,047.61 After Hours Cleaning Svc. 1515 NW 167 Street #232 Miami FL 33169 Dade/Black $ 25,920.00 $ 13,524 00 $ 12,720.00 „ $ 52,164.00 Building Maintenance Svcs t 2450 SW 137 Avenue #216 t:? °. Miami FL 33175 Dade/Female $ 17,016.00 ': $ 48,000.00 $ 12,384.00 $ 77,400.00 . m Noway Systems Inc i PO Box 641067 North Miami FL 33164 Dade/Black NO BID NO BID $ - 3,996.00 $ 3,996.00 ' did not bid on all Bendel Corporation items 3922 NW 167 Street � fVv Miami FL 33054 ` Dade/Black $ 5,64000 `: , $ 13,041 00 $ 6,210.00 $ 24,891.00 ( f z.. .. .,.. ... .. .. .l ... APPROVED BY: — 7 APPROVED v Judy S. Carter Director I Designee Chief Procurement Officer -� DATE: Prepared by: Pamela Burns, 7/1/97 \ • El CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: MARINA CLEANING SERVICES BID NO.96-97- 099 AWARDED TO: Bendel Corporation Mr. Clean Reliable Service, Inc. Neway Systems, Inc. TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS From: 1992 to Present Bid No. 93-94-135 $41,220.00 (Custodial- GSA) (Mr. Clean Reliable Service, Inc.) PRIOR CONTRACT AWARD: $18,028.00 (Best Maintenance & Janitorial Svc. & Dexter Clean) SUMMARY OF CONTRACTS. DOC 13 ®CITY OF MIAMI OFFICE OF THE CITAERK BID SECURITY LIST qww BID ITEM: MARINA CLEANING SERVICES y BID NO.: 96-97-099 DATE BID(S) OPENED: J U N E 25, 1997 TIME 11 : 30 BIDDER TOTAL BID BID BOND (ER) AMOUNT CASHIER'S CHECK ALL CLEANING JANITORIAL & MAINT. SERV. See attached id. MR. CLEAN RELIABLE SERVICES INC. " BEST'S MAINTENANCE & JANITORIALSOUTH " a Y S RV . " AFTER HOURS CLEANING SERV. " BUILDING MAINTENANCE SERVICES It NEWAY SYSTEM INC. " BENDEL CORPORATION " NO BID MERIDIAN MANAGEMENT CORP. utters rozn a ven ors lista Herein received tir^-' r as of the above or- are cdaf,-, cind 171rc,7 o er orius s,gma a i response to t his are hereby re; acted as late." so icy cz son,y, received ( ) envelopes on behalf of Person receiving bid( PURCHASING DEPARTMENT on /,--�r--j>j (City Department) (Date) SIGNE Deputy City Clerk PT-tLj Of iami 1f OF y9 MICHAEL G. LAVIN F r3 EDWARD MARQUEZ Acting Director City Manager 0 ADDENDUM NO. 1 VIA REGULAR MAIL BID NO. 96-97-099 JUKE 10, 1997 MARINA CLEANING SERVICES Please be advised that the time for the aforementioned bid to open has been changed. BIDS ARE NOW DUE WEDNESDAY, JUNE 25 , 1997, AT 11:30 A.M. ALL OTHER TERMS AND CONDITIONS OF THE BID DOCUMENT REMAIN THE SAME. SIN RELY,/ 1 DY S. CARTER' C IEF kOCUREMENT OFFICER THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BID RESPONSES. SIGNATURE: DATE: NAME OF FIRM: c. —(M c ,woo n ro C�' DEPARTMENT OF FINANCE/ PROCUREMENT MP/NAGEMENT DIVISION 444 S.W, 2nd Avenue, 6th Floor/Miami, Florida 33130/(30�) 416-1900/Fax: (305)416-1925 Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 CITY OF MIAMI 1� ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO. 96-97-099 To perform marina cleaning services at the Miamarina at Bayside, 401 Biscayne Blvd., Miami Florida, and at the Dinner Key Marina, 3400 Pan American Drive, Miami, Florida. /�#:30 OPENING DATE:14-40 A.M. June 25, 1997 The scheduled mandatory Pre -Bid Conference and site visits will take place beginning on Friday, June 20, 1997 at 10:30 a.m. and as indicated below: 10:30 a.m. - Miamarina, Bayside, 401 Biscayne Blvd., (next to Hard Rock Cafe Restaurant) 11:30 a.m. - Dinner Key Marina, 3400 Pan American Drive. CONTACT PERSON: Raul de la Torre - Telephone (305) 579-6950 IT IS MANDATORY THAT A REPRESENTATIVE(S) OF THE BIDDER ATTEND IN ORDER TO QUALIFY TO BID. FAILURE TO ATTEND SHALL DEEM ANY BID FROM THE SAME AS NON -RESPONSIVE. Detailed specifications for this bid are available upon request at the City of Miami, Procurement Division, 444 SW 2 Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-1904. Edward Marquez CITY OF MIAMI City Manager LOGO AD. 4251 =t . > _a c_ rl CD Z Z