Loading...
HomeMy WebLinkAboutR-96-0354J-96-450 5/21/96 RESOLUTION NO. 9 6 - 354 A RESOLUTION ACCEPTING THE BIDS OF MANOLO BUS SERVICE, A LOCAL/HISPANIC VENDOR, AT AN ESTIMATED AMOUNT OF $46,728, FOR THE FURNISHING OF NINE (9) BUSES, AND J. BALSERA SCHOOL BUS SERVICE, A LOCAL/HISPANIC VENDOR, AT AN ESTIMATED AMOUNT OF $6,600, FOR THE FURNISHING OF TWO (2) BUSES, FOR A TOTAL ESTIMATED AMOUNT OF $53,328 ON A CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR AN ADDITIONAL ONE (1) YEAR PERIOD, FOR THE FURNISHING OF SUMMER BUS TRANSPORTATION SERVICE FOR THE DEPARTMENT OF PARKS & RECREATION; ALLOCATING FUNDS THEREFOR FROM THE FY 95-96 OPERATING BUDGET, ACCOUNT CODE NO. 580211-530; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE, AND THEREAFTER TO EXTEND THIS CONTRACT FOR AN ADDITIONAL ONE (1) YEAR PERIOD AT THE SAME PRICE, TERMS, AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received May 15, 1996 for the furnishing of summer bus transportation, on a contract basis for one (1) year with the option to extend for an additional one (1) year period for the department of Parks & Recreation; and WHEREAS, invitations were mailed to nine (9) potential bidders and three (3) bids were received; and WHEREAS, funds for this service are available from FY 95-96 Operating Budget, Account Code No. 580211-530; and :CITY COVZUSSIQIV' MEETING OF MAY 2 9 1996 Resolution No. 96- 354 i WHEREAS, this service will provide transportation to and from scheduled summer activities to the various locations in Dade County and the City of Miami for the Department of Parks and Recreation; and WHEREAS, the City Manager and the Director_ of Parks and Recreation Department recommend that the bids received from Manolo School Bus Service, for the furnishing of nine buses, and J. Balsera School Bus Service, for the furnishing of two buses, 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 bids submitted on May 15, 1996, by Manolo School Bus Service, a local/Hispanic vendor, at an estimated amount of $46,728, for the furnishing of nine (9) buses, and J. Balsera School Bus Service, a local/Hispanic vendor, at an estimated amount of $6,600, for the furnishing of two (2) buses, for a total amount of $53,328, on a contract basis for one (1) year, with the option to extend for an additional one (1) year period, at a total proposed amount of $53,328 for the furnishing of summer bus transportation service for the Department of Parks and Recreation, is hereby accepted, with funds therefor hereby 2- 96- 354 allocated from the FY 95-96 Operating Budget, Account Code No. 580211-530. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for this service, and thereafter to extend said contracts for an additional one (1) year period at the same price, terms, and conditions, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 23rd day of May 1996. ,$ HEN P. CLARK, MAYOR i 4i ATTES WALTER J 0 MAN CITY CLERK PREPARED AND APPROVED BY: Z�[ RAFAEL 0. DIAZ, DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: err i A. "NN JO S, I I CITY AT 0 EY CITY OF MiAMI, FLORIDA INTER -OFFICE MEMORANDUM 61 Honorable Mayor and Members FILE To : DATE: MAY 15 1996 of the City Commission SUBJECT: Resolution Authorizing the award of contract for Summer Bus Transportation Cesa*er Department of Parks and Recreation FROM '• City REFERENCES :Bid No. 95-96-095R ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the award of Bid No. 95-96-095R and a Resolution accepting said bid be granted to ,a I vendor, located at in the amount of $ be j approved. Funding is to be from the Parks and Recreation Department FY 95/96 Operating Budget, Index Code BACKGROUND: The Department of Parks and Recreation is in need of scheduled transportation for the j children to and from the scheduled summer activities to the various locations in Dade County and the City of Miami These activities will be scheduled during the period of June 17, 1996 to August 17, 1996. On April 30th, 1996 invitations for sealed bids were sent to prospective vendors. Bids were opened on May 15th. 1996, with ( ) vendors submitting bids. D6-- 354 CITY OF MIAMI, FLORIDA --- " INTER -OFFICE MEMORANDUM TO, Honorable Mayor and Member DATE FILE of the Cit Commission SUBJECT Resolution and Award of Bid Summer Bus Transportation `--' Bid No. 95-96-095R ( FROM C C C REFERENCES i i Cesar H. Odio City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution awarding Bid No. 95-96-095R to Manolo School Bus Service located at 150 S. W. 29th. Avenue, Miami, Florida at an estimated amount of $46,728.00, a LocaUHispanic Vendor and J. Balsera School Bus Service located at 5153 N. W. 4th, Street, Miami, at an estimated amount of $6,600.00, a Local/Hispanic Vendor for a total estimated amount of $53,328.00, as the lowest most responsible and responsive bidders to provide Summer Bus Transportation Service. This service is on a contract basis for one (1) year with the option to extend for an additional one (1) year period, subject to the availability of funds. Funds are available from the FY 95-96 operating budget Account No, 580211-530. BACKGROUND The Department of Parks and Recreation has analyzed bids received pursuant to Bid No. 95-96- I 095R for the furnishing of Summer Bus Transportation. Nine invitations for bids were mailed and three (3) bids were received. It is estimated that 11 Buses will be utilized daily for the scheduled summer activities to the various field trips in the City of Miami. It was determined that Manolo School Bus Service, a local/hispanic vendor with nine buses at a cost of $118.00 per bus is the lowest most responsive and responsible bidder and J. Balsera School Bus Service a locaUhispanic vendor with two buses at a cost of $150.00 per bus is the next local responsible and responsive bidder. AMOUNT OF BED: $53,329.00 i j SOURCE OF FUNDS: Parks & Recreation Account Code: 590211-530 MINORITY PARTICIPATION: Award is to two local i Hispanic Vendors Attachments I i I 95� 354 a� Ifs tk in CITY OF MIAMI SUMMER BUS T. ANSPORATION — -- -- BID NO. 95-96-095R _ °SCHOOL CARLOS & SUSANA ?I. AU;E 1 BUS SERV.13vvI(` Hispanic/Dade Coung Vendor "-I eJLc ai e i . 3340 S. W. 80 Av k�53�ti49 Mi ami, Fl. 33155 i '804 .` 4tmw BUSES OWNED THAT... MEET SPECIFICATIONS: - 1- — T --- PER SPECIFICATIONS: t2gIKM,14 U �: t1i�0��;�� � : RED Dh� LY t 01R E ,1�@-I;t��}') PRICE: _ PER BUS DAY ITEM 1: SPECIAL ACTIVITIES - 3a - $150.00 ITEM II; SUMMER GAMES 3 ' $150.00 �� 5t?:0{i — ` $118.Oi1 ITEM III; LEARN TO S— M— - 3 $150.00 , $150.00 Z118:00 ITEM IV: 90MMER CAMP TRIPS $150.00 _ �'I50:0,0 $i 18,00 fTEM V: FIELD TRIPS! - North District Parks 31 $150,00 f►�(j °. ;:.: $`I18, IT,-:Nl VI: FIETRIPS - South District Parks _ — -LD — $150.00€'1.1ID ITEM VII_FIELO TRIPS ;West District Parks $150.00 xf5U.f70` $118.b0 e; 1 Prepared by Lee Barone �\ � 1111-1) Approved by: ' De rtment Direct r signee an co I SENT BY:CITY OF MIAMI 5-20-96 . 3:52PM PROCLRnIL. MGMT.- 3055755255:T 6/ 9 AWARD OF BID BID NO. 95-96-096R ITEM: SUMMER BUS TRANSPORTATION DEPARTMENT: PARKS & RECREATON TYPE OF PURCHASE: CONTRACT BASIS REASON: To be used for transporting children to the various locations for summer activities. POTENTIAL BIDDERS: Nine (9) BIDS RECEIVED: Three (3) FUNDING ALLOCATION: Account Code 580211-530 BID EVALUATION: Bid Invitations Bid Mailed Responses ALL VENDORS 9 3 MINORITY/FEMALE VENDORS 6 0 Within City limits 0 0 Registered with City 5 0 Black Vendors 0 0 } Located within City limits 0 0 Registered with City 0 0 Female Vendors 1 - 4 0 Located within City limits 1 0 Registered with City 1 0 Hispanic Vendors 5 3 Located within City limits 2 2 Registered with City 5 3 NON !MINORITY VENDORS 0 0 Located within City limits 0 0 UNKNOWN VENDORS 3 0 Located within City Limits 0 0 "No Bids" L 1 96-- 354 I SENT BY:CITY OF MI M I 5-20-96 3:53PM PROCUREME MGMT. 30557552554 7/ 3 i _ J Reasons for "No Bid" was as follows: i 1. MANOLIN & PILAR MARTINEZ, INC."Unable to bid". 2. E. M. CASTELLANOS BUS SERVICE. "Non Responsive". RECOMMENDATION: I IT IS RECOMMENDED THAT AWARD BE MADE TO MANOLO SCHOOL BUS SERVICE AT AN ESTIMATED AMOUNT OF $46,728.00, A LOCALIHISPANIC VENDOR AND J. SALSERA SCHOOL BUS SERVICE AT AN ESTIMATED AMOUNT OF $6,600.00, A LOCAUHISP'ANIC VENDOR FOR A TOTAL ESTIMATED AMOUNT OF $53,328.00. �-T"ocurement 641cer Date is 96� 354 SENT RY:CITY OF 11101 5-20-96 : 3:53PM PROCLREIIE.,, %Nff.- 30557 3255:r 8/ 9 Y OF MIAMI, FL.:..IDA BID NO. 95-96-095R SHEET (Continued) IRT=: Blp SSgST AND A2TACWgENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTMED BY BID NUNBER, TIMB .AND DATE OF I$TO OPENING. xF SECUFti:Ty IS REgUIREDO A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SURHITTED IN THXS ENVELOPE. no (include cash discount For prompt payment, if any) itional discount of if awarded all items. ranty and/or guarantees ivery: calendar days required upon -receipt of Purchase Order or Notice %ward. Number of calendar days required to complete work after start. accordance with the invitation to Did, the 9pecificaticna, general Conditions, Special irione, and Gona ral Information to hiddere, we agrq,% to furnish the lteo(s) at Prices cated an that* attached laid of sc (c) . NAMES OF COMPANY 0FV1C (S) s List principal busin€�ss addrea6s (at et address i1,ist all othar offices located in the State o8 Florida: (street address) i asso use the back o s page if more space is aacessZrY) undersigned bidder. acknowledges that (m)he has received a copy of Ordinances #10062 am dad, the Minority PYoCurG"nt Ordinun0a of the City Of HL&MI and agr"s to comply with all icable substantive and procedural provisions than®in, including any amendments thereto. iers /d/_dAAZSignatures ( Cora any n1l �%r e ® / -e w e a: — 3 f_A Print Name r� tcate if Business is S1% Kinority--awned: (Check Qne box only) SLACK] HISPANIC [ j FEMALE Lrooa has an A"TAMATXV9 AS.'fTSN�I ,AN existing plan, offa:tive date of implementations Firm does not have an extating plan, the Successful Bidder(s) shall be required to blinh an Affirmative Action Policy, pursuant to Ordinance 4*10062 as amended. Sea Appendix r sample. lers ��lG,li � [� / 60 Signature: ( company name) 9 6- 354 IIRF TO COMPLETE. SION._ AN11 RETURN -THIS FORM MAY Dt_SQUAL Y THIS BID- , __. L r SENT BY: C I TY OF -NI I a111 5-20-96 : 3 : 54PM PROCLREVh. 11GN(T. 3053735253 : 9 9/ 9 t OF Ma:)L4I, i1,,.,,RIDA 1 BID NO. 95-96-095H _ SIIEET (Continu:d) _ I RTjet BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPS IDENTIFIED BY BID NUMBER,, THE AND DATE OF BID OPENING. iF SECURx`Jy IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMTTTED IN THIS ENVELOPE. ts: N/A (Include cash discount for prompt payment, if any) .tional discount of i94 if awarded all items. -anty and/or guarantee: N/A _ _ -- _very:_ P calendar days required upon receipt of Purchase Order or Notice oward . 0 Number of calendar days required to complete work after start. .ccordance with the Invit&tion to Bid, the Specifications, General Conditions, Special itions, and General Information to Bidders, we agree, to furnish the Item(s) at Prices :acted on the' attached bid cheat (a) . NAB°iES OF COMPANY OWNER(S) ES THER DAI SERA _ JULIO SALSERA NAMES OF CO"ANY OFFICERS) z JULIO BALSERA, SECRETARY & ritEm URER ,i.st principal business address: (street address); 5153 NW 4th STREET IAMI. EL33126 ,ist all other offices located in the State of Florida: (street address) Lase use the back of this page if more space is necessary), HIIMRTTY PA0cUR8HEXT CQ P . NCB undersigned bidder acknowledgee that (a)he has received a copy of ordinance #10662 aR led, the minority Procurement ordinance of the city of Miami and agrees to comply with all _cable oubatantive and procedural provisions therein, ing any amendments thereto. ier:T.GALSERA SCHOOL BUS Sr^.RVICE, INC. Signature; (company name) 5/14/06 Print Name: ESTHER Cate if Business is 51% Minority -owned: (Check one box only) BLACK (X) HISPANIC ( ] FE14ALE .rm has an existing plan, effective data or implementation: irm does not have an exiating plan, the Successful Bidder(o) shall be required to rlieh an Affirmative Action Policy, pursuant to Ordinance �1 2 as amended. See Appendix sample. rdr; J. nALSERA SCHOOL BUS SENV1CX, INC. Signature: '�i/c't., � •�__� ( company name) 3 5A 11RF TO COMPLETEL SIGN, AND RETU DISOUALIFl I SENT BY : C. I TY OF M I AM I �': 5-20-96 : 3 : 49PM : PROCLREME 40MT. - BID AWARD RECOMMENDATION FORM 3055755255:9 2/ 9 BID NUMBER: 95-96-095R COMMODITY/SERVICE: SIII"�LR Btrs T�,gPQRATInN �____ DEPARTMENT I DIVISION: PARKS AND RECREATION TERM OF CONTRACT: ONE YEAR WITH OPTION TO EXTEND FOR ONE ADDITIONAL YEAR NUMBER OF BIDS ISSUED: P TNS NUMBER OF BIDS RECEIVED: _ METHOD OF AWARD: Award 9 buses to the lowest most _�PsAon6lhlP and res�Qnaive _ Bidde-r_atd 2 buaea to the next lowest m ,% Xeson ible and RECOMMENDED VENDOR(S): responsive local BidO ATUS: CONTRACT VALUE: M,ANOLQ =100L BUH COMP_ HISEMCILOCAL. J. BALS,ERA SCHOOL BUS -SE ICE FEMAT.EIIDCAi TOTAL: THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: ACCOUNT CODEIS?; - ,r8*1 /-530 General Fund DEPARTMENT APPROVAL: SUPU REVIEW APPROVAL: PROCUREMENT APP OVAL: Department Di r anohar S. Surana Judy S. Carter Assistant City Manager Chief Procurement Officer OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: 9S- 354 AID_39CPRITT LIST BID 1TINt surLMu:ii BUS i�rANs�� --— oN sL�.LzvlcL�s - NMNe fie.------- e-sa.wew_ _ m_ _ws®-----__--__-N_ee BID AO. $ 95 96-095R DOTZ SIDS) OPIKID: LAY 15_ 1996_ 10:00 a.m. TOTAL BID NOND_1911 DIDDIR DID AMOUNT cASHfir - i eH11CA__ & SUSANA SCHOOL BUS See attached b d �� _ - - - -CARLOS I- J. BALSI;RA SCHOOL BUS SERVICESM •MANOLO SCHOOL BUS SERVICES N I & M CASTLLLANOS kde received on sent y one copy of the bid to Procurement Department NO BID MANOLIN & PILAR MARTINEZ, INC. receii,red f nicly as of 11je ,5 171 5 f^ta oire hE3mby Yc*,,,C:ie 1 cks iL(iie," ati:3,or.I n c�.r.;',P un t i:rne, ri Q � I m----®-------� • ' epee 7r� eNeeeee e-_om v__-s eeaewmb_v-_ NNeeeeeeooN— e__eoe ..em.m_e...am_ e_eee__e eeN—e_ �eeeMe,r4e ...tee—e_.. received !) envelopes an behalf of (Vargas receiving bids) GSA/SOLID WASTE -PROCUREMENT DIVISION on (City Departaent)_e_N_�ae�e.�_ SIGNID 4 vS#- Ciir-C osk) i F City of Miami REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the advertisement with this rea ition. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: L Yes El No 6. Size of advertisement: 7. Starting date: 8. Telephone number: '3 1 9 6 (61 1 9. Number of times this advertisement is to be 10. Type of advertisement: published: I ❑ Legal.... El Classified El Display 11. Remarks: u W1.!LIC2 I.- Ll -:i 12. G.S.A. (Procurement ManaggIment USE ONLY Date(s) of Invoice No. Amount Publication Advertisement M i, wn i Re -view Diaric, Las-. .� iericas -n 7- Li r1l cc is 13. El Approved El Disapproved Department Director/ Designee Date Approved for Payment Date I C IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: While - G.S.A.; Canary - Department LEGAL ADVERTISEMENT BID NO. 95-96-09511 i Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than MAY 15, J996 AT 10:00 AM for the furnishing of SUMMER BUS TRANSPORTATION SERVICES to the City of Miami, Department of Parks and Recreation Department for a one (1) year period, with the option to extend for an additional one (1) year for the same period by advance written notice and mutual consent. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed non -responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all good and services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office located at 300 Biscayne Blvd. Way, Suite 210, (305) 5 79-68 45. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must�rAde a� copy of their City Occupational License with their bids. The City Manager may reject all bids and readvertise.� (Ad No. 2136) ?'moo < r 2 r Cesar H. Odio co City Manager