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