Loading...
HomeMy WebLinkAboutR-94-0064J-94-91 1/21/94 94 RESOLUTION NO. .. 64 A RESOLUTION ACCEPTING THE BID OF BANNERMAN LANDSCAPING FOR THE FURNISHING OF GROUNDS MAINTENANCE SERVICE TO THE OVERTOWN SHOPPING CENTER ON A CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR AN ADDITIONAL ONE (1) YEAR PERIOD FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/PROPERTY MAINTENANCE DIVISION AT A TOTAL PROPOSED ANNUAL COST OF $4,752.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 420401-670; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO. ISSUE A PURCHASE ORDER 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 November 3, 1993 for the furnishing of grounds maintenance service to the Overtown Shopping Center on a contract basis for a period of one (1) year with the option to extend for an additional one (1) year period for the Department of General Services Administration and Solid Waste/Property Maintenance Division; WHEREAS, invitations were mailed to twenty-six (26) potential bidders and nine (9) bids were received; and WHEREAS, funds for this purchase are available from Account Code No. 420401-670; and 1 F 7 i � , kYxt� r7-71� i WHEREAS, this _service is needed to provide daily grounds maintenance service to the Overtown Shopping Center; and WHEREAS, the City Manager and the Assistant City Manager in charge of the Department of General Services Administration and Solid Waste recommend that the bid received from Bannerman Landscaping be accepted as the lowest most responsible and responive bid; 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 November 3, 1993 bid of Bannerman Landscaping for the furnishing of grounds maintenance service to the Overtown Shopping Center on a contract basis for a one (1) ` year period with the option to extend for an additional one (1) year period for the Department of General Services Administration and Solid Waste, at a total proposed annual cost of $4,752.00, is hereby accepted, with funds therefor hereby allocated from the _Department of General Services Administration and Solid Waste Account Code No. 420401-670. i -2- aWM.,; L f !33 CITY OF MIAMI, FLORIDACA 1 o INTER -OFFICE MEMORANDUM To ` The Honorable Mayor and Members DATE ` Fe8 4 !99t. FILE of the City Commission sua,Ecr Resolution authorizing award of Bid No: 92-93-174. for Grounds Maintenance at FROM : REFERENCOt7ertown .Shopping Center Ces dio Cit nager ENCLOSURES RECOMMENDATION: It is respectfully recommended that the City Commission pass the attached resolution accepting the bids of Bannerman Landscaping, `a Black/Dade County vendor located at, 901 N.W. 143rd Street, Miami, Florida for the furnishing of grounds maintenance services at the Overtown Shopping Center at the proposed annual cost of $4,752.00 ($396.00 monthly). Funds available from the Department of General Services Administration and Solid Waste Account Code No. 420401-670. BACKGROUND: The Department of General Services Administration and Solid Waste has analyzed bids received pursuant to Bid No. 92-93-174, for the furnishing of grounds maintenance service to the Overtown Shopping Center. The service consists of daily litter control, emptying of trash receptacles, sweeping of parking lot and walkway areas, weeding, raking, edging, hedge trimming, mowing the grass, as well as twice yearly, pressure cleaning of the walkway areas. Bids .were mailed to twenty-six (26) potential vendors and nine (9) bids were received: Three (3) Hispanic six (6) Black.. Bids were tabulated and it was determined that Bannerman Landscaping was the lowest most responsive and responsible bidder. Funding for this service is available from the Department of General Services Administration and Solid Waste, Property Maintenance Division, Account Code No. 420401- 670. V— i. 94_ 64 I ! P AM12ST LIES ,�-•, !. 7 ' GROUNDS MAIN'I'F'1VANCS SERVICES AT _ - L0P,uI�NCL.LE=R r rr�r.—r.�.rrrr 92-93-174 w.�r�.,wr....+mow-,�„rr,-�.i�l�r�„-�.�wrw rr�rr r-.��.rr..r`.�..-•rw�.�.:��r ... NOVEMB ER`3, 1993 IOTAL �ID_S01tDser� up i-1loysT NISEI=R_t cHzcK j. :GG & DD SERVICES SEE ATTACHED ' BID VISTA BLDG. MAINT. SERVICES it :CARLOS.GONZALEZ J.R.'ALVAREZ LAND MR..MAINTENANQE HILL SANITORIAL SERVICES BANNERMAN LANDSCAPING ! rrrwlar—r RADCLIFFE MAINTENANCE RECEIVED 0 WHICH WHICH WAS SEN " �' --•.----------- ' -------------- -♦—_— ---N—Mr--�—� LY ONE COPY OF THE BID TO PROCUREMENT DEPARTMENT JULEP LAWN & LANDSCAPING �� ►� n ----- ---1—♦----M-----•_—. —Nam►--l--�r—v--!_r—r ..-�..—----- — NO BID: SOUTH FLORIDA MAINTENANCE —_ —w --r— -------- —N—_-- -------------- -----_--Mll—�-- -----------Y _— r-------------- --------- Y—M ---------------------- --�.MO—M-------- --+—•---------- �-___-_._..„-received (,�Q) envelopes on bebal! of (Persou aceivina bids) �+_aste-Procurement Division as ,f�� _ _ __---__ --_-____---_ GSA/Solid-- _ _Y_%3 ____� (City rapirim6nt3- f;t t •i tr sir � t ! t * ; 1 � , 4 S fk i4 j� r 3� tra � i ....... 1wr.1wM+aW*?'Y+Mfufwrv!.41tibtN,>1NAiF'w�:ttHaD. .:.2^'1�,t!f +M .S+.�n, w Y! .ir. i .. w.z,a^Y'Irv.'•w�+r .-......�.. .. w,•fN?t�Cxw+t".,k'N�uIC"t`Ji1DlSkt'. kSi�'G 'nC� t x : Ah.•���' r t i _r r FF .. 0111) LEGAL ADVERTISEMENT BID N0, 92-93-174 Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Fan American Drive, Miami, Florida 33133 not later than 10: 0 a.m. November 3, 1993 for the furnishing of all labor, materials and equipment as required for grounds maintenance services at the Overtown Shopping Center on a contract basis for one (1) year for the Department of General Services Administration and Solid Waste, Property Maintenance, Division. Bids" submitted past such deadline and/or submitted to any other location or office shall be deemed not 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 Goods 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, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Ordinance #10032 established a "First Source Hiring Agreement" program to.stimulate the creation of employment for City of Miami _residents. For details of the program's requirements, contact the Neighborhood Jobs Program at 579-2468 Local preference may be applied to those vendors whose primary Office is located in the City of Miami, provided the amount of the bid or bid is not more than ten percent (10%) in excess of the lowest other responsible bidder or bidder. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 1433) Cesar H. Odio City Manager Post -It" brand fax transmittal memo 7671 r of ~& b wo (7frrnl Co.Co. PL %S 0 Phonv 0 OR r: CITY bF MIAMI, FLORIDA BID NO. 92-93-174 BID SHEET (Continued) rMp gTANT= BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED' ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF. ;SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND'IS.SUBMITTED IN THIS ENVELOPE. Terms: P': 7 (Include cash discount for prompt payment,. if,any) `Additional discount of /l/ if awarded all items. Warranty and/or guarantee: Deiiveryt /Ij� calendar days required upon receipt of Purchase Order or Notice of Award.: Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special. Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). N OF COMPANY OWNER(S): ,t9A7 OF COMPANY OFFICER(S)s --I— A71 a) Liar: principal business address: (street address) b) List all ;7er offices located in the State of Florida: (street address) (Please use the'back of this page if more space is necessary) MINORITY PRnCtfRXMXffT COMPL•I NC . The undersigned bidder acknowledges that (s)he.has received a copy of ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, incl diy dments thereto. Bidder: AJ_Ico .45 Signature: (company name)Of Date: /_5 Print Name: !� ✓ .�J ,���iJe ,A© t onif Business is 51% Minority -owned: (Check e box only) K [ ] HISPANIC [ ] FEMALE ` UFIRMATIVE ACT ON PLAN # If firm has.an existing plan, effective date of implementation: 1 If firm does not have an existing plan, the Successful Bidder(s) shall be required to j` establish an Affirmative Action Policy, pursuant to Ordinance #100 2 as amended. See Appendix I for sample. Bidders ASignature: (company name) 4 ` 64 FAILURE TO COMPLETE, . A 2 k� rf F f 4t, } „r CITY OF MIAM[, FIMDA f` TABUI ATICN OF BIDS FOR t GROUNDS MAINTENANCE SERVICE AT THE OVERrOWN SHOPPING CENTER BID NO. 92-93-174 BIDDER J R ALVAREZ TWCLR* GG & DD SERVICES VISTA BLDG MAINTENANCE CARLAS GONZAIEZ P 0 BOX 172065 8200 Coral Way 3640 SW 123 Court 2890 Virginia st #507 ;. Miami., Florida 33017 Miani,Florida 33155 Miami, F1 33175 Miami, FL 33133 BLACK Hispanic Hispanic Hispanic DESCRIPTION: OF. SERVICE MONTHLY ANNUALLY MONTHLY ANNUALLY MkTI MY ANNUALLY MUMMY ANNUALLY A-aL s Maintenance $500.00 $6,000.00 $911.65 $10,939.80 $700.00 $8,400.00 $475.00 _�,700:00 Service at the :Over- _ town Shopping Center *Vendor located within City 'limits ;CCU r :r Qii , t1.N+wi+.+•+.wNt. i .. , e - , .. _ r iL .:. .w+. yr .. _ .. ,. ._ 5 1 A CITY OF MUM, FLORIDA C' TABULATION OF BIDE FOR i CRO7DID6 MAINTENANCE SERVICE 1 t ` < AT THE OVERTOP SHOPPING CENTER r BID NO. 92-93-174 A 7 J BIDOBFt HUX JANITORIAL SVC BANNE MAN LANDSCAPING JULEP LAM LANDSCAPE WCLIFFE p 19674 NW 84 Court 901 N W 143 Street 17000 NW 67 Avenue P 0 BOX 4425 "$ x' Miami ,`'Florida 33015 Miami, Florida 33168 Mimi, Fl 33015 Miami F1 33092 ' BLACK Black Black Black DESCRIPTION OF SERVICE MONTHLY ANNUALLY MONTHLY ANNUALLY MONTMY ANNUALLYMlOtnMY ANNUALLY ,. Grauyds Maintenance $596.00 $5,364.00' $391.67 $4,700.00 $396.00 $4,752.00 $650.00 $7,800.00 Service,at,the Over- tawti Snapping._.Center ' r , i t , '" tri#dG�,Su,�tc Y4 uivhw ad+3 is.,. •%.. ...... .. ... .. tt 5� S !F C. AWARD OF BID BID No- 91 174 ITEM: Furnishing ' of Grounds, Maintenance, Service .,,for the Overtown Shopping Center. DEPARTMENT: General Services Administration and Solid ' Waste/Property Maintenance Division.- TYPE OF'PUR6 9i Contract for'one:�(1) year with the option to extend for an additional one (1) year period. . gQH; To provide grounds maintenance service to the Overtown Shopping Center. RS' PQTENTIAL' BIDDE: 26. BIDS RECEIVED: 9, .FUNDS: _'.General Services Administration and Solid Waste/Property Maintenance Division Account Code No. 420401-670. TABULATION: SEE ATTACHED EVALUATION: BID Invitations Mailed Responses BID _ ALLVENDORS ............................ 26 9 MINORITY/FEMALE (M/F) VENDORS.......... 21 9 Within 'City limits................... 3 1 Registered with City ................ 10 4 Black (B) Vendors ...................... 6 6 Located within City limits.......... 0 1 Registered with City ................ 3 2 Female (F) Vendors ..................... 5 0 Located within City limits.......... 0 0 Registered with City ................ 3 0 Hispanic (H) Vendors...... ............ 10 3 Located within City limits. ........ 3 0 Registered with City ................ 4 2 NON MINORITY (NM) VENDORS .............. 5 0 } i Located within City limits... ...... 0 0 "No BIDS . • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - 1 r r 94- 64 tea♦ MI -Reason(s) for NOT awarding to local vendor: local :vendor was not the lowest most responsive and responsible bidder „Reason ('s) ` for ` NO $IDS ` were°_ -as follows: :, 1 South, -Florida Maintenance "Other prior commitments" RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO BANNERMAN, LANDSCAPING A BLACK VENDOR VENDOR AT A PROPOSED ANNUAL ' COST ` \ hie P o uremenA,,Of ic_ r . y Date 9464