HomeMy WebLinkAboutR-92-0096J-92-96
1/30/92
RESOLUTION NO.
A RESOLUTION APPROVING THE CHIEF PROCUREMENT
OFFICER'S DECISION TO REJECT THE PROTEST
RECEIVED FROM FLORIDA CLEAN HARBORS, INC., IN
CONNECTION WITH BID NO. 90-91-149 FOR
SPECIALIZED CLEANING SERVICES AT CITY
WATERFRONT FACILITIES, AS IT HAS BEEN
DETERMINED TO BE WITHOUT MERIT.
WHEREAS, in August 1991, the City of Miami issued Bid
No. 90-91-149 for specialized cleaning services at several City
waterfront facilities; and
WHEREAS, two weeks prior to the receipt of bids Addendum
No. 1 was issued to replace the bid price form contained in the
original bid documents; and
WHEREAS, the City received two responses to this bid and
staff from the Parks and Recreation Department evaluated said two
responses; and
WHEREAS, on December 12, 1991, the City of Miami received a
protest from Florida Clean Harbor, Inc., alleging that the
evaluation of bids was inadequate, particularly as related to
prices submitted and equipment to be used; and
WHEREAS, pursuant to Section 18-56.1 of the City Code, the
Chief Procurement Officer, in her role as arbiter, fully
investigated the matter; and
CITY covmSSION
MEE'iING OF ,
vp
r r- N 13 199Z
WHEREAS, the Chief Procurement Officer determined that the
i City properly evaluated the bids in accordance with bid
specifications and that the protest was without merit and should
be rejected; and
i
WHEREAS, the City Manager and the City Attorney concur with
and approve the finding of the Chief Procurement Officer and
recommend rejection of the protest filed by Florida Clean
Harbors, Inc.;
s NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
i
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 Chief Procurement Officer's decision to
reject the protest received from Florida Clean harbors, Inc., in
connection with the Bid No. 90-91-149 for specialized cleaning
services at City waterfront facilities, is hereby approved.
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 13th day Feb ar , 1992.
XAVIER LJUAREZ, YOR
ATTE1
MATTY- HIRAI
CITY CLERK
2 -
Vft
PREPARED AND APPROVED BY:
CARMEN L. L 0N4��
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
CITY ATTO,
CLL/ra/M2794
- 3 -
CITY OF t01A.101. FLORIDA �
.16
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members DATE FEB 5 I FILE
of the City Commission 1
992
SUBJECT Resolution of Protest
hltl4�e in connection with Bid
No. 90-91-149
FROM Cesar H . Odlo REFERENCES
City Manager
ENCLOSURES
RECOMMENDATION
It is resrectfully recommended that the City Commission adopt the
attached resolution approving the Chief Procurement Officer's
decision to reject Florida Clean Harbor's protest, in connection
with the Bid No. 90-91-149 for specialized cleaning services at
City waterfront facilities.
BACKGROUND
On December 11, 1991, a protest was received from Florida Clean
Harbors relative to the above noted bid. In its protest the firm
alleged that the bids were inadequately evaluated relative to
prices submitted and equipment to be used. Pursuant to Section
18-56.1 of the City Code, the Chief Procurement Officer fully
investigated the matter and determined that the protest lacked
merit, and has, therefore, rejected the protest.
Attachments:
Proposed Resolution
Copy of Protest Letter
CITY OF MIAMI, FLORIDA t0
INTER -OFFICE MEMORANDUM
TO: Cesar H. Odio, City Manager DATE : January 13, 1992 FILE
A. Quinn Jones III, City Attorney
FROM : Judy S. Carte
Chief Procur
Department
and Solid Wa
SUBJECT : Protest in connection
with Bid No. 90-91-149,
Specialized Cleaning
REFERENCES:
f icer
al Services ENCLOSURES:
1,j I hereby request your approval of my rejection of the protest by
Ii Florida Clean Harbors, with reference to the above noted bid for
�i specialized cleaning at City waterfront facilities.
1�
The basis for my decision, as set forth in the attached letter,
is the fact that the firm protest lacks merit.
APPROVED:
Cesar H. Odio, City Manager
APPROVED:
A. Quinn Jones II , City Attorney
4�
of �filaml
RON E. WILLIAMS
Administrator
January 13,
1992 �',R �:o-'% CERTIFIED MAIL
�,,,,�,,
Mr. D. T. Quinn
Florida Clean Harbors
c/o Oceanic Steamship Company
1007 North American Way
Miami, FL 33132
Re: Protest in connection with Specialized Cleaning of
Waterfront Facilities, Bid No. 90-91-149
Dear Mr. Quinn:
CESAR H. ODIO
City Manager
I, as Chief Procurement Officer of the City of Miami, have read
your protest dated December 11, 1991, reviewed pertinent
documents and talked with employees, pursuant to my duties under
Section 18-56.1, City of Miami Code, Resolution of Protest
Gnl init•af-innS and Awards. The issue is summarized below:
1. You allege that the bid evaluation was inadequate,
particularly as relates to pricing and type of
equipment to be used.
My research reveals the following:
The initial bid price form was based on two items:
la. Cost for cleaning, per bid specs;
lb. additional cost for trash disposal
2. Minimum.# hours required per call;
additional charges, if any.
On September 9, 1991, approximately fourteen days before the bids
were due, Addendum No. 1 was issued to replace the original price
form included in the bid. The amended form, broken down into
three separate sections, included:
Item #1. flat rate per cleaning
Alternate Item #2a. per 1/2 day cleaning
#2b. per all day cleaning
Alternate Item #3. per hour, minimum hours
The second page of the addendum requested descriptions of methods
and manpower to be used to accomplish the tasks. Bidders were
required to bid all items and alternates and were cautioned that
the Citv reserved the right to select whichever item or alternate
it deemed most advantageous.
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/Procurement Management Division
1390 N.W. 20th Street/Miami, Florida 33142/(305) 575.5174/FAX: (305) 575-5180
I �
t .
.
Florida Clean Harbi
Page 2
January 13, 1992 ~`
Staff from the Parks and Recreation Department evaluated both
bids and decided that, based -on budget considerations, the flat
rate structures in Items 1 and 2 would be too expensive. They
opted to utilize the hourly rate charges in Item 3, by which they
could limit the actual numbers of hours worked and thus have
better control over departmental expenditures for this operation.
This would be more compatible with staying within their limited
budget.
South Florida Maintenance quoted the lower hourly rate charge in
Item 3 and thus was selected for the award.
In addition, the equipment specified in the bid called for
'watercraft capable of providing for effective removal of waste
and debris from water surfaces.' Furthermore, a physical
inspection of the bidder's vessel was mandated, prior to bid
award, to verify compatibility with our operations. South
Florida Maintenance's equipment was inspected and found to be
acceptable for the operations to be undertaken.
In your letter of September 18, 1991, you acknowledged that you
were unable to have your vessel available for inspection by the
City, in compliance with bid specification requirements and
although you had demonstrated similar watercraft, City staff did
not inspect the actual vessel you intended to use.
In conclusion, it is my determination that the Department acted
within its purview by selecting the bid which most met their
needs. Therefore, based on the above, your protest is deemed
without merit and is rejected. The City Manager and the City
Attorney both concur with my decision to reject your protest.
You will be notified when the matter will placed before the City
Commission as soon as information becomes available.
Sincerely,
ud T
e
C i fcureme t Off
cc: Alberto Ruder, Director, Parks & Recreation
Carmen L. Leon, Assistant City Attorney
Ron E. Williams, Administrator, GSA/SW Department
File
3_z`3r-.C� C7C?A 4r---3✓.3M17#21T H.F%�Az 46
[�i2S
�o Ocena�io Stenmahi.p Compnr�y
X 0 0 7 North Amori cn We►y — M l enmi . F l o r i do 3 3 1 3 2
Te 1. 3 O 3/ 3 7 4— 5 4 0 0
lJ '"
n
December 11, 1991 �-
Ms. Judy Carter
ECEI VE
Chief Procurement Officer
General Services Administration IR
& Solid Waste Department U ' � 0
City of Miami IH 1. OUT
3500 Pan American Way City of vliami
Miami, Florida 33134
Minority /Wciren Rusin:{s Affairs
Dear Ms. Carter:
We are writing in accordance with Section 18-56.1 of the City of
Miami Code, and we are protesting the award of Bid No. 90-91-149.
We are protesting the award of the bid to South Florida Maintenance
Services, Inc., on the basis that we do not feel adequate evaluation was
made of the bid to take into account the prices submitted, and the type
of equipment to be used in the cleanup operation.
Section 18-56.1 allows a protest by the aggrieved party (Florida
Clean Harbors, Inc.) within fourteen (14) days after we became aware of
the facts.
As late as December 4, 1991, we contacted your office, and spoke
to a Ms. Sara Gonzalez, who told us that the matter would come before the
City Commission at about 0930 on Thursday, December 5.
By the 6th of December, we were informed that the decision to give
the contract to South Florida Maintenance Services had already been made,
without what we feel should have been a proper evaluation, which was
contrary to all of the information that we had available to us.
Please advise how we should next proceed to pursue our protest.
Thank you, sincerely, for your cooperation.
Sincerely yours,
u i �nn
DTQ:bcm
cc: Mr. Alberto Ruder - Director -Department of Parks & Recreation
Commissioner J. C. Plummer
Commissioner Miller Dawkins