HomeMy WebLinkAboutR-92-0540J-92-601
9/9/92
92- 540
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF GG & DD
SERVICES FOR THE OVERTOWN SHOPPING CENTER FOR
THE FURNISHING OF GROUNDS MAINTENANCE SERVICE
FOR THE DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION AND SOLID WASTE AT A TOTAL
ESTIMATED AMOUNT OF $5,400; ALLOCATING FUNDS
THEREFOR FROM DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION AND SOLID WASTE, PROPERTY
MAINTENANCE DIVISION, ACCOUNT NO. 421001-340;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR SAID SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received February 19, 1992 for the furnishing of grounds
maintenance for the Overtown Shopping Center for the Department
of General Services Administration and Solid Waste, Property
Maintenance Division; and
WHEREAS, invitations were mailed to one hundred and thirty
six (136) bidders and twelve (12) bids were received; and
WHEREAS, funds for said service are available from the
Department of General Services Administration and Solid Waste,
Property Maintenance Division, Account No. 421001-340; and
WHEREAS, said service is needed to maintain grounds at the
Overtown Shopping Center; and
WHEREAS, the City Manager and the Administrator of the
General Services Administration and Solid Waste Department
recommend that the bid received from GG & DD Services, be
accepted as the lowest responsible and responsive bid;
CITY COMMISSION
MEETING OF
S E P 1 0 1092
Resolution No.
92- 540
0 0'
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 February 19, 1992 bid of GG & DD Services
for the furnishing of grounds maintenance service at the Overtown
Shopping Center at a total estimated amount of $5,400.00 is
hereby accepted with funds therefor hereby allocated from General
Services Administration and Solid Waste, Property Maintenance
Division, Account No. 421001-340.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for said service.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED
September , 1992.
ATTE
MATTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
CARMEN L. LE
ASSISTANT CITY ATTORNEY
CLL:csk:3133
this 10th day of
XAVIER L UAREZ, MAYOR
APPROVED AS TO FORM AND
CORRECTNESS:
-2- 5 4 0
DID TTEli t
BID 110. it
GRoUNPS.- I�1'I'EN— OE-
91-92-039
err-N�-N�i_N�-.IYw-r W rM�YNwrY�w_wwrY�-M`�w.YrrYrlYr�.�i1�r
DATE STD(S) OPIU : r E a'jja-1.2-A _N----- -N---- 1 ---- N-
1ID EOND-Sort-
C�SSIER_8_CHBCK___
.NN
-BAKER CONSTRUCTION CO.
N--wN-N
JULEP LAWNLANDSCAPE MAINTENANCE
ROBERT BROWN
G.G. &b.D. SERVICES
N. & G. BEST LAWN SERVICE _-
HAIRSTYLES BY MR. RALPH & ASSC.
IOTAL
llD _- AMOUNT
���
(S]ee attached
81i�w-NN---
M----wwww-w
--w1--w-N-N
u �
We receiveon y one copy.of the Bid
d
which was sent to Procurement
is n
See attaghed
„1 of It it if
..a.
''. B&Lt REID
NN-
„ n
WALLACE & WALLACE
„ n
AIA EMPLOYMENT OF MIAMI
- --wwww-- '---" --;; ---- ----------------wwww--
s SO FLA MAINTENENCE SERV.
------------!------------- -------------wwww--
TUNJOS TRADING CO. INC. '
-- - L----------- wwww--
__ _
NOBID: N---Nwwww-- N--N---r - -
BEST'S MAINTENENCE ______________ ______N___--N-N--w
GEORGE & JAMES Nwww--
w-Nww--w-NNw wwwww----wNww wwww-.
1
NOMANE N --N--- -w-N-w------- --
--_--NwN-N _ -
i
----'-'��'--- wwww------�--------N-wNN
--N-_-Nw-- wwwwwww_-Nww--NwNNww-NNNw-w
h wwww---wwwwww�.wwww -wwww_- wwww-wwww�rww-w�---mow
tom.
received
(✓') envelopes on bebal! of
(Parao see! to ids)
GSA/Solid Waste -Procurement Division on
wwww�.wwwwwwwww�-� w - •�1�
(City Department)
�'''t ae �
• , ti
;rt
i ONE D f CIO
(n• C
,
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive, Miami,
Florida 33133 not later than 11:00 a.m. February 19,_1992 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. Q268)
Cesar H. Odio
City Manager
Zia
Y
_.„
��;.
in
n
Ap-QUISITION FOR
ADVEgYISEfIAEIVi
osptibly Procurc:n►ent VS
o
'l�isnum5er must spoeat
ACCOUNT CODE 4'2 0-4 01- $ 1 n t .)
iri thy► Ntiv�ti
..
DATE 1 / 2
L
174
PAVARED BY ]viar APO
it2a e
a ED BY:
=
ECTOR ISSUI D A
hPu attached adirtlge ment
I
semenL
legal dassilled
display
i Starting date 1/ 3 0/ 92,
bur wows of adveisement Bid
No .. 91-92-039 - e le
Fietli�rks , ° „� Grp un'ds Maintenance
i s Services es
i DO NOT TYPE BELOW THIS LINE. FOR USE
OF FINANCE DEPARTMENT
:-, TMENT
ONLY.
PUBLICATIO
DATES) OF
� Miami
ADVERTISEMENT
INVQICE
AMOUNT
R iew
A Miami Tunesa
y •.,
-� 1s.
6.4
Qiari n Tizi
W
r5
F7 F8
F8
F10 F11 F12,
UNE
`•NAN8 VOUCHER
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR-
IN CtDE 013JE PROJECT
_ i 1
15.
17 18 } 5
1 :..VP
34 38
42 45 �0
51 56
57 62 63 a5 66.
,.
71. T
V50
1210121
?
2 8 7
.; 7 8 V P' 12
314
15 DESCRIPTION 36
DI3000fVT 72 AMpU ;:
80
FrTI-171 I-,
}
f
WhIle — Pumhasind Yellow - Finance Pink — Department
i
g
Approved for Par*M
c
Yellow copy: Miriam Parra, City Ckerkts Office
Pink copy:t Maritaa, Procurement Management
}
CITY OF MIAMI, FLORIDA CAw7
INTEROFFICE MEMORANDUM
TO : Honorable Mayor and Members DATE : FILE
of the City Commission " 21992
SUBJECTJEP
esolution Authorizing
award of Bid No. 91-
92-039, Grounds
FROM: Maintenance Services
Cesar H . Od REFERENCES : for the Overtown
City Manager _ ENCLOSURES: : Shopping Center
It is respectfully recommended that the City Commission adopt the
attached resolution for the acquisition of annual grounds
maintenance services for the Overtown Shopping Center on a
contract basis for one (1) year with the option to extend for
three (3) additional one (1) year periods, to be awarded to GG &
DD Services, a Black/Dade County vendor located at 4281 NW 178
Street, Miami, Florida, as the most responsible and responsive
bidder in accordance with Bid No. 91-92-039. The total annual
cost for these services is estimated to be $5,400.00, wherein
funds are available from the Department of General Services
Administration and Solid Waste.
The Department of General Services Administration and Solid Waste
has analyzed bids received pursuant to Bid No. 91-92-039, for the
furnishing of grounds maintenance services for the Overtown
Shopping Center. Twelve (12) bids were received from local
companies: nine (9) Black, two (2) Hispanic, and one (1) Female.
The bid of GG & DD Services, 4281 NW 178 Street, Dade County, was
considered the lowest responsible and responsive bid at $5,400.00
annually. Funding for this purpose is available from the
operating budget of the Department of General Services
Administration and Solid Waste.
SOURCE OF FUNDS Department of General Services Administration
and Solid Waste, Property Maintenance
Division, Operating Budget, Account Code No.
421001-340.
MTNORTTy PARTTCTPATTON Nine (9) Black, Two (2) Hispanic, and
one (1) Female; Award is .to a Black
firm.
Attachments
92- 54Q
wri wwr k__
flub-al-w-c rrti r' ►0 U 1 I ► up HLHII► buutrC I tiA 11w, 4Uoulvoubl,. .. r, U4
7 BY KAIRMT iMNA05I NT ; 8 -14 - 92 ; 1:17PV CITY OF M 101 80567860614 2/ 2
CITY OF MIAMI, FLORIDA
INTER -OFFICE MSM'1RANOUNI
to: Judy S. Carter
Chief Proct><remant Officer
r
FROM: Ran ` 1 dms, Administrator
Department of General Services
and Solid Waste
0M i
SUBJECT . Did No. 91-92-039
Grounds Maintenance
Seivicos for the
Ovortowm Shopping
REFERENCEA • Canter
rNCLOSURES :
F Itt
This department has verified available funding with the
Department of Budget that funds are available to cover the cost
of the subject bid in the amount of $5.400.00, Department of
General Services Administration and Solid Waste/property
Maintenance Division Fiscal Year 1992-93 Operating Budget#
Account Code No. 421001-340.
BUDGETARY REVIEW & APPROVED BY,-
___ /��
i
�:...N%ret,
1
IJ
s
92- 540
A I li! Liu. y1--YL�►�.;y
.ued )
BID SHEET AND ATTACHMENTS MUST HE RETURNED IN TRIPLICATE IN THE
.*iCHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF 'RID OPENING.
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
Termst 3a O /;5 (Include cash discount for prompt payment, if any)
Additional discount of ^'V__� % if awarded all items.
Warranty and/or guarantees
Delivery:_0 calendar days required upon receipt of Purchase Order or Notice
of Award.
Number of calendar days required to complete work after start.
Delivery Point(s):
in accordance with the Invitation to Bid, the Specifications, General Conditions, Special
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S)t
,017P- Y CvAN.S
NAMES OF COMPANY OFFICER(S):
CAM' CL4041s _ CPDQ"C&!Z
a) List principal business address: (street address)
y;, S'l Al W - / 7 8' sri7E"C'7_, .4? t-907 z, r L...
ss
b) List all other offices locatdd in the State of Florida: (street address)
NVAIC-
(Please use the back of this page if more space is necessary)
MINORITY EM=RPLMRCS
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, including any amendments thereto.
Bidder: Gi(i PQ S£XyrCC,� Signature:
(compsr name)
Date: FE'L3 13, 19 `� —' Print Name: C40tn' CLiw5
Indi to if Business is 51% Minority -owned: (Check om box only)
[ BLACK [ ] HISPANIC [ ] FEMALE
AFITENWIVE AC:TIAN PLAN
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder s ). shall be required tc
establish an Affirmative Action Policy, pursuant to ordinance # 0062 as amended. See Appendix:
I for sample..
Bidder: GG P,0 SEAE(/ZCC'c Signature:
( company name) 9 2- 5 4 0
FAI LURE-10 COMPLETE, SUN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID.
AWARD_ OF B I D
Bid No. 91•-92-O.
=: Grounds Maintenance Services for the Overtown
Shopping Center
DEPARTMENT: General Services Administration and Solid
Waste/Property Maintenance Division
TYPE OF PURCHASE: Contract for one (1) year with the option to
extend for three (3) additional one year
periods
REASONt Services needed for the upkeep of the grounds
at the Overtown Shopping Center
BIDS RECEIVED: 12
FUNDS: General Services Administration and Solid
Waste Property Maintenance Division, Account
No. 421001-340
BID EVALUATION: Bid
Invitations Bid
Mailed Responses
ALL VENDORS ............................ 136 12
MINORITY/FEMALE (M/F) VENDORS.......... 121 12
Within City limits .................. 12 4
Registered with City ................ 100 12
Black (B) Vendors ...................... 56 9
Located within City limits.......... 6 4
Registered with City ................ 51 9
Female (F) Vendors ..................... 23 1
Located within City limits.......... 3 0
Registered with City ................ 23 1
Hispanic (H) Vendors ................... 42 2
Located within City limits.......... 2 0
Registered with City ................ 26 2
NON MINORITY (NM) VENDORS .............. 15 0
Located within City limits.......... 1 0
"No Bids.. .............................. - 3
92- 540
�.F
CITY OF MIA.MI
TABULATION OF BIDS FOR BID 91--92-039
FOR GROUNDS MAINTENANCE SERVICES
FOR OVERTOWN SHOPPING CENTER
OPENED ON FEBRUARY 19, 1992 AT 11:00 AM OF BY THE CITY CLERK'S
OFFICE AT CITY HALL.
VENDOR PRICE COMMENTS
MONTH YEAR
1. Julep Lawn & Landscape $150/1,800
1700 NW 67 Ave. #402
Hialeah, FL (F)
* 2. Robert Brown
1301 nw 51 Street
Miami, FL (B)
3.• Le -Baker Construction Co.
10410 SW 182 Street
Dade County, FL (B)
4. GG & DD Services
P O Box 172065
Hialeah, FL 33017-2065 (B)
* 5. J. R. Alvarez
2890 Virginia St. Apt 507
Coconut Grove, FL 33133 (H)
* 6. Wallace & Wallace
1090 NE 79 St. Suite 107
Miami, FL (B)
* 7. AlA Employment of Miami
3301 NE 2 Ave. Suite 1
Miami FL 33137 (B)
8. N & G BEST Lawn Svcs.
13081 NW 43 Ave. B-5
Dade County, FL 33054 (B)
* 9. South Florida Mtce Svcs.
5801 SW 8 Street
Miami, FL 33144 (H)
10. Earl Reid
1100 NW 185 Terrace
Dade County, FL 33169 (B)
330/3,900
Vendor withdrew bid
(too low)
Previous services
not satisfactory
435/5,220 Occupational license
for General Contractor,
not Grounds Maintenance
450/5,400 Lowest acceptable bid
540/6,480
598/7,176
800/9,600
1,000/12,000
1,021/12,252
1,914/22,975
* Located within City of Miami limits
Occupational license
for Employment Agency,
not Grounds Maintenance
92- 540
0 1
AWARD OF BID
I
TTVM:
DEPARTMENT:
TYPE OF. PURCHASE t
REASQ :
POTENTIAL BIDDERS:
BIDS RECEIVED:
FUNDS:
BID EVALUATION:
Bid No. 91-92-039
Grounds Maintenance Services for the Overtown
Shopping Center
General Services Administration and Solid
Waste/Property Maintenance Division
Contract for one (1) year with the option to
extend for three (3) additional one year
periods
Services needed for the upkeep of the grounds
at the Overtown Shopping Center
136
12
General Services Administration and Solid
Waste Property Maintenance Division, Account
No. 421001-340
Bid
Invitations Bid
Mailed Responses
ALL VENDORS ............................ 136 12
MINORITY/FEMALE (M/F) VENDORS..........
Within City limits ..................
Registered with City ................
Black (B) Vendors ......................
Located within City limits..........
Registered with City ................
Female(F) Vendors .....................
Located within City limits..........
Registered with City ................
Hispanic (H) Vendors ...................
Located within City limits..........
Registered with City ................
NON MINORITY (NM) VENDORS ..............
Located within City limits..........
"No Bids.. ..............................
121
12
100
56
6
51
23
3
23
42
2
26
12
4
12
9
4
9
1
0
1
2
0
2
0
0
3
92-- 540
11
Reasons for "no bids" were as follows:
7
Best'-s Maintenance- "We are Currently not providing grounds maint."
George & James - "No insurance coverage"
No Mane - "Not able to comply at this time"
RECOMMENDA'1'IONt IT IS RECOMMENDED THAT AWARD BE MADE TO
GG & DD SERVICES A BLACK VENDOR LOCATED IN DADE
COUNTY FOR A TOTAL PROPOSED AMOUNT OF
$5t400.00.
,��aqloe �-, �) Q-
of P me t Officer
D to
CITY OF MIAMI
TABULATION OF BIDS FOR BID 91-92--039
FOR GROUNDS MAINTENANCE SERVICES
FOR OVERTOWN SHOPPING CENTER
OPENED ON FEBRUARY 19, 1992 AT 11:00 AM OF BY THE CITY_CLERX'S
OFFICE AT CITY HALL.
VENDOR PRICE COMMENTS
MONTH YEAR
1. Julep Lawn & Landscape $150/1,800 Vendor withdrew bid
1700 NW 67 Ave. #402 (too low)
Hialeah, FL (F)
* 2. Robert Brown 330/3,900 Previous services
1301 nw 51 Street not satisfactory
Miami, FL (B)
3.• Le -Baker Construction Co. 435/5,220 Occupational license
10410 SW 182 Street for General Contractor,
Dade County, FL (B) not Grounds.Maintenance
4. GG & DD Services 450/5,400 Lowest acceptable bid
P O Box 172065
Hialeah, FL 33017-2065 (B)
* 5. J. R. Alvarez 540/6,480
2890 Virginia St. Apt 507
Coconut Grove, FL 33133 (H)
* 6. Wallace & Wallace 598/7,176
1090 NE 79 St. Suite 107
Miami, FL (B)
* 7. AIA Employment of Miami 800/9,600 Occupational license
3301 NE 2 Ave. Suite 1 for Employment Agency,
Miami FL 33137 (B) not Grounds Maintenance
8. N & G BEST Lawn Svcs. 1,000/12,000
13081 NW 43 Ave. B-5
Dade County, FL 33054 (B)
_'{ * 9. South Florida Mtce Svcs. 1,021/12,252
5801 SW 8 Street
Miami, FL 33144 (H)
t
,1
i 10. Earl Reid 1,914/22,975
_ 1100 NW 185 Terrace
Dade County, FL 33169 (B)
* Located within City of Miami limits 9 2 - 540
14011)
11. Tumjos Trading Company 2t166/26F000
P 0 Box 1103
Opalocka, FL 33054 (B)
12. Hairstyles by M. Ralph 4,400/52,000 Occupational license
3731 NW 17 Avenue Retail Merchantf not
Miami, FL 33142 Grounds Maintenance
Located within City of Miami limits
10