Loading...
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