Loading...
HomeMy WebLinkAboutR-89-1024J-89-1009 11/3/89 89�,0 RESOLUTION NO. 24 a A RESOLUTION RESCINDING THE PREVIOUS AWARD TO RECI0 AND ASSOCIATES FOR THE FURNISHING OF GROUNDS MAINTENANCE SERVICES AT SIX (6) CITY �^ PARKS AND FACILITIES AND TO SHARPE SOD & LANDSCAPING, INC. FOR EIGHT (8) CITY PARKS; AND AUTHORIZING AND APPROVING THE AWARD OF SAID RESCINDED CONTRACTS TO THE SECOND LOWEST RESPONSIBLE AND RESPONSIVE BIDDERS FOR EACH OF THE ABOVE PARKS WHICH ORIGINALLY WERE PART OF THE BID UNDER RESOLUTION NO. 89-50Z ADOPTED JUNE 7, 1989 TO PROVIDE GROUNDS MAINTENANCE SERVICES AT FIFTY (50) CITY PARKS AND FACILITIES ON A CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR FIVE (5) ADDITIONAL ONE YEAR PERIODS FOR THE DEPARTMENT OF PARKS, RECREATION AND PUBLIC FACILITIES WITH REVISED AWARDS BEING MADE AS FOLLOWS: ARTHUR LAWN SERVICE (HISPANIC) FOR A PROPOSED AMOUNT OF $11,340.00, J. R. ALVAREZ LAND CLEARING (HISPANIC) FOR A PROPOSED AMOUNT OF $41,556.00 AND J. W. MAINTENANCE (BLACK) FOR A PROPOSED AMOUNT OF $54,828.00 FOR A TOTAL PROPOSED AMOUNT OF $107,724.00; WITH NECESSARY FUNDS BEING ALLOCATED FROM THE 1989-90 OPERATING BUDGET _ ACCOUNT CODE NO. 580302-340; AUTHORIZING THE CIZ+Y MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE AND THEREAFTER TO EXTEND THESE CONTRACTS SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received March '20, 1989 and award was made June 7, 1989 by Resolution No. 89-502 to five minority vendors to provide Grounds Maintenance Services to fifty (50) City Parks and Facilities for - a period of one (1) with the option to extend for five (5) _- additional one year periods for the Department of Parks, ;- r Recreation and Public Facilities; and WHEREAS, Recio and Associates was awarded six (6) City Parks and Facilities for a proposed amount of $12,840.00 and after being duly notified of the award refused the award, giving the reason that it was not interested in doing only six parka; 3 and v �- WHEREAS, Sharpe Sod & Landscaping Inc. wais awarded eight (8) xx City Parks for a proposed amount of $24#918,00 and after 5� servicing these parks for two months said firm notified the City �V— that the company could no longer provide services for the prig . f s WHEREAS, funds for this service were allocated previously by Resolution No. 89-502 from the 1989-90 Operating Budget Account Code No. 580302-340; and WHEREAS, the City Manager and the Director of the Parks, Recreation and Public Facilities recommend that the awards to Recio and Associates and Sharpe Sod & Landscaping be rescinded and that contract awards be made to the second lowest responsible and responsive bidder under Resolution No. 89-502 for each of said parks and facilities as follows: Arthur Lawn Service (Hispanic) in the amount of $11,340.00, J. R. Alvarez Land Clearing (Hispanic) in the amount of $41,556.00 and J. W. Maintenance in the amount of $54,828.00 for a total proposed amount of $107,724.00; 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 previous award to Recio and Associates for the furnishing of grounds maintenance services at six (6) City parks- and facilitiesand to.Sharpe Sod & Landscaping Inc. for r{ eight (8) parks are hereby rescinded and the awards to the second lowestresponsible and responsive bidder under Resolution No. 89- 502 for each of said parks and facilities, as follows: Arthur Lawn Service (hispanic), in the amount of $11,340.00, J. R. Alvarez Land Clearing (Hispanic) in the amount of $41,556.00 and J. W. Maintenance in the amount of $540828.00 for a total proposed amount of $107,724.00 for the furnishing of Grounds Maintenance Services to fifty (50) City Parks and Facilities on a contract basis for a period of one.(1) year with the option '.to extend for five (5) additional one year periods for th+� y, Department of Parks, Recreation and Public Facilities with j F. necessary funds hereby allocated from the 1989-90Oporati,g Budget of the Department of Parks, Recreation and Public Facilities Account No. 580302-340 are hereby authorized and approved. 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 these contracts 1� _1 annually subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. S PASSED AND ADOPTED this 30th day of November 1989. A -t ! XAVIER L. SU REZ, r-R ATTEST: - MATTY I, CITY CLERK t J! _ PREPARED P Y: ii a ' DRO VILARELLO CHIEF ASSISTANT CITY ATTORNEY _# APPROVED AS TO FORM AND CORRECTNESS: OIL 4` a ' - JO GE L. FE EZ„# 1 CI Y ATTORN Y wx{ -4 1/ The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but { not limited to those prescribed by applicable- -City Charter and Code provisions. w �» } wz ,x 2 is < ,7 •: , 'Ra ikG F ) td r - SS R, Y NF ^' Via..14Y. E- -^F .yf- t i 1 } s£•` '3a' 7 f__— B� ITEM. Grounds Maintenance at, approximately 49 City Parks BID NO: 88-89-079 DATE BIDS RECEIVED: March 20, 1989 2: 30 p.m.. TOTAL BID BOND (or) RM 0 BIDDER BID AMOUNT CASHIERS COCK Thomas Maintenance Service Broken down bv i m - Recio & Associates, Inc. It It Arthur Lawn Service Corp. to It J.W. Maintenance & Lawn Servic " " Sharpe Soc? & Landscaping Inc. - J.R. Alvarez Land Clearing It It Coconut Grove LDC Armando Fojon " If - C & C Landscaping Lawn Service -44 L. aw r t Y .Y, RECEIVEDIf -77 of *V" __ f •J.lA �i':J'i.+,igri ,_ '."".t r- Cho l uSft any'.#�j ..M+k ww� ilk— j r — �k� R'4 � '� f%" T Ssfk �. FR xx ?" M rL^,y.• .h y� :L iz, cL�t#� x�� �i�.ittt MAY" HIRAI CMAR H. 0016 City Clotic City MAftAj& N January 5, 1990 Stephen L. Raskin, Esq. - 7000 S.W. 62nd Avenue Penthouse A South Miami, FL 33143 Dear Mr. Raskin: Pursuant to your request, we have researched our files trying to identify any contracts the City might have entered into with Recio & Assocates, Inc., Landscaping Contractors, for calendar year 1989. We have been unable to find any contracts. However, we have found Resolutions 89-502 and 89-1024, which we have certified for you. The first Resolution (#89-502) awarded Recio & Associates (among others) a City contract for six City parks and facilities. The second Resolution (#89-1024) rescinded the first Resolution, since Recio & Associates, Inc. refused the award, and authorized and approved the award of said rescinded contracts to the second lowest responsible and responsive bidders. As previously agreed with you, receipt of the herein certified Resolutions will exempt any member from the City Clerk's staff from being present at the hearing. ;. Kindly acknowledge said agreement by signing in the ` space provided hereinbelow, and return to this office in the enclosed self-addressed envelope. F y truly yours. = L" y HiraXtt ,YY City Clerk MH: vg _ Enc. a/s ACKNOWLEDGED: Datesi, Stephen L. Raskin, Esq.ABC OFFICE Of THE CITY 1tK/Chy Ha1V3io0 Pon Amerkan tNive/►,Osox s~I �OD1a/NtUen4 Ptorld+� 3#R3i>'�0:�� � � r r "115 'i 9 y }' �'P+ 2C� 0-31 toil - _.ks:'`e .±,., . __ z�.�a as-�... ,�a.sd'_+# .�r-s�sb ?r-�.���,,.�`- .F'8 .,++� ."+�tith •+�'§4.h. # �F � °�., acvt ••,Ft,rL'-.%,ra . sl �.�tlt*�2 °�3ha c. �i �ci6'.,';: } �`.r _ � ._ 2# ; iiiM =vv v+ • • + Grounds Maintenance at City Parks & Facilities FROM: ('@$$r • OdiO REFERENCESe$cinding of Award FROM: Cgh�� City Manager ENCLOSURES: g$QODATION; ---- j It is respectfully recommended that the City Commission adopt the attached resolution rescinding award of a contract for the furnishing of Grounds Maintenance at six (6) City- Parksand tc Facilities to Recio and Associates and eight (8) City Parks F-„ Sharpe Sod & Landscaping Inc. and authorizing the .award .to. the.:; second Lowest bidders, which originally were awarded part of this a; bid. These services are being used by the Department of Parks,; z Recreation and Public Facilities to provide grounds maintenance _ to fifty (50) City parks and facilities.. The revised award ;for. these fourteen (14) city parks and facilities will be distributed a as follows: Arthur Lawn Service (Hispanic) two (2) additional parks in the ` antiount of $3, 420.00 per year for a new total annual amount of ; u $11, 340.00 . J.R.. Alvarez. Land. Clearing (Hispanic) five (5) additional parks.�� ' in the amount of $25, 200.00 per year for a new total mnnial n` amount of $41,556.00. : J. W. Maintenance (Black) three (3) additional parks and four, (4, , City Facilities in the amount- of $17,020.00 per .year for total 44=tl amount of $54,828.00* h ry These are t_ he sacond lowest responsible and respoans��re b�,dc�era accordance with B .d , No, 88 89�-Q79 , The tQta� pasropos f i 4.1 + s " cost of this service in now $107,724.M an ncsa fUAds to a�aca =#ram ,over the previous award, with said 14.89-90 operating Budget Account Code Wow 500302-440. x s Thy ?a rtt ent of yarkn, Recta atioa And ' Publ i.o , r+o d �, the Proctr nt ic+� t �P �Zr Zr; d0 e _ n k ' wn.°°_ �.::,..Q.. -: �,;�aa.a.n ' ..A,re a ...aa nn�*d #C did �+£ �'&-- a :=�f►t�r +iuelr „k r--`7�,1 _ f — t i - notified the Procurement Department that he was not interested in doing just a few parks, that he was interested. in the whole contract. Mr. Sharpe from Sharpe Sod & Land, Inc., after accepting the contract and servicing those parks under` -his contract for two months, notified the Parks, Recreation and PublicFacilities Department that his company can no longer provide service to those facilities awarded to them for the price that he had quoted. Therefore, it is necessary to rescind the award of the Grounds Maintenance services for the six City Parks to Recio and — Associates and eight City Parks to Sharpe Sod and Land, Inc. The service contracts for these parks are now recommended for award to the second lowest responsible and responsive bidders for the increased amount of $8,682 00 for a -new total proposed amount .o' f- — $107'724,00. Funds for this service are available�in-the'1989-90 1udget of the Parks, Recreation and Public 'Facilities/Operations Division..Operating Budget. t x - ;' �' � -�"^Yy �Y'",�''a�3f��”. �j.,FG1 b.7 �'k�yY`�.✓r irtit �j� _ z f F,+�.xrr r•s�.'"F '" J-,�dr ti`�. , "a r '� thud ¢ i^t�"'' - — ... `s ��'��s'�ts-�{, ..y�5•.3.k`s.�.�va15�� uaA,'c'� �ri '.. ,. ; 4. ,.e - . , . r . r - _ .. .. a . 4 ..._ rr..�_ . � b'x','«4zYn� Y WZ F r A a' William J. Schaut DATE October 11 1989 Procurement Supervisor sua,ECT: Bid #88-89-79, (Grounds Maintenance Services/ Approvals j FROM ; Alberto. Ruder, Director +��! REFERENCES Parks, Recreation and f Public Facilities ENCLOSURES: _ This department has verified available funding with the Department -of Finance and Budget that funds are available to cover the increased cost of the subject bid in .the amount.. of 8' 682,00 - for a total amount of $107,124.00 Account Code Numbex _ 580302-3 0 y T. FINANCE REVIEW a APPROVED BY: m G r (Except for funds already,. r appropriated or items included in FY budged s i I've"Al Carlos LGarcia, Director 2 Department of FinanceAA a s BUDGETARY REVIEW 8 APPROVED BY: z [e_i)y/�i.— v � f � OMM+y�. u anAlq/D� xector- s 4 r�r a; SY �''tit aAi sy ' } ft..��.. . .ti "�':d„ry �i-Y .M ,+I u� �'t�'T'fir J rGs ,� � �n -� e p • - , t i f � S„;� '•*'},'S�3'"�' x COMPARISON OF AWARDS Original Award - number of of Annnal of - Vendor Facilities- Facilities Cost Total Cost - Recio & Associates 6 12% $ 12,840 13% (Hispanic) Arthur Lawn;Service 8 16% 7,920._ 88— - (Hispanic) J.R. Alvarez, Land 8- 16% 16,356 17$..- _, (Hispanic) 3 & W Lawn Maint. Ser. 20 40$ 37,008 37$ (Black) Sharpe .Sod--&. Land, . Inc 8 16% 24, 916 (Blank)' .. _ ... Totals s 50 1000 $ 990042 100t N Ysy f AwAv-A- wAnnindfnQ --Contract to Recio i A►ssociate • 40 Y OF MIAMI ,-*LORIDA PROCUREMENT M. o.QEMENT DIVISfi�N • DID $"SET 'Poe* box 330708 - liasi, F1 33333-0708 TELEPHONE NO. SIS-3174 BID NO. 88-22r079 .... ltgwmI DID SnEET AND BIDDER ACRAC)MLEDGEMENT MUST BE R1t URNC4 - JXjpLjcATz IN THE ATTACSIED RNVSLOPR IIDENTIVIED BY OID NUMBRAt AND RATS Oh DID OPENING. IF 88CURITY 19 RZOUIR200 A Dtb MI1.4 N� 8E ACCEPTSD UNLESS THE DEPOSI'r OR BOND 18 SUBMITTED IN .TN- errvlcl.�ts. Tersasere a cash discount for prompt payment,ifSft Additionsl discount of'' ll • it awarded all items. Warranty and/or guaranties �•� - State any variances to specifications (use separate sheet t necev�axy�i beIivery s�ealendar days required upon receipt of Purchase order. Deliver Point(s)sAs indicated in the Spec if&-c6lions n accordance i th the nv Cation to aid, the Spool 9 JcZtions.. anerai - Condition*. Special Conditions, and 4enaral Reformation to Bidders;``we agree to furnish the Item(s) at Prices indicated on the attache:j bie sheet(s). NAMES OP COMPANY ONNER(S) = MAKES OIP COMPANY 0FFICtR82 Tll*aso use t e ack o this page if more space Is necessa_rf a&" of individual holding license in this profession of applicable) — MINORITY PWCURLMCIiT' COMPLIANClC . Thu under*= nod bt er A#%1fn^W1&A e• - t st ,. t�f'iae received a cop of Ordinance No. 10062, th@-Minojeity Procu,r sent "Ordinance of. the=Ct-Ly-; .. Miaai, and agri00 to . Comply with all-, applicable ubstant/f ve =' afii 'proceddral° provisions therein, including any :mer�dme &here+ •v •v ®iDDERa 4''V oer r' Signatures i �coapany naffs �� �, , • - Print Disease /�' «'� Indleat♦ i! sty Suaineso• Dates ( .a black [ IifPpanic, ( women ... . ..0 _� . rAtE 6k8' ' i:OMlLERTi' "dIG[! AND RR7URlI !!AY t AL,I . THl OF�• WON OWN" CITY OF 141AMI0 ~ )RIDA FROCUUMENT MMAUEMENT w'`h. BdX 330705 P1 33233-0708 TELEPHONE NO. 575-SI74 DIVISION DID ... I "et T- = DID MEET AMD BIDDER ACRNC�NLtDG9M`S8T � a DE sum O k lx,"a XMt� CA?6 1M TUS ATTACH 6EV lC 1DLw"I' AND �a of DID Op6NXNH• it ex TR v� 1BSos� �3 SUBMITTZD in TH s Ills AOcsrva b ue�Ltsa e Et111'WA 0 t payment. it any) Zexase fit (%nelade cash discount for proap p Y Additional discount of I It awarded all itaoa• Warranty and/or q uarantee: A State art varianess to specifications (use separate sheet i# s necessary t - peliverye /J /� caiendac days regained upon receipt o! Purchase Order. Delivery p As indicated in the S ecificat s ! the ec cat ens, Generale n accor anee M t t o nv tation to si • P Conditions, BP sh the oitemts)satand p csseral Information to Bidders. indicated on the attached bid agcs� to iurni sheet(s)• - NANES OF COMPANY OPPICERS8 IIAM S Or COMPANY OMNER(S) a sasw ue• t e ac o t • page it more space • nseessary llasw o! individual bolding license in this profession(iit aPP licia 1111EIRITT r uRet�trr The undesaigned bi eat ae know a gal: at~'iti as= seeetaed . a copy. di Ordinance No• 10062, the Minority Procur.esent Ordinance of the City n piaai, an4 ogress to couply,with all applicable substantive ar�d — erocedurai pravisions therein, including any amendments thereto- ;ds_ .000REMENT MANAGEMENT Mibasr� t'1 astss-v:vu DIVISION TZLkPHONB NO, 575-5174 06 No. - B S- 0 9 -0 7 2,,,_- Bib up? IMPORTIs SID WEST AND BIDDER ACKHOW1,2WWWAT MUST 111I RETURHED IN UPIGIC ►TS IN THE ATTACHED ENV8l#OP2 IDSATIFIED BY 610 MUMSER, TxMlt AND DATE OP AID OPENINO. IF SECURITY 18 REQUIRED, A BID MILL NOT ACCt"zo OYLE8E THE DEPOSIT OR NOYD 18 8UBRITTED IN THIS Termse-41'r2 �(,;,:;r„(IncIdde cash discount for proldpt payment, if any) Additional discount of,;A1111- „+•I if awarded all itess. wa:rsnty, and/or guarantee: state anyy v4riancres to specifications Oise separate sheet necessaryls Delivesys-:_, calend^r days required upon receipt of Purchase Order. Delivory Points)s` As indicated _In th_e Speitication_,s„ n accordance ;it;ith the nv tat on to 013, the i;*c1fications, eneraI Conditions. Special Conditions, and General Informatioh'to Bidders, we agrfe to furnish the less(*) at Prices indicated on the attached bid _ sheet(*). NAMES OP CONFAMY OUMBR(S)s NAMES OF COMPANY OFFICERSs - 04Li.+ .... HOC �- L✓aS .,�.� a ease use t s Sack o th s page it note space Is necessary Sam* of individual holding license in this pcofeasion (if applicable) MI RITY PROGUX ME" COMP42ANCE The undersigned bidder ac now a gem that t-has received a copy of Ordinance Duo. 10062, the Minority Procurement OrdInarice of the City of- Niami, and agrees to comply with All applicable substantive and procedural provisions therein. including any amendments thereto. '.,Sirv.cs„ BIpDitt ,k.J• %1G:n+�t. .� Signatures company nave :., Inc*t' if Mimwity pusineass E:d zlaek (Ml80seiic Women LA�I-LL-IR_R_ TD �t10MPLET61_SIGII. .JIIID RE'lURt1 THIS.ARM NX 218WAt-Irt. To 4�? 'A f �4 410, 41 u C R `