Loading...
HomeMy WebLinkAboutR-89-1025J-89-1007 10/16/89 � RESOLUTION NO. _ A RESOLUTION ACCEPTING THE BID OF GREATER MIAMI CATERERS, INC. FOR THE FURNISHING OF MEALS AT SIX (6) DAY CARE CENTERS AND ONE (1) PRE SCHOOL CENTER TO THE DEPARTMENT OF PARKS, RECREATION AND PUBLIC FACILITIES ON A CONTRACT BASIS FOR ONE (1) YEAR AT A TOTAL ESTIMATED COST OF $105,794.06; ALLOCATING FUNDS THEREFOR FROM THE UNITED STATES DEPARTMENT OF AGRICULTURE GRANT THROUGH THE STATE OF FLORIDA DEPARTMENT OF EDUCATION; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bid was received July 19, 1989 for the furnishing of meals at six (6) Day Care Centers and one (1) Pre -School Center on a contract basis for one (1) year to the Department of Parks, Recreation and Public Facilities; and _ WHEREAS, invitations were mailed to thirteen (13) potential - suppliers and one (1) bid was received; and WHEREAS, funds for this purchase will be available from the United States Department of Agriculture Grant through the State of Florida Department of Education; and WHEREAS, this service will be used by the Department of — Parks, Recreation and Public Facilities for the purpose of providing meals to children enrolled in the Child Care Program at — six (6) Day Care Centers and one (1) Pre School Center; and — WHEREAS, the City Manager and the Director of the Department — of Parks, Recreation and Public Facilities recommend that the bid — received from Greater Miami Caterers, Inc. be accepted as the onlyresponsible and responsive p bid; �$ NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY' OF MIAMI, FLORIDAs f Section 1. The July 19, 1989 bid of Greater Miami Caterers, _ Inc. for the furnishing of meals at six (6) Day Care Centers and „ NIr one (1) Pre School Center on a contract basis for one (1) year to 3Z- :f the Department of Parks, Recreation and Public Facilities at,a ky total proposed cost of $105,794.05 is hereb 4 1 C11 accepted with funds therefor hereby allocated from the United States Department of Agriculture Grant through the State of Florida Department of Education. Section 2. The City Manager is hereby authorised to instruct the Chief Procurement Officer to issue a Purchase Order for this service, subject to the availability of funds. Section 3. This Resolution shall become effective immediately upon its adoption pursuant to law. PASSED AND ADOPTED this 30th day of November 1989. XAVIER L. SU REZ, 4KAYOR 9%L L U%J MAT HIRAI, CITY CLERK APPROVED AS TO FORM AND CORRECTNESS: `E FE JO CZ ATTORNE xA � ••'bt 7 61 :A ,fit �;sX x� i r F i t t l f 1 r .f � 1 10 M; Child Care Food Program 88-89-136 4_ rMISID'SRECENW: July 19, 1989 2:00_p•m. BIDDER BOND W) BID CASHICHECK ♦, BID AMOUNT Greater Miami Caterers Broken down 1 (with sam les) bu' i 1 Preferred Meal Systems MCEIVED r4� n .t c ' x r ✓ A� b n 4 MNED: DATE: R # T t �-k . ace ved.the tw a Rabove a ow4bed chads this cky of . 'l9 (qwww"-) envelopes on behalf of _ a ; tk' 7 -r ll 9 i 2 LEGAL ADVERTISEMENT r i Y BID NO. 88-89-136 ? , i M Sealed bids will be received by the City of Miami City Clerk at her office located at 3 n Miami, Florida _ 33133 not later than a00 .m. Jul for furnishing Breakfast and Lunches for are Centers, at various City facilities, on a contract basis to the Department of Parks, _ Recreation and Public Facilities. Interested vendors must be registered and approved by the State. of Florida Department of Agriculture. 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. 10538 established a goal of Awarding 51% of the City's 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 Management Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Detailed specifications for the bids are available upon request _ at the City Procurement Management Office. The City Manager may reject all bids and readvertise.- (Ad No. 6403) C a: Cesar H. Odio City Manager.' fi ff Lum 701 in) REQUISMON PON ADVERTMEM CEAVE FF Procurement _(fbr Parkst AM 91 Pub, I?ac#ttjwm) OU490401-28AWWOrW June 2911989 IPHON 575-5174DAM APPROVEbv: c F i rliT f OF Wk� PA&MEDBY Maria AbjJ413. 6IRLICTOA Of ISSUIN, 0 C Remarks:.Child Care Food Program (open, 7-19-89. 7­2.000,.,��:O_.�iu 00 NOTTYP BELO THIS LINE, FORPS X E OF FINANCE'DEPARTMENT ONLY DAMS) OF PUPYCAT" ADVEATIS 6A lw a am -Review . . . . . . . . . . . Ku� ?VE DATE mw W � ._D* 16_ P4WR 39 v pmac: I 2 0 I 9 I T,­ A: I - -A .7, 6 P 12D 15 Of$=l V_nOPj, A 4Jx em AP A S ndsoop C v V cop v iik'� copy:. Maria pt9cureao 4qms 41A CITY OP MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA-1 To : The Honorable Mayor and GATE : �O�/ 6 ig8g FILE: Members of the City Commission �/ f, SUEMECT : Bid No. 58-89-136 Child Day Care Food Program FROM : REFERENCES Cesar H: Odio City Manager ENCLOSURES: - j Recommendation: It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Greater Miami Caterers Incorporated for furnishing meals at six (6) Day Care Centers and one (1) Pre -School; and authorizing the City Manager and the purchasing agent to issue the purchase order for this service. This company is one of four food service vendors 4in our local area, which is approved by the State Department of Education. -a Firms approved by Food and Nutrition Management may be considered to provide meals, no others.T Background: _ The Department of Parks, Recreation and Public Facilities has analyzed the need to .furnish meals to children who are enrolled a in the'Child Care Program, and to accept the`bid of Greater Miami Caterers Incorporated for furnishing meals at six (6) City, operated Day Care Centers and one (1) Pre -School Center on a. contractbasis for one year; at the total estimated costf.>F $105,794.06; allocating funds therefor from a United- States Department of Agriculture Grant through the State of Florida,. Department of Education.R Alsount of Bid $10 ,794.46 *based on full enrollment, 100% attendance. r; P Cost Sstimete/Budge unt` 's=y� $50,067 *based on actual average daily attendance and enr ILament. e,x, 'Of 111mids, ' State of Plorida Department of Education C minority rsesentation 1 HiepaiJ6 A e ican. Firm, Greater Nisei Caterere Z4.9-9 Vi"I eubm . + c thi 7,owelst' bid# ti t - ` ; lLa AnLi s tices 11s eseb a t b' -� � . h �� T B,P�i icable ��tw ►���� 3 �„;, '�- ... , un.,. » �nd��h3�i4i �_ �� , .� u+. •+ s .. .. _ r. . - . ._ ) . xx < .,... ,v y _3i t, .a .e�sma:€f...` CITY OF MIAMI. FLORIDA I NTER-OFFICFt VqMQMN'bd4* TO: William J. Schaut DATE November 1, 1989 FILE: Procurement Supervisor SUIEUECT 'Bid No. 88-89-136 Child Care Food Program FRO Alberto Ruder, Director REFERENCES: Dept. of Parks, Recreation and Public Facilities ENCLOSURES: This department has verified that funds are available to cover the cost of the subject bid in a total amount not to exceed $105094, as follows: Account Code 580201-710 Amount 50t067 Account Code 580326-720/project 110023 Amount 15,466- Additional Reimbursements from the State of Florida, Department of Education, if required Amount 40,281 Ak, Note.'that all funds for this program.are paid on a reimbursementL ba4i's from the United States Department of Agriculture through the State agency,,up to 100% of total enrollment and attendance* FINANCE REVIEW <AND APPROVAL: sT- not, -,appl icable Carlos Garcia, Director Finance Department V! BUDGET REVIEW AND APPROVAL: ,A vep4vr.0 a d iigit- out Oc t 'Jobnoon _­4 �x d CITY OF MIAMIt FLORIDA PROCUREMENT MANAGEMENT DIVISION BID SHEET P.O. BOX 330708 Miami, F1 33233-0708 TELEPHONE NO. 575-5174 BID NO- 88-89-136 IMPORTANTs BID WE AND BIDDER ACKNMLEDGEMEMT MUST BE RSTURNED IM Up&I Z IN THE ATTACHED ZKVELOP2 IDENTIFIED BY BID NUMlBER, TIME AND DAT3 OF BID OPENING- IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. t i i an ) Terms: cash discount for prospt paymen , Y Additional discount of ' " * C .. s if awarded all items. - Warranty and/or guarantee: A7) • PER, State any variances to specifications (use separate sheet if necessary): "NO -- - Delivery: _calendar days required upon receipt of Purchase Order. Delivery Point(&)$ As indicated in the Spec;ai cOndifinr,a _ '= In accordance with the Invitation to Bid, the Speci cations. -General M� Conditions, Special Conditions, and General Information to Bidder's, we K agree to furnish the Item(s) at Prices indicated on the attached bid sheet (s) . ANY WSJ AL MM or COMPANY _ OFF CERS = 5� <<..k?E�.t � v�ou t,tiR� �� R�a�i f}••`T{t{� IC' t (.11Li"I`��-[��{_i�Vi��i N CP ease use the ac o this page if more space is ece wary y same of. individual bolding license in this profession (if appileable)1dI � • . fie. Y M oo tITY PROCUREMENT COMPLIAMCI! The undersigned bi end asc now gas that t as received ; 'a COPY , Ordinancis `80- 10063,, the -'Minority Procurement Ordli,nanee of they ±c� { Miami and , egrees to comply with all applicable sub�stuntie procedural �o• j i f xoviiloAs therein, including any adendaients they rVt. t, MINN cep'any name j Pr Ent games 1��4Re • �,. �fa r i �lSeh Women4g s*asr�� mu►�.�ra. siOa AND RMM 3"MI8 .. - CITY OF MIAMIt FLORIDA PROCUREMENT MANAGEMENT DIVISION BID SHEET P.O. BOX 330708 Miami, F1 33233-0708 TELEPHONE NO. 575-5174 BID NO- 88-89-136 IMPORTANTs BID WE AND BIDDER ACKNMLEDGEMEMT MUST BE RSTURNED IM Up&I Z IN THE ATTACHED ZKVELOP2 IDENTIFIED BY BID NUMlBER, TIME AND DAT3 OF BID OPENING- IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. t i i an ) Terms: cash discount for prospt paymen , Y Additional discount of ' " * C .. s if awarded all items. - Warranty and/or guarantee: A7) • PER, State any variances to specifications (use separate sheet if necessary): "NO -- - Delivery: _calendar days required upon receipt of Purchase Order. Delivery Point(&)$ As indicated in the Spec;ai cOndifinr,a _ '= In accordance with the Invitation to Bid, the Speci cations. -General M� Conditions, Special Conditions, and General Information to Bidder's, we K agree to furnish the Item(s) at Prices indicated on the attached bid sheet (s) . ANY WSJ AL MM or COMPANY _ OFF CERS = 5� <<..k?E�.t � v�ou t,tiR� �� R�a�i f}••`T{t{� IC' t (.11Li"I`��-[��{_i�Vi��i N CP ease use the ac o this page if more space is ece wary y same of. individual bolding license in this profession (if appileable)1dI � • . fie. Y M oo tITY PROCUREMENT COMPLIAMCI! The undersigned bi end asc now gas that t as received ; 'a COPY , Ordinancis `80- 10063,, the -'Minority Procurement Ordli,nanee of they ±c� { Miami and , egrees to comply with all applicable sub�stuntie procedural �o• j i f xoviiloAs therein, including any adendaients they rVt. t, MINN cep'any name j Pr Ent games 1��4Re • �,. �fa r i �lSeh Women4g s*asr�� mu►�.�ra. siOa AND RMM 3"MI8 .. - ITEMa DEPARTMENT: AWARD OF BID Bid Noe 88-8 6 Food Program Parks, Recreation and Public Facilities TYPE OF PURCHASE: Contract for one (1) year REASON: To furnish meals to children enrolled in the Child Care Program at six (6) Day Care Centers and one (1) Pre School Center POTENTIAL BIDDERS: 13 BIDS RECEIVED: 1 •TABULATION: Greater Miami Caterers, Inc. $105,794.06 - FUNDS: United States Department of - Agriculture Grant through the State of Florida Department of Education MINORITY/WOMAN PARTICIPATION: Invitations to Bid were sent to two 2 black and seven (7) hispanic firms engaged in the -_ Food Catering business as located in the following sources: 1. New Vendors Applications 2. Previous bids on file in the Procurement Mgmt. Office. -1 Minority response consisted of one (1) bid received from a -' hispanic vendor recommended for award. i BID EVALUATION: The bid meets the specifications. Following is an analysis of the Invitations to Bid: Number of Bid Number of - Category Invitations Mailed Responses x Prior Bidders Black Amer can 0 0 _ Hispanic American 3 1 - Woman Owned 0 0 Non -Minority 0 0- New Bidders Black American 2 p - Hispanic American 4 0 - Woman Owned 0 0 p � _ Non -Minority 4 0-K> - - CourtesX Notifications 15 _ - "No Bids" _ 0. Late Bids ..s - Totals 28 t r � a k F RI RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD 8E MADE TO GREATER MIAMI CATERERS, INC. FOR A TOTAL ESTIMATED AMOUNT OF $105,794,06. Date/ i i j A +Ai eF • 1a 5� SS� i F r� ti �r ah,�a F A & i ti 3 4y jr mod; a�`I'ATi'k�r:Kl� �@esz..�x�,�'^`'"id' u t^Y._3. _ aii`� Y•N.>t es ,. n ,x _ e ,.. a �*tl ri`� .... a s�r �i1ai air. ���5'�a`�9'