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'