HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Daniel J. Alfonso
City Manager
DATE: October 5, 2017 FILE:
SUBJECT: Recommendation of Award for
Biscayne Boulevard Landscaping
Maintenance, M-0039
FROM: Annie Perez, CPPO REFERENCES: invitation for Bid ("IFB") No.
Procurement Director 685385
ENCLOSURES: Bid Security List, Best and
Final Offer ("BAFO")
RECOMMENDATION:
Based on the findings below, the Department of Procurement (Procurement) hereby recommends
award for Biscayne Boulevard Landscaping Maintenance, to SFM Services, Inc. (SFM) (Primary)
and Superior Landscaping & Lawn Service Inc. (Superior) (Secondary), the two (2) lowest
responsive and responsible Bidders, per the bid specifications, in the aggregate. Additional
locations and services may be added to the Contract as deemed in the best interest of the City of
Miami.
Contract Number/Title: IFB No. 685385, Biscayne Boulevard Landscaping Maintenance,
M-0039
Contract Amount:
Contract Term:
Recommended Vendor:
BACKGROUND:
Approximately $470,421.00 annually (aggregate of $2,352,105.00
for five (5) years). This amount represents the contract amount for
the Primary, SFM.
Initial term for a period of two (2) years, with the option to renew for
three (3) additional one (1) year periods
SFM (Primary), and Superior (Secondary)
On May 22, 2017, Procurement issued IFB No. 685385, under full and open competition. As
required by the Procurement Code, the IFB was advertised and issued online. On June 21, 2017,
three (3) bids were received and tabulated following the guidelines directed in the IFB; all bids
were deemed responsive. Pursuant to Section 2.11 of the IFB, the Method of Award will be made
to the two (2) lowest, responsive and responsible Bidders, who bid on all items, and whose bid
offers the lowest price when all items are added in the aggregate. While Superior was the apparent
lowest responsive Bidder at bid closing (see attached Bid Security List), staff's review of the bids
PR17271 Page 1 of2
revealed Superior's calculation errors that, when corrected, increased Superior's bid to
$531,543.00, thereby making them the 2'd lowest Bidder behind SFM. However, because Superior
maintains a "local office" as defined in Section 18-73 of the City's procurement code, and their
corrected bid amount is within fifteen percent (15%) of SFM's bid, Superior is entitled to the Local
Preference benefit prescribed in Section 18-85(a) of the City's procurement code. Accordingly,
Superior and SFM were granted the opportunity to provide a BAFO for IFB No. 685385, and both
Bidders responded. SFM was the lowest at $470,421.00 (see attached BAFO Bid Tabulation).
Based on the above findings, Procurement hereby recommends that the Contract be awarded to
SFM, as the Primary, and Superior, as the Secondary, the two (2) lowest responsive and
responsible Bidders. Your signature below indicates your approval of Procurement's
recommendation.
Approved
Daniel J. Alfonsger
Date; (() —
c: Nzeribe lhekwaba, Ph.D., P.E., Assistant City Manager, Chief of Operations
Fernando Casamayor, Assistant City Manager, Chief Financial Officer
Alberto Parjus, Assistant City Manager
Rafael Suarez -Rivas, Senior Assistant City Attorney, City Attorney's Office
Lydia Osborne, Ph. D., CPPO, CPPB, Assistant Director, Procurement
Anthony Rolle, M.Acct., J.D., CPPB, Procurement Contracting Manager, Procurement
PR17271 Page 2 of 2