Loading...
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