Loading...
HomeMy WebLinkAboutR-77-0881RESOLUTION NO. 77-831 A RESOLUTION A(JTIHORIZING AND DIRECTING THE ('ITY MANAGER TO ENTER INTO AN AGRi LF11 NT WITH 100D SI0VICL5, INC. FOR THE FOOD AND BEVI RAGE CONCESSION RIGHTS AND FACILITIES AT THE NEW MIAMI POLI('E DI PARHA N1 BUILDING, FOR A TERM OF THREE YEARS WITH 111 AN OPTION TO RENEW FOR AN ADDITIONAL TWO YEARS. WHEREAS, bids were advertised and received on October 7, 1977 for the food and beverage concession rights and facilities at the new Miami Police Department Building, 400 N. W. 2nd Avenue, Miami, Florida for a term of three years, with the additional provision that the term of the lease can be extended for an additional term of two years if, in the sole judgment of the City Manager, the operations of the lessee during the initial Lerm have been satisfactory as regards duality, service, prices to consumers, cleanli- ness and other considerations; and WHEREAS, invitations ware mailed to one hundred and twenty-nine potential suppliers and five bids were received from the following: Donald Linde Catering Chalin Restaurant Corp. Felix M. [3arbosa Cozzoli Restaurant. Corp. Food Service, Inc. "SUPPORTIVE FOLLOW" WHEREAS, the bid of Food Service Inc. was the most advantageous bid to the City; and WHEREAS, the City Manager, the Finance Department and the Police Department recommend the acceptance of the bid submitted by Food Service, Inc.; NOW, THEREFORE, (3E IT RESOLVED 13Y THE COMMISSION OF INC CI1Y OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized and directed to eater into a lease agreement with food Service, Inc. for the food and beverage concession rights and facilities at the Neu Miami Police Department Building for a period of three years with an additional provision that the term of the lease can be extended for an additional terra of tuo years if, in the sole judgement of the City Manager, the operations of the lessee during the initial term have been satisfactory as regards quality, service, prices to consumers, cleanliness and other considerations. "DOCUMENT INDEX ITEM NO /`,` „ CITY COMMIScipry 1 MEE:TING OF NOV 1 0 1977 bran �M�hn' M.rL �•..... [M..... Section 2. The lease agreement shall be in accordance with the terms and specifications of the bid invitation; and the bid as submitted by Food Service, Inc. PASSED AND ADOPTED this 1OTH II ONGIL, CITY (CORK __._.___ PE(. PARED AND APPRUI'1. D 13Y : R013F It1 F . C'L AI{K , A'; 1 . t' IIY ATTORNEY APPRT-D )\5 1U 1 Uft11 AND CURI;I_CINESS: UDR I. f JR., CITY A day of NOVEMBER 1977. 1.1 A Y 0 R "SUPPORTIVE DOCUMENTS FOLLOW" �� 4 c. 1 1.1 2 7 �....,�-..._ ..: y..-.'77: NOV 2 AM 11: 0? f•1r. Joseph R. Gras sie November 1, 1977 City Manager A. L. Mullins Purchasing Agent Recommendation for Resolution and Award of Bid: Food Service at the New Miami Police Building ;i;1;, •:C'c ;NCLC:'1; S: Pursuant to Public Notice, sealed bids were received October 7, 1977 for the leasing of the food service facilities for three. years with an option to renew for an additional two years at the new Miami Police Building for the Department of Police. Invitations were mailed to one hundred and tuenty-nine potential suppliers and five bids uerc received From the follouing: Donald Linde Catering Cholin Restaurant Corp. Felix M. Barbosa Cozzoli. Restaurant Corp. Food Service, It1C. Donald Linde Catering, Chalin Restaurant Corp. and Felix M. Barbosa do not possess the necessary experience and expertise to operate the food service required at the Police Building. Although their food prices are considerably lover than Cozzoli Restaurant Corp. and Food services, Inc., it is doubtful that they could oper- ate at three prices with quality food and service that would be acceptable. It is further recommended that Cozzoli Restaurant Corporation be disqualified because they had a previous contract with the City in the old Police Building and their service and quality of food vas very unsatisfactory. It is recommended that the award be made and a resolution be pre- pared accepting the most advantageous bid as received from Food Service, Inc. for the leasing of the food service facilities for three years with ;,n option to reneu for an additional No years aL the mu Miami Police Building For the Deuprtnnent of Police. The Department of Police concurs with this recommendation. ALH: ek "SUP C�r� i�1j E DOCUMENTS FC+ L LOW" t 1 AWARD OF_ BID ITCMt Food Services at Police Building DEPARTMENT: Police TYPO OF PURCHASE: Contract for three years REASON: Previous contract terminated POTENTIAL BIDDERS: One Hundred and Twenty -Nine BIDS MIMED: Five TABULATION: Donald Line, Catering Chalin Restaurant Corp. Felix H. Barbosa Cozzoli Restaurant Corp. Food Service, Inc. FUNDS: N/A CCRTIFICD AS TO AVAILABILITY OF FUNDS/SOURCE: BID t_VALUAIION: N/A Department of Finance Donald Linde Catering, Chalin Restaurant Corp. and Felix M. I3rarbo:sra do not possess the necessary experi- ence and expertise to operate the food service re- quired at the Police Building. Although their Food prices are con:,idr'rrably loner than Cozzoli Restaurant Corp. and food Services, Inc., it is doubtful that they could operate at these pricey uit.h quality food and service that Could he acceptable. It is further recommended that t'uzz_oli Pe.,taurarat Corporation be diaqu._aiif ied because they had a previous contract uith the City in the old Police Building and their aervice and quality of food u a very un:,atisfactory. ADDITIONAL INFORMATION: N/A RECOMMCND)ATION: IT IS RECOMMENDED TIIAT THE AWARD I3C MADE TO FOOD SERVICE, INCORPORATED. The Department of Police concurs. C %7? t Purcha: inrl ''Agent November 1. 1977 Citf c' T t11.0.41, .z1.0 ajor 7.. J. McLaughlin Commander Informational Services Section Lt% Lf: 4 mler Commander Commercial Crimes Detail OCtober Bid 476-77-125 The figures presented in the synopsis are relatively self explanatory. Assuming the aroupincrsand the weighting have some reasonable empirical validity the lowest bidder would appear to be Barbosa with Chalin and Linde being so close to each other they may be considered equal (using this rouah evaluation technique). The actual difference in price between the three is not of great signif- icance (not more than 20 cents per day assuming one average item per category was purchased including three beverages and two desert/pastries and half miscellaneous). It can be assumed from this analysis, however, that Cozzoli is significantl• higher than the three low bidders and F.S.I. is almost 50 higher than the lowest bidder. It is recommended that the final food concession contract be awarded on criteria other than strictly low bid. It is recommended that subjective ratings be sought for areas such as willinancss to negotiate, flexibility, on .site manacerment, past history, food qualify, experience, total items bid, entree menu, vending considerations, staffing, financial stability business stability, ability to }seep prices low, taste comparisons, communit stability health department records, etc. etc. for the three low base bids. •;pTr;; The weightings were based on an assumed relative frequency of purchase a more correct method of evaluation would have been to weight each item based on it's frequency of purchase and then average. This method is very time consuming, is not much more accurate, and the exact frequency of purchase is not available. Even if. David Lynn had reliable total ccrisumpta.on data, that data itself might have been consciously consumer biased, that is, coffee consumption might not be as high as it would "ordinarily" be either because of high prices, poor quality. coffee clubs, etc. L^n:cam