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