Res. No. 057-07-12442RESOLUTION NO. 57-07-12442
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN
AGREEMENT WITH CONSTRUCTION CATERING, INC., IN THE AMOUNT
NOT TO EXCEED $23.000.00 FOR THE PROVISION OF WEEKEND MEALS
DELIVERY TO SOUTH MIAMI SENIORS; TO BE CHARGED TO THE SENIOR
MEALS PROGRAM ACCOUNT NUMBER 114 - 2041 - 572 -3450; PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, the City of South Miami has received a grant from the Miami -Dade County
Department of Human Services for the purpose of providing additional weekend meals to South Miami
senior residents; and
WHEREAS, Construction Catering, Inc., is a Miami -Dade County approved vendor which
currently provides food service for several senior centers across the County, including the South Miami
Senior Center; and
WHEREAS, Construction Catering, Inc., will provide the weekend meal delivery service for an
amount not to exceed $23,000.00.
NOW, THEREFORE, BE IT RESOLVED /ORDAINED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1. That the City Manager is authorized to execute a contract with Construction
Catering, Inc., for the provision of weekend meal delivery service for South Miami senior
residents.
Section 2. Payment in an amount not to exceed $23,000.00 is charged to the Department of
Human Services 23K - Senior Meals Program account number 114- 2041 - 572 -3450 with a current balance
of $23,000.00.
Section 3. This resolution shall take effect immediately upon execution.
PASSED AND ADOPTED this 3rd day of April , 2007.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM:
APPROVED:
YOR
Commission Vote: 5-0
Mayor: Horace Feliu Yea
Vice Mayor Randy Wiscombe Yea
Commissioner: Marie Birts Yea
Commissioner: Jay Beckman Yea
Commissioner: Velma Palmer Yea
South Miami
To: Honorable Mayor Feliu, and Members of the City Commission
Via: Yvonne S. McKinley, City Manager
From: Cesar Garcia, Director
Parks & Recreation Department
ff
Date: April 3, 2007 Agenda Item No.
Subject: Authorizing City Manager to Execute a Contract with Construction Catering, Inc.
RESOLUTION: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER
TO EXECUTE AN AGREEMENT WITH CONSTRUCTION CATERING, INC.
IN THE AMOUN OF $23,000 FOR THE PROVISION OF WEEKEND MEALS
DELIVERY TO SOUTH MIAMI SENIORS; TO BE CHARGED TO THE
SENIOR MEALS PROGRAM ACCOUNT NUMBER 114- 2041 -572 -3450;
PROVIDING FOR AN EFFECTIVE DATE.
Request: Authorizing the City Manager to execute an agreement with Construction Catering,
Inc., for the delivery of weekend meals to senior residents in South Miami.
Reason/Need: The City of South Miami has been awarded a grant in the amount of $23,000.00
from the Miami Dade County Department of Human Services to provide weekend
meals to South Miami senior residents. In order to provide this service as
efficiently and effectively as possible, it would be in the City's best interest to
contract with an experienced food catering service to prepare and deliver the meals.
Cost:
The attached resolution would allow the City Manager to execute a service
agreement with Construction Catering, Inc., a qualified Miami -Dade County
vendor (Dade County Bid No2365- 4109), which is valid until 3/20/08. The service
agreement allows for Construction Catering, Inc., to provide three meals per
weekend to approximately 175 seniors per week.
Not to exceed $23,000.00
Funding Source: Funding for this purchase is included in the current Fiscal Year budget in the
Department of Human Services Social Services 23 K — Senior Meals Program
account number 114- 2041 - 572 -3450, with a current balance of $23,000.00.
Backup Documentation: 0 Proposed Resolution
Q Copy of 2006 -2007 Meals Resolution with the County
0 Copy of Construction Catering, Inc., Service Agreement &
Proof of Insurance Documentation
Copy of other acquired non - awarded bids
CONTRACT AWARD SHEET
) EPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
BPO: ABCW0700672
BID NO.: 2365 - 4/09 -2
Previous Bid No.: 2365- 4109 -1
TITLE: FOOD CATERING SERVICES /CAA'S SPONSORED ELDERLY PROGRAM
COMMODITY CODE NO.: 961 -15 OTR YEARS: 4 LIVING WAGE APPLIES:
❑ YES ® NO
CONTRACT PERIOD: March 21, 2007 through March 20, 2008
AWARD BASED ON MEASURES: ❑ YES ® NO
❑ Set Aside
❑ Goal
❑ Local Preference
❑ Prevailing Wages (Reso. 90 -143)
❑ Living Wage
PART #I: VENDOR AWARDED
® SR.PROCUREMENT AGENT: Sherry Clentseale, CPPB
PHONE: 305- 375 -3900
❑ Bid Preference
❑ BBE ❑ IIBE ❑ WBE Owned Firms
❑ CSBE Level
F.E.I.N.:
591275454
VENDOR:
CONSTRUCTION CATERING, INC.
STREET:
2472 NW 21 TERRACE
CITY /STATE /ZIP:
MIAMI, FL 33142
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
NET 30 DAYS
DELIVERY:
AS REQUIRED
TOLL I {REE PHONE #
N/A
PHONE:
305 - 633 -5668
FAX:
305 -633 -1489
E- MAIL:
gstinfl @aol.com
CONTACT PERSON:
GUSTAVE ESTANFIL
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
1
PART ##2: ITEMS AWARDED
GROUP I -MEALS
1. Lunch Meal with Milk $2.74
GROUP II -GIFT PACKS
1. Gift Wrapped Fruit Packs
$4.53
2. Canned Pack of Decorated Cookies
$3.32
GROUP 111-EMERGENCY HURRICANE MEALS
1. Emergency Meal - Box 1
$4.56
2. Emergency Meal - Box 2
$4.56
3. Emergency Meal — Box 3
$4.56
4. Emergency Meal — Box 4
$4.56
5. Emergency Meal — Box 5 $4.56
PART 93: AWARD INFORMATION
❑ BCC ❑ DPM AWARD DATE: 2/15/06
BIDS t& CONTRACTS RELEASE DATE: 3/21106
ADDITIONAL ITEMS ALLOWED: No
SPECIAL CONDITIONS:
TOTAL CONTRACT VALUE: $ 831,000.00
USER DEPARTMENTS) DOLLAR ALLOCATED
CAA $ 831,000.00
AGENDA ITEM #: NIA
OTR YEAR: 2 of 4
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
2
Mar -2$ -2407 01:47Pm From- MIAI[II DADE HOUSING SITE 311 305 665 7440 T•-365 P "001/001 F -621
.. •,sue,.. =» �v.,n�a ■. aura A s.. �. �.a- sa�ea�s B g sa �ea��aa-�.M��e sue. C'ON9`.FR'{7 I L�1��"��_%�}6
-1i0d GEt - THIS CE=RTIFICATE 18 ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON T hE QEK PIGAT E
vl�R18 & ==Lr3s 110UR NCL HOLDER, THIS CERTIFICATE DOES NOT A(1IM, EMEND OR
L4821 South Dixie H_.ghway ALTER T149COVERAGSAPFORD913SYTI °II- POLIC198BELOW. --
MIAMI M. 33176 -7828
Phone ; 303- 238 -1000 Fax-,305-255-9843 f1< URIFERS ArFORDING COVERAGE NAP 9
INEURCRA'. A lls taCa Iusurande camp x_.9.232.
'IN6iJr1C3Zt�t �CO�,on�_T��luzamct�= �cl:�a�ly- - -. n_
C�3aa•�.tLY�t� Ev`ti on ��Sriric�r �ntr. �.....�..,. _- . -.,... - - - - - - - - -- __.. - -_ ...•,,.
X2 INSURERC
2 12 Nn 9wast 21 Tarrado INet1xE1��:
ii3asLli X3142 - �..�..... -- �._ ..............
1tkiU13 &R t =;
COVE1RAGnS.
TH0 POLIOW& DP INSURANCE LLsTI:e 05LOW HAVE hEENISSUED TO THE JN!$L IREb NAtADR A00VE FOA Mr: POLICY Pr -RIDD W010AT9D, WW W1T14STAN01N --
ANY 1i1:[IUTAEMLNT TF=WA 012 CONDiTIDN OF ANY QuNTRtAGT OR OTHER tjow 4 w Yt aH -MIS CERTIFICATE MAY BE IWULD OR
MAY PSRTAN, TKEINS URANGFAII PUROLrOBYTHEPOL1CIeSDESC MAWMQN16BUI1,fM TCALLT�E-Tl rRMS.ECCLiJMONSANDDDNUITION!. ilr.SV[:tl
PQLI(:IE =S AGGRE0Arf L €NttTS SHOWN MAY HAVE 110GN REDUOEI) oY PAIO CLAM1j
J �i�(�p+C��#iRA97�" - ^- - -- --••.,.... .,.,.,......
QTR NSR TVPEWINWR[ANCE ROI.ICY11Ure15f:1T QAi'E 1�Ii�41t31NY! ?7ATC A� {,LNYV I-li�^fi'9~ii4•
tyl`f EOL- LIABILITY
EACHOCCMREN,,'?
61,000 D00
X COMMERCIAL miNGR�AI`•'G'IAWLITY
AP,43GO113
08 /16/06
08/16/07
_CIAUA0tM'REME-IT.. _•
� __
_50,000N _-
CLJ!dms 1r[AvA € aCCVri
"M-o rxP (Any vFfe j-a a }
s Excluded
-
PMSONALAAbVINJURY
�U1,000r000
GENERALAflWREWZ
s 2� pp 000
_ -
4t-WL AGGREGATE LIWAPPLI3S PER:
P14DI3VCTS - r,0W;f0P AOR.
&1,000,000
_
POLICY - J�T. Lvc
.,.._..._. ....._..........—
..
AUYDnIOBIL9
LIABILITY
COMBINED
CORIfl11�Cp 81Nt3GII LIMi'i
11
10 0047 f3 0
A
ANYAt1T[1
O�1H642t34x
QB/16/04
08/1.6/0?
I[r[
ALL i wnv AUTOS
BODILY INJURY
S'i11£pu�Ef3AtI1'OC
Il�e�parecnl
i
H1REDAiT08
BOOILYINJURY'
NQW0W0EI3 AUTOS
(fsara.tiiJctt[1
P€iOnRTf DAMAGE
�
;ESet' eitt=Idarrl}
GARAOrmLIA13161TY
AWTO014LY -CA A001b. t=1T
T
0
Any AUTO
-
_EAACG
frTtl6rt�N
AtJTD
S - ...
.L3 Ai1D
S
EXCEZEfEiIAMPILLA LIASrI.ITY
EAcx =VkrdtM_E
s
- DOM �..� CI,AI€JB MADr
• A04HIMATE �. •.• :
_
_� -., ..... _ ,.s`•
4._
-�
-°°-�
--_— -
RL•1'E1I'1`IgN S
- — - -
$
W[11 0m COMPE03AMON AND
Y X1116 �ER
EMPLOYHERVI'LqufLITY
_�Ypf
E.L. EACI9A�GII�L 1 @T
S «
ANY J5R0 jRIETt)RJPARTNL"rY P_XW'UTIVE
-
. _...•.... -•
QFFIj;UWfE I39R i:kCLllpCQ7
_
C.L, WMAR -LA M&LOYrUd
9
Ir yyaa, tlee�s�tu rinder[
SPECIAL PRO%ASIC}RUbeSwa
,... -...- �-.
L.t<. P1SI AsL -i AL1:Y LEMiT
S
=FR
R "$OmpT1t3N of; CIPEI:ATIDun f LQCATHIM5 f UENfCI.E& 1 avL IJBIM13 A0130 BY ENOOMIME -WT I &PECIAL PL' 00510
C2:TZ°RZ'AS jX0LVDX1gG WAREHOUSFa AS TNCIDZNT 3 TO CATZRING
ACORD
CTTYSOCT gI4QL1M1 ANY OFMiE ABOVE 0= 111sED POLlCWA94CJLNOCLl UUaEFORE THE 1=KYWATION
➢FttE T HFREW;, TIir ISSUING INSUR171i WILL EN0PAVL1R V ItlQ. 3.0 GAYS W Rrr M -N
Hi1'flirE Tp iflE CBRTII"-fCA'fI: HBLCPA NA�IN� TO THE: LEFT, BUTe;AiLLI32t:7O D6 flW BxaLL
City of South Miu=i IMPOagNO0 8LIOArIomDRLIAD &TY CIF ANY MIND UPOUT[Irl -FO RUR,ITEAGBUMOR
5130 glanuut Vxr;Lve REORGMENTATIVES.
EcUt 1. Miami FL 33143 AU ORtz GNTATryE
!•. "7nua KRvLCF ;0 SStE1'n31d'S�i1OI L7F1'3J9kti0J E�i'rrl ky t1 L4QZ '8�i _11V71
COnStrUCtiOn Catering, InC.
Construction Catering Inc, will provide the following services to City of South Miami at
6701 S W 62 Avenue, Miami, Fl. 33143.
Service Agreement
Meals are based on the four — cycle four -week menus attached which are designed for the
nutrition of adults by a licensed nutritionist, meeting the usual, one -third RDA required.
Construction Catering will be closed on the following dates: Labor Day, Christmas Day,
and New Years Day. Any other holidays not mentioned in this contract, may also be
observed. We will cooperate -on providing meals for these holidays and special
arrangements including additional cost to be determined.
Special meals will be provided as needed with sufficient notification from Monday
through Friday only. Special meals may be Box Lunches. The food will be transported
in thermos containers in order to maintain the proper temperature required bylaw. Asa
reminder, we are a current food vendor or supplier for The Miami Dade County.
The cost per meal will be $ 3.30 per person. Food quality. is to be nutritional and of a
good quality. Portion sizes are standard adult portions and labeled as often as
practicable on the menus. All meals will be prepared and guaranteed in accordance
with Miami Dade County Bid # 2365 -4109.
Payment plans are as follow:
Payments are due on the lst day of each month and will not exceed.a total of $
23,000 for the length of the agreement.
This contract will start upon notification and will terminate on 4 3, Q 9
Accepted on this arc( day of 6200, with the intend to be legally
bound
Witness Constru z atering c.
(.`Vi I1iori2ecl Representative)
Witness
(Authorized Representative)
ouch Miam'
2472 N.W. 21st Terrace • Miami, Florida 33142
Phone. (305) 633 -5668 • Fax (305) 633 -1489
SOUTH MIAMI COMMAS DEL VIES
200AMALS
Meatloaf" W/Brown
Mashed Potatoes
Baby .Carrots
Diviner roll
MENU A
Teri ya d Chicken;
Coaxt
White Rice
Dimier roll
MENU B
Chicken Parmesan
.Buttered Egg Noodles
Sweet Potatoes
Apple
Dinner Roll
7;�,
WEEK Z
MENU B
Fish -Li Tomato Sauce
white Rice
Peas
Dinner
S UTTI MIAMI COIV. IDD A.S DE.E VYERNES
200ZVMALS
NJENi7 A
Meatloaf W/BrQvgl
IV ashed Potatoes
Baby Carrots
Dinner loll
MINI A
'Teriy�i Chickan
Con-1
White Rice
Diruzcr xoll
)NT' EK I
MENU B —
Chicken Parmesan
Buttered Eg Noon
greet Potatoes.
fipple
Dinner Ro11
7Q
WEEK 2
GNU B
Fish In Tomato
White Rice
Peas
Roll
L ANDMA M'IN THE FOOD SERVICE INDUSTRY
4001 N W. 31st 'AVE., MIAMI, FLORIDA 33142 s Pik,13OX 52052, MIAH, FLORIDA 33152
($15) 633.8066 • (305) 633-4616 « B�oward (954) 927 -3266 • Fax (305) €35 -5202
January 9, 2007
To; Asia cabal, South Miami Eldl rly Services
Fromm.: f ohn Olmo, Vice-President
Re; Catered meals Quotation
In response to your request, Greater Miami catered sub -mits the
foltowing - iufc rmation as provided to us: 1) Serving approximately 75
clients in individual apartments in the same building, Z. ) Providing
two hot hog e� bou:nd .ind.!Adualized meals per client, 3.) Meals are to
be. delivered on Friday's, 4.) All deliveries are to be accomplished by
one driver delivery person, 5.) That the deliveries are accomplished in a.
2 1/2 hour pe-.od and .) That tacals are to meet the 1/3 RDA based
on the guidelines provided b the A.11.iance an '
' In.
Our offer is as follows l..) 7.75 per two meal cornbo per client, 2.}
this breaks down as 4.35 for the first meal which includes the cost,of
the delivery and $ 3.40 for the. second meal and 3.) We will. follow the-
attached proposed menus which meet program requirements. •'
We look forward to your reply of our proposal and would be happy
to answer any questions you may have at your earliest convenience.
Thank you for your consideration.
1