Loading...
HomeMy WebLinkAbout2006-26182 Reso RESOLUTION NO. 2006-26182 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, REJECTING ALL PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 29-04/05, FOR DRY CLEANING AND LAUNDERING SERVICES FOR CITY OF MIAMI BEACH UNIFORMED EMPLOYEES. WHEREAS, the City's contracts with the Fraternal Order of Police (FOP), International Association of Fire Fighters (IAFF) and American Federation of State, County and Municipal Employees (AFSCME) all contain a clause to discuss a cleaning/laundry service in lieu of paying employees a cleaning allowance, which is currently required in the aforestated union contracts; and WHEREAS, Request for Proposals (RFP) No. 29-04/05 for Dry Cleaning and Laundering Services was issued on June 22, 2005; and WHEREAS, notices were issued to 84 prospective proposers by Bid Net, mail, e-mail and fax transmission, which resulted in the receipt of the following five (5) proposals from: · Oxxo Care Cleaners; · Golden Laundry Ventures; · Spot Master; · Americlean; · South Beach Laundry, Inc.; and WHEREAS, the City Manager via Letter to Commission (LTC) No. 258-2005, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: · Mike Brady, Treasurer, IAFF · Floyd Hordan, Fire Chief · Robert Jenkins, President, FOP · Prince Pierce, President, AFSCME · Jason Loeb, Owner, Sudsies Dry Cleaners · Richard McKinnon, President, CWA · Willie Sanders, GSA Representative · Linda Gonzalez Verbit, Labor Relations Director · Michael Auch, Police Captain; and WHEREAS, on September 22, 2005, the Committee convened and was provided with information in reference to the RFP; and WHEREAS, all five (5) proposers who provided responses provided presentations to the Committee; after the proposers' presentations, the Committee members discussed their qualifications, experience and competence, and ranked the following proposers accordingly: 1 )Americlean; 2) Golden Laundry Ventures ; and 3) South Beach laundry, Inc.; and WHEREAS, the City's total cost allowance for employee dry cleaning is $361,280; Americlean's (the first place proposer's) proposal was $880,800, which is far in excess of this amount; and WHEREAS, the City Manager recommends that the City Commission reject all proposals received pursuant to the RFP. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby reject all proposals received pursuant to Request for Proposals (RFP) No. 29-04/05, for Dry Cleaning and Laundering Services for the City of Miami Beach Uniformed Employees. PASSED AND ADOPTED THIS ,2006 1l7CJ' r c<< c&. CITY CLERK ROBERT PARCHER F:\PURCI$ALLVoannaIRFPsIRFP 29-04-05 - Dry CleaninglRESOLUTlON FOR DRY CLEANING. doc ~ Condensed Title: A Resolution Rejecting all Proposals Received For Dry Cleaning and Laundering Services for the City of Miami Beach Uniformed Em 10 ees. COMMISSION ITEM SUMMARY Ke Intended Outcome Su orted: Increase resident satisfaction with employee contact. Issue: Whether the Resolution should be adopted? Item Summary/Recommendation: The City's contracts with the Fraternal Order of Police (FOP), International Association of Fire Fighters (IAFF) and American Federation of State, County and Municipal Employees (AFSCME) all contain a re-opener clause to discuss a cleaning/laundry service in lieu of paying employees a cleaning allowance, which is currently required in Communications Workers of America (CWA), IAFF and FOP contracts. The City Manager exercised his due diligence and upon analysis of the proposals received, determined that it is not in the City's best interest to privatize the Dry Cleaning and Laundering Services. The total cost for current employee allowance is $361,280. By accepting Americlean's proposal, the cost per employee is not reduced, but rather increased to $880,800. Additionally, there is a significant liability issue to the City should the employees be hurt in the process of delivering or picking-up their uniforms under a City-sponsored service. Advisory Board Recommendation: IN/A Financial Information: Source of Amount Account Approved Funds: 1 D 2 3 4 OS PI Total Financial Impact Summary: Ci Clerk's Office Le islative Trackin Gus Lopez, ext. 6641 Si n-Offs: Department Director t City Manager City Manager LG GL R T:\AGENDA\2006\may1006\consent\DRY CLEA JMG lD ...... MIAMIBEACH AGENDA ITEM DATE C!..7L s=-/o-()~ lD MIAMI BEACH City of Miomi Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachA.gov COMMISSION MEMORANDUM FROM: Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez, City Manager ~ May 10, 2006 ~ A RESOLUTION OF THE MAYOR ~ND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, REJECTING ALL PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 29-04/05, FOR DRY CLEANING AND LAUNDERING SERVICES FOR CITY OF MIAMI BEACH UNIFORMED EMPLOYEES. TO: DATE: SUBJECT: ADMINISTRATION RECOMMENDATION Adopt the Resolution. ANAL YSIS The City's contracts with the Fraternal Order of Police (FOP), International Association of Fire Fighters (IAFF) and American Federation of State, County and Municipal Employees (AFSCME) all contain a re-opener clause to discuss a c1eaningllaundry service in lieu of paying employees a cleaning allowance, which is currently required in the Communications Workers of America (CWA), IAFF and FOP contracts. The City's total annual cleaning allowance is $361,280, which is distributed as follows: · FOP -- $157,800 for 375 employees (270 officers receive $75/month; 105 officers receive $50/month). · IAFF -- $131,000 consist of 210. · CWA -- $72,480 for 151 employees who receive cleaning $40/month; · AFSCME - under consideration - could range from 50 to 220 employees. · GSA - under consideration - could range from 15 to 45 employees. The following is the status of the various labor contracts: AFSCME: Future negotiations may include the consideration for a service for those classifications whose duties and responsibilities require the handling or contact with hazardous chemicals (Le. mechanics, sewer, sanitation). GSA: There is currently no cleaning allowance in the GSA contract. The City explored the possibility for cleaningllaundry service under the same conditions as AFSCME. IAFF: The City is currently paying each employee $50 per month. Currently, the cleaning allowance paid to the employees of the IAFF contract is also included in the final calculation for pension. FOP: Uniformed employees receive $50 per month; officers receive $75 per month. Currently, the cleaning allowance paid to the FOP contract is also included in the final calculation for pension. CWA: Although this was recommended to remain status quo during the current impasse proceeding, the contract will be open for re-negotiation at the immediate conclusion of the impasse. RFP PROCESS RFP No. 29-04/05 was issued on June 22, 2005 with an opening date of August 19, 2005. A pre-proposal conference to provide information to proposers considering submitting a response was held on July 7,2005. Notices were issued to 84 prospective proposers by BidNet, mail, e-mail and fax transmission, which resulted in the receipt of the following five (5) proposals from: · Oxxo Care Cleaners · Golden Laundry Ventures · Spot Master · Americlean · South Beach Laundry, Inc. The City Manager via Letter to Commission (LTC) No. 258-2005, appointed an Evaluation Committee (lithe Committee") consisting of the following individuals: · Mike Brady, Treasurer, IAFF · Floyd Jordan, Fire Chief · Robert Jenkins, President, FOP · Prince Pierce, President, AFSCME · Jason Loeb, Owner, Sudsies Dry Cleaners · Richard McKinnon, President, CWA · Willie Sanders, GSA Representative · Linda Gonzalez, Labor Relations Director · Michael Auch, Police Captain On September 22, 2005, the Committee convened. The Committee was provided with information in reference to the project by Linda Gonzalez. Additionally, the Committee reviewed references secured by the City's Procurement staff, and discussed the following RFP evaluation criteria's which was used to evaluate and rank the respondents: A. Cost of services - 40 points; B. Ability, capacity and skill of the bidder to provide the services - 30 points; C. Character, integrity, reputation, judgment, experience and efficiency of the bidder _ 10 points; and D. Proven quality of performance on previous contracts for similar services _ 20 points. All five (5) proposers who provided response to this RFP also provided presentations to the Evaluation Committee. After each of the proposer's presentations, the Committee members discussed the proposer's qualifications, experience, and competence, and ranked the proposers accordingly: Linda Company Mike Floyd Robert Prince Jason Richard Willie Gonzal Michael Name Brady Jordan Jenkins Pierce Loeb McKinnon Sanders ez Auch Verbit Oxxo Care Cleaners 58 (3) 89 (1) 30 (4) 39 (4) 58 (2) 71 (3) 37 (4) 66 (5) 79 (2) Golden Laundry 72 (1) 83 (5) 55 (1) 65 (2) 55 (3) 81 (2) 68 (2) 71 (3) 50 (5) Ventures Spot 50 (4) 84 (4) 15 (5) 45 (3) 63 (5) 50 (5) 44 (3) 69 (4) 83 (1) Master Americlean 49 (5) 85 (3) 40 (3) 74 (1) 78 (1) 61 (4) 78 (1) 81 (2) 78 (3) South Beach 60 (2) 86 (2) 45 (2) 28 (5) 55 (3) 86 (1) 34 (5) 83 (1) 73 (4) Laundry Inc. ttl- #2 #3 #4 #5 Leaend: Americlean 3 1 3 1 1 Ranked 1 st 1st Place Vote = 1 3 + 2 + 9 + 4 + 5 = 23 2nd Place Vote = 2 3rd Place Vote = 3 Golden 2 3 2 0 2 Ranked 2nd 4th Place Vote = 4 2 + 6 + 6 + 0 + 10 = 24 5th Place Vote = 5 S. Beach 2 3 1 1 2 Ranked 3rd 2 + 6 + 3 + 4 + 10 = 25 CITY MANAGER'S REVIEW The City Manager exercised his due diligence and upon analysis of the proposals received, determined that it is not in the City's best interest to privatize the Dry Cleaning and Laundering Services. The total cost for current employee allowance is $361,280. By accepting Americlean's proposal, the cost per employee is not reduced, but rather increased to $880,800. Additionally, there is a significant liability issue to the City should the employees be hurt in the process of delivering or picking-up their uniforms under a City-sponsored service. CONCLUSION The Administration recommends that the Mayor and City Commission reject all proposals pursuant Request for Proposal (RFP) No. 29-04/05 for Dry Cleaning and Laundering Services for the City of Miami Beach Uniformed Employees. T:\AGENDA\2006\may1006\consent\Dry Cleaning commission memo1.doc