Loading...
HomeMy WebLinkAboutR-00-0163J-00-109 2/7/00 RESOLUTION NO. 0 0� 1 3 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE PROVISION OF RECORDS MANAGEMENT AND STORAGE FROM DATA STORAGE CENTER, UTILIZING EXISTING CITY OF MIAMI CONTRACT AWARD BID NO. 96-97-092, EFFECTIVE UNTIL OCTOBER 30, 2000, FOR THE DEPARTMENT OF POLICE, IN AN AMOUNT NOT TO EXCEED $15,000; ALLOCATING FUNDS THEREFOR FROM THE POLICE GENERAL OPERATING BUDGET, ACCOUNT CODE NO. 001000.290201.6.610. WHEREAS, the Department of Police requires.the services of a commercial records management and storage facility to provide records management and storage for inactive files and documents; and WHEREAS, the department lacks storage space for the volume of records that must be kept pursuant to Florida State Law; and WHEREAS, voluminous storage boxes and containers in the building pose safety hazards to employees; and WHEREAS, funds are available from the Police Department General Operation Budget Account Code No. 001000.290201.6.610; and CITY COMMISSION MEETING OF FE® 17 2000 Resolution No. C WHEREAS, the City Manager and the Chief of Police recommend the records management and storage from Data Storage Center, utilizing existing City of Miami Contract Award No. 96-97-092, effective until October 30, 2000, in an amount not to exceed $15,000, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The provision of records management and storage from Data Storage Center, utilizing existing City of Miami Award Bid No. 96-97-092, effective until October 30, 2000, for the Police Department, in an amount not to exceed $15,000, is hereby approved, with funds therefor hereby allocated from the Police General Operating Budget. C"0 Page 2 of 3 Section 3. This Resolution shall become effective immediately upon adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 17th day of February 1 2000. JOE CAROLLO, MAYOR In eccordance wfth Miami Code Sec. 2-36, since the kqpvor did not indicats approval of ViLe bgislation by signing it in the designated pace plmvidl�ad. sal;d rimpi h=ries effective; with the elapse of tan (10) day the dale of Cc is s)6g-' 75s ii rF _viten ,V v mqaFding same, without the Mayor ee, , frs ATTEST: WALTER J. FO CITY CLERK „o bARM,4CORRECTNESS-t/ TTORNEY 7 Wifi19.:hdb:RCL City If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it w - as passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. A ip�!� Page 3'of 3 00— '163 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM * CA=3 TO: The Honorable Mayor and Members DATE : rE-D R 2000 FILE: of the City Commission LU SUBJECT: Proposed Resolution FROM :a14. arshaw REFERENCES: Commercial Records City Manager ENCLOSURES: Management Center RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the Police Department to utilize an existing City of Miami Bid No. 96-97-092, for the provision of records management and storage until October 30, 2000, from Data Storage Center, located at 6900 N.W. 74" Avenue, Miami, Florida 33166, in an amount not to exceed $15,000. Funding will . be allocated from the Police General Operating Budget, Account Code No. 001000.290201.6.610. BACKGROUND The Police Department must retain records pursuant to Florida State law. Due to the space constraints and safety problems posed to its employees, the vast volume of records can no longer be stored within the Police Department building. The Data Storage Center facility will be utilized to store said records. DHW:WEO: C:JLM:lr 00— TO: Donald H. Warshaw City Manager W' . 0 � , FROM: William E. O'Brien Chief of Police CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: JAN 13 2000 FILE : SUBJECT: Records Management and Storage Center REFERENCES: ENCLOSURES: The Police Department has verified funds are available with the Department of Management & Budget, for the provision of records management and storage center, from Data Storage Center, in an amount not to exceed $15,000. Funding is available from the Police General Operating Budget, Account Code No. 001000.290201.6.610. BUDGETARY REVIEW AND APPROVAL d,WVA= llmloo Luie L. Brennan Interim Director Department of Management & Budget WEO:lr " of Miami oa0ament & Budget o 0 Date " 1 L b 0 Time V-' 3a a M) Amount of S?31,559 ipo _ is 3 -_ available in account number: o y' 0 oo� 000, Y9 o1ol.C. 110 %trmed by:�AIRWE 00- x.63 CITY OF MIAMI AWARD SHEET BID NO. 96-97-092 ITEM: Records Management and Storage DEPARTMENT: Police TYPE OF PURCHASE: Contract REASON: The Department of Police must retain records pursuant to Florida State Law. RECOMMENDATION: It is recommended that award be made to Data Storage Center for the provision of records management and storage, for the Department of Police, under existing Bid No. 96-97-092, effective until October 30, 2000, at an amount not to exceed $15,000.00; allocating funds therefor from Police General Operating Budget, Account Code No. 1 I U Date AwardSheet 0 163 t� Of �ti�tC CONTRACT A W A R D BID NO. 96-97-092 NAME OF BID: CONTRACT PERIOD: ORIG. CONTRACT PERIOD: COMMODITY CODE: TERM OF CONTRACT: METHOD OF AWARD: RENEWAL OTR YEARS: SECOND AND FINAL RENEWAL COMMERCIAL RECORDS MANAGEMENT CENTER . OCTOBER 31, 1999 THROUGH OCTOBER 30, 2000 OCTOBER 31, 1997 THROUGH OCTOBER 30, 1998 962-95 ONE (1) YEAR WITH THE OTR FOR TWO (2) ADDITIONAL ONE-YEAR PERIODS LOWEST FIXED PRICE ` AWARD BASED ON MEASURES: Yes O No (X) ( ) Set Aside O BBE O HBE ( ) WBE owned fines O Local Preference SECTION #1 VENDOR AWARD F.E.I.N. # 59-0535848 VENDOR NAME: DATASTORAGE STREET: 6900 NW 74TH'AVENUE -' CITY/STATE/ZIP: MIAMI, FLORIDA 33166. -. CONTACT PERSON: NANCY FEAR PHONE #: (305) 887-9827 FAX #: (305) 887-8829. PAYMENT TERMS: NET 30 DAYS DELIVERY: 1 CALENDAR DAY ARO P. O. WARRANTY: AS PROVIDED IN THE PROPOSAL`; SECTION #2 AWARD INFORMATION C.C. AWARD DATE: JANUARY 26, 1999 AMENDED AMOUNT: YES AGENDA ITEM #: 4 SPECIAL CONDITIONS: YES RESOLUTION NO: 99-65;97-523. 'INSURANCE REQUIREMENT: YES TOTAL AWARD AMOUNT: $26,6 77.00 FINANCIAL OVERSIGHT BOARD: NOVEMBER 4, 1999 SECTION #3 AFFIRMATIVE ACTION POLICY YES SECTION #4 REQUESTING DEPARTMENT INFORMATION USER DEPARTMENT/DIVISION: CITY CLERK'S OFFICE CONTRACT ADMINISTRATOR: JONDA JOSEPH TELEPHONE NO: (305) 250-5360 FAX NO. (305) 858-2156 SECTION #5 PROCURING AGENCY SENIOR BUYER: PAMELA BURNS DATE PREPARED: NOVEMBER 4, 1999 TELEPHONE NO: (305) 416-1905 FAX: (305) 416-1925 PREPARED BY: STEPHANIE WILLIAMS i a r CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Walter Foeman, City Clerk TO City Clerk's Office DATE: SUBJECT: Ju S. Carter,Acto FROM: p chasing Department REFERENCES ENCLOSURES: November 4, 1999 FILE: Commercial Records Management Center Bid No. 96-97-092 SECOND AND FINAL RENEWAL One (1) Please find enclosed a copy of the recently approved second and final renewal term contract for the provision of commercial records management center. The Office of the_City Clerk is urged to carefully review the contract in detail to become familiar with its prices, terms and conditions. No other goods or services can be purchased under this contract except those specified in the contract. When requesting this commodity or service, the Bid and Resolution Nos. should be cited in the requisition. It shall be the responsibility of the using department to properly administer the contract to ensure that the contractor and the City perform all contractual obligations. In the execution of this responsibility, departments should monitor vendor performance, inspect goods at time of delivery and check for accuracy in billing. Should your department encounter any problems with the contractor, please document the problem and immediately advise Pamela Burns, Sr. Procurement Contracts Officer 416-1905 for assistance. c: Bid File Josephine Argudin Jonda Joseph CONTRACTRE WCOV ERMEMO 0.®- I63 Titij vrf fflinmi Y OF A� JUDY S. CARTER , Director mll$ n n Data Storage Centers Attn: Nancy Fear 6900 NW 74th Avenue Miami, Florida 33166 Dear Ms. Fear: DONALD H. WARSHAW City Manager November 4, 1999 Re: CONTRACT AWARD RENEWAL Bid No. 97-98-022 Commercial Records Management Center Please be informed that the City of Miami extended its contract with your firm through October 30, 2000, at the price, terms and conditions as quoted in the above mention contract. Enclosed is the Contract Award Renewal sheet. Should you have any questions regarding this matter, please contact Stephanie Williams at (305) 416-1904. The City of Miami appreciates your participation in servicing our needs. JSC/sw c: Bid File I Sincerely yours Judy S. Carter Director of Purchasing e CONTRACT"MCOVERSHEET DEPAK IMEN1 OF PURCHASING/444 S.W. 2nd Avenue, 6th Flcwr/Miami, Flurida :i31 10R305) 416-19(H)/Fax: (305)416-1925 F -Mail Addle-. )nurhavetc i.miamill.u, Wcb%itr Addw-: hnp.,'A I m1.11ui.11m., FROM DGWright PHONE NO. : 305 6619864 i Nov. 03 1999 09:11AM P2 nuv-urIWU uo!oawn rrwrrvIII .iI womau vrr,K auuwiu,u,c IYd,: 4yYl/W —ddd _ _ CONTRACT 1ZVIBW AM ANAL �0 dwetlwr ftmo A806 M"GM4 Mmmma SID MOM No be =Mm, p1 C TA= /� I CWfAff �saLtrreo�w Mt+�� - � roTAt oa�s�ew oicOM9. �! � C1 11C11JR�Oii�f� Mari.t 1i 0 VU p 110 Q N/A A~ *1W"o ftfml� Q�»s beam ltY�����s��iw���tY11�► � ,.�...��� Was~,ZMSSF792s 'r'wrw •+�o loan AWs"Ot .._.r AWV* ZO d IG'tiN 'S:�I �i6:c7� d�: :131 0- 1u3 of CONTRACT A W A R D RENEWAL BID NO. 96-97-092/2000 OTR YEARS: FIRST RENEWAL NAME OF BID: COMMERCIAL RECORDS MGMT. CTR CONTRACT PERIOD: OCTOBER 30, 1998 THROUGH OCTOBER 30, 1999 ORIG CONTRACT PERIOD: OCTOBER 31, 1997 THROUGH OCTOBER 30, 1998 TERM OF CONTRACT: ONE YEAR OTR FOR TWO (2) ADDITIONAL YEARS COMMODITY CODE: 962-95 METHOD OF AWARD: LOWEST FIXED PRICE SECTION #1 VENDORS AWARDED VENDOR NAME DATA STORAGE CENTERS STREET: 6900 NW 74TH AVENUE CITY/STATE/ZIP: MIAMI, FL 33166 CONTACT PERSON: NANCY FEAR PHONE #: (305) 887-9827 FAX #: (305) 887-8829 TERMS: NET 30 DELIVERY: 1 CALENDAR DAY WARRANTY: AS STATED SECTION #2 .- AWARD:INFORMATION C.C. AWARD DATE: t JULY 24, 1996IENDED AMOUNT NONE AGENDA ITEM #: .30' SPECIAL CONDITIONS !YES RESOLUTION NO: 97-523: INSURANCE REQ(IIREMENT: YES TOTAL AWARD AMOUNT: $10,677.00 f' SECTION #3 AFFIRMATIVE ACTION POLICY YES SECTION #4 REQUESTING DEPARTMENT INFORMATION '`.-.7' USER DEPARTMENT/DIVISION: CITY CLERKS OFFICE CONTRACT ADMINISTRATOR: WALTER FOEMAN TELEPHONE NO.: (305) 250-5360 FAX #: (305) 858-2156 SECTION #5 PROCURING AGENCY SENIOR BUYER: PAMELA BURNS DATE PREPARED: AUGUST 15, 1997 TELEPHONE NO: (305) 416-1905 FAX: (305) 416-1925 oo- 163 1, -SENT BY :CITY OF MIAMI 8-99 ;11: 3W PROCLREVB T Qlitv of 4niami November 4, 19" 83058878828;# 2/ 2 DANALO K WARSHAW Cilymmmoft W1 FAN AND REGULM MML Data S XW Candess At N7� Aveaue �Subject;eda1 Rem* M 6� MW4 Flortda 331" Bid Na 96.97-W2 Dery t«tr. fur. A Mvkw of Mw fifes in tater that the a ib*t est>tiract eq*ed an OctoW 30, 1994. Special C=Ubd= of d w hwNadon far bid state that the period of the cord sc4 or aY !fin ttweot, my be mWmd by mad wdm eonseat. The QV of HWW whhes to mmteW Its cmo= wish yow &m through Oftsbar 30, 20000, under the rams term, prices and cau&dotms. )Freese kuikaw Your Comm to fists eXL!! ma OpDtlm1t by der+t� saw -d B.� . to the. (at to adder 1=4 kms). You are rermtnded tlwt, In 8Ct r+dance wtds t>ar aw dots CMUNM You are "kw to fia akh to tits Id" tw (t) dip d»iDM A�I;E�1ui�1� =RPTASLI . You am regAW to reface theUHlft1ER and D UM an flea fw anoe wWkW and scud It t* the . Purdtaft Dwartmett4 attendee Matfsat Wdonadm. A ftvb se +Order will not be !:sued ME the Peirdang Department receives = 0rl9W C"Mcate of inWwCe. In addf m'4 be ttth+LseQ that a amvnt coWs) of Vow W, OcQ4 a One utenee, h mired to be sokultud to thea *NkL 2mdd your Wdnes k fot;ttEttd wltbla the Cly of Mho a 1r6am1 C 0MWIarat Ltce M Is required. A copy of yaur current Dante must be submitted with dsis notpce vAddn the time speei0ed tw do In order to rehouse the coni= The City of Miami appa+ectataai your cmdriued parddpa km to soppl l% o, needs. 1 Ofc)AirTi+AEhi t3F t1URcx1AlaraG/I�,l J.W.2�dwxyruo, W!+ rtoeori►b►q,t tl�orrdf sxt 3M3w,1 ns. il�rF'aar 6i01:1�1 s-1�2'S 6 Mail Ad&#s : Parthaal�imi�mill.u�! Webdlc Addnra� ht>p�►d.mbmi.ILu1V Mi0h* M Few 90, ICK i1s7W Mlir►i, t M13 -417M 00- 163 20 'd ON Xv� sx,;.i.NRo .39w.IS u..HQ £n :17i (ISM 88 -0I -AOM CITY OF tillAMl. FLORIDA INTER -OFFICE MEMORANDUM Donald H. Warshaw August 21, 1999 ro: City Manager oarE Extension of contract SUBJECT: Bid No. 96-97-092 Judy S. Carter, or Commercial Records FROM: Purchasin a ent REFERENCES Management Center ENCLOSURES: FILE : Please be AINWe d that the current contract for Commercial Records Management Center will expire on October 30, 1999. The City Clerk's Office has Indicated no objection to extending the existing contract for an additional one-year period. This represents the second and final renewal. The services of Data Storage Centers have been found to be satisfactory. Your signature below will indicate approval of the extension. Any questions regarding this contract may be directed to the Purchasing Department at 416- 1922. APPROVED: DATE: JSGsw c: Bid File 00- 163 4 0, {/) Fax Cover k-OVANT� THIS mmAGE Is tNnmm oN:Y FOn 14.45 USC OF THE INDMDUAL Ok PNTITY TO WHICH R IS ADORESSED AND MAY. CONTAIN INFORMATION THAT is 01WI;LCED, CONFIDENTW L AND WRMPT FROM DISCLOSURE UNDER APPLICABLE LAW. IF THE (LEADER OF 1 1 T41S MESSAGE IS NOT ?HE INTBJDED RECIPIENT, YOU ARE HEREBY NOTIFED THAT ANY DISSEMINATION, DISTRIBUTION OR COPYING OF THM COMMUNICATION IS STRICTLY PROHIB:TED. If YOU HAVE RECEM D THIS COMMUNICATION IN ERROR, PLCASE NOTIFY Lis IMMEDIATELY BY TELEPHONE AND RETURN THE ORIGINAL MESSAGE TO US AT THE ACORES$ S►+O-- VIA TME UNITED STATE POsse•L SaewCE THANK YOU. To Stephanie Williams Fax No. 305-416- � From Nancy r Date/Time 11!10/ at 1 :06 AIVI Subject Notice of Contract Extension - 96-97-092 C'L� Pages 3, including this one Per our conversation, the signed Notice of Contract Extension and a copy of the Occupational License follow. Please call me if you have any questions. 'r)N Y44 QW I M71 anWAn I c u l un 6900 N. w. 74th Avenue Miaml, FL 33166 (305) 887-9827 (305) 887-8829 Fax dscmiarn4suddath.com Our 163 7n,7f (l7M aC_nT_AMI DADE COUKTY 1998 occupAiioNAL LICENSE TAX 2000 FIRST-CLASS TAX ECTOR *MAMI-rmoa COUNTY - STATE OF FLORIDA C U.S. POSTAGE %LA EXPIRES 14 k-1 GLER ST SEPT:tcrr PAID OV 4th FLOOR BUSINESS MUST BE DISPLAYED AT MIAMI. FL MIAMI, FL 33130 PURSUANT TO COUNTY CODE CHAPTER 8A - ART 9 at 1a PERMIT NO. 231 034935-7 RENEWAL a N Al UCENSE NO. 034935-7 slr06 H R . off VAN LIMES INC' E 111T ► 0 NW XV� U N I N 'DADSE COMO MAERS - SUDDATA VAN - LINES INC So ll sualn EMPLOYEES 20 ZIRVOYI&T/HAULING/STORAGE(LOCAL): rHrs Of W L. T 7HE UGE100TO VICUTS ON NXWM DO NOr FORWARD wcm MST TmE uWMEE'S UDDATH VAN LINES INC FWNAW0T"&*W=" AVE 9 0 mw AcAr" OF THE MIAMI fL 33166 Uc",_qm,s WAUFOA, 7m. ED caLLACTON, 1999 2 1 -1 100 SEE OTHER SME 4: BID NO. 96-97-092/2000 AMENDED OTR YEARS: FIRST RENEWAL NAME OF BID: COMMERCIAL RECORDS MGMT. CTR CONTRACT PERIOD: OCTOBER 30, 1998 THROUGH OCTOBER 30, 1999 ORIG CONTRACT PERIOD: OCTOBER 31, 1997 THROUGH OCTOBER 30, 1998 TERM OF CONTRACT: ONE YEAR OTR FOR TWO (2) ADDITIONAL YEARS COMMODITY CODE: 962-95 METHOD OF AWARD: LOWEST FIXED PRICE SECTION #1 VENDORS AWARDED VENDOR NAME DATA STORAGE CENTERS STREET: 6900 NW 74TH AVENUE CITY/STATE/ZIP: MIAMI, FL 33166 CONTACT PERSON: NANCY FEAR PHONE #: (305) 887-9827 FAX #: (305) 887-8829 TERMS: NET 30 DELIVERY: 1 CALENDAR DAY WARRANTY: AS STATED IN THE PROPOSAL SECTION #2 AWARD INFORMATION C.C. AWARD DATE: JANUARY 26, 1999 AMENDED AMOUNT: YES AGENDA ITEM #: 4 SPECIAL CONDITIONS: YES RESOLUTION NO: 99-65 INSURANCE REQUIREMENT: YES TOTAL AWARD AMOUNT: $26,677.00 SECTION #3 . AFFIRMATIVE ACTION POLICY YES SECTION #4 REQUESTING DEPARTMENT INFORMATION USER DEPARTMENT/DIVISION: CITY CLERKS OFFICE CONTRACT ADMINISTRATOR: WALTER FOEMAN TELEPHONE NO.: (305) 250-5360 FAX #: (305) 858-2156 SECTION #5 PROCURING AGENCY SENIOR BUYER: PAMELA BURNS DATE PREPARED: AUGUST 15, 1997 TELEPHONE NO: (305) 416-1905 FAX: (305) 416-1925 i Go- 163 Atli IICf YaAt CONTRACT A W A R D BID NO. 96-97-092/2000 NAME OF BID: COMMERCIAL RECORDS MGMT. CTR CONTRACT PERIOD: OCTOBER 31, 1997 THROUGH OCTOBER 30, 1998 TERM OF CONTRACT: ONE YEAR OTR FOR TWO (2) ADDITIONAL YEARS COMMODITY CODE: 962-95 METHOD OF AWARD: LOWEST FIXED PRICE SECTION #1 VENDORS AWARDED VENDOR NAME DATA STORAGE CENTERS STREET: 6900 NW 74TH AVENUE CITY/STATE/ZIP: MIAMI, FL 33166 CONTACT PERSON: NANCY FEAR PHONE #: (305) 887-9827 FAX #: (305) 887-8829 TERMS: NET 30 DELIVERY: 1 CALENDAR DAY WARRANTY: AS STATED IN THE PROPOSAL SECTION #2 C.C. AWARD DATE: AGENDA ITEM #: RESOLUTION NO: TOTAL AWARD AMOUNT: SFC'TIC)U #-4 UCTIOM #4 AWARD INFORMATION JULY 24, 1996 30 97-523 $10,677.00 AMENDED AMOUNT: NONE SPECIAL CONDITIONS: YES INSURANCE REQUIREMENT: YES AFFIRMATIVE ACTION POLICY YES REQUESTING DEPARTMENT INFORMATION USER DEPARTMENT/DIVISION: HUMAN RESOURCES CONTRACT ADMINISTRATOR: RENEE JONES TELEPHONE NO.: (305) 416-2102 FAX #: (305) 416-2115 SECTION #5 PROCURING AGENCY SENIOR BUYER: PAMELA BURNS DATE PREPARED: AUGUST 15, 1997 TELEPHONE NO: (305) 416-1905 FAX: (305) 416-1925 00- 'JAL 63 City of Nliazni, Florida • Bid No. 96-97-92 6:1 BID INFORMATION FORM Mailing Date: May 30, 1997 Bid No.: 96-97-92 Buyer: Telephone: 305-416-1905 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. TERM CONTRACT FOR 962-69: COMMERCIAL RECORDS MGMT CTR We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. 0 number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. 0 number of calendar days required before commencement of work. Delivery will be made within I calendar days after receipt of purchase order. Tetras: 2%-10 days Net 30 days X Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Contact Person/Telephone: Nancy E. Fear / (305) 887-9827 Warranty and/or guarantee: As provided in the proposal All exceptions to this bid have been documented in the section below. EXCEPTIONS: None I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: Data Storage Centers Principal Business Address: 6900 NW 7 Ave. 7V Miami FL 33166 Mailing Address: SAME Telephone: (305) 887-9827 Fax: (.305)- 86.1-436ZV Name: Nancy E. Fear Title: Manager Authorized Signatur .00- 1643 BD NO. 96-97-092 ®ATA-- STORAGE CENTERS -.1A STORAGE CENTERS 6.4 PRICE SHEET Bidders shall provide prices on all items reflected below. Failure to provide prices for each item shall deem the Bid non-responsive. E t' t d Unit of Unit Extended s oma e Item # Description of Service Ouantity Measure Price Price 1.) Storage Cost on a Monthly Basis. Estimated Quantity of approximately 3,000 boxes. Boxes are 1.2 cubic foot. 3,000 Box $ .18 Box $ 540.00 2.) Initial cost, if any, for: A. Pick - Up 3,000 Box $ .00 Box $ .00 B. Inventory/Indexing Tracking System 3,000 Box $ .00 Box $ .00 3.) Pick - Up Fee (from City location) A- On a "Per Box" basis. 300 Box $ .75 Box $ 225.00 B. On a "Per File Folder" basis. 10 File Folder $ .75 /FileFolder $ 7.50 4.) Delivery Fee (to City location) 1 A. On a "Per Box" basis. 300 Box $ .75 Box $ 225.00 B. On a "Per File Folder" basis. 10 File Folder $ .75 /FileFolder $ 7.50 C. Emergency Delivery, within One (1) Hour 5 Box $ 1.50 Box $ 7.50 2 File Folder $ 1.50 /File Folder $____1.-00 5.) Indexing/Cataloging Fee $ .14 /File $ .00 Box 6.) Re - Shelving Fee, if any 300 Box $ .75 Box $ 225.00 7.) . Re - Filing Fee, if any. 10 Box $ .75 /File $ 7.50 8.) New Accessions(Additions toInventory) $ .00 /File $ .00 Box 9.) De - Accessioning, if any $ .00 /File $ .78 Box 10.) Disposal Fee, if any. $ .78 Box 11.) Records Center Boxes Delivered $ 1.15 Box 12.) Cost for Fax, if any. A_ First Page $ .10 /Page* B. Additional Pages $ .10 /Page* 00- 163 CrI'Y OF MIAMI, FLORIDA PRICE SHEET (CONT.) 13.) . Photocopies A. First Page B. Additional Pages 14.) Storage Fee, on a per box basis, on the following estimated quantities A. up to 999 Boxes B. 1,000 - 1,500 Boxes C. 1,501 - 2,000 Boxes : D. 2,001 - 2,500 Boxes E. 2,501 - 3,000 Boxes F. 3,001 - 3,500 Boxes G. 3,501 - 4,000 Boxes H. 4,001 - 4,500 Boxes I. 4,501 - 5,000 Boxes J. 5,001 or more Boxes 15.) Storage Fee - Miscellaneous Box Sizes CHID NO. 96-974)92 Price $ .10 /Page $ .10 /Page $ .21 Box $ .20.5 Box $ .20 Box $ _ 19.5 Box $ .19 Box $ .18 Box $ .18 Box $ .18- Box $ .18 . Box $ .17.5 Box A. .85 cubic feet $ .12.7 .Box B. 1 cubic foot $ .15.0 Box C. 12" (W) x 24" (D) x 101/4 $ .25.5 Box D. 15",(W) x 24" (D) x 10'/4 $ .32.2 Box 16.) Additional Charges other than those reflected above. $ LI IITATIONS/VARIANCES TO THE ABOVE ITEMS: ,. Item # 4) C. Add $ 10.00 Emergency Delivery charge per trip Item 912) A & B - Local calls/fakes NAME OF BIDDER: DATA STORAGE CENTER LOCATION OF FACILITY: 6900 NW 74 h Avenue Miami, Florida 33166 SOCIAL SECURITY OR FEDERAL EMPLOYER I.D. NUMBER: 59-0535848 OCCUPATIONAL LICENSE NO.: 034935-7 EXPIRES: September 30,1997 SIGNATURE: � fes`% t �� OfL<<C �i �1 TITLE. Director of Corporate Sales DATE: June 12,E 1997 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM AND ALL OTHER REQUIRED DOCUMENTS SHALL DFIEM THIS BID NON-RESPONSIVE 2 3.0 SPECIAL -CONDITIONS 3.1 SCOPE AND PURPOSE: It is the intention of the City of Miami to establish a contract with a qualified commercial records management and storage facility to provide records management and storage for approximately 3,000 1.2 cubic foot boxes containing inactive files/documents for various City of Miami operating departments. These are estimates only, and the needs of the City may be for more or less. The City shall not be responsible for any expenses incurred by Bidder in preparing or submitting a Bid. 3.2 TERM OF CONTRACT: The ensuing award to the successful Bidder by the City shall constitute a contract (the "contract"), and which shall include, but not be limited to, the following terms: a) The term of the Contract shall be for an initial term of one (1) year, commencing on the date of execution. The City shall have the option to extend the Contract for two (2) additional periods of one (1) year each by giving Bidder sixty (60) days prior written notice. b) Extension of the term of the Contract beyond the initial period is an option of the City to be exercised in its sole discretion and which does not confer any rights upon the Bidder. C) City shall have the right to terminate the Contract, for any reason whatsoever, upon at least 60 days prior written notice to Bidder, at any time and for any reason. 33 CONTRACT AWARD AND CITY'S RIGHTS: The award will be made to the lowest most responsible and responsive Bidder whose Bid meets all specifications and requirements. The City reserves the right to make the award to the Bidder submitting the Bid which is the most advantageous and in the best interest of the City. The City make the award to a Bidder through action taken by the City Commission at a duly held meeting. The General Terms and Conditions, the Special Conditions, the Specifications, the Bidder's response and documentation, Service Price Sheet. and the Purchase Order, shall be the Contract between the successful Bidder and the City. While the City Commission may determine to award a Contract to a Bidder under this Bid, said award may be conditional on the subsequent submission of other documents as specified in the Special Conditions. The City also reserves the right to waive any informalities, irregularities and technicalities in procedure. The City reserves the right, before awarding the Contract, to require a Bidder to submit such evidence of his/her qualifications as it may deem necessary. The City, in making the award, may consider any information available to it with respect to financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with other governmental agencies. The City reserves the right to cancel the Contract, or portions thereof, without penalty as a result of funding limitations. t QO- 163 CITY OP MIAMI, 17LORIDA SPECIAL CONDITIONS (CONT.) 131D NO. 96-97-092 3.4 APPROVAL BY EMERGENCY FINANCIAL OVERSIGHT BOARD The. State of Florida has appointed an Emergency Financial Oversight' Board (Oversight. Board) which is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not be binding on the City until such time as they have been approved by the Oversight Board. Execution of this contract by the City Manager shall constitute evidence of its approval by the Oversight Board. 3.5 BIDDER,QUALIFICATIONS: Bids shall be considered' only from firms that are regularly engaged as a commercial records management and storage facility. Failure to meet any of these qualifications or provide any required documentation may result in the bidder being deemed nonresponsive: As part of this solicitation, the Bidder shall: A. Possess a minimum of three (3) years service experience as a qualified commercial .records management and storage facility. B. Shall provide a minimum of three (3) Letters of Reference of a similar service(s) performed within the past three (3) years as described in this solicitation. C. Provide storage of City records 24 hours per day, 365 days per year. D. Adhere to all structural requirements cited in the Specifications. E. Must be a member of the Association of Commercial Records Centers in good standing. Proof of current membership,shall be provided in bid response. F. Facility must comply with the Florida Administrative Code Rule IB -24 and Chapters 119 and 257 of Florida Statutes regarding storage, retention and records .destruction procedures. G. Have an established procedure to ensure that Bidder and all its employees shall perform all Job responsibilities in relation to the storage of the City's records in complete confidentiality. Bidder must ensure the,City that all employees shall be performing his/her tasks in a confidential manner.. H. Must provide,proof that the Bidder is in good financial standing by providing a copy of Bidder's most recent financial statement. [. Must provide a copy of the lease agreement for the use of the facility should Bidder lease facility. Bidder shall provide proof of ownership should facility be owned by bidder. J. Have no record of pending lawsuits or criminal activities and not have any conflicts of interest which may be of embarrassment to the City. K. Contractor shall not have any member, officer, or stockholder.that, is in arrears or. is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. 3.6 PRICING AND PAYMENT: Bidder shall include in the Bid all taxes, insurance, social security, workmen's compensation, and any other benefits m norally paid by the Bidder to its employees. No overtime will beauthorized by the City which exceeds, the rates - quoted in this Bid or not authorized by the City. Payinents will be made monthly, in arrears, for services rendered the previous month, upon submission of properly certified invoices and/or approved inspections reports. All such - information shall be provided to the Contract Administrator and/or her designee for his/her approval in advance of payment. t _. page 2 of 6 0.0- CITY OF MIAMI. FLORIDA ® SPGCIAL CONDITIONS (CONT.) f BID NO. 96-97-092 3.7 RATES: Rates established herein shall remain firm and fixed throughout the contract period. However, should the number of boxes increase. the lowest quoted price on a per box basis as reflected on the price sheet shall apply to the total number of boxes overall in storage at that time. 3.8 LEGAL HOLIDAYS: Legal Holidays for the City of Miami include the following: 1. New Year's Day 2. Martin Luther King's Birthday* 3. Washington's Birthday* 4. Memorial Day 5. Fourth of July 6. Labor Day 7. Columbus Day* 8. Veteran's Day* 9. Thanksgiving Day 10. Friday after Thanksgiving Day* 11. Christmas Day *Dates as indicated shall not be considered legal holidays for Successful Bidder. 3.9 FACILITY: Bids shall only be accepted from Bidders who have its facility(s) located within Dade County, Florida and be within normal daily commuting distance of no more than 40 miles one way from the Miami Riverside Center located at 444 S. W. 2nd Avenue, Miami, and having convenient highway access. Refer to Specifications for structural requirements and additional details regarding the facility. The City reserves the right to perform an inspection of the facility before award of Bid, and the result of the inspection shall be considered to determine whether the Bid was responsible and responsive. Bidder shall either own the Facility proposed as a records management center or have a lease for a term not exceeding the maximum term of the contract. In the event the facility is leased, the Bidder shall submit with hisltter Bid sufficient evidence demonstrating Bidder has the right to occupy and use the facility for the purpose herein intended. Such proof may include a copy of the Lease Agreement or other similar proof. Should a default under a lease agreement occur, the contract between the City and the Bidder shall also constitute a default under the contract and will require the Bidder to obtain a Landlord's Agreement to give xvritten notice to the City of any default of Bidder under the Lease Agreement, if applicable. 3.10 OWN ERSHIP OF DOCUMENTS: It is understood by and between the parties than any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder pursuant to this solicitation shall a: all times remain the property of the City and shall not be used by the Bidder for any other purposes whatsoever without the written consent of the City. 3.11 ASSIGNMENT: Neither the Bid nor the ensuing Contract shall be transferred, conveyed, assigned, or disposed of, in whole or in part, without the prior written consent of the City, which may be withheld or conditioned, in the City's sole If discretion. :. page 3 of 6 00- 1003 CITY OF MINN-fl. FLOMDA' SPECIAL CONDrrIONS(CONT.) 3.12 PERSONNEL: BID NO. 96-97-092 Bidder shall be deemed to represent that it has, or will have upon the award of the Contract, all necessary personnel required to perform all services arising from the award of the Contract. All personnel employed,shal.l be employees of Bidder to perform those services as specified. All the services required herein shall be performed by the successful Bidder, and all personnel engaged in performing the services shall be fully qualified to perform such services. All employees employed by the Bidder shall be considered to be at all times the sole employees of the Bidder under his/her direction and not an employee of the City. The Bidder shall supply competent and physically capable employees and the City may require the Bidder to remove an employee it deems careless, insubordinate, or otherwise and whose continued employment is not in the best interest of the City. All personnel of the successful Bidder shall be covered by Worker's Compensation, unemployment compensation, and liability insurance, a copy of which is to be provided to the City. See the document entitled Insurance . Requirements for specific requirements. 3.13 MANAGEMENT: The successful Bidder shall supply the name and telephone numbers, including beeper number, of at least two (2) company individuals with the authority to make management decisions or address issues of concern by the City,„ 3.14 SUPERVISORY MEETINGS/CONTACTS- The Contractor will provide an executive -level' manager representative to meet with the Contract Manager at the discretion of the City for the purpose of reviewing contract compliance and performance on an as -needed basis. 3.15 MATERIALS: The Bidder shall furnish, at his/her own expense, all labor, equipment, machinery, apparatus, supervision, and means of transportation necessary to complete the work as detailed in the Specifications. 3.16 QUANTITIES: Quantities of the items and/or services reflected within this solicitation are estimates only. Amounts or required . services may be for more or less than estimated herein. 3.17 EMERGENCY CONTACT: The contractor shall be immediately available via a twenty-four (24) hour, seven (7) day a week phone service. It is expected that non=scheduled requests for service (emergency calls, etc.) shall be responded to within one (1) hour after the call is made. The contractor shall ensure that the Contract Manager has the pager and telephone. number of the Contractor and/or his/her representative, who will be directed to respond to direct calls from the Contract Manager and/or her representative. CITY OF NIIAbtI. FLORIDA SPECIAL CONDITIONS (CONT.) �' I31D NO. 96-97-092 3.18 ACCIDENT PREVENTION: Precautions shall be exercised at all times for the protection of persons and property. All bidders and its employees shall conform to all OSHA, State, and County regulations while performing under the terms of this Contract. Bidder shall, at Bidder's sole cost and expense, pay any fines for violation of the same. 3.19 ADDITIONAL FACILITY(S) MAY BE ADDED: Although this Solicitation identifies a specific facility to be serviced at 444 S. W. 2nd Avenue, Miami„ it is hereby agreed and understood that another City locations (s) may be added to this contract at any time at no additional charge. 3.20 COMPLIANCE WITH FEDERAL STANDARDS: All items to be purchased under this bid shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Office of Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 3.21 LICENSE, PERMITS AND FEES: The bidder shall obtain and pay for all licenses, permits, and inspection fees required for this solicitation, if applicable, and shall comply with all laws, ordinances, regulations, and any other code requirements applicable to the work contemplated herein. Damages, penalties, and or fines imposed on the City or the bidder for failure to obtain required licenses, permits, or fines shall be borne by the bidder. 3.22 INDEMNIFICATION: The successful Bidder shall defend, indemnify and save harmless the City of Miami and all its officers, agents, and employees from all suits, actions, or other claims.of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any contract which may result from the award of bid. Successful bidder shall pay any judgments with cost which may be obtained against the City of Miami growing out of such injury. 3.23 INSURANCE: The successful bidder shall be required, at its/his/her own expense, to furnish to the City of Miami Chief Procurement Officer within ten (10) days of notification of award, evidence that it has obtained as a minimum, the insurance coverage as required and which shall be in force and maintained throughout the duration of the contract. The City shall be furnished proof of coverage of insurance by Certificates of Insurance and shall be`listed as an Additional Insured if awarded subsequent Contract. 3.24 LIABILITY FOR DAMAGES CAUSED BY THE CONTRACTOR: Any damage to City property caused by the contractor shall be immediately reported to the Contract Administrator either in person, via phone call, or through an entry into a log. Contractor shall be responsible for paying for any and all damages of which may be paid via a credit against monthly billing or by direct payment. 3.25 INQUIRIES: Any questions regarding this bid process may be addressed to Pamela Bums, Sr. Procurement Contracts Officer, at (305)416-1905. page 5 of 6 00- 163 CITY OF MIAMI, FLORIDA SPECIAL CONDITIONS (CONT.) � BID NO. 96-97-092 NO CHANGES IN THIS REQUEST FOR BIDS SHALL BE VALID UNLESS EVIDENCED BY WRITTEN ADDENDUM FORM. AND SENT TO ALL POTENTIAL BIDDERS. 3.26 UNAUTHORIZED WORK: Neither the Successful Bidder(s) nor any of his/her employees shall perform any work unless duly authorized by a City representative. The Successful Bidder shall not be paid for any work performed .outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 3.27 SALES TAX: . The City of Miami is State Sales Tax exempt. Not withstanding, bidders should be aware of the fact that all materials and supplies which are purchased by the bidder for the completion of the contrail shall be subject to the Florida State Sales Tax in accordance with Section 212.08 Florida Statutes amended 1970 and all amendments' thereto and shall be paid solely by the bidder. 3.28 VENDOR REGISTRATION: It is the policy of the City that all prospective Bidders complete a "Vendor Application" indicating the commodities / services which the vendor can regularly supply to the City for inclusion on the City's vendor/bidder's list- Should a prospective bidder not be currently listed on the City's vendor/bidder's list, a Vendor Application will be enclosed with the Bid package. Vendors who have already submitted an application and secured a vendor number from the City are not required to submit a new vendor application. 3.29 CONTRACT ADIMINISTRATJLORf The Contract Administrator for this solicitation is Ms. Renee Jones, Department of Human Resources, and who can be contacted at (305) 416-2102. page 6 of 6p e 00�` �c� 4.0 SPECIFICATIONS 4.1 SCOPE OF SERVICES The following services shall -be provided as a minimum by the successful Bidder. A. Provide records management and storage for approximately 3,000 1.2 cubic foot boxes for various City of Miami operating departments. This is an approximation only, and quantities may be more or less throughout the duration of the contract. At all times, however, the City shall pay the lowest total cost on a per box basis based upon the overall number of boxes in storage at any particular time. B. Deliver and pick up records when requested, and accept delivery of such record in accordance with the specifications. Pickups and/or deliveries shall be made to the Miami, Riverside Center, 444 S. W. 2nd Avenue, Miami, Florida and to other potential sites throughout the City which are owned and/or operated by the City of Miami. C. Create/possess and utilize an in-house records indexing/cataloging system for expedited storage and retrieval. D. Provide a monthly and annual report of all records activities, between the Contractor and the City. This is to include, as a minimum, a monthly inventory of records in storage. E. Deliver files or boxes at least once per day, at a pre-set time, Monday through Friday, except holidays, unless requested otherwise or in emergency situations. All deliveries shall be made to a specified City office upon authorization by a City representative. All emergency deliveries/pickups shall be made within three (3) hours upon receipt of a call regarding the same. F. Provide the City if and/or when requested with standard records center boxes, R-Kive 724 or equivalent, for storage on an as -needed basis. The City shall retain the option to purchase storage boxes from Bidder or from other sources, whichever is in the best interest of the City. G. Boxes to be stored are currently located at Data Storage Centers, 6900 N.W. 74' Avenue, Miami. 4.2 BIDDER AND FACILITY REQUIREMENTS: Bidders shall meet the following minimum requirements. Failure to meet these requirements shall deem the Bid non-responsive. A. Shall be/possess a commercial records management and storage facility. B. Must provide storage of City records 24 hours per day, 365 days per year at this facility. C. Shall be a member of the Association of Commercial Records Centers in good standing. Proof of current membership shall be included with bid response. D. Facility shall comply with the Florida Administrative Code Rule I B-24 and Chapters 119 and 257 of Florida Statutes regarding storage, retention and records destruction procedures. E. Bidder and its employees shall perform all job responsibilities in relation to the storage of the City's records in complete confidentiality. Bidder shall ensure the City that all his/her employees shall be performing their tasks in a confidential manner. r 0� x 60 CITY OF MIAMI, FLORIDA PECIFICATIONS (CONT.) NO. 96-97-092 F. Facility shall be located in Dade County, Florida and have convenient highway access. G. Bidder shall possess a minimum of at least three (3) years of service experience as a qualified commercial records management and storage facility: H: Shall provide proof that the company is in good financial standing. 4.3 STRUCTURE REQUIREMENTS: Bidders facility shall rneet.th'e following minimum structural requirements. Failure to meet these structural requirements may deem the Bid non-responsive. The City reserves the right to visit and/or inspect the Bidder's facility before award of Bid and/or to determine responsiveness. A. Facility shall be an individual structure.separated from other buildings and external hazards -to ensure a high degree of safety•from fire, flood and other potential natural disasters. B. Should be located above the local flood plane and be constructed of concrete block and/or steel that meet all national fire code prevention standards. C. Shall have no windows in any stack areas. D. Shall maintain' a controlled environment. with a constant temperature'and_ humidity. E. Facility shelving must be of fire retardant, chemically neutral; steel construction. Bottom shelves shall be at least six (6) inches from the floor. F. Facility shall meet ail code's of the Americans with DisabilitiesAct (ADA). G. No water, steam or other piping shall.be present in the records storage area other than pipes for the sprinkler system. H. All fire walls must be structurally sound and capable of standing -impact and imposed loads if severe fire exposure would cause.collapse of the _framing on one wall..All openings in the fire. walls must be protected on each side by fire doors suitable for Class A openings. All walls separating records storage areas from each other and from other portions of the facility shall consist of four (4) fire resistant walls. 1. Facility must have a non° -combustible roof. J. Shall possess a twenty-four (24) hour security'system with interior and exterior security which.. shall be electronically linked to the local police and fire departments_ K.' Shall have a remote sprinkler system that meets all national, county and local fire code standard with smoke -detectors and heat sensors. L. Shall be clean, well organized, and free of rodents and pest infestation. M. Shall contain a vault which is dust fee, anti -magnetic,; and in an anti -static environment for the potential storage of City records. 2 00 — J