Loading...
HomeMy WebLinkAboutR-96-0499J-96-574 7/1 /96 96- 499 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF AFTER HOURS CLEANING SERVICE INC., A BLACK/ DADE COUNTY VENDOR, FOR THE FURNISHING OF CUSTODIAL MAINTENANCE AT THREE CITY SITES FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION/SOLID WASTE, ON A CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT AN ESTIMATED TOTAL ANNUAL COST OF $11,556.00; ALLOCATING FUNDS THEREFOR FROM THE FY '95-96 OPERATING BUDGET, ACCOUNT CODE NO. 421001-340; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE, AND THEREAFTER TO EXTEND THIS CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, UNDER THE SAME PRICES, TERMS AND CONDITIONS, PURSUANT TO BID NO. 95-96-066 AND SUBJECT TO AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received April 22, 1996 for the furnishing of scheduled custodial services for three City of Miami facilities for one 0 ) year with the option to extend for two (2) additional one year periods for the Department of General Services Administration/Solid Waste; and WHEREAS, invitations were mailed to thirty one (31) potential bidders and six (6) bids were received; and WHEREAS, funds for this service are available from FY'95-96 Operating Budget, Account Code No 421001-340; and CITY COIVUCSSION MEJETINC OF J U L 1 1 1996 Revolution No. 96- 499 WHEREAS, this service will provide custodial services for the General Services Administration Building, Property Maintenance Building and the Downtown Police Mini - Station which includes the furnishing of all labor, materials, equipment and supervision; and WHEREAS, the City Manager, and the Assistant City Manager of General Services Administration and Solid Waste recommend that the bid received from After Hours Cleaning Services Inc., be accepted as the lowest most responsible and responsive bidder; 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 bid submitted on April 22, 1996 by After Hours Cleaning Services, Inc., for the furnishing of custodial services for three (3) City of Miami facilities: (General Services Administration Building, Property Maintenance, and the Downtown Police Mini -Station) on a contract basis for one (1) year, with the option to extend for two (2) additional one (1) year periods at a total estimated annual cost of $1 1,556.00 is hereby accepted, with funds therefor hereby allocated from the General Services Administration 1995-96 Operating Budget, Account Code No 421001-340. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for this service, and thereafter to extend this contract for two (2) additional one (1) year periods, under the same prices, terms and conditions in accord with Bid No. 95-96-066, and subject to the availability of funds Page 2 96- 4` Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 11 th day of ;Jr'1�' 1996. WIR 500 GORT, VICE -MAYOR ATTEST: WALTER J. FOE AN,;tITY CLERK PREPARED AND APPROVED BY: RAFXEL 0. DIAZ' DEPUTY CITY Al Nty APPROVED AS TO FORM AND CORRECTNESS: 1� A. QOATIOR , III CITY Page 3 96- 499 JUN-19-1y9b lt>: 11 TO Honorable Mayor and Members of the Commission Cesar City h RECOMIMENDATION CITY OF MIAMI, FLORIDA Ih 7ER-OFFICE MEMORANDUM CAMJ DATE JUN 2 6 1996 ME susiscr Resolution and Award of Bid Cuhodial Services at three City of Mani Facilities REFERENCES laid No. 95-96-066 ENCLOSURES. It is respectfully recommended that the City Commission adopt the attached Resolution awarding Bid No 95-96-066 to After Hours Cleaning Service Inc,, a Black.,Dade County Vendor located at 1395 N. W.. 167 Street #204, Miami, Florida 33169 at an estimated amount of $11,556,00, as the lowest most responsible and responsive bidder to provide custodial services including labor, materials, equi.pasont and supervision to three City offiami Facilities. This service is on a contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods, at the same prices, terms and conditions stipulated in Bid No, 95-96-066, subject to the availability of funds. Funds are available from the Department of General Services Administration and Solid Waste Account Code No. 421001-340. BACKGROUND The Department of Genera) Services Administration and Solid Waste has analyzed the bids received pursuant to Bid No. 95-96-066 for the furnish* of Custodial services, labor, materials, equipment and supervision. Thirty one invitations for bids were mailed and six (6) bids were received. After Hours Cleaning Service Inc., meets Deparonent's requirements and specifications and offers the lowest most responsible and responsive bid based upon the lowest annual cost of service. After Hours Cleaning Service Inc., has done work in the past for the Department of General Services Administration and their performance has been rated as satisfactory. It is therefore recommended that After Hours Clearing Service Inc,, a Black/Dade County Vendor at an annual proposed amount of $11,556.00 receive the Award of Bid as the lowest most responsible and responsive bidder. City of Miami Lwations to be Serviced Address Annual Amount General Services Admin. Bldg. Property Maintenance Division Downtown Policc Mini•Station Attachments 1390 N W 20 Street $7,500.00 1975 N W 12 Avenue $3,180.00 258 N W 2nd Avenue $ 976,00 Total: $11,556.00 9 dOTAL ITY OF MIAMT, FLORIDA BID NO. 95-96.-066 ID SHEET (Continued) ' MPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN TF ATTACKED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING IF SECURITY IS REQUIRED, A BID..WILL NOT BE ACCEPTED UNLESS THE DEPOSIT C BOND IS SUBMITTED IN THIS ENVELOPE. s.. erms: Nei 30 dag(Include cash discount for prompt payment, if any) dditional discount of if awarded all items. arranty and/or guarantee: elivery:_ / D calendar days required upon receipt of Purchase Order or Notic f Award. �A Number of calendar days required to complete work after start. n accordance with the Invitation to Bid, the Specifications, General Conditions, Speci;. onditions, and General Information to Bidders, we agree to furnish the Item(s) at Pricr- ndicated on the attached bid sheet(s). 4 S OF 9/ OWNER(S) : NU?�L CO OFFICER(S) ' xr M Ar j � kk k .) List principal business address: (street address). List all other offices located in the State of Florida: (street address) Please use the back of this page if more space is necessary) MINORITY PROCiJRRMFNT COMPLIANCE he undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 mended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with a pplicable substantive and procedural provisions therein, includin aamendments thereto. lidder : AFTER HOURS CLEANING SERVICE, INC. Signature: /�c $any name) )ate: � � 17L Print Name: Indicate if Business is 51% Minority -owned: (Check one box only) BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATIVE ACTIOON PLAN f firm has an existing plan, effective date of implementation: f firm does not have an existing plan, the Successful Bidder(s) shall be required establish an Affirmative Action Policy, pursuant to Ordinance #100 as amended. See Append for sample. AFTER HOURS CLEANING SERVICE, INC. 3idder: Signature: (company name) BID AWARD RECOMMENDATION FORM BID NUMBER: 95-96-066 COMMODITY/SERVICE: Custodial Maintenance DEPARTMENT/DIVISION: General Services & Solid Waste/Custodial Services TERM OF CONTRACT: One (1) year with option to extend additional 2 years NUMBER OF BIDS ISSUED: METHOD OF AWARD: 31 NUMBER OF BIDS RECEIVED: 6 Lowest responsible and responsive bidder RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: After Hours Cleaning Service Black/Non-local $11,556.00 TOTAL: $11,556.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: Awarded to the lowest responsible and responsive bidder. After Hours Cleaning Service is currently providing service to several City offices and their job performance has been satisfactory. ACCOUNT CODE(S): 4 210 01- 3 4 0 D, P RTMFN APPROVAL: BUDGET REVIEW APPROVAL: /( See Attachment Department Director Manohar S. Surana Assistant City manager OTHER FUNDING APPROVALS, IF APPLICABLE. TH Lk ENIENT APPROVAL: udy S. Carter ,ocurement officer JUN-10-96 MON 15.46 CITY U MIFy1 BJDGET U0, 3055796001 P.Oi ��•r; nu i . tSt !' I!:�`r. _ : L,C- ; _: ^ ;°iau '6 11 : 72 No . C7t11 p . 02 WES-OFFICE MEMORANDUM .-�...-.........._.,...........w«�..r....-�uufwu.N... ..u�r�r......an. • ..u.�w•. �. w.....�..v�i.-ru..n .-.u........w.. ...-......�._. -. _ .. ... •.-.....w_.-.r.n._..a.n_... u..., r....r_._.. M�....w ... wady s _ caw .er `,F,.� �• Chief Pr00l!Y..'amprlLt Office. - No. �5-96-0661 1t��c"d.i.a2. Se+vi ccs G°f3At � P, t . wil imtt.:; Assistant city maxiager Vniza dep,artm.ant has verit ed .available ±v-n.dirg with the Department of F nance that funds are availcib'le to cover the cost of the subject bid in the amount of $11,556-00, Account Coda Number 421001-34u. F3{TDCi�1`Al�Y R.6r,J.tEi & F.PPRQvz?.- fax: Assistant City Manaj*� r i i 7671 Post -fit" Fax Note .�.-- 96- 499 e BID NO. 95-96-066 CUSTODIAL SERVICES, 3 SITES TABULATION OF BIDS After Hours Clean, Svc., . Best's Malntce & Jan 1395 NW 167 St #204 3290 NW 29 St. Miami FL 33169 Miami, FL 33142 BlacklNon-Local } HlspanlclNon-Local Month. Annual ,' Month. Annual N PRICE PRICE ;PRICE PRICE $625.00 $7,5.90.00 =' $785.00 $9,420.00 street denance $265.00 $3,180.00 $355.00 $4,260,00 avenue Mice Minislalion $73.00 $876.00 $220.00 $2,640.00 !nue TOTAL $11,556.00 $16,320.00 .q. 9106 Radcliff o-MaInto nanco TCB 22175 SW 108 Ave 1 7925 i Miami, FL 33170 Miami Black/Non-Local Hisp V Month. Annual Monti �."PRICE PRICEf PRIC $2,400.00 $28,800.00 $1,57' I i $1,080.00 $12,960.00 l $445.: S l $320.00 $3,840.00 $312. $45,600.00 A roved: pP Dept. Inectorlaeslgn DID IT3?i= CUSTODIAL SERVICES FOR THREE CITY FACILITIES -!_------ _ o_!!----- -------- DID 90• s 95-96-066 DA?H DID(3) OPZNED, APRIL 221-1996__--3:00 P.M. TOTA DIDDIR HD ANOVIT SasUH-1 3 CHBCR DAVID LEE MAYS -- N See attached bid ------------- a— BEST'S MAINTENANCE & JANITORIAL SERV. ' AFTER HOURS CLEANING SERVICES ��—� ' sen�'tol�rocure�i nnteDep�a�tmen�he bid which was SHERMAN HARRIS RADCLIFEE MAINTENANCE TCB SYSTEMS, INC. n n n n .y n. F:rr ; -- "Offers from a vendors i. c erein care Me o tLg— r C' 7ir cm:l t'171r'. " other offers submitted in r�=r;^.;.r.a to i3�'s �__`c':'.::az ., it axly, 1 / � r ,� _ received aoa reeei�ind ids) (L) envelopes an behalf of GSA/SOLID WASTE -PROCUREMENT DIVISION on (City DepaYtseat)l--�_�N_ D I ENE *V7 Ci y Clerk) RECEIVED '96 AID 22 P 3 :00 WALTER J. FOEMAN CITY CLERK CITY OF MIAMI. FLA. LEGAL ADVERTISEMENT BID NO. 95-96-066 Sealed bids will be received by the City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 no later than 3:d p.m., Monday, April 22, 1996 for the furnishing of custodial services fort three City facilities, on a contract basis for one (1) year, for the Department of General Services. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed non -responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all good and services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office located at 300 Biscayne Blvd. Way, Suite 210, (305) 579-6845. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 1 10 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. The City Manager may reject all bids and readvertise. (Ad No. 1782) Cesar H. Odio City Manager I i. 11 City of Miami o `' This number��REQUISITI N FOR ADVERTISEMENT appearIn the '��,"' ; J• I advertisement. e INSTRUCTIONS: Please type and attach a cooy of the vertisement with this ' ' n. 1. Department: 2. Division: Finance -- Procurement: M mt, 3. Account Code number: 4. Is this a confirmation: 5. Prepared bY: 421001 -•287" El Yes El No Anne WEttaker 6. Size of advertisement: 7. Startin date: 8. Telephone number: legal. 4-1- . 6 x6845 9. Number of times this advertisement is to be 10. Type of advertisement: published: one (1) IN Legal ❑ Classified ❑ Display 11. Remarks: Bid No. 95--96-066 Custodial Services for 3 sites *Project #51.3000 12. .A.`(Pro urerrienfManageni6ntl- - - Date(s) of Advertisement Invoice No. Amount Publication 1 _ 13. b Approved ❑ Disapproved ; N I ". 1-1) i I . Department irector/ Designee Date Approved for Payment Date C JGSYgb 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. 1J10 i MOU I wry. v11110 - %.angry - ucpanment