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