HomeMy WebLinkAboutR-96-0525J-96-546
6128/96
RESOLUTION NO.9 6 - 525
A RESOLUTION ACCEPTING THE BID OF BEST'S
MAINTENANCE & JANITORIAL SERVICE, INC., A
FEMALE/DADE COUNTY VENDOR, FOR THE FURNISHING OF
JANITORIAL SERVICES, IN AN ANNUAL AMOUNT OF
$129,328, FOR THE ADMINISTRATION BUILDING OF THE
MIAMI POLICE DEPARTMENT FOR A ONE (1) YEAR PERIOD
WITH THE OPTION TO EXTEND FOR FOUR (4) ADDITIONAL
ONE (1) YEAR PERIODS; ALLOCATING FUNDS THEREFOR
FROM THE DEPARTMENT OF POLICE FY '95-96 OPERATING
BUDGET, ACCOUNT CODE NO. 290201-775; 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 FOUR (4) ADDITIONAL ONE (1) YEAR
PERIODS AT THE SAME PRICES, TERMS AND CONDITIONS,
PURSUANT TO BID NO. 95-96-068, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were received June 3, 1996 for
the furnishing of scheduled janitorial services for the Administration Building of the Miami
Police Department for one (1) year with the option to extend for four (4) additional one
year periods; and
WHEREAS, this service will provide Janitorial Services for the Administration
Building of the Miami Police Department which includes the furnishing of all labor,
materials, equipment and supervision; and
WHEREAS, invitations were mailed to forty one (41) potential bidders and six (6)
bids were received; and
CITY COVMSSION
MEETING OF.
J U L 1 1 1996
Resolution No.
9 6 -- 5 2_5
WHEREAS, funds for this service are available from Department of Police FY '95-96
Operating Budget, Account Code No 290201-775; and
WHEREAS, the City Manager, and the Chief of Police recommend that the bid
received from Best's Maintenance & Janitorial Services Inc., be accepted as the lowest
most responsible and responsive bidder; and
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 by Best's Maintenance & Janitorial Service, Inc., for
the furnishing of janitorial services, in an annual amount of $129,328, for the
administration building of the Miami Police Department for a one (1) year period with the
option to extend for four (4) additional one (1) year periods, is hereby accepted, with funds
therefor hereby allocated from the Department of Police FY '95-96 Operating Budget,
Account Code No. 290201-775.
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
four (4) additional one (1) year periods, under the same prices, terms and conditions, in
accord with Bid No. 95-96-068, subject to the availability of funds.
Section 4. This Resolution shall become effective immediately upon its adoption.
Page 2
96 - 525
PASSED AND ADOPTED this 11 th_ day of Ju: 1996.
WIF b'GORT, VICE -MAYOR
ATTEST• `\
WALTER J. FOEMA , CITY CLERK
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY ATTO Y
APPROVED AS TO FORM AND CORRECTNESS:
1
A. QUi JON S III
CITY A TORNEY
Page 3
96- 525
SENT BY:BLDGET UNIT 6-27-96 :10;�2Abi CITY OF MLV I POLICE- CITY MANAGER'S OFF. TM 3
PROV :
CITY OF MIAMI, FLORZA
ATZR-OUF FIC _'MEI%M0FANc!;r,!
Hclfwrable Mayer and Membars
of the Commission
Cesar I
City M
=0 1Er DART QN'
,n*f!- JUW' ? � !C07 rU,.
and Award of Bid
Janit.,rial S ervices for the
Administration building of
REFEAE"h:t - the MiUM Polito Deparhncnt
Bid No. 95-96-068
EHM MFiEa
It is resRo004y recommended that the City Commission adopt the attached Resolution awarding
Bid No. 95-96468 to Bests Mltititenaaeo and Janitorial Service, Inc., a Fcmale(Dade County
Vendor located at 3290 N. W. 29 Street, Mi=L Florida 33142 at a total estim4ted amount of
$125,328.00, as the lowest most responsible and responsive bidder to pro -Vida janitorial services
for the Administration Guil&q oftho Miami Police Department. This service is on a contract
basis for one (1) year with the option to =end'for four (4) additional one (1) ym pctiods, at tic
same prices. terms and conditions stipuiatotl in Did No, 93-96-068, subject to the availability of
funds. Funds are available ftom tho Department of Police Account Code No. 290201- 6 7 0 .
BAQKGR0
The Department of Police has analyzed the bids received pursuant to Bid No. 95-96-068 for the
furnishing of Janitorial Services for the Administration Building of The Miami Police Department.
Forty oac (41) invitations for bids wera mailed and six (6) bids were received, Beses
Maintenance and Janitorial Service, Inc., meets the Deportment's rrquuements and specifications
and offers the lowest most responsible and responsive bid based upon the lowest annual cost of
service. It is therefore recommended that Rest's Maiaten=c-- and Janitorial Scrvice,lnc,, a
Fremalc/Da.do County Vendor at a total annual amount cf a129,32S.00.00 rec:iva the Award of
Bid as the lowest Most responsible and responsive bidder,
Atta-chmettts
0
96- 52
CITY OF MIAMI, FLORIDA.,BID NO. 95-96=
BID SHEET (Continued)
rMPOR.TANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE
ATTACHED ENVSL•OPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID i
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DE!
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: (Include cash discount for prompt payment, if any)
Additional discount of .% if awarded all items.
Warranty and/or guarantee:
Delivery: 3 calendar days required upon receipt of Purchase Order of
of Award.
N/A Number of calendar days required to complete work after staff
in accordance with the Invitation to Bid, the Specifications, General Conditions,
Conditions, and General Information to Bidders, we agree to furnish the Items) =
indicated on the•attached bid sheet(s).
*• NAMES OF COMPANY OWNER S ) :
Susana Diaz
Pedro M. Diaz
NAMES OF COMPANY OFFICER(;
Susana Diaz
Pedro M. Diaz
a) List principal business address: (street address)
3290 NW 29th Street Miami, Florida 33142
b) List all other offices located in the State of Florida: (street addr=
(Please use the back of this page if more space is necessary)
MINORITY PROCUM M UT COMPLIANCE
The undersigntsd bidder acknowledges that (s)he has received a copy of ordinance
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply
applicable substantive and procedural provisions therein, including any amendments th-_
B dders Best°s Maintenance & Jan i.tor i Vigiiature: -
servic , tnDany name) �—
Date: 05/f%96 Print Name: Susana Diaz -
Indicate if Business is 51% Minority -owned: (Check am box only)
j ] BLACK [ ] HISPANIC [XI FEMALE
AVEIRMATZME ACTION P June 1991
if firm has an existing plan, effective date of implementation.
If firm does not have an existing plan, the Successful Bidder(s) shall be re,
establish an Affirmative Action Policy, pursuant to Ordinance10062 as amended. Se-
I for sample.
Bests Maintenance & Janitoria t
Badder: Signature:
Service, company name)
FAILURE TO COMPlEIEa S.ISN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID
41;�
SEAT BY: CITY OF M!�III 7- 2-96 ; 3:25PM : PROCUREIE NT MGMT.- 3058581707:w 1! I
.--,. ,- -. -_w • w. vw.V wv� \ . V.AI L n! 1.! .Iy 1 .11Ilia
4�
RID AWARD RICIO MMINDATION FORM
r
BID NDMIIBIlRI 95-96-068 COMMODI?Y/SERVICE; juaRhg,!al, of B gvl for the Adn.i
DEPARTMtNT ! DIVISION: POLICE
TERM OF CONTRACT• One M car corLtra.Ct wit.1 trio option to extend for two (2)
NUMBER OF BIDS DISTRIBUTED: 41 NUMBER OF BIDS REMVED: 6
METHOD OF AWARD: TQ the lowest nicest regraoijoihle and respon�v_a hi Briar_
RECOMMENDED VENOM). STATUS; CONTRACT VALUE:
beat's Maintenance and
Ina. vemale1naAe Co. S122._32R. �(]
TOTAL 512 T r 3 2 8 ., 0
THI FOLIOWING TO BE COMPLETED BY USER DIEPARTfANr.
JUSTiF[CAilON: The monitorial cgrvicea specified uy&eg. is )aid pzov�es
for the Cleaning of the Miami rolice rej2a trent e.eadSjuar ers
Duilaing. This facility is operational 24 hour: ,j_,gay, 355
a&yam a..year. :Et receives _a very high amount of traffic and
is hahly visible to tho pubic. The se=vicee providea_wii2
keep the buildliiq la 4 highly rual stained condition that will
_help Tol=g .the longevity of the buildina, aloncz with the
;yr°n'er n andzn_rds; for 5 ^Qad working enyiroIill g=.tpr_.the
i�mpl.oyees and the -public we serve.
ACCOUNT COCEISr.
DRPARTMNT APPROVAL; BO D015T RIEVIEW APPROVAL: P`R=R lWff APPROVAL:
16
gumammt Dirft or! Manoher S. surana Judy S. Cartor
esD Ignee Assistant CltY Manager Cutlet Procurement 0111cer
OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE;
PALE 2 CF 2 PAWS
96- 52
'o
JANITORIAL SERVIC— , FOR THE
ADMINISTRATION BUILDING OF THE
MIAMI POLICE DEPARTMENT
BID NO. 95-96-068
BID TABULATION
ANNUAL COST
*note: items not provided
BIDDERS
OF SERVICES
with Bid
VARSITY CONTRACTORS, INC.
(Non-Min./Non-Local)
$ 176,040.00
`Occupational License
BEST'S MAINTENANCE &
JANITORIAL SERVICE, INC.
(Female/Dade County)
"Letters of Reference
$ 129,328.00
VISTA BUILDING MAINTENANCE
SERVICES, INC.
(Hispanic/Dade County)
$ 164,547.92
T.C.B. SYSTEMS INC.
(Hispanic/Dade County)
$ 156,288.00
AFTER HOURS CLEANING
(Black/Dade County)
$ 152,400.00
DEXTER CLEAN CORP.
(Female/Dade County)
$ 140,000,00
"Letters of Reference
APPROVED BY: --
Judy S. Carter
Chief Procurement Officer
DATE: ri
APPROVED BY: _
Prepared By: Pamela Burns
Direct signee
Procurement Management
June 4, 1996
1 1
DATE: �-- �� •��
U 6 525
JANITORIAL SERVICES FOR THE ADMINISTRATION BUILDING OF THE
1ID ITINt---------
MTAM.T POLICE DEPARTMENT
BID •A . s 95-96-068
JUNE 3, 1996 10:00 AM
DATE S I D (S) OPENED: _------- ------------ ------
BIDDER
TOTAL DID BOND-1211
AID ADOVNT CIrSENR'! CHECK
BEST'S MAINTENANCE & JANITORIAL
SERVICES, INC.
-
.VARSITY CONTRACTORS
B.C. CLEANING ENTERPRISES.
VISTA BUILDING MAINTENANCE SERVICES, I
C.
N = --
TBC SYSTEMS, INC.
NNNN_N
HE'LL PROVIDE CLEANING SERVICE, INC.
DEXTER —CLEAN CORPORATION
-
AFI'ER HOURS CLEANING SERVICE, INC.
-N_-_C-
NO BID:
MERIDIAN MANAGEMENT CORP.
PRIME SERVICE OF AMERICA, INC.
COASTAL BUILDING MAINTENANCE CO.
/
SOUTH FLORIDA MAINTENANCE SERV.
;
PRIME SERVICE OF AMERICA, INC.
"Oilers 1roz�i 1 ol 7110MZCaa n
reco.Ived tim.e'"j
'tx`"fi — ..
5TAli
m".c "►—'rr�i r.+�--I®---
other ofk,.rz ;�:.,.:., ...
,_.... �
�t....u.,.::o �., L77y
N_N -
MNN_
•
MON�NMM__
N�MMN_- __
_®
M-M--r_--_-
Zreceives (3) envelopes an Deasl
eisoa eeely a Dld8)
GSA/SOLID WASTE -PROCUREMENT _DIVISION pa
(City Department)—
.)
! 16P1E : ____
(D om Cit Clark)
RECEIVED
096 JUN -3 AI0 '00
WALTER J. FOEHAN
CITY CLERK
CITY OF MIAMI, FLA,
LEGAL ADVERTISEMENT
7
BID NO. 95-96-068
Sealed bids will be received by the City of Miami City Clerk at his office located at City
Hall, 3500 Pan American Drive, Miami, Florida 33133 no later than Monday, June 33W96
at 10:00 a.m. from qualified firms regularly engaged in the provision of Janitor Y 73
Services for the Administration Building of the Miami Police Department, 400 NO 2nd A%
Avenue, Miami, Florida, on a contract basis for one (1) year. /P ' l 7 R , F
C/ J
A Mandatory pre -Bid conference will take place at the Miami Police Department's"�R��
Administration Building, Lobby area, on Wednesday, May 22, 1996 at 9:00 a.m. Failure
to attend shall disqualify any bid submitted.
Bids submitted after the deadline and/or submitted to any other location or office shall
be deemed non -responsive and shall 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's
Procurement Office located at 300 Biscayne Blvd. Way, Suite 210; Telephone (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 110 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.
Detailed specifications for the bids are available upon request at the City's
Procurement Office.
The City Manager may reject all bids and readvertise
(Ad No. 2124 )
Cesar H. Odic
City Manager
1'A -� a� f�i City of Miami r: _... �;.
REOUIN OR ADVERTISEMENT This number must
SITIOT appear in the
advertisement.
INSTRUCTIONS: Please tyge and attach a copy of the advertise nt with thisn.
1. Department:
Procurement for Police Department,
2. Division:
3. Account Code number:
290201-287
4, is this a confirmation:
❑ Yes ED No
5. Prepared by:
Pamel.l Burris
6. Size of advertisement:
7. Starting date:
14a 10, 1996
8. Telephone number:
579-6845
—Legal
9. Number of times this advertisement is to be
published: One 0.)
10. Tye of advertisement:
D Legal ❑ Classified ❑ Display
11. Remarks:
BID NO. 95-96-068 JANITORIAL SERVICES FOR THE ADE11NI.STRA'TION BUILDING OF THE
MIAMI POLICE DEPARTMENT
Publication
Date(s) of
Advertisement
Invoice No.
Amount
MIAMI REVIEW
MIAMI TIMES
DIARIO LAS AMERICAS
i
13.
❑ Approved
❑ Disapproved
Department Director%Designee Date
Approved for Payment Date
C IGS/PC 503 Rev. 12/89 Routinr: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department