HomeMy WebLinkAboutR-94-0063UUM)ITUMN LVL' X Ur'r-luzo Wr a rnuruozu klMUU1V1' Ur
$2,760.00, AND ALLPRO JANITORIAL FOR THE
FURNISHING OF JANITORIAL SERVICE TO THE
FLAGAMI, WYNWOOD/EDGEWATER, CORAL WAY AND
COCONUT GROVE NET OFFICES AT A PROPOSED
AMOUNT OF $6,000.00 ON A CONTRACT BASIS FOR
ONE (1) YEAR WITH THE OPTION TO EXTEND FOR AN
ADDITIONAL ONE (1) YEAR PERIOD FOR THE
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
AND SOLID WASTE/PROPERTY MAINTENANCE DIVISION
AT A TOTAL PROPOSED ANNUAL COST OF $8,760.00;
ALLOCATING FUNDS THEREFOR FROM 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 AN
ADDITIONAL ONE (1) YEAR PERIOD, AT THE SAME
PRICE, TERMS AND CONDITIONS, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received November 29, 1993 for the furnishing of janitorial
services to the City NET Offices on a contract basis for a period
of one (1) year with the option to extend for an additional one
(1) year period for the Department of General Services
Administration and Solid Waste/Property Maintenance Division;
WHEREAS, invitations were mailed to twenty-five (25)
potential bidders and eleven (11) bids were received; and
WHEREAS, funds for this purchase are available from Account
Code No. 421001-340; and
CITY COMMISSION
MEETING OF
FEB 17 1994
Rewiudon Na
9463
-
7
t"L'; 3w c+... ? .{n.1.,k nE @ x..,wA .ir'•�n'�.i7 �., R?�`ilgYtF%"x�T ,
WHEREAS, this service is needed to provide daily janitorial
service to City NET Offices; and
WHEREAS, the City Manager and the Assistant City Manager in
charge of the Department of General Services Administration and
Solid Waste recommend that the bids received from Trade Services
Industries and Allpro Janitorial be accepted as the lowest most
�. responsible and responsive bids;
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
I:
I :
Section.
Section 2. The November 29, 1993 bids of Trade Services
Industries for the furnishing of janitorial services to the
Little Haiti and Downtown NET offices, at a proposed amount of
$2,760.00, and Allpro Janitorial for the furnishing of janitorial
s
services to the Flagami, Wynwood/Edgewater, Coral Way and Coconut
:r Grove NET offices, at a proposed amount of $6,000.00, on a
contract basis for a one (1) year period with the option to
extend for an additional one (1) year period for the Department
of General Services Administration and Solid Waste, is hereby
accepted, with funds therefor hereby allocated from Account Code
No. 421001-340.
- 2 -
94- 63
34-
63
-; �I car `<` f >"Si; rtP ,>l s '.ras „r., ,•..„a... .
CITY OF MIAMI, FLORIDACA
INTEROFFICE` MEMORANDUM
To Honorable Mayor and Members DATE ` wa! FILE
of the City CommissionB
Resolution Award for
SUBJECT Janitorial Services at
the NET Offices
FROM : Cesa io REFERENCES
City , ager
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission pass the
attached resolution accepting the bids of Trade Services
industries a. Hispanic, Dade County vendor located at 12275 NE
19th Avenue, Suite 1 North Miami, Florida 33181 for the
furnishing of weekly janitorial services to the Little Haiti and
Downtown NET offices in the amount of $2,760.00 per year and
Allpro Janitorial a Black, Dade _County vendor located at 478 NE
137th Street, North Miami, Florida 33161 for the furnishing of
weekly janitorial services to Flagami, Wynwood/Edgewater, Coral
Way, and Coconut Grove NET offices in the amount of $6,000 per
year for a total proposed amount of $8,760.00 per year on a
contract basis for one (1) year to the Department of General
Services Administration and Solid Waste/Property Maintenance
Division.
BACKGROUND:
The Department of General Services Administration and Solid Waste
has analyzed bids received pursuant to Bid No. 93-94-011 for the
furnishing of janitorial services on a contract -basis to selected
'NET offices. Bids were mailed to twenty-five (25) potential
vendors and eleven (11) bids were received: Four (4) Hispanic
and seven (7) Black. Bids were tabulated and it was determined
that Trade Services Industries and Allpro Janitorial were the
lowest most responsive and responsible bidders. Funding for this
service is available from the Department of General Services
Administration and Solid Waste/Property Maintenance Division,
Account Code No. 421001-340.
C.Al 47-1
94- 63.
8mli y L•'imPRISLS
See attached bid
11 r r
`BEST' S MAIM1Ai1CL, LiC .
HILL JA14ITGRIAT , SERV .
11 1 r
VISTA -BLDG. NiATiM S'Lt'-MVICES , INC.
1 I 1
TRADE SERVICE WC
152 14EIGHBORS SOLID WASTE
L JLl . ,1LL.LY 11.:dVtiL�I�L'
I 1 11
i0cm, SERVICES n4c .
Oe receiveu only
11 11
� • II --- 11 --
---------------
- -
---M-----0.-
ie copy of the bid which was
1 1 : I 11
11 II II
--���M N_M--+��►••�-�
EOM --•�-O_.►_M_-
--- --_-----
----------------------
ALLPRO JA14ITORIAL & jiAI"t1TEt1AjCE
STARDUST
R
RADCLIFFE n,AT TLM1A. a
-• -w- -�
NO BID:
11001D 14. MAY - -
SERVICES DIV,20IFI]OD, L4C.
--r-------
-��l-Y----MOw
---1 r•�--
i+•r-��N-err.
---MO-�r__w tiw_
---�-- -M----
------ N-- ----
N------------
•
-------------
received /8envelopes on bobal! of
(Person recei�ins b
GSA/Solid_ Waste -Procurement __Division
(city I'.f pirZ �.e AL �------------....�.•Oa w....r.. - ....w
j
SIGNEDs _ _
(Di ty City C erk)---
�q
Y�.d
1 �
A� k+
p 4
1 44 <
{
i
Y
r
1
1
k
}.
RECFNI_
.93�V 29 A11
Cil Y CLERKFLA.
CITY t1F MiaM�,
-
{
t
Qdv s t
cr
LEGAL ADVERTISEMENT
BID NO, 93-94=011
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500Pan American Drive, Miami,
Florida 33133 not later than 11:00 a.m. November 29, 1993`for
the furnishing of all labor, materials and equipment as required
for Janitorial Maintenance Services at six (6) City facilities
on a contract basis for one (1) year for the. Department of
General Services Administration and Solid Waste, Property
Maintenance Division.
Bids` submitted past such deadline and/or submitted to any other
location or office shall be deemed not 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
Goods 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, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
Ordinance #10032 established a "First Source Hiring Agreement"
program to stimulate the creation of employment for City of Miami
residents. For details of the program Is requirements, contact
the Neighborhood Jobs Program at 579-2468.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 1440)
Cesar H. Odio
City Manager
a 0
N
C3
j Y
O
~
PROCURF�+ItTI Nam
>M1 hl1l 90567g808i i# 2/ 2 .
• 1,12 -94 , 110.07AM , CITY ' -'
CITY of MIltMI. rLORIGA
INTEA OPP10E MEMORANDUM
;
xd : Judy 9 C-Utle
Chief Ptftu
..._.
lu►Ta �At 1
at -Officer
Procurement
inagomont
Division Bid No. 95-9d�031'
cu�,ccrr :Janitorial, Services at
the NOT Offices
rnom t ROn S.. will
Alks
PEFE11kA
Avetetant O
t
kanager
r.Nola��nCB
The 'Depalr:1m
n
Of General Services Administration and Soa,id Waste,
has verifio
vailalble funding with the Department of Budgat that
bid
fundrti arm a a
fable tocover the coat of the subject in the
aZount of �.61
60.0a. Funds are avai3,rsbla� from the t�ap�lrtmaa>r1t' of
Geneira►]. Seiry
oae Administration and Solid Waste/Custodial
Maine®ndnaa
A
cunt Code No.`421001-340.00
BODUTARYLREVIEN&
APPROVED BY:
C,�✓'oUn
ano r . ur
na Aar Lstiant a ty Menages
D® ►art>Oasnt
f
tanagament
and 9449 t
It -It'" rand fax transmittal memo 7M -pot par$ I.
oar.
x
r
94-- 63
CITY OF MIAMI, FLORIDA BID N0. 93--14-011
BID SHEET (Continued)
IMPORTANT: BID SHEET AND ATTACMMM MOST . B$ RETURNED, IN TRIPLICATE IN TH
ATTACHED ENVELOPE IDENTIFIED -Br BID "K%=R, TIME AND DATE OF BID OPENING
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT 0
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms ( Include cash' discount for prompt payment,, if • any)
Additional discount of e�G�rL.I if awarded all items
Warranty and/or guarantee:
Delivery: / 3 calendar days required upon receipt of Purchase Order or Notic.
of Award.
Number -of calendar. days required to complete work after start.
In accordance with the Invitation -to Bid, the Specifications, General Conditions, Specia
Conditions, and General Information to udders, we agree to furnish the Items) at Price
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NA S OF. COMPANY OFFICER(S):
a)List principal business address: (,street address)
b) List all oth r offices located i� the State of Florida: (street address)
( Please use the back of this page if more •space is necessary)
MTN T MRti'P ' .T�NG'�
The undersigned bidder actnowledges that (sibs ban received 'a copy of Ordinance #10062 at
amended, the Minority. Procurement ordinance of the City of !Miami and agrees to comply with al:
applicable substantive add'proceduraL proviaians taerefn, inalu ing any amendments thereto.
Bidder: �r/W/i 9er Ll/ a Signature:
,company name)
Date: 4�5Print flame: ae,S'Us
Indicate if in •ss is 51$ Minority -owned: (Check Ili box only)
[ j BLACK [BusHISPANIC [ ] FEMALE
FTRt[i►*7Vt At'MM
If firm has an existing plan, effective date of ingdaeentsticn:
If' firm doee not have an existing plan, the SuccessfaL Bidder(s) shall be required tc
establish an Affirmative Action Policy, pirsueet to, On3inu:ce #10062 as amended. See Appendis
-I for sample.
Bidder: II�#041.S'ru It, . -TIVIJ • Signatarre: `S
( company name) 9 4 63
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM'MAY DISOIIAI 1FY THIS BID.
CITY OF MIAMI, FLORInh - BID N0. 93-94-011
'BID -SHEET (Continued
IMPORTANTt BID, SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE.,
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.,';
IFr SECURITY IS REQUIRED, A, BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
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 s calendar days required upon receipt of Purchase Order or Notice
of Award.
Number ;of calendar -days required to complete work after start.
In accordance with the Invitation -to Bid, the specifications, General Conditions, special
conditions, and General Information to Bidders, we agree to furnish the Items) at Prices
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S).: NAMES OF.COMPANY OFFICER(S):
a) List principal busines-s address: (street address)
b) 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 PRWIMMENT COMPLIANCE
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 ae
amended, the Minority.Procurement ordinance of the City of Miami and agrees t comply with all
applicable substantive acid procedural provisions therein, includ g any amen nts thereto.
Bidders Signature: ` G
om ny name)
Date: Print Name:
Indic a if Business is 51% Minority -owned: (Check o= box only)
] BLACK [ ] HISPANIC [ ] FEMALE
AFFIRMATIVE ACTION PLAN
If ,firm has an existing plan, effective date of implementation:
If firm doeq not have an existing plan, the successful Bidder(s) shall be required t
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendi.
I for sample.
f
Bidder: Signature:
! ( ompany name) _ 6 3,
FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID-'
a
F
CITY OF MIAMI, FLORIDA
a
TABLJI,ATION OF BIDE FOR
MLUMWICE FOR THE NET OFFICES
JANITURIAL SERVICES
ti
r .
i
3
JOM`SERVICE INC**
7936 SW 8 Street #48
c
M.iami Fl`33144
i r ..:
IINORITY CIASSIFICATION
HISPANIC
�FSfT'� ON OF ' ITEM
iINIT PRICE
r
,[little -Haiti NET -
$235/Mb
Downtown NET
$2 _
55/bb
f
Flagatni-IET ,
$340/Nb
�A�`+1Yrnod/Fdcwater NET
$340/Mo
.^.oral Way. NET
$320/Mc�
o
Coconut Grins NET'
$ 355/Nb
.'ANN[IPiL 'iCAL AM3iJNI'
$22,140.00
VerKbr offers 10% discount if awarded all items
<MP
If
,
y..
W kv,
�.i
BID NO. 93-94-011
BEST MAIM & JANITC
7264 NW 34 Street
Miami. Fl 33122
HISPANIC
tNIT PRICE
$220/Mo
$235/Mo
$285/Mb
$290/Mo
$290/Mo.
$290/Nb
$15,840.00
r
CITY OF MUM, FIARIL]A
JANITORIAL SERVICES MAIRrENANCE FOR THE NET OFFICES
-TRADE SERVICES IND**
12275 NE 19th Avenue
-N .Mi'ami Fl 33181
Yvu
tITY ` CLi�S.SIFICATION
HISPANIC
-ITEM
UNIT PRICE
_`�nrvnnTT4f1TON OF
Little Haiti NET
$115/Nb
Downtown NET,$115/Mo
1.. NET
$200/Mb
Ayen�/Edgewater NET
$200/Mo
:✓oral" Way:;NET
$200/Mo
^,:ocoirut. Grove NET
$200/Mo
ANNUAL'I M AM�LAJP
$12, 360.00
*Ver�cbr is within City limits
r
E
**yerxinr offers 5% discount
if awarded all item
a
r'
9.= 63
BID NO. 93-94-011
$425/Mb
$450/Nb
$450/Mo
$450/Nb
$450/Nb
$450/Nb
$32,100.00
UNIT PRICE
UNIT PRICE
$1,962/Ab
$125/Mb.
$21081/Nb
$125/Mo
$1,854.17/Nb
$125#N
$2,216.67/MO
$125/Nb
$2,066.46/mo.
$125/Mo
No Bid
$125/10
$122,163.60
$750.00
Y
`
AWARD OF BID
BID No. 93-94-oil
Furnishing of .'Janitorial, services for It
Of fices.
DEPARTMENT: - General, Services
Administration•, and,,.Solid
Waste/Property Maintenance
Division.-
..,TYPE OF PURCHASE: Contract for,one
(1) year
with the option.:to
> extendfor an. additional
one
(1) year period'.
$EASOg: To provide '.janitorial services to the NET
offices..
POTENTIAL BIDDERS:: 25
BIDS`--RECEIVEDs 11
FUNDS: General: Services
Administration and Solid
Waste/Property Maintenance
Division Account
Code No. 421001-340.
TABULATION: SEE ATTACHED
EVALUATION:
BID
Invitations
BID
Mailed
Responses
ALL VENDORS ............................
25
11
MINORITY/FEMALE (M/F) VENDORS..........
23
11
.Within City limits .................
2
1
Registered with City ................
10
4
Black,(B) Vendors ......................
11
7
Located within City limits..........
2
1
Registered with City ................
3
2
Female (F) Vendors .....................
3
0
Located within City limits..........
0
0
Registered with City ................
2
0
Hispanic (H) Vendors ...................
9
4
Located within City limits..........
0
0
Registered with City ................
5
2
NON MINORITY (NM) VENDORS ..............
2
0
Located within City limits..........
0
0
"No BIDS ...............................
-
2
94- 63
t
Reason(s)
for NOT awarding to local vendor:
fi
4...
..
Or
Local vendor was not the lowest most responsive and responsible bidder
t
Reason (s )
for- NO`BIDS 'were • as " follows
Harold M.
May Co. - insufficient areas to be cleaned
ServiceslDiversified`-
not looking"for any new contracts
RECOMMEN)AT
IONiIT IS'RECOMMENDED'THAT AWARD_BE;MADE TO -TRADE
SERVICES ' INDUSTRIES, A HISPANIC/DADE COUNTY
VENDOR AT A PROPOSED AMOUNT OF $2,780.00 AND
ALLPRO .'JANITORIAL, A BLACK/DADE COUNTY VENDOR
AT A PROPOSED," OUNT OF $6,000 FOR A •TOTAL
PROP O D COST 7 .00.
Chie rocu ement. ff er
l
ate
T77
94— S3
t