Loading...
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