Loading...
HomeMy WebLinkAboutR-90-0786J-90-418 10/11/90 786 RESOLUTION NO. 9 0 " A RESOLUTION ACCEPTING THE BIDS OF ETCETERA SERVICES IN THE AMOUNT OF $56,460.00, BEST MAINTENANCE SERVICES IN THE AMOUNT OF $74,520.00, HILL JANITORIAL SERVICES IN THE + AMOUNT OF $9,600.00, OCEAN CROWN MAINTENANCE SERVICES IN THE AMOUNT OF $10,020.001 AND MR, CLEAN JANITORIAL SERVICES IN THE AMOUNT OF $3,456.00, AT A YEARLY COST NOT TO EXCEED $154,056.00, FOR THE FURNISHING OF CUSTODIAL SERVICES TO THE GENERAL SERVICES ADMINISTRATION DEPARTMENT AT VARIOUS CITY it LOCATIONS ON A CONTRACT BASIS FOR ONE (1) _i YEAR WITH A LIMITED OPTION ON THE PART OF THE CITY TO EXTEND SAID CONTRACTS FOR THREE (3) ADDITIONAL ONE-YEAR PERIODS SHOULD THE I' VENDORS AGREE TO SUCH EXTENSION UPON THE SAME t PRICES, TERMS AND CONDITIONS; ALLOCATING I FUNDS THEREFOR FROM THE 1990-91 OPERATING BUDGET, ACCOUNT CODE NO. 421001-340; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ij ORDERS FOR THIS SERVICE AND ALSO AUTHORIZING THE CITY MANAGER THEREAFTER TO EXTEND THESE CONTRACTS FOR THREE ADDITIONAL ONE-YEAR C PERIODS, SUBJECT TO THE AVAILABILITY OF FUNDS j AND UPON THE SAME PRICES, TERMS AND CONDITIONS. WHEREAS, pursuant to public notice, sealed bids were received March 12, 1990 for the furnishing of custodial services to the General Services Administration Department on a contract basis for one (1) year with an option on the part of the City to extend for three (3) additional one-year periods; and WHEREAS, invitations were mailed to fifty-one (51) potential suppliers and twenty-four (24) bids were received; and WHEREAS, funds for this service are available from the 1990-91 Operating Budget, Account No. 421001-340; and WHEREAS, this service will be used by the Department of General Services Administration/Property Maintenance Division for the purpose of providing custodial services to various City s 3 WHEREASt the City Manager and the Director of the Department . o, General Services Administration recommend that the bids . received from 9tcetera Services, Best Maintenance 5ervices,-,Hill f Janitorial Services, Ocean Crown Maintenance Services and Mr. : Clean Janitorial Services be accepted as the lowest responsible 1 and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY I OF MIAMI, FLORIDA: Section I. 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 a� # t Section. Section 2. The March 12, 1990 bids of Etcetera Services in the ,,amount of $56,460.00, Best Maintenance Services in the -z amount of $74,520.00, Hill Janitorial Services in the amount of $9;600.00, Ocean Crown Maintenance Services in the amount of $10,020.00, and Mr. Clean Janitorial Services in the amount of $3,456.00, at a year cost not to exceed $154,056.00, for the furnishing of custodial services to the General Services' ( Administration Department at various City locations on a'. contract' basis for one .(I) year with a limited option on the part of the City to extend said contracts for three (3) additional one-year periods should the vendors agree to such extension upon the same prices, terms and conditions, are hereby' accepted with funds therefor hereby allocated from the 1990-W Operating Budget, Account No. 421001-340. y {Fi The herein authorization is further subject to compliance all requirements that may be imposed by the City Attorney; �.' including, but not limited to those prescribed by applicable a� i City Charter and Cade provisions. T 4 x m# -77 S,.tt•.., eT _ _ 11D SECURIly y{ for various sites n -= ami General Cleaning 5er. " industrial Building Maim. =Robe3r:town Bldg. Maint. Inc CA -Sy General Cleaning SerVi es 1st Class Maint. & Moving In connection with the herinabove cited bids, wh �cti�� wefe n1; to r�astir anagam+�n -y t +� i for appropriate postinS. Ni;, I r AT. _ Me al ry n—"--e *ntze x { c y. Y yy f� } �yyy 1n �F t�`j - -:r bRGAL, A�VOTISL'NRN C E V Iwo 1 ' Sid�n'l3 {J t ct ATTY HIRAI CITY CLERK r ttt OP 141AMI, ALA,, y Sealed bids will be received by the City of .Miami City Clerk at ' her office located at 3500 Pan v , Miami, ' Florit'!r 33133: not; later than s30 _U4 March 12, 1990' or the furnishing of Custodial/Grounds a ntenance or ous sites for the b-partment of General Services Administration. A Pre -bid conference will be held at the Fire Rescue and : Inspection Services, Fire "Garage, 1131 NW 7 Street, Miami, Florida, third floor, on February 28, 1990 at 10:00 a.m. z This project has been designated'as.a Hispanic, Black and.:WomanT S" Owned` minorities set aside; under the provisions of the Minority/Woman Procurement Ordinance #10538. Interested'.;minority bidders must be.pre-qualified by the Minority & Woman Procurement$ Coordinator by calling at 579�-3366; prior to the bid opening aate: 41 Y h{ ". Bids submitted past such deadline and/or- ., -'location,. or office shall. be .deemed not responsive' and,. will be _ rejected. Detailed specifications.,for the'bds are available -upon requestF' Ct Procurement Off is 1390 N.W.. at`, the y o..4 20th ., Str.eet, .Second . "Telephone: S75-5174. Ag t 9, 4 -(Ad 'No. 64� . r. r nYa . hsr�rrYe,t,n R T _ d n3sYt. rf{kSi r fit• M ;- 4 r t 4 Cesar H. Odio City Manager rt Yt�.Alf ivran,��. P' 1- � pe l � .t dy�£���? �+ < 1 j ( f YEiFk f 5 ♦ � - �'LS hs' r ! t rinanc$), A 1ty Ill:i�t APPHbA tea _ �► s bi��"` 1 tfm�s �►it one �dv�rti`a ro(nurt er at tlniesj n�nt. Ie�l cissifled display . t Ststting date ua Sid Ito. g-9Qw073: 5ledi mant �f advertis�a ,_ F�k I sk? 14& a9A 0227$01143 P,02 'k CITY OF MIAMI, FLORIDA INER-OFFICIE MWOUNDUM Honorobjt Moybr and Members CAT& OCT --.9 1990 of tho Ci�y Commission x0solution Authocialho • SUBJECT,. Award 6t bid Not $0-00-073t custodial Servioes for VaVIOUN 9, 0 cosor City Manage It Is respectfully mended that thetcity Commission adopt the racom &Cquillitjon of annual cUxt0di4l the attached resolution for services at various city rAcilitiost to be awarded to the below responsible Wddets ltsted companies accordance' with Bid forin as the lowest most Number 99-90-073, The total annual cost funds are these services is estimated to be 4154p056o in which General servicog Administration DepartmenL6 available from the c08T Etcetera services t *3r$00-n0/sk2'000 Police South 1391 NW 37 strpet rle 33142 Bub -Station 335 mo/, 4,,020 Police Overtowri Yt ' (Black Minority) HinL-station 2600 S. Baythore 450'mo/So, 400 ''j;, Drive GSA Admin. Bldg* 420 m $4,705 iA0/VW0Q._y', (sub-tota2l i L') 18 1 *.,JN T*HONE No. 575-S.174 DID DID 9HRET _ IMPORTANT! SID SHE" AND DIUDER ACKNOWLEDGEMENT RUNT 139 RETURNED I DUPLsIC ATE IN THE ATTACHEb ENVELOPE IDENTIFIED hV BID NUMB 3It, TtM8 AND DATE OP bib OPENING, IFSECURITY I$ REOUIItM A DID WILL Nth':' :: ACCEPTED UNLESS THE DEPOSIT OR DOND IS SUtiMITTED IN THIN ENVELOPE. r,3ro+sa _ (Include cash discount for prompt payment, if &my' _ Aiition&1 discount of _ _ I if awarded all items, -4arranty and/or guarantees State any variances to specifications (use separate sheet I: necessary) 3 . Da1ivery:.___..._calendar days required upon receipt of Purchase Or -let. Delivery Point(s):eerif;ed in accordance w1th Me Invitation to Bid, the Sj;eci scat ons, Genera 1..)raiitions, Special Conditions, .and General Information to Bidders, 01 -xrnree to furnish the Item(s) at Prices indicated on the attached bi ? snee t(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: r:.c«se,use the back of this page if more space is necessary 41pa 1V 15I c:,1 l'L LI PRONE NO, STS ►'5174 BID NO. 010 aHnWr IMPORTAN.Ts Bib, SHEET AND DIDDEII ACKNOWLEDGEMENT MUST DE k9TURNRO Lh DUPLICATE IN TH9 ATTACHED ENVELOPE IbENTIP19b BY BID Numasko Tt,mtt AND DATE OP BID OPENING, IF SECURITY IS RROUIREns A DID WILL N011 ::1. - ACCEPTED UNL999 THE DEPOSIT OR DOND IS SUBMITTED IN THIS ENVELOPE & (Include cash discount for prompt payfaent, 1 an}► tA?itional discount Of _I if awarded all items. rt :;arranty and/or guarantees State any variances to specifications (use separate sheet i n4cassary)3 W +�aliverys 3 calendar days required upon receipt of Purchase ,-)rle . Lelivery Point(s):Ac%`neeiffed i� in actor once with the Invitation to aide the Specs scat ons, Gen;r-,: `.)ndttions, Special Conditions, and General Information to Bidders, agree to farnish the Item(s) at Prices indicated on the attached b t ? slieet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: Pedro M.Diaz Pedro M. Diaz Maria L. Diaz Maria L. Dian Susana Dial Susana Diaz Pease use the back o th s page if more space is necessary Naze of individual holding license In this profession (if applicable) a MINORITY PROCUREMENT COMPLIANCE undersigned bidde.: acknowledges that it. has received a: copy� : or::irance No. 10538, the Minority Procurement Ordinance of; the tf 'li+mi, and agrees to comply with all applicable substantive «riZ. ` rocedural provisions therein, including any amendments thereto. est'sMaintenance & Jani togipiatures , %'. �. Service Imn nme Print Names -' -Maria L. Diaz -:Business: �' ticate if Minority Business: Uates� � 16 1-.1azY. [XI Hispanic [ Women ?ALLURE TO COMPLETE, SIGN, AND RETURN THIS FORM K%Y`DISQUALIFY THE:+ ... C G � � � }� � � ,per I + ;i ,-•. + �s VY VP !f1ANti, PLCAI r r Sib NO.,A -9 •17L C310 $HEL•'T IMQC RTANTe DID SHEET AND DIDDER ACKNOWLEDOEMENT MUST AIL AsTuruv :b th UPLIc Tz 'IN THE ATTACHED ENVELOPE IbENTIPISb SY 131b NUMbnMi TIM114, AND DATE OF Bib DpENING, IF Secugl TY IS RZOUIRab, A BIb WILL NOT 10s n ACCEPTEb UNLESS THE DEPOSIT OR DOND IS SUBMITTED IN THIS ENVELOPE. y (include cash discount for prompt payment, if &MY' = Aittional discount of I if awarded atl items. Y warranty and/or guarantee: if State an variances to specifications (use separate sheet i� - � r : �• Deliveryscalendar days required upon receipt of Purchase, Or4er• i 4 Delivery Point(s)s An_`pa .iffer9 . t r ' In accordance with t e Invitation to Bid, the Specifications, Gener•i: C.nditions, Special Conditions, and General Information to Bidders, agree to furnish the Item(s) at Prices indicated on the attached bi i = sneet(s). -NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: Mr. Willie B. Hill, Sr. Mrs. Wanda Y. Curry, President Mr. Doug Hill, Vice President Mrs. Arunetta Herring, Secretary Plea -se use the back of this page if more space is necessary Maze of individual holding license in this profession (it applicable) Mr. Willie B. hill, Sr. MINORITY PROCUREMENT COMPLIANCE ;- iot undersigned bidde.: acknowledges that it has received a copy Qrdirance No. 105380 the Minority Procurement Ordinance -of the City '•fiaa and al�rees to comply with all applicable substantive aryt: procedural provisions therein, including any amendments thereto. I f %// 4 rf ;to t. ' L-lt V1't& Signature: (company name), { Print Names 'k1 I /h_e, tnd icate 'if Minority Business: Date:- 7 :`lack. [ j Hispanic _ J Women FAILURE TO COMPLETE, SIGN, AND RCTURH THIS FORM MAY DISQUALIFY THIS r4i D. F p1 c t .� it:'3,il`.l :'1X1��iV•.' - + fi »"`is`�'�C� iii{ t. t.'J t: 1 `�,�. `PNONE Nth, 5�'5 ►SI t 131b NO GID SNrLT IMPORTANTt BID 8999T AND DIDDSh ACKNOWLEDGLMSI'T MUST 8H 8L'TUP.. 0 'k uPL S .IN THE ATTACHED HNVEL-OPE IbENTIP19D 13Y HID mu'40:0.A, 'I•t.M� = AND, DATE OP nib OPENING, III SECURITY IS REOUIREb, A 8I0 WILL NOT ACCH"Rb UNLESS THE b8P09IT OR 60146 IS SUBMITTED IN THIS ENVELOPE. ►,arms:,- (Include cash discount for prompt payment, if anyw ittionel discount of ""�� 'I if awarded all items. .4irrenty and/or guarantees - State an variances to specifications (use separate sheet is a. if verys„, calendar days required upon receipt of Purchase Ir•l" . t` :81iVery POint(s)a_ At% -atlecified r, It. accordance with the Invitation to Bi , the gpeciMations, Gene -I! C.in-ditions, Special Conditions, and General Information to Bidders, M-iree to furnish the Item(s) at Prices indicated on the attached b:? sneet(s). ►� �i�E� ►� � 1"1A.aAG I DID BID OHgET IMPORTANTt RID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURN= t�. DUPUIC TH IN 'THR ATTACHED ENVELOPE IDENTIFIED RY ' 811y NUNDS i, TtMl AND DATE OP ®ID OPENING. IF SECURITY 19 REQUIRED, A 810 WILL No" ACCHPTED UNLE99 THE DEPOSIT OR BOND IS OU13MITTED IN THIS BNVELOPE1. ., rqf+s s, � _ .. ( Include cash discount for prompt payment, if Any ;.iittional discount of if awarded all items. aarranty and/or guarantees ,N,/A �j Stare any variances to specifications (use separate sheet :t necessary) s. 'alivery3_Z _calendar days required upon receipt of Purchase Delivery Point (s) s►c specified _ �„� in accordance with the Invitation to Bid, the Specs f icat ions, Gene:il Conditions, Special Conditions, .and General Information to Bidders, s anree to furnish the Item(s) at Prices indicated on the attached bi s�ieetts). - NAMES OF COMPANY OWNER(S)s NAMES OF COMPANY OFFICERS: Bry-n Morris Bry^n Lrb^r- Bry^n R-rb^r^ Argon I Ple4se use the back of this page if more space is necessary �j Nsae of individual holding license in this profession (if applicable) -} MINORITY PROCUREMENT COMPLIANCE '-:s' andersigned bidde.: acknowledges that it has received a Cos:}• •.i: )rr:inance No. 1053Es, the Minority Procurement Ordinance of the C1t 1 '!i .mi, and agrees - to comply with .all applicable substantive." rocedural provisions therein, including any amendments thereto. �i t .lu.:. e IrfdAnature: t aompauy name Print Name:Bt:rb^rs Bry. i» ;irate if Minority Business: hate: Z /9 /qQ 1 71a0k C i Hispanic L ) Women FAILURE TO COMPLETE, SIGN, AND RCTURfi THIS FORM ddAY DISOUALtFY THIS 47 t: is �i N 907 _ �'� �'°}{rg'�lCa- s„x zf a'� x .fa —. _ _ u .. - � .'sIF"i' a•�:5+,. .. _,. __ . _.{ 9 1 WARb OF _-b t h Bid Ncig�•90Wb Custodial Services i ? r = General Services Administration TY-- PS—Ot ba : 3 Contract for one i i ) Y$ r wiah th+s Option to extend for three additional one year periods. .'REARONt This service is necessary to provide custodial service6 to various cityls locations. f PbTBN�,II�ir„B=� .ac = 51 �rDB RECE*yE6t 24 TS1tATiON: Attached _ 1990-91 operating Budget Account No. Sri r: 4.. t E ly k k IT IS RECOMMENDED THAT. THU AWARD R SERVICL MADE TO ETCETERA H IN THE AMOUNT OF $56,460.00, SEST MAINTENANCE OF $14, 520 00 SERVICES IN THE AMOUNT r HILL JANITORIAL SERVICES IN THE AMOUNT Off' $'�, 600.00, OCEAN CROWN MAINTENANCL $104020.00 { SERVICES IN THE AMOUNT ,OF ANI) M. CLEAN JANITORIAL SERVICES IN' ` ( THE AMOUNT OF $3,456.00. FOR 'AN ANNU THE t TOTAL AMOUNT OF $154#056.00. t� Procurement Supervisor i DBtE - t ?:tF t f e kT; C f t � Jg { %N ee" `r pyy� R t'' s S i _.. SUMMAIM_ Ot 11108 FACILITYr POLICE SUB-SYATIOM BID MANGE ;: P bS� gI DDE IR w COMMENTS k _ Y;. [1l Double "B" Ent. Noiye: '`ailed to submit Bidder `Quali- fication For , C2l JW Maintenance Non=responsive: Qualifies: only for GroundstLawh Maf'n� 3 tenanee, not custodial. r [33 Vamiami General Non -responsive: During,ar intervYew with evaluation committee, company r'epres n,- = tative presented a cost breakdown in which labor' alone.., exeee`ded bid price. Unanimous consensus that Vamiami could not provide services for bid quote. 0 summary of bids Page -2. rkbtLITINs P0LICg ZDdEVAT8Ik MINT-STA"ON C21 [31. FACILITY CI] Hill Janitorial Vamiami General Mr. Clean Janitorial POLICE OVERTOWN MINI -STATION Hill Janitorial si r# Non -re soons_iye : Du'ring inter— l view with evaluat16h A committee, it became obvious that the company had under, x bidand asked that' the :bi'd not be considered.A. 3 Non -responsive:` buring Triter-' view with eva lust ien committee, it became ob'viod that the company had 'under bid based on their' guidelines and asked that the bid -'not' = b'e considered. Lowest Responsive Bidder Non -responsive: During inter vw evaluation iew committee, company .represen tative determinedthathe had under bid and asked that 'the bid not be considered.. C21_ Mr. "Gs" Cleaning Non -responsive: During ante view- with, evaluat committee, company represe tative` determi"hed that- he.; under bid and 'asked that 't bid not be''considereed. . r C31, Clean -Up South Non -responsive: On two (2)' separ.ate.'occasions ,falled show up for 'ntervi°ew w evaluation committee. [u1` US Janitorial Non-res onsives` Duri" ' 41- b view with evaluat committee,' company represe tative determined .that he.h under bid and asked that ..t bid not be considered. 1�1 { �'"•. ��`�� Y Spa � � �. fiCi? f t �l T tR r 1 i - uitnary of Bids Page -3- ■ FACIi.Ifi Ce �Ot,IC OVEH Oi�fl�t 11N1�5�ATION (Can't) Hobert Brown Non-respons..v_e:.ailed .t,p submit Bidder Qualification, Form. [61 'Vamiami General A Non -responsive.. During inter- view With . evltitin committee, company' represen�s tative explained that h'e hid based his bid on a ` come a d go situation. and not;on the required manpower tiours• Unanimous consensus,f committee _that company coAa not provide services for bid quote. C71 Etcetera Services Lowest Responsive Bidder FACILITY: DAVID T. HERRING POLICE SIMULATOR RD [11 Best Maintenance Lowest Responsive Bidder FACILITY: MIAMI FIRE TRAINING FACILITY _ Ell Hill Janitorial Non -responsive: Unanimous - consensus, of evaluation - committee that bid was grossly under, bid..: presently has temporary contract at $420.00 mon- their bid - $179.00monthly. [21 Robert Brown Non -responsive: FA,i3ed,�'to submit Bidder Qualification:, k Forma C31 Ocean Crown Lowest Responsive Bidder 1- } fi a { INN�y 7 s E 1 3 x n sue. { v k ro i a�+ t 4 t: Sumary of Lids Page -5- PACti�M & MbN.1CI AL.: JUSfiICN 8gILb s 1 Clean -Up South Non -responsive. 0n two 'separate oceasiona, fail6d to ! show up for intervibw ra �. evaluation committee. Double:. eW1 ant. Non_. responsivti Fai le ° to submit Bidder Qualification , ; Form. [33 US Janitorial Non -_responsive: During inter- view w th evaluation committee, bidder', determined that they had under bid acid asked that the bid not be considered. [43 Vamiami General Non -responsive: During inter+ view with the. evaluation committee, company represen- tative presented a coat breakdown which indicating { personnel cost to be insufficient. Unanimous consensus of evaluation committee that Vamiatni , could not provide services for bi'd quote. ; [5I Universal Janitorial Non -responsiyez Failed to = submit Bidder Qualification-` Form. [63 Robert Brown Non -responsive: Failed,t,o submit Bidder Qualification.' Form. _ C71 Z Services USA Non -responsive: Failed to submit Bidder Qualification.; Form. �! C 8 I Industrial Building Non -responsive: Failed to 1; Maintenance submit Bidder Qualification: Form. ' 4 [93 Best Maintenance Lowest Responsive Bidder r F 1' Lt i�14. i y� YNil r Li y qg „�"r 7� x . • of _ i 1. 1 uun TABULATION OF BIDS BID Ng 89 90— 43 Custodial Various Locations DEPT. GSA Propert, Haint. I.ecelved by the City Clark, City of Miami,Florida at 2:30 P.H. March 12, 1990 • - -------------------------- - ° !"¢"�'' ' ifllYrilli1111iilWill�lflllMllllllltl{1i�W� _.., ., a +iu■u iu ii� dl hllldiudl 6 d III IIIIIIY�Inerrrlrrieiererer.r+e e:o,o ,l ..... .............+.y- L w ... _ _, u TABULATION'OF BIDS =90-073 BID NO. 89 Custodial Various Sites DEFT. GSA. Property;faintenance r 1:cceirefl by the City Clerk, City' urf Miami, Florida at 2:30 P.M. March 12, 1990' atria;asasms=rssassasaassaaraasaassaasasatasass:aaaaaysasaassaaasaaaassasaaaaaaaas=sa=asasssaassaaaaaaaa=assasssassssasasasaaassaasssssss823aosssssas<sssassasaee, r T1n)T!;5 Ocean Crown Env. VIP Bldg. Maint.I Bendel -Vista,]gldg. Dennis Cleaning Best Maintenance JI1 LandClearin Miaorlty Classification Black Hispanic Black Hispanic Black Hispanic Hispanic Item 0IT UNIT UNIT UNIT UNIT UNIT U T t DE.SCR3PTI0:� PRICE TOTAL PRICE TOTAL PRICE TOTAL PRICE TOTAL RICE TOTAL PRICE TOTAL PRICE �AIL Police Simulator 2301 NW 23 Street 850 10,200 1,320 15,840 475.50 5,706 436.60 5,239.2 N/B N/B 240 880 N/B NIB Police So. Sub. St. *3,100 510,720 7,280 . 87,360 4,542.96 54,515.5 3,790 45,480 B Beacom Blvd. t. II 500 6 000 N/B N/B 9 706.67 •►" �* Police Overtown Mini C91900n 0 NW 3 Avenue 825.f fr NB NB if •p f11 i Edgewater Mini Sta. D 3425 Biscayne 830 9.960 660 7 920 490 5,880 436.60 5,239.2 " " •► fe Miami fire Training t E 3425 fferso St/ 835 10,020` N/B N/B 1,350 16,200 1,187,5 14, 250 " 990 •• •• Parks � Rec.Offices P 2600 B. Shore Drive 840 10,080 " NIB N/B 958 1, 496 " q 7 ►� •� Municipal Bldg. ► G 11-45 NW_11 ST. 0 t. I 3,600 43,200 5,720 68,640 " " 3,354.81 0,257.72 180 38 t.Ii 3 250 39 000 5,280 63,360 " " 2,462.86 9,554.32 I�'834 22.008 '• •• City.Admn. Bldg. 1H t. I 3,50 42,000 5,760 69,120 4,885.5 58,626 3 390 40 680 N/B N '• •* t.II 3,225 8,700 N/B N/B 4,800.5 57,606 3,I80 38 I60 " 2.7 0 4 i.re Garage1131-1151 NW 7Stree : 834 10,008 of"855 10,260 859 110 308 " " 685 8 IC'3 erai,Svs. Admn.J 1390 NW 20 Street 835 0,020 2,200 26,400 N/BN/B 996.14I1 953.6 690 8 280 930 I1 I6 - Ile Property Maintenance ' 197 NW 12 venue 605 7,260 1,560 18,72000, 775.20 9,302.4 256 3,072 41 .' GROUNDS MAINTENANCE _ Fire Training 575 6,900 N/B N/B N/B N/B 375 4 500 N/B N/B NIB General: Services rget6415 7 752' " n f� •• 225 2.700 140 1 680 '► fr 2 h e ; ®�I mE1tJ DIiJ N©T.-MEET: BID .SPECIFICI,kTIONS E ; C I F T I :e TAKULAThIN OF swS FOR BID nv.: 89-90-0,73 . Custodial Various Sites DEPT. GSA Property Maintenance heceived,hy tha City Clerk, City of ;ila:ni� Florida at 2:30 P.K. March 12, I990 �sassss-tsssaa�zssssaassaeasases•asssaansscasssr:aaaaaosaaatseaeassasnaaeaas=ssaa:asoa=aassu3asasaasaoaaaasascassas=sa==assasasaa=assess----saaasassnnasssaassss:s� Universal rinnr.?;S Janitoral Svs. Etcetera Svs. ! Z Services USA Double "B" Ent. U.S. Janitorial JW Maintenance Engleside Svs. Minority Classification Hispanic Women -Black Black Black Hispanic -women Black Black -Women Item DESCRIPTION VNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL PRICE UNIT TOTAL UNIT PRICE UNIT TOTAL PRICE 0T Police Simulator A 2301 NW 23 Street 450 5,400 250 3,000 N/B N/B 750 91000 350 4,200 700 8,400 1,342.30 6,107.60 Police So. :Sub. St. B Beacom ;Blvd. Opt. II N/B N/B , * 2,500 1,950 30,000 23,400 * 600 600 7,200 7,200 N/B N/B 1,200 1,800 14,400 5,637.66 7,651.9Zd Police Overtown Mini 21,600 4,800 7,600. WF C 1490 NW 3 Street Edgewater Mini Station 350 4,200 335 4,020 N/B N/B 850 10,200 * 275 3,300 700 8,'400 503.36 6,040.32- D 2511 Biscayne 350 4,800 335 4,020- " " 950 11,400 420~ 5,040- 700, 8,400 503.36 6,040.32 Miami"Fire Training 425 Jefferson Parks &.Rec. Offices 1,500 18,000 720 11,040 " 2,100 25,200 1,350 16,200 1,500 18,000 1,342 16,104 F 2600 Ba shore Dr. 1.000 12,000 450 5,400 " " 1,200 25,200 700 8,400 900 10,800 I,342 16,104 nicipal Bldg. _ G 1145 NW It St. 2pt. I ,500 * 30,000 3,500 42,000 2,695•.5 32,346 1,600 * 19,200 2,000 * 24,000 4,500 54,000 4,026 8,312 0 t. I ,000 24,000 ,600 31,200 2,099.4 5,193.8 1600 19,200 N/B N/B 3,500 42,000 8,312 icy Admin. B1ag. ,026 Opt. I ,500 54,000 5,275 63,300 4,001.3 8,015.E ,400 * 8,800 4,000 48,000 ,500 4,000 ,832.28 i,987.36 " " t.II ,000 48,000 3,550 42,600 4,000 8,000 ,400 8,800 N/B N/B ,500 2,000 5,200 Fire Garage ,600 I 1131-1151 NW 7 Street ,800 21,600 * 370 .4,400 N/B N/B 750 19,000 " " ,500 2,000 4,161.40 General Svs. Admn. ,013.45 1390 NW 20 Street 1 000 12,000 420 5,0401 1,308.01 15,696.1 -.750 9,000 950 11,400 900 0,800 2,013.45 24,161.4 Property Maintenance NW Avenue 550 6,600 270 3,240 649.03 71788.3 700 8,400 300 3,600 500 6:000 823.93 9�,887.1 Miami 'Fire Training A 3425;Jefferson N/B N/B 750 9000 N/B N/B 950 11,400 N/B N/B 900 ,10,800 N/B. N/B +General Services B 139b-Sw 20 Street 1,000 12,000 375 4,500 199.45 1,388 .825 91900 900 10,800 it►" * 3 ADE1t 1,3D NOT 1 EET <$ID SPECIFICATIONS 4 q do ii mm i� III IIII luau III llllMllllul fill loll Il l�Ililllillm111111l 11 WN=INl IIIIMAIIIIIIII)Nfll�lllllllll� IIIIMIiIl011 III1111f01V BID No....: 89-90-073 TABULATION OF BIDS r Custodial Various Sites DrPT. GSA Property �iantettance M k ucceived by t1w City. Clerk, City of Miami, Florida at 2:30 P.M. March 12, 1990 �. �,,.: ;=tsetafe:meaaaaa=arc=aaata=s=aneaa==acaa=aa==aaa=a.=caaaaaa:,=aaaa=axan=a>Caaanan==seaaaasaaazaac3aa=aa�a>ataaaa>eaaaass=sss>Csaa>eaa==sss=aa ass�>Qasaaaa=ssassass �; f` �• llDnl•:�.� Vamiami General Industrial Bldg.. Robert Brown ,y • Millority Classification Hispanic Hispanic Black UNIT � `T ie<em L•SIT DESCRIPTION PRICE TOTAL UNIT PRICE TOTAL UNIT " PRICE UNIT TOTAL PRICE TOTAL UNIT RICE TOTAL PRICE TQTAt. PRICE OTAL Police Simulator 1 NW 23 Street 280 3,360 350 4,200 300 3,600 Police So. Sub. St. *1,590 19,08 0 , *1,700 20,400 B Beacom Blve 0 t. II 960 11,520 1,480 17,760 N/B N/B Police Overtown Mini 14,90 NW 3 Street * 280 3,360 350 4,200 * 275 3,300 Edgewater Mini Sta. D 2511 Biseg e * 275 3,300 350 4,200 300 3,600 Miami Fire Training E •3425 Jefferson 1,032 12,384 1,050 12,600 * 600 7,200 Parks &, Rec. Offices F 2600 S. Ba shore Dr. 480 51760 600 7,200 600 7,200 'Municipal Bldg. C 1145 NW 11 St, t.1 2,158* 25,896 2,850* 34,200 2,500* 0,000 0 t.II 11900 22,800 2,050 24,600 N/B 1 N/B City Admn. Bldg. M 0 t.I 2,998 35,976 3,500 42,000 ` opt.11 2,948 35,376 2,950 35,400 3,400 40,800 Fire Garage I 1131-1151 NW 7 St. *325 3,900 *300 3,600 * 400 4,800 'General Svs. Admn. 1390 NW 20 Street *365 4,380 820 9,840 * 300 3,600 - Property Maintenance 1 R 1945:NW 12 Avenue 250 3,000 380 4,560 700 8,400 $ MA N7ZNANCE Mbij&. Training r k 320 :.- 3,840 N/B N/B 800 9, 600 Generai Services , tr et 290 3,480 " " 250 3,000 ,t $"1 ER DID .NOT ,MEET BID . SPECIFICkTIONS I v t