HomeMy WebLinkAboutR-89-1093J-89-1042 A
11/21/89 RESOLUTION NO. 139-`1093
A RESOLUTION ACCEPTING THE BID OF VISTA
BUILDING MAINTENANCE FOR FURNISHING
JANITORIAL SERVICES AT THE POLICE DEPARTMENT
HEADQUARTERS BUILDING FOR THE DEPARTMENT OF
GENERAL SERVICES ADMINISTRATION `ON A CONTRACT
BASIS FOR ONE (1) YEAR WITH THE OPTION TO
EXTEND FOR THREE (3) ADDITIONAL ONE (1) YEAR
PERIODS AT A TOTAL COST NOT TO EXCEED
$154,671.96; ALLOCATING FUNDS THEREFOR FROM
THE 1989-90 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 THREE
(3) ADDITIONAL ONE (1) YEAR PERIODS, SUBJECT
TO THE AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received August 16, 1989 for the furnishing of Janitorial
Services at the Police Department Headquarters Building on a
contract basis for one (1) year with the option to extend for
three additional one (1) year periods for the Department of
General Services Administration; and
WHEREAS, invitations were mailed to forty eight (48)
potential suppliers and nineteen (19) bids were received; and
WHEREAS, funds for this purchase will be available from the
1989-90 Operating Budget Account Code No. 421001-340; and
WHEREAS, this service will be used by the Department of
General Services Administration for the purpose of providing
regular Janitorial Services at the Police Department Headquarters
Building; and
WHEREAS, the City Manager and the Director of the Department
of General Services Administration recommend that the bid
received from Vista Building Maintenance be accepted as the
lowest responsible and responsive bid;
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
Section 2. The August 16, 1989 bid of Vista Building
Maintenance for the furnishing of regular Janitorial Services at
the Police Department Headquarters Building on a contract basis
for One (1) year with the option to extend for three (3)
additional one (1) year periods for the Department of General
Services Administration at a total cost not to exceed $154,671.96
is hereby accepted with funds therefor hereby allocated from the
1989-90 Operating Budget Account Code No. 421001-340.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this service and thereafter to extend this contract-1/for three
(3) additional one (1) year periods,subject to the availability
of funds.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 7th day of December 1989.
XAVIER L. S A Z, MAYOR
PREPAREDAWD APPROYED
IEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
1/ The herein authorization is further subject to compliance
with all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable
City Charter and Code provisions.
2 w
0 0
.BID SECURITY UST
BID ITEM:
janitorial Services at the Police Department
BID NO: i 88-89-151 - -
DATE BIDS RECEIVED: August 16, 1989 2: 30 P.M.
BIDDER I
TOTAL
BID AMOUNT
Rv
roken down
Coconut Grove Local Developme items
D.U.B.S. Corporation IV it
Mr. Clean Reliable Service I it It
Peffco, Inc.
Ocean Crown Ev., Inc.
Robert Brown Bldg. Maint.,Inc It11
,Best's Maintenance I to
Kleen Master, Inc. I It
"
Trobo Bldg. & Contr. , Inc. I Is of
Beau Maids Services I It
to
Vista Building Maintenance WAI
If
Service Inc.
CA-SY General Cleaning I "
Industrial Building Maint. 1 "
Kid Enterprises, Inc.
I of it.
Four Cos Services
Chief Services Co. "
T. Wilder Enterprises
Etcetera Services "
BID BOND (a) If �!
CASHIER'S CHECK
Engleside Service Contractors "
W, corp c ' ordab e_Ce i Service n .
RECEIVED (-) envelopes on behal6 of GSA -Procurement Office
IGNED: DATE: 6117ty epartment
)/
*eceivtd the hereinebove described checks this dayof
,19
_'n connection+ with the hereinabove cited bids, w ►ch i—we a an d to the u;derstgnecl on behalf owe
=Accounting Division (or)
( ity Department)
C DATE
g� r
}
BID SECURITY LIST
DID ITEM: Janitorial Services at the Police Department
DID NO: 88-89-151
DATE BIDS RECEIVED:. August 16, 1989 2 : 30 p.m.
TOTAL BID BOND (or) 1(
BIDDER
BID AMOUNT CASHIER'S CHECK T
Coconut Grove Local Development Broken down
by items
D.U.B.S. Corporation It
Mr. Clean Reliable Service of
Peffco, Inc.
Ocean Crown Ev., Inc,
m
Robert Brown Bldg. Maint.,Inc 11
-Best's Maintenance
m
m
Kleen Master, Inc. I of
it
Trobo Bldg_. & Contr. , Inc. I it of
Beau Maids Services "
Vista Building Maintenance
Service, Inc.
CA-SY General Cleaning "
Industrial Building Maint. to,
Kid Enterprises, Inc. of
Four Cos Services "
Chief Services Co. It
T. Wilder Enterprises of of
Etcetera Services I of of
Engleside Service Contractors of "
-BID-o 9
O WMjdp gM!L10 Corp
a Service nc.
tECEiVEO (`) envelopes on behalf of GSA Procurement Office
ICNED: DATE:g 'rl ty Depart
lReceived the hereinabove described checks this day of , 19
jin C*nnection with the hereinabove cited bids, w Rc: were an d to the Un"dirsigned on If o�ie
AcCountin$ Division (or)
IONED:
ity Department)
_ DATE: ,.
= r
OFa.Vi'1�`4_i�44M1.., �FS:im":J . _ c t�i Y v ..a.:.• .. _... :: _ . -.... _ .. — _ •• *^'_ fi^.'!e!isd�A � _ .
ik
LEGAL ADVERTISEMENT
BID NO. 88-89--151
Sealed bids will be received by the City of Miami City Clerk at
her office located at Pan American Drive, Miami, Florida,
33133 not later than -3 .m* or the furnishing
of Janitorial Services a e Police Department Building for the
Department of General Services Administration.
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. 10538 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. 20*h Street, Second Floor, Telephone 575-5174.
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. 6416 )
Cesar H. Odio
City Manager
1k,J
s. ,
„ -- .:.. ..,. .. . _ -. i1p9,4f'"IMY+e+`4"S".a^?T •}e=miw..wµrys;+w.p-.1w-.x
i
n in
e •.
PEOU1SITiON FOR ADVERTISEMENT (This number must appear
DMADIV. Procurement (tor GSA roperty Maintenance) in the advettl
6416
ACCOUNT CODE 4 2 0 4 01- 2 8 7,
DA!t July 27, 1989 t575-5174
$ .,PHONE APFRY:)OVED
= PREPARED BY Maria Abi j A 1 i l
i DIRECTOR ISSUING 0& ” eNT
Publish the attached advertisement One (1).
(number of tines) !
Type of advertisement: legal XX i classified display
(Ch" One) i
i
Size: Legal Starting date August 1st,, 1989
First four words of advertisement: id No. 88-89-151: Sealed bids will be.....
Janitorial!Services @ Police Department Building
Remarks: , - 9'
_-- (open B-16-89 — 2:30 p.m.
DO NOT TYPP BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF
---
�,:" LINES:'.
PUBLICATION
ADVERTISEMENT
INVOICE ,
AWUNT:
a
Mi i e
am 'R view
- - -
4
F3
* F4 .'
FS
1 F7
F8
F9
F10
F11
'LINE
TRANS
VOUCHER
Y
DUE DATE
MM DO
Adv. Doc. Reference
VENDOR
INDEX CODE
OBj
_
113 .. 17
18
39
42 ,4s 50
s1 Be
57 - 8't
$3 ' 16
M
IuuLdon
t
is
DESCRIPTION
G
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA-8
TOi
Honorable Mayor and Members DATE: NOV
2 8 1989 PM/830
of the City Commission fill:
Resolution Authorizing
SUBJECT: Award of Bid No.
hwloe� 88-89-151 Custodial
Services for Miami
FROM: Cesar H. Odio REFERENCES: Police Department -
City Manager Headquarters Building
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the
attached resolution for the acquisition of annual custodial
services fob -the Miami Police Department Headquarters Building,
401 NW 2 Avenue, to be awarded to Vista Building Maintenance as
the lowest most responsive bidder in accordance with bid number
88-89-151. The total annual cost for these services is estimated
to be $152,271.96 for daily maintenance and $2,400 for an initial
3-day clean-up (blitz) of the facility, in which funds are
available from the General Services Administration Department.
BACKGROUND:
The General Services Administration Department has analyzed the
bids received pursuant to bid #88-89-151 to furnish' custodial
services for the Miami Police Department Headquarters Building.
A total of nineteen (19) bids were received which included
fifteen Black owned businesses, five (5) of which were women
owned; three (3) Hispanic; and one (1) non -minority. As a result
of a bid evaluation conducted by an evaluation committee, it is
recommended that award of bid be granted to Vista Building
Mainetenance as the lowest most responsive bidder at an annual
cost of $152,271.96 for daily • maintenance and $2,400 for an
initial 3-day clean-up (blitz) of the facility. Funds for this
purpose are available from the operating budget of the General
Services Administration Department as indicated below:
Amount of Bid: $152,271.96 plus $2,400 (for 3•-day blitz)
Source of Funds: 1989-90 General Services Administration
Department, Property Maintenance Division
Account #421001-340
Attachments: Proposed Resolution
e►�iCTTV-U 14 :38 DE=PT. or PUDGE=T P 01
�,t� •jl E����t� ;; 1 {;I j 61:'Nr�-4IY OF MIAMI. PLORIDA
�9 OCj 23 p�.jkq-E%OffICE.MEMORANDUM ;
Iv J�
FILS
V11,111am J. schaut
Procurement tsuparvisor. SUtiiECf . -
Proc rement Management Division 8id,86�8�`]51
CtasGodial Services K"D-
FROM AEF6pkNCEB
R n WVf1i AMS, Director
General Services Administration ENcwsume
This depArtmeht has verified available funding with tho
Dapartments of Finance and Management and Budget that funds are
available to cover the cost of the subject bid in the amount of
01%1, 671,94 Account Code Nilgib er. %1 3=34.Q.
.• 1
FINANCE REVIEW & APPROVED BY: 10 049 ADDITIONAL APPROVALS
(i�xcapt for funds already (if required)
appropriated or items included -
in rY budget) i
Carlos Garcia, Director
Department of Finance
BUQGETARY REVIEW & APPROVED VY:
Manohar SuranaF Director
Department of Management
r nd budget
Sergio Rodriguez, Director
Planning Department
,NSA ....._......
Frank CastAnedai,'Director
Community Development '
tL IRd $1 130
130009 Qhv INN35mv-1i
f
41
CITY OF•MIAM1, FLORIDPr P.O. _JX 330708
,PROCUREMENT MANAGEMENT Miami, Fl 33233-0708
DIVISION TELEPHONE NO. 575-5174
BID NO.
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED INI.
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME.
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN.TgIS ENVELOP.E.•
Terms: 3fl Npt (Include cash discount for prompt payment, if any)
Additional discount of n/a _% if awarded all items.
Warranty and/or guarantee:
_m
State any variances to specifications- (use separate•• sheet if
necessary) : n/a
Delivery:10calendar days required upon receipt of Purchase Order.
Delivery Point("s): City of Miami - Department of Police
s
400 N.W. 2nd Street
Miami, F1 33128
In accordance witwitH the Invitatlon to Bi2l, trie Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet (s) .
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS:
James M. Haley
Frank Haley
James N. Haley
Frank Haley
Please -use the back of this page if more space is necessary
Name of individual holding license in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bid er acknowledges that t has received a copy of
Ordinance No. 10538, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
(/ / !
BIDDER: Vista Buil Maim. Service Lac Signature: ��—� '�'
company name
Print-e: J M. Haley
Indicate if Minority Busineess Date: 8/16/89
Black QIZ].Hispanic L ] women
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORK MAY DISQUALIFY THIS
BIDe
7. _ _.
AWARD OF BID
Bid No. 88--89-151
ITEMS. Janitorial Services at the Police
Department Headquarters Building
DEPARTMENT: General Services Administration. _ --
TYPE OF PURCHASE: Contract for One. (1) Year with 'the
option to extend for three (3)
additional one year period
REASON: To provide regular Janitorial Services
the Police Department Headquarters
Building
POTENTIAL BIDDERS: 48
BIDS RECEIVBDi 19
s
TABU LAT ION : Attached
FUNDS: 1989-90 Operating Budget Account Code
No. 421001-340.
MINORITY.PARTICIPATION: Invitations to bid were sent to 35
Black, ten 10 Hispanic and .two (2) woman -owned firms
engaged in the Janitorial Services business as located in
the following sources:
1. New Vendors Applications on file in the Procurement
Office.
2. City of Miami Minority Register
3. Previous Bid on File in the Procurement Office
4. Yellow pages Telephone Directory
` Minority response consistedofvedfrom a including fifteen
Vista
(15) black and three (3) Panic firms
Building Maintenance, the recommended bidder.
BID EVALUATION:
Following is an
Invitation to Bid:
Number of Bid
Category Invitations Mailed
r
Prior Bidders
B ack American
13
Hispanic American
7
Woman
0
Non -Minority
0
New Bidders
Black American
22
Hispanic American
3
Woman
Non -Minority
1
Courtesy Notifications
40
"No Bids"
Late Bids
Total*
x.
Pogo
1 of 2
analysis of the
Number of
Responses
3
0
0
0
0
1
0
4
0
Reasons for "No Bid" were as follows:
1. G & A Building Maintenance - "Unable to bid at this
time."
2. Gold Coast Chemical Corp. - "Not competitive at this.
time."
3. Affordable Cleaning Services, Inca - "Unable to bid."
4. DL Miller, Inc. - Unable to bid at this time."
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO VISTA BUILDING MAINTENANCE FOR
A TOTAL PROPOSED AMOUNT OF
$154;611.96.
110 r 222
ate
s
TABULATION OF BIDS
MPD CUSTODIAL SERVICES
BID NO. 88-89-151
h
MINORITY
►'`
VENDOR CLASSIFICATION
1.
Chief Services
Company B
2.
Kid Enterprises,
Inc. B
3.
D.U.B.S.
Corporation B
- -
4.
Mr. Clean Reliable
-
-.
Services B/W
5.
Best Maintenance H.
6.
Vista Building
_
Maintenance H
7.
Coconut Grove
Local Dev. B
8.
Beau Maids
Services B
9.
Engleside Service
;.
Contractors, B/W
10.
Industrial Building
MONTHLY ANNUAL
COST COST`
r
$ 9,095.50 $109,146.00
EVALUATION
Non -Responsive**
$ 9,792.00 $117,504.00 Non -Responsive**
($123,480.00)*
$10,917.00 $1319004.00 Non -Responsive**
$11,578.00 $138,936.00 Non -Responsive**
$11,980.00 $143,766.00 Non -Responsive**
$12,689.33 $152,271.96Lowest Respon-
sive Bidder
$13,583.33 $163,000.00'
$13,666-67 $164,000.00
$15,279.50 $183,354.00
Maintenance. H $15,833.33 $189,999.99
IT -
*With quarterly cost of $1,498.00 for flooring
��~ �;• **For further explanation, see attached "Summary of ,Bids"
3 M1 „y
Tab. of Bids (cont.)
MINORITY
VENDOR CLASSIFICATION
11. Etcetera
B/W
Services
12. Robert Brown
B
13. R. Wilder
i
Enterprises
B/W
14. Peffco, Inc.
B
15. Four GIs Services
B/W
16. Ocean Crown
Env., Inc.
B
17. CA-SY General
Cleaning
B/W
18. Klean Master, Inc.
Non -Min.
i
19• Trobo Bldg. &
Contr., Inc.
B
^i
G
-2-
MONTHLY ANNUAL
COST COST EVALUATION
$16,134.00 $193,608.00
$16t448.00 $197,30.00
$17,600.00 $211,200.00
$18,248.66 $218,984,00
$18,300.00 $219,600.00
$18,975.00 $227,708.00
$18,999.90 $227,998.90
$20,098.00 $241,176.00
$30,000.00 $360,000.00
4
BID RANGE
POSITION
2
3
SUMMARY OF BIDS
BIDDER
Chief Services Co.
Kid Enterprise, Inc.
D.U.B.S Corp.
COMMENTS
Non -Res onsivo: No occu-
pational license; no
references as required;
primarily engaged in
residential work
Non-ResponsivJ; Enid Quote
Too Low: At are interview
with the evaldation com-
mittee, ownero presented
a breakdwon of cost which
in total, exceeded the
bid quote i.e., $90,000
staff, $15,000 super-
visor , $17,625 supplies,
plus administrative over-
head = $122,625 plus
overhead. Annual base bid
was $117,504.00. Unani-
mous consensus that bid
was too low and Kid
Enterprises would not
survive.
Non -Res onsive: Did not
provide three (3) refer-
ences to which D.U.B.S is
currently providing jan-
itorial/custodial
services. One reference
claims that they never
heard of D.U.S.S and/or
Leroy Thompson (owner);
and the other two (2)
references, which were
the same person, could
not be contacted and
never returned repsated
calls.
Summary of Bids (cunt..) -2-
B:D RANGE
POSITION BIDDER
4 MR. CLEAN Ret IABLE
;DERV ICES
5 BEST MAINTENANCE
6 VISTA BUILDING
MAINTENANCE
COMMENTS'
Non -Responsive: Owner
stated during interview
that their bid was based
on a seven (7) hour day
per shift; not eight (8)
hours as required. Pur-
suant to Paragraph II
"Personnel Requirements,"
bids not adhering to mim-
imum staffing require-
ments will be considered
as non -responsive and re-
jected accordingly.
Non -Responsive: Owner
stated during interview
that their bid was based
on a seven (7) hour day
per shift; not eight (8)
as required. Further
stated that his true cost
exceeded $13,9oo and he
.would "cut corner" by
scheduling the seven (7)
hour day. Pursuant to
Paragraph'II "Personnel
Requirements," bids not
adhering to minimum
staffing requirements
will be considered as
non -responsive and re-
sponsive and rejected
accordingly.
Lowest Responsive Kidder.
Evaluation Committee: Major Miguel Exposito, Captain 9o4 Rice,
Danny Gonaalez -Miami Police Department, Property and Resource
Management; Adrienne . MacReth -Women/Minority Procurement
Coordinator; and Sara Gonzalez,. Senior Procurement Specialist,
and Kirk Hearin, Admini.strat.ive Assistant -General Servicea
Administration.
TABULATION OF. BIDS
MPD CUSTODIAL SERVICES
BID NO. 88-89-151
MINORITY MONTHLY ANNUAL
VENDOR CLASSIFICATION COST COST
1. Chief Services
Company
2. Ki'd Enterprises,
Inc.
3. D.U.B.S".
Corporation
4. Mr. Clean Reliable
Services
5. Best Maintenance
6. Vista Building
Maintenance
7. Coconut Grove
Local Dev.
8. Beau Maids
Services
9.-_Engleside Service
Contractors
10. Industrial Building
Maintenance
11. Etcetera Services
12. Robert Brown
Bldg. Maint.
13• R. Wilder
Enterprises
14. Pef fco, Inc.
B
' $ 9 ,095.50
$109 ,146.00
B
$ 9,792.00
$1179504.00
($123,480.00)*
B
$10,917.00
$131,OO4.00
B/W
$11,578,00
$138,936.00
H
$11,980.00
$143,766.00
H
$129689.33
$1529271.96
B
$13,583.33
$163.000.00
B
$139666.67
$164,000.00
B/W
$15,279.50
$183,354.00
H
$15,833.33
$189,999.96
B/W
$16,134.00
$193,608.00
B
$16•,448.00
$197,388.00
B/W
$17,600.00
$211,200.00
B
$18,248.66
$218,984.00
*With quarterly cost of
$1,498.00 for flooring
10
• '� y r
w
~Z �
—_ �� �2+�wii+^3^i'.?'Pw4, +a 'f�?4`'�_�.��xJ. .KY✓ID,._ �'f'. .T 5!'N+,S.`u. _ ..S'i�,� 4_ i� —
Tab. or Bids (cont.), -2-
MINORITY
VENDOR CLASSIFICATION
15• Four C'.s Services B/4L
16. Ocean Crown B
Env., Inc.
17. CA-SY General BMW
Cleaning
18. Klden Master, Inc. Non -Min.
19• Trobo BLd-g• & B
Contra; Inc. .
MONTHLY
ANNUAL
COST
COST
$18,300.00
$219.600.00 "
$18,975•00
$227,708.00
•$18,999.90
$2,27.998.90-
$209098.00
•$241,176.00
$30,000.00
$.360,000.00
BID RANGE
MPD CUSTODIAL SERVICES
BID No. 88-89-151
ITEM #2 • THREE (3) DAY BLITZ
-VENDOR
COST
1.
Ocean Crown Env., Inc.
$ 675.00
2.
Best's Maintenance
$ 950.00
3.
D.U.B.S. Corporation
$1,500.00
4.
Industrial Building Maint.
$1,562.31
5.
CA-SY General Cleaning
$2,000.00
6.
Chief Services Co.
$2,095.75
7.
T. Wilder Enterprises
$2,220.00
8.
Vista Building Maint.
$2,400.00
9.
'Robert Brown Bldg. Maint.
$2,500.00
10.
Engleside Svs. Contractors
$2,999.00
11.
Trobo Bldg. & Contr., Inc.
$3,000.00
12.
i
Etcetera Services
$3,800.00
13.
.Four C's Services
$4,500.00 (6-9 days)
14.
Peffco, Inc.
$4,800.95
15.
Kid Enterprises
$4,890.00
16.
Mr. Clean Reliable Services
$6,686.00
17.
Kleen Master, Inc.
$7,000.00
18.
Beau Maids Services
$79500.00
19.
Coconut Grove Local Dev.
$8,000.00
f