Loading...
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