header-left
File #: 1601-2013    Version: 1
Type: Ordinance Status: Passed
File created: 6/19/2013 In control: Public Utilities Committee
On agenda: 7/15/2013 Final action: 7/18/2013
Title: To authorize the Director of Public Utilities to enter into a contract with Master Maintenance LLC to provide Janitorial Services for various facilities of the Department of Public Utilities, to authorize the expenditure of $174,240.00 from the Sewer System Operating Fund, and to declare an emergency. ($174,240.00)
Attachments: 1. ORD 1601-2013 Janitorial - CT Info Form - FEM 0102.6 AWARD, 2. ORD 1601-2013 Janitorial Svc - Bid Tab 6-12-13 FEM 0102.pdf, 3. ORD 1601-2013 Janitorial Svc - Sub Work ID Form
Explanation

The purpose of this legislation is to authorize the Director of Public Utilities to enter into a contract with Master Maintenance LLC for the purpose of providing Janitorial Services for various Department of Public Utilities facilities. The work to be performed under these specifications will be Janitorial Services at the Southerly Wastewater Treatment Plant, Jackson Pike Wastewater Treatment Plant, Compost Facility and the Sewer Maintenance Operations Center. Other Department sites may be added in the future. The work to be performed under these specifications include cleaning services for not only office areas but also other industrial type areas such as store rooms, stock rooms, construction trailers, areas adjacent to garages, kitchens and break rooms. The contractor shall furnish any and all cleaning and sanitation supplies and any other products required to provide the cleaning services.

The Department of Public Utilities solicited Competitive Bids for the subject services in accordance with the provisions of Section 329 (SA004991). One hundred twenty-two (122) vendors were solicited (1 V1, 2 MBR, 27 M1A, 1 HL1, 3 F1 and 88 MAJ). Nine (9) bids (1 MBE, 2 MA1, 5 MAJ and 1 Pending Certification) were received on June 12, 2013. The lowest bidder was AA Programmed Janitorial and Building Maintenance Inc. (MBR). This bidder checked “no” for the Environmental Preference. The second lowest bidder was Master Maintenance LLC (MAJ). This bidder declared that they are an Environmental Preferred Bidder and therefore the Environmental Preference applied for the purpose of awarding this bid in accordance with Columbus City Code Chapter 329.31, therefore this bidder is deemed the lowest responsive and responsible and best bidder.

This contract is for one (1) year, from the date of execution, with the option to renew for three (3) additional years based upon mutual agreement, budgeted funds and approval by City Council.


SUPPLIER: Master Maintenan...

Click here for full text