header-left
File #: 1525-2015    Version: 1
Type: Ordinance Status: Passed
File created: 6/3/2015 In control: Public Utilities Committee
On agenda: 7/20/2015 Final action: 7/23/2015
Title: To authorize the Director of Public Utilities to enter into a planned modification with Master Maintenance, LLC to provide Janitorial Services for the Department of Public Utilities, and to authorize the expenditure of $175,000.00 from the Sewer System Operating Fund. ($175,000.00)
Attachments: 1. ORD 1525-2015 Janitorial Serv - Mod #2 - Info Sheet.pdf, 2. ORD 1525-2015 Janitorial Serv - Mod #2 - Sub Work ID Form.pdf
Explanation

The purpose of this legislation is to authorize the Director of Public Utilities to enter into a planned contract modification #2 with Master Maintenance LLC for the purpose of providing Janitorial Services for various Department of Public Utilities facilities. The work to be performed under this contract 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 City Code Chapter 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 Credit applied for the purpose of awarding this bid in accordance with Columbus City Code Chapter 329, therefore this bidder was deemed the lowest responsive and responsible and best bidder.

The original contract was in effect for one (1) year to and including July 31, 2014. The contract language allows for the Department of Public Utilities to extend the contract for three (3) ...

Click here for full text