HomeMy WebLinkAboutR-89-1023}
J-89-991
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BIDS OF BEST
MAINTENANCE & JANITORIAL, INC. IN THE AMOUNT
OF $23,600.00 AND SOUTH FLORIDA MAINTENANCE
SERVICES, INC. IN THE AMOUNT OF $111,000.00
FOR THE FURNISHING OF EVENTS CLEANING
MAINTENANCE SERVICES AS NEEDED FOR CITY
STADIUMS AND FACILITIES 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 PARKS, RECREATION &
PUBLIC FACILITIES FOR A TOTAL PROPOSED AMOUNT
OF $134,600.00; ALLOCATING FUNDS THEREFOR
FROM THE ENTERPRISE FUND ACCOUNT CODE NOS. '
580402-340 ($111,000.00) 580401-340
($19,300.00) AND 580403-340 ($4,300.00); -
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE
ORDERS FOR THIS SERVICE AND FURTHERMORE TO
EXTEND THIS CONTRACT FOR THREE ADDITIONAL ONE
(1) YEAR PERIODS, SUBJECT TO THE AVAILABILITY
OF FUNDS. -
WHEREAS, pursuant to public notice, sealed bids were
received September 11, 1989 for the furnishing of Events Cleaning
Maintenance Services for the City's stadiums and facilities as
needed 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 Parks, Recreation and Public Facilities; and
WHEREAS, invitations were mailed to thirty-three (33)
potential suppliers and three (3) bids were received; and
WHEREAS, funds for this purchase will be available from the.
Enterprise Fund Account Nos. 580402-340 ($111,000.00) 580401-340
j
($19,300.00) and 580403-340 ($4,300.00); and.
WHEREAS, this service will be used by the Department of
Parks, Recreation and Public Facilities for the purpose of
providing events cleaning maintenance services on an as needed
1p
=j
basis to.the City's stadiums and facilities; and
WHEREAS, the City Manager and the Director of the Department
cif Parks, Recreation & Public Facilities recommend that the ,bids.
d ""
received from best Maintenance & Janitorial, Inc. and South,
Florida Maintenance Services, Inc. be accepted as the lowest
>_
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
- thereto and incorporated herein as if fully set forth in this
Section.
- Section 2. The September 11, 1989 bids of Best Maintenance
& Janitorial, Inc. in the amount of $23,600.00 and South Florida
Maintenance Services, Inc. in the amount of $111,000.00 for the
furnishing of events cleaning maintenance as needed on a contract
basis for one year with the option to extend for three additional
—
one year periods for the City's three stadiums and facilities for
the Department of Parks, Recreation & Public Facilities at a
total proposed cost of $134,600.00 is hereby accepted with funds
-
= therefor hereby allocated from the Enterprise Fund Account Nos.
580402-340 ($111,000.00) and 580401-340 ($19,300.00) and 580403-
>-
-- 340 ($4,300.00).
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue Purchase Orders
for this service and to extend this contractl/for three additional
_
one (1) year periods, subject to the availability of funds.
t
Section 4. This Resolution shall become effective
r
immediately upon its adoption.y
PASSED AND ADOPTED this 30th day ofNovember 989.
•
FFpy
XAVIER L. S REZ, OR
ATTEST-�
4-
IRAI, CITY CLERK
s-
PRE P DAP VE B =
}.. DRQ yrLARELLO`
IEV ASSISTANT CITY ATTORNEY } t -
APVRQVED AS TO FORM AND CORRECTNESS:
r
CI iAT'R#17r .
j
�%. +AutborWitign i4 fur 0014pet t.�v
Wy• s City Attamy's ftludin but Wt t t 9 j
i
'+pity .srte And 0040'-
TVtiY�i�
f iti=
• $ID SECURITY UST
10 ITEM: Meaning taintenance for events at Orange Bowl
' _ _ _ iiirYl 64
_ ......._ _..._... _ _.._ .. - . _ _
JDA t BIAS RECEIVW: September __11, p.m.
I
INOMR TOTAL
Bid AMOUNT
Best's Maintenance Broken down
by items
Mr. Clean Reliable Services "
Florida Maintenance I to is
Coconut Grove Local Development Corp.
AM
BID SECURITY LIST
tDID 1mM.-anin raintenanqejor events at orange Bowl
IND NO: 8��a��1 �4
DATE DOS RF.MIVW*. 9ej)-t tb r_ 1 1 1 9 R 9_ ._ 2.0 0 p.m
_ O.
Best's Maintenance
Mr. Clean Reliable Services
Florida Maintenance
Coconut Grove Local
TOTAL DID BOND (0)
Bib AMOUNT CASHIERS CHECK
Broken down
by items
t Corp.
tEC6.1VW r. t� /- ? envelopes on behalf of GSA
3;
1
-�F1CN
{ L .
� 2
�r
q.
� h
y' die
3-
r�
Received the tweinsheve described Checks this ,may of 19
if LgOnWtion with the hereinebove cited hit#, w. T: J /� p! p� t t #
were n d to the iin } si ii • t1 *r
Accounting Division (or )
zz F
(City rtment
j
SIGNED;
DATF.:
f, p - n,
LEGAL ADVERTISEMENT
y BID NO. 88-89-164
ALA.
be bi s will be received by the City of Miami City Clerk at _
her office located at 3 ami Florida,
am
33133 not later than tember 11 1989 . for the
furnishing of all labor an ma eria s require or a cleaning
of trash and debris from the City's Orange Bowl Stadium, Bobby
Maduro Baseball Stadium and the Miami Marine Stadium for the
Department of Parks, Recreation and Public Facilities.
A Pre -Bid Conference will be held on September 5, 1989 at 10:00
A.M. at the Parks, Recreation and Public Facilities Department,
Orange Bowl Stadium Athletic Club - 1501 N.W. 3rd St. Gate 12B,
Miami, Florida.
Bidders shall have a minimum of two (2) years experience in
public facility (arena, stadium) and/or post event cleaning
operations attended by 1,000-50,000 people, and one (1) year
minimum experience in stadium cleaning with e�,ents having
attendance in excess of 50,000. —
Bids submitted past
location or office
rejected.
such deadline and/or submitted to any other
shall be deemed not responsive and will be
Ordinance No. 10062 established
Ci ty's total dollar volume of all
Services to Black, Hispanic
Enterprises on an equal basis.
a goal of Awarding 51% of the
expenditures for All Goods and
and Women Minority Business =
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. 20th Street, Second Floor, Telephone 575-5174.
Detailed specifications for the bids are available upon request
at the City Procurement Office. Y
The City Manager may reject all bids and readvertise.
(Ad No. 6421 )
Cesar H. Odo
City Manager*
Y -
4
-
j
7
AT, .
a
AUG 23 � 3S
LEGAL ADVERTISEMENT
* C 0.*
�AT1Y
1�1RA� BID NO. 88-89-164
C1�Y C�.ERK
SeQw bias will be received by the City of Miami City Clerk at
her office located at 3 ni Florida.
33133 not later than tembe 11 1989 itmajfor the
furnishing of all labor an Mat er za s require or a cleaning
of trash and debris from the City's Orange Bowl Stadium, Bobby
Maduro Baseball Stadium and the Miami Marine Stadium for the
Department of Parks, Recreation and Public Facilities.
A Pre -Bid Conference will be held on September S. 1989 at 10:00
A.M. at the Parks, Recreation and Public Facilities Department,
Orange Bowl Stadium Athletic Club - 1501 N.W. 3rd St. Gate 12B,
Miami, Florida.
Bidders shall have a minimum of two (2) years experience in
public facility (arena, stadium) and/or post event cleaning
operations attended by 1,000-50,000 people, and one (1) year
minimum experience in stadium cleaning with events having
attendance in excess of 50,000.
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. 10062 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.
h
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. 20th Street, Second Floor, Telephone 575-5174.
Detailed specifications for the bids are available upon request
at the City Procurement Office. c
The City Manager may reject all bids and readvertise.
�t
(Ad No. 6421 )
3f
1.7
? px.
u
Cesar ti. Odio
City Manager
s�
�r
nq
REQUISMON FOR ADVERT199MVENT
Procurement Itor marks, 99c, pub. Facilities)
owvolv. .1-A
QAQ2-27
AUC St 18- 19891 rwE 575-5174 APPROVED BY. A
PWIPAgED By Sara
..Events Cle'ning M6intanance,
4,
DO NOT *YPk BELOW THIS U NE., FOR USE 0 F, ENT11" NN
-'DA
IIAE vf
`
pt CIC ITIC)A!
ADVERT ISWOO`
idw
ml ajj�
:14
-
N
IDUE
VIM' VOUCf" YVF,
M.
VW,
P,
Fill,
N
'A
, ow
it
A
Aq
00
..... . . . . . .
772 U��
)ZI
Y Vraio
� a
. '
.*�
CITY OF MIAMI, FLORIDA CA�
INTER -OFFICE MEMORANDUW
TO : DATE : FILE
Honorable Mayor and NOV ^►
Members of the City Commission -
sualECT : Resolution for Award of Bids
Special Event Cleaning '
Services
- FROM : Tj REFERENCES
Cesar H. Odio Bid 88-89-164
City Manager ENCLOSURES
RBt7iD�lTIOIST
It is respectfully recommended that the City Commission adopt the
attached resolution .accepting bids and awarding., contracts for
Special Event Cleaning Services, to two (2) Hispanic -owned firms }{
as„follows: to Best maintenance and Janitorial, Inc. at the h
Marine Stadium, the Miami Bobby Maduro Baseball Stadium, and,
other facilities on an as needed basis in the total estimated
a>saount of $23600, and to South Florida Maintenance Service,
F N
.at' the 1 Stadium, and other facilities- onan as needed':
0 ow ,
basia. ithe total estimated amount of $111, 000. The legislation
t0—
urther allocates funds in the total amount of $134,6O0 for the r ,
first year from the operation budgets of the using `facilities,
and1 �`.a1104s . the . City- .Manager to extend the contract for the three
-0 .,years-at;.the city's option, subject to the same prices,', teems aj
and,conditons:
.a
Y
Z �
The Depaztment- of Parks, .yReoreation and Public Facilities has
Ai���>i:�d .th9 .. h��� �'i1�S'ef Ye+d #Qr S�ecial,,,�..e..tna e,�srd nn , .t�ir!tit�_�'•!e . ..,,-..__r' ...
Y
with "III al'�I�f.ltaee `sif :the . PJG,+acueme>a�t Of
Minorityd< W�011''s >enea Af►irl•
given even
and the 1Qcati'60
e the +ge>as ral public area..:
I. ew ita :. t►a , b v i.eo. �i
or anc� atet a�.a: ;fear'•, IIIervido*
VOW
as Of tllese fecilPa
iti+�er
roes are 'UAW% lablw
lt�.
ix II
WE
,
1 3
K
—
Honorable Mayor and
M
Members of the City Commission
Page 2
-
Because such services require large capital outlay for equipment
and personnel costs, as well
as sophisticated accounting and
payroll systems, and because the
contractor must have the ability
—
to .mobilize large work -forces
for short-term work with little
advance notice, specific levels
of experience in event cleaning
were required in this bid.
On the basis of both required"'-'
A
—
experience and price, award is
recommended to Best Maintenance
—
and Janitorial, Inc. who is the
lowest responsive and responsible
bidder for the Marine and Baseball Stadiums (and for Park events,=
as needed), and to South Florida Maintenance Services, Inc "-# ' ttte'
lowest responsive and responsible bidder' for the Orange Bowi'
Stadium.
y
_
Amount of Bid: - '$134,600
$ of Cost=Estimates'° loot, `
=
Budgeted Amount: $1340600
-
4..
—
Source of, Funds: -'Individual operating
budgets of the using facilities
,
-
as fo lowa:
Fun_FacilitY°.
Indez - Amount
`.
_. ,
BI�EitPRISS FUND BUDGE?
-s
t
(outside contractual services,
line item 340)'
—
Orange Bowl Stadium
580402 $11,QQQ.
Baseball Stadium-,
580401 .. 19i 3010 .. rn.
—
Marine_ -Stadium
580403 4 3A0x
00
x
TO :
GATE
September 25, 1989
William Schaut
Procurement Supervisor
General Services Administration
SUBJECT
Funding -'for Bid Award:
Special Event Cleaning
Services for Various
��
f FpoAlberto Ruder, Director
pEFERmEsCity Facilities
Parks, Recreation and
eCLMREsBid #88_89-164
Public Facilities
This department has verified with the Departments -of Finance and -
Budget that funds.`are`available
to cover the cost —of —the subiebt
bid in the total amount of $134,600 as show below:
Source of, Funds: individual
operating budgets of the using s_
-
d v s 10n or facility.
FUND/FACILITY
INDEX AMOUNT
SiY
x ERPR28B rwD sumsT
(outside contractual services, line item 340) r
_
Orange Bowl Stadium
580402 111,000. 4
t
eaeebal sadiun°
580401 3o0{�
Marine Stadium
,}
580403 4, 30047
Y„}
FINANCE REVIEW AND APPROVALS
BUDGET REVIEW AND APPROVAL:
u.
k $dz; .1• ,:Y. [ f!tr,Q•
Carlos. earclao D re t,r
Manohar S D rects�r
B�isi 4.::.pu :..E•rTe+".r"1'ti'^5 f 3
Depnr„txent:,ec -
Y4 Er
f
s jon rUndasatY
.. —
�-
F
y,h i 4 � r S, t, { t } )
b 3 i h�wb'=w.Y•'b`�f"fi —
4 2
x
MT
.n'i':P'4..6':gri$".`.a
g
+ —
�I3 e*'AY„, .. `:k :.=f'._ ..a ,_ i �F u.. .. .: w..s.. ,s ,tea'• ..LG{IEiS«6F.5t k'S2R.: •. zA'i:Y #�+.dY:�-?k.
-ZS�SA�b'4'��`� :i �'PY�.'h-' _ :�_. ..
J'.•.:tR dJ t f3'Ty
CITY OF MIAMI, PLORID9 P.O. 18K 330708
PROCUREMENT MANAGEMENT Miami, P1 33233-0708
DIVISION TELEPHONE NO. 515-5174
BID NO._ 88-89-164
BID SHAM
IMPORTANTs BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUTLICITB IN THE ATTACHED ENVELOPS IDENTIFIED BY BID NUMBER,` TIME —
AND DATE OF BID OPENING;. IF SECURITY IS REQUIRED, A BID WILL NOT BE
ACCEPTED UNLESS THS DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. -
Terms: 2% 10 days (Include cash discount for prompt payment, if any)
Additional discount'of I if awarded all items.
warranty and/or guarantee:
State any variances to specifications (use separate sheet' if -
necessary):
Deliveryt 3 calendar days required upon receipt of Purchase Order.
Delivery.Point(s)s
As stated in the specifications
n accordance with the- Invtation to Bid, the pec cat on;7- 9nera }
Conditions,. Special Conditions, and General Information to Bidders,,`we
agree to: furnish the Items) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY', OWNBR(S) s DyAM88 ` OF COMPLY 4FFIC8RS s
,y
Pedro H., Diaz Pedro M. Diaz,
Susana Diaz Susana Diaz
r L.
• r
Maria 1. Diaz Maria L. Diaz
(Please use t e dk of this page if more., spaceIs=-nocessaty
4
Name of 1 individual, :hol4i ng license in this proiossionMM
oi
ji ii ppl'izab a :; 3'
h
:. i�l3iO�tiTY'.`PiEt3C0NT G�lIPLf �::
Tho +anderPigned < Udder a now gas°; that t has 'race' 0*4 4
Ordinance, -Flo." 10534;-,, the. Minority''Procurement, Ordinance�of`thee �� :
a
ami, . r and ; agrees to, , cromply, . with ' all x apph cable °'�i��i�ant v+�
procedural. Provisions ;,-therein including, any.:, amendmenW t1►eret a: }
Print, Naomi
_ glDDZRjbsat.'al intgnance & Janitorig gnatur.oe
Ssrvi,;"Ina .;; c ow nasa.
`
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT
DIVISION
BID SHEET
P.O. Br 330709
Miami, 41 33233-0708
TELEPHONE NO. 575-5174
BID 00. 88-89-164
IMPORTANT: DID SHEET AND BIDDER O PE IDENTIFIED _BY BIDMUST E R, TIME
DUPLICATE IN THE IN
ATTACHED A BID
AND DATE OF BID OPENI�•IF SH ORCBOND IS SUBMITTED SIN THIS EIENVELOPE BE
ACCEPTED UNLESS THE DEPOSIT
Terms: (Include cash discount for prompt payment, if any)
Additional discount of S if awarded all items.
warranty and/or guarantees
_ State any variances to specifications (use separate sheet if
necessary):
Delivery: calendar days required upon receipt of Purchase Order• —
Delivery Point(s)s
As stated in the specifications
In accor ance with the Inv tat on to aid, the pec cat ons, Genera,
Condition
Spacial Conditions, and'General Information `to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid'-
sheet(s).
NAIMES OF COMPANY O�1NER (S) s
NAMES OF COMPANY -OFFICERS z
Jose M. Infante 1.00% .rose M. Infante
President s
S
_ •- =ram
P ease use thew- c, o -this page if more space s necessary
Blame of inal"vidual.holding license in this profession (if applicable �
KIgORITY PFAMRSMENT LIANCB ,
4 The undars grlac .. dF or,, ,,.; ...,. ., - _ +yed ,a ,copy `.� jr'k�
;. at t as received,
k
now a gel.
Procurement Ordinance,'of tie City
4rdir►ceFo;= `1b53B ttis �tinQsrityn sn
Miami, and 4►c�xeee t0 comply with all applicable 0 xbstattti.t►� k
procedural;, pravioione therein, including any amendmuats thel`�t�D• �y���Y
South Fkc� :�da Maintenance3 , -
_ g
nature:
Blp(?Et Services: sIAn
-
Print 114mo4 M' z
. Ia
DEPARTMENTf
TYPE OF PURCRASE :
AWARD .AL
Bid 80,•._88t89_tl, 4
Events Cleaning Maintenance at the
City's three (3) Stadiums and other
facilities on an as needed basis
Parks, Recreation and Public
Facilities
Contract for one (1) year with the
option to extend for three (3)
additional one year period.
REASON:
This service is needed for the
furnishing of all labor, materials and
equipment necessary for post -event
cleaning at each of the City's three
—
stadiums
- POTENTIAL BIDDERS:
33
=
BIDS RECEIVED:
3
TABULATION:
Attached
-
FU
Enterprise Fund Accounts No. 580402-
340 ($111,000.00)0 580401-340
($19,300.00) and 580403-340
($4,300.00)
MINORITY PARTICIPATION:
Invitations to bid were sent to
_
e ghteen 1 Black and eight (8) Hispanic firms engaged in
I the Events Cleaning
business as located in the following
so+irces:
1. New Vendors Applications
on file in the Procurement
i Office.
2. City of Miami Minority Register
-
3. Previous Bid on File
in the Procurement Office
4. Dade.County Minority
Registers
'-
1
j
Minority response consisted
of bids received from one
black and two (2) hispanic
firms, the recommended vendors.
BID EVALUATION:
Following is an analysis of the
_
Invitation to Bid:
r3
�p
Number of Bid Number of
Cat_
Invitations Mailed Responses
Prior Bidders
Black American
15 1
'
Hispanic American
8 2
Woman
0 0
Non -Minority
0 0
.New Bidders
Black American
3 0�`
Hispanic American
0 0-
Woman
0 fl
�k �
Non -Minority
7
r
Courtesy Notifications
t
"No Bids"
Y
Late Side
d yl�
Totals
514,,
_
" " were
• �taa��n� for N� Bid" _
_
as follows: t
/si" 4,F, tis}kl ''�''.- ,..w.�:`•. e
svBAF•t Corp.
coconut,
.. i1. .
,a . t
� • L
tw
I �,
` _. .. .„ .:: .?t'•.... '.v.y,•
..: 1;+'c"' i�"t ^t�r y, '�•L � �Y
RECOMMENDATION:
IT IS RECOMMENDED THAT THE AWARD BE
MADE TO BEST MAINTENANCE AND
JANITORIAL, INC. IN THE AMOUNT OF
$23,600.00 AND SOUTH FLORIDA
MAINTENANCE SERVICES, INC. IN THE
AMOUNT OF $111,000.00 FOR A TOTAL
PROPOSED AMOUNT OF $134,600.00.
. 0
Date
t
-,
5 � t:♦� � '?wig' 'i f �7
�,+gy
•
;b, c
}'
L 1
L Y F �f � � 4y�e .4`j.3" ;��yy�y�d 1�
VOW k
:'N1
•.Ct
+3
x' �
'tft� y'�
y � .�A
e
.f
4� F� ;5}. �
,�`
C' r , %I"AN SO:. FLORIDA _MAINT MR CLEAN RELIABLE
-4 °J WITORIAL ra"CE SERVICE SERVICE, INC.
` Moll _ ....RI8MIC HISPARIC.. _., , BLACK
4 a = MLSol " rftci, -sties � Note -`responsive Responsive/17 yrs Non -responsive
...
�S
DO,:
Responsive/17 yrs
Responsive
$ 521.-.
721.
1,021.
1 121..
2,321.
3, 221.
4,821.
4,921.
5,021.
5, 221.
5,.321.
5, S21.
5,721.
Non -responsive
Non -responsive
I II a I „ I btl
Responsive
Responsive Non -responsive
165.
S
��. .
22I.
280
325.
320a
421.
521
-
1
f
a��nuurrW+nib,1111kill min kiilllllNwii11!ciiii!11j illll!Ia��l
a
5.,
BURSA STADn"
1.es :a't. ►anf SbO
3,�DQ
to
to
-x,+9�9
'S,
a+o
"A 999
� Dto,
.
100999
ll, .a
15,O00
Responsive
$ 165.
269.
579.
595.
621.
650.
695.
1989
MR.CLEAN RELIABLE
SERVICE, INC.
BLACK
Non -responsive
Responsive
Responsive .:
Responsive
:. f+toiistlis .including parks
r
cleaning or pi
e
vent preparation
r housekeeping
C$ealing Superisor : `
$8.10
$9.21
$10.00
W. :i�a�aanq.orasan
6.30
8.21
8.00.
+Cleifing Lithorers
5.30
5:90
6.50
p
k eves $7 15
M
ri-
o % 'Z. (
- -