Loading...
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. ( - -