HomeMy WebLinkAboutR-86-0806J-y86-860
r
- 8 06
"
RESOLUTION N04
A RESOLUTION ACCEPTING THE BID OF
PROPERTY MANAGEMENT AND MAINTENANCE, INC.
FOR FURNISHING AFTER EVENTS STADIUMS
CLEANING AND TRASH REMOVAL ON A CONTRACT
BASIS FOR ONE (1) YEAR RENEWABLE ANNUALLY
TO THE DEPARTMENT OF PARKS, RECREATION
4
AND PUBLIC FACILITIES AT A TOTAL
ESTIMATED FIRST YEAR COST OF $81, 380. 00;
?' ALLOCATING FUNDS THEREFOR FROM THE 1986-
87 OPERATING BUDGET; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR
THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received September 3, 1986 for the furnishing of after events
stadiums cleaning and trash removal to the Department of Parks,
Recreation and Public Facilities; and
WHEREAS, invitations were mailed to eighteen (18)
potential suppliers and four (4) bids were received; and
WHEREAS, funds for this purchase are available in the
1986-87 Operating Budget; and
WHEREAS, this service will be used by the Department of
Parks, Recreation and Public Facilities for the purpose of
providing after events stadium cleaning and trash removal; and
WHEREAS, the City Manager and the Director of the
Department of Parks, Recreation and Public Facilities recommend
that the bid received from Property Management and Maintenance,
Inc. 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 September 3, 1986 bid of Property
Management and Maintenance, Inc. for furnishing after events
stadium. cleaning on a contract basis for one (1) year renewable
annually to the Department of Parks, Recreation and Public
Facilities at a total proposed first year cost of $81, 380.00 is
hereby accepted with funds therefor hereby allocated from the
1986-87 Operating Budget.
N
r
17
F „G„
DEMPARkS AND SECURITY-
RECRElATI4N SEPT.3/].986- 2:00 PM
AID # 05- 86- 1.17 PAY X §101R�O�IV��
TYPE or SECMIXY
Won
P.M. NIGHTHAWKS,INC.
8250 S.W. 203rd St.
BROKEN
DOWN
IN
ITEMS
mum
D.U.B.S.
3840 N.W. 187th St.
Carol City, F1. 33055
BROKEN
DOWN
IN
ITEMS
•a
Vista Bldg. Services Inc
P O BOX 440708
MIAMI,FLA. 33144
BROKEN
DOWN
IN
ITEMS
Jino's Lawn Service
14537 N.W. 7th Ave.
Miami,Fl. 33168
BROKEN
DOWN
IN
ITEMS
Property Management & Maint
6700 S.W. 21st Street
Miami,Florida 33155
BROKEN
DOWN
IN
ITEMS
AD ' 1' (�
a •�
/i4wN�il�fiNWl11~
..r:• :.:e-v._&.:.__:._........_�..a. ...:. �. ire: .;� ..�.•1 r''d ... ..,_.. _. _. • ., _. _ .. _.._.v_ ,Yca .i:!��.nr��.•R,.t('"N': E.rtlk
0
REQUISITION FOR ADVERTISEMENT
DEPT/DIV.
AdCOUNT CODE 5.0 o o', 1.",/
DATE Aivj-iisi-- -6- ,---lf?'j6
PHONE APPROVED BY:
This number must appear
In the advertisement.
34,16
P14EPAREDBY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement (.i ) - times.
(number of times)
Type of advertisement: legal.--- classified display
(Check One)
size: Aucju,,;-,,.-- 15, 190"'6
Starting date
First four words of advertisement: JA& No. 85-86-117�
Remarks: Stadium Evc-,iiLs Cic-.,aidi-iq 9-3-86 2;00
00 NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE!
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT'
I 1 0
The Miami. REview
,13-2
C-3
E-51
F3
F4
FS
F7
FS
F9
F10
F11
F12
LINE
iTRANS
VOUCHER
DUE DATE YY MM DID
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
-11
-14
1 11718
1 125.34
39.42
1 45
50
51 56
57 62
63 65966
71
0
1
2
14111
1
V
P
I
I
I
I
I
i
I
I
1
1
12
10121
1
1 _
I
I
I
I
I
I
I
I
I
I
L2
8
7I
I
I I
L
1
2
3
--
4 7
8 V P 12113114115
DESCRIPTION
36
64 DISCOUNT 69
72 AMOUNT 80'
6
2
0
0
2
0
1
I "n
0EMI`t' RICKS TO:
Off of City Clerk
coir'1f' br f IAMI, r L,CI�11 A
35�+0`r!�t
e�'��R)1!R �n Iq+migiin�n 13r1Y$
A
r— I ` f
.- �-
INVITATION TO 0113
r,
Pd®. Ion 3311T01i t , r i. ;
)
TEFIM CONTRACT
Pami, Flodd 1731
Pager t of�579-6380
UMBER � `
ILING GATE (City)
SIiD NO.
R "s
rFi. ��";:�
4+, 1986
I� a�II6��,� 7
Bids be open)pd flip,
1P TIrP�.....:
_
L
2:00 p.m. September ar 19836 t,) Ct.Od�l j'* Trash Removal Contract
end may not be withdrawn within ninety days Reason for "no bid"
after such data and time.
All awards mSde eS a result of this brd shall conform to applicable
sections of the charter and carte of the City of Muni.
NAME OF VENDOR A CORPORATION OF THE
1
AREA CODE TELEPHONE NUMBER VENDOR NO, j
STATE OF:
I
N/A i
MAILING ADDRESS
VENDOR MAILING DATE:
CITYSTATE•ZiP
CERTIFIED OR CASHIER'S CHECK OR BID BOND IS
ATTACHED, WHEN REQUIRED, IN THE AMOUNT OF S
I Cer(rfy (hat this brd is made w+thout prior tnrdersranding, epwonent or
connection wrM any corporation. Jinn, or perapn submitting a bid for the
same rnateria/s, srrpplia, or e0tiprmnt and is in *11mmmects lair and without
AUTHORIZED SIGNATURE (Manual)
Collusion or halal. I agree to abide by ail conditions of this bid and cartily
that / am authorized to sign this bid for the bidder.
AUTHORIZED SIGNATURE (Typed) TITLE
GENERAL CONDITIONS
BiDDER: To insure accollance of the bid, fellow these Instruetiats.
SKMAD BIDSs All bid !heels and this form roust be executed
Oructions pertaining to supplies and services. Failure to
and subrrlf tted Ina sealed anvefope. Theface of theatvelope shall
do so will be at bidder's risk.
osrrtafn, In atldition to the above addrMea, the date and time of the
bid openbV and the bid number. Bids not submitted an attached
e) CONDITION AND PACKAGING: It is understood and
bid form may be rejected. All bids are subject to the conditions
agreed that any item offered or shipped as a result of this
Specified has Mort and an the attached sheets.
bid shall be new (current production., at the timer of
this bid). All containers shall be suitable for storage or ;
1. EXECUTION OR BID: Bid roust contain a manual signature
shipment, and all prices shall Include standard sum -
of an authorized representative in the space provided above.
mercial packaging.
The compmV name mew must also appear on
Bradt Pon of the bid ae required. U Mile
d)SAFETY STANDARDS: Unless otherwise stipulated in
Me bid, all manufactured items and fabricated assemblies
shall comply with applicable requirements of Oc•
L NO BID: If not submitting a bid, responcl by returning this
rsnpationlsl Safety and Health Act and any standards
form. marking it "NO BID", and explain the reason in the
therainder.
space proi�.�ted failure to without
mte
suffk*fficationsl be caeM for reroval of the
0INVOICiNO AND PAYMENT: The contractor shall be
supplier's name from the bid mailing list. NOTE: To qualify
paid upon submission of properly certified invoices to the
as a respanderd: bidder mutt submit a "NO BID", and it mast
,
city of Miami at the prices stipulated an the purchase
be received no fakir than the stated bid Opening date and hour.
Order, lot dedu Clore If any, as provided. All invoices
atlall beer the pur+dtase order, Invoicing at variance with i
L BID OPENING: Shall be publk, an the date and at the time
this provision may uIblect the contract to cancellation.
specified an the bid farm. It Is the bidder's responsibility to
• assure that hfs bid is delivered at the proper time and place of
the bid Opening. Bids which for any roson we not so
delivered, will be returned unopened. Offers by telegram or
S. MANUPACTURER'S NAMES AND APPROVED
EQUIVALENTS: Any manufacturers' names, trade names,
Waphone are not ecceptWe•
brand nonce, Information or catalog numbers listed in a
e. PRICES, TERMS amid PAYMENTt Firm prices shale be
gocificatklnt are for Information. not to limit competition.
The bidder may offer any brand for which he is an authorized
quoted; typed or printed In Ink' and include all pardting.
handling, shipping Barges and delivery to any point within
representative, which nee M or exceeds the specification for
any item($). If bids are based an equiaalent products, in. III
Deft County. Bidder Is requested to offer cash discount for
dicate on the bid form the ivIanufacturer's name and number i
prornpf invoice payment. Discount time will be computed
from the dote of delivery of place of
and indicate ant ntevlation from the specifications. YOUR
810, LACKING ANY WRITTEN INO1CATION_ OF INTENT
or from recelpt of correct invoice at the office specified,
TO QUOTE AN ALTERNATE BRAND, WILL BE I
whichever is later.
RECEIVED AND CONSIDERED AS A QUOTATION IN
COMPLETE COMPLIANCE WITH THE SPECIFICATIONS
a) TAXES: Do not include State or Federal taxes not ap-
AS LISTED ON THE 810 FORM. The Division of Purchasing
plicable to municipalities. The cep;,?icable Tax Exemption
Is to be notified of any proposed Changes in (a) materials
number is shown on the Purchase Order.
used, (b) manufacturing process, or (c) construction,
However. changes shall not be binding upon the city unless
W MISTAKES: Bidders are expected to examine the
evidenced by a Charge Notice issued and Signed by the
specifications, delivery schedule, bid prices, and all in-
Purchasing Agent.
N
A
i
A INFORMATION AND 005at;RIr+TIVf1 LtTRRATUf31S:
neca9aaifatraatlWationraf thg n4aP-r;nl, quaafify, wrorkmanship
or of he Itwns ofform on his proposer prior to
(?lode{ must hrrnksh all information rwW"ted In the spK- m
provid" on it" bid form. further, as may be specified
perforn"nCa
!Heir delivery, it sttAlt t*SA ttrm rss+p�tsibility of the su[r�<asful
bidder tonotlfYthMPuMhAainq+Rgratttatonco, indicating in his.
elsw'w?two, vi". tildow must sutimlt with his prop"... cuts,
sketches, end d"rriptive literature and complete
letter he specific regulation which regtdlrod an alteration.
The city res®rvm the right to Accept ,any such atteratiott,
specifications, covering the product% offered. Reference to
litereiture submitted with a previous bid will not satisfy this
including any price A0ju3tmfTtts occfmf*ned thereby, or to
provision. OW which do not comply with them requirements
cancel he contract At noexpea►aetoft1rCity.
are wbject to reiectlo4n.
16. LEGAL REQUIREMENTS, Fedt!r'ai, State, county, and City
7. INTERPRIi;TATIONS: Any questions Concerning amditions
laws, ordinance, rules, and regulations that in any manner
the items covered herein applY. Lack of knowledge by
and specifications should be directed in writing to he pur•
cueing agent for receipt no later than three (3) days prior to
affect
the bidder will in no way be a Carves for relief from reapon•
the bid opening. Inquiries must reference the date of bid
sibllity.
opening and bid number.
17. PATENTS AND ROYALTIINS: The bidder, without exception,
CONFLICT OF INTEREST: The award hereunder Is Subject
to all conflictof interest Provisions of the City of Miami, Dade
shall Indemnify and save harmless he city of Miami Its
employees from liability of any nature or kind, including cost
County, and the State of Florida.
and expenses for or an account of any copyrighted, patented,
or unpatented invention, process, or article manufactured or
f. AWARDS: As he best interest of the city may require, he
right is reserved to make award(s) by individual item, group
used In he performance of the contract, including Its use by
the city of Miami the bidder uses any design, device, or
of Items, all or none, or a combination thereof, and on a city
wide basis with one or more suppliers: to reject any and all
materials covered by letters, patient or copyright, it Is
mutually agreed and understood without exception that the
bids or waive any minor informality or technicality in bids
bid prices shall include all royalties or cost arising from the
useof such design, device, or materials in any way involved in
received,
he work.
10. SERVICE AND WARRANTY: Unless otherwise specified,
the bidder shalt define any warranty service and
1S. PRICE ADJUSTMENTS: Any price decrease effectuated
replacements hat will be provided during and subsequent to
this contract. Bidders must explain on an attached sheet to
during ths contract period either by reason of market change
or on the part of the contractor to other customer shall be
what extent warranty and service facilities are provided.
passed on to the city of Miami.
11. SAMPLES: Samples of Items, when. called for, must be
19. CANCELLATION: All contract obligations shall prevail for at
fumishwd free of expense, and if not destroyed may, upon
t, be returned at the bidder'sfor the
least 180 days after effective date of the contract. For the
protectionthis contract be fled In
npaof rtupona
re�.1 of samples must be made wig en (10) days
whot or hem,utualassentoftheyparties.
following opening of bids. Each individual sample must be
labetedwith bidder's name, manufacturer's brand name and
20. EXTENSION: The city of Miami reserves heoption to extend
number, bid number and item reference. Sample$ of suC•
he period of his contract, or any portion hereof, for an
cassful bidder may remain on file with the Division of Pur•
additional contract period. Extension of he contract period
chasing for he term of he contract.
shall be by mutual agreement In writing.
12. NONCONFORMANCE TO CONTRACT CONDITIONS: Item
may be testa for compliance with specifications under he
21. ABNORMAL QUANTITIES: While it is not anticipated,
should any unusual or abnormal quantity requirements arise,
diret:tlon of the Florida Department of Agriculture and
the city reserves he right to call for separate proposals
Crinstrm it Services, or by other appropriate testing
thereon.
laboratories. Thedsta derived from any tests for compliance
with specifications are public records and open to
22. ADVERTISING: In submitting a proposal, bidder agrees not
examination thereto in accordance with Chapter 112, Florida
to use it* results therefrom as a part of any commercial
Statutes, tff71. Items delivered not conforming to
adwrttsing.
specifications -may be rejected and returned at vendor's
expense. These liens and items not delivered as per delivery
23. ASSIGNMENT: Any Purchase Order Issued pursuant to this
dote In bid or purchase order may result In bidder being found
bid invitation and he mantes which may become due
In default in which event any and all rep ocwwnerht costs
hereunder are not assignable except with he prior written
may be charged against he defaulting carnraetor. Any
approval of the authorized representative of the city of
violation ofthese stipulatiarts may also result in:
Miami.
a) Supplier's name being removed from the City of M amil's
vendar mailing list.
34. SUMMARY OF TOTAL SALES: The bidder agrees to furnish
the purchasing agent a summary of sales made under the
at the and of each or as stipulated in he
13. INSI SCTiQN, ACCEPTANCE AND TITLE: Inspection and
acceptance will be at destination unless otherwise provided.
contract quarter,
attachedspecialconditions.lfhisrequirement cannot be met
Title and risk of toss or damage to all Items shall be the
written justification must be submitted with his bid.
responsibility of the contract supplier until accepted by the
ordering agency, union loss or damage results from
21. LIABILITY: The supplier shell hold and save he city, its
negligence by the Ordering agency,
Officers, agents, and employees harm lass fromliabilityof any
WM in the perinrmsnce of his contract.
14. DISPUTIES: incaeofany doubt ordiffererceofopinion asto
the items f0 be fIXNiMd terunder, the dtcistan Of the city
u, In the event of rem error on the pan of the bidder in extending
managerWWI iefinal andbinding onboth parties.
unit prices or In totalling the extended prices, the unit price shail
prevoil, except when the bidder clearly states that the total price
is. GOVERNMENTAL RESTRICTIONS: In the event any
is baud on on all or none boslL
governmental restrictions may be Imposed which would
NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED
HERETO WHICH VARY FROM THESE GENERAL CON-
DITIONS SHALL HAVE PRECEDENCE.
NOTE: THIS SHEET AND THE ACCOMPANYING BID CONSTITUTE AN OFFER FROM THE BIDDER. IF ANY OR ALL
PARTS OF THE 810 ARE ACCEPTED BY THE CITY OF MIAMI. AN AUTHORIZED REPRESENTATIVE OF THE CITY SHALL
AFFIX HIS SIGNATURE HERETO, AND THIS SHALL THEN CONSTITUTE THE WRITTEN AGREEMENT BETWEEN THE
PARTIES. THE CONDITIONS OF THIS FORM BECOME A PART OF THE WRITTEN AGREEMENT BETWEEN THE PAR hES,
AND THE CITY HEREBY RELIES UPON ANY REPRESENTATIONS BY THE BIDDER AS ARE CONTAINED HEREIN.
CITY OF MIAMI
By:
Arthur L. Mullins
Chief Procurement Officer
(Date) —
Convect/Purchase Order Number
Effective
35,
CITY OF ruAMI, FLORIDA
PROCUREMENT MANAGEMENT
DIVISION
P.O. BOX 330708
I.liami, Florida 33233-0708
Telephone - 579--6380
DID NO.85-86-117: BID SHEET
IMPORTANT: DID SHIRT AND 1E3IDDER ACKNOWLEDGEMENT MUST BE RETURNED
IN DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID
NUMBER, TIME AND DATE OF BID OPEUING.
Terms: (Include cash discount for prompt
payment, Tf any)
Additional discount of if awarded all items.
Warranty and/or guarantee:
State any variances to specifications (use separate sheet if
necessary) :
Delivery: calendar days required upon receipt of
Purchase Order.
Delivery Point(s): F.O.B. City. of Miami Stadiums
In accordance with the Invitation to Bid, the 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).
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a coPy
of Ordinance No. 10062, 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:
company name
Signature:
Print Uame:
Indicate if I•iinority Business: Date:
[ ] Black E ] Hispanic [ 1 Women
PhILURS TO COMPLETE, SIGN, AND RETURN THIS FO1U-1 MAY DISQUALIFY
THIS BID.
µ
CITY OF HI,AMI, FLORIDA
BID NO. 85-86-1.17: BID 6HEET
BID PRICES A SUBMIT IN DUPLICATE
Bidcler hereVy subm ts t e following as the prices
he will accomplish the cleaning Work as described in
documents. (Do not include State or Federal taxes as
not applicable to municipalities).
ORANGE BOWL STADIUM
ATTENDANCE (TURNSTILE)
Bid
Amount
1,500 to 2,499
.20500 to 4, 999
5,000 to 7,999
8,000 to 14,999
15,000 to 21,999
22,000 to 29,999
30,000 to 39,999
40, 000 to 49,999
50,000 to 59,999
60, 000 to 69,999
70,000 to 71,999
'
72, 000 to 74,999
75,000 to 80,000
MIAMI MARINE STADIUM
ATTENDANCE (TURNSTILE)
_
Bid
t ri .3
Amount -
Less than 500
500 to 999
1,000 to 2,999
3,000 to 4,999
5,000 to 7,000
.'
BIDDER:
company
name
.. S
Signature:
FAILURE: TO COMPLETE,
SIGN, AND
RETURN THIS FORM MAY DISQUALIFY
HIS BID.
Page
1 of 2
a:
I
'•
� it
'�
:-.. :
'• .. v'. � -i �" k ., ZiHX
x�
BID No. $5-86-I 17: HID SHEET (Continued)
MIAMI BASEBALL STADIUM
-'
7
ATTENDAc4CE (TURNSTILE)
Bid
>�=
;';
i'
Amount
�=
Less than 500
E
500 to 11999
2,000 to 4,999
5,000 to 6,999 ,.
7,000 to 8,999
9,000 to 10,999
11,000 to 15,000
Social Security.or Federal Employer Identification Number:_
BI DDER:
company name
Signature:
`-FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY
THIS BID.
page 2 of 2
itlr of Miami Code Sec. 10-56.
' (a) Authority .tind requirement to debar Rand euspend:
After renoonab.le notice to an actual or prospac.tivc ccn:trnctual party,
and after reasonable opportunity to such party to Le brace), the city
manager, after consultation with the chief procurement officer .::c2
city attorney, shall, have the authority to dcb:,.zr a contractual I-ar'tv
for the cause; listed belcnr from eonsideraticn for award o city
contracts. `-he debarment shall be for a period oi: not fewer than
three (3) years. The city, manager shall also have; the authority to
suspend a contractor from consideration - for aware) of city contracts if
there is a probable cause for debarment, pending the dcbarr„ent
determination, the authority to debar and suspend contractors shall•be
x
exercised in accordance with regulations which shall co issued by the;
chief procurement officer rafter approval by the city manager, the city
attorney, and the city commission.
(b) Causes for debarment or suspension include the followincl:
1. Conviction for commiusion of a criminal offense incident to
obtaining or attempting to obtain a public 'or private contract or
subcontract, or incident to the porformaace of such contract or
subcontract;
2. Conviction under state or federal statutes of embezzlement, theft,
forgery, bribery, falsification or destruction of records,
receiving stolen property, or any other offense indicating a lac%
of business integrity or business honesty;
3. Conviction under state or federal antitruot :statutes ariuintj cut
of the submission of bids or proposals;
a. Violation of contract provisions, 'which i:; regarded by the chiec
procurement officer to be indicative of nonresponoibility. much
violation nay include failure without good cause to perform in
accordance with the terms and conditions of a contract or to
perform within the time limits provided in a contract, provided
that failure to perform caused by acts beyond the control of a
party shall not be considered a basis for debarment or suspcnsion;
S. Debarment or suspension of the contractual party t;y any feucral,
state or other governmental entity;
6. False certification pursuant to paragraph (c) below; or
7. Any other cause judged by the city manager to be so serious and
compelling as to affect the responsibility of the contractual
party conforming city contracts.
(c) Certification: r1i1 contracts for goods and services, and lead b;
the -city shall contain a certification that neither the contractual
party nor any of its principal owners or personnel have bcen
'
convicted of any of the violations set forth above or debarred or
suspended as set forth in paragraph (b)(5).
The undersigned hereby certifies that neither the contractual party nor an%
of its principal owners or personnel have been convicted of any o: the
violations set forth above, or debarred or suspended as set forth in
paragraph (b)5.
Conpsny nano:
Signature: (RETURN WITH DID S11EET)
Gate:
FAILURE TO COMPLETE, SIGN, AND P.ETURN TIIIS FOi?"1 MAY DISQUALIFY THIS IIID.
1,
x
.. 1
4 }
1. Indicate MINORITY/4IOMEN CLASSIFICATION of Business Enterprise
(BIDDER): [ ] BLACK HISPANIC WOME►.v OTHER
2. If OTHER, detail MINORITY/WOMEN PARTICIPATION within your
firm, or as as it may apply to this bid, if awarded:
A. JOINT VENTURE: Provide Information regarding Minority/
Women firm participating as such, and the
extend of participation
of Dollar
Firm Name Business Address BID Amount
B. SUBCONTRACTORS: Provide Information regarding Minority/
Women firms participating as such, and the
extend of the work
% of Dollar
Firm tame Business Address BID Amount
C. SUPPLIERS:
Provide detail regarding
Minority/
Women firms that will supply
you with
goods or services, and the extend
% of
Dollar
Firm Name
Business Address BID
Amount
D. AFFI RKA: I VE ACTION PROGRAM
If existing, Date
Implemented:
y"
If planned, Date
of Proposed Implementation:
;.
BIDDER:
}
Signature:
FAILURE TO COMPLETE,
SIGN, AND RETURN THIS FORM MAY
DISQUALIFY
THIS HID.
N
4<
CITY Or MIAMI. ri-oniOA AWIL
INTER -OFFICE MIRMORAN PUM
TO: The Honorable Mayor and OATS: S�'P 3 0 ! FILE: y
Members of the City Commission :{
SUBJECT: Award of Bid --
Stadiums Cleaning
FROM: Cesar H. Odi REFERENCK9! Bid 85-86-117
City Manager ENCLOSURES: 1) Resolution
2) Exhibits I thru V
It is recommended that Bid 85-86-117
for Stadiums Cleaning and Trash
Removal for Fiscal Year 1986-87 be
awarded to Property Management and
Maintenance, Inc., for the Orange
Bowl Stadium, the Miami Baseball
Stadium and the Miami Marine Stadium
in the estimated amounts of
$59,967.00; $18,299.00 and $3,384.00,
respectively. These services would
be for a one-year period renewable
for three additional one-year periods
subject to the same terms and
conditions.
Amount of Bids: $81,650 $ of Cost Estimate: 96$
Cost Estimate/Budgeted Amount: $85,000
Sources of Funds: Stadiums FY'87 Operating Budgets
}
Discussion Background: The City uses contractural services to
clan the orange Bowl Stadium, Miami Baseball Stadium and Marine
Stadium after events with compensation based on the official
turnstile attendance. 'Exhibits I and II list the rates offered
by the four responding bidders for all attendance ranges. These
rates were multiplied by the anticipated number of events in
EXHIBIT I
,ram
BID 85-86-117
Rates Bid Based to Attendance
Range
for Orange
Bowl Stadium
Events
j
Attendance
Jino's
Range
Lawn Service
Vista
P.M.M.
D.U.B.S.
-
1,500
to
2,499
$ 350.00
$ 691.25
$ 521.00
$ 350.00
2,500
to
4,999
500.00
837.50
721.00
475.00
5,000
to
7,999
800.00
1,130.00
1,021.00
850.00
-
8,000
to
14,999
1,225.00
1,445.47
1,521.00
850.00
15,000
to
21,999
1,550.00
1,961.25
1,921.00
1,550.00
221000
to
29,999
2,350.00
2,596.25
2,321.00
2F28O.00
30,000
to
39,999
2,700.00
3,388.25
3,321.00
2,840.00
40,000
to
49,999
3#200.00
3,768.25
3,484.00
3,500.00
50,000
to
59,999
3,700.00
4,256.25
3,721.00
3,630.00
60,000
to
69,999
4,000.00
4,550.00
3,621.00
3,900.00
7.0,000
to
71,999
4,000.00
4,750.00
3,821.00
4,000.00
721000
to
74,999
4,200.00
40-850.00
3,721.00
4,150.00
75000
to
800000
4,500.00
4,995.00
3,721.00
4,240.00
R
Y,
s
Pri
� ' }
wl 4�'s t' f , t _...r,
F -
•'t -- T ;l'' fl.isit s �:-� 22,81t 3 *Ff X � ( ��
-
ZRR
EXHIBIT II
BID
85-86-117
Rates Bid Based
on Attendance Range
for Miami Baseball Stadium
Events
Attendance
Jino's
Range
Lawn Service
Vista
P.M.M.
D.U.B.S.
Less than
500
90.00
$273.10
$ 99.00
$ 250.00
500 to
10999
130.00
373.10
190.00
250.00
2r000 to
41999
225.00
655.00
306.00
475.00
5#000 to
6#999
300.00
743.00
370.00
850.00
71000 to
8#999
325.00
843.00
480.00
850.00,
9r000 to
10,999
375.00
943.00
521.00
1#250.00
111000 to
15000
425.00
1#043.00
576.00
1,550.,00
Rates Bid Based
on Attendance Range
for Marine
Stadium Events
Attendance
Jino's
Range
Lawn Service
Vista
P.M.M.
Less to
999
$ 75.00
$373.00.
$ 99.00
$250.00-
500 to
999
125.00
473.00
121.00
250.00.
1,,000 to
2,999
160.00
596.00
221.00
350.00
31000 to
41999
200.00
655.00,
321.00
475.00
51000 to
7,,000..
275.00
968.00
388.00
850.00
Tr
EXHIBIT II
-`. r
BID
85-86-117
Rates Bid Based
on Attendance
Range
for Miami Baseball Stadium
Events
Attendance
Jino's
Range
Lawn Service
Vista
P.M.M.
D.U.B.S.
Less than 500
$ 90.00
$273.10
$ 99.00
$ 250.00
500 to 1,999
130.00
373.10
190.00
250.00
2,000 to 4,999
225.00
655.00
306.00
475.00
5,000 to 6,999
300.00
743.00
370.00
850.00
7,000 to 8,999
325.00
843.00
480.00
850.00
90000 to 10,999
375.00
943.00
521.00
1,250.00
11,000 to 15,00
425.00
lt043.00
576.00
1,550.00'
Rates Bid Based
on Attendance
Range
for Marine
Stadium Events
s
Attendance
Jino's
Range
Lawn Service
Vista
P.M.M.
D.UB S._
Less to -999
$ 75.00
$373.00
$ 99.00
$250.00.
500 to 999
125.00
473.00
121.00
250.00.
1,000 to 28999
160.00
596.00
221.00
350.00
31P000 to 4,999 -
200.00
655.00
321.00
475.00
5000 to 7,000
275.00
968.00
388.00
850.00
n�
t
3pF.t3
h}Ev.��'�it:...-
i � ..[ 'r '.?T .."Fh
•.sS.t.r- ..!
... 1 .t
A
�_,^ -. � f•r�
EXHIBIT
III
�k
BID No. 85-86-117
ORANGE BOWL
STADIUM
AFTER
-EVENTS
CLEANING FOR FISCAL YEAR
1986-87
Anticipated Number of
Events times
Rates for
Respective Attendance
Ranges from
Exhibit I
Attendance
Anticipated
Range
Number of
Jino's
Vista
P.M.M.
D.U_ .B.S.
Events
-
1,500
to
2,499
0
2,500
to
4,999
0
51000
to
7,999
4
$ 3,200.00
$ 4,520.00 $
4,084.00
$ 3,400.00
81000
to
14,999
0
15,000
to
21,999
2
3,100.00
3,922.50
3,842.00
3,100.00
22,000
to
29,999
2
4,700.00
5,192.50
4,642.00
4,560.00
30,000
to
39,999
0
40,000
to
49,999
2
6,400.00
7,536.50
6,968.00
7,000.00
506000
to
59,999
1
3,700.00
4,256.25
3,721.00
3,630.00
60,000
to
69099
6
24,000.00
27,300.00
21,726.00
23,400.00
70,000
to
718999
1
4,000.00
4,750.00
3,821.00
4,000.00
72,000
to
74,999
3
12,600.00
9,700.00
11,163.00
12,450.00
75,000
to
80,000
0
T 0 T A L
$611700.00
667,177.75 659,967.00
661,540.00
t
Attendance
Range
AFTER-gVENTS CLEANING FOR FISCAL YEAR 1986-87
Anticipated
Number of
Events
Less than 500 83
500 to 1,999 20
Anticipated Number of Events times Rates for
Respective Attendance Ranges from Exhibit II
Jino's Vista P.M.M. D.U.B.S.
$ 70470.00 $22,667.30 $ 8,217.00 $20,750.00
2,600.00
2,000 to 4,999 10 2,250.00
5,000 to 6,999 3 900.00
7,000 to 8,999 2 650.00
7,462.00
6,550.00
2,229.00
1,686.00
3,800.00
3,060.00
1,110.00
960.00
5,000.00
4,750.00
2,550.00
1,700.00
ITBMc
DEPARTMENT:
TYPE OF PURCHASE
REASON:
POTENTIAL BIDDERS:
Stadiums Cleaning & Trash Removal
Parks, Recreation and Public
Facilities
One (1) Year Contract renewable
annually °
To clean the Orange Bowl, Miami
Baseball Stadium and Marine Stadium
after events.
18
BIDS RECEIVED: 4
TABULATION: Attached
FUNDS: 1986-87 Operating Budget
MINORITY PARTICIPATION: Invitations to bid
were sent
to Five
Hispanic Five (5) Black and One (1)
women owned
vendors
engaged in the Janitorial business as located
in the
following sources.
1. Previous bids on file in Procurement
2. Vendors application on file in Procurement
3. Dade County Minority Register
4. Yellow pages telephone book
Minority participation. consisted of two (2)
bids from
Hispanic
and two (2) bids from Black firms.
BID EVALUATION: All bids meet the specifications.
Following is an
analysis
of the
Invitation to Bid:
Number of Bid
Number
of
- Category Invitations Mailed
Responses
r
Prior Bidders
Black Amer can 6
2
Hispanic American 4
2
Non -Minority 0
- 0
New Bidder
- I ac" c American 0
0
Hispanic American 1
0'
Non -Minority 6
0
J
Woman -owned 1
0
Courtesy Notifications 14
0
ago Bids" -
0
Late Bids
0
Totals 32
4
:
s
;c
;.
gage 1 of 2
w;
j 7
F40
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF
PROPERTY MANAGEMENT AND MAINTENANCE, INC.
FOR FURNISHING AFTER EVENTS STADIUMS
CLEANING AND TRASH REMOVAL ON A CONTRACT
BASIS FOR ONE (1) YEAR RENEWABLE ANNUALLY
TO THE DEPARTMENT OF PARKS, RECREATION
AND PUBLIC FACILITIES AT A TOTAL
ESTIMATED FIRST YEAR COST OF $81,650.00;
ALLOCATING FUNDS THEREFOR FROM THE 1986 -
�k=
87 OPERATING BUDGET; AUTHORIZING THE CITY
MANAGER.TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER FOR
THIS SERVICE..'�_
WHEREAS, pursuant to public notice, sealed bids
were
received September 3, 1986 for the furnishing of after events
stadiums cleaning and trash removal to the Department of Parks,
Recreation and Public Facilities; and
WHEREAS, invitations were mailed to eighteen (18)
potential suppliers and four (4) bids were received; and
WHEREAS, funds for this purchase are available in the
1986-87 Operating Budget; and
WHEREAS, this service will be used by the Department of
Parks, Recreation and Public Facilities for the purpose of
providing after events stadium cleaning and trash removal; and
WHEREAS, the City Manager and the Director of the
Department of Parks, Recreation and Public Facilities recommend
that the bid received from Property Management and Maintenance,
Inc. be accepted as the lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section I. The September 3, 1986 bid of Property
Management and Maintenance, Inc. for furnishing after events
stadium cleaning on a contract basis for one (1) year renewable a^
annually to the Department of Parks, Recreation and Public
Facilities at a total proposed first year cost of $81,650.00 is
hereby accepted with funds therefor hereby allocated from the
1986-87 Operating Budget. a
Section 2- The City Manager is
instructed the Chief Procurement officer