Loading...
10-19-04 Item 9South Miami TO: Honorable Mayor, Vice Mayor DATE: October 19, 2004 & City Commission FROM: Maria V. Davis i AGENDA ITEM No. City Manager RE: Authorizing the City Manager to Execute street sweeping maintenance services with South Florida Maintenance Services, Inc. RESOLUTION: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A STREET SWEEPING AGREEMENT WITH SOUTH FLORIDA MAINTENANCE SERVICES, INC. IN AN AMOUNT OF $27,000 TO BE CHARGED TO STORMWATER TRUST FUND ACCOUNT NUMBER 111- 1730 -541 -3450; PROVIDING FOR AN EFFECTIVE DATE BACKGROUND & ANALYSIS: In an effort to provide clean City streets, we are proposing to secure street sweeping maintenance services with South Florida Maintenance Services, Inc. The sweeping service will be provided twice a week along 13.70 miles of the City's streets. South Florida Maintenance Services, Inc. will use a truck mounted vacuum cleaning system to power sweep specified roadside curbs. To secure the service with South Florida Maintenance Services, Inc. we intend to "piggyback" on their current contract with the City of Miami Springs. The proposed contact amount of $27,000 will be charged to Stormwater Trust Fund account number 111- 1730 - 541 -3450 with an account balance of $90,888.00. RECOMMENDATION: It is recommended that the City Commission approve the resolution. ATTACHMENTS: • Proposed resolution • Copy of "piggyback" agreement with the City of Miami Springs ❑ Copy of proposed agreement with South Florida Maintenance Services, Inc. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 RESOLUTION NO.: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE STREET SWEEPING AGREEMENT WITH SOUTH FLORIDA MAINTENANCE SERVICES, INC. IN AN AMOUNT OF $27,000 TO BE CHARGED TO STORMWATER TRUST FUND ACCOUNT NUMBER 111 - 1730 -541 -3450; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission wishes to provide street sweeping along City streets; and WHEREAS, the City wants to secure a street sweeping service contract with South Florida Maintenance Services, Inc. in an amount of $27,000; and WHEREAS, the sweeping service will be funded through Public Works Department's Stormwater Trust Fund account number 111 - 1730 -541 -3450 with an account balance of $90,888, before this request. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, THAT: Section 1: The City Commission authorizes the City Manager to execute a street sweeping agreement with South Florida Maintenance Services, Inc. in an amount of $27,000.00. Section 2: The street sweeping service will be funded through Public Works Department's Stormwater Trust Fund account number 111 - 1730 -541 -3450. Section 3: The sweeping agreement shall be made part of this resolution. Section 4: This resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this day of APPROVED: Maria Menendez, City Clerk READ AND APPROVED AS TO FORM: CITY ATTORNEY 2004. ATTEST: Mary Scott Russell, Mayor Commission Vote: Mayor Russell: Vice Mayor Palmer: Commissioner Wiscombe: Commissioner Birts- Cooper: Commissioner Sherar: South Florida Maintenance Services, Inc. Professional Street Sweeping Services South Florida Maintenance Services. Inc. Monday, September 20, 2004 Alina G. Menocal City of South Miami 4795 SW 75th Ave. South Miami, FL 33155 Re: Street Sweeping Services Dear Alina: Pursuant to your request, attached please find agreement and specifications to provide professional street sweeping services for the City of South Miami. In this proposal, it is taken into consideration the 13.70 miles of parking lots' curbs and roads' curbs. I have quoted you different prices based on different frequencies as you requested. lc The personnel assigned to the City of South Miami will have undergone criminal background investigations and Department Motor Vehicles investigations. South Florida Maintenance Services' employees are randomly selected and drug tested. We enforce a drug free policy and all employees are bonded and insured. We are looking forward to working with you and the City of South Miami. Should you have any questions I can be reached directly at my cell 305 -525 -9442. El Fre____ ue_nc 1 per week 2 per week 3 per week 4 per week 5 per week * based ®n 13.70 miles. Price List Price per sweep $400.00 $393.75 $390.00 $329.00 $315.00 Price per mile $29.19 per mile $28.74 per mile $28.47 per mile $24.01 per mile $22.99 per mile Street Sweeping Service Agreement For City of South Miami AGREEMENT made on between South Florida Maintenance Services, Inc. hereafter referred to as Contractor and City of South Miami hereafter referred to as Client. NOW THEREFORE, the parties agree as follows: 1. Beginning on , Contractor will provide and perform for the Client the services described in the work schedule in the buildings and areas to be serviced therein set forth. 2. All personnel furnished by the Contractor will be employees of the Contractor, and the Contractor will pay all salaries and expenses of, and all Federal Social Security Taxes, Federal and State Unemployment Taxes, and any similar payroll taxes relating to such employees, and will carry Workmen's Compensation Insurance for such employees. The Contractor will be considered for all purposes an independent contractor, and will not at any time directly or indirectly act and an agent, servant, or employee of the Client. 3. The Contractor will provide all proper safeguards and shall assume all risks incurred in performing its services hereunder. 4. The Contractor shall provide the insurance coverage agreed upon, including comprehensive liability coverage and Workmen's Compensation coverage. 5. Without limiting the responsibility of the Contractor for the proper conduct of its personnel and the cleaning of the areas to be serviced hereunder, the conduct of the cleaning personnel hereunder is to be guided by rules and regulations as agreed upon from time to time between the Client and the Contractor, and such additional special written instructions as may be issued by the Client to the Contractor ftom time to time through its designated agent. 6. The Contractor is responsible for the direct supervision of its personnel through its designated representative, and such representative will, in turn, be available at all reasonable times to report and confer with the designated agents of the Client with respect to services rendered. 7. The Contractor agrees that the cleaning services to be provided hereunder shall be performed by qualified, careful, and efficient employees in strict conformity with the best practices and highest applicable standards. The Contractor further agrees that upon the request of its Client, it will remove from services hereunder any of its employees who in the opinion of the Client are guilty of improper conduct or are not qualified to perform the work assigned to them. 11 r 7 N 8. It shall be understood and agreed that during the term of this agreement and for six (6) months thereafter, the Client will not, directly or indirectly, hire any person employed by the Contractor. In the event of any breach of this provision, Contractor shall be entitled to injunctive relief against Client and in addition to liquidated damages in the amount of $100.00 per day for each person employed by Client in violation of the provisions of this paragraph. 9. In exchange for performance of services hereunder, the Client shall make payment to the Contractor for services rendered hereunder at the rate of $ per month plus any applicable taxes. The Contractor will give the Client at least thirty (30) days notice of any price change for services rendered hereunder, and the Client will notify the Contractor of any changes in the use of the areas covered by this agreement and any additions to or changes in the furnishing of floor, wall or ceiling surfaces forming a part of the Client's premises. 10. All payments will be due on the 7th day of each month. Each payment that is more than 5 days late shall be subject to a 3% late charge. 11. The Contractor will perform all services required hereunder, except when prevented by strike, lockout, act of God, accident or other circumstances beyond its control. 12. This agreement shall continue in effect from the date services are to begin, but may be terminated by either party by giving thirty (3 0) days written notice by registered mail addressed to the other party; provided, however, in the event Client shall fail to pay Contractor any sum due Contractor for services rendered pursuant to this agreement, Contractor may cancel this agreement upon twenty -four hours notice to Client. WITNESS South Florida Maintenance Services, Inc. Christian Infante WITNESS City of South Miami Authorized Signature 10 13. In the event Client shall fail to pay Contractor any sum due Contractor for services rendered pursuant to this agreement and Contractor shall thereafter retain legal counsel to effect collection of said past due sums, or in the event Contractor shall retain counsel to enforce any other provisions of this agreement, Client shall be liable to Contractor for the payment of a reasonable attorney's fee incurred by Contractor n connection therewith. 14. The cost of services as set forth in paragraph 9 is based upon a current government minimum wage of Five and 151100 (5.15) Dollars hour. Should the minimum be increased per wage during the existence of this agreement, the cost of services shall be adjusted accordingly by End the amount of increase of the minimum wage. WITNESS South Florida Maintenance Services, Inc. Christian Infante WITNESS City of South Miami Authorized Signature 10 09/16/2004 15:40 3056687208 CITY OF SOUTH MIAMI City of Soutb Miami Sweeping gW.•..gpTFp.. T SW 60TH ST 61ST ST SW 61 ST ST 61ST-TE r CL 5W 62ND TE SW 62ND TE SW 63RD• ST SW. 63RD TE SW 64TH ST HARDEE. DR SW SW 65TH ST 65TH ST v � �~j U y.. SW 65TH TE a CZ4 SW 67TH ST SW 68TH r SW 69TH TE r � r SUNSET DR .3; .. SW 72ND ST d PAGE 01/01 SW GOTH ST SW 61ST ST 2-ND..ST .... ......... u�i M v4 �. $W 747-H ST 0 c$ `° SW 74TH TE , co SW 75TH TE S Ln i �p SW -.76TH ST r SW 76TH TE 0" $W 76TH TE �� co SW 77TH TE i SW 77TH TE F 5W 78TH TE D �Q` BROWN DR SW 78TH ST SW,. 79TH ST SW 80TH. ...... �.._.C�� a.....v.... DAVIS RD w SW 81 ST ST SW 81ST E rri Total length of curbs for sweeping; SW 82ND ST Roads' curbs: 13.21 miles Parking lots' curbs: 0.49 miles SW 83RD ST y TOTAL: 73.7!) miles t° SW 84Ti+..STJ —�° Roads' Curbs SNAPPER CREEK DR SW 85TH.. ST Parking Lots' Curbs SW 86TH ST SW 86TH ST i South Mr Boundary Miami Bcund , SW 87TH ST i t 0 1,000 2,000 3.000 4,000 5,000 6,000 Feet I South Florida Maintenance lServices, Inc. Sweeping Services a r." t I[I References Stree Sweeping Division 1. Pharmed Group, Inc. Carlos de Cespedes, Jr., Sales & Marketing 305 -592 -2324 x.340 2. Dadeland Mall John Aleman, Manager 305 -665 -6227 3. Masvidal & Partners (Hometown Station Parking Garage) Raul Masvidal, Presisdent 305- 442 -9202 4. Deering Bay Estates Liz Bustin, Manager 305- 232 -1741 Additional references are available upon request. Ik^ s 0 South - - - - - Florida Maintenance Services, Inc. July 2004 Volumes www.sfmservices.com Toll free l- 866 - CLEAN -43 Mercy Hospital Selects..... The new Mercy Hospital Outpatient Center hires South Florida Maintenance Services to provide professional housekeeping. The 40,000+ square feet facility is being serviced by SFM Services . The Mercy Outpatient Center is home to Nuclear Imaging and Cardiology; The Women's Center; The Diagnostic and Radiology; The CT Scan and the PET /CT which offers the latest technology in the diagnoses and treatment of cancer. "The state of the art technology contained in this facility offers another important step for SFM Services specialization in healthcare facilities" states Mr. Jose Infante, President of the four business units which make up our group. Additionally this move takes our Company one step closer to our goal for 2004 which is to fully manage the Housekeeping department of a local established medical center or hospital, °It is only a matter of time before our janitorial business unit makes that transition'; states Christian Infante, Vice President & Director of Marketing Town of Miami Lakes Awards....... The Town of Miami Lakes has replaced Miami Dade County staff by awarding SFM Services a multi year contract to maintain the Town's medians and right of ways. In addition to other services such as tree trimming and citywide litter control. Servicing Miami Lakes brings the total to three (3) municipalities which are being serviced by our landscape business unit. (The others being , The City of Coral Gables and the City of Miami) Employee Incentive Programs... Our Quality Incentive Program, which was designed in house and implemented last year, has had very positive results on our personnel. Striving towards a higher level of employee motivation throughout the company, a committee has been formed to polish and implement a "perfect attendance" policy which every six months will result in the reward of a one day paid vacation. F.I.U. Renews... Florida International University extends security services contract to PM Security Services, Inc. a SFM Services related Company. After successfully completing its third year providing security services to the Engineering Center, representatives from FIU contacted the President of PM Security Services, Inc., and proposed extending the contract an additional year under the same terms and conditions. PM Security Administrators accepted the decision as a yes nod for very acceptable services. * * * * * * * * ** Thought of the month... Shoot for the moon ...... even if you m you'll be amongst the stars! Happy 4th of July ! I 0 OP ID J ACORD, CERTIFICATE OF LIABILITY DATE (UWDDm YY) ABILITY INSURANCE SOUTH-1 01/06/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Comcover Insurance Group, Inc. HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1000 West McNab Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Pompano Beach FL 33069 Phone:954- 942 -9000 Pax:954- 942 -9081 INSURERS AFFORDING COVERAGE NAICSf INSURED. INSURER A: First Commerical Insurance o. South Florida kaintenaAC8 Inc. INSURER B: . 97 O �eecurittyAv vice, Inc. INSURER C: Hia Bah Gardens FL 33016 INSURER D: _ INSURER E: COVERAGES THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REDUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS,:EXCLl1810NS AND CONDRIONS OF SUCH POL ICE& AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BYPAID CLAIM61. LTR TYPE OF INSURANCE POLICY NUMBS DATE MMIDD/W DATE (MMIDD I LIMITS GENERAL LIABILITY EACH OCCURRENCE S PREMISES �Ea o e) S COMMERCIAL GENERAL LIABILITY iCLAIMS MADE L._J OCCUR MEO EXP (Arty one person) S PERSONAL d ADV INJURY $ GENERAL AGGREGATE S GEM'L AGGREGATE LIMIT APPLIES PER: PRODUCTS . COUP /OP AGG S POLICY E TA- LOC AUT::MLf LIA"JTY COMBINED SINGLE LIMIT AMY AUTO (Ea a=dem) S ALL OWNED AUTOS BODILY INJURY S j SCHEDULEDAUTOS HIRED AUTOS (Perpanion) T BODILY INJURY NON -OWNED AUTOS (Per accident) S PROPERTY DAMAGE S (Per accident) GARA02 LIABIUTY AUTO nNLY • EA ACCIDENT 5 R ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG S E,(CESS - wBRELLA LIABILITY EACH OCCURRENCE 3 AGGREGATE 5 OCCUR ❑ CLAIMS MADE 5 DEDUCTIBLE S RETENTION $ 3 — IWORKERS COWENSAMN AND TORY LIMITS ER EMPLOYF"LrARLnV A AMY PROPMETO WPARTNER/EXECUTIVE 18378 -0 12/12/03 12 12 O _ E,L. EACH ACCIDENT S 10 0 0 0 0 0FFICER/MEMB2R EXCLUDED? E.L. DISEASE • EA EMPLOYE 3 1000 Q O — desame IaWer E.L. DISEASE • POLICY LIMIT S 5 0 0 00 0 3PECIAL PROVISIONS below OTHER i I i n cancicnnu nc rwcoennuc n nn .r,n.,e ,..�...... - ..................- ... - -_ _.. _.._ ____. .___ _ SAMPLE CERTIFICATE L:tK 1 H=IUATE HOLDER South Florida Maintenancer Inc P.M. Security Service, Inc. Christian Infante 9700 NW 79th. Ave, Hialeah FL 33016 ACORD 25 (2001108) UANGELLATIUN SOLI TF17F SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPtRATIO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL ILIPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ® ACORO CORPORATION 198 �E F a r? is ACORD CERTIFICATE OF LIABILITY INSURANCE U'211 DATEIMMTDDI/0 3OrJTH -8 12 18/03 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE U.S. Insurance Underwriters HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8600 MR 17 Street, Suite 110 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Miami FL 33126 Phone: 303 -279 -4799 Fax T 305 ^279 -6129 INSURERS AFFORDING COVERAGE NAIC # INSUR® ..,, So' -ut,h I'1.0— xldMaintenance sery INSURER A. M�PPrr xnrurancr cortpuay of s'L. T- - -- & Eny*ronmentai. Management Supp' .J.e$, Inc,, P' x. security INSURER S Sexinces Inc INSURER C gJos Jose X. infante 9 60 NW 79th Avenue INSURER D ami FYr 83166 - INSURER E! COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEIJ ISSUED TO THE INSURED NAMED ABOVE FOR THE POI, ICY PERIOD I D INDICATED NOTTHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR ' MAY PERTAIN, THE. INSURANCE AFFORDED BY THE POLICIES OESCRTBED HEREIN IS SUBJECT TO ALL ME TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i LTR TYPE OF INSURANCE POLICY NUMBER PATE IMMlDD R.. CYi;RPIRATiO DATE MAUDDIYY LIMITS GENERAL LWBfLtTY EACH OCCURRENCE $ CO\9r1ERCiA1 GENERAL LIABILITY. CLAWS MADE F-] OCCUR PREMISES (Ea occurence) MED EXP (Any one person) $ PERSONAL A ADV INJURY ¢ rp.; GE NERAL AGGREOATE cREGATE LMMT APPLIES PER PRODUCTS • COMPAOP AGG t :Y •J'F70• JECT LOC A AUTOMOBILE LIABfUTY ANY AUTO CA013768 -3 10/24/03 10/24/04 COMBINED (Ea ascade SrNGLEUMIT ccidera) $500,000 X ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ $ }( HIREDAUTOS NON-OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAOE LIABILITY AUTO ONLY • EA ACCIDENT $ MIY AUTO „. O1 HER >} EA AC C V�PJ $ —' $ AUTO ONLY AGG E %CE83AJMBRELLA LIABILITY EACH OCCURREW.L- $ OCCUR CLAIMS MADE AGGREGATE DEDUCTIBLE $ RETENTION -- WORKERS COMPENSATION AND EMPLOYERS' LIABILITY "H- TORY LIMITS ER EL EACH ACCIDENT ANY PROPRIETORIPARTNERIELECUTIVE OFFICEP&EMSERExCLUDEDa it yes. yes. descnno ovier _ E DISEASE •EAEMPLOYEE $ E L DISEASE • POLICY LIMIT $ SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS !LOCATIONS ! VEHICLES / E %CLUSIONB AQDED BY £NDORB£MENT I SPECIAL PROVI8ION8 Janitorial, landscape and unarmed security services CERTIFICATE HOLDER CANCELLATION S OFLORI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRIT PN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DD 80 SHALL South 700 , PT. 9 t Maintenance IMPOSE NO OBLIGA71OR OR LIABILITY OF ANY KIND UPON THE INSURER, fTS AGENTS OR 9700 N.W. 79th ,Avenue Miami FIB I REPRESENTATIVES, ACORD 25 (2001108) — @ ACORD CORPORATION 1988 J I I V'{ a ACO - CERTIFICATE OF LIABILITY INSURANCE U OATE(MMlDO/03 SOL7TH THIQ 12/23/03 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Avante Insurance Agency, Inc. 17490 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR West Flagler Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Miami Fh 33144 CLP 6245455 Phone: 305 -648 -7070 Fax:305- 648 -7090 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A. Interstate Fire 6 Casualty Co. — _ PERS014AL& AD`. INJURY $1,000,000 IIJSURER B South Florida Maintenance Sery INSURER C' GEN'L AGGREGATE LIMIT APPLIES PEP 9700 NW 79th Avenue Miami FL 33016 INSUREkV INSURER E. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADUL - LTR INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION pATE MMlDDlYY DATE MMl.Dt4 LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X 'COMMERCIN.L GENERAL LIABILITY CLP 6245455 DAMAGE TO 11105103 11/05/04 PREMISES - Eaoecurence; 250,000 CLAIMS MADE I I OCCUR MED EXP t'Any one pwsm) $ 10,000 — _ PERS014AL& AD`. INJURY $1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PEP PRODUCTS - COMP.' -Jr AGG $ Inc1d . POLICY �C LCC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT £ ANY AUTO E8 acrid ®nq ALL OLVNED AUTOS BODILY IlIJURY CHEN1LED AUTOS $ (Fel y ouni HIRED AI.ITOS BODILY INJURY NON- OVVNED AUTOS ;Fai accident} $. PROPERTY DAMAGE 9 Fe. accident; GARAOE LIABILITY LLrFO ONLY - EA ACCIDENT S ANY AUTO OTHERTHA14 EA ACC i AUTO ONLY -GG $ , EXCESSIUMBRELLA LIABILITY EACH CCCURRENCE $ Cy-CUR CLAIMS MADE AGGREGATE £ $ DEDUCTIBLE $ RETENW -N' $ $ WORKERS COMPENSATION AND ,. TOR RC Y LIMBS ER EMPLOYERS' LIABILITY ANY PROPRIETOR ,'PARTI•JERiEXECUTI'JE E.L. EACH ACCIDEI-Ir $ OFFI•CER13EMBER EXCLUDED? - E I. DISEASE - EA EMFL'?YEF $ H yes. devxibe undw SPECIAL PROVIi6NS below - E.L. DISEASE • POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Janitorial and Landscaping service. CERTIFICATE HOLDER CANCELLATION SOUTHFZ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN South Florida Maintenance NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Services, Inc. 9700 NW 79TH AVE IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR Miami FL 33016 REPRESENTATIVES. AU,7/�{� REPRESS TIVE J ACORD 25 {2001/08) O ACORD CORPORATION 1988 BID AWARD CONTRACT THIS AGREEMENT made and entered into this Friday, August 27, 2004, by and between the CITY OF MIAMI SPRINGS, a Municipal Corporation organized and existing under the Laws of the State of Florida, (hereinafter referred to as "City ") , and South Florida Maintenance Services, Inc. (hereinafter referred to as "Contractor "); W I T N E S S E T H: WHEREAS, the City of Miami Springs has determined it is necessary and in the best public interest to establish a contract for CITY WIDE STREET SWEEPING PROJECT; and, WHEREAS, The City of Miami Springs has solicited certain bids for CITY WIDE STREET SWEEPING; WHEREAS, "Contractor" has properly submitted its bid for CITY WIDE STREET SWEEPING. as set forth in the attached Contract Documents and in accordance with the terms and conditions thereof; and, WHEREAS, the City administration and the City of Miami Springs City Council have determined that the bid of "Contractor" is the lowest bidder meeting specifications received for certain items pursuant to its published invitation to bid; and, WHEREAS, the City of Miami Springs City Council accepted the bid of "Contractor" to provide CITY WIDE STREET SWEEPING at its City Council Meeting of AUGUST 23th, 2004 and directed the preparation of this Bid Award Contract for execution by the City and "Contractor "; NOW, THEREFORE, the parties to this Agreement hereby agree as follows: Bid Award Contract Page 1 of 5 1. That the following listed "Contract Documents" for this bid award are attached hereto and by this specific reference made a part hereof, to -wit: a) The Legal Notice to Bidders b) General Conditions and Instructions c) Sweep Specifications d) Bid Proposal 2. That the parties mutually agree to be bound by the aforesaid "Contract Documents" in the administration and completion of this Contract. 3. That this Bid Award Contract shall encompass the following work to be performed by the Contractor, to -wit: CITY WIDE STREET SWEEPING as is more fully described in contract documents attached hereto. 4. That "Contractor agrees to provide all services, materials, and equipment necessary for the timely completion of its duties and responsibilities as set forth in its bid and all other referenced and attached "Contract Documents ". 5. That "City" agrees to make all payments to "Contractor" for all work performed in accordance with the terms and conditions for payment contained in the referenced and attached "Contract Documents ". 6. That notwithstanding anything contained herein to the contrary, the parties hereto mutually acknowledge that in the event that no funds or insufficient funds are budgeted and appropriated during any term of the contract for the payment of the obligations hereunder to contractor, the city's obligations under this contract shall automatically terminate on the last day of the fiscal year in which funds were budgeted and appropriated for this contract. Bid Award Contract Page 2 of 5 7. That any notice which either party is required or may desire to give to the other under this agreements, shall be in writing and shall be given by registered or certified mail, return receipt requested, postage prepaid, addressed to the respective party at its address shown in the contract documents attached hereto. 8. That should it become necessary for either party to this Contract to bring suit to enforce any provisions hereof or for damages on account of any breach of this Contract, the prevailing party on any issue in any such litigation and any appeals therefrom shall be entitled to recover from the other party, in addition to any damages or other relief granted as a result of such litigation, all costs and expenses of such litigation and a reasonable attorney's fee as fixed by the court. IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date first above written in five (5) counterparts, each of which shall, without proof or accounting for the other counterpart, be deemed to be an original Contract. Bid Award Contract Page 3 of 5 ATTEST; BY glazli'_0-11 L/ Magalj %alls, CMC, City Clerk (Seal) CITY OF MIAMI SPRINGS A Municipal Corporation Jame a ity Manager BEFORE ME, the undersigned authority, personally appeared JAMES R. BORGMANN and MAGALI VALLS, the City Manager and City Clerk, respectively, of the City of Miami Springs, 5/personally known to me, or produced identification who, after being duly sworn by me, state, that they have executed the foregoing Contract for the purposes therein expressed. SWORN TO AND SUBSCRIBED before me this a2 day of, 'r/a ', 2004 MY COMMISSION EXPIRES:1��.G'�z NOTARY PUBLIC, State of Florida At Large ,=;,- -'o6 OFFICIAL NOTARY SEAL BARBARAAROBINSON NOTARY PUBLIC STATE OF FLORIDA COMMISSION NO. DD089083 MY COMMISSION EXP. FEB. 26,2006 stp- 94 f /I 14. Printed Name Bid Award Contract Page 4 of 5 SOUTH FLORIDA MAINTENANCE SVC., INC. BY ATTEST:` ses� (Seal) BEFORE ME, the undersigned authority, personally appeared and the and , respectively, of SOUTH FLORIDA MAINTENANCE SVC, INC., ❑ personally known to me, or ❑ produced identification who, after being duly sworn by me, state that they have executed the foregoing Contract for the purposes therein expressed. SWORN TO AND SUBSCRIBED before me this day of , 2004. MY COMMISSION EXPIRES: NOTARY PUBLIC, State of Florida At Large Printed Name Bid Award Contract Page 5 of 5 South Florida Maintenance Services, Inc. Professional Facility Support Services Moira Ramos Finance Department CITY OF MIAMI SPRINGS LEGAL NOTICE INVITATION TO BID #05 -03/04 Finance Department 201 Westward Drive Miami Springs, FL 33166 -5289 Phone. (305) 805 -5015 Fax: (305) 805 -5018 Sealed proposals for CITY WIDE STREET SWEEPING will be received until 2:00 P.M. on the July 13, 2004 by the City of Miami Springs, Finance Department, on the first floor, Miami Springs City Hall, 201 Westward Drive, Miami Springs, Florida 33166. At time, date, and place noted above, proposals will be publicly opened. Any proposals received after time and date specified will not be considered and returned to the bidder unopened. Deadline to request any additional information /clarification will be July 1, 2004. This Invitation to Bid (ITB) is available upon written request at the City's Purchasing Department, 201 Westward Drive, First Floor, Miami Springs, Florida 33166. The facsimile number is (305) 805 -5018. To verify receipt of request, please call Moira Ramos at (305) 805 -5015. The City of Miami Springs reserves the right at any time to modify, waive, or otherwise vary the terms and conditions of this Request for Proposal including, but not limited to, the deadlines for submission, the submission requirements and the Scope of Work. The City further reserves the right to reject any or all submittals, to cancel or withdraw this Request for Proposals at any time. Selection is dependent upon the negotiation of a mutually acceptable contract with the successful proposer. CITY OF MIAMI SPRINGS BID #05 -03/04 1 STATEMENT OF NO RESPONSE Some recipients of this solicitation may elect not to respond for a variety of reasons. The City of Miami Springs is very interested in learning whether certain conditions exist wit h our solicitation process which may discourage responses. Accordingly, if you elect not to respond with an offer to this solicitation, we ask that you indicate the reason below and either fax this form to 305 - 805 -5018 or mail the form to: City of Miami Springs Finance Department 201 Westward Drive Miami Springs, FL 33166 -5259 ❑ We do not offer this product /service or an equivalent. ❑ Our schedule would not permit us to perform ❑ Insufficient time to respond to solicitation. ❑ Unable to meet specifications. ❑ Specifications not clear. ❑ Unable to meet bond and /or insurance requirements. ❑ Solicitation addressed incorrectly. ❑ Specifications "too tight" (i.e. geared to specific brand or manufacturer). If an explanation is appropriate, you may include it below or in an attached letter. N Due to the large number of companies listed on the City's vendor list and the cost of mailing, it is necessary to delete the names of persons or businesses who fail to respond to three (3) consecutive solicitations without giving a reason or requesting retention on our vendor list. Do you desire future solicitations? ❑ Yes ❑ No Name: Title: Company: Address: Telephone: Fax: BID #05 -03/04 2 City of Miami Springs 201 Westward Drive Miami Springs, Florida 33166 -5259 _- Invitation to Bid Bids to be opened in the Council Chambers, 201 Westward Dr., Miami Springs, FL 33166 at 2:00 P.M. on TE 0' 'b-4 Vendor Name: Federal Idenn�tification or Social Security Number: f ��pp pp �btJ�OCi 9�Htta +nT o. r 9 ' Z��o�O Vendor Mailing Address: Payment Terms- -100 City - State - Zip Code: Delivery in Days Afte Receipt of Purchase Order: (Area Code) Telephone Number: (Area Code) Facsimi a Number -- . :2_4 3o - 1,9 - aU as E -Mail Address: initial appropriate box to acknowledge amendment(s), if necessary. L - dnL S6rt S�rv� [,p ® El Amendment #1 Amendment #2 Amendment #3 I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign for, and commit, the r Authori re (Manual) "" e�Ge �reS 'Authorized Signature (Typed or Printed Title) vendor. STATE OF: F; _ COUNTY OF: b, I - BEFORE ME, the undersigned authority, this document was acknowledged by J_�rn -1-r_ who: ,is personally known to me, or ❑ produced identification who, after being duly sworn by me, states that he /she has executed this document for the purposes herein expressed. SWORN TO AND SUBSCRIBED before me his fj��day of _VMAJI 2004 MY COMMISSION EXPIRES:'��, > NOTARY PUBLIC, State of ..F`lo� ida EWEEN DOMINQUEZ At La.- e NOTARY PUBLIC -STATE OF FLORIDA g COMMISSION # CC @58668 e EXPIRES 6/6!2004 vAR... —_ '38id8E9fii lftN- jh�Sl� t 808 NOT Printed Name BID #05 -03/04 3 GENERAL CONDITIONS AND INSTRUCTIONS ACCEPTANCE OR REJECTION OF BIDS The City of Miami Springs reserves the right to waive irregularities or technicalities in bids or to reject all bids or any part of any bid. ADDITIONAL INFORMATION Each bidder shall examine all parts of the Invitation to Bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. The City of Miami Springs shall not be responsible for oral inte rpretations given by any city employee, representative, or others. No plea of ignorance, by the bidder, of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis for varying the requirements of the City of Miami Springs or the compensation to the bidder. Any inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to these specifications should be submitted to: Moira .Ramos 201 Westward Drive Miami, Springs, FL 33166 -5259 Telephone: (305) 805 -5015 Facsimile: (305) 805 -5018 The bid tit le and number should be referenced on all correspondence. Should any questions or responses require revisions to the specifications as originally published, such revisions will be by formal amendment only. The issuance of a written amendment is the only o fficial method whereby interpretation, clarification or addition information will be given. If any amendments are issued to this Invitation to Bid, the City will attempt to notify all prospective bidders who have secured same; however, it shall be the responsibility of each bidder, prior to submitting their bid, to contact the City of Miami Springs to determine if an amendment was issued and make such amendment a part of their bid. BID SUBMISSION Original and one copy of this entire document as well as any other pertinent documents should be BID #05 -03/04 returned in order for the bid to be considered for award. Bids shall be submitted to the Purchasing Agent properly signed in ink, notarized, and submitted in a sealed envelope.on which shall be shown the name of the bid der, bid opening date, and name and bid number of the proposal. By submitting a bid proposal, the bidder declares that he understands and agrees that this bid proposal, specifications, provisions, terms and conditions of same, shall become a valid contrac t between the City of Miami Springs and the undersigned upon notice of award of contract in writing and /or issuance of Purchase Order by the City of Miami Springs. ASSIGNMENT The successful bidder(s) shall not assign, transfer, convey, sublet or otherwi se dispose of this contract, or of any or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or ,corporation without prior written consent of the City. BIDDER CERTIFICATION Submission of a signed proposal is bidder's certification that the bidder will accept any awards made to him as a result of said submission at the prices and terms contained therein. BID TABULATIONS Bidders desiring a copy of the bid tabulation may request same by enclosin g a self - addressed stamped envelope with their bid. BID WITHDRAWAL No proposal can be withdrawn after it is filed unless the bidder makes his request in writing to the City prior to the time set for the opening of bids, or unless the City fails to accept it within ninety (90) days after the date fixed for opening bids. BIDDER RESPONSIBILITY Before submitting the proposal, each bidder shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract, and to verify any representations made by the City that the bidder will rely upon. No pleas of ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will relieve the successful bidder from his obligation to comply in every detail with all provisions and requirements of the contract documents. DEFAULT Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required equal to liquidated damages incurred by the City. Where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the bidder's list. DELIVERY All service, materials, and /or equipment are purchased F.O.B. point of delivery in Miami Springs. The successful bidder must prepay all transportation charges to designated point of delivery in Miami Springs. Collect or Freight Due shipments will be refused. EXCEPTIONS TO SPECIFICATIONS Bidders taking exception to any part or section of these specifications shall indicate such exceptions on their proposal. Failure to indicate any exceptions shall be interpreted as the bidder's intent to fully comply with the specifications as written. EXPENSES INCURRED IN PREPARING PROPOSAL The City accepts no responsibility for any expenses incurred in the proposal's preparation, and presentation; such expenses are to be borne exclusively by the bidder. INSPECTION All articles, materials, and supplies purchased are subject to inspection on arrival at destination. The City of Miami Springs reserves the right to return for full credit at the risk and expense of the successful bidder, all or part of the article s, materials, or supplies furnished contrary to specifications and instructions. INSURANCE Prior to execution of the Contract by the City and commencement of work, the Contractor must obtain all insurance required under this paragraph and submit same to the City for approval. All insurance shall be BID #05 -03/04 maintained until work has been completed and accepted by the City. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, and property damage. If Commercial G eneral Liability Insurance or other form where a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/ location or the general aggregate limit shall be twice the required occurrence limit. Automobile Li ability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $500,000 per occurrence for Bodily Injury and Property Damage combined. Worker's Compensation Insurance as required by Chap ter 440, Florida Statutes. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications as to management and financial strength. The company must be rated no less than °B° as to management and no less than Class "V as to .financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the Finance Director. Certificates of Insurance acceptable to the City shall be filed with the City prior to the commencement of the work. These policies described above, and any certificates shall specifically name the City of Miami Springs as an additional Insured and shall contain a provision that coverage afforded under the policies will not be modified ox- canceled until at least! thirty (30) days prior to written notice has been given to the City of Miami Springs. Contractors shall include all subcontractors as insu reds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. Cancellation clauses for each policy should read as follows : Should any of the above described policies be modified or canceled before the expiration date thereof, the issuing company will mail advance written notice to the Certificate Holder named herein thirty (30) days prior. LATE BID REJECTION The City of M iami Springs is not responsible for the delivery of any bid proposal. All bid proposals received by the Purchasing Agent after the time stated in the Invitation to Bid, shall be returned unopened and will not be considered for award. LAWS AND REGULATIONS It shall be understood and agreed that any and all services, materials and equipment shall comply fully with all Local, State and Federal laws and regulations. LICENSES AND REGISTRATIONS The contractor shall be responsible for obtaining and maintaining any licenses required pursuant to the laws of Dade County, the City of Miami Springs, or the State of Florida. Every vendor submitting a bid on this invitation to bid should include a copy of the company's occupational license or a written statement on let terhead indicating the reason no license exists. Miami Springs, Florida - based businesses are required to purchase an Occupational License to conduct business within the City. Vendors residing or based in another state or municipality, but maintaining a physical business facility or representative in Miami Springs, may also be required to obtain such a license by their own local government entity or by Miami Springs. For information specific to Miami Springs occupational licenses call (305) 805 - 5030. METHOD OF AWARD The City of Miami Springs reserves the right to make the award on 'a total or package basis or on a unit basis, whichever is deemed in the best interests of the City. QUALIFICATION OF BIDDERS Each bidder may be required, before the award of any contract, to show to the complete satisfaction of the City of Miami Springs that he has the necessary facilities, ability, and financial resources, to furnish the service as specified herein in a satisfactory BID #05 -03/04 6 manner, and he may also be required to show past history and reference which will enable the City to satisfy itself as to the bidder's qualifications. Failure to qualify according to the foregoing requirements may justify the City in.rejecting his bid. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair o a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. PERMITS The Contractor shall obtain all required occupational licenses and permits. Applicable City of Miami Springs Building permits will be issued without charge covering contract work with the City. RELATION OF CITY It is the intent of the parties hereto that the successful bidder shall be legally considered as an independent contractor and that neither he nor his employees shall, under any circumstances, be considered servants or agents of the City, and that the City shall be at no time legally responsible for any negligence on the part of s aid successful bidder, his servants or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. TAXES The City of Miami Springs is exempt from Federal Excise and State of Florida Sales Tax. State Sales Tax and Use Tax Certificate Number is 23 -11 -3249 CONTRACTOR'S QUESTIONNAIRE Company Name: Sol)-4,L V:1 c9t s d!L MA IA-" S.P r�f k -as. Principal Officer: Company Address: )a *7,r eve.. Years in Business under Present Name: Primary type of work your firm engages in: Zctk.6r1q1 Years experience in your primary type of work: -�'"9¢�tars List other types of work your firm engages in: JtJ SVn�r�r. � CPr.i[P s.. grsw li S,r'o 7P 'S�P.IirDS . �jT�'C� Does your organization have current occupational licenses) and certificate(s) of competency entitling it to do the work contemplated in this Contract? y-�- , Sew a e=I csa��- Include copies of licenses and ce of Cates with bid prop al. Demonstrate your capacity to perform work of this magnitude by indicating five (5) projects within the past two (2) years that are equal to or greater in scope. Company Name: Contact Name: 2 Contract Amount: Phone # JFax # �a Company Name: Contact Name: DO A-Aa,"tk AW � I Ta� Af-o'ta-7 1 Contract Amount: Phon>e� r# / Fax # BID #05- 03/04 8 Company Name: Contact Name: Deer � i>� G� �eS Li Z _\'Sus�llk Contra t-'�Amourft : Phone # Fax # kO Coo. oS -- 7.,3 - V7 s '- 2-3Z -% Company Name: Contact Name //: TA rwtek G-nro p r�OS ® c_. e C eJe_S Contract Amount: Phone # I IFax'# 4 � , s0. �r-s z -a.�zw Ic o Have you ever failed to complete any work awarded to you? k)D If so, where and why? PJ44 Has any officer or partner of your organization ever failed to complete a contract handled in his own name? "0 If so, state name of individual, name of owner, and reason thereof: . tij A What equipment do you own that is available for the proposed work. pi I- i �fe'r 2.000 SC,1a-EZC �'(��Y ib�Sdrea Vae_yyia _<dy aPr 4-f�r 1!e What Bank or Banks have you arranged to do business with during the course of the Contract should it be awarded to you? wo-r � List the names, addresses, and phone numbers of all subcontractors which you may utilize to perform this contract. No change in sub - contractors, as listed, will be allowed without the written approval of the City of Miami Springs. AjOnP BID #05 -03/04 9 SPECIAL CONDITIONS SCOPE The intent of these specifications is to set fort h and convey to prospective bidders the City -Wide Street Sweeping as desired by the City of Miami Springs. TERM OF CONTRACT This contract will be in effect for a one (1) year period effective from date of award and the prices quoted hereunder shall be f irm to the City of Miami Springs for the duration of the contract. In addition, this contract may renewed for two (2) additional one (1) year periods under the same terms and conditions. The renewals are contingent upon satisfactory performance by the c ontractor and availability of funds. Indicate your acceptance or rejection of the renewal option by initialing the appropriate box. Accept Reject TERMINATION OF CONTRACT The City of Miami Springs reserves the right to terminate this contract if t he successful bidder fails to perform satisfactorily in all areas of service, availability, delivery, quality and any other area covered by these specifications. In the event of such cancellation, the City additionally reserves the right to make the award for the balance of the contract period to the next higher bidder. EVALUATION OF BIDS Bid evaluation will be based on: • Cost of services to the City of Miami Springs. • Experience of bidder. BID #05 -03/04 10 PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values The unit prices of the items will serve as the basis for payments and will be incorporated into a form of Application for Payment acceptable to Public Services Director. Payment and Acceptance Thirty (30) days after the invoice to the City of the Application and accompanying documentation, in appropriate form and substance, and with the Public Services Director's recommendation, the amount recommended by the Public Services Director will become due and will be paid by the City to CONTRACTOR. BID #05 -03/04 11 SPECIFICATIONS 1) GENERAL - The contractor shall furnish all labor, materials, equipment, and related items required to complete the work in accordance with the contract documents and specifications. 2) TERMINATION OF CONTRACT The City of Miami Springs reserves the right to terminate this contract if the successful bidder fails to perform satisfactorily in all areas of availability, delivery and any other area covered by these specifications. In the event of such cancellation, the City additionally reserves the right to make the award for the balance of the contract period to the next higher bidder. The Contract may be terminated if the Contractors: a) Fails to perform the contracted services in accordance with the terms and conditions of this contract; or b) Neglects or refuses to correct any work that has been rejected by the Public Services Director 3) ESTIMATED QUANTITIES - It shall be understood and agreed that quantities designated herein are estimated only and may be increased or decreased in accordance with th e actual normal requirements of the City, and that the City in accepting any bid or portion thereof, contracts only and agrees to purchase only the supplies, equipment, and services in such quantities as represent the actual requirements of the City. 4) EQUIPMENT - All equipment to be utilized by the successful contractor to perform the cleaning /sweeping services as detailed herein must be of an approved type. The equipment must be approved by the Public Services Director for the intended use. Equipment must be equipped, at a minimum, with flashing amber light and arrow board, both visible for a maximum of one mile and mounted for maximum visibility. Vacuum sweeping equipment with a water spray is required to provide contracted sweeping services. Equipment shall have a 74 -inch wide sweep pass and a left and right gutter broom. Sweepers should be capable of removing normal levels of debris and materials from the street and curbside in one pass. Cleaning under or adjacent to parked cars will not be the responsibility of the contractor. BID #05 -03104 12 5) WATER - Water required for street cleaning shall be available from the fire hydrant located at the Public Works Yard, 345 North Royal Poinciana Blvd, Miami Spring, Florida. 6) HOURS OF OPERATION - Unless otherwise directed by the Public Services Director, the successful Contractor shall ensure the following schedule is adhered to and the services as required must be scheduled to ensure work commences after 11:00 p.m. and is completed no later than 6:00 a.m. It is required under this contract that the sweeper driver log in with the Police Department, located at 201 Westward Drive, Miami Springs, to ensure verification of contract performance. Contractor shall fax a notification of.completion to the Public Works Department each time the City is swept. 7) DAMAGE TO PROPERTY - The Contractor shall ensure extreme care is used to safeguard sidewalks, curbing, road surfaces and motor vehicles on or around all job sites. Damage to public or private property shall be the responsibility of the Contractor and shall be replaced and /or repaired at the expense of the Contractor. 8) FREQUENCY OF SERVICE - All areas shall be swept twice per week with the exception of Morningside Drive. Morningsid Drlv shall be swept once per week, and shall be swept no later than 11:30 P.M. 9 ) AREA OF SERVICE BID #05 -03/04 13 * Swept outside curb only # Sweep inside (median) and outside curbs 10) REJECTION OF WORK - The Ci ty reserves the right to reject work, or materials, if it does not meet the requirements set forth in these specifications or on the contract drawings. 11) LIQUIDATED DAMAGES - Maintain the city roads is of the essence; therefore all routs specified shal 1 be maintained by the contractor. Each invoice must be accepted by the Contract Manager or authorized representative before any invoices are paid. If the vendor does not maintain the roads as per the specification, the vendor may be assessed a _penalty. For noncompliance of the specifications , liquidated damages shall be assessed at the rate of one percent (1 %) of the total project fee per occurrence for the first 10 times per month and two percent (20) per occurrence thereafter. BID #05 -03/04 14 City of Miami Springs PLEASE COMPLETE ALL SHADED AREAS 2 IlDollar Amount for Additional Services (hourly rate) V South Florida Maintenance Services, Inc. Sweeping Services p ppler99X�Sle�In >S_y riZ! lS�LrVIII918 �X >W MS2 III -Jer.- ��rZ n C Ul .9 090-:4 oil m p oo ° on as�9l"iCy`f Om W •o z OZ �I m O OOD Om pZa go OpC Utg C� o V (y CM O ON\ r-o e929'ros9jsmos °�m° -1 x Fro O� O aim W xs a=i Ln ON -- z�m== OWN i >imma9ooS�p NE Ch W N r rm CD CDC, m °mw H m.~c "o r a =c o 3 Gym 3Z m m ~ is z m CA x.o c.► -A H m y N-IOZO N r- m z _ z c*mn -xi =3 m m 'Ti _ w r CA t/! G)-4Z n C z O O H = a m •e -i a z z 0 � = z=mm 3 p m a z r �p 3 a WZ pIr z v m �o-+ o- z .. °� m m m a N Cr H _ m M _ N n m V .A W %C O+ i W A gm Z_ DN0 O r 1 wr mN f A 'M "n Ur�ir F4: Moira r r I 06/30 104 14:14 N0.848 02/02 CITY OF MIAMI SPRINGS Finance Deportment 201 Westward Drive JWSami Springs, FL 33166 -5289 Phone: (305) 805 -5015 Fax (303) 805 -5018 AMENDMENT I REQUEST FOR PROPOSALS #05 -03/04 June 30, 2004 REQUEST POI PROPOSAL #05- 03/04, CITY WIDE STREET SWEEP 'NG is amended as follbws: This addendum �s issued to clarify the previously issued bidding and contractual � of the documents an i hereby made a part of the contract documents- All req documents not modified herein shall remain in HI force and effect as originally set forth. Sealed proposals will be accepted until 2:30 P.M,, Tuesday, July 13, 2004 instead of 2:00 P.M. as previot sly stated. Bid opening will be On July 13 at 2:30 P.M.