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.