HomeMy WebLinkAboutIFBOp r City of Miami
V 9
Invitation for Bid (IFB)
INCORP ORATED )
9� 4ti
CQ, FL0 Purchasing Department
Glenn Marcos, CPPB, Director/Chief Procurement Officer
IFB Number:
Title:
Issue Date/Time:
IFB Closing Date/Time:
Pre -Bid Conference:
Pre -Bid Date/Time:
Pre -Bid Location:
Deadline for Request for Clarification:
Buyer:
Hard Copy Submittal Location:
Buyer E -Mail Address:
Buyer Facsimile:
Miami Riverside Center
444 SW 2�d Avenue, 61h Floor
Miami, Florida 33130
Web Site Address: http:llci.miami.fl,us/procurement
106061,9
Invitation for Bid for Custodial Services
25 -FEB -2009
03/03/2009 * 14:00:00
Mandatory
Wednesday January 14, 2009 at 2:00 pm
Miami Riverside Center (MRC) 444 S.W.
2 Avenue. 1st Floor Training Room.
Miami, Florida 33130 (Training room is
located behind the Employment Counter)
Friday, January 30, 2009
Johnson, Charles
City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
chjohnson a)miamigov.com
(305)416-1925
Page 1 of 107
Certification Statement
Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and
retain a copy for your files. Prices should include all costs, including transportation to destination. The
City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a
minimum of 120 days following the time set for closing of the submissions.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted
prices.
We (I) certify that we have read your solicitation, completed the necessary documents, and propose to
furnish and deliver, F.O.B. DESTINATION, the items or services specified herein.
The undersigned hereby certifies that neither the contractual party nor any of its principal owners or
personnel have been convicted of any of the violations, or debarred or suspended as set in section
18-107 or Ordinance No. 12271.
All exceptions to this submission have been documented in the section below (refer to paragraph and
section).
EXCEPTIONS:
We .(I) certify that any and all information contained in this submission is true; and we (I) further certify
that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or
service, and is in all respects fair- and without collusion or fraud. We (I) agree to abide by all terms and
conditions of this solicitation and certify that I am authorized to sign this submission for the submitter.
Please print the following and sign your name:
SUPPLIER NAME:
ADDRESS:
PHONE:
EMAIL:
SIGNED BY:
TITLE:
FAX:
BEEPER:
DATE:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID
Page 2 of 107
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Office Location: City of Miami, Miami -Dade County, or Other
Occupational License Number:
Occupational License Issuing Agency:
Occupational License Expiration Date:
Respondent certifies that (s) he has read and understood the provisions of City of Miami Ordinance No.
10032 (Section 18-105 of the City Code) pertaining to the _implementation of a "First Source Hiring
Agreement.": (Yes or No)
Do you expect to create new positions in your company in the event your company was awarded a
Contract by the City? (Yes or No)
In the event your answer to question above is yes, how many new positions would you create to
perform this work?
Please list the title, rate of pay, summary of duties, number of positions, and expected length or duration
of all new positions which might be created as a result of this award of a Contract.
Will Subcontractor(s) be used? (Yes or No)
Page 3 of 107
Does the City of Miami Living Wage Ordinance apply to this formal solicitation? ( See Section 1.40 of
the General Terms and Condtions) (Yes or No)
Service Total Contract Amount( which includes base term and renewal options):
Is this service contract a citywide contract? (Yes or No)
If the above answer is no, please indicate the name of the city (end user) department that your contract
will serve:
Provide brief description of the project or service to be provided
I/We hereby state compliance with the City of Miami Living Wage Ordinance, Section 18-556 through
Section 18-559 as summarized in Section 1.40 of the General Terms and Condtions? (Yes or No)
Provide name, telephone and facsimile number of emergency contact for twenty-four (24) hour, seven
(7) days a week communication.
Have you attached to your bid submittal the required three (3) letters of reference, on company
letterhead, for prooperties being serviced at this time by bidder or within the past three (3) years? Yes
or No.
Did you complete the Living Wage Rate Sheet for each of the facilities bid?
Did you complete and include the attached List of Envirnomentally Preferrable Products?
Page 4 of 107
Line: 1
Description: Group 1: Class A Building - General Services Administration (GSA)
Line: 1.1
Description: Miami Riverside Center (MRC)
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 2
Number of Units: 12 Total: $
Description: Group 2: Class B Buildings - GSA and Police Department
Line: 2.1
Description: City Hall
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Number of Units: 12 Total: $
Line: 2.2
Description: Miami Police Department - Administration Building
Category: 91039-57
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: S
Page 5 of 107
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 2.3
Description: Initial Cleaning or "Blitz" of Facility
Category: 91039-57
Unit of Measure: Job
Unit Price: $
Line: 3
Number of Units: 1
Description: Group 3: Class C Buldings - Police Department
Line: 3.1
Description: Police North Substation
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 3.2
Number of Units: 12
Description: Initial Cleaning or "Blitz" of facility
Category: 91039-57
Unit of Measure: Job
Unit Price: $
Total: $
Total: $
Number of Units: 1 Total: $
Page 6 of 107
Line: 3.3
Description: Police South Substation
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 3.4
Number of Units: 12 Total: $
Description: Initial Cleaning or "Blitz" of Facility
Category: 91039-57
Unit of Measure: Job
Unit Price: $
Line: 3.5
Number of Units: 1
Description: Police Specialized Operations Substation (SOS)
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Mobile
Phone Number:
Cost for Initial One Time
Blitz:
Line: 3.6
Number of Units: 12
Description: Initial Cleaninig or "Blitz" of Facility
Category: 91039-57
Total: $
Total: $
Page 7 of 107
Unit of Measure: Job
Unit Price: $ Number of Units: 1
Line: 3.7
Description: Police Bomb Squad Mini -Station
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number
Number of Units: 12
Line: 3.8
Description: Police Overtown Mini -Station
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Total: $
Total: $
Number of Units: 12 Total: $
Line: 3.9
Description: Police Marine Patrol - Miami Yacht Club
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Number of Units: 12 Total: $
Page 8 of 107
Phone Number:
Line: 3.10
Description: Police David Herring Center
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 3.11
Number of Units: 12
Description: Police N.E. Mini -Station
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 3.12
Description: Police Auto Pound
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
'_Number of Units: 12
Total: S
Total: S
Number of Units: 12 Total: $
Page 9 of 107
Line: 3.13
Description: Police Internal Affairs
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Number of Units: 12 Total: $
Line: 3.14
Description: Police Bicycle Detail
Category: 91039-57
Unit of Measure: Month
Unit Price: S
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 3.15
Description: Police Fleet Trailer
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Number of Units: 12 Total: S
Number of Units: 12 Total: $
Page 10 of 107
Line: 3.16
Description: Police Downtown Mini -Station
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 3.17
Number of Units: 12 Total: $
Description: Police Mounted Stables
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 4
Number of Units: 12 Total: $
Description: Group 4: Class C Buldings - Fire Rescue Department
Line: 4.1
Description: Fire Training Center
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Number of Units: 12 Total: $
Page 11 of 107
Phone Number:
Line: 4.2
Description: Fire Headquarters Complex (includes Garage and Warehouse)
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 5
Number- of Units: 12 Total: $
Description: Group 5: Class C Buldings - Parks and Recreation Department
Line: 5.1
Description: Parks Operations Trailers
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 5.2
Number of Units: 12 Total: $
Description: Charles Hardley Park
Category: 91039-57
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Page 12 of 107
On Duty Supervisor Name:
On Duty Supervisor Mobile
Pbone:
Line: 5.3
Description: Jose Marti Park
Category: 91039-57
Unit of Measure: Month
Unit Price: S Number of Units: 12
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 5.4
Description: Virrick Park Gym
Category: 91039-57
Unit of Measure: Month
Unit Price: S Number of units: 12
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 5.5
Description: Jose Marti Park Gym
Category: 91039-57
Unit of Measure: Month
Unit Price: $ Number of Units: 12
On Duty Supervisor Name:
Total: $
Total: $
Total: $
Page 13 of 107
On Duty Supervisor Mobile
Phone Number:
Line: 5.6
Description: Grapeland Heights Water Park
Category: 91039-57
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
On Duty Supervisor Name:
On Duty Supervisor- Mobile
Phone Number:
Price per Day for Optional
Evening Shift Service
(scheduled daily but may be
canceled with a minimum of 2
hours notice)
Line: 5.7
Description: Little Haiti Cultural Center
Category: 91039-57
Unit of Measure: Month
Unit Price: $ Number- of Units: 12 Total: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 5.8
Description: Little Haiti Cultural Center - Cleaninig services on an as -requested basis
Category: 91039-57
Unit of Measure: Job
Unit Price: $ Number of Units: Total: $
Page 14 of 107
Line: 5.9
Description: Sandra de Lucca Development Center
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 6
Number of Units: 12 Total: $
Description: Group 6: Class C Buildings - Public Facilities Department
Line: 6.1
Description: Manuel Artime Community Center
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 6.2
Number of Units: 12 Total: $
Description: Manuel Artime Communit}, Center - Cleaining services on an as -requested basis - Up
to 2 hours
Category: 91039-57
Unit of Measure: Job
Unit Price: $
Number of Units: Total: $
Page 15 of 107
Line: 6.3
Description: Manuel Artime Community Center - Cleaning services on an as -requested basis - 2-5
hours
Category: 91039-57
Unit of Measure: Job
Unit Price: $
Line: 6.4
Description: Dinner Key Marina
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 6.5
Number of Units
Number of Units: 12
Total: $
Total: $
Description: Miamarina at Bayside (includes Pier 5 Fisherman's Wharf)
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 6.6
Number of Units: 12 Total: $
Description: Marine Stadium Marina
Page 16 of 107
Category: 91039-57
Unit of Measure: Month
Unit Price: S
On Duty Supervisor Name:
On Duty Supervisor- Mobile
Phone Number:
Number of Units: 12 Total: $
Line: 7
Description: Group 7: Class C Buildings - NET Department
Line: 7.1
Description: NET Upper Eastside
Category: 91039-57
Unit of Measure: Month
Unit Price: S
On Duty Supervisor Name:
On Duty Supervisor- Mobile
Phone Number:
Line: 7.2
Number of Units: 12 Total: S
Description: NET Little HaitUEdisonlLittle River
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.3
Number of Units: 12 Total: S
Page 17 of 107
Description: NET Model City
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.4
Number of Units: 12
Description: NET Wynwood/Edgewater
Category: 91039-57
Unit of Measure: Month
Unit Price: S
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.5
Description: NET Allapattah
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.6
Description: NET Overtown
Number of Units: 12
Total: S
Total: $
Number of Units: 12 Total: $
Page 18 of 107
Category: 91039-57
Unit of Measure: Month
Unit Price: S
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.7
Description: NET Downtown
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.8
Description: NET West Flagler
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.9
Description: NET Flagami
Category: 91039-57
Number of Units: 12 Total: S
Number of Units: 12 Total: $
Number of Units: 12 Total: $
Page 19 of 107
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.10
Description: NET Coral "'ay
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.11
Number of Units: 12 Total: $
Number of Units: 12 Total: $
Description: NET North/East Coconut Grove
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Phone
Number:
Line: 7.12
Number of Units: 12 Total: $
Description: NET South/West Coconut Grove
Category: 91039-57
Unit of Measure: Month
Page 20 of 107
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 7.13
Description: NET Little Havana
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 8
Number of Units: 12 Total: $
Number of Units: 12 Total: $
Description: Group 8: Class C Building - Code Enforcement
Line: 8.1
Description: Central and North Code Enforcement Office
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 9
Number of Units: 12 Total: $
Description: Group 9: Class C Buildings - Public Works Department
Page 21 of 107
Line: 9.1
Description: Operations Trailers
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Number of Units: 12 Total: $
Line: 10
Description: Group 10: Class C Building - Solid Waste Department
Line: 10.1
Description: Solid Waste Building
Category: 91039-57
Unit of Measure: Month
Unit Price: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Number of Units: 12 Total: $
Line: 11
Description: Group 11: Class C Building - Homeless Assistance Office
Line: 11.1
Description: Homeless Assistance Office
Category: 91039-57
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Page 22 of 107
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone:
Line: 12
Description: Group 12: Class C Buildings - General Services Administration
tn
Line: 12.1
Description: Administration Building
Category: 91039-57
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 12.2
Description: Communications Complex
Category: 91039-57
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 12.3
Description: Property Maintenance
Category: 91039-57
Unit of Measure: Month
Page 23 of 107
Unit Price: $ Number of Units: 12 Total: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Line: 12.4
Description: Communications Warehouse
Category: 91039-57
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
On Duty Supervisor Name:
On Duty Supervisor Mobile
Phone Number:
Page 24 of 107
Invitation for Bid (IFB) 106061,9
Table of Contents
Teensand Conditions ........................................................ ................................... ........................................
27
1. General Conditions ......... .... ............................................ ......... ......... ...........................................
27
1.1. GENERAL TERMS AND CONDITIONS ............................................................................
. )7
2. Special Conditions .............................................................................................................................
46
2.1. PURPOSE .......................................................................................... ....................................
46
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION............................................................................................
46
2.3. PRE-BID CONFERENCE ........ .............................................................................................
46
2.4. VOLUNTARY SITE INSPECTIONS ....................................................................................
46
2.5. TERM OF CONTRACT .........................................................................................................
47
2.6. NON -APPROPRIATION OF FUNDS ..... ..................................... .............. ........................
47
2.7. LIVING WAGE ORDINANCE .............. .....................................................................
........ 47
2.8. EQUITABLE ADJUSTMENT ....................................................... ............. _ .......................
47
2.9. METHOD OF AWARD ......................................... ..................................... .........................
48
2.10. BIDDER'S MINIMUM QUALIFICATIONS ......................................................................
48
2.11. INSURANCE REQUIREMENTS . ...... ................................................................................
48
2.12. BUILDING CLASSIFICATIONS ........................................................................................
49
2.13. SERVICE DELIVERABLES ...............................................................................................
50
2.14. PERFORMANCE .... ......................................................................................... ......
........... 50
2.15. PERSONNEL ........................................................................................................................
51
2.16. BACKGROUND INVESTIGATION ................................. .......... ..................................
51
2.17. EMPLOYEE IDENTIFICATION / MONITORING OF WORK ........................................51
2.18. APPAREL .............................................................................................................................
51
2.19. MINIMUM WORK .......................................... _ ... ............................ ................................
52
2.20. LABOR, SUPERVISION, MATERIALS, AND EQUIPMENT .........................................52
2.21. FAILURE TO PERFORM .................................................................. ................................
32
2.22. INVOICING ........ ...... .......................................................... ..............................................
52
2.23. METHOD OF PAYMENT ...................................................................................................
52
2.24. BID PRICE ...........................................................................................................................
53
2.25. COMPLETED WORK .........................................................................................................
53
2.26. ADDITION S/DELETIONS OF FACILITIES/ITEMS/PRODUCTS ..................................53
2.27. AUTHORIZATION TO PERFORM WORK OUTSIDE OF SPECIFICATIONS .............53
2.28. CONTRACT ADMINISTRATORS .........................................................................
........... 53
2.29. LEGAL HOLIDAYS ............................................................................................................
54
2.30. SUPERVISION ..................... ........ ......................................................................................
54
2.31. WEEKLY REVIEW MEETINGS ...................................................................................
.... 55
2.32. TIE BIDS .............. ............................ ...... ...........................................................................
55
2.33, LIQUIDATED DAMAGES .................................................................................................
55
2.34. DAMAGES TO PUBLIC/PRIVATE PROPERTY ........................................... ..................
55
2.35. REFERENCES ....... ........................ ......... _ ......... ................ _ ..... .......... ......... ............
56
2.36. FORCE MAJEURE ..............................................................................................................
56
2.37. REPORTING DAMAGES CAUSED BY THE SUCCESSFUL BIDDER AND
PAYMENT................................. _ .................................................................................................
56
2.39. INDEPENDENT BIDDER ... ................................................................................................
56
2.39. SMOKING AND UNSAFE ACTS......................................................................................
56
2.40. SAFETY ............... ...............................................................................................................
56
2.41. ADDITIONAL EQUIPMENT / TOOLS .........................................................................
.... 57
2.42. WATER EXTRACTION ......................................................................................... ............
57
2.43. SANITARY NAPKIN DISPENSER ....................................................................................
57
2,44. RESPONSIBILITY FOR FACILITY ACCESS CARDS ........... ................ _ ...... ...............
57
2.45. INVENTORY OF EQUIPMENT ................... _ ... ... ...........................................................
57
2.46. QUALITY OF WORK .........................................................................................................
57
2.47. STORAGE AREAS ..............................................................................................................
58
2.48. SCAVENGING ... __ ......... __ ................................................................................................
58
2.49. INSPECTION.......................................................................................................................
58
Page 25 of 107
Invitation for Bid (IFB) 106061,9
2.50. TERMINATION...................................................................................................................58
2.51. GIFTS...................................................................................................................................59
2.52. EMERGENCY AND CONTACT INFORMATION...........................................................59
2.53. PRIMARY CLIENT (FIRST PRIORITY)...........................................................................59
2.54. USE OF ENVIRONMENTALLY PREFERRABLE PRODUCTS.....................................59
2.55. ADDITIONAL TERMS AND CONDITIONS....................................................................60
2.56. SUPPLIES.............................................................................................................................60
Specifications....................................................................................................................................61
3.1. SPECIFICATIONS/SCOPE OF WORK................................................................................61
Page 26 of 107
Invitation for Bid (IFB) 106061,9
Terms and Conditions
1. General Conditions
1.1. GENERAL TERMS AND CONDITIONS
Intent: The General Tenns and Conditions described herein apply to the acquisition of
goods/equipment/services with an estimated aggregate cost of 525,000.00 or more.
Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals,
Request for Qualifications, or Request for Letters of Interest pursuant to the City of
Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be
defined in the same manner herein.
LL ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this
formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and
actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with
the terns herein and be fully in accordance with specifications and of the highest quality. In the event the
goods/equipment supplied to the City are found to be defective or does not conforn to specifications, the
City reserves the right to cancel the order upon written notice to the Contractor and return the product to the
Contractor at the Contractor's expense.
1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall
be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon
issuance by the City of a purchase order.
1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or
parts of after opening/closing date and request re -issuance on the goods/services described in the formal
solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected
bidders/proposers and make available a written explanation for the rejection. The City also reserves the
right to reject the response of any bidder/proposer who has previously failed to properly perform under the
terns and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a
position to perforin the requirements defined in this formal solicitation. The City further reserves the right
to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its
discretion, re -issue this fonnal solicitation.
1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are
available at the City's website at: http://www.ci.miami.fl.us/procurement
1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate
response from the same Bidder/Proposer for the same fonnal solicitation; provided, that the alternate
response offers a different product that meets or exceeds the formal solicitation requirements. In order for
the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet forn
and shall mark "Alternate Response", Alternate response shall be placed in the same response. This
provision only applies to fort -nal solicitations for the procurement of goods, services, items, equipment,
materials, and/or supplies.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise
dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's
prior written consent.
1.7. ATTORNEY'S FEES- In connection with any litigation, mediation and arbitration arising out of this
Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through
and including appellate litigation and any post -judgment proceedings.
1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to
provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any
books, documents, papers, and records of Contractor which are directly pertinent to this fort -nal solicitation,
for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall
maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for
Page 27 of 107
Invitation for Bid (IFB) 106061,9
three (3) years after the City makes final payment and all other pending matters are closed. Contractor's
failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract
by the City.
1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not-for-profit or
quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all
goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s)
established herein, when pennissible by federal, state, and local laws, rules, and regulations.
Each Governmental, not-for-profit or quasi-govermnental entity which uses this formal solicitation and
resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its
own purchase orders, be invoiced there from and make its own payments, detennine shipping terms and
issue its own exemption certificates as required by the successful bidder(s)/proposer(s).
1.10. AWARD OF CONTRACT:
A. The Formal Solicitation, Bidder's./Proposer's response, any addenda issued, and the purchase order shall
constitute the entire contract, unless modified in accordance with any ensuing contract/agreement,
amendment or addenda.
B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or
designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference
to Businesses with Drug -Free Workplace Programs.
C. The award of this contract may be preconditioned on the subsequent submission of other documents as
specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its
contractual obligation if such documents arc not submitted in a timely manner and in the form required by
the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action
taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may
accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to
the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution
from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or
increased costs sustained as a result of the Bidder's/Proposer's default.
D. The term of the contract shall be specified in one of three documents which shall be issued to the
successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or
contract award sheet.
E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120)
calendar days beyond the stated contract term in order to provide City departments with continual service
and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised,
the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price,
terms and conditions for a specific number of days. Additional extensions over the first one hundred
twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual
agreement of such extensions.
F. Where the contract involves a single shipment of goods to the City, the contract tern shall conclude
upon completion of the expressed or implied warranty periods.
G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis,
or such combination as shall best serve the interests of the City unless otherwise specified.
H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Cormlission based upon
the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City
reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is
determined to be in the�City's best interests. Such agreement will be furnished by the City, will contain
certain terns as are in the City's best interests, and will be subject to approval as to legal form by the City
Attorney.
1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized
surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the
amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check
or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it
is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award
Page 28 of 107
Invitation for Bid (IFB) 106061,9
contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the
right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful
biddcrs/proposers within ten (10) days after the award and successful bidders/proposer's acceptance of
award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract
has been awarded, all bid deposits will be returned on demand.
Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program by
contacting the Minority/Women Business Affairs office.
1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and
submitted accordingly.
1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement
and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the
annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be
considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the
next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may
be rejected.
1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any
manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of
establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only.
When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is
added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response,
complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the
City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of
equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be
requested if the proposed brand is other than specified by the City. Such samples are to be furnished after
formal solicitation opening/closing only upon request of the City. If samples should be requested, such
samples must be received by the City no later than seven (7) calendar days after a formal request is made.
1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its
opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all
prospective bidders/proposers and make available a written explanation for the cancellation.
1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm
makes, or prepares to make, in order to deliver/perfonn the goods/services required by the City, is a
business risk which the contractor must assume. The City will not be obligated to reimburse amortized or
unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has
been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall
not have any claim upon the City.
1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City
be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to
any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction
or other legal or equitable proceedings or on account of any delay for any cause over which the City has no
control.
1.18. COLLUSION—Bidder,Troposer, by submitting a response, certifies that its response is made without
previous understanding, agreement or connection either with any person, firm or corporation submitting a
response for the same items/services or with the City of Miami's Purchasing Department or initiating
department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other
illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of
Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the
City reserves the right to reject any and all bids/responses where collusion may have occurred.
1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that
contracts between private entities and local governments are subject to certain laws and regulations,
including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor
agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect
the goods or equipment offered, including but not limited to:
A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client
Page 29 of 107
Invitation for Bid (IFB) 106061,9
because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following:
employment practices, rate of pay or other compensation methods, and training selection.
B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation.
C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes.
D. Mmority/Women Business Affairs Enterprise (M/WBE) City Ordinances No. 10062, 10538, 11272; as
amended, as applicable to this Formal Solicitation.
E. Environment Protection Agency (EPA), as applicable to this Fon-nal Solicitation.
F. Uniform Commercial Code (Florida Statutes, Chapter 672).
G. Americans with Disabilities Act of 1990, as amended.
H. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
I. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
J. City Procurement Ordinance City Code Section 18, Article III.
K. Conflict of Interest, City Code Section 2-611;61.
L. Cone of Silence, City Code Section 18-74.
M. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment.
N. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Fonnal Solicitation.
Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a
condition precedent to the execution of service contracts including professional services.
Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility.
Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds
for termination of contract(s).
Copies of the City Ordinances may be obtained from the City Clerk's Office.
1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is
imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City
Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be
applicable only to Contracts for the provision of goods and services and public works or improvements for
amounts greater than 5200,000. The Cone of Silence prohibits any commmunication regarding RFPs, RFQs,
RFLI or IFBs (bids) between, among others:
Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff
including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City
Commissioners, or their respective staffs and any member of the respective selection/evaluation committee.
The provision does not apply to, among other communications:
oral corrmiunications with the City purchasing staff regarding Minority/Women Business Enterprise
(M/WBE) and local vendor outreach programs; oral comtmunications, provided the communication is
limited strictly to matters of process or procedure already contained in the formal solicitation document; the
provisions of the Cone of Silence do not apply to oral communications at duly noticed site
visits/inspections, pre -proposal or pre-bid conferences, oral presentations before selection/evaluation
committees, contract negotiations during any duly noticed public meeting, or public presentations made to
the Miami City Commission during a duly noticed public meeting; or cornmumcations in writing or by
email at any time with any City employee, official or rnember of the City Commission unless specifically
prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special
Conditions); or cormnunications in connection with the collection of industry convnents or the performance
of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff.
Proposers or bidders must file a copy of any written communications with the Office of the City Clerk,
which shall be made available to any person upon request. The City shall respond in writing and file a copy
with the Office of the City Clerk, which shall be made available to any person upon request. Written
communications may be in the form of e-mail, with a copy to the Office of the City Clerk.
Page 30 of 107
Invitation for Bid (IFB) 106061,9
In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or
bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent,
lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person
having personal knowledge of a violation of these provisions shall report such violation to the State
Attorney and/or may file a complaint with the Ethics Connnission. Proposers or bidders should reference
Section 18-74 of the City of Miami Code for further clarification.
This language is only a summary of the key provisions of the Cone of Silence. Please review City of
Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may
contact the City Clerk at 305-250-5360, to obtain a copy of same.
1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida
Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it
shall have no application when disclosure is required by Florida law or upon court order.
1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify
that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami
is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal
Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in
writing to the City. Further, you must disclose the name of any City employee who owns, directly or
indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm.
1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation
of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or
services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City
harmless from any and all liability, loss, or expense occasioned by any such violation.
1.24. COST INCURRED BY BIDDERIPROPOSER - All expenses involved with the preparation and
submission of Responses to the City, or any work performed in connection therewith shall be borne by the
Bidder(s)/Proposer(s).
1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107)
(a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective
Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after
consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a
Contractual Party, for the causes listed below, from consideration for award of city Contracts. The
debarment shall be for a period of not fewer than three years. The City Manager shall also have the
authority to suspend a Contractual Parry from consideration for award of city Contracts if there is probable
cause for debarment, pending the debarment determination. The authority to debar and suspend contractors
shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer
after approval by the City Manager, the city attorney, and the City Connnission.
(b) Causes for debarment or suspension. Causes for debarment or suspension include the following:
(1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a
public or private Contract or subcontract, or incident to the performance of such Contract or
subcontract.
(2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification
or destruction of records, receiving stolen property, or any other offense indicating a lack of business
integrity or business honesty.
(3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or
Proposals.
(4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to perform in
accordance with the terns and conditions of a Contract or to perform within the time limits provided in
a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be
considered a basis for debarment or suspension.
(5) Debarment or suspension of the Contractual Party by any federal, state or other governmental
entity.
Page 31 of 107
Imitation for Bid (IFB) 106061,9
(6) False certification pursuant to paragraph (c) below.
(7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which the violation remains noncompliant.
(8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which a civil penalty or fine is due and owing to the city.
(9) Any other cause judged by the City Manager to be so serious and compelling as to affect the
responsibility of the Contractual Party performing city Contracts.
(c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a
certification that neither the Contractual Party nor any of its principal owners or personnel have been
convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5).
(d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall
render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall
be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial
relief.
1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of
Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or
services to a public entity, may not submit a response on a contract with a public entity for the construction
or repair of a public building or public work, may not submit response on leases of real property to a public
entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract
with any public entity, and may not transact business with any public entity.
1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which
shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish
required documents, and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder/Proposer to meet any terns of this agreement, the City will notify
the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays
excluded) to remedy the default. Failure on the contractor's part to correct the default within the required
three (3) days shall result in the Contract being terminated and upon the City notifying in writing the
contractor of its intentions and the effective date of the termination. The following shall constitute default:
A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the
time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to
the degree specified in the Contract.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to
ensure timely completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as
nonconforming with the terms of the Contract.
E. Becoming insolvent, being declared bankrupt, or cotmmitting any act of bankruptcy or insolvency, or
making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the
successful Bidder/Proposer incapable of performing the work in accordance with and as required by the
Contract.
F. Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred by the City as a result of a default or a default incurred beyond the time
limits stated, together with the cost of completing the work, shall be deducted from any monies due or
which may become due on this Contract.
1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it
is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is
one which follows the requirements of the formal solicitation, includes all documentation, is submitted in
the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as
required on each document. Failure to comply with these requirements may deem a Response
Page 32 of 107
Invitation for ,Bid (IFB) 106061,9
non-responsive.
1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the
response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms
and Conditions. Price discounts off the original prices quoted in the response will be accepted from
successful Bidder(s)/Proposer(s) during the tern of the contract. Such discounts shall remain in effect for
a minimum of 120 days from approval by the City Cotmnission Any discounts offered by a manufacturer
to Bidder/Proposer will be passed on to the City.
1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors. or ambiguities in
the Formai Solicitation or addenda (if any) should be reported in writing to the City's Purchasing
Department Should it be found necessary, a written addendum will be incorporated in the Fo final
Solicitation and will become part of the purchase agreement (contract documents). The City will not be
responsible for any oral instructions, clarifications, or other communications.
A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving
precedence to the following documents, the first of such list being the governing documents.
1) Addenda (as applicable)
2) Specifications
3) Special Conditions
4) General Terns and Conditions
1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency
or disaster situation, the successful vendor shall provide the City with the commodities/services defined
within the scope of this formal solicitation at the price contained within vendor's response. Further,
successful vendor shall deliver/perform for the city on a priority basis during such times of emergency.
1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this
City of Miami Fon-nal Solicitation and specifically this General Conditions Section, Contractor's Response
and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs,
RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect
to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any,
made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or
changes any of the terns and conditions contained in the Formal Solicitation and/or Response, the Formal
Solicitation and then the Response shall control. This Contract may be modified only by a written
agreement signed by the City of Miami and Contractor,
1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your
guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the
contract period. The City is not obligated to place an order for any given amount subsequent to the award
of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most
advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities
at the prices bid/proposed or at lower prices in this Formal Solicitation.
1.34. EVALUATION OF RESPONSES
A.Rejection of Responses
The City tnay reject a Response for any of the following reasons:
1) Bidder/Proposer fails to acknowledge receipt of addenda;
2) Bidder/Proposer mistates or conceals any material fact in the Response ;
3) Response does not conform to the requirements of the Formal Solicitation;
4) Response requires a conditional award that conflicts with the method of award;
5) Response does not include required samples, certificates, licenses as required; and,
6) Response was not executed by the Bidder's/Proposer(s) authorized agent.
The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may
reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best
interest of the City.
B. Elimination From Consideration
Page 33 of 107
Invitation for Bid (IFB) 106061,9
1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or
contract, or which is a defaulter as surety or otherwise upon any obligation to the City.
2) A contract may not be awarded to any person or fine which has failed to perform under the terms and
conditions of any previous contract with the City or deliver on time contracts of a similar nature.
3) A contract may not be awarded to any person or firm which has been debarred by the City in
accordance with the City's Debarment and Suspension Ordinance.
C. Determination of Responsibility
1) Responses will only be considered from entities who are regularly engaged in the business of providing
the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to
demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material,
equipment, facility, personnel resources, and expertise to meet all contractual requirements. The tens
"equipment and organization" as used herein shall be construed to mean a fully equipped and well
established entity in line with the best industry practices in the industry as detennined by the City.
2) The City may consider any evidence available regarding the financial, technical and other qualifications
and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other
goverurnental entity in making the award.
3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an
authorized representative of a manufacturer or supplier which is the actual source of supply, if required by
the Formal Solicitation.
1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS -
Exceptions to the specifications shall be listed on the Response and shall reference the section. Any
exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered
non-responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non-responsive; and, if
exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating
negotiations.
1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices
quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery
costs and charges included in the bid/proposal price, unless otherwise specified in this Formal
Solicitation. Failure to do so may be cause for rejection of bid/proposal.
1.37. FIRM PRICES - The bidder/proposer warrants that prices, terns, and conditions quoted in its
response will be firm throughout the duration of the contract unless otherwise specified in the Formal
Solicitation. Such prices will remain firm for the period of perfonance or resulting purchase orders or
contracts, which are to be performed or supplied over a period of time.
1.38. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105)
(a) The Coimnission approves implementation of the first -source hiring agreement policy and requires
as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants
and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring
agreements between the organization or individual receiving said contract and the authorized representative
unless such an agreement is found infeasible by the city manager and such finding approved by the City
Commission at a public hearing.
(b) For the purpose of this section, the following tens, phrases, words and their derivations shall have
the following meanings:
Authorized representative means the Private Industry Council of South Florida/South Florida Employment
and Training Consortium, or its successor as local recipient of federal and state training and employment
funds.
Facilities means all publicly financed projects, including but without limitation, unified development
projects, municipal public works, and municipal improvements to the extent they are financed through
public money services or the use of publicly owned property.
Grants and loans means, without limitation, urban development action grants (UDAG), economic
development agency construction loans, loans from Miami Capital Development, Incorporated, and all
federal and state grants administered by the city.
Page 34 of 107
Invitation for Bid (IFB) 106061,9
Service contracts means contracts for the procurement of services by the city which include professional
services.
Services includes, without limitation, public works improvements, facilities, professional services,
commodities, supplies, materials and equipment.
(c) The authorized representative shall negotiate each first -source hiring agreement.
(d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city
training and employment programs, and other residents of the city.
1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24,
states that employers shall pay employee wages no less than the minimum wage for all hours worked in
Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and
comply with this Florida constitutional minimum wage requirement and pay its employees the current
established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using
the consumer price index for urban wage earners and clerical workers, CPI -W, or a successor index as
calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall
be determined and published by the Agency Workforce Innovation on September 30th of each year and
take effect on the following January 1st.
At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full
responsibility to detennine whether any of its employees may be impacted by this Florida Law at any given
point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s),
job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of
submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that
the Florida Minimum Mage Law will not impact its prices throughout the ternn of contract and waiver of
any contractual price increase request(s). The City reserves the right to request and successful
bidder/proposer must provide for any and all information to make a wage and contractual price increase(s)
determination.
1.40 CITY OF MIAMI LIVING WAGE ORDINANCE- The City of Miami adopted a living wage
ordinance for city service contracts awarded by the city containing a total contract value exceeding
$100,000 annually for the following sen ices: food preparation and/or distribution; security services;
routine maintenance services such as custodial, cleaning, computers, refuse removal, repair, refinishing and
recycling; clerical or other non -supervisory office work, whether temporary or permanent; transportation
and parking services; printing and reproduction services; landscaping, lawn, and or agricultural services.
If this solicitation requires the aforementioned services, effective on ,April 1, 2008, contractors must pay
its' employees a living wage no less than SI 1.21 an hour with a health benefit plan and not less than S 12.46
an hour without health benefits, which shall be adjusted annually by no later than April 1 st following the
publication of the U.S Department of Health and Human Services Poverty Guidelines, as published from
time to time.
A service contractor is defined as any "for profit" individual, business entity, corporation, partnership,
limited liability company, joint venture, or similar business: (1) Paid in whole or part from one or more of
the city's general funds, capital project funds, special revenue funds, or any other funds either directly or
indirectly, whether by competitive bid process, informal bids, requests for proposals, some form of
solicitation, negotiation, or agreement, or any other decision to enter into a contract; and, (2) The set -vice
contractor is engaged in the business of, or part of, a contract or a subcontract to provided covered services,
either directly or indirectly, for the benefit of the city. This does not aply to contracts related primarily to
the sale of products or goods.
The service contractor, prior to entering any such contract, must certify to the city that it will pay each of
its covered employees no less than the living wage. A copy of this certificate must be made available to the
public upon request. The certificate, at a minimum, must include the following:
(1) The name, address, and phone number of the employer, a contact person, and the specific project for
which the service contract is sought;
(2) The amount of the service contract and the city department the contract will serve.
(3) A brief description of the project or service provided;
(4) A statement of the wage levels for all covered employees; and
Page 35 of 107
Invitation for Bid (IFB) 106061,9
(5) A commitment to pay all covered employees the living wage.
A copy of the Iiving wage rate shall be kept posted by the service contractor at the site of the work in a
prominent place where it can easily be seen and read by the covered employees and shall be supplied to
such employees within a reasonable time after a request to do so. Additionally, service contractors shall
furnish a copy of the requirements of the City of Miami Living Wage Ordinance to any entity submitting a
bid for a subcontract on any service contract subject to this article. Posting requirements will not be
required where the service contractor prints the following statements on the front of the covered employee's
first paycheck and every six months thereafter. "You are required by the City of Miami Living Wage
Ordinance to be paid a Living Wage. If you do not believe you being paid at the Living Wage rate, contact
your employer, an attorney, or the City of Miami." All notices will be printed in English, Spanish and
Creole.
Service Contractors and their subcontractors agree to produce all documents and records relating to payroll
and compliance this Ordinance. Each service contractor shall maintain payroll records for all covered
employees and basic records relating thereto and shall preserve them for a period of three (3) years from
the date of termination or expiration of the service contract. The records shall contain:
(1) The name and address of each covered employee;
(2) The job title and classification;
(3) The number of hours worked each day;
(4) The gross wages earned and deductions made;
(5) Annual wages paid;
(6) A copy of the social security returns and evidence of payment thereof;
(7) A record of fringe benefit payments including contributions to approved plans; and
(8) Any other data of information the city require from time to time.
Every six months, the service contractor shall file with the city's procurement director a Listing of all
covered employees together with a certification of compliance with this article. Upon request from the
city, the service contractor shall produce for inspection and copying its payroll records for any or all of its
covered employees for any period covered by the service contract. The city may examine payroll records as
needed to ensure compliance.
Failure to comply with the City of Miami Living Wage Ordinance may result in legal action by the
covered employee or former covered employee as allowed by Florida Law, court impose sanctions, city
impose sanctions, such as pay wage restitution, impose monetary damages, suspension or tennination of
payment, termination of contract, and debarment.
Please review City of Miami Code Section 18-556 through Section 18-559 for a complete and thorough
description of the City of Miami Living Wage.
1.41. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by
the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this
Contract shall take place in Miami -Dade County, Florida.
1.42. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been
inserted for convenient reference only and shall not in any manner be construed as modifying, amending or
affecting in any way the expressed terms and provisions hereof.
1.43. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any
person or entity that perforins or assists the City of Miami with a function or activity involving the use or
disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI)
shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City
of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards,
which include but are not limited to:
A. Use of information only for performing services required by the contract or as required by lave;
B. Use of appropriate safeguards to prevent non-pennitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to
Page 36 of 107
Invitation for Bid (IFB) 106061,9
the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential;
E. Making Protected Health Information (PHI) available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments
requested by the customer,
G. Making PHI available to the City of Miami for an accounting of disclosures; and
H. Making internal practices, books and records related to PHI available to the City of Miami for
compliance audits.
PHI shall maintain its protected status regardless of the form and method of transmission (paper records,
and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its
privacy information practices including specifically, a description of the types of uses and disclosures that
would be made with protected health information.
1.44. INDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all
the City's agents, officers and employees from and against all charges or claims resulting from any bodily
injury, loss of life, or damage to property from any act, omission or neglect, by itself or its employees; the
Contractor shall become defendant in every suit brought for any of such causes of action against the City or
the City's officials, agents and employees; the Contractor shall further indemnify City as to all costs,
attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting
investigation.
1.45. INFORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all
information requested in the spaces provided in the Fon-nal Solicitation. Further, as may be specified
elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical
specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered.
Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this
provision.
1.46. INSPECTIONS - The City may, at reasonable times during the tern hereof, inspect Contractor's
facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods
and/or services required to be provided by the Contractor under this Contract conform to the terms and
conditions of the Formai Solicitation. Contractor shall make available to the City all reasonable facilities
and assistance to facilitate the performance of tests or inspections by City representatives. All tests and
inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance
No. 12271 (Section 18-79), as same may be amended or supplemented from time to time.
1.47. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation
will not be made available until such time as the City provides notice of a decision or intended decision or
within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and maybe
furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation.
Tabulations also are available on the City's Web Site following recommendation for award.
1.48. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor,
shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of
coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled
"Insurance Requirements". The City shall be listed as an "Additional Insured."
Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the
insurance certificate is received within the specified time frame but not in the manner prescribed in this
Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5)
calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required
insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after
receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall
not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from
submitting future responses to the City. Information regarding any insurance requirements shall be directed
to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami,
Florida 33130, 305-416-1604.
The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in
conjunction with this Section remain in effect for the duration of the contractual period; including any and
all option tens that may be granted to the Bidder/Proposer.
Page 37 of 107
Invitation for Bid (IFB) 106061,9
1.49. INVOICES - Invoices shall contain purchase order number and details of goods and/or services
delivered (i.e% quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida
Statutes (Prompt Payment Act).
L50. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer, to a
responsible and responsive bidder/proposer, who maintains a Local Office, the opportunity of accepting a
bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten
percent (10%) in excess of the lowest other responsible and responsive bidder/proposer.
1.51. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from
bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal.
Failure to provide such certification may result in the rejection of bid/proposal or termination of
contract/agreement, for which the bidder/proposer must bear full liability.
1.52. MINORITYA IOMEN PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, titled
the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami, Florida, sets
forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures
for all goods and services to Black, Hispanic and Women minority business enterprises on an equal basis."
A minority business enterprise is defined as a business fine "...in which at least 51 percent of said
enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations
are controlled by one or more Blacks, Hispanics or Women."
To achieve the goal established by these Ordinances, participation in providing goods and services to the
City by minorities is being encouraged in a number of ways. All bidders/proposers doing business with the
City are encouraged to include the participation of minority firms in their response. In evaluating
bids/proposals for determination of awards, minority participation may be a factor. Failure to adequately
involve minority Finns may be a basis for rejecting any and all responses.
Possible ways to include minority participation would involve:
A. Joint venture with a minority firm(s)
B. Utilizing minority firm(s) as subcontractor(s).
C. Utilizing minority finn(s) to supply goods and/or services.
D. Successful implementation of well defined affirmative action program.
E. Other forms of minority participation, if properly documented.
Successful bidder(s)/proposer(s) shall be required to establish an Affirmative Action Plan, if not, an
Affirmative Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date
of implementation must be indicated on the policy.
A "Minority Status Information Sheet" is provided to assist bidders/proposers in presenting information
concerning minority participation.
Minority and women -owned business firms are encouraged, but not required, to register with the City prior
to submitting a response. The Purchasing Department, Minority/Women Business Affairs Office, will
provide the necessary forms and instructions upon request. All bidders/proposers are urged to submit
responses for any goods or services that they are able to supply, regardless of minority classification.
However, compliance with all requests for information regarding Minority/Women Status or Participation
is required. Bidder's/Proposer's cooperation is greatly needed to aid the City in achieving its goal.
Bidders/Proposers may contact this Office at (305) 416-1913 for information.
1.53. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No
contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if
applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City
of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the
contract, purchase order or award sheet as appropriate.
1.54. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed
or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create
any other similar relationship between the parties.
1.55. NONCONFORMANCE TO CONTRACT CONDITION'S - Items may be tested for compliance
with specifications under the direction of the Florida Department of Agriculture and Consumer Services or
Page 38 of 107
Invitation for Bid (IFB) 106061,9
by other appropriate testing Laboratories as determined by the City. The data derived from any test for
compliance with specifications is public record and open to examination thereto in accordance with
Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and
returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in
the response and/or Purchase Order may result in bidder/proposer being found in default in which event
any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these
stipulations may also result in the suppliers name being removed from the City of Miami's Supplier's list.
1.56. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex,
color, age, religion, national origin, marital status, or disability in connection with its performance under
this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall
solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be
excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any
program or activity.
In connection with the conduct of its business, including performance of services and employment of
personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion,
disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be
afforded equal opportunity for employment.
1.57. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its
best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts
for these herein goods and/or services, and to make use of other competitively bid (governmental)
contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be
available.
It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of
the successful bidder(s)/proposer(s) to receive all orders that maybe generated by the City in conjunction
with this Formal Solicitation.
In addition, any and all commodities, equipment, and services required by the City in conjunction with
construction projects are solicited under a distinctly different solicitation process and shall not be purchased
under the tenns, conditions and awards rendered under this solicitation, unless such purchases are
determined to be in the best interest of the City.
1.58. OCCUPATIONAL LICENSE - Any person, Finn, corporation or joint venture, with a business
location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the
City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of
Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational
License Tax requirements. A copy of the license must be submitted with the response; however, the City
may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City
during the evaluation period, but prior to award.
1.59. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or
joint venture will be considered in response to this Formal Solicitation. When submitting an alternate
response, please refer to the herein condition for "Alternate Responses May Be Considered".
1.60. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents,
records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer
pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by
the Bidder/Proposer for any other purposes whatsoever without the written consent of the City.
1.61. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person
or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of
such provision to persons or circumstances other than those as to which it is held invalid shall not be
affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent
permitted by law.
1.62 PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a
Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred
percent (100°/x) of the contract price.
1.63. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
Page 39 of 107
Invitation for Bid (IFB) 106061,9
examine the specifications, required delivery, drawings, and all special and general conditions. All
bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink.
Failure to do so will be at the Bidder's/Proposer's risk.
A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The
Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address,
and telephone number on the face page and on each continuation sheet thereof on which he/she makes an
entry, as required.
B. if so required, the unit price for each unit offered shall be shown, and such price shall include
packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise
specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's
compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If
applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated
quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case
of a discrepancy between the unit price and extended price, the unit price will be presumed correct.
C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery cf goods
and/or services.
D. The Bidder/Proposer should retain a copy of all response documents for future reference.
E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in
ink with the finn's name and by an officer or employee having authority to bind the company or firm by
his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person
signing the response or the response may be rejected.
F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the
Successful Bidder'sTroposer's response may be included as part of the contract, at the City's discretion.
G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in
hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING
HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS,
UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE
RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON-RESPONSIVE.
1.64. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by
reason of market change or on the part of the contractor to other customers shall be passed on to the City of
Miami.
1.65. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's
product becomes unavailable during the term of the Contract, the Contractor awarded that item may
arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or
lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds
all quality requirements.
1.66. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITION'S -
Contractor represents and warrants to the City that it has not employed or retained any person or company
employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to
pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in
connection with, the award of this Contract.
1.67. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however,
discounts shall not be considered in detennining the lowest net cost for response evaluation purposes.
Bidders/Proposers are required to provide their prompt payment terns in the space provided on the Formal
Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for
the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is
understood and agreed that the terns shall be 2°io 20 days, effective after receipt of invoice or final
acceptance by the City, whichever is later.
When the City is entitled to a cash discount, the period of computation will continence on the date of
delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is
necessary due to damage, the cash discount period shall commence on the date final approval for payment
Page 40 of 107
Invitation for Bid (IFB) 106061,9
is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash
discount, the City is entitled to a cash discount with the period commencing on the date it is determined by
the City that a cash discount applies.
Price discounts off the original prices quoted on the Price Sheet will be accepted from successful
bidders/proposers during the tenu of the contract.
1.68. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such
property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City
of Miami. Damages to such property occurring while in the possession of the Contractor shall be the
responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami
shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total
loss, the Contractor shall be responsible for replacement value of the property at the current market value,
less depreciation of the property; if any.
1.69. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all
covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the
benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns.
1.70. 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 response on a contract to provide any
goods or services to a public entity, may not submit a response on a contract with a public entity for the
construction or repair of a public building or public work, may not submit responses 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.
1.71. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable
times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter
119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the
City and the public to all documents subject to disclosure under applicable law. Contractor's failure or
refusal to comply with the provision of this section shall result in the immediate cancellation of this
Contract by the City.
1.72. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All
materials used in the manufacturing or construction of supplies, materials, or equipment covered by this
solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality,
and of the highest grade of workmanship, unless as otherwise specified in this Solicitation.
1.73. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality
and.vorkinanship. Materials furnished to complete the service shall be new and of the highest quality
except as otherwise specified in this Solicitation.
1.74. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a
formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be
cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be
applicable, or revised to comply with the lav,.
1.75. RESOLUTION OF CONTRACT DISPUTES (See. 18-105)
(a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city
attorney, shall have the authority to resolve controversies between the Contractual Party and the city which
arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater
than $25,000, the City Commission must approve the City Manager's decision. Such authority extends,
without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of
complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City
Manager.
(b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall
promptly render a written report stating the reasons for the action taken by the City Commission or the City
Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the
protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting
Page 41 of 107
Invitation for Bid (IFB) 106061,9
party shall not be entitled to such judicial reliefwithout first having followed the procedure set forth in this
section.
1.76. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104)
(a) Right to protest. The following procedures shall be used for resolution of protested solicitations and
awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does
not exceed 525,000.
Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing.
1.Protest of'Solicitation.
L Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract
may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with
the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications
or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to
file a protest is considered filed when received by the Chief Procurement Officer; or
ii. Any prospective bidder who intends to contest the Solicitation Specifications or a. solicitation may
protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the
Chief Procurement Officer within three days after the solicitation is published in a newspaper of general
circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement
Officer.
2. Protest of Award.
i. Any actual proposer who perceives itself aggrieved in connection with the recommended award of
Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be
filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the
City Manager's recommendation for award of Contract. The receipt by proposer of such notice shall be
confined by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of
intent to file a protest is considered filed when received by the Chief Procurement Officer; or
H. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder
may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with
the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's
determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be
confinned by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of
intent to file a protest is considered filed when received by the Chief Procurement Officer.
iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer
within five (5) days after the date the notice of protest was filed. A written protest is considered filed when
received by the Chief Procurement Officer.
The written protest may not challenge the relative weight of the evaluation criteria or the formula for
assigning points in making an award determination.
The written protest shall state with particularity the specific facts and law upon which the protest of the
solicitation or the award is based, and shall include all pertinent documents and evidence and shall be
accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review
of the written protest and no facts, grounds, documentation or evidence not contained in the protester's
submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the
consideration of the written protest.
No time will be added to the above limits for service by mail. In computing any period of time prescribed
or allowed by this section, the day of the act, event or default from which the designated period of time
begins to run shall not be included. The last day of the period so computed shall be included unless it is a
Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is
neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be
excluded in the computation of the time for filing.
(b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the
approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief
Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting
party and shall submit said decision to the City Commission within 30 days after he/she receives the
Page 42 of 107
Invitation for Bid (IFB) 106061,9
protest. In cases involving more than S25,006, the decision of the Chief Procurement Officer shall be
submitted for approval or disapproval thereof to the City Conunission after a favorable recommendation by
the city attorney and the City Manager.
('c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a
protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the
Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of
such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek
judicial relief without first having followed the procedure set forth in this section
(d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the
requirements of this section, the city shall not proceed further with the solicitation or with the award of the
Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided
in subsection (b) above, unless the City Manager makes a written determination that the solicitation process
or the Contract award must be continued without delay in order to avoid an immediate and serious danger
to the public health, safety or welfare.
(e) Costs. All costs accruing from a protest shall be assumed by the protestor.
(f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or
cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed
Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which
may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by
the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded
to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee
shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by
subsection (e) above.
1.77. SAMPLES - Samples of items, when required, must be submitted within the time specified at no
expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples,
at their expense, within 30 days after notification. Failure to remove the samples will result in the samples
becoming the property of the City.
1.78. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell.,
assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations; or
assign any portion of the performance required by this contract, except under and by virtue of written
pennission granted by the City through the proper officials, which may be withheld or conditioned, in the
City's sole discretion.
1.79. SERVICE AND WARRANTY—When specified, the bidder/proposer shall define all warranty,
service and replacements that will be provided. Bidders/Proposer trust explain on the Response to what
extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable,
should be submitted with your response.
1.80. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any
supplemental specification as to any detail or the omission from it of detailed description concerning any
point shall be regarded as meaning that only the best commercial practices are to prevail and that only
materials of first quality and correct type, size and design are to be used. All workmanship and services is
to be first quality.
All interpretations of these specifications shall be made upon the basis of this statement.
If your firn has a current contract with the State of Florida, Department of General Services, to supply the
items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply
with this request will result in disqualification of bid/proposal.
1.81. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via
the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500
Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as
designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend
the solicitation closing; however, no award will be made at that time.
A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope,
box or package must show the hour and date specified for receipt of responses, the solicitation number and
Page 43 of 107
Invitation for Bid (IFB) 106061,9
title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the
requisite Response Forms may be rejected. Hardcopy responses received at any other location than the
specified shall be deemed non-responsive.
Directions to City Hall:
FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO US]. US] SOUTH TO 27TH AVE.,
TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR (3RD TRAFFIC LIGHT), TURN LEFT, l
BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN
AMERICAN DR. PARKING IS ON RIGHT.
FROM THE SOUTH: US I NORTH TO 27TH AVENUE, TURD' RIGHT, PROCEED SOUTH TO SO.
BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN
AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR, PARKING IS ON RIGEIT.
B. Facsimile responses will not be considered.
C. Failure to follow these procedures is cause for rejection of bid/proposal.
D. The responsibility for obtaining and submitting a response on or before the close date is solely and
strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by
the United States mail delivery or caused by any other occurrence. Responses received after the
solicitation closing date and time will be returned unopened, and will not be considered for award.
E. Late responses will be rejected.
F. All responses are subject to the conditions specified herein. Those which do not comply with these
conditions are subject to rejection.
G. Modification of responses already submitted will be considered only if received at the City before the
time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle
System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider
any subsequent submission which alters the responses.
H. If hardcopy responses are submitted at the same time for different solicitations, each response must be
placed in a separate envelope, box, or package and each envelope, box or package must contain the
information previously stated in 1.82.A.
1.82. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal
Govetnrnent. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers
should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for
the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08,
Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer.
1.83. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to tenninate
this contract by written notice to the contractor effective the date specified in the notice should any of the
following apply:
A. The contractor is determined by the City to be in breach of any of the terms and conditions of the
contract.
B. The City has determined that such termination will be in the best interest of the City to terminate the
contract for its own convenience;
C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is
contingent upon the availability of appropriate funds.
1.84 TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded
to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of
damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of
Miami.
Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection
and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable
law.
1.85. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this
Page 44 of 107
Invitation for Bid (IFB) 106061,9
solicitation, The City reserves the right to cancel such orders, or any part thereof, without obligation, if
delivery is not made within the time(s) specified on their Response. Deliveries are to be made during
regular City business hours unless otherwise specified in the Special Conditions.
1.86. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted
the goods/equipment or used the goods, whichever comes first.
1.87.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses
submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An
exception may be made for "trade secrets."
If the Response contains information that constitutes a "trade secret", all material that qualifies for
exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE
SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the
outside.
Please be aware that the designation of an item as a trade secret by you may be challenged in court by any
person. By your designation of material in your Response as a "trade secret" you agree to indenmify and
hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and
attorney's fees incurred by the City by reason of any legal action challenging your claim.
1.88. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified
Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a
change order or purchase order is issued and received by the Contractor. The qualified
Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the
contract or any work performed by an employee not otherwise previously authorized.
1.89. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other
publicity purposes. No advertising, sales promotion or other publicity materials containing information
obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express
written permission of the City Manager or the City Commission.
1.90. VARIATION'S OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers
must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If
variations are not stated on their Response, it will be assumed that the product fully complies with the
City's specifications.
Page 45 of 107
Invitation for Bid (IFB) 106061,9
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for the provision of custodial and janitorial
services to various City of Miami facilities, as specified herein, from a source(s) of supply that will give
prompt and efficient service fully compliant with the terms, conditions and stipulations of the solicitation.
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the
Purchasing Department, Attn: Charles F. Johnson; fax: (305) 416-1925 or
email: chjohnson@miamigov.com. The solicitation title and number shall be referenced on all
correspondence. All questions must be received no later than Friday, January 30, 2009. All responses to
questions will be sent to all prospective bidders/proposers in the form on an addendum. NO QUESTIONS
WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE.
2.3. PRE-BID CONFERENCE
A Mandatory pre-bid conference will be held on Wednesday January 14, 2009 at 2:00 pm, at Miami
Riverside Center (MRC) 444 S.W. 2 Avenue. I st Floor Training Room. Miami, Florida 33130 (Training
room is located behind the Employment Counter). Bidder's failure to attend shall deern any bid from the
same as non-responsive. At that conference all work will be discussed and all questions answered. No
questions will be answered except at the pre-bid conference.
Bidders who arrive more than one-half (1/2) hour late at the initial Conference at Wednesday January 14,
2009 at 2:00 pm, shall not be deemed as having met this mandatory requirement.
2.4. VOLUNTARY SITE INSPECTIONS
The sites listed in Section 3.0, Specifications, will be available for inspection (by appointment) following
the initial mandatory pre-bid meeting. The bidder may visit the site of the proposed work to become
familiar with any conditions, which may in any manner, affect the work to be done or affect the equipment,
materials and labor required.
The bidder is also required to examine carefully the specifications and be thoroughly informed regarding
any and all conditions and requirements that may in any manner affect the work to be performed under the
contract. No additional allowances will be made because of lack of knowledge of these conditions.
For a site visitation appointment, please contact the Contract Administrator assigned to the site:
GROUP Ii Class A Building - General Services Administration (GSA)
MRC - Jose Velazquez - (305) 416-1465
GROUP 2: Class B Buildings - GSA and Police Department
City Hall - Chuck Postis - (305) 329-4736
Police Administration Building - Officer Martin Garcia - (305) 603-6146
GROUP 3: Class C Buildings - Police Department
Officer Martin Garcia - (305) 603-6146
GROUP 4: Class C Buildings - Fire -Rescue Department
Chief Allen Joyce - (305) 416-5406
GROUP 5: Class C Buildings - Parks and Recreation Department
Maria Perez - (305) 416-1314
GROUP 6: Class C Buildings - Public Facilities Department
Manuel Artime Community Center: Lil,ia Varas (305) 575-5057
Page 46 of 107
Invitation for Bid (IFB) 106061,9
Dinner Key Marina, Miamarina at Bayside, and Marine Stadium Marina: Stephen H. Bogner (305)
579-6950
GROUP 7: Class C Buildings - Net Offices
Berta Davis - (305) 416-2017
GROUP S: Class C Building - Code Enforcement
Frank Marcos - (305) 416-2099
GROUP 9: Class C Building - Public Works Department
Lauren Richmond - (305) 960-2872
GROUP 10: Class C Building - Solid Waste Department
Joe Tang - (305) 960-2813
GROUP 11: Class C Building - Homeless Assistance Center
Sergio Torres (305) 576-9900, ext. 233
GROUP 12: Class C Buildings - General Services Administration
Thomas Barr (305) 329-4858
2.5. TERM OF CONTRACT
The Contract shall commence upon the date of notice of award and shall be effective for two (2) years with
the option to extend for three (3) additional one (1) year periods, subject to the availability of funds for
succeeding fiscal years.
Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This
prerogative will be exercised only when such continuation is clearly in the best interest of the City.
2.6. NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in
any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or
his assignee of such occurrence, shall have the unqualified right to terminate the contract without any
penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any
project(s) will be awarded to any firm(s).
2.7. LIVING WAGE ORDINANCE
The City of Miami Living Wage Ordinance is applicable to this service contract. Please refer to Section
1.40 of the General Terns and Conditions for further information and guidance on how to comply with this
ordinance.
Bidder must fill out and submit with their bid response the "Living Wage Rate Sheet" found under the
"Header / Notes and Attachments" section of this IFB. Failure to do so may result in bidder being deemed
non-respinsive.
2.8. EQUITABLE ADJUSTMENT
The Purchasing Department may, in its sole discretion, make an equitable adjustment in the contract terms
and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the
marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to
circumstances beyond the successful bidder(s) control, (2) the volatility affects the marketplace or industry,
not just the particular contract source of supply, (3) the effect on pricing or availability of supply is
substantial, and (4) the volatility so affects the successful bidder(s) that continued performance of the
contract would result in a substantial loss. Successful bidder(s) might have to supply documentation to
justify any requested percentage increase in cost to the City of Miami.
Page 47 of 107
Invitation for Bid (IFB) 106061,9
2.9. METHOD OF AWARD
Award of this contract will be made to the lowest responsive and responsible bidder meeting the
Specifications, on a group by group basis, a combination of groups or a total of all groups. Bidders must
bid on all items within a group in order to qualify for that group, with the exception of Group 2. Failure to
bid on all items within a group shall disqualify your bid for that group, with the exception of Group 2.
The City reserves the right to accept or reject any or all bids or parts of bids, waive informalities, and
re -bid these services specified herein.
2.10. BIDDER'S MINIMUM QUALIFICATIONS
Consideration for the award of this contract will be granted to all responsive, responsible bidders who
provide evidence, that they meet or exceed the minimum pre -qualification criteria established below:
1) Current copy of Occupational License must be submitted with bid.
2) In order to maintain the City's property at a high level, the City is seeking qualified_ bidders who
have sufficient experience and provides quality service. Bids shall be considered only from firms that are
regularly engaged in the business of providing services as described herein. The Bidder:
a. Shall have experience in the House Services/Janitorial business for at least five (5) consecutive
years operating under the same name.
b. Shall have never filed for bankruptcy, be in sound financial condition, have no record of pending
lawsuits or criminal activities, and shall not have conflicts of interest which may be of embarrassment to
the City.
C. Not submit a bid should the contractor have any member, officer, or stockholder that is in arrears
or is in default of any debt or contract involving the City, is a defaulter or surety otherwise, upon any
obligation to the City, and/or has failed to perform faithfully any previous contract with the City.
3) Bidder shall provide, as a minimum, three (3) Letters of Reference, on Company letterhead, from
properties being serviced at this time by Bidder or within the past three (3) years. The City reserves the
right to verify and/or visit these or any other references as part of the evaluation, which may be used as a
disqualifier to perform services under this IFQ should references reveal poor performance.
Letters of reference must include, in addition to the scope of work being perfomned, contract term period,
and a detailed description of the building/property being serviced, to include square footage and purpose of
building, that will qualify you to perforin under the Class A, B, or C Buildings as described in section 2.39
of this IFB. Failure to demonstrate experience in a particular building classification will disqualify your
bid for facilities under that particular building classification as identified in this IFB.
2.11. INSURANCE REQUIREMENTS
INDEMNIFICATION
Bidder shall pay on behalf of, indemnify and save City and its officials hamlless, from and against any and
all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the
provisions of the contract, including all acts or omissions to act on the part of bidder, including any person
performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses
and causes of such action are not attributable to the negligence or misconduct of the City and, from and
against any orders, judgments or decrees which may be entered and which may result from this Contract,
unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys'
fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof.
The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 6th Floor,
Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained
which meets the requirements as outlined below:
(1) Worker's Compensation
Page 48 of 107
Invitation for Bid (IFB) 106061,9
A. Limits of Liability Statutory - State of Florida
(2) Commercial General Liability:
A. Limits of Liability
Bodily Injury and Property Damage Liability - Each Occurrence: 51.000.000.00.
General Aggregate Limit: 52.000.000.00.
Personal and Adv. Injury. Products and Completed Operations and Fire Damage: 51.000.000.00.
B. Endorsements Required:
City of Miami included as an Additional insured. Employees included as insured. Contractual
Liability.
(3) BusinessAutomobile Liability
A. Limits of Liability
Bodily injury and property damage liability combined single limits. Any Auto, including hired,
borrowed or owned, or non -owned autos used in connection with the work - S 1.000.000.00.
B. Endorsements Required:
City of Miami included as an Additional Insured
(4) Employer's Liability
A. Limits of Liability
Bodily injury caused by an accident, each accident: 5100.000.
Bodily injury caused by disease, each employee: 5100.000.
Bodily injury caused by disease; policy limit: 5500.000.
BINDERS ARE UNACCEPTABLE.
The insurance coverage required shall include those classifications, as listed in standard liability insurance
manuals, which most nearly reflect the operations of the bidder.
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:
The Company must be rated no less than "A" 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. All policies and/or certificates of insurance are subject to review and verification
by Risk Management prior to insurance approval.
Certificates will indicate no modification or change in insurance shall be made without thirty (30) days
written advance notice to the certificate holder.
NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation
under this section or under any other section of this Agreement.
--If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be
responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10)
calendar days in advance of such expiration.
--In the event that expired certificates are not replaced with new or renewed certificates which cover
the contractual period, the City shall:
(5) Suspend the contract until such time as the new or renewed certificates are received by the City in the
manner prescribed in the Invitation To Bid.
(6) The City may, at its sole discretion, tenninate this contract for cause and seek re -procurement
damages from the Bidder in conjunction with the General and Special Terms and Conditions of the Bid.
The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this
Section remain in force for the duration of the contractual period; including any and all option tens that
may be granted to the Bidder.
2.12. BUILDING CLASSIFICATIONS
Page 49 of 107
Invitation for Bid (1FB) 106061,9
The City of Miami Riverside Center is a Class "A" property ;City Hall and Poilce Administration
Building are Class "B" properties which are constantly in the public eye and will always be visited by a
large client base including City officials, employees, and a substantial number of visitors representing the
general public. All other properties listed herein are classified as Class "C" properties, which are smaller
buildings, with a smaller client bases compared to those of Class "A" or Class "B" properties.
Building Class Standards
Class A
Class "A" buildingsare nonnally the most desirable and command the highest property value (i.e.
appraised value, purchase amount, rental amount). These buildings are usually the most prestigious in their
tenancy, location, and overall desirability. Most often, they are newer (less than 20 years old) or recently
renovated structures with many amenities and high-quality standard finishes, as well as state-of-the-art
mechanical/electrical systems and flexible floor plates. Class "A" buildings have exceptional accessibility
and a definite market presence. They tend to be multi -story and multi -use. In addition, Class "A"
properties frequently offer large parking garages.
1) To qualify for the Miami Riverside Center Building (MRC) and be considered to quote on a Class
"A" facility, bidder shall have serviced a multi -story Class "A" administrative type property having at least
200,000 square feet.
2) (MRC only) Bidder shall provide the equipment and personnel to ensure the cleanliness of the
structural cross members and glass, and keep all surfaces free of cobwebs on a daily basis (i.e. as found in
the 3 -story Riverside Center lobby (stories 1- 3)
Class B
Class `B" buildingsare usually less desirable and prestigious than Class "A" buildings and may have been
built using lower quality design and construction materials. In addition, they may be older, less modern,
and unable to acconunodate the needs of larger occupants. However, in some markets, Class "A" and "B"
structures do not differ drastically from each other. The local market decides if a buildings is a Class "A" or
"B" by the property value (i.e. appraised value, purchase amount, rental amount).and by comparing building
features. The property value for Class "B" buildings is typically lower than for Class "A" buildings. During
a Soft economy, though, the price differential may be small.
To qualify for City Hall, and be considered to quote on a Class "B" facility, bidder shall have serviced
a Class "B" administrative type property having at least 20,000 square feet.
Class C
Class "C" buildingshave occupants requiring functional space at property values below the average for the
area. These buildings are typically older and exhibit conditions of deferred maintenance and functional or
economic obsolescence. For example, a building's style, ceiling height, door heights, or window mullion
spacing may be obsolete. A change outside of the building may create a condition of economic
obsolescence, that is, when a reduction in value is caused by negative influences outside the site. A new
roadway or interstate, for instance, could divert traffic patterns away from the project. Area demographics
may also change, making the building less desirable.
To be considered to quote on a Class "C" facility, bidder shall have serviced a Class "C"
administrative type property having less than 20,000 square feet.
NOTE; Proof of experience in the above described building classifications (Class A B and Cl must
be demonstrated in the required Letters of Reference.
2.13. SERVICE DELIVERABLES
The successful bidder(s) shall provide services during the frequency, as indicated in Section 3.0,
Specifications, for each location.
2.14. PERFORMANCE
The contractor shall be fully responsible for performing all the work necessary to meet City standards in a
Page 50 of 107
Invitation for Bid (IFB) 106061,9
safe, neat, and good workmanlike manner, using only generally accepted methods in carrying out the work
and complying with all federal and state laws and all ordinances and codes of the City relating to such
work.
2.15. PERSONNEL
Bidder shall be deemed to represent that it has, or will have upon the award of the contract, all necessary
personnel required to perform all services arising from the award of the contract. All personnel employed
shall be employees of bidder.
All the services required herein shall be performed by the successful Bidder, and all personnel engaged in
performing the services shall be qualified to perforin such services.
Bidder shall have the capability to provide the required personnel at all times to perforin to all the
specifications of this IFB. This shall include holidays and weekends when required, and the ability to
immediately backfill any regularly scheduled personnel who fail to report for their normal work tour. When
work is required for a nonscheduled period, the City will give the successful Bidder at least two (2) days
advanced notice unless deemed an emergency. Temporary/backfill daytime personnel and night shift
supervisor will have the ability to effectively communicate in English. Any temporary backfill person, day
or night shift, must pass the security / background check as prescribed elsewhere in this IFB.
All personnel of the successful bidder must be covered by Workmen's Compensation, Unemployment
Compensation. and Liability Insurance, a copy of which is to be provided to the City. Refer to Section
2.11 for specific insurance requirements.
2.16. BACKGROUND INVESTIGATION
At the sole discretion of the City, employees of the contractor shall be subject to a background check
performed by the City of Miami Police Department prior to assignment to a City facility. The contractor
shall furnish, upon notification of award of bid, a list containing the names of, and other requested
information about the employees who will be perforining the work required, to the Police Department upon
request. This investigation shall be performed by the Miami Police Department at no cost to the successful
bidder.
Reauirement for Work Within Police / Parks & Recreation Department Facilities
All contractors' employees assigned to the Miami Police Department and/or the Parks & Recreation will be
subject to a mandatory background check in accordance with F.S.S.1012.465-Jessica Lunsford Act.
All checks will be performed by the Miami Police Department prior to any assigmnent at the police
station, sub -station and/or mini- station work site. The contractor shall furnish, upon notification of
awarded bid, a list containing all the names, date of birth, social security number and copy of the
employees' valid Florida driver license and/or Florida Identification Card and any other requested
information. This background investigation will be performed by the Miami Police Department at no cost
to the successful bidder.
2.17. EMPLOYEE IDENTIFICATION / MONITORING OF WORK
Successful Bidder's employees will at all times wear, in plain view, identification badges and uniforms
issued to them by their employer. Successful Bidder's employees will also sign -in and sign -out as required,
at a specific location designated by the Contract Administrator, at both locations to ensure work in
accordance with specifications was performed on a daily basis.
2.18. APPAREL
Successful Bidder's employees shall wear appropriate clothing at all times to include shirts / uniforms with
the successful Bidder's logo affixed. Shoes (footwear which fully covers and protects the entire foot) shall
be worn at all times as well. Shorts, torn and/or dirty clothing, cut-off t -shirts, and the like, along with
clothing with unacceptable verbiage as detennined by the Contract Administrator, shall not be worn.
Page 51 of 107
Invitation for Bid (IFB) 106061,9
2.19. MINIMUM WORK
The specification requirements cited in this IFB are a minimum and as such, are not intended to limit the
successful Bidder's requirements to perform all work to the best of his or her ability in an acceptable
manner.
2.20. LABOR, SUPERVISION, MATERIALS, AND EQUIPMENT
The Contractor shall furnish, at his/her own expense, all labor, supervision, equipment, materials, supplies,
and other equipment necessary for satisfactory completion of all the services as specified in this IFB. All
equipment shall be maintained in an efficient and safe operating condition while perfonning work under the
contract. Equipment must have all proper safety devices required by law which shall be properly
maintained and in use at all times. To this regards, the City reserves the right to request a list of such items
for approval of use. It may require a change of designated item(s) that are deemed by the City as unsafe or
which may create an uncomfortable enviromnent and/or service to City employees or patrons.
2.21. FAILURE TO PERFORM
Should the Contractor fail to perform in full accordance, at any time, with the specifications as cited in this
IFB, Contractor may be determined to be in default of the Contract. Contractor shall be required to have
sufficient supplies and other equipment on hand to supply facilities at the same time, and failure to have
sufficient equipment, supplies, and materials, at all times shall be grounds for default. At no time shall the
Contractor be paid for any day that his/her personnel fail to show up at a facility(s), or fail to perform in
full accordance with the specifications and to the satisfaction of the Contract Administrator. Should this
occur, the City should deduct liquidated damages as indicated under said provision. Should the Contractor
fail to perform in accordance with the Contract, as detennined solely by the City, the City shall make the
determination to deem the Contractor in default. The City shall be the sole judge of non-performance,
failure to perform, and default of Contract. The date of termination shall be stated in the written notice.
Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken
within 48 hours of any failure to perform according to specifications, and in addition to other
determinations of default, the City reserves the right to declare Contractor in default, make appropriate
reductions in the contract payment, and cancel the contract.
2.22. INVOICING
The City's Finance Department requires that original invoices be forwarded to a prescribed address as
denoted in every Purchase Order. However, Contractor shall forward a hardcopy of any original invoice to
the Contract Administrator and a copy to the designated liaison at the facility.
Invoice must have the following information as a minimum:
Description of service or items purchased.
Unit and total costs.
Purchase Order Number
Address of the facility(ies) in which the services related to the invoice were performed
Address and phone number of Contractor/Vendor
Invoice number
Time period of service
2.23. METHOD OF PAYMENT
Payment will be trade in thirty (30) days arrears for services rendered the previous month, upon
submission of properly certified/approved invoices or inspection reports. All such information shall be
provided to the Contract Administrator of the City facility sen iced for his/her approval in advance of
payment.
Page 52 of 107
Invitation for Bid (IFB) 106061,9
The City will pay the contract price minus any liquidated damages and/or other damages to the Successful
Bidder upon final completion and acceptance. Damages caused by Contractor's employee(s) shall be
estimated by the Contract Administrator- and computed actual costs of repairs shall be deducted from the
Contractors total monthly billing(s).
Proven theft made by Contractor's employees shall result in the replacement of the identified item(s) and
all replacement costs shall be deducted from the Contractor's total monthly billing(s).
2.24. BID PRICE
Bidder shall include in bid price all taxes, insurance, social security, workmen's compensation, and any
other benefits normally paid by the bidder to its employees.
2.25. COMPLETED WORK
The City shall be notified by the Contractor upon completion of work. The City shall inspect and approve
completed work before authorizing payment. Work not satisfactorily completed shall be redone by the
Contractor at no additional charge to the City.
2.26. ADDITIONS/DELETIONS OF FACILITIESATEMS/PRODUCTS
Although this Solicitation identifies specific facilities/items/products to be serviced, it is hereby agreed and
understood that any facility/itern/products may be added/deleted to/from this contract at the option of the
City. When an addition to the contract is required, the successful bidder(s) under this contract shall be
invited to submit price quotes for these new services/items/products. If these quotes are comparable with
market prices offered for similar services/items/products, they shall be added to the contract whichever is in
the best interest of the City and an addendum and a separate purchase order shall be issued by the City.
2.27. AUTHORIZATION TO PERFORM WORK OUTSIDE OF SPECIFICATIONS
A company official or authorized agent shall advise the Facility Contract Administrator when work other
that specified within the scope of work is required, with at least two (2) days notice. No work outside the
scope of work shall be conducted without prior approval of the Facility Contract Administrator. Upon
completion of work, which is performed on a monthly, quarterly, semiannual, or annual basis, this
information shall be recorded in the Log.
2.28. CONTRACT ADMINISTRATORS
Upon award, contractor shall report and work directly with the Contract Administrator(s) for each group
listed below.
GROUP 1: General Services Administration (GSA.)
Miami Riverside Center (MRC): Jose Velazquez
GROUP 2: GSA and Police Department
Miami City Hall: Chuck Postis
Police Administration Building: Officer Martin Garcia
GROUP 3: Police Department
Officer Martin Garcia
GROUP 4: Fire Rescue Department
Chief Allen Joyce
GROUP 5: Parks and Recreation Department
Administration Trailer and all Parks: Maria Perez
Little Haiti Cultural Center: Zachariah Evangelista
Page 53 of 107
Invitation for Bid (IFB) 106061,9
Sandra De Lucca Development Center: Nadia Arguelles
GROUP 6: Public Facilities
Manuel Artime Community Center: Lilia Varas
Dinner Key Marina, Miarnarina at Bayside, Marine Stadium: Stephen H. Bogner
GROUP 7: NET Department
Berta Davis
GROUP 8: Code Enforcement
Frank Marcos
GROUP 9: Public Works Department
Lauren Richmond
GROUP 10: Solid Waste Department
Joe Tang
GROUP 11: Homeless Assistance Office
Sergio Torres
GROUP 12: General Services Administration(GSA)
GSA Administration Building: Thomas Barr
GSA Communications (Administration Bldg, Warehouse) : Luis Selema
Property Maintenance: Chuck Postis
2.29. LEGAL HOLIDAYS
1. New Year's Day
2. Martin Luther King's Birthday*
3. Washington's Birthday*
4. Memorial Day
5. Fourth of July
6. Labor Day
7. Columbus Day*
8. Veteran's Day*
9. Thanksgiving Day
10. Friday after Thanksgiving Day*
11. Christmas Day
*Dates as indicated shall not be considered legal holidays for Successful Bidder unless stated otherwise
within Section 3.4 (Addition aFDetail Specifications per Facility)
2.30. SUPERVISION
In all Class "A" or Class "B" facilities, contractor shall assign one working "On Duty" Supervisor, as
required by the specifications, and provide the name and contact information in the designated section
within the bid. The assigned "on duty" supervisor shall make certain that service is provided according to
the site's specifications and submit inspection reports if required. Contractor shall also provide the name
and telephone number where the Contractor may be reached at any time for purposes of taking complaints
and receiving information as to daily contract performance. In the event the assigned Supervisor u
demonstrates an inability to properly supervise his/her personnel as determined by the contract
administrator or his/her designee, then the contract administrator or his/her designee have the authority to
request the inunediate dismissal of said Supervisor of his/her responsibilities at the facility and Contractor
is to assign another individual upon four (4) hour notice (if requested by the City) to supervise staff in a
satisfactory mariner as determined by the contract administrator or his/her designee. The City shall only be
Page 54 of 107
Invitation for Bid (IFB) 106061,9
liable for payment of the actual hours worked by said Supervisor(s).
2.31. WEEKLY REVIEW MEETINGS
At no additional expense to the City, the Contractor's owner (company president and/or owner) or other
officer or individual as approved by the Contract Administrator, will be available to meet with the Contract
Administrator, or a designated member of his staff, on a weekly basis for the purpose of reviewing the
performance of the contracted workforce and effecting what changes, if any, are necessary.
At no additional cost to the City, upon the need arising as determined by the Contract Administrator, the
Contractor's owner or designee will be available to meet with the Contract Administrator to discuss any
special problems or concerns. This individual will be available within one (1) working day upon
notification.
2.32. TIE BIDS
Whenever two or more Bids which are equal with respect to price, quality and service are received by the
City for the procurement of commodities or contractual services, a Bid received from a business that
certifies that is has implemented a drug-free workplace program shall be given preference in the award
process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a
drug-free workplace program. In order to have a drug-free workplace program, a business shall:
(1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the action that
will be taken against employees for violations of such prohibition.
(2) Inform employees about the dangers of drug abuse in the workplace; the business' policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance
programs, and the penalties that may be imposed upon employees for drug abuse violations.
(3) Give each employee engaged in providing the commodities or contractual services that are under Bid a
copy of the statement specified in subsection (1).
(4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the
commodities or contractual services that are under Bid, the employee will abide by the terms of the
statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
(5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program, if such is available in the employee's community, by any employee who is so
convicted.
(6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this
section.
2.33. LIQUIDATED DAMAGES
Bidder shall provide all services at the frequencies specified by the City for each location in Section 3.0,
Specifications. If the successful bidder(s) fails to deliver within the specified time frames, it is understood
that 525.00 of the bid price per calendar day per location not serviced will be deducted, as liquidated
damages.
2.34. DAMAGES TO PUBLIC/PRIVATE PROPERTY
The contractor shall carry out the work with such care and methods as not to result in damage to public or
private property adjacent to the work. Should any public or private property be damaged or destroyed, the
contractor, at his/her expense, shall repair or make restoration as is practical and acceptable to the City
and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to
Page 55 of 107
Invitation for Bid (IFB) 106061,9
exceed one month from date damage was done).
2.35. REFERENCES
Each bid must be accompanied by three (3) Letters of Reference, on company letterhead, from properties
being serviced at this time by Bidder or within the past three (3) years. Refer to Bidder's Minimum
Qualifications for specific requirement regarding the letters of reference.
2.36. FORCE MAJEURE
Except as otherwise expressly provided herein, neither party shall be considered in default in the
performance of its obligations hereunder to the extent that such performance is prevented or delayed by any
cause, existing or future, which is not within the reasonable control of such party including, but not limited
to, acts of God or public enemy, fire, explosions, riots, strikes (not including strikes of the Bidder's Staff
Personnel), or war. Notwithstanding the forthgoing, the failure of any of the Bidder's suppliers, or the like,
shall not excuse the Bidder's performance except that such failures are due to any cause without the fault
and reasonable control of such suppliers, or the like, including but not limited to acts of God or public
enemy, fire, explosions, riots, strikes (not including strikes of the Bidder's Staff Personnel), or war.
2.37. REPORTING DAMAGES CAUSED BY THE SUCCESSFUL BIDDER AND PAYMENT
Any damage caused by the successful bidder shall be reported to the Contract Administrator either in
person or in writing. Successful bidder shall be responsible for paying for any and all damages of which
may be paid via a credit against monthly billing or by direct payment.
2.38. INDEPENDENT BIDDER
The Bidder is engaged as an independent contractor and agrees to perfonn the services in the manner of
and as an independent bidder. In accordance with the status of an independent bidder, the Bidder covenants
and agrees that the Bidder will conduct itself in a manner consistent with such status; that the Bidder will
neither hold the City out as, not claim to be an officer or employee of the City for any right or privilege
applicable to an officer or employee of the City, including, but not limited to worker's compensation
coverage, unemployment insurance benefits, social security coverage or retirement membership or credit.
The Bidder's Staff Personnel shall not be employees of the City, and the Bidder alone shall be responsible
for their services, the direction thereof, and their compensation and benefits of any kind. Nothing in this
contract shall impose any liability on the City on account of its acts, omissions, liabilities or obligations, or
any person, firm, company, agency association, corporation, or organization engaged by the bidder as an
expert, consultant, independent bidder, specialist, trainee, employee, servant or agent for taxes of any
nature, including, but not limited to unemployment insurance, workers compensation and
anti -discrimination or services place legislation of any kind and the Bidder agrees to indemnify and hold
harmless the City against any such liabilities, even if they arise from actions directed or taken by the City.
2.39. SMOKING AND UNSAFE ACTS
All City of Miami facilities are nonsmoking facilities. Safety is a primary concern of the City, and as such,
no unsafe acts will be tolerated. Unsafe acts, such as smoking in the facility, will be grounds for immediate
termination of the Contract.
2.40. SAFETY
Successful Bidder shall provide the Contract Administrator with Material Safety Data Sheets on all
chemical products, which will be introduced to the City prior to their actual use. The successful Bidder
shall be responsible for its equipment with regards to safety and security and, as a minimum, shall ensure
the following:
Page 56 of 107
Invitation for Bid (IFB) 106061,9
ATI persolmel are property trained in the use of equipment and chemicals.
Proper signage is empho,Wd when cleaning (e.g..-floors wet, etc.).
Traffic cones, or like devices, are properly placed when extension or power cords and other such ite777s are
in use.
All ernplgvees are physically capable of pedorn7ing all the required tasks to include being able to see/hear
with no di.licult'v all fire alarms and be able to understand verbal directives wish regards to evacuating the
Center ill ernergenc>> situations and hole and when to sound an alar177.
Develop a plan to ensure personnel are accounted for in the event ofan emergency.
2.41. ADDITIONAL EQUIPMENT / TOOLS
Successful Bidder shall provide all equipment and tools, including safety cones and signage, to perform
the required and directed work of the requirements specified in this IFB. All equipment must be in
satisfactory condition at all times and unsafe or questionable equipment will be immediately removed from
the property. Janitorial/maintenance-related carts will be equipped with rubber bumper guards for the
purpose of precluding damage to, or marking of, walls and other surfaces.
The Contractor will provide, at its expense, means of communication (pagers, two-way radios, cell phones,
etc.) for the night-time janitorial supervisor, and when effected, for any and all day -time janitors and
night-time garage cleaning janitor(s). Communication equipment, while applicable employees are engaged
in services under the provision of the Contract, will be "on." The Contractor will be responsible for the
maintenance and battery replacement for any such equipment, ensure all are in proper working condition on
a daily basis, and provide the Contract Administrator with a list of contact numbers for all conununication
equipment in use. List will be updated upon phone numbers changing.
2.42. WATER EXTRACTION
The successful Bidder shall provide emergency/routine water extracting capability. Successful Bidder shall
keep on-site at all time extraction machines (not less than one) capable of displacing/picking up large
quantities of fluids in a timely manner and also have on hand high velocity blowers (not less than two) for
the purpose of drying out carpeting. Successful Bidder shall ensure that alll janitorial personnel are
well -versed in the safe and efficient operation of all extraction/blower equipment.
2.43. SANITARY NAPKIN DISPENSER
Napkin purchase is the responsibility of the Contractor as is the filling of the dispensing machines. The
security and collection of monies deposited into the dispensers are also the responsibilities of the
Contractor.
2.44. RESPONSIBILITY FOR FACILITY ACCESS CARDS
The Contractor, upon being issued one (1) or more access cards for their employees for the purpose of
gaining access to specified areas, is responsible for the same. It will be the responsibility of the contractor
to collect the access cards from employees who are no longer assigned to work in any o; the City of Miami
facilities, as listed herein, and turning them into the Contract Administrator.
2.45. INVENTORY OF EQUIPMENT
The contractor shall maintain an inventory of equipment to be kept on site and submit a copy or
subsequent updates of the same to the designated Contract Administrator to their respective facility(s). This
inventory shall be utilized to verify equipment leaving the facility(s) for whatever reasons, including such
times as the contract is terminated.
2.46. QUALITY OF «70RK
Page 57 of 107
Invitation for Bid (IFB) 106061,9
All work shall be perfbrmed using superior maintenance standards and techniques. The frequencies
established for repetitive maintenance tasks are minimum frequencies, which must be increased if deemed
necessary and requested by the City. Failure to perforin under the terms and conditions of this contract will
cause the contract administrator to submit a Vendor Performance Fonn to the Purchasing Deparnnent for
follow-up. Receipt by the Purchasing Department of three (3) Vendor Performance Forms indicating poor
performance may be grounds for default of contract and subject to Provision 2.49 (Termination) of this
IFB.
2.47. STORAGE AREAS
The janitor closets or similar storage areas designated by the Contract Administrator which may be
available and utilized by the Bidder shall be kept clean and tidy at all times. All containers are to be kept
properly sealed and labeled according to existing Dade County and/or OSHA requirements. All exposed
liquids are to be discarded immediately. All cleaning materials and supplies are to be so stored as to
minimize the possibility of spontaneous combustion.
2.48. SCAVENGING
Scavenging by any of the Contractor's personnel is prohibited and the Contract Administrator may require
removal from employment within his/her assigned facility, any employee who scavenges.
2.49. INSPECTION
At all times during the Contract, the Contract Administrator shall have the right to make the most thorough
and minute inspection of the services rendered, including materials, replenishment of supplies and
equipment used, and to draw the attention of the successful Bidder to all defects in workmanship, materials
or other errors or variations from the Contract requirements.
The right of inspection herein provided is intended solely for the benefit of the City. Neither the right of
inspection nor the any failure to draw attention to or point out such defects, errors or variations shall give
the successful Bidder any right or claim against the City or shall in any way relieve the successful Bidder
from its obligations under the tern of this contract.
If the Services or any part thereof shall be found to be non -conforming, the successful Bidder shall without
cost to the City forthwith remedy such non-conformance in a manner to comply with the Contract.
The successful Bidder shall at all times make available to the Contract Administrator and/or designee, all
facilities necessary for the inspection of the services rendered. The Contract Administrator and/or designee
shall be permitted to inspect materials, equipment and supplies as needed.
Any inspection hereunder shall not reasonably disrupt the Bidder's performance of the services.
2.50. TERMINATION
A. FOR DEFAULT
If Contractor defaults in its performance under this Contract and does not cure the default within 30 days
after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon
written notice without penalty to the City of Miami. In such event the Contractor shall be liable for
damages including the excess cost of similar supplies or services: provided that if, (1) it is
determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is
without his or his subcontractor's control, fault or negligence, the tennination will be deemed to be a
tennination for the convenience of the City of Miami.
B. FOR CONVENIENCE
The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when
it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or
Page 58 of 107
Invitation for Bid (IFB) 106061,9
software, and so terminated for the convenience by the City of Miami the Contractor will be compensated
in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so
tenninated, the City of Miami shall be liable only for payment in accordance with the payment provisions
of the Contract for those services rendered prior to termination.
2.51. GIFTS
It is the City's strict policy that City employees are not to receive gifts of any kind for any reason,
regardless of value, from any Contractor / Vendor. As such, the successful Bidder or any employee of the
same will not give or attempt to give, any gifts to any city employee.
2.52. EMERGENCY AND CONTACT INFORMATION
The Contractor will provide the City with evening, weekend, and holiday, service, as necessary, to cope
with an emergency situation which threatens public health and safety, as determined by the City.
The Contractor will provide Phone Number and Fax Number for twenty-four (24) hours, seven (7) days a
week, facsimile connnunication.
Furthermore, the Contractor shall have available an individual to answer telephone communications during
normal working hours (Monday thru Friday), and an answering machine for occasions that an individual is
not available. Bidder(s) shall be aware of the possible loss of business due to the bidder being unavailable.
2.53. PRIMARY CLIENT (FIRST PRIORITY)
The successful bidder(s) agree upon award of this contract that the City of Miami shall be its primary client
and shall be serviced first during a schedule conflict arising between this contract and any other contract
successful bidder(s) may have with any other cities and/or counties to perform similar services as a result of
any catastrophic events such as tornadoes, hurricanes, severe stones or any other public emergency
impacting various areas during or approximately the same time.
2.54. USE OF ENVIRONMENTALLY PREFERRABLE PRODUCTS
The City has implemented Environmentally Preferable Purchasing Initiatives to address certain
environmental and health concerns associated with the use of some cleaning services and products.
Enviromnentally Preferable Purchasing is a new approach to janitorial services to offer better
environmental perfornlance and improved worker health and safety, while retaining the satne sanitation
quality as traditional, more chemical -intensive methods.
Accordingly, the vendor shall use general-purpose cleaners, floor cleaners, bathroom cleaners, glass
cleaners, and carpet cleaners; and floor finishes and floor strippers which are either:
certified by Green Seal, Standard for Industrial and Institutional Cleaners (GS -37) and Floor Care
Products (GS -40) (certified products are listed at
http://,A,m-A,.greenseal.org/findaproduct/index.efin)
or
recognized by the U.S. Enviromnental Protection Agency's (EPA) Design for the Environment
Program (DfE) as Industrial / Institutional Cleaning Products, Cleaners and Floor Care products
(recognized products are listed at
http:/hi,wtii,.epa.go),/dfe/pubs/proj ects/formulat/formpart. htm).
Furthermore, the vendor shall actively seek to use other enviromnentally preferable products, elsewhere in
conjunction with the contract services, which meet "green" standards established by the EPA (refer to
v<,A-,A,.epa.gov) — products that have a lesser or reduced impact on human health and the environment than
other products that perforu the same function.
As part of its bid package, the vendor shall submit a list of all chemicals intended for use in the
Page 59 of 107
Invitation for Bid (IFB) 106061,9
performance of this contract, the intended use of the product, and whether the product is Green Seal or DfE
certified. In addition, the vendor shall submit a Material Safety Data Sheet for each chemical. In the event,
that any new product is introduced during the course of this contract, the vendor shall submit all of the
above information for any new products.
Paper products, such as toilet tissue and paper towels, provided by the vendor shall be manufactured using
recycled materials. Plastic trash can liners shall contain a minimum of 10% post-consmner recycled
content. In addition, the vendor shall use quality and effective cleaning products and methods to meet the
requirements herein.
As part of its bid package, the vendor shall submit a list of all paper products and trash liners intended for
use in the performance of this contract, the percentage total recycled content, the percentage post -consumer
recycled content, and whether the product is Green Seal certified. In the event, that any new product is
introduced during the course of this contract, the vendor shall submit all of the above information for any
new products.
Failure to provide all documentation required under this Special Condition at the time of bid
submission may result in being deemed non-responsive.
For questions regarding the use of environmentally preferrable cleaning products, please contact:
Mr. Glen Hadwen
Environmental Programs Manager
City of Miami Office of Sustainable Initiatives
Phone: 305-416-1522, Fax: 305-416-1505
-had wenGniamigov. cora
2.55. ADDITIONAL TERMS AND CONDITIONS
No additional terms and conditions included with the bid response shall be evaluated or considered, and
any and all such additional terms and conditions shall have no force or effect and are inapplicable to this
bid. If submitted either purposely, through intent or design, or inadvertently, appearing separately in
transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the
General and Special Conditions in this bid solicitation are the only conditions applicable to this bid and that
the bidder's authorized signature affixed to the bidder's acknowledgment form attests to this.
2.56. SUPPLIES
The Contractor shall furnish all supplies to include toilet paper, hand towels, garbage can liners, bathroom
fresheners, and hand soap needed in order to fully maintain all locations except those listed below. These
supplies must be compatible with dispensers at the facilities.
It is estimated that during the months of June, July and August, the amount of supplies needed will double
in all Parks and Recreation (Group 5) locations.
Contractor shall not provide the previously mentioned supplies to the following facilities:
(a) Dinner Key Marina
(b) Miamarina at Bayside
(c) Marine Stadium Marina
Page 60 of 107
Invitation for Bid (IFB) 106061,9
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
3.2. BACKGROUND
The City of Miami is seeking bids from qualified firms or entities (herein referred to as "Bidders") for
engagement to perform all custodial services, including the provision of all labor, supervision, cleaning
supplies, paper products including toilet paper and hand paper towels, garbage can liners, hand soap, and
any other materials necessary for the complete servicing of all facilities in accordance with the following
specifications.
Any and all products utilized throughout all facilities in the performance of successful Bidder's
responsibilities shall be of sufficient quality to effectively perform all duties. Failure to provide paper
products or other supplies of at least a minimal quality may be deemed insufficient by the Contract
Administrator and shall be replaced by other product(s) when required.
Failure to comply with these minimum requirements during the Contract terns may result in the
tennination of the Bidder's contract with the City; the City may, however, at its sole discretion permit a
bidder to remedy the deficiencies.
3.3. DEFINITIONS
Common House Services/Janitorial Definitions (including but not limited to):
a. Anti -Static: Process of treating surfaces to eliminate static electricity.
b. Bonnet Clean: Carpet maintenance using yarn bonnet attached to floor machine.
c. Buff: Polishing with a nylon pad.
d. Damp Wipe: Remove all surface dirt with a damp cloth.
e. Dust: Remove all loose dirt and debris from a given area/surface. Treated cloths shall be used in
telephone equipment rooms and similar areas. Laundered -type or disposable treated cloths shall be used in
other areas.
f Dust High: Dusting above eye level.
g. Dust Mopping: Sweeping procedure with short stringed dust mop. Empty and remove contents and wipe
interior and exterior with damp cloth to remove all dust
h. Damp Wipe: dirt, and smudges. (Includes wash, clean, and rinse).
i. Water Extraction: One method of deep carpet cleaning — use of a device which applies a hot or cold
solution under pressure and removes same with a vacuum process in a one-step operation.
j. Mop Damp/Wet: Remove all surface dirt and stains with a cotton mop and warn, clean water utilizing
an approved cleaning agent when required and then rinsing.
k. Police: Pick up debris and surface litter.
1. Polish: Apply approved polish and rub to a high luster with dry cloth.
m. Public Area: Any area jointly used by employees and/or the public. Also referred to as a conuuon area
for the purposes of this contract. Normally a common area is any area used by all employees of a given
area or facility but not necessarily visitors and/or the public.
n. Scavenge: To salvage from discarded or refuse material.
o. Seal: Process applied to floors after stripping and prior to waxing for the purpose of making floors less
porous.
p. Shampoo: Cleaning application of carpet using approved shampoo -type product.
q. Spot Clean: Removal of fingerprints, stains smudges, gum, and marks from walks, walls, carpets, doors,
furniture, glass, floors, and fixtures.
r. Spray Buff: Buffing in conjunction with spray application of liquid to remove surface marks and
improve appearance utilizing a nylon pad and minimum moisture.
s. Strip: Completely remove accumulation of floor finish, surface dirt, stains, and marks.
t. Seal Refinish: with penetrating sealant by working in with floor machine. Apply polishing compound for
final touch up and buffing to a high luster finish. Note: Trash/Waste Receptacles will include all
receptacles (e.g.: trash, recycling, etc.)
Page 61 of 107
Invitation for Bid (IFB) 106061,9
3.4. DETAILED SPECIFICATIONS PER FACILITY
3.4.1. Group 1 - Class A Building - Miami Riverside Center
(1) MIAMI RIVERSIDE CENTER (MRC) BUILDING, 444 S.V41. 2nd Avenue, Miami, FL 33130
LBACKGROUND
This facility is a Class "A" building and is comprised of Ten -Story Office Building and a seven level
Parking Garage. The total Gross Building Area is 199,537 square foot. Refer to Exhibit B for additional
information.
The bid shall be based upon the building being at full capacity with regards to square footage, occupants,
and visitors. For all responses to this IFQ, Bidder shall compute costs based on a daily figure of 193,491
square feet, containing approximately 750 occupants, and an estimated 350 daily visitors. The nom7al
business hours for the above occupants are from 8:00 a.m. through 5:00 p.m., Monday through Friday,
excluding Holidays. Work by employees after hours, weekends, and/or holidays can be anticipated.
Successful Bidder shall bill the City on a monthly basis for the cost of daytime personnel and nighttime
work.
Any and all products utilized throughout Center in the performance of Successful Bidder's responsibilities
shall be based on the specific product list or an equivalent quality to be approved by the Facility Manager.
Successful Bidder shall be required to maintain all exterior sites of the Miami Riverside Center. These
responsibilities include the policing and picking up of all litter and trash in the South River Walk area,
Main Entrances of the Building, all paved areas around the building, and East Entrance of the Garage.
ILHOURS OF OPERATION
Daytime hours shall be denoted as those hours between 6:00 a.m. to 6:00 p.m. Nighttime hours shall be
denoted as those hours between 6:00 p.m. to 6:00 a.m. Janitorial personnel at this facility will not be
required to work on holidays observed by the City. All personnel must be compensated at the regular rates.
See Special Conditions Section 2.22 for a list of holidays observed by the City.
III.PHYSICAL REQUIREMENTS
All Janitorial personnel must have the physical strength to perform the requirements as specified in this
IFB in a safe and timely manner. All personnel shall also be competent in the skills required to perform all
requirements of the Contract.
The minimal physical / language requirements for daytime janitors and night-time garage cleaning janitor
are as follows:
a. Sustained and heavy physical activity.
b. Properly lifting a fifty (50) pound carton from the ground to chest level, walking fifty (50) feet, and then
properly sitting down the carton on the ground.
c. Without breathing difficulty and other physical limitations, climb stairs from the ground level to the roof
level (10 stories) and return to the ground level.
d. Without difficulty, carrying a 24 -foot extension ladder a distance of fifty (50) feet, setting same up by
properly extending ladder to its maximum height, climbing to a point where the top nmg can be touched,
and returning to the starting point.
e. Performing work from a lift platform at a height of three (3) stories.
f. Readily discerning the colors of red, green, and yellow / amber.
g. Speaking, reading, and writing English without difficulty.
IV.DAY SHIFT REQUIREMENTS:
Day time janitors, if utilized, shall be provided for on hours and days to be determined by the MRC
Facility Manager.
The daytime Janitors' responsibilities shall include, but not be limited to, the following:
a. On-call and emergency cleaning.
b. Use of extraction equipment.
c. Replenishment of all center paper supplies.
d. Refilling of soap dispensers.
e. Cleaning of congested and cormmon areas.
Page 62 of 107
Invitation for Bid (IFB) 106061,9
f. Vacuuming, sweeping, and mopping of all common areas.
g. Emptying of all trash receptacles in all conunon areas.
h. Policing of all grounds and patios.
i. Cleaning of all windows.
j. Cleaning of all rest rooms.
N7 NIGHT SHIFT REQUIREMENTS:
A sufficient number of personnel are required to perform all the tenns and conditions of this IFB on a
nightly basis.. Monday through Friday minus holidays and weekends, for the Contract period, to include
providing all supplies and paper products for the Miami Riverside Center. At least one (1) individual shall
have demonstrated the ability to eliminate minor sink, toilet, and urinal blockages and be able to tum off
water inlet valves. Should a blockage not be removable by the janitorial person, the unit in question shall be
taken out of service via turning off the water supply and affixing the appropriate signage to the unit. The
MRC Facility Manager shall provide the required water valve took/key, signage, specifications on tools
required for blockages and training, if required, to perform the specified tasks. The Bidder shall provide the
tools required to perform the specified tasks, to include but not be limited to, toilet auger, drain snake,
adjustable wrench, screwdriver, and plunger.
One (1) individual will serve in the capacity of On -Site Supervisor to manage the night crew. This
individual's sole responsibility shall be to supervise and as such, will not be involved in the hands-on
janitorial functions. An On -Site Supervisor will not be required on Saturdays, Sundays, and holidays, but
shall be available via telephone on an immediate basis and this individual shall be able to communicate
effectively with the MRC Facility Manager or his representative. The On -Site Supervisor shall have the
capability to effectively communicate in English with the MRC Facility Manager or his representative both
verbally and in writing. Although a supervisor is not required for the weekends and holidays, any
individual assigned must be able to effectively communicate as described above.
The supervising individual shall denote all deficiencies observed, noted, or encountered in a House
Services/Janitorial Log (hereinafter referred to as the "Log"). Deficiencies shall include not only house
services/janitorial related items, but also anything of importance or interest that he/she deems necessary to
advise the MRC Facility Manager. These deficiencies shall include, but not be limited to, such items as
problems with doors/locks, elevators, plumbing, lights, windows, etc.
The nighttime Janitors' nightly responsibilities will include, but not be limited to, the following:
a. On-call and emergency cleaning.
b. Knowledge of, and demonstrated use of, extraction equipment, scrub machines and pressure cleaners
equipment.
c. Replenishment of all center paper supplies.
d. Refilling of soap dispensers, including body soap, shampoo, and conditioner dispensers in fitness center.
All dispensers will be topped off nightly. Shower facility products nmst be of different colors.
e. Cleaning all common areas.
f. Vacuuming, sweeping, mopping, and all floor care operations of all con-unon areas.
g. Emptying of all trash and recycling receptacles in all common areas. Trash to be separated from
recycling materials.
h. Policing of all grounds and patios.
i. Dusting of all work surfaces and window ledges.
j. Cleaning of all rest rooms and shower and locker facilities.
k. All other Janitorial duties to meet the specifications of the Contract.
VI. SPECIFIC AREA REQUIREMENTS
A. LOBBY (1ST FLOOR AND ALL ELEVATOR LOBBIES)
The successful bidder is advised to pay particular attention to the 3 -story lobby area of the MRC. Bidder
must provide equipment necessary to dust higher-level cross members and window mullions and remove
spider webs on a daily basis. Equipment is to remain on the property at all times for the duration of the
contract. Bidder is advised not to underestimate the lobby requirements when providing its bid, as this is a
critical area of importance and its subsequent upkeep is of primary concern.
1. Clean all glass of smudges and fingerprints, eight (8) feet and below on a daily basis (includes lobby
Page 63 of 107
Invitation for Bid (IFB) 106061,9
display case, picture frames, and signage displays.
2. Polish all hardware on a daily basis.
3. Dust and spot clean security guard's desk and clean behind the desk on a daily basis.
4. Dust mops all hard surfaces on a daily basis.
5. Mop all marble and granite areas with a neutral chemical solution on a daily basis.
6. Vacuum and spot clean all carpeting on a daily basis.
7. Spot clean all 1 st level horizontal and vertical surfaces and remove spider webs on a daily basis (spider
webs are to be removed from all inside surfaces Levels 1, 2, and 3).
8. Empty all trash and recycling receptacles and replace all liners; wash if required on a daily basis.
9. Clean and polish all drinking fountains and telephone housings and telephones on a daily basis.
10. Police area and rearrange furniture on a daily basis.
11. Dust all television and television platforms and support brackets on a daily basis.
12. Vacuum and spot clean all furniture on a daily basis.
13. Edge vacuum (using crevice tool) and clean all baseboards on a daily basis.
14. Bonnet cleans all carpeting on a weekly basis.
15. Dust horizontal and cross members above the 1 st level in the main lobby area on a monthly basis.
16. Fully clean all glass entrance doors, inside and outside, on a daily basis.
17. Deep clean, using the hot water extraction method, all carpeting on a monthly basis (includes entrance
mats).
B. HALLWAYS:
1. Vacuum and spot clean all carpeting on a daily basis.
2. Spot clean all walls, doors, glass, horizontal, and vertical surfaces and remove spider webs on a daily
basis.
3. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis.
4. Clean and polish all drinking fountains on a daily basis.
5. Dust mop all hard surfaces on a daily basis.
6. Vacuum edges (using crevice tool) and clean all baseboards as required on a daily basis.
7. Bonnet clean all carpeting on a monthly basis.
8. Dust all light fixtures and vents on a quarterly basis.
9. Deep clean, using the hot water extraction method, all carpeting on a monthly basis.
10. Machine -buff all hard surfaces on a weekly basis.
C. ELEVATORS:
1. Clean and polish all elevator walls, doors, handrails and panels both inside and out on a daily basis.
2. Remove all unauthorized marks and writing from insides of elevator cabs, using manufacture's approved
method.
3. Dust and remove all marks on ceiling and light fixtures in cad as necessary, but not less than once per
week.
4. Remove all gum and foreign matter on sight.
5. Wet mop and remove all stains from freight elevator flooring.
6. Clean all thresholds (metal runner between cab floor and lobby floor) on a daily basis.
7. Dust mops and mop marble and granite floor in all passenger elevators, with a neutral chemical solution
on a daily basis.
D. REST ROOMS:
1. All flooring swept and washed, with a neutral chemical solution on a daily basis.
2. Sanitize and polish all fixtures on a daily basis.
3. Wash, disinfect, and polish all seat and seat bottoms on all commodes on a daily basis.
4. Disinfect all commode and urinal bowls reaching under the rims on a daily basis.
Page 64 of 107
Invitation for Bid (IFB) 106061,9
5. Clean all bright work and outside of commodes, urinals, and dispensers on a daily basis.
6. Sanitize all sinks and all hardware using non-abrasive cleaners on a daily basis.
7. Spot wash all walls by sinks and splatter areas on a daily basis.
8. Spot clean all commode partitions and doors, inside and outside, on a daily basis.
9. Damp clean and polish all mirrors on a daily basis.
10. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis.
"Trash shall not be mixed with recycling waste. Liners will not be used for recycling containers.
11. Refill all dispensers and replenish all paper supplies on a daily basis.
12. Clean and stock sanitary napkin dispenser, products to be provided by the contractor. Provide disposal
bags as needed.
13. Spot clean all trash and recycling receptacles on a daily basis.
14. Fully wash all walls, partitions, and doors (ensure commode partition door is closed from inside to
ensure same is properly washed) on a weekly basis.
15. Clean all comers and baseboards on a daily basis.
16. Dust all light fixtures, air-conditioned and exhaust vents on a quarterly basis.
17. Replace urinal screens on an as -needed basis. Note: All chemical solutions to be used MUST BE
ACID FREE.
E. GENERAL OFFICE AREAS:
1. Vacuum all carpeted areas on a daily basis.
2. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis. Note:
All employees should have a trash receptacle as well as a recycling receptacle (cardboard container or tray,
plastic waste -type container, etc.). Recycling receptacles are to be emptied nightly and returned to the
employee's desk. (Contractor will furnish work areas in need of a waste receptacle. Contractor will bill
City, at a reasonable rate, for same on a monthly invoice. City reserves the right to accept or reject the cost
for said receptacle(s), and obtain same itself.) Liners will not be used for recycling containers.
3. All glass furniture tops cleaned on a daily basis.
4. Spot clean and polish all bright work as required.
5. Dust all baseboards, chairs, rails and trim dust on a daily basis.
6. Remove fingerprints, dirt, smudges, graffiti, etc from all doors, frames, glass partitions, windows, light
switches, walls elevator doors, as required.
7. Return chairs and wastepaper's baskets to proper positions.
8. All water fountains washed clean, sanitized and polished.
9. Slop sink rooms cleaned.
10. Spot clean all trash and recycling receptacles on a daily basis.
11. Spot clean all carpeting and hard surfaces on a daily basis.
12. Spot clean all vending machines on a daily basis.
13. Clean and polish all vending machine surfaces on a weekly basis.
14. Vacuum all edges (using crevice tool) and clean baseboards on a daily basis.
15. Sanitize all telephone receivers on a weekly basis
16. Vacuum and spot clean all furniture on a weekly basis.
17. Dust all vertical and horizontal surfaces (desks, bookcases, wall partitions, etc.) on a daily basis.
18. Dust all pictures frames, charts, graphs, panels and all hangings on a weekly basis.
19. Dust all blinds on a monthly basis.
20. Move all plastic carpet protectors and thoroughly vacuum under and around desks and office furniture
on a monthly basis.
21. Machine -scrub all hard surfaces on a monthly basis.
22. Bonnet -clean all the carpeting on a monthly basis.
23. Deep clean, using the hot water extraction method, all carpeting on a quarterly basis.
24. Dust all light fixtures, air-conditioned, exhaust and returns vents on a quarterly basis.
Page 65 of 107
Invitation for Bid (IFB) 106061,9
25. Strip and refinish all floors on a monthly basis. First stripping to take place within first ten days of
implementation of contract.
26. Complete inside cleaning of all first floors high rise windows and office area windows on a semiannual
basis,
27. Secure all lights as soon as possible each night.
28. Ensure that water coolers are cleaned on a daily basis.
29. Employee's desks to be dusted as practically possible - items left on desk by employees (e.g.: papers,
equipment, etc.) are not to be moved. Employee's personal.
F. COFFEE ROOMS AND FREIGHT ELEVATOR LOBBIES:
1. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis. Liners
will not be used for recycling containers.
2. Damp mop all floors on a daily basis.
3. Clean all sink and sink hardware on a daily basis.
4. Wipe down all counter tops on a daily basis.
5. Wipe down all vending machines and appliance (refrigerators, etc.), if any, on a daily basis.
6. Wipe down all coffee pots, microwave ovens, etc. on a daily basis.
7. Clean inside of all microwave ovens, if applicable, on a daily basis.
8. Spot clean all walls on a daily basis.
9. Clean all thresholds (metal runner between cab floor and lobby floor) on a daily basis.
10. Machine buff all floors on a weekly basis.
11. Strip and refinish all floors on a monthly basis. (First stripping to take place within first ten days of
implementation of contract.)
G. STAIRWAYS:
1. Sweep on a daily basis (landings and stairs).
2. Damp mop on a daily basis (landings and stairs).
3. Wipe down handrails with an appropriate cleaner on a daily basis.
4. Dust tops of all light fixtures on a weekly basis.
H. MAINTENANCE ROOMS:
1. All mechanical rooms to be sweep and damp mop on a weekly basis.
2. All mechanical rooms are to be kept free from debris and material.
3. All mechanical room equipment to be dusted on a monthly basis.
4. All electrical rooms to be sweep and damp mop on a weekly basis.
5. All electrical rooms are to be kept free from debris and material.
6. All electrical room equipment to be dusted on a monthly basis.
7. All telephone rooms to be sweep and damp mop on a weekly basis.
S. Roof to be cleaned and kept free of debris and material on a weekly basis.
9. All janitors closets to be thoroughly cleaned on a weekly basis.
1. INFORMATION TECHNOLOGY ROOMS, 5TH FLOOR:
Server Room. Technician Room and Main 'Telephone Room
1. Sweep and damp mop on a daily basis (extreme care must be used to ensure water does not come in
contact with electrical components).
2. Wastepaper baskets, receptacles must be emptied and cleaned on a daily basis and damp and dusted
when necessary, but not less than once per week.
3. Machine buff entire floor on a monthly basis. 4. Strip and refinish floor on a quarterly basis.
J. FITNESS CENTER
Aerobics Room:
1. Dry rnop the flooring on a daily basis.
2. Spot clean the windows, glass, and doors on a daily basis.
Page 66 of 107
Invitation for Bid (IFB) 106061,9
3. Spot clean the floor on a daily basis.
4. Machine buff floor on a monthly basis.
K. EQUIPMENT ROOMS (INCLUDES THE TREADMILLS, FREE WEIGHTS AND EXERCISE
EQUIPMENT ROOMS, SIGN -IN AREA, AND FITNESS COORDINATOR'S OFFICE):
1. Empty all trash and recycling receptacles on a daily basis. Replace liners for waste receptacles -liners
not to be used for recycling containers.
2. Vacuum, sweep or mop on a daily basis.
3. Spot clean the carpeting on a daily as -needed basis.
4. Spot clean the windows, glass, and doors on a daily basis.
5. Dust desk surfaces on a daily basis.
6. Police the area on a daily basis.
7. Rearrange magazines and other similar items to their proper positions on an as -needed basis.
8. Wipe down all equipment on a daily basis.
9. Rubber mats under the equipment to be cleaned on a daily Iasis
10. Dust all blinds on a monthly basis.
L. COMBINED SHOWER, REST ROOM, AND LOCKER FACILITIES:
1. Damp mop all floors on a daily basis.
2. Sanitize and polish all fixtures on a daily basis.
3. Fill all product dispensers on a daily basis (shower dispensers will be filled with pre -approved different
colored products).
4. Wash and disinfect all seats and seat bottoms on all commodes on a daily basis.
5. Disinfect commode and urinal bowls reaching under rims on a daily basis.
6. Spot clean all walls by sinks and splatter areas on a daily basis.
7. Wipe down all weight scales on a weekly basis.
8. Damp clean and polish all mirrors and stainless steel on a daily basis.
9. Empty all trash and recycling receptacles and replace liners on a daily basis; wash if required. Liners not
to be used for recycling containers.
10. Fully wash all walls, partitions, doors, seats, and lockers on a weekly basis (will include shower stalls).
11. Dust all light fixtures, air-conditioned, exhaust and returns vents on a monthly basis.
12. Check for, and remove, any and all cobwebs on a daily basis.
13. Machine scrub all floors on a weekly basis (will include shower stalls).
14. Spot clean all carpeting on a daily basis.
15. Vacuum all carpeting on a daily basis.
16. Bonnet clean all carpeting on a monthly basis.
17. Deep clean, using the hot water extraction method, all carpeting on a quarterly basis.
18. Strip and refinish all floors on a quarterly basis.
19. Clean and disinfect shower walls, floors and fixtures on a daily basis.
M. OUTSIDE AREAS:
1. Empty all trash receptacles and replace all liners; wash if required, on a daily basis (includes inside and
outside receptacles). Shall include all outside trash containers as located along south paver walkway and
main entrances to the building.
2. Spot clean all trash and ashtrays receptacles on a daily basis.
3. Clean all picnic tables and benches on a daily basis.
4. Spot clean all glass on a daily basis, as required. Clean, inside and outside, glass doors.
5. Planters, as found adjacent to the outside of the north and south main lobby entrance doors, shall be
policed for trash and garbage to include cigarette butts and the like on a daily basis.
6. Outside loading dock area will be policed on a daily basis.
7. Trash left on the loading dock, loading dock -parking area, and trash compactor platform shall be placed
Page 67 of 107
Imitation for Bid (IFB) 106061,9
in trash dumpsters on a daily basis.
8. South entrance, north entrance, handicap ramp and loading dock ramp to be pressure washed on a
monthly basis.
9. All paver areas to be pressure cleaned on a quarterly basis. (Special attention to the east entrance of the
garage, all oil stains needs to be removed).
N. PARKING GARAGE:
1. Clean and polish all elevator walls, doors, and panels both inside and out on a daily basis.
2. Damp mop elevator floors on a daily basis.
3. Machine scrub elevator floors on a weekly basis.
4. Clean all thresholds (metal runner between cab floor and lobby floor) on a weekly basis.
5. Strip and refinish elevator floors on a monthly basis. This task to be completed within first ten days after
the start of the contract.
6. Police each parking garage floor on a daily basis.
7. Empty all trash and ashtrays receptacles; wash if required, on a daily basis.
8. Clean garage entrances, card readers, gates mirrors, poles and signs on a daily basis.
9. Keep clean all the pull stations, fire extinguisher cabinets, fire hose cabinets and all other alarm devices
found in the parking garage on a daily basis.
10. Keep the parking garage free from water or any spillage.
11. Clean all louvers on a weekly basis.
12. Remove all spider webs from all surfaces on a daily basis.
13. Sweep and damp mop all maintenance rooms and equipment on a weekly basis.
14. Immediately clean any areas with oils, grease and transmission fluids as necessary.
15. Sweep on a daily basis (landings and stairs).
16. Damp inop on a daily basis (landings and stairs).
17. Wipe down handrails with an appropriate cleaner on a daily basis.
18. Dust tops of all light fixtures on a weekly basis.
19. Spot clean all doors of the parking garage, both inside and outside, and all doors of the main facility on
a monthly basis.
20. Pressure wash, with a heavy duty degreaser each parking garage floor on a quarterly basis.
VII. MARBLE RESTORATION AND CRYSTALLIZATION PROCESS:
A. Areas to be serviced:
1. Main Lobby
2. Elevator lobby foyer
3. Four elevator floors
4. Ten men's restrooms floors and vanities
5. Ten ladies restroom floors and vanities
B. Job Schedule:
Restoration and crystallization will be done at least twice per year or when required by the Facility
Manager.
C. Process:
1. Shall use a 200 -grit diamond, to eliminate scratches and worn areas.
2. Shall repeat process using a 400 grit and 800 -grit diamond to smooth out the marble and give it a natural
gloss.
3. Shall Powder polish the entire marble floor.
4. Shall crystallize floor using a #2 grade steel wool pad, along with a crystallizing fluid.
5. Shall finally use a #0 grade steel wool pad.
6. Shall use high quality impregnator for all restrooms floors and vanities.
VIII. MARBLE CRYSTALLIZATION AND MAINTENANCE PROCESS:
Page 68 of 107
Invitation for Bid (IFB) 106061,9
A. Areas to be serviced:
1. Main Lobby
2. Elevator lobby foyer
3. Four elevator floors
4. Ten men's restrooms floors and vanities
5. Ten ladies restroom floors and vanities
B. Job schedule:
1. Shall crystallize main lobby once a week.
2. Shall crystallize elevator lobby foyer once a week.
3. Shall crystallize elevator floors once a week.
4. Shall crystallize ten ladies' restroom floors and vanities once a month.
5. Shall crystallize ten men's restroom floors and vanities once a month.
6. The minimum requirements are to be performed according to the above schedule, or when specially
required by the Facility Manager.
C. Process:
I. Shall thoroughly sweep floors.
2. Shall buff floor using a #2 grade steel wool pad, along with crystallization fluid.
3. Shall buff floor using a #0 grade steel wool pad.
4. Shall thoroughly sweep the entire floor, to remove all the steel wool particles.
IX. GRANITE RESTORATION AND CRYSTALLIZATION
A. Areas to be serviced:
1. First floor elevator lobby
2. Four elevator floors
3. First floor behind the security desk, four elevator lobbies (2nd through 10th floor)
B. Job schedule:
1. Restoration and crystallization will be done at least (twice per year) or when necessary or when
requested by the Facility Manager.
C. Process:
1. Shall use a 60 -grit diamond, to eliminate scratches and worn areas.
2. Shall use a repetitive process with the following diamonds grits: 120, 220, 400, 800, 1000, 1500, and
3000 -grits, to smooth out the granite and give it a natural gloss.
X. GRANITE CRYSTALLIZATION:
A. Areas to be serviced:
1. Elevator lobby first floor
2. Four elevators floors
3. First floor behind the security desk
4. Nine elevator lobbies (2nd through 10th Floor).
B. Job schedule:
1. Elevator lobby first floor - once a week
2. Four elevator floors - once a week
3. First floor behind the security desk - once a week
4. Nine -elevator lobbies (2nd through 10th Floor) - once a month. The minimum requirements are to be
performed according to the above schedule, or when specially required by the Facility Manager.
C. Process:
1. Shall thoroughly sweep the entire floor.
2. Shall buff floor using a #2 grade steel wool pad along with a crystallization fluid.
3. Shall buff floor using a #0 grade steel wool pad.
Page 69 of 107
Invitation for Bid (IFB) 106061,9
4. Shall thoroughly sweep the entire floor to remove all the steel wool particles.
XII. SIGN IN/OUT:
Successful bidder's employees will sign -in and sign -out as required with the building's security guard force
at the beginning and end of each tour.
XIII. DRUG ABUSE TESTING:
The successful Bidder, at his/her expense, will provide to the MRC Facility Manager proof that all
personnel who shall have access to the facility have undergone a drug test prior to access of the property.
XIV. SAFETY AND ENERGY CONSERVATION:
Night shift custodial personnel shall, upon completing their tasks on a daily basis, perform the following:
1. Turn off all light switches / desk lamps.
2. Turn off all appliances. If unable to turn off, same will be unplugged - computers, fax machines,
printers, and other related office equipment is not included. Common applicable items would include
radios, water fountains and other decorative items, coffee pots, and the like.
3. Close all doors and, if possible, lock.
4. Denote damage / defects (damage to walls, burnt out bulbs, broken water pipes, defective door
hardware, etc.).
5. Holiday decorations will be unplugged (main lobby decorations not included).
XV. SUPERVISION OF PERSONNEL:
The MRC Facility Manager shall supervise daytime personnel. The custodial night shift supervisor shall
supervise nighttime personnel.
3.4.2. Group 2 - Class B Buildings - G.S.A. and Police Department
(1) MIAMI CITY HALL. 3500 Pan American Drive, Miami, Florida 33133
I.BACKGROUND
This facility is a Class `B" building and its total flooring consists of 27,650 footage, with 20,885 square
feet of carpeted surfaces; 6,535 square feet of terrazzo and tiled floor and 230 square feet of vinyl floor.
The outside terraces, concrete sidewalks and concrete patios are approximately 10,600 square feet. The bid
shall be based upon the building being at full capacity with regards to square footage, occupants, and
visitors. For all responses to this IFB, Bidder shall compute costs based on a daily figure of 27,650 square
feet, containing approximately 50 occupants, and an estimated 150 daily visitors. The normal business
hours for the above occupants are from 8:00 a.m. through 6:00 p.m., Monday through Friday, excluding
weekends and Holidays. Work by employees after hours, weekends, and/or holidays can be anticipated.
Successful Bidder shall bill the City on a monthly basis for the cost of daytime personnel and after hours
or weekends according to the scope of work. Successful Bidder shall also provide the Miami City Hall with
all supplies and paper products according to specifications.
Successful Bidder shall be required to maintain all exterior sites of the Miami City Hall. These
responsibilities include the policing and picking up of all litter and trash in the parking area.
11. HOURS OF OPERATION
Daytime hours shall be denoted as those hours between 8:00 a.m. to 6:00 p.m. Janitorial personnel will not
be required to work on holidays observed by the City.
See Special Conditions Section 2.22 for a list of holidays observed by the City.
III. PHYSICAL REQUIREMENTS
All Janitorial personnel must have the physical strength to perforin the requirements as specified in this
IFB in a safe and timely manner. All personnel shall also be competent in the skills required to perforin all
requirements of the Contract.
The minimal physical / language requirements for daytime janitors are as follows: a. Sustained and heavy
physical activity. b. Properly lifting a fifty (50) pound carton from the ground to chest level, walking fifty
(50) feet, and then properly sitting down the carton the ground. c. Without breathing difficulty and other
physical limitations, climb stairs and return to the ground level without stopping.d. Without difficulty,
carrying a 24 -foot extension ladder a distance of fifty (50) feet, setting same up by properly extending
ladder to its maximum height, climbing to a point where the top rung can be touched, and returning to the
starting point. e. Readily discerning the colors of red, green, and yellow / amber.f. Speaking, reading, and
writing English without difficulty.
Page 70 of 107
Invitation for Bid (IFB) 106061,9
Bidder shall be required to provide all cleaners, paper products; and all other supplies necessary to perform
all requirements of this IFB throughout the term of the Contract. Successful bidder must provide equipment
necessary to dust higher-level window mullions and remove spider webs on a daily basis. Equipment is to
remain on the property at all times for the duration of the contract. Bidder is advised not to underestimate
the City Hall requirements when providing its bid, as this is a critical area of importance and its subsequent
upkeep is of primary concern. The following shall consist of the minimum standard requirements for
providing all the services as indicated in this IFB during daytime hours on a daily basis.
IV. SPECIFIC AREA REQUIREMENTS: A. LOBBY (1ST FLOOR, 2ND FLOOR AND ALL
COMMISSION CHAMBERS)
1. Clean all glass of smudges and fingeprints up to eight (8) feet high on a daily basis (includes lobby
display case, picture frames, and signage displays.
2. Polish all hardware on a daily basis.
3. Dust and spot clean security guard's desk.
4. Dust mops all hard surfaces on a daily basis.
5. Vacuum and spot clean all carpeting on a daily basis.
6. Empty all trash and recycling receptacles and replace all liners; wash if required on a daily basis.
7. Clean and polish all drinking fountains and telephone housings and telephones on a daily basis.
8. Police area and rearrange furniture on a daily basis.
9. Dust all television and television platforms and support brackets on a daily basis.
10. Vacuum and spot clean all furniture on a daily basis.
11. Edge vacuum (using crevice tool) and clean all baseboards on a daily basis.
12. Machine buff all hard surfaces on a daily basis.
13. Fully clean all glass entrance doors, inside and outside, on a daily basis.
B. HALLWAYS (MAIN AND SECONDARY)
1. Vacuum and spot clean all carpeting on a daily basis.
2. Spot clean all walls, doors, glass, horizontal, and vertical surfaces and remove spider webs on a daily
basis.
3. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis.
4. Clean and polish all drinking fountains on a daily basis.
5. Dusts mop all hard surfaces on a daily basis.
6. Vacuum edges (using crevice tool) and clean all baseboards as required on a daily basis.
C. ELEVATOR:
1. Clean and polish all elevator walls, doors, and panels both inside and out on a daily basis.
2. Damp mop elevator floor on a daily basis.
D. PARKING LOT AND OUTSIDE AREAS:
1. Police parking lot surface on a daily basis.
2. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis. Liners
not to be used for recycling containers.
3. Police all outside areas, to include the emptying of all trash and recycling receptacles, the replacement
of liners, and washing of the same if required, on a daily basis.
4. Vacuum all entrance area mats to the main facility on a daily basis.
E. REST ROOM AND KITCHEN:
1. Mop floors on a daily basis.
2. Sanitize and polish all fixtures on a daily basis.
3. Wash, disinfect, and polish all seat and seat bottoms on all conunodes on a daily basis.
4. Disinfect all commode and urinal bowls reaching under the rims on a daily basis.
5. Clean all bright work and outside of commodes, urinals, and dispensers on a daily basis.
6. Sanitize all sinks and all hardware using non-abrasive cleaners on a daily basis.
Page 71 of 107
Invitation for Bid (IFB) 106061,9
7. Spot wash all walls by sinks and splatter areas on a daily basis.
8. Spot clean all commode partitions and doors, inside and outside, on a daily basis.
9. Damp clean and polish all mirrors on a daily basis.
10. Clean all sink and sink hardware on a daily basis.
11. Wipe down all coffee pots, microwave ovens, and refrigerators on a daily basis.
12. Clean inside all microwave ovens and refrigerators, if applicable on a daily basis
13. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis.
Trash shall not be mixed with recycling waste. Liners will not be used for recycling containers.
14. Refill all dispensers and replenish all paper supplies a daily basis.
15. Spot clean all trash and recycling receptacles on a daily basis.
F. STAIRWAYS:
1. Sweep on a daily basis (landings and stairs).
2. Damp mop on a daily basis (landings and stairs).
3. Wipe down handrails with an appropriate cleaner on a daily basis.
4. Dust tops of all light fixtures on a daily basis.
G. PATIOS AND PLANTERS AREAS:
1. Sweep and damp mop all hard surfaces on a daily basis.
2. Police all the areas, both inside and outside, on a daily basis (includes rear and patio areas).
3. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis.
4. Spot clean all glass on a daily basis, as required.
5. Spot clean all horizontal and vertical surfaces on a daily basis.
6. Dust all light fixtures and vents on a daily basis.
7. Planters, as found adjacent to the outside of the building shall be policed for trash and garbage to
include cigarette butts and the like on a daily basis.
H.OFFICE AREAS AND OTHER AREAS NOT OTHERWISE SPECIFIED:
1. Vacuum, sweep, or mop on a daily basis
2. Empty all trash and recycling receptacles and replace all liners; wash if required, on a daily basis. Note:
All employees should have a trash receptacle as well as a recycling receptacle (cardboard container or tray,
plastic waste -type container, etc.). Recycling receptacles are to be emptied nightly and returned to the
employee's desk. Work areas in need of a waste receptacle will be furnished by Contractor. Contractor will
bill City, at a reasonable rate, for same on a monthly invoice. City reserves the right to accept or reject the
cost for said receptacle(s), and obtain same itself. Liners will not be used for recycling containers.
3. Spot clean all trash and recycling receptacles on a daily basis.
4. Spot clean all carpeting and hard surfaces on a daily basis.
5. Spot clean all vending machines on a daily basis.
6. Clean and polish all vending machine surfaces on a daily basis.
7. Vacuum all edges (using crevice tool) and clean baseboards on a daily basis.
8. The following shall consist of the minimum standard requirements for providing all the services as
indicated in this IFB to be perfonned on weekends or after daytime hours.
9. The supervisor or company official shall advise the Superintendent of Property Maintenance when other
than daily specifications are being addressed with at least two (2) days notice. Upon completion of work,
which is perfonned on a monthly, quarterly, semiannual, or annual basis, this information shall be recorded
in the Log.
I. LOBBY (1ST FLOOR, 2ND FLOOR AND ALL COMMISSION CHAMBERS
1. Spot clean all 1 st level horizontal and vertical surfaces and remove spider webs on a weekly basis
(spider webs are to be removed from all inside surfaces Levels 1 and 2).
2. Bonnet clean all carpeting on a monthly basis.
3. Deep clean, using the hot water extraction method, all carpeting on a quarterly basis (includes entrance
mats).
Page 72 of 107
Invitation for Bid (IFB) 106061,9
4. Machine buff all hard surfaces on a weekly basis.
5. Granite restoration and crystallization will be done on the first floor lobby at least once per year or when
necessary or when requested by the Contract Administrator using the following process:
Shall use a 60 -grit diamond, to eliminate scratches and worn areas.
Shall use a repetitive process with the following diamonds grits: 120, 220, 400, 800, 1000, 1500, and
3000 -grits, to smooth out the granite and give it a natural gloss.
6. Granite crystallization will be done on the first floor lobby at least once per month or when necessary or
when requested by the Contract Administrator using the following process:
Shall thoroughly sweep the entire floor.
Shall buff floor using a 42 grade steel wool pad along with a crystallization fluid.
Shall buff floor using a #0 grade steel wool pad.
Shall thoroughly sweep the entire floor to remove all the steel wool particles.
These tasks to be completed within first thirty (30) days after the start of the Contract.
J. HALLWAYS (MAIN AND SECONDARY)
1. Bonnet clean all carpeting on a monthly basis.
2. Dust all light fixtures and vents on a quarterly basis.
3. Deep clean, using the hot water extraction method, all carpeting on a quarterly basis.
4. Machine buff all hard surfaces on a weekly basis.
K. ELEVATOR:
1. Machine scrub elevator floor on a monthly basis.
2. Clean all thresholds (metal runner between cab floor and lobby floor) on a weekly basis.
3. Strip and refinish elevator floor on a quarterly basis. This task to be completed within first thirty (30)
days after the start of the Contract.
L. PARKING LOT AND OUTSIDE AREAS:
1. Deep clean or exchange all entrance area mats to the main facility on a monthly basis.
2. Spot clean all doors of the main lobby, both inside and outside, and all doors of the main facility on a
monthly basis.
M. RESTROOM AND KITCHEN:
1. Fully wash all walls, partitions, and doors (ensure commode partition door is closed from inside to
ensure same is properly washed) on a weekly basis.
2. Machine -scrub all floors on a monthly basis.
3. Clean all corners and baseboards on a monthly basis.
4. Dust all light fixtures and vents on a quarterly basis.
5. Strip and refinish all floors on a quarterly basis (first stripping to take place within first month of
implementation of Contract).
N. OFFICE AREAS AND OTHER AREAS NOT OTHERWISE SPECIFIED:
1. Vacuum and spot clean all furniture on a weekly basis.
2. Dust all vertical and horizontal surfaces on a weekly basis.
3. Dust all blinds on a monthly basis.
4. Machine -scrub all hard surfaces on a monthly basis.
5. Bonnet clean all the carpeting on a monthly basis.
6. Deep clean, using the hot water extraction method, all carpeting on a quarterly basis.
7. Dust all light fixtures and vents on a quarterly basis.
8. Strip and refinish all floors on a quarterly basis. First stripping to take place within first month of
implementation of Contract.
9. Complete inside cleaning of all windows and office area windows on a quarterly basis.
Note: Employee's desks to be dusted as practically possible - items left on desk by employees (e.g.: papers,
equipment, etc.) are not to be moved. Employee's personal items are not to be dusted or cleaned. A
Page 73 of 107
Invitation for Bid (IFB) 106061,9
sufficient number- of personnel are required to perform all the terms and conditions of this IFB on a daily
basis, Monday through Friday and work scheduled for after hours and weekends minus holidays for the
Contract period, to include providing all supplies and paper products for the Miami City Hall. One (] )
individual will serve in the capacity of On -Site Supervisor to manage the daily crew. This individual's
responsibility shall be to supervise and as such, may be involved in the hands-on janitorial functions only if
it does not interfere with his/her supervisory duties as determined by the contract administrator. An On -Site
Supervisor will be required on Saturdays, Sundays, and holidays for scheduled monthly, quarterly, and
annual work as determined by the Contract Administrator. He/she will be available via telephone on an
immediate basis and this individual shall be able to communicate effectively with the Superintendent of
Property Maintenance or his representative. The On -Site Supervisor shall have the capability to effectively
communicate in English with the Superintendent of Property Maintenance or his representative both
verbally and in writing. *The supervising individual shall denote all deficiencies observed, noted, or
encountered in a House Services/Janitorial Log (hereinafter referred to as the "Log"). Deficiencies shall
include not only house services/janitorial related items, but also anything of importance or interest that
he/she deems necessary to advise the Superintendent of Property Maintenance. These deficiencies shall
include, but not be limited to, such items as problems with doors/locks, elevators, plumbing, lights,
windows, etc. The Superintendent of Property Maintenance will provide the Log and the instructions for its
use.
IV. SAFETY AND ENERGY CONSERVATION:
Night shift custodial personnel shall, upon completing their tasks on a daily basis, perform the following:
1. Turn off all light switches / desk lamps
2. Turn off all appliances. If unable to turn off, same will be unplugged - computers, fax machines,
printers, and other related office equipment is not included. Common applicable items would include
radios, water fountains and other decorative items, coffee pots, and the like.
3. Close all doors and, if possible, lock.
4. Denote damage / defects (damage to walls, bunt out hulbs, broken water pipes, defective door hardware,
etc.).
5. Holiday decorations will be unplugged.
V. SUPERVISION OF PERSONNEL:
Daytime personnel shall be supervised by the custodial supervisor.
VLINVOICING:
The City's Finance Department requires that original invoices be forwarded to a prescribed address as
denoted in every Purchase Order. However, Contractor shall forward a hardcopy of an), original invoice to
the Superintendent of Property Maintenance at the following address: Superintendent of Property
Maintenance GSA/Property Maintenance Division 1975 NW 12 Avenue Miami, Florida 33136
VILLABOR AND WORK HOURS
The City may utilize one (1) or more daytime janitors or none at all and the hours per day and days per
week to be worked, if applicable, will be established at the onset of the Contract - the requirements for
same may change at any given time. For the purposes of this bid, the bidder will provide a yearly quote for
one (1) daytime Janitor based on a 250 day per year, at eight (8) hours per day, Monday thru Friday
(excluding established holidays). In the event of a change, a ten (10) working day notice will be afforded.
The City may use any schedule denoted below and will provide a ten (10) working day notice in the event
of a change. Also, for the purposes of this bid, regular hours will be defined as any single hour or block of
hours not to exceed ten (10) hours per day / forty (40) hours per week. Blocks of hours, to possibly include
split shifts, will be established by the City and can be any day or days of the week not exceeding forty (40)
hours per week. Overtime hours will be defined as any hours worked beyond the tenth (10th) hour in a
single day or forty (40) hours in a week. Daytime janitors, when and if utilized, fall under the responsibility
of the vendor but will be supervised by the Superintendent of Property Maintenance or a designee.
Labor required to meet all specifications and conditions of Contract to include but not limited to: all
personnel; products; equipment; and supplies (including but not limited to: soap; paper towels; toilet paper;
toilet seat covers; cleaning chemicals; buffing pads; buffers; vacuum cleaners; extraction equipment; fans;
traffic cones; safety signs; buckets; equipment needed to reach high-level areas; etc.); emptying of all waste
and recycling containers, dusting all work surfaces and window ledges, vacuuming of all useable
(common) areas daily; and deep cleaning of carpeted areas, scrubbing and/or stripping of tile areas, and
Page 74 of 107
Invitation for Bid (IFB) 106061,9
buffing of other areas as provided for in this bid package. Will include common areas of parking lot and all
applicable outside areas.
For the purposes of this bid, nighttime hours will be any hours from 5:00 p.m. through 6:00 a.m., Monday
through Friday. Nighttime personnel will be the responsibility of the vendor and supervised by the vendor's
nighttime supervisor. Quotes will be based on a 250 -day year.
(2) MIAMI POLICE DEPARTMENT ADMINISTRATION BUILDING, 400 N.W. 2nd Avenue,
Miami, FL 33128
LBACKGROUND
The Administration Building of the Miami Police Department is a five (5) -story facility comprised of
approximately 135,000 square feet. Both sworn and civilian employees work out of this facility. In
addition, the public continuously visits this location to file reports, meet with officers and civilians, and to
obtain property, among other reasons. The facility is open twenty-four (24) hours per day, seven (7) days a
week.
Service shall be between the hours of 7:00 a.m. to 4:00 p.m. and from 5:00 p.m. to 10:00 p.m., Monday
through Friday. Seven (7) custodians shall be assigned from 7:00 a.m. to 4:00 p.m., and five (5) custodians
shall be assigned from 5:00 p.m. to 10:00 p.m. On Saturdays and Sundays, the service hours shall be from
7:00 a.m. to 4:00 p.m., and 5:00 p.m. to 10:00 p.m. Five (5) custodians shall be assigned to each of these
shifts. Janitorial personnel will be required to work on holidays as indicated in the Special Conditions,
Legal Holidays. Holidays shall follow the Saturday and Sunday schedule. Arrangements shall be made to
provide daytime service to offices secured at night or other sensitive areas.
On each day and each shift, every custodian shall be assigned a beeper and/or cell phone (Mandatory)
which shall be provided by the successful bidder. The beeper and/or cell phone numbers shall be given to
the designated individual within the Miami Police Department. The successful bidder shall additionally
provide an on-site supervisor to supervise (Mandatory) the personnel of the Contractor, and shall be
provided with a beeper and/or cell phone by the Contractor in order to be reached at all times by the City.
General areas as described herein shall include, but not be limited to, roll call rooms, gym areas, elevators
(including parking garage elevator), locker rooms, showers, lobby, holding cells, prisoner processing areas,
and all ingress/egress areas to the building.
A. SERVICES REQUIRED ON A DAILY BASIS:
1) General Areas and Offices
1. Empty and clean all wastebaskets and replace plastic liners, wash if necessary.
2. Empty and sift all sand urns.
3. Vacuum all carpets.
4. Remove all dirt and/or marks from doors, walls, light switches, glass panels and partitions.
5. Clean and disinfect all drinking fountains.
6. Spot clean carpets when needed.
7. Check for, and remove, any and all cobwebs.
8. Dust all surfaces of office furniture (desks, tables, files, etc.) and fixtures. (Note: some personnel may
request that their personal desk(s) be excluded; however, the bid should be based on all furnishings).
9. Sweep and damp mop elevators (including parking garage elevator), stairwells and outside ramps.
10. Spot clean all stairs, landings, walls, doors, and handrails.
11. Police all stairs and landings to ensure cleanliness.
12. Damp mop all tile floors at least once per shift, using appropriate yellow -colored warning devices to
safeguard the public and departmental personnel.
13. Clean at least twice per shift the collection windows and main entrance doors located in the main
lobby.
14. Keep clean all water coolers.
2) Restrooms:
1. Clean and disinfect all urinals and toilet bowls, including toilet seats, and replenish with sanitary blocks.
2. Clean and polish all mirrors and all bright work.
3. Wash, clean and disinfect all urinal walls and stall partitions.
Page 75 of 107
Invitation for Bid (IFB) 106061,9
4. Clean and disinfect all trash receptacles and replace all with plastic liners; wash if required.
5. Wet mop and disinfects all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from all walls, partitions and cabinets.
S. Spot clean all commode partitions and doors, inside and outside.
9. Clean and dry all tables.
10. Replace urinal screens as needed.
11. Provide disposal bags for sanitary products on an as needed basis where restrooms have provisions for
these items.
12. Clean and stock on an as -needed basis all sanitary product dispensing machines at all installed
locations.
13. Refill all dispensers and replenish all paper supplies on a daily basis.
3) Shower/Restroom
1. Sanitize and polish all fixtures.
2. Wash and disinfect all seats and seat bottoms on all commodes.
3. Disinfect commode and urinal bowls reaching under rims.
4. Spot clean all walls by sinks and splatter areas.
5. Damp clean and polish all mirrors and counter tops.
6. Empty all trash and/or recycling receptacles and replace liners.
7. Check for, and remove, any and all cobwebs.
8. Spot clean all carpeting.
9. Vacuum all carpeting.
10. Clean and sanitize all showers and dressing areas: clean all shower hardware, all walls and all floors.
4) Locker Rooms
1. Remove all trash, debris, toiletries, or other articles left unattended outside lockers, which appear to be
abandoned. (Determine placement of these items in conjunction with Police Department liaison).
2. Vacuum all carpeted areas.
3. Spot clean all carpeting.
4. Check for, and remove, any and all cobwebs.
S. Dust and clean all exterior surfaces of all lockers: front, sides, and all top areas.
6. Clean all windows and windowsills.
7. Dust and clean all benches.
8. Clean all dirt and other marks on all walls, doors, light switches, and other similar areas.
9. Clean and sanitize all restrooms in accordance with above and the previous Section III, Scope of Work.
5) Gym Area
1. Sweep and damp and/or wet mop of all hard floors.
2. Vacuum all carpeted areas, including any carpeted wall areas.
3. Clean and disinfect all drinking fountain(s).
4. Clean all aspects of office in accordance with Section (Services Required on a DAILY Basis), as
previously reflected.
6. Empty all trash and/or recycling receptacles and replace liners; wash if required.
B. SERVICES REQUIRED ON A WEEKLY BASIS:
1) General Areas and Offices
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by the City.
2. Dust all venetian blinds, window sills and all light fixtures.
3. Clean all glass partitions.
Page 76 of 107
Invitation for Bid (IFB) 106061,9
4. Vacuum and clean designated "high traffic" carpet areas with the method and/or system as designated by
the City.
5. Dust security x-ray station in lobby area.
6. Clean behind all doors and crevices along walls to eliminate dust buildup.
7. Shower/Restroom, Locker Rooms and Gym Area
8. Scrub with a stiff bristle brush and soap solution the foot deodorizer.
9. Wipe down all weight scales.
10. Fully wash all wails, partitions, doors, seats, and lockers.
C. SERVICES REQUIRED ON A MONTHLY BASIS:
1) General Areas and Offices
1. Clean all air-conditioning vents and surrounding areas to result in an appearance consistent with the
remaining ceiling areas.
2. Clean, strip, buff and/or refinish various flooring for given surfaces, texture, etc. (With methods
satisfactory to the City).
3. Vacuum and steam clean extraction method all carpets.
4. CIean interiors of all windows.
5. Clean and disinfect all trash receptacles and replace in their designated location(s).
6. Sweep all stairs and/or landings.
7. Damp mops all stairs and landings.
2. Shower/Restroom, Locker Rooms and Gym Area
1. Machine -scrub all floors.
2. Carpet Extraction cleans all carpeting.
3. Dust all light fixtures and vents.
D. SERVICES REQUIRED ON A QUARTERLY BASIS:
1) Shower/Restroom/Gym Area
1. Carpet Extraction cleans all carpeting.
2. Deep clean, using the hot water steam cleaning extraction method, all carpeting.
3. Machine scrub all hard surfaces.
2) Shower/Restroom/Gym Area
1. Deep clean, using the hot water steam cleaning extraction method, all carpeting.
2. Strip and refinish all floors.
3) Perform Cleaning/Blitz of entire facility as described within Item (3) listed below.
The night shift supervisor or company official shall advise the City when other than nightly or weekly
specifications are being addressed with at least two (2) days notice. Upon completion of work, this
information shall be recorded in a Log maintained by the City.
(3) INITIAL ONE-TIME CLEANING AND/OR BLITZ OF ENTIRE LOCATION:
Prior to beginning the on-going custodial maintenance services, the City desires to procure custodial
services for an initial cleaning and/or blitz of the location to include the cleaning of all carpeting, floors,
walls, vents, ceilings, windows, furnishings, stairwells, drinking fountains, elevators, restrooms, gym,
locker rooms, etc., this shall consist of a complete top -to -bottom cleaning to give a "spic and span"
appearance for the contractor to then maintain on a regular basis.
The City further desires to have this cleaning/blitz sen7ice performed on a quarterly (4 times per -year) in
addition to the regular service provided for in these specifications. At the completion of each cleaning/blitz,
the contractor shall provide the City with documentation that the blitz(s) have been completed and is to the
satisfaction of the City. The cost for the quarterly Blitz services is to be included in the monthly cost for
this facility.NOTE: To this regard, this initial and quarterly clean-up and/or blitz shall be conducted over a
maximum three (3) day period; and the contractor is required to supply whatever labor, material and
equipment necessary to provide quality results within this time period. This program shall be completed to
the satisfaction of the City prior to commencing on-going, regular maintenance and/or payment for service.
Page 77 of 107
Invitation for Bid (IFB) 106061,9
I'he cost for this initial, one time Blitz service is to be billed separate from the monthly cost and listed
under the line item attribute section of the Bid Submittal.
3.4.3: GROUP 3 — Class C Buildings - Police Department
(])POLICE NORTH SUBSTATION -1090 N.W. 62nd Street
(2) INITIAL ONE-TIME CLEANING AND/OR BLITZ OF ENTIRE FACILITY
(3) POLICE SOUTH SUBSTATION - 2200 W. Fla, -,.ler Street
(4) INITIAL ONE TIME CLEANING AND/OR BLITZ OF ENTIRE FACILITY
(5) POLICE SPECIALIZED OPERATIONS SUBSTATION - 1701.W. 30th Avenue
(6) INITIAL ONE TIME CLEANING AND/OR BLITZ OF ENTIRE FACILITY
All services shall be conducted between the hours of 7:00 a.m. and 12:00 p.m., seven (7) days per
week. The following shall be the minimum standard requirements for the above locations on the
appropriate basis as applicable:
Staffing requirements shall be the following: three (3) individuals, 7:00 a.m. to 4:00 p.m., and three (3)
individuals, 5:00 p.m. to 10:00 P.M., per location. Designated hours shall be less a ]-hour lunch/dinner
breaker per employee per shift. However, whenever applicable, employees are to schedule such breaks so
that one employee always remains on duty at all times. The City retains the option to add an additional
custodian on the second daily shift, i.e., 5:00 p.m. to 10:00P.M.
NOTE: Shift supervisors and/or assigned designees shall be required to inspect each bathroom at a
minimum of every two (2) hours and initiate any action necessary to eliminate noted deficiencies in order
to maintain consistently clean and usable facilities (for those pennancntly staffed facilities).
A. SERVICES REQUIRED ON A DAILY BASIS:
1) Restrooms
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright work.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mops and disinfects all floors.
6. Scour and disinfect all sinks and counter tops
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these
items.
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
NOTE: Shift supervisors and/or assigned designees shall be required to inspect each bathroom at a
minimum of every two (2) hours and initiate any action necessary to eliminate noted deficiencies in order
to maintain consistently clean and usable facilities (for those permanently staffed facilities).
2) Locker Rooms
1. Remove all trash, debris, toiletries, or other articles left unattended outside all lockers and that which
appears to be abandoned.
2. Vacuum all carpeted areas.
3. Dust and clean all exterior surfaces of lockers, including the front, sides and all top areas.
4. Clean all windows and sills.
5. Dust and clean all benches.
6. Clean all dirt and marks on all walls, doors, and light switches, etc.
Page 78 of 107
Invitation for Bid (IFB) 106061,9
7. Clean and sanitize all rest rooms in accordance with the above Restroom section.
S. Clean and sanitize all shower and dressing areas, including the cleaning of all shower hardware, walls
and floors.
3) Gym Area
1. Sweep and damp and/or wet mop all hard floors.
2. Vacuum all carpeted areas, including any carpeted wall areas.
3. Clean and disinfect all drinking fountains.
4. Clean all offices in accordance with the Section titled Services Required on a DAILY Basis, as previous
cited.
5. Clean all walls, doors, light switches, windowsills and keep free from dirt, markings, etc.
4) Entrance Foyers, Heavy Traffic Areas, Etc.
1. Sweep and keep fully clean all entrance foyers on a daily basis.
2. Should an outdoor patio area be installed, which could be used for smoking, snacking, lunch, breaks,
etc. The contractor shall additionally clean area, tables, chairs, etc. On a regular daily basis and remove all
trash, replace all trash receptacle liners, etc.
5) Parking Lots and Parking Garages
1. Remove debris via the use of manual brooms, mechanical broom sewages, vacuums or blowers from the
parking lot and parking garage areas, so long as all of the debris is ultimately removed. Debris shall not be
simply pulverized or scattered or hidden from sight.
2. Remove any broken glass immediately whenever discovered or upon notification in all areas. Broken
glass is not to be swept off the surface into the grass, but shall be fully removed.
3. Sweeping shall be accomplished so as not to create the blowing of dirt or debris, or the creation of
excessive noise as a result of the use of mechanical power equipment.
4. At no time shall the blower material be directed into the street or other properties. Instead, all materials
shall be blown into a pile and properly disposed.
B. SERVICES REQUIRED ON A WEEKLY BASIS:
1) General Areas and Offices
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by the City.
2. Dust all Venetian blinds, windowsills and all light fixtures.
3. Clean all glass partitions.
4. Vacuum and clean designated "high traffic" carpet areas with the method and/or system as designated by
the City.
C. SERVICES REQUIRED ON A MONTHLY BASIS:
1) General Areas and Offices
1. Clean all air conditioning units and all surrounding areas to result in an appearance consistent with the
remaining ceiling areas. Cleaning must consist of vacuuming with fitters and wiping with chlorine solution.
2. Clean, strip, buff and/or refinish various flooring as appropriate for given surfaces, textures, etc., with
the methods satisfactory to the City.
3. Vacuum and deep clean, using the hot water steam cleaning extraction method, all carpeting.
4. Clean the interior of all windows.
5. Clean and disinfect all trash receptacles and replace all liners.
6. Entrance Foyers, Patrons, etc.
7. Thoroughly clean in accordance with the monthly floor care requirements as noted above.
D. SERVICES REQUIRED ON A QUARTERLY BASIS
1. Perform cleaning/blitz of entire facility as described within Item E listed below.
E. INITIAL ONE-TIME CLEANING AND/OR BLITZ OF ENTIRE LOCATION:
Prior to beginning the on-going custodial maintenance services, the City desires to procure custodial
services for an initial cleaning and/or blitz of the location to include the cleaning of all carpeting, floors,
Page 79 of 107
Invitation for Bid (IFB) 106061,9
walls, vents, ceilings, windows, furnishings, stairwells, drinking fountains, elevators, restrooms, gym,
locker rooms, etc.; this shall consist of a complete top -to -bottom cleaning to give a "spit and span'
appearance for the contractor to then maintain on a regular basis.
The City further desires to have this cleaning/blitz service perfonned on a quarterly (4 times per -year)
basis in addition to the regular service provided for in these specifications. At the completion of each
cleaning/blitz, the contractor shall provide the City with documentation that the blitz(s) have been
completed and is to the satisfaction of the City.
NOTE: To this regard, this initial and quarterly clean-up and/or blitz shall be conducted over a maximum
three (3) day period; and the contractor- is required to supply whatever labor, material and equipment
necessary to provide quality results within this time period. This program shall be completed to the
satisfaction of the City prior to commencing on-going, regular maintenance and/or payment for service.
(7) POLICE BOMB SQUAD MINI STATION - 1100 South River Drive
(8) OVERTOWN MINI STATION - 1490 N.W. 3rd Avenue
(9) MARINE PATROL, Miami Yacht Club - 1001 Mcarthur Causenav
(10) DAVID HERRING CENTER - 2301 N.'"'. 23 Street
(11) N.E. MINI STATION - 6599 N.E. Biscayne Blvd.
(12) AUTO POUND - 3rd Avenue & N.W. 7th Street
(13) INTERNAL AFFAIRS - 1313 N.W.36 Street
(14) BICYCLE DETAIL - 460 N.E. 2nd Avenue
(15) MPD FLEET TRAILER - 1290 N.W.20 Street
(16) DOWNTOWN MINI STATION - 190 NE 3rd St.
(17) POLICE MOUNTED STABLES - 360 NW 3rd St.
For the above listed Police Department facilities, with the exception of Location 13 - Internal Affairs, all
services shall be conducted between the hours of 7:00 a.m. and 4:00 p.m., two (2) days per week. At
Location 13, Internal Affairs, all services listed below as "Twice per Week Service" shall be performed five
(5) days per week.
Staffing requirements for all facilities except Location 13 - Internal Affairs shall be detemlined by the
bidder and as deemed satisfactory by the department. Location 13 - Internal Affairs will require one (1)
employee on site Monday through Friday from 7:00 AM until 3:00 PM. Employees are to schedule such
breaks so that one employee always remains on duty at all times. The City retains the option to add
additional custodians on the second daily shift, i.e., 5:00 p.m. to midnight.
A. SERVICES REQUIRED ON A TWICE PER WEEK BASIS:
1) Reception Area, Common Area, Kitchen, Conference Room and Office Area
1. Sweep all floor areas.
2. Mop all floor areas.
3. Spot clean all carpeted areas.
4. Vacuum all carpeted areas.
5. Clean entrance glass doors.
6. Dust all surfaces including desks, tables, cabinets, counters, etc.
7. Collect and dispose of all waste materials.
8. Change garbage can liners.
2) Restrooms
1. Sweep all floor areas.
2. Mop and disinfect floor areas.
3. Clean and sanitize urinals and/or commodes.
4. Clean and sanitize washbasins and counters.
5. Spot clean walls, doors, partitions, etc.
6. Clean and polish mirrors and bright work.
Page 80 of 107
Invitation for Bid (IFB) 106061,9
7. Collect and dispose of all waste materials.
8. Change all garbage can liners.
9. Replenish all soap and paper products with contractor's supplies.
The Custodians' responsibilities shall include, but not be Limited to, all the above duties and
responsibilities noted in the above Scope of Work. Custodians shall additionally provide on-call and
emergency cleaning; possess knowledge of, and demonstrate use of, extraction equipment; and replenish all
facility paper supplies and refill all soap dispensers on an as -needed basis. Successful Bidder shall have the
capability to provide the required personnel at all times to perform to all the specifications of this Bid. This
shall include holidays and weekends when required, and the ability to immediately backfill any regularly
scheduled personnel who fail to report for their normal work hour. When work is required for a
nonscheduled period, the City will give the Bidder at least two (2) days advance notice unless deemed an
emergency. Temporary personnel will have the ability to effectively communicate and adhere to the
required background investigation as prescribed elsewhere in this IFQ.
3.4.4. GROUP 4 — Class C Building — Fire Rescue Department
(1) FIRE TRAINING CENTER - 3425 Jefferson Street, Miami, FL 33133
(2) FIRE HEADQUARTERS COMPLEX (to also include Garage and 'Warehouse) - 1131, 1151 N'W
7th Street, Miami, FL 33136
L FREQUENCY OF SERVICE:
All work shall be performed Monday through Friday, excluding Holidays, between the hours of 8:00 a.m.
and 5:00 p.m. Contractor shall not be paid for work not performed due to a Holiday or other reason for
closure of any such facility for any particular day. Provide custodial services, including rest rooms at above
locations five (5) times a week, except for the floor maintenance as specified below.
II. STAFFING REQUIREMENTS:
It shall be the contractor's judgment as to the provision of sufficient personnel to produce quality results in
accordance with all specifications. Contractor is not required to maintain on -duty staff between the hours
of 8:00 a.m. to 5:00 p.m.; however, the crew(s) assigned to each location shall spend the necessary amount
of time to satisfactorily perform all duties according to the specifications.
III. EQUIPMENT AND SUPPLIES:
The successful bidder shall be responsible for providing all equipment and supplies, including toilet paper,
hand towels, garbage can liners, bathroom fresheners, and hand soap needed in order to fully maintain the
above locations. These supplies must be compatible with dispensers at the facility.
(1) FIRE TRAINING CENTER
A. DAILY SERVICE
1) General Areas and Offices:
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Empty all recycle bins.
3. Empty and sift all sand urns.
4. Vacuum all carpet.
5. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
6. Clean and disinfect all drinking fountains.
7. Spot clean all carpets.
8. Dust all surfaces of office furniture (desks, bookcases, etc.).
9. Sweep and damp mop all elevators, stairwells, and outside ramps, including the cleaning of doors, walls,
bright works, railings, etc.
10. Damp mop all tile floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
11. Ensure all water coolers are cleaned.
12. Clean the employees' kitchen area including all floors, tables, sinks, and appliances.
13. All accumulated dishes shall be washed, dried and stored properly.
2) Restrooms
Page 81 of 107
Invitation for Bid (IFB) 106061,9
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
12. Replenish all freshener sprays.
13. Clean and sanitize all shower and dressing areas (including removing mildew, mold, water residue,
dirt, etc.), including the cleaning of all shower hardware, walls and floors.
NOTE: Shift supervisors and/or assigned designees shall be required to inspect each bathroom at a
minimum of every two (2) hours and initiate any action necessary to eliminate noted deficiencies in order
to maintain consistently clean and usable facilities (for those permanently staffed facilities).
3) Locker Room:
1. Remove all trash, debris, toiletries, or other articles left unattended outside all lockers and that which
appears to be abandoned.
2. Vacuum all carpeted areas.
3. Dust and clean all exterior surfaces of lockers, including the front, sides and all top areas.
4. Clean all windows and sills.
5. Dust and clean all benches.
6. Clean all dirt and marks on all walls, doors, light switches, etc.
7. Clean and sanitize all rest rooms in accordance with the above Restroom section.
S. Clean and sanitize all shower and dressing areas, including the cleaning of all shower hardware, walls
and floors.
9. Clean and sanitize all shower and dressing areas (including removing mildew, mold, water residue, dirt,
etc.), including the cleaning of all shower hardware, walls and floors.
4) Gym Area:
1. Sweep and damp and/or wet mop all hard floors.
2. Vacuum all carpeted areas, including any carpeted wall areas.
3. Clean and disinfect all drinking fountains.
4. Clean all offices in accordance with Section 1) as previously cited for General Areas and Offices.
5. Clean all walls, doors, light switches, window sills and keep free from dirt, markings, etc.
6. Wipe down gym equipment pads, cushions and handles with a sanitizer agent that is non -corrosive and
leaves no residue, as instnicted by Contract Administrator.
5) Entrance Foyers, Heavy Traffic Areas:
1. Sweep and keep fully clean all entrance foyers on a daily basis.
2. Should an outdoor patio area be installed, which could be used for smoking, snacking, lunch, breaks,
etc. The contractor shall additionally clean area, tables, chairs, etc. On a regular daily basis and remove all
trash, replace all trash receptacle liners, etc.
6) Parking Lots and Parking Garages:
1. Remove debris via the use of manual brooms, mechanical broom squeegees, vacuums or blowers from
the parking lot and parking garage areas, so long as all of the debris is ultimately removed. Debris shall not
be simply pulverized or scattered or hidden from sight.
2. Remove any broken glass immediately whenever discovered or upon notification in all areas. Broken
glass is not to be swept off the surface into the grass, but shall be fully removed.
Page 82 of 107
Invitation for Bid (IFB) 106061,9
3. Sweeping shall be accomplished so as not to create the blowing of dirt or debris, or the creation of
excessive noise as a result of the use of mechanical power equipment.
4. At no time shall the blower material be directed into the street or other properties. Instead, all materials
shall be blown into a pile and properly disposed.
7) Other Outside Areas:
1. The entire outside grounds (in addition to parking lot) will be walked and have debris (including trash,
papers and limbs and other debris removed at least 2 times per week)
B. WEEKLY SERVICE:
1) General Areas and Offices:
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by the City.
2. Dust all venetian blinds, window sills and all light Fixtures.
3. Clean all glass partitions.
C. MONTHLY SERVICE:
1) General Areas and Offices:
1. Clean all air conditioning units and all surrounding areas to result in an appearance consistent with the
remaining ceiling areas. Cleaning must consist of vacuuming with filters and wiping with 10%chlorine
solution.
2. Clean, strip, buff and/or refinish various flooring as appropriate for given surfaces, textures, etc, with the
methods satisfactory to the City.
3. Clean the interior of all windows.
4. Clean and disinfect all trash receptacles and replace all liners.
2) Entrance Foyers, Patrons, etc.:
1. Vacuum all carpet.
2. Clean the interior of all windows.
D. FLOOR MAINTENANCE
1. Sweep clean the floor twice weekly, on Tuesdays and Fridays, unless otherwise directed by the Contract
Administrator.
2. Damp mop all floors a minimum of once per week, and more frequently if necessary.
(2) FIRE HEADQUARTERS COMPLEX
The following reflect specific areas within the Fire Headquarters Complex which require servicing per the
specifications:
1. Two (2) offices, library, lunchroom, rest rooms, and hallways of the 1 st floor of the 1131 Building.
2. Exercise room of the warehouse building.
3. Locker room, rest room facilities including shower area, waiting lounge (office) and hallways of the 2nd
floor - 1131 Building.
4. The entire 3rd floor of the 1151 Building: offices 1-17, library, small and large conference rooms,
workroom, lunchroom, rest rooms, all open areas, hallways, and lobbies.
5. Two (2) offices, workshop and rest rooms on the 1 st floor of the 1151 Building, and
6. All stairwells, elevators, and lobby areas.
A. DAILY SERVICE:
1) General Areas and Offices:
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Empty all recycle bins.
3. Empty and sift all sand ums.
4. Vacuum all carpet.
5. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
6. Clean and disinfect all drinking fountains.
Page 83 of 107
Invitation for Bid (IFB) 106061,9
7. Spot clean all carpets.
8. Dust all surfaces of office furniture (desks, bookcases, etc.).
9. Sweep and damp mop all elevators, stairwells, and outside ramps, including the cleaning of doors, walls,
bright works, railings, etc.
10. Damp mop all tile floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
11. Ensure all water coolers are cleaned.
12. Clean the employees' kitchen area including all floors, tables, sinks, and appliances.
13. All accumulated dishes shall be washed, dried and stored properly.
2) Restrooms
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
12. Replenish all freshener sprays.
13. Clean and sanitize all shower and dressing areas (including removing mildew, mold, water residue,
dirt, etc.), including the cleaning of all shower hardware, walls and floors.
NOTE: Shift supervisors and/or assigned designees shall be required to inspect each bathroom at a
minimum of every two (2) hours and initiate any action necessary to eliminate noted deficiencies in order
to maintain consistently clean and usable facilities (for those permanently staffed facilities).
3) Locker Room:
1. Remove all trash, debris, toiletries, or other articles left unattended outside all lockers and that which
appears to be abandoned.
2. Vacuum all carpeted areas.
3. Dust and clean all exterior surfaces of lockers, including the front, sides and all top areas.
4. Clean all windows and sills.
5. Dust and clean all benches.
6. Clean all dirt and marks on all walls, doors, light switches, etc.
7. Clean and sanitize all rest rooms in accordance with the above Restroom section.
8. Clean and sanitize all shower and dressing areas, including the cleaning of all shower hardware, walls
and floors.
9. Clean and sanitize all shower and dressing areas (including removing mildew, mold, water residue, dirt,
etc.), including the cleaning of all shower hardware, walls and floors.
4) Gym Area:
1. Sweep and damp and/or wet mop all hard floors.
2. Vacuum all carpeted areas, including any carpeted wall areas.
3. Clean and disinfect all drinking fountains.
4. Clean all offices in accordance with Section 1.1 as previously cited.
5. Clean all walls, doors, light switches, window sills and keep free from dirt, markings, etc.
6. Wipe down gym equipment pads, cushions and handles with a sanitizer agent that is non -corrosive and
Page 84 of 107
Invitation for Bid (1FB) 106061,9
leaves no residue, as instructed by Contract Administrator,
5) Entrance Foyers, Heavy Traffic Areas:
1. Sweep and keep fully clean all entrance foyers on a daily basis.
2. Should an outdoor patio area be installed, which could be used for smoking, snacking, lunch, breaks,
etc. The contractor shall additionally clean area, tables, chairs, etc. On a regular daily basis and remove all
trash, replace all trash receptacle liners, etc.
6) Parking Lots and Parking Garages:
1. Remove debris via the use of manual brooms, mechanical broom squeegees, vacuums or blowers from
the parking lot and parking garage areas, so long as all of the debris is ultimately removed. Debris shall not
be simply pulverized or scattered or hidden from sight.
2. Remove any broken glass immediately whenever discovered or upon notification in all areas. Broken
glass is not to be swept off the surface into the grass, but shall be fully removed.
3. Sweeping shall be accomplished so as not to create the blowing of dirt or debris, or the creation of
excessive noise as a result of the use of mechanical power equipment.
4. At no time shall the blower material be directed into the street or other properties. Instead, all materials
shall be blown into a pile and properly disposed.
7) Other Outside Areas:
1. The entire outside grounds (in addition to parking lot) will be walked and have debris (including trash,
papers and limbs and other debris removed at least 2 times per week)
B. WEEKLY SERVICE:
1) General Areas and Offices:
1. Dust aII areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by the City.
2. Dust all venetian blinds, window sills and all light fixtures.
3. Clean all glass partitions.
C. MONTHLY SERVICE:
1) General Areas and Offices:
1. Clean all air conditioning units and all surrounding areas to result in an appearance consistent with the
remaining ceiling areas. Cleaning must consist of vacuuming with filters and wiping with 10° ochlorme
solution.
2. Clean, strip, buff and/or refinish various flooring as appropriate for given surfaces, textures, etc, with the
methods satisfactory to the City.
3. Clean the interior of all windows.
4. Clean and disinfect all trash receptacles and replace all liners.
2) Entrance Foyers, Patrons, etc.:
1. Vacuum all carpet.
2. Clean the interior of all windows.
3.4.5. GROUP 5 — Class C Buildings — Parks and Recreation Department
(1) PARKS OPERATIONS TRAILERS - 1950 NNy' 12 Avenue, Miami, Florida
I. FREQUENCY OF SERVICE
Services shall be conducted between the hours of 8:00 a.m. and 4:00 p.m.; Monday through Friday.
II. STAFFING REQUIREMENTS:
It shall be the Contractor's best judgment as to providing the required number of personnel to produce
quality results in accordance with specifications. Contractor is not required to maintain on -duty staff all day
between the hours of 8:00 a.m. to 5:00 p.m., however, Contractor is required to provide one (1) employee
to provide services for a minimum of two (2) hours each day at Parks Operations. Employee(s) must sign in
and sign out each day, to include arrival and departure times. Contractor must supply sufficient number of
personnel on a daily basis to perforin all work. Failure to supply sufficient personnel or adhere to the
minimum hourly requirements will subject Contractor to a reduction in payment by the City and a default
of the contract.
Page 85 of 107
Invitation for Bid (IFB) 106061,9
A. GENERAL AREAS AND OFFICES
1) On a Daily Basis
1. Empty and clean waste baskets, and replace plastic liners.
2. Vacuum all carpeting and comers.
3. Remove dirt andior marks from doors, walls, light switches, glass panels, and partitions.
4. Clean and disinfect all drinking fountains.
5. Spot clean all carpets.
6. Dust all surfaces of office furniture (desk, tables, files, etc.) and fixtures. (Note: some personnel may
request that their personal desk be excluded; however, this solicitation is based on the dusting of all office
furniture and fixtures).
7. Sweep and damp mop elevators, stairwells, and outside ramps; (including the cleaning of doors, walls,
bright work, railing, etc.).
8. Damp mop all tile floors, using appropriate yellow colored warning devices to safeguard the public.
9. Ensure water coolers are cleaned.
10. Clean employees kitchen area, including floors, tables, sink, and appliances.
2) On a Weekly Basis
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by the City.
2. Dust all venetian blinds, window sills and all light fixtures.
3. Clean all glass partitions.
4. Vacuum and clean designated "high traffic" carpet areas with the method and/or system as designated by
the City.
3) On a Monthly Basis
1. Clean all air-conditioning vents and surrounding area to result in appearance consistent with remaining
ceiling area (cleaning must consist of vacuuming with filters and wiping with chlorine solution).
2. Clean, strip, buff and/or refinish various flooring as appropriate for given surfaces, textures, etc. (with
methods satisfactory to the Contract Administrator)
3. Vacuum and clean all carpet.
4. Clean interior windows.
5. Clean and disinfect all trash receptacles and replace plastic liners.
4) On a Quarterly Basis
1. Shampoo carpets thoroughly every quarter.
B. RESTROOMS
1) On a Daily Basis
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
12. Wash, clean and disinfect all urinals' walls and stall partitions. Note: Contract Administrator and/or
designated representative will inspect each bathroom once a day prior to Contractor's employee(s) leaving,
Page 86 of 107
Invitation for Bid (IFB) 106061,9
and identify to the Contractor and/or its employee(s) any deficiencies in order to maintain consistently
clean and usable facilities. Consistent notification of deficiencies may subject Contractor to removal from
the contract for nonperformance.
(2) CHARLES HADLEY PARK - 1300 NW 50 Street, Miami, Florida
I. FREQUENCY OF SERVICE:
Daily/Weekly/Monthly/Quarterly Services shall be conducted between the hours of 8:00 AM and 12:00
PM, and Twice Daily Service between 8:00 AM and 12:00 PM and again between 7:00 I'M and 10:00 PM,
Monday through Saturday, excluding holidays.
1I. STAFFING REQUIREMENTS:
It shall be the Contractors' judgment as to providing the necessary personnel to produce quality results in
accordance with all specifications. Contractor is not required to maintain on -duty staff at all times between
the hours of 8:00 AM to 12:00 PM, for Daily/Weekly/Monthly Service and 7:00 PM to 10:00 PM for
Twice Daily Service. However, it is anticipated staffing would come into the facility and thoroughly clean
the same in accordance with the specifications and then vacate the premises. Be advised that should the
City detennine the staffing levels or the amount of time personnel spends cleaning the facility on a daily or
weekly basis is insufficient to produce a satisfactory service according to the City, the Contractor shall be
obligated to supply additional personnel or increase the number of hours to fully satisfy City requirements.
A. GENERAL AREAS, KITCHEN, MAIN MEETING ROOM, OFFICES, RECREATION ROOM,
CLASS ROOMS, COMPUTER LAB, WEIGHT TRAINING ROOM, EQUIPMENT ROOMS,
DANCE STUDIO, DRESSING ROOMS, BLACK BOX THEATER, RESTROOMS IN DRESSING
ROOMS AND INTERIOR HALLWAYS:
1) Daily Service
I . Empty and fully clean all waste baskets, and replace all plastic liners.
2. Sweep all floors, and outside entrance ramps.
3. Clean all doors, walls, windows, bright works, railings, etc.
4. Vacuum all spot clean all carpet areas.
5. Damp mop all linoleum and tile floors at least once per shift, using appropriate yellow colored warning
devices to safeguard the public.
6. Ensure all water fountains are cleaned and disinfected.
7. Clean kitchen counter tops, stove, and sink.
B.RESTROOMS
1) Twice Daily Service
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright work.
4. Wash, clean, and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from mirrors, walls, partitions, and cabinets.
C. GENERAL AREAS, KITCHEN, MAIN MEETING ROOM, OFFICES, RECREATION ROOM,
CLASS ROOMS, COMPUTER LAB, WEIGHT TRAINING ROOM, EQUIPMENT ROOMS, AND
INTERIOR HALLWAYS:
1) Weekly Service
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by City.
2. Dust all mini -blinds, window sills, and all light fixtures.
3. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
4. Dust all surfaces of office furniture, bookcases, tables, and file cabinets.
5. Replace all floor mats with clean mats.
Page 87 of 107
Invitation for Bid (IFB) 106061,9
2) Monthly Service
1. Clean the exterior and interior of all windows and doors (glass and wooden).
3) Bi -Monthly Service
1. Strip, buff and resurface all linoleum and tile floors.
2. Shampoo and steam clean all carpets.
(2)JOSE MARTI PARK - 351 SW 4 Street, Miami Florida
I. FREQUENCY OF SERVICE
Daily/Weekly/Monthly/Quarterly Services shall be conducted between the hours of 8:00 AM and 1:00 PM,
and Twice Daily Service between 8:00 AM and 1:00 PM and again between 7:00 PM and 9:00 PM,
Monday through Saturday, excluding holidays.
II. STAFFING REQUIREMENTS
It shall be the Contractors' judgment as to providing the necessary personnel to produce quality results in
accordance with all specifications. Contractor is not required to maintain on -duty staff at all times between
the hours of 8:00 AM to 1:00 PM, for Daily/Weekly/Monthly Service and 7:00 PM to 9:00 PM for Twice
Daily Service, with the exception of one (1) porter who shall be required to work eight hours each day
service is provided. However, it is anticipated staffing would come into the facility and thoroughly clean
the same in accordance with the specifications and then vacate the premises. Be advised that should the
City detennine the staffing levels or the amount of time personnel spends cleaning the facility on a daily or
weekly basis is insufficient to produce a satisfactory service according to the City, the Contractor shall be
obligated to supply additional personnel or increase the number of hours to fully satisfy City requirements.
A. GENERAL AREAS, OFFICES, KITCHEN, AEROBICS / DANCE ROOM, RECREATION
ROOM, CLASS ROOMS, COMPUTER LAB, WEIGHT TRAINING ROOM, EQUIPMENT
ROOMS, AND INTERIOR HALLWAYS:
1) Daily Service
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Sweep all floors, and outside entrance ramps.
3. Clean all doors, walls, windows, bright works, railings, etc.
4. Vacuum all spot clean all carpet areas.
5. Dainp mop all linoleum and tile floors at least once per shift, using appropriate yellow colored warning
devices to safeguard the public.
6. Ensure all water fountains are cleaned and disinfected.
7. Clean kitchen counter tops, stove, and sink.
2) Restrooms: Twice Daily Service
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright work.
4. Wash, clean, and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from mirrors, walls, partitions, and, cabinets.
3) Weekly Service
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by City.
2. Dust all mini -blinds, window sills, and all light fixtures.
3. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
4. Dust all surfaces of office furniture, bookcases, tables, and file cabinets.
4) Monthly Service
1. Clean the exterior and interior of all windows and doors (glass and wooden).
Page 88 of 107
Invitation for Bid (IFB) 106061,9
5) Bi -Monthly Service
1. Strip, buff and resurface all linoleum and tile floors.
2. Shampoo and steam clean all carpets.
(4)VIRRICK PARK GYM - 3230 Hibiscus Street Coconut Grove
I. FREQUENCY OF SERVICE:
Daily/Weekly/Monthly/Quarterly Services shall be conducted between the hours of 8:00 AM and 12:00
PM, and Twice Daily Service between 8:00 AM and 12:00 PM and again between 6:OOPM and 8:00 PM,
Monday through Sunday, excluding holidays.
II. STAFFING REQUIREMENTS:
It shall be the Contractors' judgment as to providing the necessary personnel to produce quality results in
accordance with all specifications. Contractor is not required to maintain on -duty staff at all times between
the hours of 8:00 AM to 12:00 PM, for Daily/Weekly/Monthly Service and 6:00 PM to 8:00 PM for Twice
Daily Service. However, it is anticipated staffing would come into the facility and thoroughly clean the
same in accordance with the specifications and then vacate the premises. Be advised that should the City
determine the staffing levels or the amount of time personnel spends cleaning the facility on a daily or
weekly basis is insufficient to produce a satisfactory service according to the City, the Contractor shall be
obligated to supply additional personnel or increase the number of hours to fully satisfy City requirements.
A. GENERAL AREAS, KITCHEN, OFFICES, TEEN ROOM, CLASS ROOM, AND EQUIPMENT
ROOM:
1) Daily Service
1. Vacuum and spot clean all carpet areas.
2. Damp mop all tile floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
3. Empty and fully clean all waste baskets, and replace all plastic liners.
4. Sweep and damp mop stairwells, and outside ramps, including the cleaning of doors, walls, bright
works, railings, etc.
5. Ensure all water fountains are cleaned and disinfected.
6. Clean kitchen counter tops, stove, and sink.
7. Equipment in fitness center and basketball gymnasium.
2) Weekly Service
1. Dust all areas too high to be reached in non -nal daily service, including record areas and/or other
specialized areas as indicated by City.
2. Dust all mini -blinds, window sills, and all light fixtures.
3. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
4. Dust all surfaces of office furniture, bookcases, tables, and file cabinets.
3) Monthly Service
1. Clean the interior of all windows and doors (glass and wooden).
2. Sweep stairwells.
B. RESTROOMS: TRICE DAILY SERVICE
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright work.
4. Wash, clean, and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
C. GYM FLOOR:
1) Daily Service
Page 89 of 107
Invitation for Bid (IFB) 106061,9
1. Sweep Vinyl floors with treated dust mop and wet mop to remove any spots.
2) Weekly Service
1. Spray buff with high speed machine.
3) Bi -Monthly
1. Completely strip and wax the floor.
2. Shampoo and steam clean all carpets.
(5)JOSE MART] PARK GYM - 351 SW 4th StreetMiami. FL
FREQUENCY OF SERVICE:
Daily/Weekly/Monthly Services
Between the hours of 8:00 AM and 1:00 PM
Twice Daily Services
Monday - Friday: Between 8:00 AM and 12:00 PM and again between 8:OOPM and 10:00 PM
Saturdays and Sundays, excluding Holidays: Between 8:00 AM and 12:00 PM and again between
3:OOPM and 6:00 PM.
STAFFING REQUIREMENTS:
It shall be the Contractors' judgment as to providing the necessary personnel to produce quality results in
accordance with all specifications. Contractor is not required to maintain on -duty staff at all times between
the hours specified. However, it is anticipated staffing would come into the facility and thoroughly clean
the same in accordance with the specifications and then vacate the premises. Be advised that should the
City determine the staffing levels or the amount of time personnel spends cleaning the facility on a daily or
weekly basis is insufficient to produce a satisfactory service according to the City, the Contractor shall be
obligated to supply additional personnel or increase the number of hours to fully satisfy City requirements.
A. GENERAL AREAS, KITCHEN, OFFICES, TEEN ROOM, CLASS ROOM, AND
EQUIPMENT ROOM:
1) Daily Service
Vacuum and spot clean all carpet areas.
2. Damp mop all floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
3. Empty and fully clean all waste baskets, and replace all plastic liners.
4. Sweep and damp mop stairwells, and outside ramps, including the cleaning of doors, walls, bright
works, railings, etc.
5. Ensure all water fountains are cleaned and disinfected.
Clean kitchen counter tops, stove, and sink.
7. Equipment in fitness center and basketball gymnasium is to be wiped down once daily, as specified
by the Contract Administrator. In order to avoid any damage to this specialized equipment, service is not to
be provided until specific care instructions are provided by the Contract Administrator.
2) Weekly Service
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by City.
2. Dust all mini -blinds, window sills, and all light fixtures.
3. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
4. Dust all surfaces of office furriture, bookcases, tables, and file cabinets.
5. Refrigerators shall be cleaned.
3) Monthly Service
1. CIean the interior of all windows and doors (glass and wooden).
Sweep stairwells.
B. RESTROOMS: TWICE DAILY SERVICE
Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
Page 90 of 107
Invitation for Bid (IFB) 106061,9
blocks.
3. Clean and polish all mirrors and all bright work.
4. Wash, clean, and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
C. GYM FLOOR:
1)
Daily Service
1.
Dust mop and remove streaks.
D.
AEROBICS ROOM:
1)
Daily Service
1.
Sweep and Mop
E.
BLEACHERS
1) Twice Weekly and as Needed
1. Sweep and Mop.
(6) GRAPELAND HEIGHTS WATER PARK - 1550 NW 37 Avenue, Miami, Florida
I. FREQUENCY OF SERVICE
Service will be required during the months of May through September only, in accordance with the
following schedule.
Monday— Sunday, 9:00 a.m. to 8:00 p.m.
Weather pennitting, hours subject to change.
II. STAFFING REQUIREMENT:
Monday through Sunday:
Morning Shift: 3 Staff members (at least one male/at least one female) 9:00 AM to 5:00 PM
Evening Shift: 3 Staff members (at least one male/at least one female) 4:00 PM to 8:00 PM **
** Evening Shift (4:OOPM - 8:OOPM) may be canceled by the Contract Administrator or designee due to
inclement weather. Contractor shall receive notification from Contract Administrator or designee that the
Park will be closed and that the Evening Shift will be canceled by no later than 2:OOPM on the day of
cancellation. If a decsion to close the park is made after 2:OOPM, or if Contractor is not made aware of
decision to close Park prior to 2:00 PM on the day of closure, Evening shift shall report to work and shall
be compensated for entire shift (4:OOPM - 8:OOPM).
Once employees covering the Evening shift have arrived on site, barring receipt by Contractor of
notification of Park closure prior to 2:OOPM, they shall be compensated for entire 4 -hour shift.
Bidding on this Evening Shift shall be o tp ional. Bid prices for Evening shift shall not be calculated into
the Living Wage Rate Sheet.
A. RESTROOMS - DAILY SERVICE:
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
Page 91 of 107
Invitation for Bid (IFB) 106061,9
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
(7) LITTLE HAITI CULTURAL CENTER - 2;0 NE 59th Terrace. Miami. Florida
I. FREQUENCY OF SERVICE:
Daily/Weekly/Monthly/Quarterly/Yearly Services shall be conducted between the hours of 9:00 AM and
5:00 PM, Monday through Friday, excluding holidays.
I1. STAFFING REQUIREMENTS:
It shall be the Contractors' judgment as to providing the necessary personnel to produce quality results in
accordance with all specifications. Contractor is not required to maintain on -duty staff at all times between
the hours of 9:00 AM to 5:00 PM, for Daily/Weekly/Monthly However, it is anticipated staffing would
come into the facility and thoroughly clean the same in accordance with the specifications and then vacate
the premises. Be advised that should the City determine the staffing levels or the amount of time personnel
spends cleaning the facility on a daily or weekly basis is insufficient to produce a satisfactory service
according to the City, the Contractor shall be obligated to supply additional personnel or increase the
number of hours to fully satisfy City requirements.
A. DAILY SERVICE:
1) General Areas, Kitchen, Main Meeting Room, Offices, Recreation Room, Class Rooms, Computer
Lab, Lobby, Gallery, Arts And Craft Room, Theater, Sound Booth And Interior Hallways:
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Sweep all floors.
3. Clean all doors, door handles, walls, windows, bright works, railings, etc.
4. Vacuum and spot clean all carpet areas utilizing industry standard methods.
5. Damp mop all linoleum and the floors at least once per shift, using appropriate yellow colored warning
devices to safeguard the public.
6. Ensure all water fountains are cleaned and disinfected.
7. Clean kitchen counter tops, stove, and sink.
8 Clean all interior/ exterior glass (including sound booth, glass doors and areas in theater) for finger
smudges from eye level and down.
9. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
10. Dusting of equipment in sound booth.
2) Restrooms:
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright work.
5. Wash, clean, and disinfect all trash receptacles and replace all plastic liners.
6. Wet mop and disinfect all floors.
7. Scour and disinfect all sinks and counter tops. WD -40 to be used on all stainless steel (No Substitution)
MUST WIPE WITH THE GRAIN, NOT AGAINST.
8. Remove all splash marks from mirrors, walls, partitions, and cabinets.
9. Wipe down all railings and door handles.
B. WEEKLY SERVICE:
1) General Areas, Kitchen, Main Meeting Room, Offices, Recreation Room, Class Rooms, Computer
Lab, Lobby, Gallery, Arts and Craft Room, Theater, Sound Booth and Interior Hallways:
1. Dust all areas too high to be reached in normal daily sei-vice, including record areas and/or other
specialized areas as indicated by City.
2. Dust all mini -blinds, window sills, and all light fixtures.
3. For Terrazzo floors Damp Mop lightly soiled floors with neutral cleaner. Heavily soiled floors should
be scrubbed with a mechanical buffing machine and neutral cleaner. Mop up residue with clean water
before it dries. Allow to dry and buff with a dry brush.
Page 92 of 107
Invitation for Bid (IFB) 106061,9
4. Dust all surfaces of office himiture, bookcases, tables, and file cabinets.
5. Mop dance studio floors with vinegar and water solution.
6. Clean and polish wall to wall mirrors found in dance studios
7. Polish all railings and door handles. WD 40 to be used on all stainless steel (No Substitution). MUST
WIPE WITH THE GRAIN, NOT AGAINST
8. Dusting and other prescribed cleaning methods TBD by facility manager of city owned artwork on the
premises VENDOR IS NOT TO BE RESPONSIBNLE FOR CLEANING ANY NON -CITY ARTWORK,
LIGHTING OR SOUND, PROPS OR SETS AND SHOULD NOT TOUCH.
9. For Vinyl Composition Floors, damp mop the floor using dilute, neutral detergent solution. Light
scrubbing with an automatic floor machine may be needed in heavily soiled areas. Rinse floor with clean
water and allow to dry completely.
C. MONTHLY SERVICE:
1) General Areas, Kitchen, Main Meeting Room, Offices, Recreation Room, Class Rooms, Computer
Lab, Lobby, Gallery, Arts and Craft Room, Theater, Sound Booth and Interior Hallways:
1. Clean the exterior and interior of all windows and doors (glass and wooden) beyond eye level.
2. Cleaning of theater curtains.
3. On vinyl composition floors, damp mop or light scrub followed by spray buffing or high-speed
burnishing.
D. QUARTERLY SERVICE:
1)General Areas, Kitchen, Main Meeting Room, Offices, Recreation Room, Class Rooms, Computer
Lab, Lobby, Gallery, Arts and Craft Room, Theater, Sound Booth and Interior Hallways:
1. Strip, buff and resurface all linoleum and tile floors.
2. Crystallize application (dry foam) cleaning.
3. Dusting and sweeping of Catwalk area.
*Note: Contractor must consult with the Facility Manager prior to performing this task to ensure
compliance with manufacturer cleaning recommendations.
E. YEARLY SERVICE:
1. Cleaning of theater lights.
F. AS NEED FOR PRE/POST EXHIBIT/PERFORMANCE:
1) Theater, Theater Lobby, Gallery:
1. Mopping of theater floor with vinegar and water solution.
2. Vacuuming of approx. 288 theater seats.
3. Through spot clean of walls inside of theater on both lower and upper level.
4. Cleaning of dressing rooms, including showers and restrooms.
5. All cleanings as prescribed above in sections 1, 2, 3 and 4 that pertain to theater, theater lobby and
gallery.
(8) SANDRA DE LUCCA DEVELOPMENT CENTER - 4560 NW 4th Terrace (Approximately 5000
SQ. Ft.
I. FREQUENCY OF SERVICE
Services shall be conducted between the hours of 7:00 AM and 7:00 PM, Monday through Friday,
excluding holidays.
II. STAFFING REQUIEMENTS:
Contractor may be required to work at different hours depending on the facility needs between the hours of
lam and 7pm. It shall be the Contractors' judgment as to providing the necessary personnel to product
quality results in accordance with all specifications. Contractor is not required to maintain on -duty staff at
all times between the hours of 7:00 AM to 7:00 PM, however, it is anticipated staffing would come into the
facility during the times specified by the Contract Administrator and thoroughly clean the same in
accordance with the specifications and then vacate the premises.
Page 93 of 107
Invitation for Bid (IFB) 106061,9
Be advised that should the City determine the staffing levels or the amount of time personnel spends
cleaning the facility on a daily or weekly basis is insufficient to produce a satisfactory service according to
the City, the Contractor shall be obligated to supply additional personnel or increase the number of hours to
fully satisfy City requirements.
A. GENERAL AREAS, KITCHEN, APARTMENT, OFFICES, AND CLASS ROOMS:
1) Daily Service
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Sweep and damp mop stairwells, and outside ramps, including the cleaning of doors, walls, bright
works, railings, etc.
3. Ensure all water fountains are cleaned and disinfected.
4. Clean kitchen counter tops, stove, and sink.
5. Vacuum and spot clean all carpet areas.
6. Damp mop all tile floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
2) Weekly Service
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by City.
2. Dust all mini -blinds, window sills, and all light fixtures.
3. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions, lockers, tub
in "apartment".
4. Dust all surfaces of office furniture and apartment and classroom desks, bookcases, bed, end table, and
dining room set.
3) Annually
1. Shampoo carpet and mats (January / August)
B. RESTROOMS:
1) Daily Service
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks / screens.
3. Clean and polish all mirrors and all bright work.
4. Wash, clean, and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
C. GENERAL AREAS, KITCHEN, APARTMENT, OFFICES, CLASSROOMS AND EXTERIOR
PORCH:
1) Semi -Annually
1. Scrub all tile floors. (January /August)
2. Pressure wash patio, ramps and stairwells
3. Clean the inside of the kitchen cabinets
D. OUTSIDE AREA:
1) Twice Weekly Service
1. Clean tile porch and ramps.
2. Empty trash cans.
3. Pick up parking lot trash.
2) Monthly Service
1. Clean the interior of all windows and doors (glass and wooden).
Page 94 of 107
Invitation for Bid (IFB) 106061,9
2. Sweep stairwells.
3.4.6. GROUP 6 — Class C Building — Public Facilities Department
(1) MANUEL ARTIME COMMUNITY CENTER - 900 & 970 S.W. 1 st Street, Miami, Florida 33130
The successful bidder ("Contractor") shall be required to provide services to the Common Areas and the
Office Areas in addition to specified areas of the Main Auditorium. Services are to be performed in such a
manner as to ensure facility is maintained in an attractive, clean and sanitary condition.
1. FREQUENCY OF SERVICE / STAFFING REQUIREMENT
Daily service shall be between the hours of 7:00 a.m. to 7:00 p.m., Monday through Friday. Weekend
service shall be between the hours of 8:00 a.m. through 12:00 noon, Saturday and Sunday. Daily service
requires two full time porters during these hours who will maintain the facility continually throughout the
day. Duties include, but are not limited to the following:
A. Maintain and monitor restrooms and re -supply paper goods and soap throughout the day.
B. Maintain elevators and water fountains throughout the day.
C. Maintain the facility continually throughout the day, in accordance with the Scope of Work
Weekend service shall be provided by one (1) custodian between the hours of 8:00 a.m. and 12:00
noon, Saturday and Sunday, as instructed by Contract Administrator.
Contractor shall also provide the necessary supervision to ensure services are performed in full accordance
with specifications.
Janitorial/Custodial personnel will not normally be required to work on legal holidays.
A. SERVICES REQUIRED ON A DAILY FIVE DAY PER WEEK BASIS:
1) Common Areas and Administration Office:
1. Sweep all composition tile floors.
2. Mop all composition tile floor areas.
3. Vacuum all carpeted areas.
4. Spot clean carpeted areas.
5. Dust furniture including desks, counters, tables, files, among other areas as needed.
6. Spot clean glass doors and/or glass panels.
7. Spot clean walls, doors, light switches, among other areas as needed.
8. Clean and disinfect drinking fountains.
9. Collect and dispose of all waste materials.
10. Change soiled or torn liners on an as -needed basis.
2) Elevator, Stairways and Perimeter Area of the Center:
1. Sweep and mop elevator floors.
2. Clean and polish elevator walls, doors, and panels.
3. Police all inside and outside stairs and landings, and collect all debris.
4. Spot mop any spills from stairs and landings.
5. Collect all debris around the buildings, mini -park and mini -plaza
6. Collect and dispose of all waste materials
7. Change soiled or torn liners on an as -needed basis.
3) Restrooms:
1. Sweep all composition tile floor areas.
2. Mop and disinfect all composition tile floor areas.
3. Clean and sanitize urinals and commodes.
4. Clean and sanitize wash basins and counters.
5. Spot clean walls, doors, and partitions.
6. Collect and dispose of all waste materials.
7. Change torn or soiled liners on an as needed basis.
Page 95 of 107
Invitation for Bid (IFB) 106061,9
8. Clean and polish minors, dispensers and bright works.
9. Re -stock soap and paper products on an as needed basis.
B. SERVICES TO BE PROVIDED ON A WEEKLY BASIS:
1) Common Areas and Administration Office:
1. Perform high dusting.
2. Dust window blinds and window sills.
3. Clean glass doors and glass partitions.
C. SERVICES TO BE PROVIDED ON A MONTHLV BASIS:
1) Common Areas and Administration Office:
1. Clean air conditioning vents and grills.
2. Clean interior windows.
3. Clean and disinfect trash receptacles.
4. Machine scrub restroom floors.
D. SERVICES TO BE PROVIDED ON A QUARTERLY BASIS:
1) Common Areas and Administration Office:
1. Strip, seal and wax all composition tile floor areas.
2. Shampoo all carpeted areas.
E. SERVICES TO BE PROVIDED ON ANNUAL BASIS
1. Crystallizing/Polishing theater lobby mannol floor.
F. SERVICES TO BE PROVIDED ON A BI -ANNUAL BASIS:
1) Theater Area
1. Strip, seal and wax all composition tile floor areas.
2. Shampoo all carpeted areas.
G. CLOSING INSTRUCTIONS AND SERVICES TO BE PERFORMED:
1) Common Areas and Administration Office:
1. Tum off all lights.
2. Set any alarms.
3. Report any maintenance problems in managers log book.
H. SERVICES TO BE PERFORMED ON AN "AS -REQUESTED" BASIS:
The following services shall consist of the minimum standard requirements for providing the services to
the Main Auditorium of the Manuel Artime Cormnunity Center as indicated in this IFB. Services may need
to be performed approximately 170 times annually on an "as requested" basis. This is an estimate only, and
the City shall not be held to this estimated figure. Services may need to be perforned on a maximum period
of five hours; there will be times that only two hours will be available to perfonn the entire service. Bidders
are required to provide on the Price Sheet a cost to provide these "as requested" services. Failure to do so
shall deem your bid non-responsive.
1) Main Auditorium Including Balcony Area:
1. Sweep and mop stage area.
2. Vacuum all carpeted areas.
3. Vacuum chairs.
4. Spot clean carpeted areas and chair on an as -needed basis.
5. Sweep all composition tile floor areas.
6. Mop all composition tile floor areas.
7. Dust all window sills, tables, chair backs, among other locations as deemed necessary.
8. Clean and disinfect drinking fountains.
9. Clean dressing rooms including vacuuming, dusting, sweeping, mopping among other duties as deemed
necessary.
Page 96 of 107
Invitation for Bid (IFB) 106061,9
10. Clean interior windows on an as needed basis.
11. Clean and maintain floors, and buff and refinish on an as needed basis.
12. Clean all inside and outside stairways.
2) Restrooms:
1. Sweep all composition the floor areas.
2. Mop and disinfect all composition tile floor areas.
3. Clean and sanitize urinals and commodes.
4. Clean and sanitize wash basins and counters.
5. Clean and polish mirrors, dispensers and bright works.
6. Spot clean walls, doors, and partitions.
7. Collect and dispose of all waste materials.
S. Change torn or soiled Iiners on an as needed basis.
9. Re -stock soap and paper products on an as needed basis.
(2) DINNER KEY MARINA - 3400 Pan American Drive, Miami, FL 33133
(3) MIAMARINA AT BAYSIDE - 401 Bisca�,ne Boulevard, Miami, Florida 33132
1. CLEANING REQUIREMENTS
Cleaning requirements are divided into two distinct items. Essentially, the items are divided into both
indoor areas and outdoor areas. Indoor Areas: Consists mainly of cleaning Dockmaster's offices and
bathrooms. Outdoor Areas: Work is comprised for the most part of trash removal from sidewalks and piers.
IL FREQUENCY OF SERVICE
Work assignment shall be performed on a daily basis seven (7) days a week including holidays in order to
care for and maintain cleanliness of the piers, bathrooms and sidewalk. All work must be performed in the
mornings before noon. Scope of Work shall include, but is not limited to the following and portions
thereof: Cleaning and removal of trash from garbage containers located at each pier (Outdoor Areas).
Cleaning and removal of trash from bathrooms located at each side of the Dockoffice (Indoor areas).
Cleaning and removal of trash from the Marina Dock Office (Indoor areas).
A. MARINA OFFICES DAILY SERVICE
1. Wet mop floor
2. Empty waste baskets
B. RESTROOM DAILY SERVICE
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
C. SERVICES TO BE PERFORATED AT MIAMARINA AT BAYSIDE ONLY: PIER 5
FISHERMAN'S WHARF MIAMARINA:
The following tasks and estimated number of labor hours shall apply:
1. Pressure cleaning and walk areas: 10 hrs/monthly
2. Clean canopies: 12 lirshnonthly
Page 97 of 107
Invitation for Bid (IFB) 106061,9
3. Trash removal: 4 hrs/daily
4. Hosing down wharf: 4 hrs./weekly
j41MARINE STADIUM MARINA - 3501 Rickenbacker Causeway. Miami. FL 33149
I. CLEANING REQUIREMENTS:
Indoor Areas: Consists mainly of cleaning Marina Offices and restrooms.
1I. CLEANING FREQUENCY
Work assignments shall be performed on a daily basis seven (7) days a week including holidays in order to
care for and maintain cleanliness of the restrooms and Marina Offices. All work must be perfonned in the
mornings before noon.
A. RESTROOM DAILY SERVICES
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
B. MARINA OFFICES DAILY SERVICE
1. Wet mop floor
2. Empty waste baskets
3.4.7. GROUP 7 — Class C Buildings — Net Department
(1) UPPER EASTSIDE NET - 6599 Biscayne Boulevard
(2) LITTLE HAITI/EDISON/LITTLE RIVER NET - 6421 N.E. 2nd Avenue
(4) WYNWOOD/EDGEWATER NET - Roberto Clemente Park, 101 NW 34th Street
(5) ALLAPATTAH NET - 1901 N«' 24th Avenue
(6) OVERTOWN NET - Overtown Shopping Center, 1490 NW 3rd Avenue, 112-B
(7) DOWNTOWN NET -10 NE 9th Street
(8) WEST FLAGLER NET - 4343 West Flabler Street Suite 102
(9) FLAGAMI NET - 5135 NW 7th Street
(10) CORAL WAY NET - 2299 SW 27th Avenue
(11) NORTHEAST COCONUT GROVE NET - 2820 McFarlane Road
(12) SOUTHWEST COCONUT GROVE NET - 3692-B Grand Avenue
(13) LITTLE HAVANA NET, Warner House - 1275 NW Ist Street
The above facilities shall be maintained as per the below detailed specifications:
I. FREQUENCY OF SERVICE
All work shall be performed Monday through Friday, excluding Holidays, between the hours of 8:00 a.m.
and 5:00 p.m. Contractor shall not be paid for work not performed due to a Holiday or other reason for
closure of any such facility for any particular day. Provide custodial services, including rest rooms at above
locations three (3) times weekly.
I1. STAFFING REQUIREMENTS
It shall be the contractor's judgment as to the provision of sufficient personnel to produce quality results in
Page 98 of 107
Invitation for Bid (IFB) 106061,9
accordance with all specifications. Contractor is not required to Maintain on -duty staff between the hours of
8:00 a.m. to 5:00 p.m.: however, the crew(s) assigned to each location shall spend the necessary amount of
time to satisfactorily perforin all duties according to the specifications.
A. DAILY SERVICE:
1) General Areas and Offices:
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Empty all recycle bins.
3. Empty and sift all sand urns.
4. Vacuum all carpet.
5. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
6. Clean and disinfect all drinking fountains.
7. Spot clean all carpets.
8. Dust all surfaces of office furniture (desks, bookcases, etc.).
9. Sweep and damp mop all elevators, stairwells, and outside ramps, including the cleaning of doors, walls,
bright works, railings, etc.
10. Damp mop all tile floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
11. Ensure all water coolers are cleaned.
2) Restrooms:
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
B. MONTHLY SERVICE:
1) General Areas and Offices:
1. Clean the interior and exterior of all windows.
C. SEMI-ANNUAL SERVICE:
1. Clean, strip, buff, wax and/or refinish various flooring as appropriate for given surfaces, textures, etc,
with the methods satisfactory to the City.
2. Offices that have carpet, or a combination of carpet and flooring, shall be cleaned using a heavy duty
vacuuming method.
3.4.8. GROUP 8 — Class C Building — Code Enforcement
(1) CENTRAL AND NORTH CODE ENFORCEMENT OFFICE - 1400 N"36 Street. Lobbv Level,
Miami, FL 33142
I. FREQUENCY OF WORK
All work shall be performed Monday through Friday, excluding Holidays between the hours of 8 a.m. and
12 noon. Contractor shall not be paid for work not performed due to a Holiday or other reason for closure
of any such facility for any particular day. Provide custodial services, including rest rooms at above
location five (5) times a week.
Page 99 of 107
Invitation for Bid (IFB) 106061,9
II. STAFFING REQUIREMENTS
It shall be the contractor's judgment as to the provision of sufficient personnel to produce quality results in
accordance with all specifications. Contractor is required to maintain a duty custodian between the hours of
8 a.m. and 12 noon; however, the crew(s) assigned to this location shall spend the necessary amount of time
to satisfactorily perform all duties according to the specifications.
A. DAILY SERVICE:
1) General Areas and Offices:
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Empty all recycle bins.
3. Vacuum all carpet.
4. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
5. Clean and disinfect all drinking fountains.
6. Spot clean all carpets.
7. Dust all surfaces of office furniture (desks, bookcases, etc.).
8. Sweep and damp mop all elevators, stairwells, and outside ramps, including the cleaning of doors, walls,
bright works, railings, etc.
9. Damp mop all tile floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
10. Clean the main entrance glass doors/windows and remove all marks.
11. Ensure all water coolers are cleaned.
12. Clean the employees' kitchen area including all floors, tables, sinks, and appliances if located in Code
Enforcement Office.
2) Restrooms:
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright work.
4. Wash, clean, scour and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Remove all splash marks from walls, partitions, and cabinets.
7. Replace urinal screens on an as needed basis.
8. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
9. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
B. Monthly Service:
1) General Areas and Offices:
1. Clean, strip, buff, wax and/or refinish various flooring as appropriate for given surfaces, textures, etc,
with the methods satisfactory to the City.
2. Offices that have carpet, or a combination of carpet and flooring, shall be cleaned using a heavy duty
vacuuming method (steam cleaning).
C. Quarterly Service:
1. Clean the interior and exterior of all windows.
3.4.9. GROUP 9 — Class C Building - Public Works Department
(1) OPERATIONS TRAILERS. 1290 NW 20th Street
I. FREQUENCY OF WORK
All work shall be perfomled Monday through Friday, excluding Holidays between the hours of 8 a.m. and
12 noon. Contractor shall not be paid for work not performed due to a Holiday or other reason for closure
of any such facility for any particular day.
Page 100 of 107
Invitation for Bid (IFB) 106061,9
A. GENERAL AREAS & OFFICES
1) Daily Service
1. Empty and fully clean ali waste baskets, and replace all plastic liners.
2. Vacuum all remove any stains to the office carpet.
3. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
4. Dust all surfaces of office furniture (desks, bookcases, etc.)
5. Ensure all water coolers are cleaned.
6. Supply their own cleaning materials (i.e. trash bags, mops, cleaning chemicals etc.)
B. RESTROOMS
1) Daily Service
1. Clean and disinfect all urinals and replace sanitary blocks as necessary and clean toilet bowls, both
inside and outside.
2. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
3. Clean and polish all mirrors and all bright work.
4. Wet mop and disinfect all floors.
5. Clean and dry all tables.
6. Scour and disinfect all sinks and counter tops.
7. Replace urinal screens as needed.
S. Provide disposal bags for sanitary products as needed where restrooms have provisions for those items.
C. PARKING LOTS AND PARKING GARAGES
1) Daily Service (As Applicable)
1. Remove debris via the use of mamial brooms, mechanical broom squeegees, vacuums or blowers from
the parking lot and parking garage areas, so long as all of the debris is ultimately removed. Debris shall not
be simply pulverized or scattered or hidden from sight.
2. Remove any broken glass immediately whenever discovered or upon notification in all areas. Broken
glass is not to be swept off the surface into the grass, but shall be fully removed.
3. Sweeping shall be accomplished so as not to create the blowing of dirt or debris, or the creation of
excessive noise as a result of the use of mechanical power equipment.
4. At no time shall the blower material be directed into the street or other properties. Instead, all materials
shall be blown into a pile and properly disposed of.
D. GENERAL AREAS AND OFFICES
1) Weekly Service
L Dust all areas too high to be reached in normal daily services, including file cabinets or other specialized
areas as indicated by the City.
3.4.10. GROUP 10 —Class C Building —Solid Waste Department
(1) SOLID WASTE - 1290 N.W. 20th Street, Miami. Florida
I. FREQUENCY OF SERVICE
All services shall be conducted between the hours of 7:00 a.m. and 4:00 p.m.; Monday through Friday with
one (1) hour for lunch.
II. STAFFING REQUIREMENTS
It is required that a staff person be assigned specifically to this facility for an eight (8) hour day due to the
heavy traffic flow of personnel and visitors. Additionally, a daily, weekly, monthly check -off sheet of all
duties will be provided to cleaning staff to ensure completion of all tasks required. Should the work not be
performed in a satisfactory manner as detennined solely by the City, the successful Bidder shall add
additional personnel and/or adjustments to working hours may be required.
III. HOLIDAYS:
The Department of Solid Waste works all holidays, except Christmas and Martin Luther King Birthday.
Cleaning personnel are expected to work in accordance with the prescribed schedule.
Page 101 of 107
Invitation for Bid (IFB) 106061,9
A. GENERAL AREAS AND OFFICES - DAILY SERVICE:
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Empty paper recycling bins.
3. Vacuum all carpet, including elevator and stairwell.
4. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
5. Clean and disinfect all drinking fountains.
6. Spot clean all carpets.
7. Dust all surfaces of office furniture (desks, tables, chairs, bookcases, etc.)
8. Sweep outside ramps, cleaning railings, etc.
9. Damp mop all tile floors, using appropriate yellow colored warning devices to safeguard the public.
10. Clean entrance doors and glass panels located in the main lobby.
11. Ensure all water coolers (1st and 2nd floors) are cleaned.
12. Clean employees' kitchen area including all floors, tables, sink, and appliances (stove, refrigerator,
microwave). Provide and replenish as needed all paper towels in the kitchen area (2nd floor).
B. RESTROOMS - DAILY SERVICE TO ADMINISTRATIVE OFFICES AND STOCKROOM
BUILDING:
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
12. Clean outside of entire toilet bowl.
C. ROLL CALL AND LOCKER ROOMS - DAILY SERVICE LOCKER ROOM:
1. Remove all trash, debris, toiletries, or other articles left unattended outside all lockers and that
which appears to be abandoned.
2. Vacuum all carpeted areas.
3. Dust and clean all exterior surfaces of lockers, including the front, sides and all top areas.
4. Clean all windows and sills, inside and outside.
5. Dust and clean all benches.
6. Clean all dirt and marks on all walls, doors, light switches, etc.
7. Clean and sanitize all rest rooms in accordance with the above Restroom section.
8. Clean and sanitize all shower and dressing areas, including the cleaning of all shower hardware, walls
and floors.
D. ENTRANCE FOYERS, HEAVY TRAFFIC AREAS, ETC. - DAILY SERVICE:
1. Sweep and clean on a daily basis.
2. Should an outdoor patio area be installed, which could be used for smoking, snacking, lunch, breaks,
etc., the contractor shall clean area, tables, chairs, etc. on a regular daily basis; remove all trash,; replace all
trash receptacle liners, etc.
3. Clean all window sills, inside and outside.
E. GENERAL AREAS AND OFFICE - WEEKLY SERVICE:
Page 102 of 107
Invitation for Bid (IFB) 106061,9
I. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by the City.
2. Dust all venetian blinds, window sills and all light fixtures.
3. Clean all glass partitions.
4. Vacuum and clean designated "high traffic" carpet areas with the method and/or system as designated by
the City.
5. Clean conference room table and chairs.
6. Damp mop floor mats.
F. GENERAL AREAS AND OFFICE - MONTHLY SERVICE:
1. Clean all air conditioning units and surrounding area to result in an appearance consistent with the
remaining ceiling areas. Cleaning must consist of vacuuming with filters and wiping with chlorine solution.
2. Clean, strip, buff and/or refinish various flooring as appropriate for given surfaces, textures, etc, with the
methods satisfactory to the City.
3. Vacuum and clean all carpet with the method and/or system as designated by the City.
4. Clean interior windows.
5. Clean and disinfect all trash receptacles and replace all liners.
G. ENTRANCE FOYERS, PATRONS, ETC. - MONTHLY SERVICE:
1. Clean, strip, buff and/or refinish various flooring as appropriate for given surfaces, textures, etc, with the
methods satisfactory to the City.
2. Vacuum and clean all carpet with the method and/or system as designated by the City.
3.4.11. GROUP 11— Class C Building — Homeless Assistance Office
(1) HOMELESS ASSISTANCE OFFICE - 1490 NW 3rd Ave. Suite105. Miami, FL 33130
Service Schedule: Monday through Friday (5 days), starting at 3:00pm and ending at 5:00 PM, except
Holidays.
A. GENERAL AREAS AND OFFICES
1) Daily Service
1. Empty and fully clean all waste baskets, and replace all plastic liners.
2. Vacuum all carpet.
3. Spot clean all carpets as requested by the City.
4. Damp mop all tile floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
5. Ensure all water coolers are cleaned.
2) Rleekly Service:
1. Dust all Venetian blinds, window sills and all light fixtures.
2. Clean all glass partitions.
B. RESTROOMS
1) Daily Service
1. Clean and replenish all paper, hand soap in all dispensers, and all toilet rolls in all fixtures.
2. Clean and disinfect all urinals and toilet bowls, including all toilet seats and replenish with sanitary
blocks.
3. Clean and polish all mirrors and all bright services.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Clean and dry all tables.
9. Replace urinal screens on an as needed basis.
Page 103 of 107
Invitation for Bid (IFB) 106061,9
10. Provide disposal bags for sanitary products as needed where restrooms have provisions for these items.
11. Where sanitary products dispensing machines are installed, clean and stock on an as needed basis.
3.4.12. GROUP 12 — Class C Buildings — General Services Administration
(1) ADMINISTRATION BUILDING - 1390 N.W. 20 Street, Second Floor
(2) COMMUNICATIONS COMPLEX - 1390 N.W. 20 Street, First Floor
(3) PROPERTY MAINTENANCE - 1975 N.W. 12 Avenue
(4) COMMUNICATIONS WAREHOUSE - 1101 N.W. South River Drive
I. FREQUENCY OF SERVICE
Administrative Building (Director/Administrative Offices. Fleet Administration. Graphic Reproductions.
and Communications Administrative Office):
Monday through Friday, excluding Holidays, between the hours of 8:00 a.m. and 5:00 p.m.
Communications Repair Center:
Monday through Friday, excluding Holidays, between the hours of 8:00 a.m. and 4:30 p.m.;
Property Maintenance Building:
Monday through Friday, excluding Holidays, between the hours of 8:00 a.m. and 4:00 p.m.;
Communications Warehouse:
Monday through Friday, excluding Holidays, between the hours of 9:00 a.m. and 4:00 p.m.
Successful Bidder shall not be paid for work not perfonned due to a Holiday or other reason for closure of
any such facility for an), particular day.
11. STAFFING REQUIREMENTS
It shall be the Successful Bidder's best judgment as to providing the required number of personnel to
produce quality results in accordance with specifications. Successful Bidder is not required to maintain
on -duty staff all day between the hours of 8:00 a.m. to 5:00 p.m., however., Successful Bidder is required to
provide:
General Services Administration — (Director/Administrative Offices. Fleet Administration. and Graphics
Reproduction areas):
one (1) employee to provide services for a minimum of three (3) hours each day
Property Maintenance:
A minimum of two (2) hours each day
Communications Administrative Office:
A minimum of two (2) hours — two days a week
Communications Repair Center:
A minimum of two (2) hours — two days a week
Communications Warehouse:
A minimum of two (2) hours — two days a week.
Employee(s) must sign in and sign out each day, to include arrival and departure times. Weekly attendance
logs are to be forwarded to the Contract Administrator for review and shall be utilized during the contract
renewal process. Successful Bidder must supply sufficient number of personnel on a daily basis to perform
all work at all locations. Failure to supply sufficient personnel or adhere to the minimum hourly
requirements will subject Successful Bidder to a reduction in payment by the City and a default of the
contract.
Successful Bidder shall be responsible in providing their employee(s) with a copy of the Custodial
Contract (teens/conditions) and to perform a supervised visit of each location with their employee(s).
Contractor shall ensure that their employee(s) meet the Contract Administrator. Repeated failure of
Successful Bidder's personnel to adhere to the terns and conditions stipulated in the Scope of Work and
Specifications shall result in the contractor's default of the contract.
NOTE: No City employee shall instruct Successful Bidder's employee(s) to perform additional tasks
and/or not to perform tasks identified in the specifications/scope of work for this contract. All requests are,
to immediately be reported by the Successful Bidder's employee(s) to the designated Contract
Administrator. The Contract Administrator shalll ensure that the contract is enforced properly.
Page 104 of 107
Invitation for Bid (IFB) 106061,9
A. DAILY SERVICE:
1) General Areas and Offices:
1. Empty and fully clean all wastebaskets, and replace all plastic liners.
2. Empty all office paper recycling bins.
3. Vacuum all carpeting and corners.
4. Remove all dirt and/or marks from doors, walls, light switches, glass panels, and partitions.
5. Clean and disinfect all drinking fountains.
6. Spot clean all carpets.
7. Dust all surfaces of office furniture (desks, tables, files, computers, computer screens, bookcases, phone
receptors, etc.) and fixtures.*
8. Sweep and damp mop all elevators, stairwells, and outside ramps, including the cleaning of doors, walls,
bright works, railings, etc.
9. Damp mop all tile floors at least once per shift, using appropriate yellow colored warning devices to
safeguard the public.
10. Clean the main entrance glass doors and remove all marks.
11. Ensure all water coolers are cleaned.
12. Clean the employees' kitchen area including all floors, tables, sinks, and appliances.
*This solicitation is based on the dusting of all office furniture and fixtures only and employee desks shall
only be excluded when written confinnation from the Director of the Department is given. Said document
shall be forwarded to the Successful Bidder and Contract Administrator.
2) Restrooms:
1. Clean and replenish all paper, hand soap in all dispensers, and all toilets rolls in all fixtures.
2. Clean and disinfect all urinals (walls and stall partitions) and toilet bowls, including all toilet seats and
replenish with sanitary blocks.
3. Clean and polish all mirrors and all bright work.
4. Wash, clean and disinfect all trash receptacles and replace all plastic liners.
5. Wet mop and disinfect all floors.
6. Scour and disinfect all sinks and counter tops.
7. Remove all splash marks from walls, partitions, and cabinets.
8. Replace urinal screens on an as needed basis.
9. Provide disposal bags for sanitary products, as needed, where restrooms have provisions for these items.
10. Where sanitary products dispensing machines are installed, clean and stock, as needed.
11. Refill toilet liners in dispenser for each bathroom stall.
NOTE: Departmental designee(s) will inspect each bathroom once a day prior to Successful Bidder's
employee(s) leaving; and identify to the Successful Bidder and/or its employee(s) any deficiencies in order
to maintain consistently clean and usable facilities. Repetitive inconsistencies are to be documented by the
departmental designee(s) and forwarded to the Contract Administrator for further action. Consistent
notification of deficiencies may subject Successful Bidder to removal from the contract for
non-perfornlance.
12. Entrance Foyers, Heavy Traffic Areas, etc.:
13. Sweep and keep fully clean all entrance foyers on a daily basis.
14. Should an outdoor patio area be installed, which could be used for smoking, snacking, lunch, breaks,
etc., the contractor shall additionally clean area, tables, chairs, etc. on a regular daily basis and remove all
trash; replace all trash receptacle liners, etc.
B. WEEKLY SERVICE:
1) General Areas and Offices:
1. Dust all areas too high to be reached in normal daily service, including record areas and/or other
specialized areas as indicated by the City.
Page 105 of 107
Invitation for Bid (IFB) 106061,9
2. Dust all venetian blinds, window sills and all light fixtures.
3. Clean all glass partitions.
4. Vacuum and clean designated "high traffic" carpet areas with the method and/or system as designated by
the City.
C. MONTHLY SERVICE:
1) General Areas and Offices:
1. Clean all air-conditioning vents and surrounding area to result in appearance consistent with remaining
ceiling area (cleaning must consist of vacuuming with filters and wiping with chlorine solution).
2. Clean, strip, buff, wax and/or refinish various flooring as appropriate for given surfaces, textures, etc.
(with the methods satisfactory to the City).
3. Offices that have carpet, or a combination of carpet and flooring, shall be cleaned using a heavy duty
vacuuming method.
4. Clean interior windows.
5. Clean and disinfect all trash receptacles (replace plastic liners).
NOTE: Upon request, the City may opt to have this type of Monthly Service performed after working
hours (i.e. 5:00 p.m.). Should the Contractor agree, the department designee shall ensure that city personnel
make the premises available to the Contractor, keeping the city property secured at all times.
D. QUARTERLY SERVICE:
1. Clean the interior and exterior of all windows.
2. If applicable, shampoo carpets thoroughly every quarter.
3. Clean the interior of office refrigerators.
Page 106 of 107
Invitation for Bid (IFB) 106061,9
Page 107 of 107