Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Responses
1 3187 North West 38th Street Miami, Florida 33142 October 25, 2015 Phone: 305-636-5099 Fax: 305-638-8082 City of Miami Procurement Annie Perez, Director/Chief Procurement Officer, CPPO Purchasing Department 444 SW 2 Ave Miami Florida 33130 Ref: Janitorial Services Proposal #508383 Able Business Services (ABSI) is pleased to submit our proposal to provide innovative, science based products, equipment and methods in providing superior cleaning techniques in servicing your facilities. We are industry trained and our cleaning program is focuses on microfiber cleaning techniques, such as mcrofiber mopping, electrostatic dusting, multi- filtration vacuuming, and color coding to prevent cross contamination. Through science based technology it has been proven that whether a facility is clean or not is not based on appearance alone, but on the absence of germs and bacteria that can't be seen. ABSI customer base has provided us with the kind of experience and expertise that's required to service the professional janitorial needs of both private institutions as well as governmental entities. We have been the successful janitorial vendor for Miami Dade County, State of Florida, Jackson Hospital, City of South, Miami TIB Banks, as well as several other federal governmental entities. These were of similar types of general needs whereby the expectations were very high in regard to maintaining consistent clean facilities. Our average length of tenure with these contracts and our success is reflective of the breath of our operational knowledge relative to managing their unique demands for perfection. In conclusion, we will be committed to your satisfaction each and every day and through the duration of this contract, and we look forward to this opportunity to provide you with professional janitorial services in a mutually beneficial business partnership. illiam Berry PresidentiCEOO-- Y ABLE BUSINESS SERVICES, INC. 3187 NW 38 ST MIA.MI, FL 33 142 (305)636-5099 2 Cover Page CITY OF MIAMI REQUEST FOR PROPOSALS (RFP) 508383 PROPOSER'NAME Able Business Services Inc. CONTACT PERSON Mr. William Berry - President LIASON FOR CONTRACT Mr. Randall Darling — Quality Control Manager PRIMARY OFFICE LOCATION 3187 NW 38 Street Miami, FL 33142 BUSINESS PHONE (305)-636-5099 FAX (305)-638-8082 EMAIL ADDRESS ablmaintl@bellsouth.net RFP # 508383 TITLE OF RFP REQUEST FOR PROPOSALS FOR JANITORAL SERVICES FEDERAL EMPLOYER ID 651156551 ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintlnbellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office TABLE OF CONTENTS EXECUTIVE SUMMARY PROPOSER'S EXPERIENCE AND PAST PERFORMANCE 5 ORGANIZATIONAL HISTORY AND STRUCTURE LIST OF COMPARABLE CONTRACTS KEY PERSONNEL & SUBCONTRACTORS PERFORMING SERVICES 6 ORGANIZATIONAL CHART 7 LIST OF KEY PERSONNEL 8 DESCRIPTION KEY PERSONNEL QUALIFICATIONS ASSIGNED TO CONTRACT 9-12 PROJECTS QUARTERLY 13 BI-MONTHLY 14 TRI-ANNUAL FLOOR CARE 15 SEMI-ANNUAL 16 BACKGROUND CHECK PROCEDURE 17 VETERAN TRAINING 18 APPROACH AND METHODOLOGY 19 APPROACH TO INSTITUTIONAL CLEANING 20 HEALTH -BASED CLEANING TECHNIQUES 20-21 CONTRACTOR EMERGENCY PLAN 22 INFORMATIONAL TECHNOLOGY 23-24 STAFFING 25 PLANNING 24-25 PERFORMANCE STANDARDS 26-28 STAFFING QUANTITY AND WORK SHIFTS 28 EQUIPMENT LIST 29-30 SUPPLIES LIST 31 CERTIFICATIONS 32-34 ACKNOWLEDGMENT OF ADDENDUM 34 FORM B-1 35-48 MATERIAL DATA SAFETY SHEETS ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 41 1) EXECUTIVE SUMMARY Able Business Services (ABS) was founded by William Berry after he retired after 30 plus years of experience in the field of vocational rehabilitation with the Department of Labor and Employment Security (DLES). During his tenure with DLES Mr. Berry was employed as the Regional Administrator for Miami Dade and Monroe County. Along with an extensive professional background in the public sector, Mr. Berry also has more than 20 years of real estate management experience and he has been industry trained in Health Based Cleaning by Coverall International Janitorial Services. Many of Able Business Services management team has either a BS or BA Degree. Randall Darling, Division Manager/Emergency Program Manager has a BBA Degree Business in Administration, and more than 20 years of relative managerial experience supervising large contracts. Additionally, Mr. Berry will be using his professional expertise for some 30 years as a Vocational Rehabilitation professional to employ and train US Veterans along with other special needs persons to include chronically unemployed socio-economically deprived individuals for our existing positions. William Berry /President Date 5I 2) ABLE BUSINESS SERVICE INC. EXPERIENCE AND PAST PERFORMANCE a. Background and Experience- ABSI has provided janitorial services to a variety of large and multi -facility projects including Miami Dade Water and Sewer (five locations), US Army (two locations), TIB Banks Administrative Offices and four branches, Carrie P Meek Technology Center and Miami Dade Transit. These projects highlight the diversity of our experience and signify the breath of our operations knowledge in relation to managing the unique demands of large, high traffic facilities. b. Building Maintenance Management- ABSI has established team with extensive maintenance experience. Our management team has amassed over 50 years combined maintenance experience, with average management tenure of 10 years. Our President brings 20 plus years of senior management experience and our Project Manager have extensive large facility operations expertise and quality control management. c. Employee Training- Able invests in employee training at all levels. Our training program includes methods of sanitation, employee empowerment, compliance with regulatory requirements, and health based cleaning. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintlnbellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 6I COMPARABLE CONTRACTS 1) MIAMI DADE COUNTY TRANSIT AUTHORITY- JUNE, 18, 2014 TO PRESENT, JORGE VILLIZON- FUEL ISLAND SUPERINTENANT, (305)-637-8673, THIS IS A FIVE YEAR CONTRACT $10 MILLION DOLLARE CONTRACT WHEREBY WE ARE RESPONSIBLE FOR CLEANING 180 BUSES PER NIGHT AT PRESTINE LEVEL STANDARDS AT THREE BUS TERMINALS. ADDITIONALLY, WE SERVICE 10 BUS FIELD SITE LOCATIONS THROUGHOUT MIAMI DADE COUNTY. WE UTILIZE VARIOUS CLEANING CHEMICALS TO INCLUDE HOSPITAL GRADE ACIDS AND DISINFECTANTS FOR EXTERIOR AND INTERIOR CLEANING. 2) MIAMI DADE COUNTY WATER & SEWER- CHERYL Ti-IOMAS HUGHES, (786)-552-8058, PURCHASING SPEC, $150, 000.00 PER YEAR TO PRESENT, CONTRACT PERIOD FROM 2008 TO PRESENT, ON A DAILY BASIS OVER 250,000 SQUARE FEET OF OFFICE CLEANING SPACE IS SERVICED. PROVISION OF SERVICE INCLUDES ROUTINE OFFICE CLEANING MAINTENANCE, STRIPPING AND WAXING, BUFFING AND SHAMPOOING OF CARPETS. HOSPITAL GRADE CLEANING SUPPLIES AND EQUIPMENT ARE BEING UTILIZED. 3) JACKSON HEALTH SYSTEMS-JUNE 2011 TO PRESENT, MICHAEL HUGHES, DIRECTOR OF ENVIRONMENTAL SERVICES, (305)-336-6183, $150, 000.00 TO PRESENT, PROVIDING OF SERVICES INCLUDED; ROUNTINE DAILY JANITORAL SERVICES, PRESSURE WASHING, STRIPPING & WAXING, CARPET SHAMPOOING, WINDOW WASHING, AND APPLIANCE CLELANING. HOSPITAL GRADE EQIPMENT AND CHEMICALS ARE BEING UTILIZED. 4) MIAMI DADE COUNTY PUBLIC WORKS — OCTOBER 2013 TO PRESENT, ALONZO KENDRICKS, WASTE MGT SUPERVISOR 11, (305-)773-0156, $30,000.00 PER YEAR, WE ARE PROVIDING DAILY OFFICE MAINTENANCE SERVICES WHEREBY VARIOUS ROUTINE OFFICE CLEANING SERVICES ARE PROVIDED TO INCLUDE QUARTERLY STRIPPING AND WAXING OF FLOORS. 5) MIAMI DADE COUNTY PUBLIC WORKS-OCTOBER 2013 TO PRESENT, FLOYD PICKNEY (786) 552-4261-SUPERVISOR WASTE WATER COLLECTION & TRANSMISSION DEPT, $30,000.00 TO PRESENT, WE ARE PROVIDING ROUNTINE OFFICE MAINTENANCE CLEANING SERVICES TO INCLUDE STRIPPING AND WAXING OF FLOORS. 6) CITY OF SOUTH MIAMI- STEVE KULICK, PURCHASING MANAGER, (305)-663-6339, JUNE 2012 TO JUNE 2013, $50,000.00 PER YEAR, FULL SERVICE JANITOTRAI SERVICES WERE PROVIDED FOR VARIOUS GOVERNMENTAL PROPERTIES, TO INCLUDE; PUBLIC WORKS DEPARTMENT, WASTE MAMAGEMENT, RECREATION CENTER, LIBRARY , AND POLICE DEPARTMENT. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl(,bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 7 ABLE BUSINESS SERVICES INC. ORGANIZATIONAL CHART WILLIAM BERRY PRESIDENT SPECIAL PROJECTS SUPERVISOR CASPER BERRY RANDALL DARLING JANITORIAL DIVISION MANAGER/Q&A MARK MILLS CONTRACT SUPERVISOR TRAVIS KENDRICK ASSISTANT SUPERVISOR RUFUS GAINES TRI- ANNUAL FLOOR CARE COORDINATOR DOROTHY CLARK BI- MONTHLY PROJECTS COORDINATOR SAN QUARTERMAN CHARLES HOLLOWAY QUARTERLY SEMI ANNUAL PROJECTS PROJECTS COORDINATOR COORDINATOR ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl(cr�,bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office List of Key Personnel -Able Business Services Inc. William Berry President Randall Darling Quality Assurance /Compliance Manager Casper Berry Special Projects Supervisor Mark Mills Contract Supervisor Travis Kendricks Assistant Supervisor Dorothy Clark Bi —Monthly Projects Coordinator Rufus Gaines Quarterly Projects Coordinator San Quarterman Tri- Annual Floor Care Coordinator Charles Holloway Semi -Annual Projects Coordinator ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl 2ibellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 9I Supervisor/QA MonitorinR - Randall Darling Basic Function Achieves and maintains the highest possible standard of cleanliness throughout the facility while maintaining good public relations with cleaning technicians and client. Perform specifically assigned janitorial functions, overseeing cleaning areas for quality control and to function as on -site point of contact. Perform quality control inspections and submits written reports. Principle Duties and Responsibilities Manage the day-to-day operations of specific areas, maintaining the quality and safety standards through the direct supervision of cleaning technicians. Supervises janitorial staff as directed by Able Management. Performs quality control inspections and submits written reports. Submit Work Orders when repair needs exist. Perform specifically assigned janitorial duties and tasks. Handles all requests in an immediate and professional manner; handling complaints quickly, thoroughly and effectively..Inspects equipment and storage areas daily, to insure that these areas are maintained and equipment is in good working conditions. Uphold the Philosophy and Objectives of ABLE Contract Services. Assist in the training of personnel. Perform all other tasks and assignments as may be required. May be Required to Work additional/different shifts, weekends or holidays. Job Requirements Specialized training in janitorial service operations. Knowledge of all equipment, materials and methods used in the everyday operation of janitorial services. Must gain thorough knowledge of the physical plant/layout of the facility ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 101 Contract Supervisor — Mark Mills Basic Function Achieves and maintains the highest possible standard of cleanliness throughout the facility while maintaining good public relations with cleaning technicians and client. Performs specifically assigned janitorial functions, overseeing cleaning areas for quality control and to function as on - site point of contact. Performs quality control inspections and submits written reports. Principle Duties and Responsibilities Manage the day-to-day operations of specific areas, maintaining the quality and safety standards through the direct supervision of cleaning technicians. Supervises janitorial staff as directed by Able Management. Performs quality control inspections and submits written reports. Submits Work Orders when repair needs exist. Performs specifically assigned janitorial duties and tasks, Handles all requests in an immediate and professional manner; handling complaints quickly, thoroughly and effectively. Inspects equipment and storage areas daily, to insure that these areas are maintained and equipment is in good working conditions. Uphold the Philosophy and Objectives of ABLE Contract Services. Assist in the training of personnel. Performs all other tasks and assignments as may be required. May be Required to Work additional/different shifts, weekends or holidays. Job Requirements Specialized training in janitorial service operations. Knowledge of all equipment, materials and methods used in the everyday operation of janitorial services Must gain thorough knowledge of the physical plant/layout of the facility ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office Special Pro'ects Supervisor Casper Berry Achieves and maintains the highest possible standard of cleanliness throughout the facility while maintaining good public relations with cleaning technicians and client. Performs specifically assigned janitorial functions, overseeing cleaning areas for quality control and to function as on -site point of contact. Performs quality control inspections and submits written reports. Principle Duties and Responsibilities Manage the day-to-day operations of specific areas, maintaining the quality and safety standards through the direct supervision of cleaning technicians. Supervises janitorial staff as directed by Able Management. Perfomis quality control inspections and submits written reports. Submits Work Orders when repair needs exist. Performs specifically assigned janitorial duties and tasks. Handles all requests in an immediate and professional manner: handling complaints quickly, thoroughly and effectively. Inspects equipment and storage areas daily, to insure that these areas are maintained and equipment is in good working conditions. Uphold the Philosophy and Objectives of ABLE Contract Services. Assist in the training of personnel. Performs all other tasks and assignments as may be required. May be required to Work additional/different shifts, weekends or holidays. Job Requirements Specialized training in janitorial service operations. Knowledge of all equipment, materials and methods used in the everyday operation of janitorial services. Must gain thorough knowledge of the physical plant/layout of the facility. Ability to communicate in the English language. Minimum 3 years in supervisory positions ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 12 I Assistant Supervisor Travis Kendrick Basic Functions Daily cleaning and supplying of bathrooms, offices, and other areas assigned in accordance with standard procedures. Will use cleaning devices, such as wet mops, wringers, duster, vacuum cleaners, and other necessary tools, products, and supplies. Remove trash to appropriate areas. Principle Duties and Responsibilities Emptying waste baskets, removing trash. Dust surfaces that collect dust. Damp wipe and clean furniture. Vacuum carpeted floor surfaces. Clean walls, windows, and polish metal surfaces. Clean and polish metal and porcelain fixtures in bathrooms. Replenish restroom consumable supplies. Dry and wet mop hard -surface floors. Janitorial closet maintained and stocked at all times. Pick up trash on a regular schedule during the shift, or as needed for special pickups. Have a good working knowledge of mixing and us of all chemicals needed to perform duties. Insure that all equipment is kept clean, and report any malfunctions or safety hazards to the Supervisor. Perform other duties as assigned. Job Requirements Good vision, ability to bend, stoop and lift up to 60 pounds. Good hearing, ability to use equipment. Fully mobile, ability to perform sanitation activities indoors and outdoors. Exposure to dirt, dust, disinfectants, and other chemicals is part of job. Ability to understand English. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 131 Quarterly Projects COORDINATOR Basic Functions Periodic advanced floor care duties to include stripping, dressing, buffing and waxing of hard floors, carpet extraction and shampooing, and terrazzo maintenance, and other projects as assigned. Will use cleaning equipment, such as buffers, auto scrubbers, and other floor machine, tools, products, and supplies necessary to accomplish tasks. Principle Duties & Responsibilities Coordinate with all Group Supervisors Pressure washing and scrubbing all non carpeted floors, stairwells, steps, dock floors and platforms. Also set calendars for Machine scrubbing all concrete floors. Verify that all floors have been stripped and refinished in all offices, labs, and lounges. Have a good working knowledge of mixing and use of all chemicals needed to perform duties. Have a good working knowledge of equipment us and maintenance required to perform tasks. Insure that all equipment is kept clean, and report any malfunctions or safety hazards to the Supervisor. Shampoo carpets where needed. Spray buff hard surface floors. Refinish hard surfaces. Perform other project duties as assigned. Job Requirements Good vision, ability to bend, stoop and lift up to 60 pounds. Good hearing, ability to use equipment. Fully mobile, ability to perform sanitation activities indoors and outdoors. Exposure to dirt, dust, disinfectants, and other chemicals is part of job. Ability to understand English. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintlbellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 14I Bi- Monthly Projects COORDINATOR Basic Function Periodic advanced carpet care duties carpet extraction and shampooing, to include stripping, dressing, buffing and waxing of hard floors, terrazzo maintenance, and other projects as assigned. Will use cleaning equipment, such as buffers, auto scrubbers, and other floor machine, tools, products, and supplies necessary to accomplish tasks. Principle Duties & Responsibilities Carpet cleaning and extraction. Dry and wet mop hard -surface floors. Have a good working knowledge of mixing and use of all chemicals needed to perform duties. Have a good working knowledge of equipment us and maintenance required to perform tasks. Insure that all carpets are kept clean, and report any malfunctions or safety hazards to the Supervisor. Shampoo carpets. Spray buff hard surface floors. Refinish hard surfaces. Perform other project duties as assigned. Job Requirements Good vision, ability to bend, stoop and lift up to 60 pounds. Good hearing, ability to use equipment. Fully mobile, Ability to perform sanitation activities indoors and outdoors. Exposure to dirt, dust, disinfectants, and other chemicals is part of job. Ability to understand English. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 151 Tri- Annual Floor Care COORDINATOR Periodic advanced floor care duties to include stripping, dressing, buffing and waxing of hard floors, carpet extraction and shampooing, and terrazzo maintenance, and other projects as assigned. Will use cleaning equipment, such as buffers, auto scrubbers, and other floor machine, tools, products, and supplies necessary to accomplish tasks. Principle Duties & Responsibilities Coordinate with other supervisors for the Restoration and Crystallization of all Mable and Granite floors.; Arrange for washing of walls in all offices, corridors, lounges etc. Verify that dusting and damp wiping of all light fixtures and vents have been completed for all building locations. Have a good working knowledge of mixing and use of all chemicals needed to perform duties. Have a good working knowledge of equipment us and maintenance required to perform tasks. Insure that all equipment is kept clean, and report any malfunctions or safety hazards to the Supervisor. Shampoo carpets. Spray buff hard surface floors. Refinish hard surfaces. Perform other project duties as assigned. Job Requirements Good vision, ability to bend, stoop and lift up to 60 pounds. Good hearing, ability to use equipment. Fully mobile Ability to perform sanitation activities indoors and outdoors. Exposure to dirt, dust, disinfectants, and other chemicals is part of job. Ability to understand English. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintlnbellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 161 Semi- Annual Projects COORDINATOR Periodic advanced maintenance care duties to include interior and exterior cleaning of all windows ., Coordinate with all supervisors for the cleaning of mini blinds, the high dusting in all locations and stripping and refinishing of all vinyl and ceramic tiles, and other projects as assigned. Will use cleaning equipment, such as buffers, auto scrubbers, and other floor machine, tools, products, and supplies necessary to accomplish tasks. Principle Duties & Responsibilities Coordinate the cleaning of interior and exterior widow washing for all buildings. Ensure that high dusting has been completed in all building locations. Coordinate the cleaning of mini blinds Have a good working knowledge of mixing and use of all chemicals needed to perform duties. Have a good working knowledge of equipment us and maintenance required to perform tasks. Insure that all equipment is kept clean, and report any malfunctions or safety hazards to the Supervisor. Shampoo carpets. Spray buff hard surface floors. Refinish hard surfaces. Perform other project duties as assigned. Job Requirements Good vision, ability to bend, stoop and lift up to 60 pounds. Good hearing, ability to use equipment. Fully mobile Ability to perform sanitation activities indoors and outdoors. Exposure to dirt, dust, disinfectants, and other chemicals is part of job. Ability to understand English. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 17 ABLE BUSINESS' HIRING and BACKGROUND CHECK PROCEDURES ABSI conducts sit down interviews, and when an individual is selected salary is discussed. During the time between the interviews orientation meetings occur and references are checked as well as a police background checks through the local Police Department. During orientation our company rules and regulations are discussed. All new staff must present two forms of identification and complete an Employment Application, W-9 formand sign agreements acknowledging their consent to comply with our Drug and Alcohol Policy, OSHA Training, Safety Rules, and our Sexual Harassment Policy. We supply all our staff with company uniforms and ID badges. Our personnel selection process complies with all applicable laws to meet federal, state and local guidelines. We are an Equal Opportunity Employer. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 18 I VETERAN EMPLOYMENT TRAINING PROGRAM In conjunction with professional janitorial services, as stated we will be pro -actively working with community based organizations to employ and train US Veterans and like special needs persons with chronic employment issues. We understand that veteran's un- employment is double the national average and a lot of the issues that necessitate unemployment aren't being addressed. We believe. our 30 plus years of professional Vocational Rehabilitation experience coupled with practical work experience would enable us to effectively deal with various employability issues to effect competitive employment of these persons. Veterans who are referred for employment will be hired directly or trained for future positions with our company. Training will consist of class room and on the job training. Again, we will also actively work other like community based organizations to assist chronically unemployed socio-economically deprived persons to effect competitive employment as well. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintlnbellsouth.net City of Miami Request for Proposal (REP) No. 508383 Janitorial Services (305)636-5099 Office 191 4) APPROACH and METHODOLOGY ABSI have more than 15 years of relevant experience cleaning similar governmental facilities. And with all of these contracts we have received high marks from management and their patrons for doing excellent work. We have never lost a federal, county, private or government contract. ABSI has more than 15 years of professional janitorial experience. Our cleaning techniques are based on a Health Based Cleaning Concept and the f5llowing core concepts; ABSI will be providing the City of Miami with cost effective state-of-the-art building janitorial and cleaning services. ABSI will ensure 100% availability for all areas so there is no down time for any building due to cleaning. ABSI will be 100% compliance with all City of Miami RFP requirements and the technology we will be using will ensure that all your buildings will be 100% compliant with your standards. Your patrons and staff will be appreciative of our staff professionalism as they work with minimal disruption and inconvenience to detract them from their work. To keep abreast of today's cleaning technology we subscribe to Sanitary Maintenance and Executive Housekeeping magazines. Our personnel are trained in proper health cleaning concepts through our partnership with Clean & Green Supply and the excellent manufacturers that they represent, to include, A). Rochester Midland Corporation (RMC): Certified Green Seal, Eco Logo and DFE (Designed for the Environment) products, including Bio-Based products. B) Wexford Labs Inc., Effective and Safe hospital grade disinfectants. B) Windsor Industries -earth -friendly, energy efficient and LEED compliant equipment. C) DEB Group -Complete hand care and hand sanitizer's dispensers will be installed throughout your buildings. Fitness centers, in particular, are facilities that require an intense focus on cleanliness. These locations can be breeding grounds for bacteria that can be transported throughout your facility if not properly maintained. Our teams will take extra care to disinfect all high - touch areas including, training equipment, locker rooms, showers, and changing areas. We will pay special attention to glass, special activity rooms, pool areas, locker rooms, workout rooms, basketball courts.. Extra care will be given while disinfecting workout equipment and free weights and absorption of moist areas around workout rooms and pools. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl ;,bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 20 I ABSI is cognizant of the importance of protecting our environment. Therefore, in that regard, we will strive to use only those chemicals that are green oriented and sensitive to our environment. ABSI'S APPROACH TO INSTUTUIONAL CLEANING Able Business Services, Inc. (ABSI) shall perform the Project tasks as designed in our daily, weekly, and monthly work schedule or when ordered by the City Project Manager or Superiors. ABSI shall perform the Projects and Routine Services and Tasks using certified Green products and LEED compliant equipment. ABS will not only follow all of the manufacturers' instructions, but we will also bring manufacturers on site for training. ABSI shall perform the Routine Services Tasks in accordance with the frequencies and specifications defined in Scope of Service. ABSI shall provide and use adequate barricades and signs to improve sufficient warning prior to, during and after the performance of the Services. ABSI shall return to their appropriate locations all items moved by ABS during the performance of the Service, in public and common use areas. ABS shall return all furniture to their appropriate areas. ABSI shall move or tilt all items such as chairs, seats, trash, and ash receptacles, tables, storage containers, carts, etc. as required to perform the Services in Contract. HEALTH BASED CLEANING TECHNIQUES THAT WILL BE USED BY PROPOSER (a) Color Coding to Prevent Cross Contamination- Typically, with traditional cleaning methods, bacteria are moved from room to room from using the same cleaning cloth and/or mop head. We will be not only be changing cleaning cloths and mop heads from room to room, but also using a color coded system for various surfaces. For example 1) Dark blue for patient rooms, 2) Red for restrooms 3) Green for cafeteria and Food Service, 4) Yellow for fixtures, and 5) Blue for general purposes. (b) Flat Surface Cleaning- To reduce cross contamination we have found the best technique require that we use microfiber cleaning cloths on flat surfaces. We will use window squeegees as well as chemicals to remove harmful germs from flat surfaces. (c) Chemicals and Disinfectants- Hospital grade disinfectants are essential in cleaning harmful organisms and bacteria. We will use the safest and most effective products that are approved by your facility; either phenolic or quaternary ammonium compounds. (d) Microfiber Cleaning Equipment- Most traditional cleaning equipment, such as cotton mops and cloths do not have the capacity to pick up organisms and bacteria ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 21I killed by disinfectants. Your more traditional cleaning tools merely move around dead bacteria instead of removing them. A microfiber mop and cloth have tiny fibers that allow the dead organism to be trapped and removed. Industry standards recommend that microfiber be made of 80% Polyester and a 20% Polyamide split. This mixture allow for a greater amount of soil to be absorbed. (e) Flat Mopping and Vacuuming- A regular vacuum merely vacuums up germs, and allergens from your floor only to be released into the air. We use a high filtration back pack vacuum which improves air quality by removing most of the germs/allergens by trapping them and holding them inside the vacuum. Microfiber flat mopping uses microfiber pads attached to a pole for both dry and wet mopping. Fresh cleaning/disinfectants solutions are applied directly onto the floor, insuring that no area is contaminated by dirty solutions. (f) Restroom Cleaning Without Touching- A spray and vacuum system is used to do your deep cleaning without having contaminated surfaces touched. The vacuum and spray machine combines indoor pressure washer, chemical injection and a powerful wet vacuum into a multipurpose cleaning machine. (g) Potential Harmful Pathogens- We believe we have a responsibility to our customers as well as our employees. And to meet these objectives, safety is a critical component. Our goals are to keep our customers secure as well as our employees. To that end we educate ourselves in areas such as, recognizing the potential harmful pathogens that live in restrooms, kitchens, workstations, and in others areas. Pathogens such as; Bacteria, Protozoa, Viruses, Mold and Fungi can be transmitted person to person contact, contact with contaminated food, through particles in the air, or carried by pest and insects. Some common viruses are Hepatitis, HIV, and Influenza. ABSI fully understands the service specifications demands of the larger PWS contracts are based upon performance by engaging tasks and frequencies on a continual basis to maintain a total clean facility environment, without regard to how often the effort is necessary to satisfy that requirement. Accordingly, our performance will be based on the concept of "Complete Satisfaction". We will be guided by the requirement that all surfaces will be thoroughly cleaned using health based technology. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 abinlaintlQbellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 22 CONTRACTOR EMERGENCY PLAN ABS understands the impact natural disasters, such as hurricanes, tornadoes and wide spread illness such as H1Nlcan have on our Contract and on the City operational readiness to service its citizenry. Therefore, in that regard we will be implementing a comprehensive Contractor Emergency Plan in support of the City Emergency Preparedness Plan if we are awarded this Contract. The provisions of this Plan will take into account; Assignments, Training, and Plan evacuation. Some aspects are as follows; a) Assignment of Responsibility- The designed Emergency Manager (EMP) will manage the Emergency Action Plan for ABS. She/he will maintain records pertaining to the Plan and will be scheduling routes for evacuation for our personnel and if necessary City staff as well. b) Plan Implementation- All fires and all other emergency situations will be reported by the EMP and as soon as possible to City Personnel verbally doing work hours or by telephone after normal work hours or weekends. c) Emergency Contact Information- Our EPM will maintain a list of all of our employee's emergency contact information and this info will be kept in a designated area for easy access. d) Evacuation Routes- We will familiarize ourselves with escape routes. We will take into account mobility impaired employees and their assistants for easy evacuation. Areas that need to be secured to prevent damage will be of importance to prevent further damage to facilities and personnel, such as may be necessary to demure confidential governmental information/irreplaceable records or as may be the case in shutting down equipment to prevent release of hazardous materials. Severe Weather- Our EPM will be responsible for keeping our employees informed regarding weather alerts and assist in getting personnel to safe area until the threat has passed. Also, we will be in contact key City personnel to assess and manage personnel and property safety concerns to minimize losses of life and property. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintlAbellsouth.net City of Miami Request for Proposal (RFP) No, 508383 Janitorial Services (305)636-5099 Office 23I INFORMATIONAL TECHNOLOGY ABSI will be utilizing a Quality Control program designed to specifically meet the needs of your facilities. This program will point out problem areas, and this will be an ongoing system to ensure compliance with your regulations for maximum results in meeting the high standards that will be required. Our software is designed to help manage service costs downward, while improving productivity and quality, as well as manage workload fluctuations. Our System allows for quick access to volumes of data through a user friendly interface. All functions can be customized to the needs of our clients. Components of the system include: FACILITY MODULE a. b. c. General Section -Maintain each faculty general contact and statistical profile. Labor Section -Maintain a schedule of budgeted hours available to the manager, employee base wage, benefit and other labor related information. Department Section -Maintain a detailed breakdown of department information within the facility needed for the manager to effectively coordinate janitorial activities within the scheme of the entire facility. d. Inventory Section- Maintain a specific room/area inventory in terms of area and surface types, square footage, frequency of service, etc. PROCEDURES MODULE Provides for scheduling of work on routine and project basis. Automatic follow-up scheduling occurs when work is not completed as planned. Generate work orders, completion and scheduling reports. PERFORMANCE MODULE Generates inspection reports and schedules based upon facility, employee and procedural information. Maintain Quality Improvement Program, generates and archives reports. MATERIAL MODULE Maintains equipment inventory and automated supply orders system. Maintains facility or departments' chemicals and hazardous substance lists and Material Safety Data Sheet. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl(bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 24 SAMPLE REPORTS Sample reports that exemplify the reporting mechanism of this program: 1. Performance Inspection 2. Performance Profile: Area Type 3. Performance Profile: Building 4. Performance Profile: Specific Building over 8 month period STAFFING ABSI cleaning efforts will be based on a "team cleaning" concept whereby our staff will work together as necessary to accomplish the daily, weekly and monthly specifications of our contract. During the first week of servicing this contract we will over staff our work crews by at least one to two people. This will take into account no-shows to ensure that work can be accomplished in the time allotted and to make sure we meet our performance objectives. We will maintain a database on file of staffing agencies of those prospective new hires and veterans interested in employment. Also, we will be working with other community based organizations to assist us in training and hiring special need persons for our current and future job openings. Staff completing our janitorial program will be provided with a Certificate of Completion. PLANNING We understand that the key to providing quality services starts with preparation. One key objective in the preparation process involves ensuring that all employees are properly trained and that we have the proper equipment along with the necessary supplies on hand to get the job done. Also, we will conduct additional site surveys to better understand and assess/inventory the existing cleaning problems, goals, and resources. With this additional knowledge we will refine our cleaning strategies to ensure we are meeting all of our quality ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintlnbellsouth.net City of Miami Request for Proposal (REP) No. 508383 Janitorial Services (305)636-5099 Office 25 control objectives. The planning process leading up to implementing this contract will involve the following activities; A. 10 to 15 Days prior to start of contract we will have had preliminarily discussions with our suppliers regarding purchasing additional equipment and goods. B. 5 Days prior to start of contract We will be ensuring that we have all the necessary staff. Also, we will be establishing work schedules and set goals Coordinate times/dates for periodic quality assessment meetings Reassess, and acquire additional supplies, and equipment Coordinate and communicate plans with lead supervisors C. 5 Days prior to starting contract Meet with contact personnel Discuss and communicate start up plans Review priorities for startup with supervisors Meet with supervisors/employees and confirm start up information Contact employees and confirm start up information Confirm start time, duty location, and individual responsibilities D. 1 day before starting contract Review assignments and coordinate with all employees first day Complete tasks from priority list; equipment, supplies, staffing Confirm assignments again and grouping of employees to supervisors Implement quality control program E. Day after starting contract Meet with supervisory staff to get feedback and resolve issues. Make adjustments as needed to ensure that quality control measures are being implemented. F. Days after starting contract Continue to monitor all aspects of program and discuss relevant issues and concerns and make adjustments as needed to ensure quality services are being provided. G. Week after starting contract Supervisors will continue to monitor 'staff performance to ensure that performance objectives are being met. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaint1bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 26 PERFORMANCE STANDARDS DAILY- WEEKLY ROUTINE TASKS Classrooms, Lecture Halls/Conference Rooms: All classrooms are cleaned nightly after the final class of the day dismisses. Clean and re -supply chalkboards and whiteboards as required Min 2x per week Empty waste containers, and check or replace liners. Wash inside the cans one time per month Clean/dust sills and other surfaces, such as instructors' tables, lecterns, etc. Daily Sweep, dust mop, or wet mop tile floors to remove all dirt/debris/spills. Daily Vacuum carpeted floors Daily, or as the need requires Count and align chairs- Daily and upon request. Offices: All offices are thoroughly cleaned daily or as per required. Empty trash, and check or replace waste container liners. Daily Dust mop, vacuum, or damp mop to remove all dirt, dust, debris, spills, spots, and gum. As required Dust as needed to tnaintain furniture and fixtures free of dust. Secure all windows and doors. Daily Laboratories: All labs are thoroughly cleaned once per week on scheduled day however they are dust mopped nightly. Empty trash, and check or replace waste container liners. Daily Dust mop, damp mop, vacuum, or sweep to remove all dirt, dust, debris, spills, and gum. As needed Restrooms: Wash polish and sanitize all porcelain and chrome. Daily All restrooms are cleaned, sanitized, and restocked nightly. Police area, empty trash, and check or replace liners in waste containers Remove graffiti when present. Clean mirrors, doors partitions of smudges and fingerprints. Daily Restock all soap and paper dispensers. Daily Wet mop floor with a solution of hot water and an approved disinfect cleaner. Clean and sanitize sinks, toilets, and urinals. Disinfect partitions and dividers. Daily Clean window ledges - Weekly Lobbies/Entrances/Corridors: These areas are thoroughly cleaned and serviced nightly. Clean area, move walk -off mats, sweep or dust mop. Daily Empty trash, and check or replace waste container liners. Daily Sweep, vacuum, dust mop all floors. Daily Remove cobwebs from window ledges or in corners. Weekly Wet mop or damp mop to remove all spills, when necessary. Vacuum all carpet type walk off -mats. Daily Burnish fre-coat when necessary) Clean entryway glass. Daily Clean and disinfect all water fountains. Daily Check and refill hand sanitizer dispensers/replace batteries when needed. ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 27� Vending/Lounge/Open areas: Clean chairs and table tops. Daily Empty trash, and check or replace waste container liners. Daily Clean the sides and tops of waste containers and the walls near them Sweep underneath and behind all vending units. Weekly Mop to remove all spills. As needed Damp wipe the outside only of refrigerators, stoves, and microwave ovens. Daily Stairwells: Vacuum to remove dust, dirt, and small debris. Weekly Dust mop to remove dust, dirt, and debris. Wet/damp mop to remove all spills. As needed Use dust cloths to remove dust from handrails as needed. Disinfect door knobs/handles/push bars/handrails once per week Elevators: Remove handprints, smudges, and graffiti from walls, doors, and call buttons with a disinfectant cleaner Vacuum corners of the floor of the car, door tracks and elevator entrance doors on each floor. Daily Gymnasiums and fitness centers Pay Special attention to glass clean and disinfect. As required Special activity rooms, pool areas, locker rooms, workout rooms, basketball courts. As Needed Disinfecting of workout equipment and free weights. Weekly Absorption of moist areas around workout rooms or pools. Daily Disinfect all high -touch areas including, training equipment. Clears locker rooms, shower stalls, changing areas. Daily MONTHLY ROUTINE TASKS - For All Locations 1. Wash all walls in restrooms using a germicidal cleaner. 2. Machine scrub all restroom floors using a germicidal cleaner. 3. Dust window blinds. 4. Bonnet clean high traffic areas in corridors, classrooms and lobby/entranceways. 5. Extract all mats in entranceways. BI-MONTHLY ROUTINE TASKS (6) XPER YEAR - For All Locations 1. Carpet Cleaning ,including stairways, and landings using the appropriate method. SEMI ANNUAL ROUTINE TASKS (2) X PER YEAR- For All Locations 1.Exterior window washing and conditioning all floors 2. High Dusting - 3. Vacuum mini blinds 4. Strip and refinish vinyl floors. 5. Strip and refinish ceramic tile. 6. Interior window washing and conditioning all floors. TRIMESTER ROUTINE TASKS (3) X PER YEAR - For All Locations 1. Restoration and crystallization of marble and granite ABLE BUSINESS SERVICES INC. 3187NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 281 2. Wash walls in offices, corridors, lounges, etc. 3. Dust and damp wipe all light fixtures and other stationary fixtures. OUARTERLY ROUTINE TASKS (4) X PER YEAR - For All Locations 1. Pressure wash and or scrub all non carpeted floors ,stairs, steps, dock floors and platforms 2. Machine scrub concrete floors 3. Strip and refinish floors in offices, labs, lounges, etc. 5) STAFFING QUANITY and WORK Custodial Services in Dayshift Restricted Areas: The following buildings have areas that are restricted at times and are cleaned during the dayshift while occupied by the tenants. Buildings: MRC Building, College of Police, City of Miami Police Administration Building, North and, South Substations, and Specialized Operations , Gym, Manuel Artime Community Center and Theatre, Little Haiti Cultural Center . Special Dayshift Work: There a several tasks performed each day that may be considered dayshift utility work i.e. emergencies, monitoring assignments, or special events. Assignments may also include but are not limited to: restocking restrooms supplies, emergency clean-ups, assisting with special programs, transporting equipment or supplies. Special requests for utility work may be made by contacting the contract supervisor. Normal Custodial Services Provided ABSI will operate three shifts to accommodate the hours and times needed to maintain all buildings and facilities. Shift 1 ABSI will operate from 7:30 a.m. to 5:00:00 pm Monday thru Friday and will be comprised of 15 to 20 employees as the need requires and 3 Supervisors working at various locations throughout the City. This shift will primarily provide cleaning coverage for buildings with high traffic volumes that require fulitime staffing on the premises. Shift 2 Will operate from 11:30 a.m. to 5:00 pm Monday thru Sunday and will be comprised of 10 to 20 employees as the need requires and 2 Supervisors working at various locations throughout the City. This shift will primarily provide coverage for the NET Centers and Various parks, Mounted Stables and Operation Trailers locations that do not require fulltime staff for their cleaning needs and can be cleaned with minimal intrusion. Shift 3 Will operate from 5:00 p.m. to 10:00 pm Monday thru Friday and will be comprised of 5 to 15 employees as the need requires and 2 Supervisors working at various locations throughout the City. This shift will ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl@bellsouth.net bellsouth.net City of Miami Request for Proposal (REP) No. 508383 Janitorial Services (305)636-5099 Office 29 primarily be responsible for office cleaning and floor care that cannot be completed during normal business hours because of high traffic volume and where specialized cleaning is required after normal working hours. ABLE BUSINESS SERVICES INC.EQUIPMENT LIST U'MENTt, Check - • Check 5 Rubbermaid Commercial 10 Qt Capacity HEPA Backpack Vacuum Cleaners SKU#RCP9VBH10 Manufacturer: Rubbermaid Commercial Products Part No: FG9VBH 100000 Green Cleaning Products Green Cleaning Supplies SKU: RCP 9VBH10 Product Description: Rubbermaid Commercial 10 Qt Capacity HEPA Backpack Vacuum Cleaner, SKU#RCP 9VBH10 Lo Mastercraft MWB-90 Scrubber/Edger Low Speed Floor Machine Speed Buffer SKU: MC-MWB-90 Manufacturer: Mastercraft Product Type: Low Speed Floor Machine Self -Propelled Scissor Lift GS-2646 • 32 ft (9.92 m) working height • Up to 1,000 lbs (454 kg) lift capacity Air line to platform • Dual flashing beacons • Motion alarm • Automotive horn • Biodegradable hydraulic fluid 1 SKU: RCP9T73 Manufacturer: Rubbermaid Commercial Product Type: Microfiber Cleaning Cart Size:48 1/4" L x 22" W x 44" H 10 Motor Scrubber Standard SKU: MS-MS1000SH Manufacturer: Motor Scrubber Product Type: Hand Held Scrubber Size:30" Handle, Extends up to 5'rd 30" to 5 foot Hand Held Scrubber 4 Saturn Low Speed Buffer - Black - 17" Dia Stinger Electric Automatic Floor Scrubber - Small Area - ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaint14ibellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 30 SKU: 17LS3-BK Manufacturer: EDIC Product Type: Low Speed Buffer Size:17" Dia. 18" SKU: UNO-18FSE Manufacturer: Uno Clean Product Type: Walk Behind Floor Scrubber Size:18" Cleaning Path, 28" Squeege Width Capacity:8 Gal. Solution / 11 Gal. Recovery Saturn 2000 RPM High -Speed Burnisher - Black - 20" Dia. SKU: 20HS2000-BK Manufacturer:EDIC Size:20" Dia. Product Type: High -Speed Burnisher 1 Mastercraft Cleanfix Scrubby 2-in-1 Battery Operated Handheld Scrubber KU: MC-253189 Manufacturer: Mastercraft Cleanfix Scrubby 2-in-1 Battery, Operated Handheld Scrubber KU: MC-253189 Manufacturer: Mastercraft Product Type:Hand Held Scrubber Size:6" Brush, 43.3" - 53.9" Long Mastercraft Product Type: Hand Held Scrubber Size:6" Brush, 43.3" - 53.9" Long 2 PRO-1500-20 Ultra High -Speed Burnisher, 1.5hp SKU: MFMPRO-1500-20 Product Type: Floor & Carpet Care SDS: 1 XPOWEROO Air Mover & Floor Dryer 1/4 HP with Power Outlet The''4 HP XPOWER X-400A is the ideal mid -sized air mover for both janitorial cleaning and water damage restoration drying applications 3 Cleanfix RA 300 Walk Behind Electric Autoscrubber- 15" Cleaning Path SKU: MC - RA300 Manufacturer: Mastercraft Product Type: Electric Automatic Floor 1 Kaivac 1750 No -Touch Restroom Cleaning Machine enables the operator to easily and thoroughly clean around fixtures much faster than is possible when using wipers, brushes, or mops. And, because the Kaivac is continually flushing away contaminants, the end result is hygienically cleaner facilities. The Kaivac cleans restrooms in less than half the time compared to "traditional" restroom cleaning procedures. 2 Powerstroke PS80544 3000 PSI 2.5 GPM Pressure Washer 3 ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl(abellsouth.net City of Miami Request for Proposal (RFP) No. 508383 Janitorial Services (305)636-5099 Office 31 ABLE BUSINESS SERVICES INC. CLEANING PRODUCTS & MATERIAL SUPPLY LIST General) Check Floor -. Check Soap Vacuum Cleaner Sponges Scrubbing Brush x Vacuum Bag x Vacuum Attachments x x Paper Towels x Broom x Cleaning Rags Air Freshener x Dust Pan x Mop x x Rubber Gloves Bucket x Mopping Solution Carpet Cleaner *CPW x x Wien' athrgams- Garbage Bags Toilet Bowl Cleaner Tile Cleaner x Toilet Brush x Hand Soap Mirror Cleaner x Surface Cleaner Powdered Cleaner Hand Soap x x x Shower Cleaner x Drain Cleane x CPW x *Foamy Q&A x Wiiido Ys *Glass Cleaner *NABC Non Acid Disinfectant Bathroom Cleaner Wood Polish arnituire x Squeegees Furniture Polish x Glass Cleaner x Duster x Upholstery Spot Remover Leather Cleaner x x pr Ca e Floor wax Floor Stripper *Orange Tough 40 Cement Floor Finish x Wipe Away *Wow! Brand The Green Stuff x *BH 38 • Where indicated we have the Materials Data Safety Sheets available ABLE BUSINESS SERVICES INC. 3187 NW 38 Street Miami, FL 33142 ablmaintl a bellsouth.net City of Miami Request for Proposal (RFP) No. 508383 janitorial Services (305)636-5099 Office Certifications Legal Name of Firm: ,r gtevi) etc Entity Type: Partnership, Sole Proprietorship, Corporation, etc. /� Abe &tJ'iriex./ e e°,IV'f'7 Ce f - 1-i 4✓- p r v,4•/ C. O:r 74 ®r► Year Established: � r e,» bee 24o o Office Location: City of Miami, Miami -Dade County, or Other .318? � w' S NJietrru Occupational License Number: Dui- !It CAA { 4.na 110enJe numb' - i. - L/4115-343 Occupational License Issuing Agency: - %ad, &fur& Occupational License Expiration Date: 6;rer. -J . Je;o4-e ri 66- do, 2v Wiill//Subcontractor(s) be used? (Yes or No) A/o Jun ,d cO7Cl C. v!-,f A". /40 at/10ri✓ ,'v//�� r 11-16,J Adn7S-4CA Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. If Proposer has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Proposer filled out, uotarized, and included with its RFP response the "City of Miami Local Office Certification" form? YES OR NO? (The City .of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Ah Has Proposer reviewed the Attached Sample Professional Services Agreement? CJ Acknowledge that if awarded, Proposer will be required to execute the Professional Services • Agreement in substantially the attached form. Page 3 of 56 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 180 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 infounation 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: 4C% • i'/ CEJ A/e , ADDRESS: 31, 7 A/A/ 34'" d 7 . l Ie9iw, , Ft- 4.33/V2 PHONE: 3°5 - to-3 - 50'9t EMAIL:. _+. .main 1 1 e/ a • B PER. a SIGNED BY: TITLE: Pie-J'/J, 'NT" DATE. 10/2 FAX: . c $ - 4,3 S. — Io dL FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Page 2 of 56 RFP'608383, Janitorial Services Form B-1 Price Proposal Schedule INSTRUCTIONS: ProVi le Proposer's payment proposal on this Form B-1 "Payment Proposal Schedule". If proposing any one groin P (1-6), proposer must complete the section for all facilities within the group. If Proposer is not proposing on a particular group, Proposer must write "N/A" in all facilities within that group. Proposers who do not submit pricing for Section A, total monthly charge for general tasks, in accordance with this Form B-1, or who qualify or place ANY conditions on price, will not receive eval cation points for the applicable Price portion. PROPOSED PRICES: A. TOTAL MONTHLY CHARGE FOR GENERAL TASKS The Proposer shall state its monthly price for providing the services as stated in Section 3, Scope of Services. The proposed price shall be stated as a not to exceed monthly labor rate, to be broken down by worker and supervisor. The proposed price shall include the cost for supplies, equipment, and any other out of pocket expenses. In the event a discrepancy may occur between the unit prices stated and the total price per month, unit prices shall prevail. Group 1, General Services Administration (GSA) 1) MRC Bui ding, 444 SW 2nd Avenue, Miami, FL 33130 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers !3 $ / & i%O 2- each $ /3 , 2- 9 1 Supervisors 2- $ / 9 2 9 each $ 3 /-5 S Monthly Total $ / 7, /5- ? 2) Administration, 1390 NW 20th Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers - — $ -- each $ U Supervisors / $ P1,7 each $ epi4 7 Monthly Total $ no 7 1 RFT/508383, Janitorial Services Pe 3) Property Maintenance, 1975 NW 12th Avenue, Miami, FL 33142 description Number of Unit Price Per Month Total Price Per Month Employees rsonneI Norkers iOr$ each $ .0.` Supervisors / $ 6— 7 P each $ 5 7e _ Monthly Total $ ._ 7 d) 4) Communications Warehouse, 110 NW South River Drive, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel 1Norkers $AYeach $ ,er Su ervisors / $ 2 Vo each $ 2 VD Monthly Total $ Z 7 v Group 2, Department of Real Estate and Asset Management (DREAM) 1) Little Haiti Cultural Center, 212-260 NE 59th Terrace, Miami, FL 33137 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ O/ 7 each $ I/ 7 Supervisors / $ ef3.42- each $ (,3 2-- Monthly Total $ /6 V 2) Black Police Precinct & Museum, 480 NW 11th Street, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ each $ 52( Supervisors / $63 each $ 5",(0.3 Monthly Total $ 3-6,3 2 RFFP508383, Janitorial Services 3) Manuel Artime Community Center, 900-970 SW 1st Street, Miami, FL 33130 lescription Number of Unit Price Per Month Total Price Per Month Em • lo ees onnel orkers 2 $ 6/ 6070 each „...3 .31-l0 Ipervisors / $ 737 each $ 73 Monthly Total $ 9, 9 /7 4) Dinner Key Marina -Marina (New Building), 3400 Pan American Drive, Miami, FL 33133 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers ?3 0 each $ 4, 3 6 Supervisors / .-5--f each $ 9 33 Monthly Total $ /. cP 413 5) Marine Stadium Marina, 3501 Rickenbacker Causeway, Miami, FL 33149 Description Number of Unit Price Per Month Total Price Per Month Employees, Personnel Workers te $ aC each $ 0 Supervisors $ .3 70 each $ 3 70 Monthly Total $ ....3 -2 o 6) MIAMarina at Bayside,401 Biscayne Blvd., Miami, FL 33133 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ 92 7 each $ 92 7 Supervisors / /, 0J/ each $ 1, OP/ Monthly Total $ 3 RFF"508383, Janitorial Services Gr44p 3, Neighborhood Enhancement Team (NET1 _ 1) NET Upper Eastside, 6599 Biscayne Blvd., Miami, FL 33138 Qescription Number of Unit Price Per Month Total Price Per Month Employees PerSonnel Workers $ ,gyp"' each $ er Supervisors / $ /(,03 each $ /lv--3 Monthly Total $ / 6' 3 2) NET Little Haiti/Edison/Little River, 6301 NE 2nd Avenue, Miami, FL 33138 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ $ r Supervisors / ----,a(each $ /673 each $ ✓l73 Monthly Total $ / 403 3) NET Allapattah, 1901 NW 24th Street, Miami, FL 33125 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 0$ )0 each $ Jer Supervisors / $ 237 each $ 2.3 7 Monthly Total $ ,, 3 -7 4) NET Overtown (Shopping Center), 1490 NW 3rd Avenue, #112, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ each $ Supervisors / $ 2 U'cP each $ 2 U c9' Monthly Total $ 2 0,4) 4 RF/ 608353, Janitorial Services Pet' 5 5) NET Flagami/West Flagler, 5135 NW 7th Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Lonnel (9rkers 0 $ each $ J upervisors / $ /C0 3 each $ /(®3 _ Monthly Total $ 1 673 6) NET Coconut Grove, 3310-A Mary Street, Miami, FL 33133 Description Number of Unit Price Per Month Total Price Per Month Em•Io;ees Personnel Workers / $ each $ 0- Supervisors / $ /63 each $ / 6-3 Monthly Total $ / ea,� 7) NET Little Havana (Rayos Del Sol), 1300 SW 12th Avenue, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers f�` $ 0 each $ 0 Supervisors / $ /(c,3 each $ 1/(2 Monthly Total $ / (ad 8) NET Coral Way, 1415 SW 32nd Avenue, Miami, FL 33145 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ P each $ Su ervisors / $ / .? each $ / r!O3 Monthly Total $ / 40,3 5 RFP508383, Janitorial Services Pe 9) NET Homeless Assistance Office, 450 SW 5th Street, Miami, FL 33130 fsennel Description Number of Unit Price Per Month Total Price Per Month Employees Norkers .� $ 0 each $ 3ue visors / $ 5 9 each $ 5T 9 Monthly Total $ 5 9 10) NET Mode City, 1000 NW 62nd Street, Miami, FL 33150 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers ,.er $ 0 each $ Supervisors / $ lam-.- each $ /12. Monthly Total $ /(P2- 11) NET Wynwood, 101 NW 34th Street, Miami, FL 33127 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 0 $ each $ Supervisors / $ /o4 2 each $ / P2. Monthly Total $ A:A2, 12) NET Administration, 151 NW 27th Avenue, Miami, FL 33125 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ 0 each $ f( Supervisors / $ /?-z each $ /042- Monthly Total $ /0°2- 6 RFP508383, Janitorial Services Group 4, Parks and Recreation 1) Parks Operations Trailers, 1950 NW 12th Avenue, Miami, FL 33126 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 0 $ 0 each $ 4Y Supervisors / $ /4)0 each $ /CO Monthly Total $ /DO 2) Charles Hadley Park, 1300 NW 50'h Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ 5-5-4/ each $ `5-1� Supervisors / $ 5 9 5 each $ S 9 5-- Monthly Total $ // y 3) Gibson Park, 380 NW 14th Street, Miami, FL 33128 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ 79 each $ 795 Supervisors / $ ''e,,5 each $ oPeo 5- Monthly Total $ / € 6'3 4) West End Park, 6030 SW 2"d Street, Miami, FL 33144 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ 599 each $ 5-99 Supervisors / $ (o S/ each $ (v V9 Monthl Total $ / Z 5/t? 7 RFF,548383, Janitorial Services Pe 5) Maceo Park, 5135 NW 7th Street, Miami, FL 33142 scription Number of Unit Price Per Month Total Price Per Month Employees, 'sonnel Norkers / $ 5 99 each $ , 5 — 9 9 kpervisors / $ 6 V9 each $ & 4/9 Monthly Total $ 6) Moore Park, 765 NW 36th Street, Miami, FL 33127 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 5 9 each Supervisors / /0 5'.1 each $ /e, e- / 9 Monthly Total $ / 2. 5,P 7) Legion Park, 6447 NE 7th Avenue, Miami, FL 33138 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers ,e) $ 0 each $ OC Supervisors / $ 5 -7 z. each $ -5. 7 2. Monthly Total $ 5- 7 2.. 8) Jose Marti Park and Gym, 351 SW 4th Street, Miami, FL 33130 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 6 2 9' each 62 47/ Supervisors / ,,p 53 each $ & 53 Monthly Total $ / 2 7 7 8 RFP508 9) Virrick Park and Gym, 3230 Hibiscus Street, Coconut Grove, FL 33133 >cription Number of Unit Price Per Month Total Price Per Month Employees inel kers / $ 5-1 ,7 each $ L'�9 ervisors / $ 6 y! each $ (v V Monthly Total $ 42 yd' 10) Grapeland Height Water Park, 1550 NW 37th Avenue, Miami, FL 33125 pe&cription Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ J) 7 each $ or-) 7 Supervisors / $ P 6 o each $ et,, d Monthly Total $ / % 6 7 11) Sandra DeLucca Development Center, 4560 NW 4th Terrace, Miami, FL 33126 Description Number of Unit Price Per Month Total Price Per Month. Employees Personnel Workers $ each $ a Supervisors ______c2S $ sZ 0 each $ 5 2- o Monthly Total $ 52_ b 12) Southside Park, 140 SW 11th Street, Miami, FL 33144 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ 0 each $ a Supervisors /' $ 52 - each $ 6-2-- Monthly Total $ 5 Z. 9 RFp508383, Janitorial Services Gpup 5, Police 1) College of Police, 350 NW 21 Avenue, Miami, FL 33128 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel VVorkers '`r $ /S1 to each $ 6, 3 J> V Supervisors / 72-v each $ 3 y (AD Monthly Total 4 $ 9 JZ c/ 2) Administration Building, 400 NW 2nd Avenue, Miami, FL 33128 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ I 745,0 each $ 9 O O Supervisors . $ / c&SZ. each F $ .3 aV Monthly Total ,7 $ /2. , % O `/ 3) Law Enforcement Officers Memorial High School, 300 NW 2nd Avenue, 3rd Floor, Miami, FL 33128 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ each $ Supervisors / $ 6.00 each $ L ' C)O Monthly Total $ (o 00 4) North Substation, 1000 NW 62nd Street, Miami, FL 33150 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ / 9()D each $ /,9.L7 Supervisors / $ 2 U (P 2. each $ 2, D 2. Monthl r�Total $ 3,.P2- 10 RFP'506383, Janitorial Services Per S 5) South Substation, 2200 W Flagler Street, Miami, FL 33135 description Number of Unit Price Per Month Total Price Per Month Employees iAnnel 'orkers / $ 1, I !.)D each $ /'700 pervisors J $ 2 Utf'Z each $ 20S2- Monthly Total $ l iZ 3 6) Specialized Operations, 1701 NW 30th Avenue, Miami, FL 33125 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers t $ / 9d1 a each $ /, 9 Uo Supervisors / $ Z odGz each $ Z, vci) 2- Monthly Total $ 3, 9' 2.. 7) Bomb Squad Mini, 1100 South River Drive, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ a each $ .0 Supervisors / $ -7J each $ 7 Monthly Total $ -7 8 8) Marine Patrol/Miami Yacht, 1001 McArthur Causeway, Miami, FL Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 0 $ g% each $ 0 Supervisors / $ 7 I each $ _ Monthly Total $ -7 F 11 RFP598383, Janitorial Services Cie Perve Wo S 9) David Herring Center,2301 NW 23rd Street, Miami, FL 33142 ascription Number of Unit Price Per Month Total Price Per Month E Employees hnel rkers c2C $ 5�-' each iervisors / $ /30 each $ /30 Monthly Total $ /.3 t7 1 10) Auto Pound, Corner of 3rd Avenue and NW 7w Street, Miami, FL 33128 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ 0 each $ Su ervisors / $ %S each $ 7.5— Monthly Total $ "7 S--- 11) Internal Affairs, 5040 NW 7th Street, 9th Floor, Miami, FL Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers CI5$ c each $ 0 Supervisors / $ / 5e.3 each $ /, S er".3 Monthly Total $ / S e -3 12) Bicycle Detail, 460 NE 2nd Avenue, Miami, FL Description Number of Unit Price Per Month Total Price Per Month Em loyees Personnel Workers $ each $ Supervisors / $ -% .5 each $ 7 S Monthly Total $ % .5""- 12 RFP5 PerSR S' 13) Mounted Stables, 360 NW 3rd Street, Miami, FL 33130 Workers description Number of Unit Price Per Month Total Price Per Month Employees _ ohnel 0 $ (1 each $ a -Nervisors $ -7 S each $ -7 5-- Monthly Total $ 7 5- 14) Coconut Grove Substation, 3727 Grand Avenue, Miami, FL 33133 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers a5. $ 0 each $ aS Su ervisors / $ 2. each $ 2 Up Monthly Total $ a. 00 Group 6, Miscellaneous City Departments 1) Public Works, Operations Trailers, 1290 NW 20th Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers h% 4 $ /1//each $ /t/ ff Supervisors AS— $ AlA each $ 4/ %/ Monthly Total $ AV/1 2) Solid Waste, Solid Waste Building, 1290 NW 20th Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers / $ rn_/ each $ 6 9/ Supervisors / $ 1 / 3 each $ / P403 Monthly Total $ 2, '9 13 RFP'608383, Janitorial Services Pe 3) Fire, Fire Training Center, 3425 Jefferson Street, Miami, FL 33133 lescription Number of Unit Price Per Month Total Price Per Month Employees !onnel Norkers 0$ 52 each upervisors / $ 6° Z / each $ ea 2 9 ._ Monthly Total $ (' 2 9 4) Fire, Fire Headquarters (Garage & Warehouse), 1131 & 1151 NW 7th Street, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel VVorkers $ 0 each $ Supervisors / $ /0 Vd each $ /vS/, Monthly Total $ /.4) W. 5) Grants, Miami Office of Sustainable Initiatives/Green Lab, 151 NW 27th Avenue, Miami, FL 33125 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers $ each $ Supervisors / $ .0 d 3 2, each $ i. ' -, Monthly Total $ cF3 2» 14 RFf"508383, Janitorial Services B. PROJECT WORK Project Work shall be performed by the Contractor according to the frequencies established below. The Proposer shall state its rates for providing the Project Work for any contract issued as a result of this RFP. The Proposer's rates for Project Work shall only be used, subsequent to contract award. project Work Frequency Total Price 1. Carpet cleaning, including stairways and landings, using appropriate method. Six (6) times a year $ `IP vuk 1 2. Pressure wash and/or scrub all exterior non -carpeted floors including all steps, stairs, dock floors and platforms. Quarterly $ qo two 3. Machine scrub concrete floors. Quarterly $ 1 4. Exterior window washing and conditioning, all floors. Semi -Annually $ 3Z 00Q 5. High dusting. Semi -Annually $ j t3U� 6. Vacuum mini -blinds. Semi -Annually $ tr 7. Wash mini -blinds. Semi -Annually $ f,5b 8. Strip and refinish vinyl floors. Semi -Annually $ i `i3Ot 9. Strip and refinish ceramic tile. Semi -Annually $ z, i' oOv 10. Restoration and crystallization of marble and granite Three (3) times a year $ .a�,o0o 11. Interior window washing and conditioning, all floors. Semi -Annually $ a), Z Note: 1) The price above in Section A shall be firm and fixed for the initial term of the contract. The rates for the option -to -renew years shall be negotiated. Any extensions to the contract will be at the then current rates. 2) Section A & B will be used to determine the price points for the price criteria. 3) Notwithstanding the proposed prices in Section B above, the City reserves the right to negotiate the pricing on a project by project basis at the City's sole discretion. 15 On -site Supervisor Location Name of Supervisor Years of Experience . r $7," y� it ' r ` Cyr hXJ�t j'..�.' Q t81 T` 1$ � Sy R s[" .s: .&X I. ... •...rnE,.. tY r� -5✓1 , n, " i i'i'�3 _ 'S9 47'"+ .. 1. IriPy> f, ��{tm�t '(4 `%Lr.dn 0 g t* r1�%A 't �1 Bi 5'%sly p� Ss3'P �Y MRC Building Rufus Gaines 20 GSA Administration Billy Williams 20 GSA Pro Maintenance Billy Williams 20 GSA Communications Warehouse Billy Williams 20 w h y� ii' �' r g gq.. � r ..,. V \ A d 3 �a'Y, raAr.v/x i �i �,qi''c" `u'':{ ,Ca £'i'' k pa n i... �1`E xit�5i ro� �5"�� ' 6 y,,,„.. VI, at is £° f::le i a. ,Y" die Little Haiti Cultural Center Jonathan Davis 7 Black Police Precinct & Museum Jonathan Davis 7 Manuel Artime Community Center San Quarteman 20 w DinnerKey Marina (NeW Building Only) Jamie Pollack 5 Marine Stadium Marina Jamie Pollack 5 MIAMarina Jamie Pollack 5 • �,f�` Xi �5,"�$�..,,' �,�."""A! %✓}A�'y`B... e.a.fi k rsa✓s"a`Kd A'i , $�.' ,'kr: a \>. # #i '"i.t..sA g}D i �m �y,,Ss, �y,�yy�^y,�r�. �.' \ '4 "V1:3p'�iFm+t4. IN'i��`@ F�'9.Y �Y '.��ii:. _ NET Upper Eastside 1 Nikki Levy 10 NET Little Haiti Nikki Levy 10 NET Allapatah Nikki Levy 10 NET Overtown Nikki Levy 10 NET Flagami/VVest Flager _ Nikki Levy 10 NET Coconut Grove Liliana Alvarez 7 NET Little Havana Liliana Alvarez 7 NET Coral Way Liliana Alvarez 7 NET Homeless Assistance Office Liliana Alvarez 7 On -site Supervisor NET Model City Liliana Alvarez 7 NET Wynwood Liliana Alvarez 7 NET Administration Nikki Levy 10 AEy.t.e, f�"e: u•> v':tg... �.... .... f.t. d.d of .dn �•ix 4,1 4 , Vb 7.rFj t. i'Bl�h'4SY rdciei<d.aad'Fi. Park Operations Joe Rickenbacker 20 Charles Hadley Park Joe Rickenbacker 20 Gibson Park Joe Rickenbacker 20 West End Park Joe Rickenbacker 20 Maceo Park Johnathan Davis 8 Moore Park Johnathan Davis 8 Leg ion Park Donyell Desmore 15 Jose Marti Park and Gym Donyell Desmorse 15 Virrick Park and Gym Donyell Desmore 15 Grapeland Heights Water Park Donyell Desmore 15 Sandra Delucca Develoment Center Jonathan Davis 8 Southside Park dk . tu# 0®.s..e.i:'�� e ,SSk�p.,`" fzx*iy�� Jonathan Davis l % .. i °.<.3 8 College of Police Billie Williams 20 Police Administration Building Billie Williams 20 Law Enforcement Officers Memorial High School Billie Williams 20 North Substation Princess Brunson 3 South Substation Princess Brunson 3 Specialized Operations Nathaniel Francis 15 On -site Supervisor Bomb Squad Mini Jesus Garcia 3 Marine Patrol/Miami Yacht Jesus Garcia 3 David Herring Center Barry Clayton 7 Auto Pound Barry Clayton 7 Internal Affairs Barry Clayton 7 Bicycle Detail Jesus Garcia 3 Mounted Stables Jesus Garcia 3 Coconut Grove Substation Princess Brunson 3 gh.A.aB,. -e.^�,'S SN�'t Yi 'biv'�k'S7¢. s9 yepq�[ °.'¢ P� ++a.m r3 F i �'' 3c9 , A i �eds -v r.. a ,. , : -. �.• _<.,,..,... 15 -ss Public Works Operation Trailer Charsha Goodman Solid Waste Building Charsha Goodman 15 Fire Training Center Ken Anthony 20 Fire Headquarters (Garage and Warehouse) Ken Anthhony 20 Miami Office of Sustainable Initiatives/Green Lab Liliana Alvarez 7 Ceco Chemicals Mfg, Co. Date entered- Z11-5792---- Material fety Data heet Date Revised:6/23/05 2990 N.W. 73rd Street Emergency Numbers: 141liami,1+1.33147 Medical: (305)691-3660 (305) 591-3660 Trenspartatian:(305) 424-9300 Section 1 PRODUCT INDENTIFICATION (2.) Product Number: (1.) Product Name: Glass Cleaner EPA Reg. No.: (34 Chemical name/synanyms: Window Cleaner EPA Est. No.: (4.) Chemical family: Water Base Cleaner (5.) Chemical formula' (6.) NFPA & HMISacute hazard rating: Health: 1 Flammability: 0 Reactivity: 0 (7.) Preparer Name: Phone: (8.) Personal Protective Equipment: Section 2 CHEMICAL COMPOSITION Nat= Hat aft C A= hazaTdous substances at i% or gmtater and ardnogane ato.i% or greater. (1.) CZ) SARA. (3.) (4.) (5.) (6.) (7.) ingredient: Nate 313 : CAS Number: % range: PEL: L1,50: TLV: No Hazardous Ingredients * Note Balance: Non hazardous Section 3 PHYSIOLOGICAL EFFECTS (1.) Primary routes(s) of entry into body: (2.) Eyes: X (3.) Skin: _� (4.) Inhalation: _ (5.) Ingestion: (6.) Acute effects: (7.) :Will cause irritation. Immediately flusb with watrer for at least 15 minutes and get medical attention (8.) Stdn:ediately flush with water for 15 minutes removed contaminated clothing, get medical attention and launder contaminated clothing before reusing (9.) Inhalation: (10.) Ingestion: (11.) chronic eifects: Section 4 EMERGENCY AND FIRST AID PROCEDURES (1.) Eyes: Will cause irritation. Immediately flush with watrer for at least 15 minutes and get medical attention (2.) Skin: Immediately flush with water for 15 minutes removed contaminated clothing, get medical attention and launder contaminated clothing before reusing (3.) lnharatlon: None required in normal use in a well ventilated area. (4.) Ingestion: (5.) Special instructions to physician: Section 5 FIRE AND EXPLOSION HAZARD DATA (1.) Flash paint: N/A °F (2.) Method' (3.) Flammable limits in air: N/A (4.) Autaignidan temperature: oc' (5.) Suitable extinguishing media: N/A (6.) Hazardous combustion biproducts: (7.) Rec. fire fighting procedures: (8.) unusual fire explosion hazards: N/A Section 6 ENVIRONMENTAL INFORMATION (1.) Spill or leak procedures: (2.) Small spill Ieak?ump liquid into salvage tank, remaining liquid may be taken up with sand clay, floor absorbent or other absorbent material and shoveled into a container (3.) Large spill leakiump liquid into salvage tank, remaining liquid may be taken up with sand clay, floor absorbent or other absorbent material and shoveled into a container (4.) Spill reportable quantity: (5.) Waste disposal method: (6.) EPA appropriate waste classification: (7.) RCRA appropriate characteristic waste: N/A (8.) if so EPA hazardous waste number: N/A (9.) RCRA appropriate listed waste: N/A (10.) if so EPA hazardous waste number: N/A (11.) non RCRA regulated waste: Yes (12.) Procedure for handling empty containers: (13.) Environmental toxicity data: BIODEGRABLE (14.) Other regulatory controls: none 1 continued from page 1 (15.) Is material dassifiedunder the CLEAN WATER ACT (USA) or appropriate water regulations as a: (16.) Toxic pollutant (section 307): NO (17.) Hazardous substance (section 311)7: No (18.) if yes, reportable quantity (R.Q.): (18.) Oil section 3117 No (19.) Is material classified under the CLEAN AIR ACT (USA) or appropriate CLEAN AIR regulations as a: (20.) Hazardous air pollutant section (12)?: No (21.) Comments: none Section 7 STORAGE AND HANDLING PRECAUTIONS (1.) storage: storage Temperature below 120 F and above 32 F (2.) Handling: use chemicals resistant gloves and eye protection when handling concentrate (3.) Precautionary labeling: Section 8 OCCUPATIONAL CONTROL PROCEDURES (1.) Ventilation: (2.) local exhaust (3.) general exhaust X (4.) none required_ (5.) Personal protective equipment: (6.) Respirator type: none required (7.) Gloves: (8.) Natural rubber (9.) plastic: (10.) nitrite: (11.) neoprene: X (12.) butyl: (13.) other: _ _ (14.) Eye protection: (15.) glasses with side shield* X (16.) full face shield: (17.) chemical splash goggles: (18.) other: Section 9 PHYSICAL DATA (1.) Appearance: Orange (2.) Odor. Orange (3.) Physical state' Liquid (4.) Bailing Point: 212 (5.) Freeze Point: 32 (6.) Specific Gravity: 1.06 (7.) pH Neat: 9 (8.) pH 1%: 8 (9.) % Solids: 17.5% (10.) % Volatiles:82.5%(11.) Solubility Water: Complete (12.) Vapor pressure: n/d (13.) Vapor density: nid (14.) Evaporation rate: <1 (15.) VOC Less Exempt (theoretical): 0.44 lbs./gal (16.) VOC As Packaged (theoretical): 0.44 lbs./gal. Section 10 REACTIVITY DATA (1.) Thermal stability: stable (2.) Condition to avoid: extreme heat (3.) Hazardous decompositon products: none expected (4.) Hazardous polymerization: may occur: will not occur: X (6.) Materials to avoid: Oxidizers,strong acids (7.) Corrosive action on materials: very slight of soft metals such aluminum Section 11 TOXICOLOGICAL INFORMATION (1.) Summary of health effects: Defatting of skin, skin irratation Section 12 SHIPPING REQUIREMENTS (1.) Indicate country/regulatory agency which specifies requirements: U.S.A.-DOT (2.) Proper Shipping name: Compound, Cleaning, Liquid (Not regulated) (3.) Hazardous class: (4.) Identification number. (5.) Packaging group: (6.) Emergency response guide number: (7.) Labels required: (8.) Other requirements: none (9.) Note: Product Name: cpw Product Number: n/d = not determined; n/a = not applicable 2 C'eco-C heroical Mfg. Co- 2/15/9-2 Date en Bred: 2990 N.W. 73rd Street l Safety Data Sheet Date Revised: 6/23/05 Miami,FL 33147 U.S.A. Emergency Numbers: (305) 691-3660 Medical: (305) 691-3660 • Transportation: (800) 424-9300 Section 1 PRODUCT INDENTIFICATION (2.) Product Number: (1.) Product Name: CPW EPA Reg. No.: (3.) Chemical name/synonyms: Cleaning compound liquid EPA Est. No.: (4.) Chemical family: Alkaline Detergent (5.) Chemical formula" Proprietary (6.) NFPA & HMISecute hazard rating: Health: 2 Flammability: 0 Reactivity: 0 (7.) Preparer Name: Phone: (8.) Personal Protective Equipment: Safety glasses, gloves Section 2 CHEMICAL COMPOSITION Note: Sat all CERCLA hazardous substances at 1% or greeater and cardnogens at 0.1% or greater. (1.) (2.) SARA (3.) (4.) (5.) (6.) (7.) Ingredient: Note 313 : CAS Number: %o range: PEL: LD50: TUN: 2-butoxyethanol Sodium metasilicate Alkylphenal ethoxylate Yes No No 000111-76-2 6834-92-0 9016-45-9 12% 2% 5% 25 ppm TWA n/a n/d 1519 mg/kg n/a 3.31 g/kg 25 pprn TWA 2mg/m n/d Note Balance: Non hazardous Section 3 PHYSIOLOGICAL EFFECTS (1.) Primary routes(s) of entry into body: (2.) Eyes: (3.) Skin: (4.) Inhalation: X (5.) Ingestion: _ (6.) Acute effects: (7.) Eyes: some tissue irritation,blutred vision (8.) Skin: Some tissue irritaton and redness (9.) Inhalation: some tissue irritation,shortness of breath (10.) Ingestion: some irritation,some swelling of the abdoman,nausea (11.) Chronic effects: not known Section 4 EMERGENCY AND FIRST AID PROCEDURES (1.) Eyes: rinse for 15 minutes with potable water, if irritation persits,seek medical attention. (2) skin. rinse for 15 minutes with potable water, if irritation persits,seek medical attention. (3.) Inhalation' remove victom to fresh air, if symptoms persists, seek medical attention. (4.) ingestion: give large amounts of potable water while seeking immediate medical attention. (5.) Special instructions to physician: none Section 5 FIRE AND EXPLOSION HAZARD DATA (1.) Flash point: 1/A °F (2.) Method: TCC (3.) Flammable limits in air: Not known (4.) Autoignition temperature: n/d °C (5.) Suitable extinguishing media: water, foam or CO2 (6.) Hazardous combustion biproducts: Carbon monoxide (7.) Rec. fire lighting procedures: normal procedures (8.) Unusual fire explosion hazards: 'none Section 6 ENVIRONMENTAL INFORMATION (1.) Spill or leak procedures: (2.) small spilt teak?top leak,dilute with water, neutralize material with mild acid,mop or vacuum to disposal container or rinse to sanitary sew (3.) Large spill ieakstop leak,dilute with water, neutralize material with mild acid,mop or vacuum to disposal container then rinse remainder to sanitary sewer (4.) Spill reportable quantity' none (5.) Waste disposal method: follow local, state and federal (6.) EPA appropriate waste classification: n/a (7.) RCRA appropriate characteristic waste: n/a (8.) if so EPA hazardous waste number: n/a (9.) RCRA appropriate listed waste: n/a (10.) if so EPA hazardous waste number: n/a (11.) non RCRA regulated waste: n/a (12.) Procedure for handling empty containers: do not reuse. give container to licensed dram reconditioner (13.) Environment& toxicity data: BIODEGRADABLE (14.) Other regulatory controls: None 1 nued from page 1 (15.) Is material dassifiedunder the CLEAN WATER ACT (USA) or appropriate water regulations as a: (16.) Toxic pollutant (section 307): (17.) Hazardous substance (section 311)?: (18.) if yes, reportable quantity (R.Q.): (18.) OR section 311? (19.) Is material classified under the CLEAN AIR ACT (USA) or appropriate CLEAN AIR regulations as a: (20.) Hazardous air pollutant section (12)?: (21.) Comments: Section 7 STORAGE AND HANDLING PRECAUTIONS (1.) Storage: Protect containers from physical damage and extreme heat (2.) Handling: (3.) Precautionary labeling: Section 8 OCCUPATIONAL CONTROL PROCEDURES (1.) Ventilation: (2.) local exhaust X (3.) general exhaust (4.) none required _ (5.) Personal protective equipment: (6.) Respirator type: None required in normal usein a well ventilated area (7.) Gloves: (8.) Natural rubber: (9.) plastic: (10.) nitnle: (11.) neoprene: X (12.) butyl: (13.) other: - :14.) Eye protection: (15.) glasses with side shield: (16.) full face shield: X (17.) chemical splash goggles: (18.) other: Section 9 PHYSICAL DATA 1•) Appearance: Blue and slight odor (2.) Odor: Slight odor (3.) Physical state: Liquid (4.) Boling Point: 212° (5.) Freeze Point: (6.) Specific Gravity: (7.) pH Neat: (8.) pH 1%: (9.) % Solids: (10.) % Volatiies: 1 (11.) Solubility Water: (12.) Vapor pressurtotYCt establ sk#ig.) Vapor density: 01 (14.) Evaporation rate: H2O1 (15.) VOC Less Exempt (theoretical): lbs./gal (16.) VOC As Packaged (theoretical): lbs.%gal. Section 10 REACTIVITY DATA , (1.) Thermal stability: Stable (2.) Condition to avoid: Avoid contrt with acidic products (e.g. produtcs containing H2504,HCL) Etc. (3.) Hazardous decompositon products: (4.) Hazardous polymerization: may occur, will not occur: X (6.) Materials to avoid: Avoid contct with acidic products (e.g. prodntes containing H2504,HCL) Etc. (7.) Corrosive action on materials: Section 11 TOXICOLOGICAL INFORMATION (1.) Summary of health effects: Section 1 ► SHIPPING REUIREMENTS (1.) Indicate country/regulatory agency which specifies requirements: (2.) Proper Shipping name: (3.) Hazardous class: (4.) Identification number: (S.) Packaging group: (6,) Emergency response guide number: N/A N/A (7.) Labels required: N/A (8.) Otter requfrernents: (9.) Note: Product Name:GLASS CLEANER Product Number: n/d = not determined; n/a = not applicable 2 Safety Data Sheet Spartan Chemical Company, Inc. Revision Date: 04-Aug-2015 Product Identifier Product Name: Product Number: Recommended Use: Uses Advised Against: Manufacturer/Supplier: DUCT 'ASO NABC NON-ACID DISINFECTANT BATHROOM CLEANER 7116 7496, 7106 Disinfectant For Industrial and Institutional Use Only Spartan Chemical Company, Inc. 1110 Spartan Drive Maumee, Ohio 43537 USA 800-537-8990 (Business hours) www.spartanchemicaLcom 24 Hour Emergency Phone Numbers: Medical Emergency/Information: 888-314-6171 Transportation/Spill/Leak: CHEMTREC 800-424-9300 GHS Classification Not Classified GHS Label Elements Signal Word: Symbols: Hazard Statements: Precautionary Statements: Prevention: Response: -Specific Treatment: Storage: Disposal: Hazards Not Otherwise Classified: Other Information: Not dangerous according to the Globally Harmonized System (GHS) No signal word No hazard statements Not Applicable See Safety Data Sheet Section 4: "FIRST AID MEASURES" for additional information. Not Applicable Not Applicable Not Applicable • May be harmful if swallowed. • May cause eye irritation. • May cause skin irritation. • Inhalation of vapors or mist may cause respiratory irritation. • Keep out of reach of children. 0.19756% of the mixture consists of ingredient(s) of unknown toxicity. DIET Chemical Name CAS No Weight % water 7732-18-5 60-100 alcohol ethoxylate 68439-46-3 1-5 dialkyl dimethyl ammonium chloride 68424-95-3 0.1-1 alkyl dimethyl benzyl ammonium chloride 68424-85-1 0.1-1 Page 1 / 5 7116 - NABC NONACI9LD1SIN CTANJ BATHROQM CLEANER Revision Date: 04-Aug-2015 Specific chemical identity and/or exact percentage of composition has been withheld as a trade secret. *61 -Eye Contact: -Skin Contact: -Inhalation: -Ingestion: Note to Physicians: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. If eye irritation persists: Get medical attention. Wash with soap and water. If skin irritation occurs: Get medical attention. Remove victim to fresh air and keep at rest in a position comfortable for breathing. Call a poison control center or physician if you feel unwell. Rinse mouth. Do NOT induce vomiting. Never give anything by mouth to an unconscious person. Get medical attention if you feel unwell. Treat symptomatically. Suitable Extinguishing Media: Specific Hazards Arising from the Chemical: Hazardous Combustion Products: Protective Equipment and Precautions for Firefighters: Product does not support combustion, Use extinguishing agent suitable for type of surrounding fire Dried product is capable of burning. Combustion products are toxic. May include Carbon monoxide Carbon dioxide and other toxic gases or vapors. Wear MSHA/NIOSH approved self-contained breathing apparatus (SCBA) and full protective gear. Cool fire -exposed containers with water spray. Personal Precautions: Environmental Precautions: Methods for Clean -Up: Avoid contact with skin, eyes or clothing. Use personal protective equipment as required. Do not rinse spill onto the ground, into storm sewers or bodies of water. Prevent further leakage or spillage if safe to do so. Contain and collect spillage with non-combustible absorbent material, (e.g. sand, earth, diatomaceous earth, vermiculite) and place in container for disposal according to local / national regulations (see Section 13). Advice on Safe Handling: Storage Conditions: Handle in accordance with good industrial hygiene and safety practice. Wash thoroughly after handling. Keep containers tightly closed in a dry, cool and well -ventilated place. Keep out of the reach of children. Keep from freezing. Occupational Exposure Limits: Engineering Controls: Personal Protective Equipment Eye/Face Protection: Skin and Body Protection: Respiratory Protection: General Hygiene Considerations: None established. Provide good general ventilation. If work practices generate dust, fumes, gas, vapors or mists which expose workers to chemicals above the occupational exposure limits, local exhaust ventilation or other engineering controls should be considered. Wear splash goggles. Wear rubber or other chemical -resistant gloves. Not required with expected use. If occupational exposure limits are exceeded or respiratory irritation occurs, use of a NIOSH/MSHA approved respirator suitable for the use -conditions and chemicals in Section 3 should be considered. Wash hands and any exposed skin thoroughly after handling. See 29 CFR 1910.132-138 for further guidance. Page 2/5 7116 - NABC NON-ACID DISINFECTANT BATHROOM CLEANER Revision Date: 04-Aug-2015 Appearance/Physical State: Liquid Color: Blue Odor: Pleasant pH: 6,0-7.0 Melting Point / Freezing Point: No information available. Boiling Point / Boiling Range: 100 °C / 212 °F Flash Point: > 100 °C / > 212 °F ASTM D56 Evaporation Rate: < 1 (BuAc = 1) Flammability (solid, gas) No information available. Upper Flammability Limit: No information available. Lower Flammability Limit: No information available. Vapor Pressure: No information available. Vapor Density: No information available. Specific Gravity: 0.995 Solubility(ies): Soluble in water Partition Coefficient: No information available. Autoignition Temperature: No information available. Decomposition Temperature: No information available. Viscosity: No information available. Reactivity: Chemical Stability: Possibility of Hazardous Reactions: Conditions to Avoid: Incompatible Materials: Hazardous Decomposition Products: This material is considered to be non -reactive under normal conditions of use. Stable under normal conditions. Not expected to occur with normal handling and storage. Extremes of temperature and direct sunlight. Strong oxidizing agents. Strong acids. May include carbon monoxide, carbon dioxide (CO2) and other toxic gases or vapors. iktiaA EY yf ,t 5 z ,a,.�n tr......%,„..rv. ,.:., , r, lu <ttdi��4�.®t7��i'/t�IR1Y4��OlYrvtY; r. ..., .s r ,.,,...,. t,,..*p Likely Routes of Exposure: Symptoms of Exposure: -Eye Contact: -Skin Contact: -Inhalation: -Ingestion: Immediate, Delayed, Chronic Effects Product information: Data not available or insufficient for classification. Eyes, Skin, Ingestion, Inhalation. Pain and redness. Drying of the skin. Nasal discomfort and coughing. Pain, nausea, vomiting and diarrhea. Numerical Measures of Toxicity The following acute toxicity estimates (ATE) are calculated based on the GHS document. ATEmix (oral): ATEmix (dermal): 24390 mg/kg 73171 mg/kg Component Acute Toxicity Information Chemical Name Oral LD50 Dermal LD50 Inhalation LC50 water 7732-18-5 > 90 mL/kg ( Rat) Not Available Not Available alcohol ethoxylate 68439-46-3 = 1378 mg/kg ( Rat) > 2 g/kg ( Rabbit) Not Available alkyl dimethyl benzyl ammonium chloride 68424-85-1 = 426 mg/kg ( Rat) Not Available Not Available Page 3/5 7116 - NABC NON-ACID DISINFECTANT BATHROOM CLEANER Revision Date: 04-Aug-2015 Carcinogenicity: No components present at 0.1 % or greater are listed as to being carcinogens by ACGIH, IARC, NTP or OSHA. Ecotoxicity Persistence and Degradability: Bioaccumulation: Other Adverse Effects: No information available. No information available. No information available. Disposal of Wastes: Contaminated Packaging: Dispose of in accordance with federal, state and local regulations. Dispose of in accordance with federal, state and local regulations. DOT: Proper Shipping Name: Special Provisions: IMDG: Proper Shipping Name: Not Regulated Non Hazardous Product Shipping descriptions may vary based on mode of transport, quantities, package size, and/or origin and destination. Check with a trained hazardous materials transportation expert for information specific to your situation. Not Regulated Non Hazardous Product j TSCA Status: (Toxic Substance Control Act Section 8(b) Inventory) All chemical substances in this product are included on or exempted from listing on the TSCA Inventory of Chemical Substances. SARA 313 This product does not contain listed substances above the "de minimus" level SARA 311/312 Hazard Categories Acute Health Hazard: Chronic Health Hazard: Fire Hazard: Sudden release of pressure hazard: Reactive Hazard: Yes No No No No California Proposition 65 This product is not subject to warning requirements under California Proposition 65. EPA Pesticide Registration Number:5741-18 EPA Statement: This chemical is a pesticide product registered by the Environmental Protection Agency and is subject to certain labeling requirements under federal pesticide law. These requirements differ from the classification criteria and hazard information required for safety data sheets, and for workplace labels of non -pesticide chemicals. Following is the hazard information as required on the pesticide label: EPA Pesticide Label: CAUTION. Causes moderate eye irritation. Harmful if absorbed through the skin. Avoid contact with eyes, skin or clothing. Wash thoroughly with soap and water after handling. NFPA HMIS Health Hazards: 1 Health Hazards: 1 Flammability: 0 Instability: 0 Flammability: 0 Physical Hazards: 0 Special: N/A Page 4 / 5 __TUB - NARC—NONICJD DJSLMEECIAILT BATHROOM _CLEANER Revision Date: 04-Aug-2015 Revision Date: 04-Aug-2015 Reasons for Revision: Section 14 and 15 Disclaimer: The information provided in this Material Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication. The information given is designed only as a guidance for safe handling, use, processing, storage, transportation, disposal and release and is not to be considered a warranty or quality specification. The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text. End of Safety Data Sheet Page 5 / 5 Safety Data Sheet Spartan Chemical Company, Inc. Revision Date: 11-Aug-2015 Product Identifier Product Name: Product Number: Recommended Use: Uses Advised Against: Manufacturer/Supplier: l�l ORANGE TOUGH 40 2240 Cleaning agent For Industrial and Institutional Use Only Spartan Chemical Company, Inc. 1110 Spartan Drive Maumee, Ohio 43537 USA 800-537-8990 (Business hours) www.spartanchemical.com 24 Hour Emergency Phone. Numbers: Medical Emergency/Information: 888-314-6171 Transportation/Spill/Leak: CHEMTREC 800-424-9300 GHS Classification Acute toxicity - Inhalation (Dusts/Mists) Category 4 Skin Corrosion/Irritation: Category 2 Serious Eye Damage/Eye Irritation: Category 1 Skin Sensitization: Category 1 Flammable Liquids Category 3 GHS Label Elements Signal Word: Symbols: Hazard Statements: Precautionary_Statements: Harmful if inhaled. Causes skin irritation. Causes serious eye damage May cause an allergic skin reaction Flammable liquid and vapor. Page 1 / 6 2-240—ORANGE TOUGH-40— — Reviaio t Date. 11-Atrg=2010— Prevention: Response: -Eyes IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. IMMEDIATELY CALL A POISON CENTER OR PHYSICIAN. -Skin IF ON SKIN (or hair): Take off immediately all contaminated clothing, Rinse skin with water or shower, If skin irritation or rash occurs: Get medical attention, Wash contaminated clothing before reuse. -Inhalation: IF INHALED: Remove victim to fresh air and keep at rest in a position comfortable for breathing. Call a POISON CENTER or doctor/physician if you feel unwell -Specific Treatment: See Safety Data Sheet Section 4: "FIRST AID MEASURES" for additional information. Fire: In case of fire: Use Water spray, fog or regular foam for extinction Storage: Store in a well -ventilated place. Keep cool Disposal: Dispose of contents and container in accordance with local, state and federal regulations. Do not dispose of this product by pouring on the ground, into storm sewers, waterways or other surface waters. Consult with local, federal and state authorities prior to disposal of any d-limonene containing product into the sanitary sewer system. Avoid breathing dust/fume/gas/mist/vapors/spray Use only outdoors or in a well -ventilated area. Wash hands and any exposed skin thoroughly after handling. Wear eye / face protection Wear protective gloves Contaminated work clothing should not be allowed out of the workplace Keep away from heat/sparks/open flames/hot surfaces. — No smoking Keep container tightly closed Ground container and receiving equipment. Use explosion -proof electrical equipment. Use only non -sparking tools Take precautionary measures against static discharge Hazards Not Otherwise Classified: Not Applicable Other Information: Harmful if swallowed Keep out of reach of children. Chemical Name CAS No Weight-% d-limonene 5989-27-5 15-40 water 7732-18-5 10-30 nonylphenol ethoxylate 127087-87-0 10-30 triethanolamine dodecylbenzene sulfonate 27323-41-7 5-10 triethanolamine 102-71-6 3-7 hexylene glycol 107-41-5 1-5 dicarboxylic fatty acid, dipotassium salt 66375-37-9 1-5 tetrasodium ethylenediaminetetraacetate 64-02-8 1-5 Specific chemical identity and/or exact percentage of composition has been withheld as a trade secret. -Eye Contact: -Skin Contact: -Inhalation: -Ingestion: Rinse cautiously with water for at least 15 minutes. Remove contact lenses, if present and easy to do. Continue rinsing. IMMEDIATELY CALL A POISON CENTER OR PHYSICIAN. Take off immediately all contaminated clothing. Rinse skin with water or shower. If skin irritation or rash occurs: Get medical attention. Wash contaminated clothing before reuse. Remove victim to fresh air and keep at rest in a position comfortable for breathing. Call a poison control center or physician if you feel unwell. Rinse mouth. Do NOT induce vomiting. Never give anything by mouth to an unconscious person. Get medical attention if you feel unwell. Page 2/6 240-ORANGE-FO GH--40-- Revisi��rDate 11 trg=281`5 - Note to Physicians: Treat symptomatically. Suitable Extinguishing Media: Specific Hazards Arising from the Chemical: Hazardous Combustion Products: Protective Equipment and Precautions for Firefighters: Water spray, fog or regular foam, Dry chemical Vapors may form explosive mixtures with air. Vapors may travel to source of ignition and flash back. May include Carbon monoxide Carbon dioxide and other toxic gases or vapors. Wear MSHA/NIOSH approved self-contained breathing apparatus (SCBA) and full protective gear. Cool fire -exposed containers with water spray. Personal Precautions: Environmental Precautions: Methods for Clean -Up: L' ELIMINATE all ignition sources (no smoking, flares, sparks or flames in immediate area). Use personal protective equipment as required. Do not rinse spill onto the ground, into storm sewers or bodies of water. Do not dispose of this product by pouring on the ground, into storm sewers, waterways or other surface waters. Consult with local, federal and state authorities prior to disposal of any d-limonene containing product into the sanitary sewer system. Prevent further leakage or spillage if safe to do so. Contain and collect spillage with non-combustible absorbent material, (e.g. sand, earth, diatomaceous earth, vermiculite) and place in container for disposal according to local / national regulations (see Section 13). Advice on Safe Handling: Storage Conditions: 7 ..MANDLINC3 Handle in accordance with good industrial hygiene and safety practice. Wash thoroughly after handling, Keep away from heat, sparks, flame and other sources of ignition (Le., pilot lights, electric motors and static electricity). Occupational Exposure Limits: Chemical Name ACGIH TLV OSHA PEL NIOSH hexylene glycol 107-41-5 Ceiling: 25 ppm (vacated) Ceiling: 25 ppm (vacated) Ceiling: 125 mg/m3 Ceiling: 25 ppm Ceiling: 125 mg/m3 Engineering Controls: Personal Protective Equipment Eye/Face Protection: Skin and Body Protection: Respiratory Protection: General Hygiene Considerations: Provide good general ventilation. If work practices generate dust, fumes, gas, vapors or mists which expose workers to chemicals above the occupational exposure limits, local exhaust ventilation or other engineering controls should be considered. Wear splash goggles. Wear rubber or other chemical -resistant gloves. Not required with expected use. If occupational exposure limits are exceeded or respiratory irritation occurs, use of a NIOSH/MSHA approved respirator suitable for the use -conditions and chemicals in Section 3 should be considered. Wash hands and any exposed skin thoroughly after handling. See 29 CFR 1910.132-138 for further guidance. Page 3 / 6 240—ORANEE TOttGH- Revision Dste: 1't Aug-20T5- Appearance/Physical State: Liquid Color: Orange Odor: Orange pH: 8.5-9.5 Melting Point / Freezing Point: No information available. Boiling Point/ Boiling Range: > 100 °C / 212 °F Flash Point: 51 °C / 124 °F ASTM D56 Evaporation Rate: < 1 Flammability (solid, gas) No information available. Upper Flammability Limit: No information available. Lower Flammability Limit: No information available, Vapor Pressure: No information available. Vapor Density: No information available, Specific Gravity: 0.96 Solubility(ies): Miscible in water Partition Coefficient: No information available. Autoignition Temperature: No information available. Decomposition Temperature: No information available. Viscosity: No information available. Reactivity: Chemical Stability: Possibility of Hazardous Reactions: Conditions to Avoid: Incompatible Materials: Hazardous Decomposition Products: This material is considered to be non -reactive under normal conditions of use. Stable under normal conditions. Not expected to occur with normal handling and storage. Extremes of temperature and direct sunlight. Strong oxidizing agents. Strong acids. May include carbon monoxide, carbon dioxide (CO2) and other toxic gases or vapors. it Likely Routes of Exposure: Symptoms of Exposure: -Eye Contact: -Skin Contact: -Inhalation: -Ingestion: Immediate, Delayed, Chronic Effects Product Information: Target Organ Effects: Numerical Measures of Toxicity The following acute toxicity estimates ATEmix (oral): ATEmix (dermal): ATEmix (inhalation-dust/mist): Eyes, Skin, Ingestion, Inhalation. Pain, redness, swelling of the conjunctiva and tissue damage. Eye contact may cause permanent damage. Pain, redness and cracking of the skin. Nasal discomfort and coughing. Pain, nausea, vomiting and diarrhea. Data not available or insufficient for classification. Central nervous system. -Eyes. Respiratory System. -Skin. (ATE) are calculated based on the GHS document. 2301 mg/kg 4814 mg/kg 2.6 mg/I Component Acute Toxicity Information Chemical Name Oral LD50 Dermal LD50 Inhalation LC50 d-limonene 5989-27-5 = 4400 mg/kg ( Rat) > 2000 mg/kg ( Rabbit) T Not Available water 7732-18-5 > 90 mL/kg ( Rat) Not Available Not Available Page 4/6 2240 --ORANGE-TOUGH 40 Revision Date: 11-Aug-2015 triethanolamine dodecylbenzene sulfonate 27323-41-7 = 2320 mg/kg ( Rat } `" �2-3220-rng/kg(Rabbit) Not Available hexylene glycol 107-41-5 = 3692 mg/kg ( Rat) = 8560 pUkg ( Rabbit) > 310 mg/m3 ( Rat) 1 h tetrasodium ethyienediaminetetraacetate 64-02-8 = 10 g/kg ( Rat) Not Available Not Available Carcinogenicity: No components present at 0.1% or greater are listed as to being carcinogens by ACGIH, ARC, NTP or OSHA. Ecotoxici Chemical Name Algae/Aquatic Plants Fish Toxicity to Microorganisms Crustacea d-limonene 5989-27-5 Not Available 0.619 - 0.796: 96 h Pimephales promelas mg/L LC50 flow -through 35: 96 h Oncorhynchus mykiss mg/L LC50 Not Available Not Available hexylene glycol 107-41-5 Not Available 10500 - 11000: 96 h Pimephales promelas mg/L LC50 flow -through 10000: 96 h Lepomis macrochirus mg/L LC50 static 8690: 96 h Pimephales promelas mg/L LC50 flow -through 10700: 96 h Pimephales promelas mglL LC50 static Not Available 2700 - 3700: 48 h Daphnia magna mg/L EC50 tetrasodium ethylenediarninetetraacetate 64-02-8 1.01: 72 h Desmodesmus subspicatus mg/L EC50 41: 96 h Lepomis macrochirus mg/L LC50 static 59.8: 96 h Pimephales promelas mg/L LC50 static Not Available 610: 24 h Daphnia magna mg/L EC50 Persistence and Degradability: Bioaccumulation: Other Adverse Effects: No information available. No information available. No information available. Disposal of Wastes: Contaminated Packaging: US EPA Waste Number: Dispose of in accordance with federal, state and local regulations. Dispose of in accordance with federal, state and local regulations. D001 DOT: UN/ID No: Proper Shipping Name: Hazard Class: Packing Group: Special Provisions: IMDG: UN1993 Flammable liquids, n.o.s., (contains d-limonene) 3 Ill Class 3, Packing Group III materials meet the exception requirements of section 49 CF 173.150 when individual containers of not more than 1.3 gallons are packed in a stron outer packaging and ground transportation is utilized. Such containers may be reclass as "Limited Quantity". Shipping descriptions may vary based on mode of transport, quantities, package size and/or origin and destination. Check with a trained hazardous materials transportatio expert for information specific to your situation. Page 5/6 --224o-=—GRANGE°-TOU_G j40 Revision Date: 11-Aug-2015 UN/ID No: Proper Shipping Name: Hazard Class: Packing Group: UN1993 Flammable liquids, n.o.s., (contains d-limonene) 3 IIP TSCA Status: (Toxic Substance Control Act Section 8(b) Inventory) All chemical substances in this product are included on or exempted from listing on the TSCA Inventory of Chemical Substances. SARA 313 This product does not contain listed substances above the "de minimus" level SARA 311/312 Hazard Categories Acute Health Hazard: Chronic Health Hazard: Fire Hazard: Sudden release of pressure hazard: Reactive Hazard: Yes No Yes No No California Proposition 65 This product is not subject to warning requirements under California Proposition 65. NFPA HMIS Revision Date: Health Hazards: 2 Health Hazards: 2 11-Aug-2015 Reasons for Revision: Section 14 and 15 Flammability: 2 Flammability: 2 Instability: 0 Physical Hazards: 0 Special: N/A Disclaimer: The information provided in this Material Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication. The information given is designed only as a guidance for safe handling, use, processing, storage, transportation, disposal and release and is not to be considered a warranty or quality specification. The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text. End of Safety Data Sheet Page 616 Safety Data Sheet Spartan Chemical Company, Inc. Revision Date: 30-Jul-2015 Product Identifier Product Name: Product Number: Recommended Use: Uses Advised Against: Manufacturer/Supplier: ROD'UCT AND, CO FOAMY Q&A 3200 , 3202 Disinfectant For Industrial and Institutional Use Only Spartan Chemical Company, Inc. 1110 Spartan Drive Maumee, Ohio 43537 USA 800-537-8990 (Business hours) www.spartanchemical.com 24 Hour Emergency Phone Numbers: Medical Emergency/Information: 888-314-6171 Transportation/Spill/Leak: CHEMTREC 800-424-9300 GHS Classification Skin Corrosion/Irritation: Serious Eye Damage/Eye Irritation: Corrosive to Metals: GHS Label Elements Signal Word: Symbols: Hazard Statements: Precautionary Statements: Prevention: Response: -Eyes -Skin -Inhalation: -Ingestion: -Specific Treatment: Spill: Storage: Category 1 Category 1 Category 1 Danger Causes severe skin burns and serious eye damage. May be corrosive to metals. Do not breathe mist, vapors or spray. Wash hands and any exposed skin thoroughly after handling. Wear protective gloves. Wear eye / face protection. Wear protective clothing. Keep in original or other corrosion resistant container. IMMEDIATELY CALL A POISON CENTER OR PHYSICIAN. IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. IF ON SKIN (or hair): Take off immediately all contaminated clothing. Rinse skin with water or shower. Wash contaminated clothing before reuse. IF INHALED: Remove victim to fresh air and keep at rest in a position comfortable for breathing. IF SWALLOWED: Rinse mouth. Do NOT induce vomiting. See Safety Data Sheet Section 4: "FIRST AID MEASURES" for additional information. Absorb spillage to prevent material damage. Store locked up. Store in corrosion resistant container. Page 1 / 6 200 - FOAM-Y Q&A- Revision-Date : 30=du l-2615- Disposal: Hazards Not Otherwise Classified: Other Information: Dispose of contents and container in accordance with local, state and federal regulations. Not Applicable • Corrosive. • Harmful if swallowed • Inhalation of vapors or mist may cause respiratory irritation. • Keep out of reach of children. • NOTE TO PHYSICIAN: Probable mucosal damage may contraindicate the use of gastric lavage. 1.81388% of the mixture consists of ingredient(s) of unknown toxicity. Chemical Name CAS No Weight-%. water 7732-18-5 60-100 phosphoric acid 7664-38-2 7-13 diethylene glycol monobutyl ether 112-34-5 1-5 hydroxyacetic acid 79-14-1 1-5 alcohol ethoxylate 68439-46-3 1-5 cocamidopropyl hydroxysultaine 70851-08-0 1-5 alkyl dimethyl benzyl ammonium chloride 68424-85-1 0.1-1 Specific chemical identity and/or exact percentage of composition has been withheld as a trade secret. -Eye Contact: -Skin Contact: -Inhalation: -Ingestion: Note to Physicians: Rinse cautiously with water for at least 15 minutes. Remove contact lenses, if present and easy to do. Continue rinsing. IMMEDIATELY CALL A POISON CENTER OR PHYSICIAN. Takeoff immediately all contaminated clothing and shoes. Rinse with water or shower for at least 15 minutes. IMMEDIATELY CALL A POISON CENTER OR PHYSICIAN. Wash contaminated clothing before reuse. Remove victim to fresh air and keep at rest in a position comfortable for breathing. IMMEDIATELY CALL A POISON CENTER OR PHYSICIAN, Rinse mouth. Do NOT induce vomiting. IMMEDIATELY CALL A POISON CENTER OR PHYSICIAN. Never give anything by mouth to an unconscious person. NOTE TO PHYSICIAN: Probable mucosal damage may contraindicate the use of gastric lavage. Suitable Extinguishing Media: Specific Hazards Arising from the Chemical: Hazardous Combustion Products: Protective Equipment and Precautions for Firefighters: Product does not support combustion, Use extinguishing agent suitable for type of surrounding fire Contact with metals may evolve flammable hydrogen gas. Dried product is capable of burning. May include Carbon monoxide Carbon dioxide and other toxic gases or vapors. Wear MSHA/NIOSH approved self-contained breathing apparatus (SCBA) and full protective gear. Cool fire -exposed containers with water spray. Personal Precautions: Environmental Precautions: Methods for Clean -Up: Avoid contact with skin, eyes or clothing. Use personal protective equipment as required. Do not rinse spill onto the ground, into storm sewers or bodies of water. Prevent further leakage or spillage if safe to do so. Contain and collect spillage with non-combustible absorbent material, (e.g. sand, earth, diatomaceous earth, vermiculite) and place in container for disposal according to local / national regulations (see Section 13). Page 2 / 6 -3-200 - FOAMY-Q&A Revision -Dater 30 Jul-20-1-5-- Advice on Safe Handling: Storage Conditions: Incompatible Materials: Handle in accordance with good industrial hygiene and safety practice. Wash thoroughly after handling. Keep containers tightly closed in a dry, cool and well -ventilated place. Keep out of the reach of children. Keep from freezing. Sodium hypochlorite (or other hypochlorites). Strong bases. Reactive metals such as aluminum, zinc and tin. Occupational Exposure Limits: Chemical Name ACGIH TLV OSHA PEL NIOSH phosphoric acid 7664-38-2 STEL: 3 mg/m3 TWA: 1 mg/m3 TWA: 1 mg/m3 (vacated) TWA: 1 mg/m3 (vacated) STEL: 3 mg/m3 IDLH: 1000 mg/m3 TWA: 1 mg/m3 STEL: 3 mg/m3 Engineering Controls: Personal Protective Equipment Eye/Face Protection: Skin and Body Protection: Respiratory Protection: General Hygiene Considerations: Provide good general ventilation. If work practices generate dust, fumes, gas, vapors or mists which expose workers to chemicals above the occupational exposure limits, local exhaust ventilation or other engineering controls should be considered. Eye wash stations and shower facilities should be readily accessible in areas where the product is handled. Wear splash goggles. Wear rubber or other chemical -resistant gloves. Not required with expected use. If occupational exposure limits are exceeded or respiratory irritation occurs, use of a NIOSH/MSHA approved respirator suitable for the use -conditions and chemicals in Section 3 should be considered. Wash hands and any exposed skin thoroughly after handling. See 29 CFR 1910.132-138 for further guidance. Appearance/Physical State: Liquid Color: Purple Odor: Pleasant pH: < 2 Melting Point / Freezing Point: No information available. Boiling Point / Boiling Range: 100 °C / 212 °F Flash Point: > 100 °C / > 212 °F ASTM D56 Evaporation Rate: < 1 (BuAc = 1) Flammability (solid, gas) No information available. Upper Flammability Limit: No information available. Lower Flammability Limit: No information available. Vapor Pressure: No information available. Vapor Density: No information available. Specific Gravity: 1.09 Solubility(ies): Soluble in water Partition Coefficient: No information available. Autoignition Temperature: No information available. Decomposition Temperature: No information available. Viscosity: No information available. Reactivity: This material is considered to be non -reactive under normal conditions of use. Page 3/6 3200 rOAMle RevistorrDate.30=Ju 201-5 Chemical Stability: Stable under normal conditions. Possibility of Hazardous Reactions: Not expected to occur with normal handling and storage. Conditions to Avoid: Extremes of temperature and direct sunlight. Incompatible Materials: Sodium hypochlorite (or other hypochlorites). Strong bases, Reactive metals such as aluminum, zinc and tin. Hazardous Decomposition May include carbon monoxide, carbon dioxide (CO2) and other toxic gases or vapors. Products: Likely Routes of Exposure: Symptoms of Exposure: -Eye Contact: -Skin Contact: -Inhalation: -Ingestion: Eyes, Skin, Ingestion, Inhalation. Pain, redness, swelling of the conjunctiva and tissue damage. Eye contact may cause permanent damage. Pain, redness, blistering and possible chemical burn. Irritation or damage to the mucus membranes of the respiratory tract. Nasal discomfort and coughing. Damage or chemical burns to mouth, throat and stomach. Pain, nausea, vomiting and diarrhea. Immediate, Delayed, Chronic Effects Product Information: Data not available or insufficient for classification. Target Organ Effects: -Eyes. Respiratory System. -Skin. Numerical Measures of Toxicity The following acute toxicity estimates (ATE) are calculated based on the GHS document. ATEmix (oral): ATEmix (dermal): ATEmix (inhalation-dust/mist): 5729 mg/kg 11716 mg/kg 203.3 mg/I Component Acute Toxicity Information Chemical Name Oral LD50 Dermal LD50 Inhalation LC50 water 7732-18-5 > 90 mL/kg ( Rat) Not Available Not Available phosphoric acid 7664-38-2 = 1530 mg/kg ( Rat) = 2730 mg/kg ( Rabbit) > 850 mg/m3 ( Rat) 1 h diethylene glycol monobutyl ether 112-34-5 = 3384 mg/kg ( Rat) = 2700 mg/kg ( Rabbit) Not Available hydroxyacetic acid 79-14-1 = 1950 mg/kg ( Rat) Not Available = 7.7 mg/L ( Rat) 4 h alcohol ethoxylate 68439-46-3 _ = 1378 mg/kg ( Rat) > 2 g/kg ( Rabbit) Not Available alkyl dimethyl benzyl ammonium chloride 68424-85-1 = 426 mg/kg ( Rat) Not Available Not Available Carcinogenicity: No components present at 0.1% or greater are listed as to being carcinogens by ACGIH, IARC, NTP or OSHA. Ecotoxi Chemical Name Algae/Aquatic Plants Fish Toxicity to Microorganisms Crustacea phosphoric acid 7664-38-2 Not Available 3 - 3.5: 96 h Gambusia affinis mg/L LC50 Not Available 4.6: 12 h Daphnia magna mg/L EC50 diethylene glycol monobutyl ether 112-34-5 100: 96 h Desmodesmus subspicatus mg/L EC50 1300: 96 h Lepomis macrochirus mg/L LC50 static Not Available 2850: 24 h Daphnia magna mg/L EC50 100: 48 h Daphnia magna mg/L EC50 hydroxyacetic acid 79-14-1 Not Available 5000: 96 h Brachydanio rerio mg/L LC50 static Not Available Not Available Persistence and Degradability: No information available. Bioaccumulation: No information available. Page 4 / 6 -320Q - FOAMI-Q&, Revision -Date-: 30 Jttl 2o-1-5- Other Adverse Effects: No information available. Disposal of Wastes: Contaminated Packaging: US EPA Waste Number: Dispose of in accordance with federal, state and local regulations. Dispose of in accordance with federal, state and local regulations. D002 DOT: Proper Shipping Name: Special Provisions: IMDG: Proper Shipping Name: Not Regulated Non Hazardous Product Shipping descriptions may vary based on mode of transport, quantities, package size, and/or origin and destination. Check with a trained hazardous materials transportation expert for information specific to your situation. Not Regulated Non Hazardous Product TSCA Status: (Toxic Substance Control Act Section 8(b) Inventory) All chemical substances in this product are included on or exempted from listing on the TSCA Inventory of Chemical Substances. SARA 313 This product contains the following listed substances: diethylene glycol monobutyl ether CAS No 112-34-5 applies to R-(OCH2CH2)n-OR', where n = 1, 2, or 3, R=Alkyl C7 or less, or R = Phenyl or Alkyl substituted phenyl, R' = H or Alkyl C7 or less, or OR' consisting of Carboxylic acid ester, Sulfate, Phosphate, Nitrate, or Sulfonate, Chemical Category N230 SARA 311/312 Hazard Categories Acute Health Hazard: Chronic Health Hazard: Fire Hazard: Sudden release of pressure hazard: Reactive Hazard: Yes No No No No California Proposition 65 This product is not subject to warning requirements under California Proposition 65. EPA Pesticide Registration Number: 5741-23 EPA Statement: This chemical is a pesticide product registered by the Environmental Protection Agency and is subject to certain labeling requirements under federal pesticide law. These requirements differ from the classification criteria and hazard information required for safety data sheets, and for workplace labels of non -pesticide chemicals. Following is the hazard information as required on the pesticide label: EPA Pesticide Label: Danger. Corrosive. Causes irreversible eye damage or skin burns. May be fatal if swallowed. Harmful if absorbed through the skin or inhaled. Do not get in eyes, on skin or on clothing. Avoid breathing spray mist. Wear goggles or face shield, Wear protective clothing and rubber gloves. Wash thoroughly with soap and water after handling and before eating, drinking, chewing gum, using tobacco, or using the toilet. Remove contaminated clothing and wash clothing before reuse. NFPA HMIS Revision Date: Health Hazards: 3 Flammability: 0 Health Hazards: 3 30-J u I-2015 Flammability: 0 Instability: 0 Special: N/A Physical Hazards: 0 Page 5/6 3290---FOAMY Q&A Revision Dat&��9 a 4 201 Reasons for Revision: Section 14 and 15 Disclaimer: The information provided in this Material Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication. The information given is designed only as a guidance for safe handling, use, processing, storage, transportation, disposal and release and is not to be considered a warranty or quality specification. The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text. End of Safety Data Sheet Page 6 / 6 Safety Data Sheet Spartan Chemical Company, Inc. Revision Date: 24-Jul-2015 Product Identifier Product Name: Product Number: Recommended Use: Uses Advised Against: Manufacturer/Supplier: CLEAN BY PEROXY 0035 Cleaning agent For Industrial and Institutional Use Only Spartan Chemical Company, Inc. 1110 Spartan Drive Maumee, Ohio 43537 USA 800-537-8990 (Business hours) www.spartanchemical.com 24 Hour Emergency Phone Numbers: Medical Emergency/Information:888-314-6171 Transportation/Spill/Leak: CHEMTREC 800-424-9300 GHS Classification Skin Corrosion/Irritation: Serious Eye Damage/Eye Irritation: GHS Label Elements Signal Word: Symbols: Hazard Statements: Precautionary Statements: Prevention: Response: -Eyes -Skin -Specific Treatment: Storage: Disposal: Hazards Not Otherwise Classified: Category 2 Category 2A Warning Causes serious eye irritation Causes skin irritation. Wash hands and any exposed skin thoroughly after handling. Wear protective gloves Wear eye / protection IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. If eye irritation persists: Get medical attention. IF ON SKIN (or hair): Wash with plenty of soap and water. If skin irritation occurs: Get medical attention. Take off contaminated clothing and wash before reuse. See Safety Data Sheet Section 4: "FIRST AID MEASURES" for additional information. Not Applicable Not Applicable Not Applicable Page 1 / 5 0035 - CLEAN BY PERQXY R-vigiorLData• 24-,1u1-2015- Other Information: • May be harmful if swallowed. • Inhalation of vapors or mist may cause respiratory irritation. • Keep out of reach of children. Chemical Name CAS No Weight % water 7732-18-5 60-100 alcohol ethoxylate 34398-01-1 1-5 hydrogen peroxide 7722-84-1 1-5 alcohol ethoxylate 68439-46-3 1-5 quaternary amine 68478-94-4 1-5 Specific chemical identity and/or exact percentage of composition has been withheld as a trade secret. -Eye Contact: -Skin Contact: -Inhalation: -Ingestion: Note to Physicians: Rinse cautiously with water for at least 15 minutes. Remove contact lenses, if present and easy to do. Continue rinsing. If eye irritation persists: Get medical attention. Wash with plenty of soap and water. Take off contaminated clothing and wash before reuse. If skin irritation occurs: Get medical attention. Remove victim to fresh air and keep at rest in a position comfortable for breathing. Call a poison control center or physician if you feel unwell. Rinse mouth. Do NOT induce vomiting. Never give anything by mouth to an unconscious person. Get medical attention if you feel unwell. Contains hydrogen peroxide. Ingestion may result in distention of esophagus and stomach. Suitable Extinguishing Media: Specific Hazards Arising from the Chemical: Hazardous Combustion Products: Protective Equipment and Precautions for Firefighters: Product does not support combustion, Use extinguishing agent suitable for type of surrounding fire Combustion products are toxic. Releases oxygen when heated to decomposition which may intensify fire. May include Carbon monoxide Carbon dioxide and other toxic gases or vapors. Wear MSHA/NIOSH approved self-contained breathing apparatus (SCBA) and full protective gear. Cool fire -exposed containers with water spray. ACCIDENT Personal Precautions: Environmental Precautions: Methods for Clean -Up: Avoid contact with skin, eyes or clothing. Use personal protective equipment as required. Do not rinse spill onto the ground, into storm sewers or bodies of water. Prevent further leakage or spillage if safe to do so. Contain and collect spillage with non-combustible absorbent material, (e.g. sand, earth, diatomaceous earth, vermiculite) and place in container for disposal according to local / national regulations (see Section 13). Advice on Safe Handling: Storage Conditions: Incompatible Materials: Handle in accordance with good industrial hygiene and safety practice. Wash thoroughly after handling. Keep container tightly closed in a dry and well -ventilated place. Keep out of the reach of children. Sodium hypochlorite (or other hypochlorites). Metals. Page 2 / 5 lc 35 CtE9N_BY PEROXY Ravisiam_Date• 24 Ju12045 Occupational Exposure Limits: Chemical Name ACGIH TLV OSHA PEL NIOSH hydrogen peroxide 7722-84-1 TWA: 1 ppm TWA: 1 ppm TWA: 1.4 mg/m3 (vacated) TWA: 1 ppm (vacated) TWA: 1.4 mg/m3 IDLH: 75 ppm TWA: 1 ppm TWA: 1.4 mg/m3 Engineering Controls: Personal Protective Equipment Eye/Face Protection: Skin and Body Protection: Respiratory Protection: General Hygiene Considerations: Provide good general ventilation. If work practices generate dust, fumes, gas, vapors or mists which expose workers to chemicals above the occupational exposure limits, local exhaust ventilation or other engineering controls should be considered. Wear splash goggles. Wear rubber or other chemical -resistant gloves. Not required with expected use. If occupational exposure limits are exceeded or respiratory irritation occurs, use of a NIOSH/MSHA approved respirator suitable for the use -conditions and chemicals in Section 3 should be considered. Wash hands and any exposed skin thoroughly after handling. See 29 CFR 1910.132-138 for further guidance, Appearance/Physical State: Liquid Color: Light blue Odor: Pleasant pH: Undiluted: 2.1-3.0 / Diluted 1:64: 3.0-4.0 Melting Point / Freezing Point: No information available. Boiling Point / Boiling Range: 100 °C / 212 °F Flash Point: > 100 °C / > 212 °F Evaporation Rate: < 1 (BuAc = 1) Flammability (solid, gas) No information available. Upper Flammability Limit: No information available. Lower Flammability Limit: No information available. Vapor Pressure: No information available. Vapor Density: No information available. Specific Gravity: 1.014 Solubility(ies): Soluble in water Partition Coefficient: No information available. Autoignition Temperature: No information available. Decomposition Temperature: No information available. Viscosit j No information available. Reactivity: Chemical Stability: Possibility of Hazardous Reactions: Conditions to Avoid: Incompatible Materials: Hazardous Decomposition Products: This material is considered to be non -reactive under normal conditions of use. Stable under normal conditions. Contact with sodium hypochlorite (or other hypochiorites) releases chlorine gas. Extremes of temperature and direct sunlight. Sodium hypochlorite (or other hypochiorites). Metals. May include carbon monoxide, carbon dioxide (CO2) and other toxic gases or vapors. Likely Routes of Exposure: Symptoms of Exposure: -Eye Contact: Eyes, Skin, Ingestion, Inhalation. Pain, redness, swelling of the conjunctiva and blurred vision. Page 3/5 0035 - CLEAN BY PER_®XY R evision_D_ate _.24-Ju1-2015- -Skin Contact: Pain, redness and cracking of the skin. -Inhalation: Nasal discomfort and coughing. -Ingestion: Pain, nausea, vomiting and diarrhea. Immediate, Delayed, Chronic Effects Product information: Data not available or insufficient for classification. Target Organ Effects: -Eyes. Respiratory System. -Skin. Numerical Measures of 'Toxicity The following acute toxicity estimates (ATE) are calculated based on the GHS document. ATEmix (oral): ATEmix (dermal): ATEmix (inhalation -gas): ATEmix (inhalation-dust/mist): 7035 mg/kg 39625 mg/kg 22943 mg/I 66 mg/I Component Acute Toxicity Information Chemical Name Oral LD50 Dermal LD50 Inhalation LC50 water 7732-18-5 > 90 mL/kg ( Rat) Not Available Not Available hydrogen peroxide 7722-84-1 = 801 mg/kg ( Rat) = 4060 mg/kg ( Rat) = 2000 mg/kg ( Rabbit ) = 2 mg/L ( Rat) 4 h alcohol ethoxylate 68439-46-3 = 1378 mg/kg ( Rat) > 2 g/kg ( Rabbit) Not Available Carcinogenicity: No components present at 0.1% or greater are listed as to being carcinogens by ACGIH, IARC, NTP or OSHA. Ecotoxicit Chemical Name Algae/Aquatic Plants Fish Toxicity to Microorganisms Crustacea hydrogen peroxide 2.5: 72 h Chlorella vulgaris 16.4: 96 h Pimephales Not Available 7.7: 24 h Daphnia magna 7722-84-1 mg/L EC50 promelas mg/L LC50 18 - mg/L EC50 18 - 32: 48 h 56: 96 h Lepomis macrochirus mg/L LC50 static 10.0 - 32.0: 96 h Daphnia magna mg/L EC50 Static Oncorhynchus mykiss mg/L LC50 static Persistence and Degradability: Bioaccumulation: Other Adverse Effects: No information available. No information available. No information available. Disposal of Wastes: Contaminated Packaging: Dispose of in accordance with federal, state and local regulations. Dispose of in accordance with federal, state and local regulations. DOT: Proper Shipping Name: Special Provisions: IMDG: Proper Shipping Name: Not Regulated Non Hazardous Product Shipping descriptions may vary based on mode of transport, quantities, package size, and/or origin and destination. Check with a trained hazardous materials transportation expert for information specific to your situation. Not Regulated Non Hazardous Product Page 4 / 5 �Q35 - CLEAN E`LPER XY Revision Date: 24- 1-20_15 TSCA Status: (Toxic Substance Control Act Section 8(b) Inventory) All chemical substances in this product are included on or exempted from listing on the TSCA Inventory of Chemical Substances. SARA 313 This product does not contain listed substances above the "de minimus" level SARA 311/312 Hazard. Categories Acute Health Hazard: Chronic Health Hazard: Fire Hazard: Sudden release of pressure hazard: Reactive Hazard: Yes No No No No California Proposition 65 This product is not subject to warning requirements under California Proposition 65. NFPA HMIS Revision Date: Health Hazards: 2 Health Hazards: 2 24-Jul-201 5 Flammability: 0 Instability: 1 Flammability: 0 Physical Hazards: 1 Reasons for Revision: Section 14 and 15 Special: N/A Disclaimer: The information provided in this Material Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication. The information given is designed only as a guidance for safe handling, use, processing, storage, transportation, disposal and release and is not to be considered a warranty or quality specification. The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text. End of Safety Data Sheet Page 5 / 5 Product Number: 694, 695, 696, 697 SAFETY DATA SHEET Date: 11/22/2013 SECTION 1 PRODUCT AND COMPANY IDENTIFICATION Product Names: WOW! Brand The Green Stuff A thru D Product Numbers: 694, 695, 696, 697 Use: Industrial cleaning Manufactured under license for Griffin Chemical Co., LLC W.O.WI Brand Products N. Tonawanda, NY 14120 1-877-792-8389 24 hr/7 day Emergency: INFOTRAC 1-800-535-5053 SECTION 2 HAZARD IDENTIFICATION Globally Harmonized System (GHS) Classification Hazard Statements Causes eye irritation, Category 2B (H320) Causes skin irritation, Category 2 (H316) Warning Precautionary Statements P233 - Keep container tightly closed. P262 - Do not get in eyes, on skin, or on clothing P260 - Do not breathe dust/fume/gas/mist/vapours/spray. P280 - Wear protective gloves/protective clothing/eye protection/ face protection SECTION 3 — COMPOSITION INFORMATION ON INGREDIENTS CHEMICAL NAME/COMMON NAME CAS NO. Weight % Exposure standards Potassium Hydroxide 1310-58-3 0.5 - 3 OSHA (PEL) N/A ACGIH (TLV) 2mg/m3(ceiling) Sodium Hydroxide 1310-73-2 0.1 - 2 OSHA (PEL) N/A ACGIH (TLV) 2mg/m3(ceiling) Chelating Agent 144538-83-0 4 - 12 OSHA (PEL) N/A ACGIH(TLV) N/A Surfactant 68412-54-4 3 - 7 OSHA (PEL) N/A ACGIH(TLV) N/A Solvent surfactant blend Prop 3 - 10 OSHA (PEL) N/A ACGIH(TLV) N/A Water 7732-18-5 70 - 90 OSHA (PEL) N/A ACGIH(TLV) N/A Other ingredients in this product are: Trade Secret Page 1 of 8 Product Number: 694, 695, 696, 697 SECTION 4 - FIRST AID MEASURES IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. Call doctor if irritation persists. (P305 + P351 + P338) IF ON SKIN: Wash with plenty of soap and water. (P302 + P352) If skin irritation occurs: Get medical advice/attention. (P332 + P313) IF SWALLOWED: Rinse mouth. Do NOT induce vomiting (P301 + P330 + P331). Cali a POISON CENTER or doctor/physician if you feel unwell. (P312) IF INHALED: Remove victim to fresh air and keep at rest in a position comfortable for breathing. (P304+P340). Call a POISON CENTER or doctor/physician if you feel unwell. (P312) SECTION 5 - FIRE FIGHTING MEASURES Extinguishing Media: Dry chemical, CO2, water spray, foam, water mist/fog for cooling Special Firefighting Procedures: Enter area with proper protection, fight fire from a safe distance or location. Heat may build enough to rupture closed containers, increasing risk. Remove if possible. Unusual Fire and Explosion Hazards: None SECTION 6 - ACCIDENTAL RELEASE MEASURES Steps to be taken if spilled or released: Soak up with oil dry absorbent or other inert material. Sweep up and containerize. Rinse area thoroughly with water. Wear and use appropriate protective clothing, and proceed according to Federal, State & Local regulations. There are no special methods of disposal. Observe and follow local regulations regarding disposal of non -hazardous materials. Waste from normal product use may be removed to a public -owned treatment works (POTW) facility in compliance with Federal, State and local pretreatment requirements. SECTION 7 - HANDLING AND STORAGE Handling Emergency showers and eye wash stations should be readily accessible. Adhere to work practice rules established by government regulations. Use only in well ventilated areas. Avoid contact with eyes. Avoid breathing vapors or mists. Product residue may remain on or in empty container. Wear approved eye protection and gloves. Storage Keep containers tightly closed and store in a cool dry place with adequate ventilation. Keep from freezing. Do not store near acids. SECTION 8 - EXPOSURE CONTROLS / PERSONAL PROTECTION Ventilation Requirements: Good general ventilation should be sufficient to control airborne levels. Respiratory protection is not required if good ventilation is maintained, Personal Protective Equipment Eye Protection: Chemical splash goggles Hand Protection: Chemical resistant gloves Skin and body protection: If major exposure is possible, wear suitable protective clothing and slip resistant footwear. Respiratory Protection: In case of insufficient ventilation, wear suitable respiratory equipment. Hygiene Measures: Handle in accordance with good industrial hygiene and safety practices. Page 2 of 8 Product Number: 694, 695, 696, 697 SECTION 9 - PHYSICAL AND CHEMCIAL PROPERTIES Appearance Odor Melt/Freeze point (°C) Flash point (°C) Upper flammability limit (% v/v) Vapor pressure Relative density (g/mL) Partition coefficient (Octanol/water) Decomposition temp Green Liquid pH A B C D None Odor threshold 0 Boiling point (°C) at 760 mm Hg None to boiling Evaporation rate None Lower flammability limit (% v/v) None Vapor density 1.02 —1.07 Solubility in water No data Auto -ignition temperature None Viscosity 10.5 - 11.0 11.0 - 11.5 11.5 - 12.0 12.0 - 12,4 None 100 No data None No data Completely soluble None No data SECTION 10 - STABILITY AND REACTIVITY Stability: Stable under normal conditions of use and storage. Incompatibility: Strong acids and oxidizers. Hazardous decomposition products: Carbon monoxide and carbon dioxide. SECTION 11- TOXICOLOGICAL INFORMATION Data is for various components in the formulation. Potassium Hydroxide Acute toxicity Oral LD50 LD50 Oral - rat - 333 mg/kg Inhalation LC50 No data available Dermal LD50 No data available Other information on acute toxicity No data available Skin corrosion/irritation Skin - rabbit - Severe skin irritation •- 24 h Serious eye damage/eye irritation Eyes - rabbit - Corrosive to eyes - OECD Test Guideline 405 Respiratory or skin sensitization No data available Germ cell mutagenicity No data available Carcinogenicity No component of this product present at levels greater than or equal to 0.1 % is identified as probable, possible or confirmed human carcinogen by IARC, ACGIH, NTP or OSHA Teratogenicity No data available Specific target organ toxicity - single exposure (Globally Harmonized System) No data available Specific target organ toxicity - repeated exposure (Globally Harmonized System) No data available Aspiration hazard No data available Page 3 of 8 Product Number: 694, 695, 696, 697 Sodium Hydroxide Acute toxicity Oral LD50 No data available Inhalation LC50 No data available Dermal LD50 No data available Other information on acute toxicity No data available Skin corrosion/irritation Skin - rabbit - Causes severe bums. - 24 h Serious eye damage/eye irritation Eyes - rabbit - Corrosive - 24 h Respiratory or skin sensitization No data available Germ cell mutagenicity No data available Carcinogenicity No component of this product present at levels greater than or equal to 0.1% is identified as probable, possible or confirmed human carcinogen by IARC, ACGIH, NTP or OSHA Reproductive toxicity No data available Teratogenicity No data available Specific target organ toxicity - single exposure (Globally Harmonized System) No data available Specific target organ toxicity repeated exposure (Globally Harmonized System) No data available Aspiration hazard No data available Chelating Agent Oral LD50 LD50 (oral -rat) > 2000 mg/kg Inhalation LC50 No data available Dermal LD50 LD50 (rat) >2000 mg/kg Other information on acute toxicity No data available Skin corrosion/irritation Skin rabbit — No skin irritation - 4 h Serious eye damage/eye irritation Eyes - rabbit — Not irritating Respiratory or skin sensitization No data available Germ cell mutagenicity No data available Carcinogenicity No component of this product present at levels greater than or equal to 0.1 % is identified asprobable, possible or confirmed human carcinogen by IARC, ACGIH, NTP or OSHA Reproductive toxicity No data available Teratogenicity No data available Specific target organ toxicity - single exposure (Globally Harmonized System) Page 4 of 8 Product Number: 694, 695, 696, 697 No data available Specific target organ toxicity - repeated exposure (Globally Harmonized System) No data available Aspiration hazard No data available Surfactant Acute toxicity Oral LD50 LD50 (oral -rat) > 5000 mg/kg Inhalation LC50 No data available Dermal LD50 No data available Other information on acute toxicity No data available Skin corrosion/irritation Dermal LD50 >2000m g/kg (rabbit), Not irritating in the rabbit. Serious eye damage/eye irritation Slightly irritating to the rabbit Respiratory or skin sensitization No data available Germ cell mutagenicity No data available Carcinogenicity No component of this product present at levels greater than or equal to 0.1% is identified as probable, possible or confirmed human carcinogen by IARC, ACGIH, NTP or OSHA Reproductive toxicity No data available Teratogenicity No data available Specific target organ toxicity - single exposure (Globally Harmonized System) No data available Specific target organ toxicity repeated exposure (Globally Harmonized System) No data available Aspiration hazard No data available Solvent surfactant blend -Proprietary Acute toxicity Oral LD50 LD50 (oral -rat) 500- 5,000 mg/kg Inhalation LC50 No data available Dermal LD50 No data available Other information on acute toxicity No data available Skin corrosion/irritation Dermal LD50 >7940 mg/kg (rabbit) Not irritating. Serious eye damage/eye irritation Extremely irritating; Rabbit 43.0/110.0 Respiratory or skin sensitization No data available Germ cell mutagenicity No data available Carcinogenicity Page 5of8 Product Number: 694, 695, 696, 697 No component of this product present at levels greater than or equal to 0.1 % is identified as probable, possible or confirmed human carcinogen by IARC, ACGIH, NTP or OSHA Reproductive toxicity No data available Teratogenicity No data available Specific target organ toxicity - single exposure (Globally Harmonized System) No data available Specific target organ toxicity - repeated exposure (Globally Harmonized System) No data available Aspiration hazard No data available SECTION 12 - ECOLOGICAL INFORMATION Bioaccumulation of this product is not likely. Data is for the various components in the formulation. Potassium Hydroxide Toxicity Toxicity to fish LC50 - Gambusia affinis (Mosquito fish) - 80 mg/I - 96 h Rainbow Trout - 45 mg/L 96-h Persistence and degradability Material is inorganic and not subject to biodegradation. May raise pH of water. Freshwater algae are destroyed at a pH >8.5. Bioaccumulative potential No data available Mobility in soil No data available PBT and vPvB assessment No data available Other adverse effects An environmental hazard cannot be excluded in the event of unprofessional handling or disposal. Harmful to aquatic life. Sodium Hydroxide Toxicity Toxicity to fish LC50 - Gambusia affinis (Mosquito fish) 125 mg/I - 96 h Rainbow Trout, >45.4• mg/L 96 hours Toxicity to daphnia and other aquatic invertebrates EC50 - Daphnia - 40.38 mg/I - 48 h Persistence and degradability Material is inorganic and not subject to biodegradation. May raise pH of water. Freshwater algae are destroyed at a pH >8.5. Bioaccumulative potential No data available Mobility in soil No data available PBT and vPvB assessment No data available Other adverse effects An environmental hazard cannot be excluded in the event of unprofessional handling or disposal. Harmful to aquatic life. Page 6 of 8 Product Number: 694, 695, 696, 697 Chelating Agent Toxicity Toxicity to fish Zebra fish, LC50 >82.6 mg/L 96-h Persistence and degradability COD = 510 mg/g, BOD = 278 mg/g, 7-d Zahn-Wellens Test, 89-99% Bioaccumulative potential No data available Mobility in soil No data available PBT and vPvB assessment No data available Surfactant Toxicity Toxicity to fish LC50 - Lepomis macrochirus (Bluegill) - > 10 mg/I - 96 h Persistence and degradability No data available Bioaccumulative potential No data available Mobility in soil No data available PBT and vPvB assessment No data available Solvent surfactant blend - Proprietary Toxicity Toxicity to fish LC50 - Daphnia magna > 10000 mg/I - 48 h Persistence and degradability No data available Bioaccumulative potential No data available Mobility in soil No data available PBT and vPvB assessment No data available SECTION 13 - DISPOSAL CONSIDERATIONS Dispose of in accordance with Federal State and local regulations. Do not dump outside or into storm sewers. Empty containers should be washed and recycled or returned for refilling. SECTION 14 - TRANSPORTATION INFORMATION Proper Shipping Name: Not regulated Page 7 of 8 Product Number: 694, 695, 696, 697 SECTION 15 — REGULATORY INFORMATION Toxic Substance Control Act (TSCA) All components of this product are listed on the U,S. Toxic Substances Control Act Chemical Inventory (TSCA Inventory), California Prop 65, Safe Drinking Water and Toxic Enforcement Act of 1986 There are no ingredients subject to the reporting requirements under California's Proposition 65. Canadian Controlled Products Regulations (CPR) This product has been classified -in -accordance with the hazard criteria of the Controlled Products Regulations and the SDS contains all the inforrnation required by the Controlled Products Regulations. WHMIS Classification: D-2B, Material causing other toxic effects Canadian Ingredient Disclosure List (IDL) Components of this product identified by CAS number and listed on the Canadian Ingredient Disclosure List are shown in Section 3. SECTION 16 OTHER INFORMATION The hazards on this MSDS apply to the product as supplied in concentrate form. Hazards may differ significantly at use dilution. The signs and symptoms of overexposure apply only to negligence in handling or misuse of the concentrated product and not to the routine exposure to the diluted product under conditions of ordinary use. HMIS III Ratings: Health -1 Flammability - 0 Physical Hazard - 0 Personal Protection - B Safety Glasses Gloves Page 8 of 8 coPY1 Ii COVER PAGE COMPLETED REQUEST FOR .PROPOSAL (RFP 508383) _For Janitorial =Services -for City of=Miami Carlos Rosario Cleaning Service Corporation 10420 SW 16th Street, Miami, Florida 33165 Office 786-262-0805 - Fax 305-200-5759 Email: Info@RosarioCleaningServices1.com FEIN No. 74-3194920 Prepared by CL:EAN>ING. SERVICES Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — the first time and every time" October 23, 2015 OUR COMMITMENT WILL BE TO HAVE 15% OF OUR WORKFORCE AS DISABLED VERTERANS TABLE OF CONTENTS. 1 1. Completed RFP 508383 (56 pages) 2. City of Miami Local Office Certification (3 pages) 3. RFP, Janitorial Services, Exhibit 1, Groups and Service Locations (2 pages) 4. RFP, Janitorial Services, Exhibit 2, Prohibited Chemicals list (1 page) 5. City of Miami Legislation Resolution (Disables Veterans' Workforce Pilot Program) (2 pages) 6. Exhibit A, Local Disabled Veterans' Workforce Pilot Program (5 pages) 7. Form B-1, Price Proposal Schedule (15 pages) 8. Professional Service Agreement' By and Between The City of Miami and Contractor (25 pages) 9. Addendum No. 1, October 5, 2015 (9 pages) 10. Addendum No. 2, October 8, 2014 (10 pages) 11. Addendum No. 3, October 8, 2015 (24 pages) 12. Addendum No. 4, October 14, 2015 (2 pages) 13. Addendum No. 5, October 19, 2015 (1 page) 14. Addendum No. 6, October 20, 2015 (1 page) 15. Addendum No. 7, October 23, 2015 (1 page) 16. Addendum No. 8, October 26, 2015 (1 page) 17. Operational Plan (9 pages) a. Mission statement b. Introduction c. Company overview d. Company organizational chart e. Broad principles used to develop the janitorial cleaning plan f. Objectives of the janitorial cleaning plan g. Goals h. Tasks i. Management duties j. Staff k. Operational cleaning manual I. Conclusion 18. Qualifications and Experience (4 pages) a. Qualifications b. Work Plan c. Experience 19. Resources and Availability (7 pages) a. Management plan b. Staffing configuration c. Safety protocol d. Available equipment e. Available services 20. Methodology Procedures,. -New -Hires, Staffing 21. Chemicals and Equipment (6 pages) a. Core Chemicals b. Janitorial Paper Products c. Hand Soaps d. Sustainable Equipment e. Core Equipment f. Window Cleaning Equipment 22. Licensing Documents (10 pages) a. Micro/Small Business Certification b. Electronic Articles of Incorporation c. Florida Department of State — Division of Corporation Company Name Detail d. Florida Department of State — Division of Corporation Fictitious Name Detail e. Local Business Tax Receipt 28. Insurance Documents (19 pages) a. BB&T Insurance Documents 24. Current Contract Locations and References (10 pages) THIS SPACE IS INTENTIONALLY LEFT BLANK 2 City ofitia Request for Proposals (RFP) Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://cl.miami.fl.us/procurement RFP Number: Title: 508383 Request for Proposals for Janitorial Services Issue Date/Time: 25-SEP-2015 RFP Closing Date/Time: 26-OCT-2015 @ 15:00:00 Pre -Bid Conference: Voluntary Pre -Bid Date/Time: Thursday, October 1, 2015, 11:OOAM Pre -Bid Location: Miami Riverside Center, 444 SW 2nd Avenue, loth Floor North Conference Room Deadline for Request for Clarification: October 15, 2015, 2:00 pm Buyer: Bethel, Pearl Hard Copy Submittal Location: City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US Buyer E-Mail Address: PBethel@miamigov.com Buyer Facsimile: (305)400-5340 Page 1 of 56 Certification Statetnent Please quote on this Ruin, if applicable, net price for the item() 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 180 days sail:lowing 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 neeeSsary documents,and propose to furnish and deliver, F.0.1t DESTINATION the items or services specified heroin, heundersigned 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 Nov-12271, Al! exceptions to this submissionhave been documented in th section. below (refer to paragraph and section). EXCEPTIONS: We (1) certify that any and all information contained in this submission is true; and we (I) further certi 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 acid certify that. I am. authorized to sign :this submission for the submittcr. Please print the following and sign your name:' SUPPLIER NAME: i!2. Rosario Cjeaninq SeMc ADDRESS: 10420 SW 16th Street, Miarni Florida 33165, PHONE: 786-262-0805 FAX: 305-2QQ-5759 :EMAIL: illf,°@R9srioCie ning servicesl .com , BEEPER* None SIGNED By, Carlos R TITLE: President FCRETQCO. DATE. _Ootober 23, 2015 "I' I SI PC LL Fage2 af56 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 180 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-convictedof-an of -the violations=or debarred- or -suspended as =set-ixr-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: Carlos Rosario Cleaning Service Corp. ADDRESS: 10420 SW 16th Street, Miami, Florida 33165 PHONE: 786-262-0805 FAX 305-200-5759 EMAIL: info@RosarioCleaningServicesl.com BEEPER' None SIGNED BY: Carlos Rosario TITLE: President DATE• October 23, 2015 FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS BID, Page 2 of 56 Certifications Legal Name of Firm; Carlos Rosario Cleaning Service Corp. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 2006 Office Location: City of Miami, Miami -Dade County, or Other Miami -Dade County Occupational License Number: 6565643 Occupational License Issuing Agency: Miami -Dade County Occupational License Expiration Date: September 30, 2016 Will Subcontractor(s) be used? (Yes or No) No Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. Addendum No. 1, 10/5/15 -Addendum No. 2, 10/8/15 -Addendum No. 3, 10/8/15 -Addendum No. 4, 10/14/15 Addendum No. 5, 10/19/15 - Addendum No. 6, 10/20/15 - Addendum No. 7, 10/23/15 - Addendum No. 8, 10/26/15 If Proposer has a Local Office, as defined under Chapter 18/Articlle ffi, Section 18-73 of the City Code, has Proposer filled out, notarized, and included with its RFP response the "City of Mi rni Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) No local office Has Proposer reviewed the Attached Sample Professional Services Agreement? Yes Acknowledge that if awarded, Proposer will be required to execute the Professional Services Agreement in substantially the attached form. (see page 4 of 56 for answer) Page 3 of 56 Yes Page 4 of 56 Line: 1 Description: Proposers are not required to enter a unit price on this line, Proposers shall submit their proposed prices on Form B-1, Price Proposal Schedule, located under the Header/Notes and Attachments section of this solicitation in the Oracle/iSupplier Sourcing System. Category: 91039-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 5 of 56 Request for Proposals (RFP) 50883 Table of Contents Terms and Conditions 8 1. General Conditions 8 1.1. GENERAL TERMS AND CONDITIONS 8 2. Special Conditions 28 2.1. PURPOSE _ ..... ....... ...... .................... ........................4._ 2.2. INTRODUCTION .28 2.3. DEFINITIONS OF TERMS 29 2,4. PRE-PROPOSALCONFERENCE/Sl'1'h VISIT 29 2.5. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 31 2.6. TERM OF CONTRACT 31 2.7. CONDITIONS FOR RENEWAL 31 2.8. EQUITABLE ADJUSTMENT 32 2.9. NON -APPROPRIATION OF FUNDS 32 2.10, MINMUM QUALIFICATION REQUIREMENTS 32 2.11: CONTRACT EXECUTION 32 2.12. TRANSITION PERIOD 33 2.13. FAILURE TO PERFORM 33 2,14. INSURANCE REQUIREMENTS 33 2.15. CONTRACT ADMINISTRATOR 35 2.16. PERSONNEL 35 2.17. LOCAL DISABLED VETERANS' WORKFORCE PILOT PROGRAM 35 2.18. LOST AND FOUND/SCAVENGING . 35 2.19. SUB -CONTRACTOR (s) or SUB -CONSULTANT (s) 35 2.20. PERFORMANCE BOND 36 2.21. KEY CHARGES AND SECURITY CHANGES 36 2.22. SECURITY 37 2.23. USE OF PREMISES 37 2.24. DAMAGES TO PUBLIC/PRIVATE PROPERTY 37 2.25. SAFETY 37 2.26. ADDITION/DELETION OF FACILITIES 38 2.27. TERMINATION 38 2.28. ADDITIONAL TERMS AND CONDITIONS 38 2.29. PRIMARY CLIENT (FIRST PRIORITY) 39 2.30. UNAUTHORIZED WORK 39 2.31. CHANGES/ALTERATIONS 39 2.32. INVOICING 39 2.33. METHOD OF PAYMENT 39 2.34. COMPENSATION , 40 2.35. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD 40 2.36. ADDITIONAL SERVICES/FACILITIES 41 2.37. RECORDS 41 2.38. TRUTH IN NEGOTIATION CERTIFICATE 41 3. Specifications 42 Page 6 of 56 Request for Proposals (RFP) 508383 3.1. SPECIFICATIONS/SCOPE OF WORK 42 4. Submission Requirements 53 4.1. SUBMISSION REQUIREMENTS 53 5. Evaluation Criteria 56 5.1. EVALUATION CRITERIA 56 Page 7 of 56 Request for Proposals (RFP) 508383 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent The=General Terms and Conditions described herein apply_to=:the,acquisition o£_goods/_equipment/services_ Y. __- with an estimated aggregate cost of $25,000.00 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. 1.1. 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 terms 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 conform 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 terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform 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 formal 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 WILL NOT BE CONSIDERED. 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, each party shall bear their own 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 formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of Page 8 of 56 Request for Proposals (RFP) 508383 the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes fmal 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 bidders)/proposer(s) at the contract price(s) estabhshed herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contractor wall establish its owncontract/agreement, place its awn orders, issue its own purchase orders, be invoiced there from and make its own payments, determine 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 are 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 term 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 City unless otherwise specified. II. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission 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 Page 9 of 56 Request for Proposals (RFP) 508383 City's best interests. Such agreement will be furnished by the City, will contain'certain terms 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 contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all _ ._. suretytendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten GO) days after the award and successful bidder's/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. 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 there 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/perform 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/Proposer, 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 Page 10 of 56 Request for Proposals (RFP) 508383 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 allbids/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 t applicablerlaws, _codes _and ordinances as that may in any_w y affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client 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. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18, Article 111. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. 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 $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or 1FBs (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: Page 11 of 56 Request for Proposals (RFP) 508383 oral communications with the City purchasing stag, 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 Mianii City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member 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 communications in connection with the 'collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers ar bid ers 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 maybe in the form of e-mail, with a copy to the Office of the City Clerk. 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 Commission. 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. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason ofhis/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 12 of 56 Request for Proposals (RFP) 508383 Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 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 BIDDER/PROPOSER - 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), ---_ a - r 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 Party 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 Commission. (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 terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (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 Page 13 of 56 Request for Proposals (RFP) 508383 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 aboveor 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. 126. DEBARRED/SUSPENDED VENDORS-An_entity or affliate_who has been placed on_thesState-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 terms 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 committing 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 Page 14 of 56 Request for Proposals (RFP) 508383 to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the.Comnvission, 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 term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any dipconnts, 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 Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be. found=necessary, aawritten addendum willhe incorporated-m the Format Solicitation and Will become pan:ofthe 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 Terms 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 Formal 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 RELIs, 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, madeby and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms 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 may 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 ; Page 15 of 56 Request for Proposals (RFP) 508383 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 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 firm 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 ofproviding 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 terms "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 determined 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 governmental 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 (NB) 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, terms, 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 performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that Page 16 of 56 Request for Proposals (RFP) 508383 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' subcontractors) 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 Inanovation 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 determine whether any of its employees may be impacted by this Florida Law at any given point in tune during the Perna of the contraorIf impacted, bidder/proposer must furnishiemployeename(s), fob titles) joli descnption(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. Wage Law will not impact its prices throughout the term 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. 1.39. 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. 1.40. 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. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (I1FII) 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 law; B. Use of appropriate safeguards to prevent non -permitted 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 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. 1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, Page 17 of 56 Request for Proposals (RFP) 508383 agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, reeldessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were, negligent. These indemnifications shall survive the term ofthis Contract, In the event that any action or proceeding is brought against City by reason ofany such claim or demand, Contractor shall, upon written notice from City, resist and defen4 such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or - othervviseprovided-by-Contractor-shall-mno-waylimit thffresponsibihty to indemnify, keep and saveharmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity Will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43. FORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal 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. 1.44. INSPECTIONS - The City may, at reasonable times during the term 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 Formal 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. 1.45. 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 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be 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. 1.46. INSURANCE - Within ten (10) days after receipt ofNotice 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 Page 18 of 56 Request for Proposals (RFP) 508383 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 2i d Avenue,'9th Flog, Mang, 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 terms that may be granted to the Bidder/Proposer. 1.47. 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). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the usingagency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. L49. 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. 1.50. 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. 1.51. 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. Page 19 of 56 Request for Proposals (RFP) 508383 1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or 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 supplier's name being removed from the City of Miami's Supplier's list. • — -1.53: 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. 1.54. 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 may be 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 terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE - Any person, firm, 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. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. 1.57. 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. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or Page 20 of 56 Request for Proposals (RFP) 508383 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. 1.59. 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%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts; if required; shaRbe=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 pageand 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 of 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 firm's name and by an officer or employee having authority to bind the company or film 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's/Proposer'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. 1.61. 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. 1.62. 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. Page 21 of 56 Request for Proposals (RFP) 508383 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - 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. 1.64. PROMPT PAYMENT -Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation: If no-prompt-paymentsdiscount is -being ofFeredi the Bidder/Proposer must enter°zero.-(0) for the -- percentage discount to indicate no discount. If the Bidder/Proposer fails toenter a percentage, it is understood and agreed that the terms shall be 2% 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 commence 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 is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a Gash 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 term of the contract. 1.65. 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. 1.66. 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. 1.67. 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. 1.68. 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 shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". 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. Page 22 of 56 Request for Proposals (RFP) 508383 1.69. 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. 1.70. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal -solicitation = or -proposed award is mviolation of law,_tben_the snlic t tion 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 law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 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 parry's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.73. 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 $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. 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. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after Page 23 of 56 Request for Proposals (RFP) 508383 receipt by the proposer of the notice of the City Manager's recommendation for award .of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award.Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be, the responsibility of the Bidder/Proposer to check this section of the website da'lyafter responses are submitted to receive the notice; or il. Any actual Responsive and Responsible Bidder whose laid is lower than that of the recommended bidder may protesttothe. Chief-Procureinent"Officer. Li written 1otice=of intent -to -file a protest shall -be filed withihe 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 confirmed 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'tiine 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 attomey, 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 protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission 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 farther 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 Page 24 of 56 Request for Proposals (REP) 508383 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 fling 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=subsectionH(e).. above.=If_the protest_is4denied, the_fi1mg fee shall, be forfeited to the city in lieu of payment of _ _ costs for the administrative proceedings as prescribed by subsection (e) above. 1.74. 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. 1.75. 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 permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must 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. 1.77. 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 firm 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. 1.78. 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 33133-5.504, 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 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. Page 25 of 56 Request for Proposals (RFP) 508383 Directions to City Hall: FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURNRIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US 1 NORTH TO 27TH AVENUE, TURN 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 RIGHT. B. Facsimile responses will not be considered. CFalure to fo ow 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. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. 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. 1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate 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. 1.81. 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 Page 26 of 56 Request for Proposals (RFP) 508383 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. 1.82. TIMELY. DELIVERY - Time will be of the essence for any orders placed as a result of this 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. 1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the -City has accepted.the - y- —� goods/equipmentorused the goods; whichever comes first. 1.84.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 indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attomey's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85. 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. 1.86. 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. 1.87. VARIATIONS 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 27 of 56 Request for Proposals (RFP) 508383 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for Janitorial Services for various City facilities, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the solicitation.. 2.2. INTRODUCTION _ The City of Miami, hereinafter referred to as the City, as represented by various City Departments, is soliciting proposals from well established, experienced and qualified proposers for the purpose of providing expert and professional Janitorial Services for various City facilities located within the boundaries of the City of Miami, on a non-exclusive basis. Not all City facilities are included in this solicitation. For the purpose of this solicitation the departments will be divided into six (6) Groups, and then further broken down into facilities (For a list of the facilities to be serviced, see Exhibit 1, Groups and Service Locations). Group 1-General Services Administration (GSA) Group 2- Department of Real Estate and Asset Management (DREAM) Group 3-Neighborhood Enhancement Team (NET) Group 4-Parks and Recreation Group 5-Police Group 6-Public Works, Solid Waste, Fire and Grants. Proposers may propose on one Group, multiple Groups, or all Groups. Being awarded one Group will not preclude the Proposer from being awarded another Group. In the event a selected Proposer (s) is terminated from the contract or in instances when the City requires additional contract services, the City may seek the services from the next highest ranked proposer in that Group. The City anticipates awarding contracts by Group, for a period of five years, with one, five year option to renew, at the City's sole discretion. NOTE: This is a performance based contract that focuses on outcomes. The scope of work addresses the results the City wants, the services the City will be looking at and the level of quality the City desires. The means and methods of achieving the objectives are the responsibility of the proposer. The City's objective is that each facility be well maintained in a manner that they are attractive to the patrons by maintaining a neat, clean, organized and safe environment for the general public and employees. Page 28 of 56 Request for Proposals (RFP) 508383 2.3. DEFINITIONS OF TERMS pefinitions The following words and expressions usedui this Solicitatron shall be construed as follows, except w en it is clear from the context that another 'meaning is intended: 1. The words "City Project Manager" to mean the individual, designee, or authorized representative responsible for administering the affairs of the premises. 2. The word "Facilities" to mean the City of Miami user departments. 3. The words "Performance Based Contract" to mean a contract whose scope of services is defined by the outcome desired and not by a detailed description on how the contractor is to perform its duties. 4. The words "Project Work" to mean cleaning/maintenance service provided by skilled, qualified persons, typically performed, for routine clients, on a quarterly or less frequency. 5. The word "Proposer" to mean the person, firm, entity or organization, as stated on the Solicitation Submittal Form, submitting a response to this Solicitation. 6. The words "Routine Tasks" to mean cleaning/maintenance service provided by general cleaning persons on a frequent schedule for maintaining a facility through day-to-day operations. 7. The words "Scope of Services" to mean Section 3.0 of this Solicitation, which details the work to be performed by the selected Proposer. 8. The words "Selected Proposer" to mean the Proposer that receives any award of a contract from the City as a result of this Solicitation. 9. The words "Selected Proposer personnel" to mean employees of the selected Proposer. 10. The word "Solicitation" to mean this Request for Proposals (RFP) document, and all associated addenda and attachments. 11. The word "Subcontractor" to mean any person, firm, entity or organization, other than the employees of the selected Proposer, who contracts with the selected Proposer to furnish labor, or labor and materials, in connection with the Services to the City, whether directly or indirectly, on behalf of the selected Proposer. 12. The words "Work", "Services", "Program", or "Project" to mean all matters and things that will be required to be done by the selected Proposer in accordance with the Scope of Services and the terms and conditions of this Solicitation. 2.4. PRE-PROPOSALCONFERENCE/SITE VISIT A Voluntary Pre -Proposal Conference and Site Visit immediately following of the Miami Riverside Center (MRC), a GSA Facility, will occur on Thursday, October 1, 2015, 11:OOAM, at Miami Riverside Center, 444 SW 2nd Avenue, l Oth Floor North Conference Room. A discussion of the requirements of the solicitation will occur at that Page 29 of 56 Request for Prgposals (RFP) 508383 time. The purpose of the pre -proposal conference is to allow potential Proposers an opportunity to present questions to staff and obtain clarification of the requirements of the solicitation documents. Each potential Proposer is required, prior to submitting a Proposal, to acquaint itself thoroughly with any and all conditions and/or requirements that may in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these conditions. Site visits must be completed by October 15, 2015 and Proposers will need to contact the below individuals to arrange dates and times for visits Department pf Real Estate and Asset Management (DREAM) Little Haiti Cultural Center Sandy Dorsainvil, (305) 960-2967 or sdorsainvil@miamigov.com Edward Duffle, (305) 960-2971 or eduffie@miamigov.com Black Police Precinct & Museum Miguel Valentin, (305) 679-6868 Manuel Artime Community Center Yunior Santana, (305) 960-4686 or ysantana@miamigov.com Millagros Diaz de Villegas, (305) 960-4684 or mdiazdevillegas@miamigov.com Dinner Key Marina -Marina (New Building) Stephen Bogner, (305) 372-4753 or sbogner@miamigov.com Marine Stadium Marina Jose Banos, (305) 361-3316 or jbanos@miamigov.com MIAMarina @ Bayside Daniel Muelhaupt, (305) 960-5180 or dmuelhaupt@miamigov.com Neighborhood Enhancement Team (NET) Zimiri Prendes, (305) 960-5115 or zprendes@miamigov.com Parks and Recreation Zhaoming Guan, (305) 416-1311 or zguan@miamigov.com Police Clyde Knight, (786) 290-1400 or clyde.knight@miami-police.org General Services Administration (GSA) MRC Juan Oves, (305) 416-1467 or joves@miamigov.com Page 30 of 56 Request for Proposals (RFP) 508383 Administration Building Jennifer Ramirez, (305) 329-4853 or jr mirez@miamigov.com Property Maintenance Nelso Garcia, (305) 329-4830 or negarcia2@miamigov.com Fire Troy Sutton, (954) 557-3473 or tasutton@miamigov.com Public Works/Solid Waste Cindy Baez, (305) 960-2803 or cbaez@miamigov.com Green Lab Ajani Stewart, (305) 960-5191 or astewart@miamigov.com 2.5. 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: Pearl Bethel, CPPB; fax: (305) 400.5340 or email: pbethel@miamigov.com. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than October 15, 2015, 2:00 pm. 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. 2.6. TERM OF CONTRACT The Proposer(s) qualified to provide the service(s) requested herein (the "selected Proposer(s)") shall be required to execute a contract ("Contract") with the City, which shall include, but not be limited to, the following terms: (1) The term of the Contract(s) shall be for five (5) years with an option to renew for one (1) additional five (5) years period. (2) The City shall have the option to extend or terminate the Contract. Continuation of the contract beyond the initial period is a City prerogative; not a right of the Proposer. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.7. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds Page 31 of 56 Request for Proposals (RFP) 508383 2.8. EQUITABLE ADJUSTMENT The Procurement 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 proposer(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 proposer(s) that continued performance of the contract would result in a substantial loss. Successful proposer(s) might have to supply documentation to justify any requested percentage increase in cost to the City 2.9. 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 the selected Proposer 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). 2.10. MINIMUM QUALIFICATION REQUIREMENTS In order to maintain the City's facilities at a high level, the City is seeking qualified experienced Proposers who shall provide quality service. Proposals shall be considered only from firms that are regularly engaged in the business of providing janitorial services as described herein; and who can meet or exceed the minimum qualifications established below: ' Proposers shall satisfy each of the following requirements cited below. Failure to do so will result in the Proposal being deemed non -responsive. The selected Proposer shall: ' a) Provide one (1) full-time on -site Supervisor at each City facility at all times during the scheduled work hours. The on -site Supervisor shall be knowledgeable in their area of responsibility and have no less than twelve (12) months experience working in facilities equivalent in size and scope of work, in the last twenty-four (24) months while performing in the same capacity; b) Provide a current copy of the occupational license with proposal submittal; c) Possess sufficient resources and personnel available for committing to a contract for the awarded Group (s) for the provisions of janitorial services; d) Have a record of performance ofno less than five (5) consecutive years, operating under the same name, and performing janitorial services for commercial or government entities, similar in nature and scope as described in the specifications herein; and e) 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. 2.11. CONTRACT EXECUTION Page 32 of 56 Request for Proposals (RFP) 508383 The selected Proposer(s) evaluated and ranked in accordance with the requirements of this Solicitation, shall be awarded an opportunity to negotiate a contract ("Contract") with the City. The City reserves the right_ to execute or not execute, as applicable, a Professional Services Agreement ("Agreement") with the selected Proposer(s) in substantially the same form as the draft Agreement included as part of this solicitation. Such Agreement will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 2.12. TRANSITION PERIOD The selected Proposer (s) shall have sixty (60) days from award of the contract to be fully transitioned into all of the facilities for the Group (s) awarded. The City Project Manager will coordinate selected Proposer (s) activities with those of the current vendor to ensure an orderly transition. At the conclusion of the contract which includes any exercised option -to -renew period or extensions, the selected Proposer (s) shall coordinate his/her activities with any new awardee to ensure an orderly transition. 2.13. FAILURE TO PERFORM Should it not be possible to reach the selected Proposer or selected Proposer's supervisor, and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare selected Proposer in default of the contract or make appropriate reductions in the contract payment. 2.14. INSURANCE REQUIREMENTS INDEMNIFICATION Selected Proposer shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of selected Proposer's performance under the provisions of the contract, including all acts or omissions to act on the part of selected Proposer, including any person perfornung under this Contract for or on selected Proposer'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 selected Proposer shall furnish to City of Mimi, c/o Procurement 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 A. Limits of Liability - Statutory - State of Florida Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit (2) Commercial General Liability (Primary and Non -Contributory): Page 33 of 56 Request for Proposals (RFP) 508383 A. Limits of Liability Bodily Injury and Property Damage Liability - Each Occurrence: $1,000,000 General Aggregate Limit: $2,000,000 Products and Completed Operations and Fire Damage: $1,000,000 Personal and Adv. Injury $1,000,000 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 - $1,000,000 B. Endorsements Required: City of Miami included as an Additional Insured (4) Crime Coverage -Insuring Agreements 1 & 2 (Employee Theft and Forgery and Alteration) A. Limits of Liability-$100,000 City of Miami listed as loss payee 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 selected Proposer. 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 selected Proposer 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 selected Proposer 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: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Request for Proposal. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the selected Proposer in conjunction with the General and Special Terms and Conditions of the Request for Proposal. Page 34 of 56 • Request for Proposals (RFP) 508383 The selected Proposer 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 terms that may be granted to the selected Proposer. 2.15. CONTRACT ADMINISTRATOR Upon award, the selected Proposer shall report and work directly with the awarded Group (s) City Project Manager, who shall be designated as the Contract Administrator. 2.16. PERSONNEL Selected Proposer shall have the ability to provide the required personnel at all times to perform all the specifications of this solicitation. This shall include holidays and weekends when required, and the ability to immediately back fill any regularly scheduled personnel who fail to report for their normal work tour. When work is required for nonscheduled periods, the City will provide the selected Proposer at least two days advance notice unless deemed an emergency. 2.17. LOCAL DISABLED VETERANS' WORKFORCE PILOT PROGRAM Pursuant to Resolution No. R-15-0334, this. solicitation is subject to the Local Disabled Veterans' Workforce Pilot Program (see attached Exhibit A). Local disabled Veteran's Workforce participation requirements shall apply only to contracts with a contract value greater than $50,000, and with an on -site labor component greater than or equal to 25% of the contract value. 2.18. LOST AND FOUND/SCAVENGING Selected Proposer's employees shall deliver any lost and found items to the counter in the lobby area of each facility or to the City Project Manager/designee daily and note the items and where they were found on the Daily Report Form. Scavenging of any of the selected Proposer's personnel is prohibited. The City Project Manager may require removal from employment within his/her assigned facility any employee who scavenges. If it is determined by investigation and proper documentation that Selected Proposer's employees have unlawfully removed any property from a City facility, selected Proposer is liable and will reimburse the City, City employee(s), the general public or any other party that suffered damage(s). Failure to reimburse the City within thirty days shall result in the City contracting with the selected Proposers bonding company. 2.19. SUB -CONTRACTOR (s) or SUB -CONSULTANT (s) A Sub -Consultant, herein known as Sub-Contractor(s) is an individual or firm contracted by the selected Proposer or selected Proposer's firm to assist in the performance of services required under this Solicitation. A Sub -Contractor shall be paid through the selected Proposer or selected Proposer's firm and not paid directly by the City. Sub -Contractors are allowed by the City in the performance of the services delineated within this Solicitation. Selected Proposer must clearly reflect in its Proposal the major Sub -Contractors to be utilized in the performance of Page 35 of 56 Request for Proposals (RFP) 508383 required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of selected Proposer or prior to contract execution. Any and all liabilities regarding the use of a Sub -Contractor shall be borne, solely by the selected Proposer and insurance for each Sub -Contractors must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither selected Proposer nor any of its Sub -Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contractors from performing work under Proposers shall include in their Responses the requested Sub -Contractor information and include allrelevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to -the selected=P-roposer theaselectedProposershall provide a-list-confirming=the=Sub-Contractors that=the-selected - - Proposer intends to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each Sub -Contractor, the services Sub -Contractor will provide relative to any contract that may result from this Solicitation, any applicable licenses, references, ownership, and other information required of the selected Proposer. 2.20. PERFORMANCE BOND Within ten (10) working days following notice of award by the City, the selected Proposer shall furnish to the City of Miami, a Performance Bond in the total amount of the Cost to the City for the period of the contract (to be determined at the time of award). The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be written on a bank located in. Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the selected Proposer. 2.21. KEY CHARGES AND SECURITY CHANGES Selected Proposer will be required to sign for each key, electronic access control card, and/or alarm access code issued. If a Selected Proposer loses a key or access card he/she will be required to pay the replacement fee for the cost of having duplicates made or changes in the security system. There will be a charge minimum charge of $25.00 for each time the alarm code must be changed. If a breach of security results from the loss of keys/cards, requiring that locks be re-keyed/programmed, a minimum additional charge of $100.00 for each lock will be made, If the loss requires that a lock be changed, selected Proposer will reimburse the City for the cost of replacing the lock. These charges will be deducted from monthly payments made to the Selected Proposer. Keys shall not be duplicated except by the City Project Manager/designee or with explicit written consent from the City Project Manager. Special markings are provided to monitor compliance. Selected Proposer's personnel will be given access to building alarm codes, these codes shall not be transmitted in any way to anyone other than the on -site supervisor of the cleaning crew. Alarms shall be disarmed upon entering a Page 36 of 56 Request for Proposals (RFP) 508383 facility and re -armed upon completion of the day's service. Any tines/fees which result from false alarms due to incorrect disarming/arming procedures shall be deducted from the selected Proposer's invoice. The City reserves the right to bar any selected Proposer's employee from working on this contract because of false alarms, 2.22. SECURITY The selected Proposer shall abide by all City security procedures, rules and regulations, and shall cooperate with City security personnel. Any principal or employee of the selected Proposer may be subject to a security check performed by the City of Miami Police Department prior to contract award or at any time during the term of the contract. 2.23. USE OF PREMISES The selected Proposer shall confinehis/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the City Project Manager, and shall not unreasonably encumber the premises with his/her materials. The selected Proposer shall take all measures necessary to protect his own materials. 2.24. DAMAGES TO PUBLIC/PRIVATE PROPERTY The selected Proposer 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 selected proposer, 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 exceed one month from date damage was done). 2.25. SAFETY Selected Proposer shall conduct his work so as to interfere as little as possible with the day to day business of the facility. Selected Proposer shall take all necessary precautions for the safety of employees, and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs warning against hazards created by his/her operation and work in progress must be posted. All employees of the selected Proposer shall be expected to wear, appropriate clothing, when and wherever applicable. The selected Proposer shall use only equipment that is fully operational and in safe operating order. Selected. Proposer shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. Page 37 of 56 Request for Proposals (RFP) $08383 If either party to the Agreement shall suffer damage to its property or injury to its personnel because of any wrongful act or neglect of the other party or its employees, reimbursement of the parties' loss shall be made. 'Claims shall be made in writing to the party liable within seven (7) clays of the first observation of such damage or injury, unless extension of the time to file a claim is expressly granted by the party liable. 2.26. ADDITION/DELETION OF FACILITIES Although specific facilities are identified in Exhibit 1, Group and Service Locations, it is hereby agreed and understood that any City facility may be added to and any awarded facility may be deleted from this contract at the 6pt on -of the City. -When an addition to the- confract i required; selected Proposers under this contract and other suppliers, as deemed necessary shall be invited to submit price quotes for these new facilities. If this quote is comparable with market prices offered for similar facilities, the Proposer and facility (ies) shall be added to the contract, if it is in the best interest of the City and an addendum and a separate purchase order or change order shall be issued by the City. 2.27. TERMINATION A. FOR DEFAULT If selected Proposer 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 selected Proposer shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the selected Proposer was not in default or (2) the selected Proposer's failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination 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 software, and so terminated for the convenience by the City of Miami the selected Proposer will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, 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. 2.28. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation 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 solicitation. 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 Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the proposer's authorized signature affixed to the proposer's acknowledgment form attests to this. If a Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Page 38 of 56 Request for Proposals (RFP) 508383 Agreement. 2.29. PRIMARY CLIENT (FIRST PRIORITY) The selected Proposer(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 selected Proposer(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 storms or any other public emergency impacting various areas during or approximately thQsame_time . _ 2.30. UNAUTHORIZED WORK The selected Proposer(s) shall not begin work until a Purchase Order is received. 2.31. CHANGES/ALTERATIONS Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. Written modifications shall not be allowed following the proposal deadline. 2.32. INVOICING The City's Finance Department requires that original invoices be forwarded to a prescribed address as denoted in every Purchase Order. However, selected Proposer (s) shall forward a hardcopy of any original invoice to the City Project Manager. Invoice must have the following information as a minimum Description of service; Unit and total cost; Purchase Order Number; Address of facility (ies) in which the services related to the invoice were performed; Invoice number; and Time period of service. 2.33. METHOD OF PAYMENT Payment will be made in thirty (30) days arrears for services rendered the previous month, upon submission of properly certified/approved invoices. All such information shall be provided to the City Project Manager of the City facility (ies) for his/her approval in advance of payment. The City will pay the contract price minus any liquidated damages and/or other damages to the selected Proposer upon completion and acceptance. Damages caused by the selected Proposer's employees shall be estimated by the City Project Manager and computed actual costs of repairs shall be deducted from the selected Proposers total monthly billing (s). Proven theft made by the selected Proposer's employees shall result in the replacement of the identified item (s) and Page 39 of 56 Request for Proposals (RFP) 508383 all replacement costs shall be deducted from the successful Proposer's total monthly billing (s). 2.34. COMPENSATION Each Proposer shall detail any and all fees and costs to provide the required services as detailed in Section III, Scope of Services herein, on Form B-1, Price Proposal Schedule. The City reserves the right to add or delete any service or facility, at any time. Should the City determine to add an additional service or facility for which pricing was not previously secured, the City will ask the selected Proposer to provide reasonable cost (s) for same. Should the City determine the pricing unreasonable the City reserves the right to negotiate cost (s) to seek another vendor for the. __ provision of said service (s). Failure to submit compensation proposal as required shall disqualify proposer from consideration. 2.35. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: (1) Solicitation issued; (2) Receipt of responses; (3) Opening and listing of all responses received; (4) The Procurement staff will review each submission for compliance with the submission requirements of the solicitation, including verifying that each submission includes all documents required; (5) An Evaluation Committee, appointed by the City Manager, comprised of appropriate City Staff and members of the Community, as deemed necessary, with the appropriate technical expertise and/or knowledge, shall meet to evaluate each response in accordance with the requirements of this solicitation and based upon the evaluation criteria as specified herein; (6) The Evaluation Committee reserves the right, in its sole discretion, to request Proposers to make oral presentations before the Committee as part of the evaluation process. The presentation may be scheduled at the convenience of the Evaluation Committee and shall be recorded; (7) The Evaluation Committee reserves the right to rank the proposals and shall make its recommendation to the City Manager requesting the authorization to negotiate. No Proposer(s) shall have any rights against the City arising from such negotiations thereof; (8) The City Manager reserves the right to reject the Committee's recommendation to negotiate, and instruct the Committee to re-evaluate and make another recommendation, or reject all proposals. No Proposer(s) shall have any rights against the City arising from such termination thereof; (9) If the City Manager accepts the Committee's recommendation to negotiate, Procurement will negotiate a final contract with the successful Proposer, and submit a recommendation to award a contract (s) to the City Manager; (10) The City Manager shall then submit his or her award recommendation and negotiated contract (s) to the City Commission for approval. Written notice shall be provided to all proposers. (11) If the City Manager accepts the award recommendation, the City Manager's recommendation for award of contract will be posted on the City of Miami Procurement Department website, in the Supplier Comer, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of "Award To" fields. If "various" is indicated in the Recommendation of "Award To" field, the Proposer must contact the Contracting Officer for that solicitation to obtain the suppliers names. Page 40 of 56 Request for Proposals (RFP) 508383 (12) After reviewing the City Manager's recommendation, the City Commission may: 1. Approve the City Manager's award recommendation and negotiated contract(s); 2. Reject all proposals; 3. Reject all proposals and instruct the City Manager to reissue a solicitation; or 4. Reject all proposals and instruct the City Manager to enter into competitive negotiations with at least three individuals or firms possessing the ability to perform such services and obtain information from said individuals or firms relating to experience, qualifications and the proposed cost or fee for said services, and make a recommendation to the city commission. _The.decision of=the=City-Commission-shall"be final: WritteYn ndti eof the award shall diegiven-to the successful proposer. 2.36. ADDITIONAL SERVICES/FACILITIES Services at facilities not specifically identified in this request may be added to any resultant contract upon successful negotiation and mutual consent of the contracting parties. 2.37. RECORDS During the contract period, and for a least five (5) subsequent years thereafter, selected Proposer shall provide City access to all files and records maintained on the City's behalf. 2.38. TRUTH IN NEGOTIATION CERTIFICATE Execution of the resulting agreement by the selected Proposer shall act as the execution of truth -in -negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of the resulting Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which City determines the contract price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year following the end of the Agreement. Page 41 of 56 Request for Proposals (RFP) 508383 3, Specifications. 3.1. SPECIFICATIONS/SCOPE OF WORK OVERVIEW-- — — The City desires to contract expert and professional Janitorial Services for various City facilities within the City boundaries. All facilities are required to be well maintained, attractive and safe for the general public and. employees. Facilities are listed under six (6) groups (Groups 1 through 6). Only those City facilities listed in Exhibit 1, Groups and Service Locations shall be provided Janitorial Services under this contract. The facilities are categorized by Department. The City reserves the right, but is not obligated, to add or delete facilities and services during the term of the contract, and any extension or renewal thereof, issued as a result of this RFP. The City will consider renewing the contract only if the selected Proposer has met the Acceptable Quality Levels (AQL's) as described in Section 7 below. 2. PERFORMANCE STANDARDS Services performed under this Contract shall besubject to inspection and approval by the City Project Manager. This section outlines the minimum acceptable cleaning standards for the Tasks shown in Section 3, below and any other tasks that are necessary to achieve these standards. The following standards of performance are minimum recommendations and do not supersede the use of materials or methods that will achieve better results• as defined by the City. A. All Floors Floors and entrances are clean and free of dirt streaks, dust balls, cob -webs, dirt, trash and there is no foreign matter in corners, under furniture or equipment, behind doors or on stair landings and treads. No dirt is left where sweepings were picked up. Carpet nap lies in one direction. Floors with resilient type covering are clean and polished in appearance. Threshold plates are clean and soil has been removed from the elevator door tracks. Tile, Marble and Granite floors shall have a clean and polished appearance per manufacturer's requirements. B. Waste and Recycling Receptacles Spot cleaned as required with replacement liners installed. All trash and refuse removed to designated areas. Office containers marked and designated for recyclable paper are emptied when full and the material is deposited in the containers indicated for "paper only", as directed. Page 42 of 56 Request for Proposals (RFP) 508383 C, Glass Doors, Partitions. Hardware and Trim Glass surfaces are without streaks, film, deposits and stains, and have a uniformly bright appearance with adjacent surfaces wiped clean. D. Light Switches No fingerprints or smudges on switches or adjacent wall. E. Walls Up To a Height of 96" (8') Wall surfaces and exposed pipes and equipment have a uniformly clean appearance and are substantially free from dirt, stains, streaks, lint, cobwebs and cleaning marks. Painted surfaces have not been unduly damaged and hard .finish wainscot or glazed ceramic tile surfaces are bright, free of film streaks and deposits. F. Doors, Doorframes. Woodwork, File Cabinets. Desks. Cubicles and Shelves Smudges, marks, spots and dusts have been removed and areas disinfected without causing discoloration. G. Fire Extinguishers. Hose Cabinets, etc. Smudges, marks or spots have been removed without causing discoloration. H. Fan Vents and Baseboards Air vents (wall and floor) are clean. There are no heel marks or soil on baseboards. There are no oils, spots or smudges on dusted surfaces caused by dusting tools. Cleaning has been donewithout causing discoloration. I, Restrooms Floors around urinals and commodes are free of odors and stains and the facility has a uniformly clean appearance throughout. Bright metal has a polished appearance. The floor area is void of visible dirt and debris including wads of gum, tar and similar substances and is clean and free of water streaks, mop marks, string etc, and present an overall appearance of cleanliness. Porcelain fixtures are clean, bright, disinfected and deodorized; there is/are no dust, dirt, spots, stains, rust, mold, incrustation or excess moisture, Dividing partitions shall be wiped down and disinfected. Over -spray of chemicals is not visible on surrounding walls, floors or fixtures. J. Mirrors Mirrors are clean and free of dirt, grime, streaks, excessive moisture and are not cloudy. K. Metal Dispensers Bright metal has a polished appearance. Over -spray of chemicals are not on surrounding walls, floors or fixtures. L. Sinks , Fixtures and Counter Tops (where applicable) Page 43 of 56 Request for Proposals (RFP) 508383 All fixtures are clean, bright, disinfected and deodorized; there is/are no dust, dirt, spots, stains, rust, mold, incrustation or excess moisture. Walls and floor adjacent to fixtures are free of spots, drippings and watermarks. M. Dispensers Dispensers are full but not overfilled or packed so as to adversely affect their operation or cause unintended waste of their contents when used N. Tables and Chairs Tables , -counters, chairs and chair legsire-Clean rut and debris and free of dirt streaks. Tables and chairs need to be wiped down in their entirety and disinfected every day. Tables have been aligned and squared to the room and the . chairs have been left in proper position under the table(s). O. Drinking Fountains Drinking fountains are clean, polished and disinfected. Water residue has been removed from top, mouthpiece, sides, and adjacent walls and floor. There is no evidence that harsh abrasive cleaners have been used. The fixtures are free of trash, ink, coffee grounds, etc. and nozzles are free of incrustations and are free flowing. Chemical cleaners or polishes have not been allowed to touch or damage wall surfaces. P. Entrance Mats Mats are clean and free of dirt streaks, dust balls, dirt, trash and there is no foreign matter in corners, stair landings or treads. Q. Light Fixtures and Ceiling Vents Light fixtures and lenses and ceiling vents are free from dirt, stains, streaks, lint, cobwebs and cleaning marks. Cleaning has been done without causing discoloration. R. Windows Glass is clean and free of dirt, grime, streaks, excessive moisture and is not cloudy. Window sills, and casework about interior glass and other such surroundings have been thoroughly wiped free of drippings and other watermarks. Insulating/reflective film, if present, has not been damaged. Cleaning staff shall be responsible for cleaning all glass that can be reached on a 10 foot ladder or with a 16 foot extension pole. If interior glasses are higher than 16 feet, selected Proposer shall provide necessary equipment to clean current interior height in addition to outside glass of first floor only. 3. SERVICE REQUIREMENTS An anticipated minimum set of work tasks are listed below. The selected Proposer shall perform any additional tasks deemed necessary to meet the performance standards. All work shall be performed in strict accordance with the conditions, provisions, and standards, described herein and all supplies, labor, material, components, equipment and accessories necessary to provide the services shall conform to the best practice known to the trade in design, quality, material and workmanship and are subject to the standards described in full. Page 44 of 56 Request for Proposals (RFP) 508383 Services, in addition to or separate from the services specified herein, may be deemed necessary by the City's Project Manager. The selected Proposer may be requested to perform additional or special services for events such as dedication events or other such unusual events, moving furniture and supplies, special cleaning requirements outside of the regular schedule, etc. The selected Proposer will be reimbursed for the cost of the materials needed for the cleaning services for the special event at the prices proposed and for labor on the basis of the prices set forth in the Proposal. The selectedPropdser shall_, 1. Provide all equipment and tools (including their maintenance), supplies (i.e., toilet paper, paper towels, soap, disinfectants, large plastic bags for garbage collection, etc.) and materials necessary for the performance of the work at the City facilities, except were specified. The selected Proposer shall distribute the supplies to the needed facilities and insert them in the dispensers. The selected Proposer shall be responsible for seeing that inventory levels are maintained. The City will be responsible for the mechanical operation of the restrooms and any required repairs to toilets, dispensers, lighting or holders, etc. 2. Be responsible for determining the type, quality and characteristics of all materials, which shall be used in the facilities to be serviced. The selected Proposer shall be responsible for the determination of the proper cleaning method for each facility serviced, so that the City facilities shall remain in good and proper condition, ordinary wear and tear and unavoidable accidents expected. 3. Supply all materials to be used. Materials shall be in accordance with governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration. (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). Before beginning the work of the Contract, the selected Proposer shall submit to the City Project Manager a list giving the name of the manufacturer and the brand name of each of the materials that he proposes to use in the performance of the work. The selected Proposer shall not use any material, which the City determines would be unsuitable for the purpose or harmful to the surfaces to which applied or to any other part of the buildings, its contents or equipment. Care to protect all staff and occupants from dangerous or obnoxious odors or products is required. All materials and supplies as approved for execution of this Contract shall be in original containers with labels securely affixed until consumed. Approval by the City does not relieve the selected Proposer for full responsibility and liability for using the correct equipment, supplies and material. All floor finishes, floor sealer, floor stripper, grout cleaners, germicidal cleaner, disinfecting cleaner, carpet cleaner, supplies, detergents, spotter, metal and wood polishes, etc. must be registered with the United States Department of Agriculture. All supplies must be used in accordance with the manufacturer's recommendations and instructions, and all containers must be labeled with the manufacturer's brand name, name of product, and its recommended use. The City reserves the right to require selected Proposer to substitute, modify or alter such materials, provided however; such requirements shall be reasonably exercised. 4. Exercise precautions at all times for the protection of persons and property. Selected Proposer performing services under this contract shall conform to all relevant OSHA, State and City regulations during the course of such effort. Any fines levied by the above mentioned authorities for failure to comply with these requirements shall be borne solely by the selected Proposer. Barricades and applicable signs shall be provided and put in place by the selected Proposer when work is performed in areas traversed by persons, or when deemed necessary by the City Page 45 of 56 Request for Proposals (RFP) 508383 Project Manager. 5. Keep its portion of the allocated space in accordance with applicable regulations and codes such as The and health. The use of such allotted space shall be the selected Proposer's responsibility and any damage to property or injury to persons resulting from the selected Proposer's use of allotted space shall be the selected Proposer's sole liability. The City reserves the right to reclaim any of the allotted space. In exercising this right, the City will endeavor to provide other suitable space for the selected Proposer's use. 6. Furnish and provide all equipment -required-b_y_the selected Proposer_in performance -of _its -duties; as -set -forth- -- herein, at its sole expense. All equipment used in the janitorial and gleaning operation of City facilities must be clean and in good safe operating conditions as required by OSHA. Equipment with broken or exposed electric wires shall not be used. The City reserves the right to require the selected Proposer to replace, substitute or modify its equipment if harmful to the City or its operation. Upon completion of the workday, all equipment shall be properly stored or removed from the facility. No equipment or supplies shall be left out in the open. 7. Provide an adequate number of trained and qua ified supervisory personnel capable of providing the necessary supervision to satisfy the contract during all services being performed at each facility. The supervisory personnel shall be accessible to selected Proposer's employees at all times and be responsible for monitoring personnel activities and resolving any service problems with the designated City Project Manager. The selected Proposer's supervisory personnel shall be literate and fluent in the English language, because of the necessity to read chemical labels, job instructions and signs, as well as the need for conversing with City personnel. The selected Proposer's on site supervisory personnel shall also be literate and fluent in the primary language of the janitorial staff. All supervisory personnel shall have an intimate knowledge of the various cleaning tasks, equipment and materials so as to be able to maintain and control an effective inspection and follow-up program. The supervisory personnel shall be authorized to represent and act on behalf of the selected Proposer. 8. Provide janitorial staffing that willaccommodatethe hours of operation for the specific facility as indicated by the City Project Manager for that facility (Le., 6am-3pm, 5pm-11pm, 1lpm-7am, etc.) 9. Provide and equip all supervisory personnel with a communication device such as a cell phone or similar independent communication device. 10. Prepare and provide the City Project Manager with a schedule(s), which shall be maintained by the selected Proposer, to show the status of work in progress and dates various periodic projects are scheduled and completed (such as monthly, yearly and as requested tasks). An up-to-date copy of this schedule shall be furnished to the City Project Manager whenever there is a change to a schedule. These schedules will include, but not be limited to the tasks listed below. 11. Provide 24 hour, 7 days a week Emergency Service to the City. During regular working hours, Monday through Friday, 8:00 A.M, to 5:00 P.M., or hours specified by that facilities City Project Manager, emergency service response time shall be within one (1) hour after verbal notification later confirmed in writing by the City Project Manager. Page 46 of 56 Request for Proposals (RFP) 508383 During other than regular working hours, the emergency response time shall be within two (2) hours after notification by the City. Emergency work will be considered any unforeseen unanticipated work not listed under routine/project work. For the purpose of this clause, response time will mean "on -site and prepared to work". lithe selected Proposer(s) cannot provide assistance in the time specified by the City, the City has the option to seek other vendors. If the emergency situation was caused by the selected Proposer(s), the City shall have the immediate right to complete the work to its satisfaction and deduct the amount necessary from the following month's payment to recover the City's cost to correct the situation. Selected Proposer(s) shall have a phone number where they can be immediately contacted 24 hrs. a day. =Notes: 1. No janitorial and cleaning services will be required on City observed legal holidays or when closed for emergency or other reasons unless otherwise indicated by that facility's City Project Manager. Scheduled janitorial and cleaning services, which fall on a City -observed legal holiday, shall be re -scheduled for a later date at a mutually beneficial time and date established between the selected Proposer and the City. The current City -observed holidays are: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day. 2. Due to seasonal demands some facilities may require additional supplies. Selected Proposer shall be responsible for maintaining adequate supply levels at all times. 4. PERSONNEL The work involved in this Contract shall be accomplished by personnel regularly employed by the selected Proposer, except that of window washing, carpet and floor cleaning, which may be performed by a subcontractor. The selected Proposer shall have adequate staffing to ensure all facilities are accommodated for their specific needs. Some facilities may require daily consistent on -site personnel to accommodate inside and outside janitorial services as indicated on Exhibit 1, Janitorial Services, Group and Service Locations. In additionstaffing should be at a level to accommodate for sick-outs and variable shifts since some of the janitorial services will need to be conducted after normal business hours (i.e., 5pm-1 1pm). The selected Proposer shall provide appropriate training to employees prior to the beginning of service under this Contract to ensure competent performance of the work. The selected Proposer shall provide, when submitting names of employees, documentation of type and amount of training received by each employee. The selected proposer shall submit, prior to the initiation of any janitorial services at any site, a current list of the names, addresses and Social Security numbers of all personnel who have successfully undergone a Level II background check, who will perform work under this contract. Changes in the personnel list shall be reported to the City Project Manager no less than twenty-four (24) hours before the changes become effective. In addition, the selected Proposer shall provide a listing of names, emergency telephone numbers and numbers of supervisory personnel assigned to the contract. It shall be the selected Proposer's responsibility to keep this list up to date, and notify the City Project Manager of any change, addition and deletion. The City Project Manager shall have the right for good cause to reject any individual. In addition to the above, the selected Proposer's employees shall: 1. Wear a distinctive, neat, and freshly laundered uniform (T-shirt, vest, or apron is acceptable) including the supervisory personnel, which the selected Proposer shall supply. The selected Proposer's name and/or logo shall appear on employees' clothing. The City Project Manager may request removal of any employee not properly uniformed. The selected Proposer shall also ensure that such employees wear proper and fully enclosed footwear Page 47 of 56 Request for Proposals (RFP) 508383 while working on premises. Appropriate protective clothing, shoes, and other safety equipment shall be worn as required. 2. Wear identification badges at all times. Selected Proposer shall provide identification badges for each employee, including supervisory personnel, showing the employee's picture, name, signature and identification number. New or temporary employees may wear temporary badges. 3. Not to be accompanied in their work areas on City premises by acquaintances, family members, or any other arson, unless=saidtindividual-is-an authorized -selected Pro osere: =em to e�� p p p yy� 4. Provide an additional crew for heavy cleaning, when scheduled. 5. Provide a trained, qualified floor crew separate from the daily work crew for stripping and refinishing tiled and/or hard surfaced flooring. All floor stripping and refinishing shall be done at a time mutually agreed upon with the City Project Manager (this type of work will be done at night and/or weekends). Floor refinish schedule shall be posted by the selected Proposer in the City Project Manager's office no less than ten (10) days prior to start of project. Note: Level II Background Checks shall be conducted and paid for by the selected Proposer for each employee anticipated to work in City facilities. The selected Proposer agrees not to permit any employee to have access to facilities herein designated until the clearance requirements specified are met. For facilities with a higher security clearance additional background checks may be required. 5. GENERAL SERVICES TO BE PERFORMED The selected Proposer, in addition to performing the initial month's services, shall bring all facilities up to contract standards during the first sixty (60) days of the contract. This initial cleaning shall be in addition to routine cleaning tasks, but will not be billable to the City as additional work performed. The selected Proposer and the City Project Manager's shall meet prior to the first week of the contract start date to discuss the selected Proposer's proposed methodology, to insure that the facilities shall meet the contract standards. Failure to successfully complete this initial cleaning phase may be a determining factor in discontinuing the services under this contract. The following is a list of the general services that the City anticipates the selected Proposer may need to perform. In order to meet the quality expected by the City of the selected Proposer, additional tasks may be required. The selected Proposer shall perform any and all tasks necessary to achieve the performance standards detailed in Section 2. The selected Proposer should be fully aware of the requirements of Section III as well as Section 7. 1) Empty all trash receptacles, including those found in parking lots and replace liner Page 48 of 56 Request for Proposals (RFP) 508383 2) Sweep entrances and pick up litter from all adjacent areas, including exterior grounds of the facility and parking lot. 3) Collect and remove all trash from the premises including dumpster areas. 4) Pressure wash stairs, stairwells, parking areas and dumpster areas three times a year. 5) Remove standing water from stairwells and parking garage areas. 6) Clean and disinfect water cooler and faucet areas. 7) Sweep and damp mop all non -carpeted areas. 8 Vacuum, spot.clean, and remove gum, from all carpeted areas._ 9) Pick up paper clips, and staples from floors. 10) Lavatories: a. Wash, polish and sanitize all porcelain and chrome. b. Wash and disinfect urinals, toilet bowl and seat. c. Wash floor with clean mops and disinfectant solution. d. Clean mirror(s), partitions, doors, and walls of smudges and fingerprints. e. Replace urinal and toilet deodorant materials as needed, f. Clean mirror(s). g. Restock all dispensers. 11) Clean and disinfect sinks; counters, floors, microwaves, toaster ovens and in some facilities refrigerators in kitchen areas. 12) Wash exterior door glass, both sides. 13) Dust and clean all accessible bookshelves, furniture, fixtures, ledges and equipment. 14) Clean all surfaces, such as walls, doors, etc., of smudges and fingerprints. 15) Clean all glass doors, and glass partitions, including all the sills and framing. 16) Dust and clean all window blinds. 17) Vacuum clean all air conditioning and exhaust grilles. 18) Dust high and difficult to reach places. 19) Vacuum all upholstered furniture. 20) Clean and polish wood furniture. 21) Strip, and then apply appropriate wax to all vinyl and wood floors. Floor is to be left with a high gloss wet look and uniform color. Floor boards should also be included in this process. 22) Clean, seal and buff all terrazzo and ceramic tile floors. 23) Marble and Granite floors shall have the restoration and crystallization process conducted twice a year. 24) Performs related duties as requested by facility staff. Caution: Where applicable. selected proposer shall comply with OSHA and Environmental Protection Agency asbestos composition floor tile cleaning procedures. All work to be performed shall comply with all Federal, State. Local and Regulatory Economic Resources Department (RER). Environmental Resources Management Division regulations, Page 49 of 56 Request for Proposals (OP) 508383 6. MISCELLANEOUS SERVICES: In addition to the work specified, the following additional services shall be performed in conjunction with the cleaning operation, as part of the Contract: 1. Report security violations, hazardous conditions to the City Project Manager, items in need of repair such as burned out lights, leaky faucets, toilet stoppages, etc. 2. Turn off lights and fans and secure external doors when night cleaning is finished. 3 - Report -to -the -tit -Si Project Mana er irregularities J g or damage m any of the areas serviced, regarding heating and ventilating equipment, lighting, furniture, vandalism, broken doors or windows, dispensing equipment in restrooms, or any other condition to be consideredunsafe, that may require attention for repairs, adjustment, replacement or correction., 4. Insure that rooms that are normally locked after hours are left locked after cleaning and the keys shall be returned to their designated office or location. 5. Turn in all lost and found articles to the City Project Manager or other specified office or location. 6. Notify the City Project Manager or designee of emergency conditions such as fires, floods, excessively hot or cold room temperatures, etc. 7. Secure building exterior doors as directed and keep them secure during cleaning operations. 8. All selected Proposer employees must sign in the Janitorial Sign -In Logbook located at each facility. The City will also supply a daily report form. (These areas will be agreed upon at a later date). The City Daily Report Form shall be signed and dated daily by each selected Proposer employee and must contain the following information as a minimum: Any property or equipment not in a serviceable or operating condition, listed by description and location. To include burned out light bulbs, damage, vandalism, broken windows, graffiti, etc. listed by description and location. Any and all problems and/or complaints of a minor nature, or similar isolated incidences, may be handled directly between the selected Proposer's supervisory personnel and the City Project Manager. A summary of the incident and resolution shall be contained in the daily report form. 9. The selected Proposer shall provide a cleaning schedule for the various facilities to be approved by the City Project Manager. The work shall be scheduled such that it will not disrupt normal day-to-day operations of the facility. The Selected Proposer shall prepare a complete work schedule for each facility, by month, which is to be submitted prior to commencement of work under any contract resulting from this RFP. 7. QUALITY CONTROL -INSPECTION AND ACCEPTANCE All services performed shall be subject to inspection and acceptance by the City Project Manager or designee while the work is in progress or after its completion. If any of the items described in Sections 3 and 6 are determined to be unsatisfactory (does not meet standards) or is found to not be otherwise in accordance with the requirements of this contract, the City Project Manager or his/her designee shall notify the selected Proposer and the selected Proposer shall take immediate steps to make corrective action and schedule re -inspection. The City will be the sole judge as to the acceptability of the work and the condition of the facilities. 8. ACCEPTABLE QUALITY LEVEL Page 50 of 56 Request for Proposals (REP) 508383 The City Project Manager or designee will inspect the facility on a daily basis and determine if all of the requirements of Section 3 have been met. All of the requirements must be met in order for the facility to be considered acceptable for that. day. On any given day, 90% of the facilities serviced must be considered acceptable inorderfor the selected Proposer to be in compliance with the terms of the contract. The acceptable quality level in order for the selected Proposer to be considered for a contract renewal is that the selected Proposer be in compliance on 90% of the contract term measured in days. 9. COMPLIANCE REQUIREMENTS The selected Proposer shall: 1. Supply, at no cost to the City, samples for testing of any supplies or materials used by the selected Proposer in the accomplishment of the required services. Such samples may be taken at the discretion of the City with notice to the selected Proposer,from the supplies or materials being used "on-the-job", and/or from any original containers of the selected Proposer's reserved supply. The selected Proposer shall use only such materials as are labeled and identifiable by a brand name and bear the seal of Underwriters' Laboratories, Inc. No supply, material, treatment or procedure shall be used on any floor, stairway or sidewalk that will cause or contribute to such floor, stairway, or sidewalk surface to be slippery or unsafe to walk upon in all kinds of weather, taking into consideration the normal use thereof and any material used on any floor, stairway, sidewalk, shall bear the label and meet the requirements, and be tested as an anti -slip material by Underwriters' Laboratories, Inc. Selected Proposer shall submit to the City Project Manager, Data Safety Sheets (SDS) on all products used in the City Facilities, whether stored there or not. These SDS must be in compliance to the OSHA Guidelines, Title 29 of the Code of Federal Regulation, Part 1910.1200, Paragraph G. This requirement will help ensure the safety of the citizens and employees of the City. 2. Comply with the OSHA Hazardous Communications Standard 29CFR 1910.1200 as it pertains to the training, safety, and equipment needed for all employees engaged in janitorial service. The selected Proposer(s) shall be responsible for meeting compliance prior to Contract, acceptance and shall provide proof of program to the City Project Manager. 3. Comply with the OSHA Blood Borne Pathogens Standard 29CFR1910,1030 as it pertains to the training, safety, and equipment needed for all employees engaged in janitorial service. The selected Proposer(s) shall be responsible for meeting compliance prior to Contract acceptance and shall provide proof of program to the City Project Manager at the Kick -Off Meeting. The selected Proposer(s) shall be responsible for cleaning spills of bodily fluid unless it constitutes a crime scene, in which case the authorities shall be notified. Note: Selected Proposer shall ensure that chemicals listed on Exhibit 2, Prohibited Chemicals List (attached) will not be used in any of the City facilities. 10. CITY RESPONSIBILITIES Page 51 of 56 Request for Proposals (RFP) 508383 The City will, on a space available basis, provide closet space at each facility for the selected Proposer's janitorial supplies. No other additional space will be provided by the City. No materials or equipment shall be stored or temporarily set in restrooms or other spaces accessible to the public. The selected Proposer will be responsible for the security of the supplies and materials, which it furnishes or controls under this agreement. It is the responsibility of the selected Proposer to keep such space clean, neat and organised. City representatives reserve the riggit to inspect such closet spaces at any time. The selected Proposer shall not remove, for its own use or any other reason, from City facilities, those supplies or materials which are City supplied, at any time, whether at the termination of this agreement, or otherwise. The City will not be responsible, in any way, for damage or loss of personal belongings kept throughout the City facilities by the employees of the selected Proposer or any of its subcontractor P_mposers. _ _ Page 52 of 56 Request for Proposals (RFP) 508383 4. Submission Requirements 4.1. SUBMISSION REQUIREMENTS Proposers shall carefully follow the format and instruction outlined below, observing format requirements where indicated Proposals should contain the information itemized below and in the order indicated. This information should be, provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include. the following items may be deemed non -responsive and may not be considered for contract award. Al-LIMSPONSES VVILLI3ESIJIBMIIrTED IN HARI)COPY FORMAT ONLY TO INCLUDE ONE ORIGINAL AND SEVEN (7) COPIES, AND ONE CD OR THUMB DRIVE. NO ON-LINE SUBMITTALS WILL BE ACCEPTED. . The responses to this solicitation shall be presented in the following format. Failure to do so may deem your Proposal non -responsive. A. Include the signed RFP Certification Statement. 1. Cover Page The Cover Page should include the Proposer's name; Contact Person for the RFP; Firm's Liaison for the Contract; Primary Office Location; Local Business Address, if applicable; Business Phone and Fax Numbers, if applicable Email addresses; Title of RFP; RFP Number; Federal Employer Identification Number or Social Security Number. 2. Table of Contents The table of contents should outline, in sequential order, the major sections of the Proposal as listed below, including all other relevant documents requested for submission. All pages of the Proposal, including the enclosures, should be clearly and consecutively numbered and correspond to the table of contents. 3. Executive Summary A signed and dated summary of not more than two (2) pages containing This summary should be brief and concise to advise the reader of the basic services offered, experience and qualifications of the Proposer, staff, subcontractors or subconsultants and any other relevant information. 4. Proposer's, Experience and Past Performance a) Describe the Proposer's organizational history and structure; years Proposer and /or firm has been in business providing a similar service (s). b) Provide a detailed list of comparable contracts or jobs (similar in scope of services to those requested herein) which the Proposer has either ongoing or completed within the past five years. The description should identify for each project: i. Client ii. Description of work iii. Total dollar value of the contract iv. Dates covering the term of the contract v. Client contact person and phone number vi. Statement of whether Proposer is/was the prime contractor or subcontractor vii. If Proposer was the subcontractor name the prime Page 53 of 56 Request for Proposals (RFP) 508383 viii. Detail Proposer's responsibilities and the results of the project Where possible, list and describe those projects performed for government clients or similar size private entities (excluding any work performed for the City of Miami). c) Provide any other information or documentation related to Proposer's qualifications and experience from which the City of Miami can benefit under this contract. 5.. • Key Personnel and Subcontractors Performing Services a) Provide an organi7ation chart showing all individuals, including their titles, to be assigned to this. project. This chart roust clearly identify theProposer's employees and those of the subcontractors or subconsultants. b) " %'rovicle.a list§howing all Propaser's key personnel; including their itles, to be assigned fathis pzojbet -Key`— --- personnel include all site supervisors, partners, managers, seniors, other professional staff and those of the subcontractors or subconsultants. c) Describe how Proposer will comply with the required background checks as indicated in Section 4. d) Describe the experience, qualifications and other vital information, including relevant experience on previous similar projects, of all key personnel, including the on -site supervisory personnel, who will be assigned to this project. e) Provide resumes, if available, with job descriptions and other detailed qualification information on all key personnel who will be assigned to this project, including any key personnel of subcontractors or subconsultants. 6. Approach and Methodology a) Describe Proposer's approach and methodology in performing the services described in the Scope of Services (see Section 3.0). Include Proposer's specific policies, plans, procedures or techniques to be used in providing the services (i.e., aggressive start-up service, etc.). b) Describe Proposer's approach to project organization and management, quality control and responsibilities of Proposer's management and staff personnel that will perform work in this project. c) Provide a project schedule identifying which tasks will be provided at what projected intervals. d) Identify if Proposer's proposed plan meets the requirements of the Scope of Services described in Section 3.0, will meet the requirements with modifications (explain how), or cannot provide the requirements. e) Provide Proposer policy and procedures regarding its hiring background checks for its personnel. 7. Staffing Quantity and Work Shift(s) a) Identify, describe, and explain with rational, Proposer's proposed number of Workers, Site Supervisors and work shift(s) for staff personnel (i.e., Monday thru Friday, the Shift is 7:30am to 5:00pm or Shift 1 is 7:30am to 11:30am and Shift 2 is 12:oopm to 5:00pm). 8. Equipment a) Provide an inventory list, which identifies Proposer's equipment name and type, and a set of product information sheets (such as factory specifications, standard manufacturer information sheets, catalogues, and brochures) for the equipment the Proposer has on hand to be used in conjunction with the services of this contract. Specify the equipment the Proposer plans to assign to remain on the premises. Where a product information sheet is not available, the inventory list shall include a description of the equipment and performance details. b) In accompanying the inventory list listed above, or lack thereof, explain the Proposer's ability and approach to have available additional or necessary equipment which may be needed to perform routine tasks and project work. A one man lift and a floor machine must be included. 9. Cleaning Products, Materials and Supplies List Page 54 of 56 Request for Proposals (RFP) 508383 a) Provide a list of the cleaning products, material and supplies the Proposer plans to use in conjunction with the services of this contract. The list shall include the product name, manufacturer and product type for each item. The List shall be accompanied with a complete set of product information sheets (such as factory specifications, standard manufacturer information sheets, catalogues, and brochures) for each item. All items, where applicable, shall be incompliance with Section 9, Compliance Requirements. b) In addition to the cleaning products list, explain the Proposer's ability and approach to have available additional or necessary products which may be needed to perform routine tasks and project work. Information specifically for the product used to clean and remove stains from marble floors must be included. Page 55 of 56 Request for Proposals (RFP) 508383 5. Evaluation Criteria 5.1. EVALUATION CRITERIA . Proposals shall be evaluated based upon the following criteria and wei Evaluation Criteria. `Proposals will be evaluated by -an Evaluation`Cummittee which will evaluate and -rattle propnsals-oit criteria listed below.. The Evaluation Committee will be comprised of appropriate City personnel and members of the community, as deemed necessary, with the appropriate experience and/or knowledge, striving to ensure that the Evaluation Committee is balanced with regard to both ethnicity and gender. The criteria are itemized with their respective weights for a maximum total of one hundred (100) points per Evaluation Committee member. Technical Criteria and Point 1. Proposer's relevant experience, qualifications, and past performance. (40) 2. Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this project, and experience and qualifications of subcontractors. (10) 3. Proposer's approach to providing the services requested in this Solicitation. (30) Price Criteria and Points 4. Proposer's proposed price. (20) Price Evaluation The price proposal will be evaluated subjectively in combination with the technical proposal, including an evaluation of how well it matches Proposer's understanding of the City's needs described in this Solicitation, the Proposer's assumptions, and the value of the proposed services. The pricing evaluation is used as part of the evaluation process to determine the highest ranked Proposer. The City reserves the right to negotiate the final terms, conditions and pricing of the contract as may be in the best interest of the City. Page 56 of 56 THIS FORM DOES NOT APPLY TO CARLOS ROSARI�� NG SERVICE CORP. CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: (Le. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Solicitation Title: Bidder/Prop set) -hereby certifies~compliance-with-thea-L-ocal Off ce-7-- requirements stated under Chapter 18/Article IIIF, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a nunimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 1 FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE, FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: Does Bidder/Proposer condulct verifiable, full- time, on -site employment at the local office for a miriiinum of forty (40) hours per �~~� ❑ YES ❑ NO calendar week? if Bidder/Proposer's Local Office tenancy is pursuant to a, lease, has Bidder/Proposer enclosed a copy of the lease? L. YES ❑ NO ❑ N/A Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? City of Miami, YES NO Exempt— — Cite Exemption: Miami -Dade County: ❑ YES 0 NO El Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the performance of Bidder/Proposer's business operations? ❑ YES ❑ NO • Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Print Name (Bidder/Proposer Authorized Representative) Signature 2 FORM -City of Miami Local Office Certification 7/22/2013 Date STATE OF FLORIDA COUNTY OF Certified to and subscribed before me this day of , 20 , by (NOTARY SEAL) (Signature of Notary Public -State of Florida) (Name of Notary. Typed, Printed, or Stamped) I Personally Known OR Produced Identification Type of Identification Produced 3 FORM -City of Miami Local Office Certification 7/22/2013 I Service Locations r •• GROUP ' LOCATION • ADDRESS GROUP 1 MRC BUILDING 444 SW 2ND AVE, MIAMI, FL 33130 GSA ADMINISTRATION 1390 NW 20TH STREET, MIAMI, FL 33142 GSA PROPERTY MAINTENANCE 1975 NW 12TH AVE, MIAMI, FL 33142 COMMUNICATIONS WAREHOUSE 110 NVV SOUTH RIVER DRIVE, MIAMI, FL 33136 GROUP 2 , . LITTLE HAITI CULTURAL CENTER 212-260 NE 59TH TERR, MIAMI, FL 33137 DREAM T BLACK POLICE PRECINCT & MUSEUM - 480 NW 11th STREET, MIAMI, EL 33136 MANUEL ARTIME COMMUNITY CENTER 900 & 970 SW 1ST STREET, MIAMI, FL 33130 DINNER KEY MARINA - MARINA (NEW BLDG) 3400 PAN AMERICAN DRIVE, MIAMI, FL 33133 MARINE STADIUM MARINA 3501 RICKENBACKER CAUSEWAY, MIAMI, FL 33149 MIAMARINA @ BAYSIDE 401 BISCAYNE BLVD, MIAMI FL 33133 GROUP 3 NET • NET UPPER EASTSIDE 6599 BISCAYNE BLVD, MIAMI, FL 33138 NET LITTLE HAITI/EDISON/LITTLE RIVER 6301 NE 2ND AVE, MIAMI , FL 33138 NET ALLAPATTAH 1901 NW 24TH AVE, MIAMI, FL 33125 NET OVERTOWN (SHOPPING CENTER) 1490 NW 2RD AVE #112-B, MIAMI, FL 33136 NET FLAGAMI 5135 NVV 7TH STREET, MIAMI, FL 33142 NET COCONUT GROVE 3310-A MARY STREET, MIAMI, FL 33133 . NET LITTLE HAVANA (RAYOS DEL SOL) 1300 SW 12TH AVE, MIAMI, FL 33136 NET CORAL WAY 1415 SW 32ND AVE, MIAMI, FL 33145 HOMELESS ASSISTANCE OFFICE 450 SW 5th STREET, MIAMI, FL 33130 NET DOWNTOWN 900 SOUTH MIAMI AVE, STE #183, MIAMI, FL 33130 NET MODEL CITY 1000 NW 62ND STREET, MIAMI, FL 33150 NET VVYNWOOD 101 NW 34TH STREET, MIAMI, FL 33127 NET ADMINISTRATION 151 NW 27TH AVENUE, MIAMI, FL 33126 GROUP 4 o , PARKS OPERATIONS TRAILERS 1950 NW 12TH AVE, MIAMI, FL 33126 CHARLES HARDLEY PARK 1300 NW 50TH STREET, MIAMI, FL 33142 GIBSON PARK 380 NW 14th STREET, MIAMI, FL 33128 WEST END PARK 6030 SW 2ND STREET, MIAMI, FL 33144 MACEO PARK 5135 NW 7TH STREET, MIAMI, FL 33142 MOORE PARK 765 NW 36TH STREET, MIAMI, FL 33127 LEGION PARK 6447 NW 7TH AVE, MIAMI, FL 33138 JOSE MARTI PARK AND 351 SVV 4TH STREET, MIAMI, FL 33130 GYM VIRRICK PARK AND GYM 3230 HIBISCUS STREET, COCONUT GROVE, FL 33133 ARKS & RECREATION GRAPELAND HEIGHT WATER PARK 1550 NW 37 AVE, MIAMI, FL 33125 SANDRA DeLUCCA DEVELOPMENT CENTER 4560 NW 4TH TERR, MIAMI, FL33126 SOUTHSIDE PARK 140 SW 11TH STREET, MIAMI, FL GROUP 5 COLLEGE OF POLICE 350, NW 2ND AVE, MIAMI, FL, 33128 ADMINISTRATION BUILDING 400 NW 2ND' AVE, MIAMI, FL 33128 POLICE }f: LAW ENFORCEMENT F OFICERS-MEMORIAL HIGH— SCHOOL 300 NW 2ND AVE, 3b FLOOR, MIAMI, FL, 33128 - NORTH SUBSTATION 1000 NW 62ND STREET, MIAMI, FL 33150 SOUTH SUBSTATION 2200 W FLAGLER STREET, MIAMI, FL 33135 SPECIALIZED OPERATIONS 1701 NW 30TH AVE, MIAMI, FL 33125 BOMB SQUAD MINI 1100 SOUTH RIVER DRIVE, MIAMI, FL 33136 MARINE PATROLIMIAMI YACHT 1001 MCARTHUR CAUSEWAY, MIAMI, FL DAVID HERRING CENTER 2301 NW 23RD STREET, MIAMI, FL 33142 AUTO POUND CORNER OF 3RD AVE AND NW 7TH STREET, MIAMI, FL 33128 INTERNAL AFFAIRS 5040 NW 7TH STREET, 9TH FLOOR, MIAMI, FL BICYCLE DETAIL 460 NE 2ND AVE, MIAMI, FL FLEET TRAILER 1290 NW 20TH STREET, MIAMI, FL 33142 MOUNTED STABLES 360 NW 3RD STREET, MIAMI, FL 33130 COCONUT GROVE SUBSTATION 3727 GRAND AVENUE, MIAMI, FL 33133 GROUP 6 PUBLIC WORKS •OPERATIONS TRAILERS 1290 NW 20TH STREET, MIAMI, FL 33142 SOLID WASTE SOLID WASTE BUILDING 1290 NW 20TH STREET, MIAMI, FL 33142 FIRE FIRE TRAINING CENTER 3425 JEFFERSON STREET, MIAMI, FL 33133 FIRE HEADQUARTERS (GARAGE AND WAREHOUSE). 1131 & 1151 NW 7TH STREET, MIAMI, FL 33136 GRANTS MIAMI OFFICE OF SUSTAINABLE INITIATIVES/GREEN LAB 151 NW 27TH AVE, MIAMI, FL 33125 2 8/11/2015 RFP5083S3, JANITORIAL SERVICES, EXHIBIT 2, MA11131TE0 CHEMICALS LIST All cleaning products used for services under the City of Miami's (City) Janitorial Services contract shall, have a degree of hazard rating in accordance with the National Fire Protection Association (NFPA) and/or the Hazardous Material Information System (HMIS) that complies with the following limits in the, respective categories below: • Health (No more than 1) • Firo (No more than 3) • Reactivity (No more than 2) In addition to the above specifications, products for use under the City's Janitorial Services contract shall not have any of the following chemical hazard classifications under the Globally Harmonized System (GHS). • Health Hazard • Carcinogen— except for powder cleansers where carcinogenicity is solely due to the presence of trace amounts of respirable silica • Reproductive Toxicity • Mutagenicity • Respiratory Sensitizer • Target Organ Toxicity • Aspiration Toxicity • Acute Toxicity (Fatal or Toxic) • Explosives • Self -Reactive • Organic Peroxides Notes: 1. The selected Proposer shall discontinue use of any products that the City's Risk Management Department determines to be an unacceptable health or safety hazard. 2. The selected Proposer shall use cleaning products that are in accordance with the City's Environmentally Preferable Purchasing Ordinance 13003. 3. No peroxides may be stored at City facilities. LVlJ1iL 1J1011DLi5L ,v i .L.ca ltr VV lJ10.1"...W r LLAJ 1 rJ J'.ii 111V1 City of Miami Legislation Resolution Flle Number: 15-00812 City Hail 36p0 Pan American Drive Miami, FL 33133 www.miamlgov,00m FL:nal Action Date: A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), APPROVINGA LOCAL DISABLED VETERANS' WORKFORCE PILOT. PROGRAM, AS SPECIFIED IN "EXHIBITA", ATTACHED AND INCORPORATED, TO PROVIDE AN OPPORTUNITY FOR LOCAL. DISABLED VETERANS TO. BE EMPLOYED THROUGH CITY OF MIAMI CONTRACTS REQUIRING A WORKFORCE TO_Y PERFORM SERVICES; ESTABLISHING AWORKFOR'CE MINIMUM PARTICIPATION PERCENTAGE GOAL REQUIREMENT FOR THE HIRING OF LOCAL DISABLED VETERANS; FOR A PERIOD OF TWELVE (12) MONTHS, WITH, SUBMISSION OF AN EVALUATION REPORT TO COMMISSION UPON CONCLUSION OF SAID PERIOD, DETERMINING THE PILOT PROGRAIVI'S SUCCESS AND PROVIDING FOR A RECOMMENDATION ON ITS CONTINUANCE AND CODIFICATION. WHEREAS, the City of Miami ("City") is dedicated to helping veterans that are at risk of homelessness, secure and maintain employment leading to increased residential and personal stability; and WHEREAS, the City's goal is to afford disabled veterans the opportunity to return to healthy, productive lifestyles within their own communities; and WHEREAS, Florida has the third largest population of veterans in the nation, with 1,650,900 veterans of which 235,000 are disabled and 33,892 reside in the Greater Miami area; and WHEREAS, the goal of the Local Disabled Veterans' Workforce' Pilot Program ("Pilot Program") Is to promote the employment of local disabled veterans, specifically veterans with barriers to employment; and WHEREAS, the first step in achieving this goal is to work closely with the City's Veterans' Services Office and local disabled veterans agencies which are affiliates of SourceAmerica and any other applicable employment source agencies; and WHEREAS, SourceAmerlca is the national, nonprofit agency designated by the United States AbilityOne Commission® to support a network of local Community Rehabilitation Programs ("CRPs") that participate in the AbilityOne® Program and provide employment opportunities for people with significant disabilities, including veterans; and WHEREAS, the Procurement Department ("Procurement") will work closely with the aforementioned stakeholders in order to ascertain the skill sets and areas of expertise of unemployed local disabled veterans residing within the City, In order to identify opportunities within specific City contracts to include a Local Disabled Veteran's Workforce minimum participation percentage goal; and WHEREAS, the Pilot Program will be implemented for a period of twelve (12) months, and upon Qv of il?'larni Page 1 of 2 Pile Id: 1540812 (Version: 1) Painted On.: 7/13/2015 File Number,: 15-00812 the conclusion of the twelve (12) month period, the Pilot Program will be evaluated to determine its functionality and success level; and WHEREAS, a report of the Pilot Programevaluation shall be submitted to the City Commission; and WHEREAS, if the Pilot Program is a success, a recommendation will be brought for City Commission approval, to further develop the pilot Program and recommend that it is codified; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA Section 1. The recitals and findings contained in the preamble to this Resolution are adopted _ _ _ by raTerinae and inaorporatiTkrfa fUlirs-erfOrthirrthIT-Sectiort.--- - — Section 2, The Pilot Program, as specified in "Exhibit A", attached and incorporated, to provide an opportunity for local disabled veterans to be employed through City contracts requiring a workforce to perform services; establishing a workforce minimum participation percentage goal requirement for the hiring of local disabled veterans is approved for a period of twelve (12) months, with submission of an evaluation report to Commission upon conclusion of said period determining the Pilot Programs success and providing for a recommendation on its, continuance and codification. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. {1} APP OVE AS TO FORM AND CORRECTNESS: 6-11L-a- VI ORIA ENDEZ CITY ATTORNEY Footnotes {1} if the Mayor does not sign this Resolution, It shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Clty of Miami Page 2 of 2 File Id: 1540112 (Veralon: I)- Prhoed On: 7/13/2015 EXHIBIT A LOCAL DISABLED ygTERA,Is18'INORKFOIICE PILOT PROGRAM 1. Purpose To implement a Local Disabled Veterans' Workforce Pilot Program (Pilot Program) for a period of twelve (12) months. 2. Polley Statement The City of Miami (City) is dedicated to helping veterans at risk of homelessness, —secure and_maintaimemployment leading.to-increased_residentiaLancLpersonal _ stability. The City's goals are to a) afford disabled veterans the opportunity to return to healthy, productive lifestyles within their own communities, and b) to promote the employment of Local Disabled Veterans, specifically veterans with barriers to employment The objectives of the Pilot Program are: • To identify City contracts where there is need for a workforce, set a minimum goal requirement to be met with Local Disabled Veterans and match the Contractor with Local Disabled Veterans. possessing the required skills, • Work closely with the City's Veterans' Services Office and Local Disabled Veterans' agencies who are affiliates of SourceAmerica, and any applicable employment source agencies. • Educate City vendors on the benefits of hiring. Local Disabled Veterans through workshops done In conjunction with the City's Veterans' Services Office, 3. Definitions a) City: means the City of Miami, Florida, a municipal corporation. For the purposes of this Pilot Program, "City" shall also mean the City Manager or designee. b) Contract Manager: means the Procurement Director or designee. c) Contract Value: the proposed cost for the bidder/proposer to provide the scope of services, inclusive of the costs of labor and materials and any equipment or supplies that have been specified in the competitive solicitation document. d) Contractor: means the person, firm or corporation with whom the City has contracted and who will be responsible for the aoceptable performance of any work and for the payment of all legal debts pertaining to any work under the City's contract, e) Effective Date: date that the City Mayor signs the Resolution approving the Pilot Program. Page. 1 of 5 EXHIBIT A LccAL DISABLED VETERANS' WORKFORCE PILOT PROGRAM f) Good Faith Efforts: diligent and specific attempts by the Contractor to comply with the Pilot, Program as demonstrated by documentation and actions undertaken by the Contractor. g) Local Disabled Veteran: an individual residing within Miami -Dade County, who has served on active duty in the armed forces, has been separated therefrom under honorable conditions, and has established the present existence of a servioe-connected disability or is receiving compensation, disability retirement benefits, or a pension because of a public statute _ _administaredi bytheUn ted__Statee_I ep merit of Votera ,s Affairs or a military department. h) Referring Agencies: means the Local Disabled Veterans' agencies, $ourceAmerica Affiliates, and any other applicable employment source agency, I) SourceAmerloa: the national, nonprofit agency designated by the U.S. AbilityOne Commissions to support a network of local community rehabilitation programs (CRPs) that participate in the AbilityQnec Program and provide employment opportunities for people with significant disabilities, including veterans. j) SourceArnerica Affiliate: nonprofit agencies that submit a complete application and meet all minimum requirements and are approved for affiliation in the SourceAmerica national network of CRPs, 4, Local Disabled Veterans' Workforce Pilot Program Participation Requirements: a) Except where state or federal law, regulations, or grant requirements mandate to the contrary, and subject to reservations or limitations provided in state, federal, or city laws, regulations, or grant requirements, when the City identifies a contract where a portion of the workforce can be fulfilled by Local Disabled Veterans, respondents for that selected Pilot Program project, will be required to employ the following minimum percentage requirement for their workforce from Local Disabled Veterans residing within Miami -Dade County, for the duration of the awarded project. Projects with a contract value of up to fifty thousand' dollars ($50,000.00) shall have no Local Disabled Veterans' workforce participation requirement. Projects selected by the City to participate in the Pilot Program, with a contract value of over fifty thousand dollars ($50,000.00) shall have a minimum Local Disabled Veterans' workforce participation requirement of five percent (5%). The Local Disabled Veterans' workforce participation percentage requirement listed above shall be applied on the project's on -site workforce. Page 2of5 EXHIBIT A LOCAL DISABLED VETERANS' WORKFORCE PILOT PROGRAM b) For those projects containing a Local Disabled Veteran's, Minimum partialpation requirement, the City's Procurernent Department coordinate with: the City Veterans' Services Office to proVide,a workshop for vendors eplaining the benefits of hiring Local Disabled Veterans and the sources available to attain employment candidates that are Local Disabled Veterans prior to the bid/proposal due date, The Referring AgencieS, shall be responsible for referring qualified Local Disabled --Veterans-to-the-Contracter-within_five_p_busine_s_sslays,,,,Up,enth_e _ Contractor notifying the agencies of the vacancies that must be filled, c) Projects to which a Local Disabled Veterans' workforce participation requirement goal has been applied shall require the Contractor to develop and submit to the City, within thirty (30) days of notification of award of the contract, a Workforce Plan (Plan) outlining how the goal will be met and containing the following information and elements required by this section. The Plan shall specify the total number of persons that will be used by the Contractor, broken down by position, minimum qualifications for each position, and the number of persons to be hired for the positions. The Plan shall identify by name, address and positions all Local Disabled Veterans proposed to perform work under the contract currently on the Contractor's payroll or positions for Local Disabled Veterans, who reside within Miami -Dade County, to be hired by the Contractor. The City will not enter into the contract until, it receives the Contractor's Plan and deems the Plan acceptable. An updated Plan shall be submitted to the City's Contract Manager for the project, on a quarterly basis. In the event that during the contract period a new hire or a person identified in the Plan as meeting the Local Disabled Veterans' workforce participation requirement goal is replaoed, the City may require the Contraotor to immediately identify the replacement with another Local Disabled Veteran. Notwithstanding anything to the contrary above, the Contractor may be relieved from the requirements of this provision, in part or in whole, if such Contractor can demonstrate that it has utilized Good Faith Efforts to achieve the goal in accordance with the prescribed provisions under this section. d) Local Disabled Veterans' workforce participation requirements shall apply only to contracts with a contract value greater than fifty thousand dollars ($50,000.00), and with an on -site labor component greater than or equal to twenty-five percent (25%) of the Contract Value. Page 3 of 5 EXHIBIT A LopAL DISABLED VETERANSWORKFORCE PILOT PROGRAM These Local Disabled Veterans' workforce participation requirements shall apply to the competitively procured contract(s) identified by the City to participate in this Pilot Program, unless: • The contract meets one of the exclusion provisions noted above; • It is disallowed by federal or state law or grant requirements; and • Funding sources require alternate, contradictory or specifically exclude or disallow Local Disabled Veterans' Workforce participation Additionally, contracts for public works br improvements covered under Section 18-89 of the City Code are excluded. e) Pilot Program shall be in effect for a period of twelve (12) months from the Effective Date. 5. Monitoring and Compliance a) Compliance Reviews. The Contract Manager shall periodically conduct compliance reviews to determine compliance with the Pilot Program. The compliance review shall consist of an evaluation of the Contractor's compliance with the requirements of the Pilot Program including an analysis of the extent to which Looal Disabled Veterans have been hired,. I?) Noncompliance. When routine oontract.monitoring or a compliance review reveals that a Contractor has not complied with the requirements of the Pilot Program, the City will advise the Contractor in writing of the deficiencies and allow the Contractor a period of thirty (30) days to cure. o) Recurring Noncompliance. A continuing failure or refusal by the Contractor to comply with the requirements of the Pilot Program may result in the City terminating the contract. The City will notify the Contractor in writing of any continuing failure or refusal by the Contractor to comply with the requirements of the Pilot Program and of possible action under the contract, including materiel breach, Where appropriate, the City may pursue contract suspension or termination for material breach of contract, 6. Pilot Program Evaluation Upon the conclusion of the twelve (12) month period, the City will conduct an evaluation of the Pilot Program to determine: Page 4 of 5 EXHIBIT A LOCAL DISABLED VETERANS' WORKFORCE PILOT PROQRAIVI a) The effectiveness of the Pilot Program in employing Local Disabled Veterans through City contracts; b). Contracto.r(s)' ability to meet the Pilot Program requirements; c) Ability of the Referring Agencies to refer qualified Local Disabled Veterans; and, d) Recommendations for modificationsto the Pilot Program. A report of the Pilot Program Evaluation shall be submitted to the City Commission with the following recommendations, including, but not limited to; • Further developing the Local Disabled Veterans' Workforce Program and recommending its codification; or, • Recommending that the City not move forward with a Local Disabled Veterans' Workforce Program and explore other ways for the City to encourage the hiring of Local Disabled Veterans, Page 5 of 5 RFP508383, Janitorial Services Form B-1 Price Proposal Schedule INSTRUCTIONS: Provide Proposer's payment proposal on this Form B-1 "Payment Proposal Schedule". If proposing any one group (1-6), proposer must complete the section for all facilities within the group. If Proposer is not proposing on a particular group, Proposer must write "N/A" in all facilities within that group. Proposers who do not submit pricing for Section A, total monthly charge for general tasks, in accordance with this Form B-1, or who qualify or place ANY conditions on price, will not receive evaluation points: for the applicable Price portion. PROPOSED PRICES: A. TOTAL MONTHLY CHARGE FOR GENERAL TASKS The Proposer shall state its monthly price for providing the services as stated in Section 3, Scope of Services. The proposed price shall be stated as a not to exceed monthly labor rate, to be broken down by worker and supervisor. The proposed price shall include the cost for supplies, equipment, and any other out of pocket expenses. In the event a discrepancy may occur between the unit prices stated and the total price per month, unit prices shall prevail. Group 1, General Services Administration (GSA) 1) MRC Building, 444 SW 2"d Avenue, Miami FL 33130 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 4 $ 2,240.00 each $ 8,960.00 Supervisors 1 $ 2,400.00 each $ 2,400.00 Monthly Total $ 11,360.00 2) Administration, 1390 NW 20th Street, Miam', FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 2,240.00 each $ 2,240.00 Supervisors 1 $ 600.00 each $ 600.00 Monthly Total $ 2,840.00 / - 1 RFP508383, Janitorial Services 3) Property Maintenance, 1975 NW 12th Avenue, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 2,240.00 each $ '2,240.00 Supervisors 1 $ 1,200.00 each $ 1,200.00 Monthly Total $ 3,440.00, / - 4) Communications Warehouse, 110 NW South River Drive, Miami, FL 33136 ID —ascription Numb®r of-- Employees —Unit—Price—PerMonth— --Total Price -Per Month-- == Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $. 1,420.00 l Group 2. Department of Real Estate and Asset Management (DREAM) 1) Little Haiti Cultural Center, 212-260 NE 59th Terrace, Miami, FL 33137 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,680.00 each $ 1,680,00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,980.00 -- 2) Black Police Precinct & Museum, 480 NW 1111" Street, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,680.00 each $ 1,680.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,980.00 f 2 RFP508383, Janitorial Services ) 3) Manuel Artime Community Center, 900-970 SW18t Street, Miami, FL 33130 Description ' Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 2,240.00 each $ 2,240.00 Supervisors 1 $ 600.00 each $ 600.00 Monthly Total $ 2,840.00 I 4) Dinner Key Marina -Marina (New Building), 3400 Pan American Drive, Miami, FL 33133 Description Nbibbtror— ----- —Uhlt-Price Per Month— —Total-Price Per Month — Employees Personnel Workers 1 $ 1,680.00 each $ 1,680.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,980.00 14/.-' 5) Marine Stadium Marina, 3501 Rickenbacker Causeway, Miami, FL 33149 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 0 6) MIAMarina at Bayside,401 Biscayne Blvd., Miami, FL 33133 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,680.00 each $ 1,680.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,980.00 3 RFP508383, Janitorial Services Group 3, Neighborhood Enhancement Team (NET) 1) NET .Upper Eastside, 6599 Biscayne Blvd., Miami, FL 33138 Description Numberof Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00each $ 300 00 Monthly Total $ 1,140.00 f" 2) NET Little Haiti/Edison/Little River, 6301- NE 2nd A nue, Miami, FL 33138 Description Number of Employees Unit Price Per Month Total Price Per Month Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 /d.-�` 3) NET Allapattah, 1901 NW 24th Street, Miami, FL 33125 Description Number of Unit Price Per Month Total Price Per. Month Employees Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 Jam''` 4) NET Overtown (Shopping Center), 1490 NW WI Avenue, #112, Miami, FL 33136 Description Number of Unit Price Per Month f Total Price Per Month Employees Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 f' 4 RFP508383, Janitorial Services 5) NET. FlagamilWest Flagler, 5135 NW 7th Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 / 6) NET Coconut Grove, 3310-A Mary Street, Miami, FL 33133 ` -Description -y= Number =of- -T-4=-,Unit Price Per -Month :- ----Total --- -Total Price-P-er-Month Employees, Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 6 7) NET Little Havana (Rayos Del Sol), 1300 SW 12th Avenue, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors ' 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 8) NET Coral Way, 1415 SW 32nd Avenue, Miami, FL 33145 Description Number of Unit Price Per Month, Total Price Per Month Employees Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 f-- 5 RFP508383, Janitorial Services 9) NET Homeless Assistance Office, 450 SW 5th Street, Miami, FL 33130 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors I $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 if'-' _ . . 10) NET Mode City, 1000 NW 62nd Street, Miami, FL 33150 Description Number of Unit-Pricb P-dr-M-Ohth— --- ' Total Price -Per Month-- Employees Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 /1.-v 11) NET Wynwood, 101 NW 34th Street, Miami FL 33127 Description Number of Employees Unit Price Per Month Total Price Per Month Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 Jti-'' 12) NET Administration, 151 NW 27th Avenue, Miami, FL 33125 Description Number of Unit Price Per Month Total Price Per Month• Employees Personnel Workers . 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 itr,--- 6 I RFP508383, Janitorial Services Group 4, Parks and, Recreation 1) Parks Operations Traders, 1950 NW 12th Avenue, Miami, FL 33126 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ . 300.00 each $ 300.00 Monthly Total $ 1,420.00 -'' 2) Charles Hadley --Park; 1300"-NW`50th Street; Miami, FL-33142 y Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,680.00 each $ 1,680.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,980.00 /f------ ' 3) Gibson Park, 380 NW 14th Street, Miami, FL 33128 Description Number of Employees Unit Price Per Month Total Price Per Month Personnel Workers 1 $ 1,680.00 each $ 1,680.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,980.00 ,-- 4) West End Park, 6030 SW 2nd Street, Miami, FL 33144 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 840.00 each $ 840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,140.00 fit`-`' 7 RFP508383, Jan! oriel Services ., .; 5) ; Maceo Park, 5135 NW 7t Street, Miami, FL 33142 Description Number. of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120,00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 6) Moore Park, 765 NW 36t Street, Miami, FL 33127 Description __ Number of ___ Unit Price -Pet Month— —Total Price Pei' Month- Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 /. 7) Legion Park, 6447 NE 7th Avenue, Miami, FL 33138 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 `f,---` 8) Jose Marti Park and Gym, 351 SW 4th Street, Miami, FL 33130 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 2,240.00 each $ 2,240.00 Supervisors 1 $ 600.00 each $ 600.00 Monthly Total $ 2,840.00 11,--- 8 RFP508383, Janitorial Services 9) Virrick Park and Gym, 3230 Hibiscus Street, Coconut Grove, FL 33133 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 /4 10) Grapeland Height Water Park, 1550 NW 37t" Avenue, Miami, FL 33125 Description Number of _ -- Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 .- ' 11) Sandra DeLucca Development Center, 4560 NW 4th Terrace, Miami, FL 33126 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 /4"' 12) Southside Park, 140 SW 11th Street, Miami, FL 33144 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 560.00 each $ 560.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 860.00 /lam' 9 RFP508383, Janitorial Services Group 5, Police 1) College of Police, 350 NW 2nd Avenue, Miami, FL 33128 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 5 $ 1,120.00 each $ 5,600.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 5,900.00 /i - - FL-33128 2)—Administration-Buildingr400-NW-2"1-Avenue;=Miami, Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 7 $ 1,120.00 each $ 7,840.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 8,140.00 if,--' 3) Law Enforcement Officers Memorial High School, 300 NW 2nd Avenue, 3rd Floor, Miami, FL 33128 Description Number of Employees Unit Price Per Month Total Price Per. Month Personnel Workers 5 $ 1,120.00 each $ 5,600.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total , $ 5,900.00 f'" 4) North Substation, 1000 NW 62nd Street, Miami, FL 33150 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 3 $ 1,120.00 each $ 3,360.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 3,660.00 6t'''- 10 RFP508383, Janitorial Services 5) South Substation, 2200 W Flagler Street, Miami, FL 33135 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 3 $ 1,120.00 each $ 3,360.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 3,660.00 6) Specialized Operations, 1701 NW 30th Avenue, Miami, FL 33125 Descriptions--Number-of - — -Unit=Price=Per=Month--- = TotalPrice Per Month - -- Employees, Personnel Workers 3 $ 1,120.00 each $ 3,360.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 3,660.00 /1"""' 7) Bomb Squad Mini, 1100 South River Drive, Miami, FL 33136 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 ...-- 8) Marine Patrol/Miami,Yacht, 1001 McArthur Causeway, Miami, FL Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 /gam 11 RFP508383, Janitorial Services 9) David Herring Center,2301 NW 23rd Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Emp—p oY- Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each • $ 300.00 Monthly Total $ 1,42000 ,--''- 10) Auto Pound, Corner of 3'd Avenue and NW 7th Street, Miami, FL 33128 Description Numberof t--Unit--Price-Per=-Month»-�- Total Price_P_er-_..Month_-._. Employees Personnel Workers 1 $ 1,120,00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 /' 11) Internal Affairs, 5040 NW 7th Street, 9th Floor, Miami, FL Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,400.00 each $ 1,400.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,700.00 i 12) Bicycle Detail, 460 NE 2nd Avenue, Miami, FL Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420,00 11/`', 12 RFP508383, Janitorial Services 13) Mounted Stables, 360 NW 3rd Street, Miam', FL 33130 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 1i'"----- 14) Coconut Grove Substation, 3727'Grand Avenue, Miami, FL 33133 Description Number of Unit Price Per Month Total Price Per Month Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 / Group 6, Miscellaneous City Departments 1) Public Works, Operations Trailers, 1290 NW 20th Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Emplovees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,420.00 2) Solid Waste, Solid Waste Building, 1290 NW 20th Street, Miami, FL 33142 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,680.00 each $ 1,680.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 1,980.00 A--- 13 RFP508383, Janitorial Services' 3) Fire, Fire Training Center, 3425 Jefferson Street, Miami, FL. 33133 Description Number of Unit Price Per Month Total Price Per Month , Personnel _Employees, Workers . 1 $ 1,680.00 each $ 1,680.00 Supervisors 1 $ 300.00 each $ 300.00 . , 'Monthly Total $ 1,980.00 • 0,---- 4) Fire, Fire Headquarters (Garage & Warehouse), 1131 & 1151 NW 7th Street, Miami, FL 33136 ----Description. ---Number Unit Month— --Total Price_Per Month - o -- -Price -Per Employees Personnel Workers 2 $ 1,680.00 each $ 3,360.00 Supervisors 1 $ 300.00 each $ 300.00 Monthly Total $ 3,660.00 /1--- 5) Grants, Miami Office of Sustainable Initiatives/Green Lab, 151 NW 27th Avenue, Miami, FL 33125 Description Number of Unit Price Per Month Total Price Per Month Employees Personnel Workers 1 $ 1,120.00 each $ 1,120.00 Supervisors 1 $ . 300.00 each $ 300.00 Monthly Total $ i ,420.00 it-- RFP508383, Janitorial Services B. PROJECT WORK Project Work shall be performed by the Contractor according to the frequencies established below. The Proposer shall state its rates for providing the Project Work for any contract issued as a result of this RFP. The Proposer's rates for Project Work shall only be used, subsequent to contract award. Project Work Frequency Total Price 1. Carpet cleaning, including stairways and landings, using appropriate method. Six (6) times a year $ 20,000.00 2 - Pressure wash and/or scrub all exterior non -carpeted floors including all steps, stairs, dock floors and Quarterly $ 15,000.00 . - _.. 3. Machine scrub concrete floors. Quarterly $ 10,000.00 $ 11,500.00 $ 5,000.00 4. Exterior window washing and conditioning, all floors. Semi -Annually 5. High dusting. Semi -Annually 6. Vacuum mini -blinds. Semi -Annually $ 4,000.00 7, Wash mini -blinds. Semi -Annually $ 5,000.00 8. Strip and refinish vinyl floors. Semi -Annually Semi -Annually $ 8.000.00 $ 8,000.00 9. Strip and refinish ceramic tile. 10. Restoration and crystallization of marble and granite Three (3) times a year $ 10,000.00 11. Interior window washing and conditioning, all floors. Semi -Annually $ 5,000.00 Note: 1) The price above in Section A shall be firm and fixed for the initial term of the contract. The rates for the option -to -renew years shall be negotiated. Any extensions to the contract will be at the then current rates. 2) Section A & B will be used to determine the price points for the price criteria. 3) Notwithstanding the proposed prices in Section B above, the City reserves the right to negotiate the pricing on a project by project basis at the City's sole discretion. 15 City of Miami, Florida RFP508383 APPENDIX B PROFESSIONAL SERVICES AGREEMENT By. and Between The City of Miami., Florida And CONTRACTOR This Professional Services Agreement ("Agreement") is entered into this ` day of , 2015 by and between the City of Miami, a municipal corporation of the State of Florida, whose address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 ("City"), and, a , qualified to do business in the State of Florida whose principal address is , hereinafter referred to as the ("Contractor"). RECITALS: WHEREAS, the City of Miami issued a Request for Proposals No. 508383 on, 2015 (the "RFP" attached hereto, incorporated hereby, and made a part of as Exhibit A) for the provision of Janitorial Services , ("Services" as more fully set forth in the scope of work "Scope" attached hereto as Exhibit B) for various City Departments and Contractor's proposal ("Proposal", attached hereto, incorporated hereby, and made part of hereof as Exhibit C), in response thereto, has been selected as the most qualified proposal for the provision of the Services. WHEREAS, the Evaluation/Selection Committee appointed by the City Manager determined that the Proposal submitted by the Contractor was responsive to the RFP requirements and recommended that the City Manager negotiate with the Contractor; and WHEREAS, the City wishes to engage the Services of Contractor, and Contractor wishes to perform the Services for the City; and RFP 508383, Janitorial Services 1 City of Miami, Florida RFP508383 APPENDIX B WHEREAS, the City and the Contractor desire to enter into this Agreement under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Contractor and the City agree as follows: TERMS: 1 -RECITALS AND INCORPORATIONS DEFINITIONS: ---_ ~- A. The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The City's RFP is hereby incorporated into and made a part of this Agreement and attached hereto as Exhibit "A". The Services and Scope of Work are hereby incorporated into and made a part of this Agreement and attached as Exhibit "B". The Contractor's Response and Pricing Proposal dated, , 2015, in response to RFP 508383, is hereby incorporated into and made a part of this Agreement as attached Exhibit "C". The Contractor's. Insurance Certificate is hereby incorporated into and made a part of this Agreement as attached Exhibit "D". The order of precedence whenever there is conflicting or inconsistent language between documents is as follows: (1) Professional Services Agreement ("PSA") (2) Addenda/Addendum to the RFP; (3) RFP; and (4) Contractor's response and price proposal dated , 2015, acknowledging scope of services and pricing component of services and, response to the Request for Proposals. 2. TERM: The Agreement shall become effective on the date on the first page, and shall be for the duration of ten years: Initial term of five (5) years with one (1), five (5) year option to renew. The City shall have the option to extend or terminate the Agreement for convenience, that is, for any or no cause. RFP 508383, Janitorial Services 2 City of Miami, Florida RFP508383 APPENDIX B 3, SCOPE OF SERVICES: A. Contractor agrees to provide the .Services as specifically described, and under the special terms and conditions set forth in Exhibits "A" and "B" hereto, which by this reference is incorporated into and made a part of this Agreement. B. Contractor represents to the City that: (i) it possesses all qualifications, licenses, certificates, authorizations, and expertise required for the performance of the Services, including but not -limited -to- fullqualification-to==do%business-in-Florida, (ii)= it is not delinquent in' the payment of any sums due the City, including payment of permits, fees, occupational licenses, etc., nor in the performance of any obligations or payment of any monies to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner described in Exhibit "A"; and (v) each person executing this Agreement on behalf of Contractor has been duly authorized to so execute the same and fully bind Contractor as a party to this Agreement. C. Contractor shall at all times provide fully qualified, competent and physically capable employees to perform the Services under this Agreement. City may require Contractor to remove any employee the City deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued services under this Agreement is not in the best interest of the City. 4. COMPENSATION: A. The amount of compensation payable by the City to the Contractor shall be based on the rates quoted in Exhibit "C" hereto, which by this reference is incorporated into and made a part of this Agreement. The total fees under this contract, during the entire term, cannot exceed a cumulative total of ($XX,000,00) dollars. RFP 508383, Janitorial Services 3 i rFlfp � arr City of Miami, Florida 0 RFP508383 APPENDIX B B. Payment shall be made in arrears based upon work performed to the satisfaction of the City within thirty (30) days after receipt of Contractor's invoice for Services performed, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should the City require one to be performed. Invoices shall be sufficiently detailed so as to comply with the "Florida Prompt Payment Act", §218.70. 218.79, Florida Statutes, and other applicable laws. No advance payments shall be made at any time:=x C. Contractor agrees and understands that (i) any and all subcontractors providing Services related to this Agreement shall be paid through Contractor and not paid directly by the City, and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the Services related to this Agreement shall be borne solely by Contractor. D. Prices shall remain firm and fixed for the term of the Contract, including any option or extension periods; however, prior to acceptance or execution of each exercised contract term, the City may consider an adjustment to the Contractor's Supplies and Others price based on changes in the following pricing index: the latest Consumer Price Index (CPI), All Urban Consumers, All Items, Miami -Fort Lauderdale, FL area. E. It is the Contractor's responsibility to request the pricing adjustment under this provision. For the adjustment to commence on the first day of any exercised option period, the Contractor's request for the adjustment should be submitted ninety (90) days prior to expiration of the then current contract term. The Contractor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the Contractor, the City will assume that the Contractor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. RFP 508383, Janitorial Services City of Miami, Florida RFP508383 APPENDIX B F. The City reserves the right to reject any price adjustments submitted by the Contractor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right of the vendor. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. O.WNERSHIP-OF DOCUMENTS: 4 a, " -- Contractor understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Contractor, its employees, or any subcontractor, or which is otherwise obtained or prepared by Contractor solely and exclusively for the City pursuant to or under the terms of this Agreement, is and shall at all times remain the property of the City. Contractor agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of the City Manager, which may be withheld or conditioned by the City Manager in his/her sole discretion. Contractor is permitted to make and to maintain duplicate copies of the files, records, documents, etc. if Contractor determines copies of such records are necessary subsequent to the termination of this Agreement; however, in no way shall the confidentiality as permitted by applicable law be breached. The City shall maintain and retain ownership of any and all documents which result upon the completion of the work and Services under this Agreement as per the terms of this Section 5. 6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: A. Contractor agrees to provide access 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 Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of up to three (3) years following the date of final RFP 508383, Janitorial Services 5 City of Miami, Florida RFP508383 APPENDIX B payment by the City to Contractor under this Agreement, ,audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Contractor which are related to Contractor's performance under this Agreement. Contractor agrees to maintain any and all such books, documents, papers, and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement and all other pending matters are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. B. The City may, at reasonable times during the term hereof, inspect the Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Contractor under this Agreement conform to the terms hereof. 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 Section 18-101 and 18-102 of the 'Code of the City of Miami, Florida as same may be amended or supplemented, from time to time. 7. AWARD OF AGREEMENT: 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 Agreement 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 Agreement. 8. PUBLIC RECORDS: A. Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, Subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all RFP 508383, Janitorial Services 6 City of Miami, Florida RFP508383 APPENDIX B documents subject to disclosure under applicable laws. Contractor's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law;(3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records that must be provided to the City in a format compatible with the City's information technology systems. Notwithstanding the foregoing, Contractor shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Contractor determine to dispute any public access provision required by Florida Statutes, then Contractor shall do so at its own expense and at no cost to the City. 9. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Contractor understands that agreements with local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, record keeping, etc. City and Contractor agree to comply with and observe all such applicable federal, state and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. RFP 508383, Janitorial Services os City of Miami, Florida RFP508383 APPENDIX B Contractor further agrees :to include in all of Contractor's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws rules, regulations, codes and ordinances, as they may be amended from time to time. 10. INDEMNIFICATION: Contractor shall indemnify, defend and hold harmless the City and its officials and employees, for claims (collectively referred to as "Indemnitees") and each of them from and against all Toss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the negligent performance or non-performance of the Services contemplated by this Agreement (whether active or passive) of Contractor or its employees or subcontractors (collectively referred to as "Contractor") which is directly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive or in strict liability) of the Indemnitees, or any of them, or (ii) the failure of the Contractor to comply materially with any of the requirements herein, or the failure of the Contractor to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, local, federal or state, in connection with the performance of this Agreement even if it is alleged that the City, its officials and/or employees were negligent. Contractor expressly agrees to indemnify, defend and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Contractor, or any of its subcontractors, as provided above, for which the Contractor's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. Contractor further agrees to indemnify, defend and hold harmless the Indemnitees from and against (i) any and all Liabilities imposed on account of the violation of any law, ordinance, order, rule, regulation, RFP 508383, Janitorial Services City of Miami, Florida RFP508383 APPENDIX B condition, or requirement, related directly to Contractor's negligent performance under this Agreement, compliance with which is left by this Agreement to Contractor, and (ii) any and all claims, and/or suits for labor and materials furnished by Contractor or utilized in the performance of this Agreement or otherwise. This section shall be interpreted to comply with Sections 725.06 and/or 725.08, Florida Statutes. Contractor's obligations to indemnify, defend and hold harmless the lndemnitees shall survive the termination/expiration of this Agreement. Contractor understands and agrees that any and all liabilities regarding the use of any subcontractor for Services related to this Agreement , shall be borne solely by Contractor throughout the duration of this Agreement and that this provision shall survive the termination or expiration of this Agreement, as applicable. 11. DEFAULT:. If Contractor fails to comply materially with any term or condition of this Agreement, or fails to perform in any material way any of its obligations hereunder, and fails to cure such failure after reasonable notice from the City, then Contractor shall be in default. Contractor understands and agrees that termination of this Agreement under this section shall not release Contractor from any obligation accruing prior to the effective date of termination. Should Contractor be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Contractor shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. RFP 508383, Janitorial Services 9 City of Miami, Florida RFP508383 APPENDIX B 12. RESOLUTION OF AGREEMENT DISPUTES: Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars and No/Cents ($25,000), the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars and No/Cents ($25,000), or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation or ninety (90) days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. In no event may the amount of compensation under this Section exceed the total compensation set forth in Section 4 (A) of this Agreement. 13. TERMINATION; OBLIGATIONS UPON TERMINATION: A. The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to Contractor at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. The Contractor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. RFP 508383, Janitorial Services 10 City of Miami, Florida RFP508383 APPENDIX B B. The City, by and.acting through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, upon the occurrence of an event of material breach hereunder, and failure to cure the same within thirty (30) days after written notice of default. ,. In such event, the City shall not be obligated to pay any amounts to Contractor for Services rendered by Contractor after the date of termination, but the parties shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any direct, indirect, consequential or incidental damages. 14. INSURANCE: A. Contractor shall, at all times during the term hereof, maintain such insurance coverage(s) as may be required by the City. The insurance coverage(s) required as of the Effective Date of this Agreement are attached hereto as Exhibit "D" and incorporated herein by this reference. The City RFP number and title of the RFP must appear on each certificate of insurance. The Contractor shall add the City of Miami as an additional insured to its commercial general liability, and auto liability policies, and as a named certificate holder on all policies. Contractor shall correct any insurance certificates as requested by the City's Risk Management Administrator. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage(s) and shall be furnished to the City Risk Management Administrator on Certificates of Insurance indicating such insurance to be in force and effect and any cancelled or non -renewed policy will be replaced with no coverage gap and a current Certificate of Insurance will be provided. Completed Certificates of Insurance shall be filed with the City prior to the performance of Services hereunder, provided, however, that RFP 508383, Janitorial Services 11 City of Miami, Florida RFP508383 APPENDIX B Contractor shall at any time upon request file duplicate copies of the Certificate of.,Insurance with the City. B. Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any of Contractor's subcontractors for Services related to this Agreement shall be borne solely by Contractor throughout the term of this Agreement and that this provision shall survive the termination of this Agreement. Contractor further understands and agrees that insurance for each employee of. Contractor and each subcontractor providing Services related to this Agreement shall be maintained in good standing and approved by the City Risk Management Administrator throughout the duration of this Agreement. C. Contractor shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreement, including any extensions hereof. If insurance certificates are scheduled to expire during the term of this Agreement and any extension hereof, Contractor shall be responsible for submitting new or renewed insurance certificates to the City's Risk Management Administrator as soon as coverages are bound with the insurers. In the event that expired certificates are not replaced, with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall suspend this Agreement until such time as the new or renewed certificate(s) are received in acceptable form by the City's Risk Management Administrator; or (ii) the City may, at its sole discretion, terminate the Agreement for cause and seek re -procurement damages from Contractor in conjunction with the violation of the terms and conditions of this Agreement. D. Compliance with the foregoing requirements shall not relieve Contractor of its liabilities and obligations under this Agreement. RFP 508383, Janitorial Services 12 City of Miami, Florida 0 RFP508383 APPENDIX B 15. NONDISCRIMINATION: Contractor represents to the City that Contractor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Contractor's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Contractor further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 16. ASSIGNMENT: This Agreement shall not be assigned by Contractor, in whole or in part, and Contractor shall not assign any part of its operations, without the prior written consent of the City Manager, which may be withheld or conditioned, in the City's sole discretion through the City Manager. 17. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. RFP 508383, Janitorial Services 13 City of Miami, Florida RFP50838.3 APPENDIX B TO CONTRACTOR: TO THE CITY: Daniel J. Alfonso City Manager 444 SW 2nd Avenue, 10th Floor Miami, FL 33130-1910 Annie Perez, CPPO Procurement Director 444 SW 2nd Avenue, 6th Floor Miami, FL 33130-1910 18. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the parties shall be in Miami -Dade County, Florida. Each party shall bear its own attorney's fees. Each party waives any defense, whether asserted by motion or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties irrevocably waive any rights to a jury trial. B. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. C. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then the same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. 12FP 508383, Janitorial Services 14 City of Miami, Florida RFP508383 APPENDIX B D. Contractor shall comply with all applicable laws, rules and regulations in the performance of this Agreement, including but not limited to licensure, and certifications required by law for professional service Contractors. E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. Except as otherwise set forth in Section 2 above, the City Manager shall have the sole authority to extend, amend, or modify this Agreement on behalf of the City. 19. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 20. INDEPENDENT CONTRACTORS: Contractor has been procured and is being engaged to provide Services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, neither Contractor, nor its employees, nor any subcontractor hired by Contractor to provide any Services under this Agreement shall attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Contractor, its employees, or any subcontractor hired by Contractor to provide any Services hereunder, and Contractor agrees to provide or to require subcontractor(s) to provide, as applicable, workers' compensation insurance for any employee or agent of Contractor rendering Services to the City under this Agreement. Contractor further understands and agrees that Contractor's or subcontractors' use or entry upon City properties shall not in any way change its or their status as an independent contractor. RFP 508383, Janitorial Services 15 City of Miami, Florida RFP508383 APPENDIX B 21. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds; and/or change in applicable laws or regulations, upon thirty (30) days written notice. 22. FORCE MAJEURE: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 23. CITY NOT LIABLE FOR DELAYS.: Contractor hereby understands and agrees that in no event shall the City be liable for, or responsible to Contractor or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or RFP 508383, Janitorial Services 16 It p�ltf �ftt. a!l;i�!i City of Miami, Florida RFP508383 APPENDIX 13 other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. 24. USE OF NAME: Contractor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Contractor is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City. The Contractor agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 25. NO CONFLICT OF INTEREST: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor, no employee, and no subcontractor under this Agreement nor any immediate family member of any of the same is also a member of any board, commission, or agency of the City. Contractor hereby represents and warrants to the City that throughout the term of this Agreement, Contractor, its employees, and its subcontractors will abide by this prohibition of the City Code. 26. NO THIRD -PARTY BENEFICIARY: No persons other than the Contractor and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 27. SURVIVAL: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. RFP 508383, Janitorial Services 17 al_� City of Miami, Florida RFP508383 APPENDIX.B 28. TRUTH -IN -NEGOTIATION CERTIFICATION, REPRESENTATION AND WARRANTY: Contractor hereby certifies, represents and warrants to the City that on the date of Contractor's execution of this Agreement, and so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the; compensation to Contractor under this Agreement are and will continue to be accurate, complete, and current. Contractor understands, agrees and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the contract price of compensation hereunder was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. 29. COUNTERPARTS: This Agreement may be executed in three or more counterparts, each of which shall constitute an original, but all of which, when taken together, shall constitute one and the same agreement. 30. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. RFP 508383, Janitorial Services 18 City of Miami, Florida RFP508383 APPENDIX B IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal ATTEST: corporation By: Todd B. Hannon, City Clerk Daniel J. Alfonso, City Manager ATTEST: Print Name: Title: (Corporate Seal) "Contractor" By: Print Name: Title: (Authorized Corporate Officer) APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: Victoria Mendez Ann -Marie Sharpe City Attorney RFP 508383, Janitorial Services Risk Management Director 19 City of Miami, Florida RFP508383 APPENDIX B CORPORATE RESOLUTION WHEREAS, ., a corporation, desires to enter into an agreement with the City of Miami for the purpose of. performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the bylaws of the corporation; This Resolution needs to authorize the signatory to sign RFP 508383, Janitorial Services 20 City of Miami, Florida RFP508383 APPENDIX B EXHIBIT A RFP No. 508383 RFP 508383, Janitorial Services 21 City of Miami, Florida RFP508383 APPENDIX B EXHIBIT B SCOPE OF WORK Provide janitorial services per specifications. RPP 508383, Janitorial Services 22 City of Miami, Florida RFP508383 APPENDIX B EXHIBIT C PROPOSAL AND COMPENSATION RFP 508383, Janitorial Services 23 m City of Miami, Florida RFP508383 APPENDIX B EXHIBIT D INSURANCE REQUIREMENTS RFP 508383, Janitorial Services 24 City of Miami, Florida RFP508383 APPENDIX B EXHIBIT E CORPORATE RESOLUTIONS AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA RFP 508383, Janitorial Services (To be provided upon document execution) 25 ANNIE PEREZ, CPFO Chief Procurement Officer ADDENDUM NO. 1 DANIEL J. ALFONSO City Manager October 5, 2015 Request For Proposals (RFP) No. 508383, Janitorial Services TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and deletions amend the RFP documents of the above captioned RFP, and shall becomean integral part of the. Contract Documents. Word& .and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged, Please note the contents herein and reflect same on the documents you have on hand. A. Please find attached the attendance sheet for the Pre -proposal Conference/Site Visit for the subject RFP B. The following are the City of Miami's (City's) responses to questions received from prospective proposers: Q1. A) Which company currently, has the janitorial contract for the City of Miami? If there are multiple companies, which company services which locations? and B) What is the current contract amount paid to the company (s)? Al. United Services, Inc. is currently providing the janitorial services at the locations identified in the current RFP, and B) Attached you will find the original awarded bid tabulations. Q2. If I am a registered vendor with the City of Miami, but do not have more than five years' operating under my company, can I submit a proposal? A2. Please refer to Section 2,10, for the Minimum Qualification Requirements for this solicitation. Q3. Can you please provide the contact information for the location site visits? Al Please refer to Section 2.4, Pre -proposal Conference/Site Visit, for the contact information. ALL OTHER TERMS AND CONDITIONS OF THE REP REMAIN THE SAME. Sincerely, Perez, CPPO ireotor/Chief Procurement Officer AP/pb Cc: RFP File Page 1 ATTENDANCE SHEET RFP/RFQ NUMBER.: RFP508383, Jartbrial services LOCATION: MRC, 10th Floor North Conf. Room,111 SW 2nd Avenue, Miami, Florida, 33130 PURPOSE: Pre -Proposal Conference/Site Visit DATE: Thigsday, Ober 1, 2015 Completing this attendance sheet is optional. ..:,. ,... IiiE MAW ' •-..-:-:§M- -,*:.,:%-.%::..: - -JE Pearl P. Bethel City of Miami . 411 SW 2nd Avenue, 6th Roar, Miami, FL (305) 416-1949 obethelarniamigov.com iql Vna Sritvekiec tdr 1104 rirr 144.-Tre tit5S5-ru 141,1 oil fiMinrdi 'WI 101 av6m ' - , . 14.07,1 I ifil 30,"Es I , - • - W mil t6-1 Lirort.it Oeflvilk 'Vs's nor ilf-- Alt .m.4.,.: Ft (;1141)467 -bi-% e1 ( ZZ-13 1 iscalici (ID ymakcariN tit 4 o - e werei I r#44,1„, Vigi KeVitel kuric3 Pc6c--5uffil Piz- i A135N14n,(c3 i'l 5°- 1-0747 cpitnerwrei .53r:MTD:44- „=,Z,,,,*? goo so isrlit4 I FL. t("zer-ft. (Sof 9211-7114 14e.:fig."7,,,Trelf 4 Sr4-16 e 1 i-4-441164g V i Strz 6kl Pk —talk— €teg3 CA tAf.-1 fikks-viri ntr( *351-A1)1 3-fr1fre kir„..L.1 tt t I ( ) it Wks ktiki..nck ktc , s tett/will 6., II' ‘k ( ) Tit Va.4-( (.11.tift4it sb 6)4,4 tuPci to 3 ek1=-1 F t di 411 37642_ Ge.,) 2o.447,3_ f..6•51‘,6e04htedeti.msitt 9,, avidietz. 5,va..e.g.- Q. A ilA i I (rfifr) 1,34-- I I 3; ttbAcitar,iiivraf hats tie Aorlity,,&00 e aih 4/111704ara - 9-eiztA) 03 0 le PIA-)1714.400wA9c10,5/0.47 (4$ ,2a3,33i13 ovrtibtorellip 4-1CPF,OA (3c(0 . 6-(7r4-we c52(70#17e2 - - 51,41) • c9s9 57-• akiss Nos ithrzio - - - - I Kos44.10 Gleamtia Set) iftvo so,-; 16 .3- Sy-itec r fis61,41-(9 8125--...,,,), (eorrc Xci lic J ( ) ht,F2' „cap 1 0,Cleallia.a.iiv *Ltz.a! ele_eyjvl O.L., ("-At it et41----5Clitttkvii . e-R-G-t'-`: ( c-rr"-ce-c-A-L6ef4'(ffrg )&31-7oc) ( ) 6 meat i 35nri-crtelk 5tislev"4:1-AcWo-f- f...-Iii4. GeacL- Rev. 10//8/99 Page of 3 ATTENDANCE SHEET RFP/RFQ NUMBER: RFP508383. Janitorial Services - LOCATION: MRC, 111 SW 2nd Avenue, Miami, Florida, 33130, 10iti Floor North Conf. Room PURPOSE: Pre-PropOsai Conference/5'ft Visit DATE: Thursday, October 1, 2015 Completing this attendance sheet is optional. - - - - COMPANY Miti ,040-Leiti- ei".621fiekao,_7;,,) ,..5-/5 A/k/ 17447 ,erh 1_01657Z (ad) &63-1709 -IPL'aigeler-e--..„,, . DO-144 i•-.0eli-i 7 sir:NtrA. of-07cm (-) Sit 1fig 26fes2' S) IZS-cr D-)P6 7g, `139-gg3) Czinrxmloqtkirceers i z 04 Oct:vt.4--epovice 30qS- IVE rdr lrir: fFil-Prek-1tiT7 firz Rivii4-eiGfaea titYti51 ( ) { ) , ( ) t ) ( ) ( ) ( ) , ( ) c ) ( ) ( ) 1 ( ) Rev.10/18/99 Page 2 of 3 girt DestrIetinn kearlik. PtAte_PegOrlItter3tCptage orPolfea Trektrig Centet, 359 iftW 2 Aiienue, ManuelsAfdale Ournanfuily Cer&T, 900 MO SW 4St Skeet. Markt FL 2,1 MaiVeLklime 22 Cleaning terViCea �anaqutedba Tete for Groupl.:- SOYA& Coda Etifottement-Oike localedat fite.Manuei Arlanecginmunily_Cenle4 SW1 St; &Ate 4Mianiii FL itrraniarinaat Sayside,-. 40f aiscerie Boulevard; Muni, FL epared . _ a -Suartz, Rev-, linjio 4 Jeb. TABIRATIoN of BIDS ins NO. 198157 - CUSTODIAL SMVICES United Senfices,-Inc. st. AhtxUnt Extended Onantibii cat Athount: 4. 7,/62.94 $ 35;95523 12 j $ 4,445.15 $ 75,32 • AceFboandCustodial Svcs outh -Florida Maintenance Svcs- thiThtxle-nrcied met Aitioutth •-•4 $ 105;3SB20 fyr $ t193.01) 5-37353A0 $ -UM% 50i947.52 5015-62 $ Alum $ woo) Jyr $ 140.00 $ $ 0,41720 5, $ T8T2. $ 12 /34.02 $ 76a24 tyr 12 4 $ 1.,492:45 $ 17,909.52 /yr $ 2271,85 $ 21,28220 • r717-8-85 529E5 $ 8,355.92 /yr $ Extended Antaf net. $ 134.„318_011 /r '-- 67380110 25,001100 Fr t 95,380_00 1;209.06 $ 14.409.00 $S. 1,71 .00 $ 20,504-1X) .gg Approval; tern: Description 3roup 1: General Services Administration (GSA) i:1.1 Miami Riverside Center (MRC) TOTAL FOR GROUP I: 3roup 2: Police Department Administration Building Miami Police Department - Administration E 2.1 Building Option; Custodian hourly rate to be utilized on an as needed basis, as per Specifications. TOTAL FOR GROUP 2: 3roup 3: Police Department E 3.1 Police North Substation Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. E 3.2 Police South Substation Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. E 3.3 Police SpecializedOperationsSubstation (SOS) Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. E 3.4 Police Bomb Squad Mini Station Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. AWARD SHEET IFQ 208188 - CUSTODIAL SERVICES United Services, Inc. Est. Annual UOM 12 Month 12 "` Month Unit Price: Extended Amount: $ 12,435.00 Imo $ 149,220.00 $ 149,220.00 $ 9,083.00 Imo $ 108,996.00 $ 11.00 /hr $ 108,996.00 12 Month $ 2,960.00 /ino $ 35,520.00 $ 11.00 /hr 12 Month $ 2,960.00 /mo $ 35,520,00 $ 11.00 /hr 12 ' Month $ 2,860_00 /mo $ 34,320.00 12 Month 11.00 /hr 47.00 imp $ 564.00 11.00 /hr Kelly Janitorial Systems Inc. Unit Price: Extended Amount: tem: -Description is 3.5 Police Marine Patrol - Miami Yacht Club Option: Custodian .hourly rate to be utilized on an as needed basis, as per Specifications. € 3.6 Police David Herring Center Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. t 3.7 Police Auto Pound Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. t 3.8 Police Internal Affairs t 3.9 Police Bicycle Detail Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. t 3.1C Item deleted per Addendum No. 4 3.11 Police Mounted Stables Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. TOTAL FOR GROUP 3: 3roup 4: Fire Rescue Department l: 4.1 Fire Training Center Fire Headquarters Complex (includes Garage 4.2 and Warehouse) TOTAL FOR GROUP 4: AWARD SHEET IFQ 208188 - CUSTODIAL SERVICES United Services, Inc. Est. Annua Qt�: UOM 12 Month 12 w Month 12 Month 12 Month 12'., Month 12 Month 12 Month 12Month Unit Price: Extended Amount: 47.00 Imo $ 564.00 11.00 /hr 93.00 Imo $ 1,116.00 11.00 /hr /hr 47.00 !mo $ 564.00 $ 11.00 /hr $ 1,224.00 Imo $ $ 47.00 Imo $ 11.00 14,688.00 564.00 47.00 Imo $ 564.00 11.00 $ 123,984.00 445.00 Imo $ 779.00 Imo $ 5,340.00 9,348.00 14,688.00 Kelly Janitorial Systems Inc. Unit Price: Extended Amount: Item: Description Group 5: Parks and Recreation Department 5.1 Parks Operations.Trallers ke 5.2 Charles.[-lardley Park E# 5.3 .Jose Marti Park 5.4 Vinick ParkGym 5.5 .Jose Marti Park Gym rt 5.6 Grapeland Heights Water Park Price per Day for Optional Evening Shift Service (scheduled daily but may be canceled with a minimum of 2`hours notice) t 5.7 Little Haiti Cultural Center Price per job for Little Haiti Cultural Center - Cleaninig services on an as -requested basis t 5.8 Sandra de_ Lucca Development Center € 5.9 Black Police- Precinct'and Museum t 5.1 C Southside-Park TOTAL FOR GROUP 5: Group 6: Public Facilities Department 6.1'Dinner Key Mooring Facility t 6.2 Dinner Key Marina t 6.3 Marine Stadium Marina TOTAL FOR GROUP 6: 3roup 7: NET Department 7.1 NET Upper Eastside 7.2 NET Little Haiti/Edison/Little River AWARD SHEET IFQ 208188 - CUSTODIAL SERVICES United Services, Inc. Est. Annual Unit UOM Price: Extended Amount: 12 Month $ 70.00 Imo $ 12 _ Month $ 807.00 Imo $ 12 ` Month < $ 488.00 /mo $ 12 Month $ 791.00 /mo $ 12 Month $ 949.00 Imo $ 3 Month $ 1,308.00 Imo $ 12 Month 12 Month $ 12 Month $ 12 Month $ 12 12 12 Month Month Month 12 Month 12 Month 840.00 9,684.00 5,856.00 9,492.00 11,388.00 3,924.00 192.00 /day 1,266.00 Imo $ 15,192.00 43.00 /job 390.00 /mo $ 418.00 Imo $ 25.00 brio $ 4,680.00 5,016.00 300.00 $ 66,372.00 121.00 /mo $ 121.00 Imo $ 1,452.00 1,452.00 Kelly Janitorial Systems Inc. Unit Price: Extended Amount: $ 400.00 /mo $ $ 1,000.00 Imo $ $ 275.00 Imo $ 4,800.00 12,000.00 3,300.00 $ 20,100.00 tem: Description Optional item: Monthly cost for services to the Recreational Side at the Little Haiti/Edison/Little River NET, as per Addendum No. 4 F 7.3 NET Allapattah F 7.4 NET Overtown 7.5 NET Flagami `- 7.6 NET North/East Coconut Grove F 7.7 NET Little Havana TOTAL FOR GROUP 7: 3roup 8: Public Works Department F 8.1 Operations Trailers TOTAL FOR GROUP 8: 3roup 9: Solid Waste Department 9.1 Solid Waste Building TOTAL FOR GROUP 9: ;roup 10: Homeless Assistance Office 10.1 Homeless Assistance Office TOTAL FOR GROUP 10: croup 11: General Services Administration `• 11.1Adminislation Building -11. Property Maintenance AWARD SHEET IFQ 208183 - CUSTODIAL SERVICES United Services, Inc. Est, Annual 12 12 •12 12 12 12 12 12 12 12 12 UOM Month Month Month Month Month Month Month Month Month Month Month Unit Price: Extended Amount: $ 175.91 /rno $ 2,110.92 $ 121.00 Imo $ 1,452.00 $ 121.00 Imo $ 1,452.00 $ 121.00 /mo $ 1,452.00 $ 121.00 Imo $ 1,452.00 $ 121.00 Imo $ 1,452.00 $ 12,274.92 $ 389.00 /mo $ 4,668.00 $ 4,668.00 $ 1,853.00 Imo $ 22,236.00 $ 22,236.00 445.00 Imo $ 5,340.00 $ 5,340.00 $ 645.00 /rno $ 7,740.00 $ 430.00 Imo $ 5,160.00 Kelly Janitorial Systems Inc. Unit Price: Extended Amount: ltern: Description 1.1.E Communications Warehouse TOTAL FOR GROUP 11: AWARD SHEET IFQ 208188 - CUSTODIAL SERVICES United Services, Inc.. Est. Annual UOM 12 Month Unit Extended Price: Amount: $ 179.00 !mo $ 2,148.00 $ 15,048.00 Kelly Janitorial Systems Inc. Unit Extended Price: Amount: Pag . of 5 ANNIE PEREZ, CPPO Chief Procurement (Meer er ADDENDUM NO. 2 Request For Proposals (RFP) No. 508383Janitorial Services TO: ALL PROSPECTIVE PROPOSERS: DANIEL J. ALFONSO City Manager October 8, 2015 The following changes, additions, clarifications, and deletions amend the RFP documents of the above captioned RFP, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. A. The following names have been added under Section 2.4, Pre -Proposal Conference/Site Visit, Department of Real Estate and Asset Management (DREAM) Black Police Precinct & Museum Percilla Kelsey, (305) 679-6809 or pkelsey@tniamigov.com Stephanie Manrique, (305) 679.6801 or smanrique@mianiigov,com Dinner I{.ey Marina -Marina (New Building) Maria Busto, (305) 329-4752 or mbusto@miamigov..com B. Please see the attached Awarded Bid Tabulations for the current contract. C. The following are the City of Miami's (City's) responses to questions received from prospective proposers: Ql. For the Police Central Station, is the High School included with the college? Al. Please refer to Exhibit 1, Groups and Service Locations. Q2. Does the City have the square footage for each of the locations? A2. No. Q3. Does the City of Miami have a Living Wage Ordinance? A3 , No, Q4. There are some locations that are being expanded (construction) and soon more square footage and services will be added, will there be an adjustment in price when the construction is completed? A4. The City reserves the right to negotiate pricing on a project by project basis. Page 1 Q5. There, are some locations that only operate seasonally; do we still include a price for these locations? A5. Please refer to Form B-1, Price Proposal Schedule . Q6. Under Group #4, Parks,dothe trash bins of the parks (green areas) need to be changed? A6. Please refer to Section 3, Scope of Work, item 5. Q7. Are there some locations that host multiple departments? A7. Yes, Q8. Can you provide a copy of the REP that United Services, Inc. completed for the previous contract? A8. This inquiry is not clear. The current contract is an Invitation for Bids. Q9. What is. United Services, Inc: charging the City of Miami for each location serviced; b) how much has United Services, Inc. paid its employees during this contract; and c) what is the frequency of service for each location? A9. See B above, b) this information is not readily available, and c) the frequency requested in the current contract can be found on-line at http://egov.ch.miami.fl.us/contracts/default.aspx. However, please note that the frequency of service for each location under this solicitation may • differ. ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. AP/pb Cc: RFP File Page 2 Sincerely, erez, C1 PO Director/Chief Procurement 0 a er m: TABULATION OF BIDS IFS NCI. 198157 - CUSTODIAL SERVICES THIS DOCUMENT IS A SUBSTITIMON TO ORIGINAL BACKUP. ORIGINAL CAN RE SEEN AT THE END OF TIM DOCUMENT. United Services., inc. Ace Floors and Custodial Svcs .gst Annual Unit Extended Quarttibr Prim: Amount *1 %Sarni Poke Department o/lege of Police ' Trakihig Center; 350 NW 2 Avenue, Miami, FL Month' 12 #2 Manuel Artime COMMUMly Center, MO & 970 .SW lst Street NUarai, FL ft 2.1 Manuel Arms 22 Cleaning services on an ao-requesW basis Total fcc Group 2: # 3 South Code Erf0TPentent Office Waled at the Manuel Artime C.otrimor•aty Center, 970 $1/11 St &die 492, Mien% FL *4 Miamarina at Bayside, 401 grscoyne Bulevard, narni, FL f- 011(.62 -E Prepared by: Marital Suarez, 1 - 1/11/10 • Month Month 12 200 ' 12 12 7,16224 85.$5528 /Yr $ 4,446.15 $ 75.32 $ 53,353.80 Jyr $ 15,064.00 fyr $ 68,417.80 . 64.02 $ 768.24 lyr $ 1,492.46 $ 17,80052 /Yr Unt Price Extended Amount -.South Florida Maintenance Svcs c Unit Extended Amount $ 8,779_85 $ 105.35820 !yr $ 11,193)30 $ 134,316.00 fyr _ $ 5,078.96 $ 60,947.52 fp' $ 5,615.00 $ 67,330.00 tyr $ 90.00 $ 16,00600 lyr $ 140.00 $ 28.000.00 lyr $ 78,947.52 $ 95,330.00 A $ 529.66 $ 6,355_02 /yr $ $ 2271,85 $ 27,4220 hrt $ SUBMITTED INTO THE PUBLIC RECORD FOR IT MIZt.G) ON Page 1. of 3 1,209.00 $ 14„538.00 tyr 1,71700 $ 071.604-00 Approval: Substitute Item Rt..6 Ite: Descrintion # 1 Miarni FOliCe Departniel College of Police Training Center, 350 NW 2 A4E:nue. Miami, FL #2 Manuel Mune Community Center, 900a •gio SW ist street, tami, Pt #21 Manuel Arcane #2.2 Cleaning serviceson an as -requested basis Toter kir Grouts 2: 413 South Code Enforcement Office located at the Manuel ArikneCommunily Center, 970 SW 1 St; Suite 402, Miami, FL #4 Miamairina 13$0dre,- 401 Biscayne Boulevard, Mang, FL TABULATION OF BIDS EFB NO. 198157 - CUSTODIAL SERVICES THIS DOCUMENT IS A si,m-rrnmof4 -ro ORIGINAL BACKUP. ORIGINAL CAN BE SEEN AT THE Pin OF TEM DOCMIENT, Integrity Janitorial' Service -VISTA Building Maintenance Svcs, Inc Est Annual Unit Extended Unit Extended UOM- • Quantify: Price; Amount: Price; Amount: MQnth 12 $ 11,973.00 $ 143,67600 fyt $ i75 Prepared by:. Marita Suarez, 1/4/2010; Rev_ 1/11/10 200 12 $ 5,599130 $ 67,183.00 lyr $ $ 575.00 $ 115,000.00 fyr1.. $ $ 182,188.09 9,693.43 $ 116,321_16 fyr 5,560.51 $ 299.50 $ $ 66,726_12 Iyr 59,900_00 /yr 126,62612 Unit Prce Weed A Way Inc Extended Amount $ 11,344.67 $ 136,13604 $ 5268.00 $ 63216.00 $ 119.00 $ 23,800.00 $ 87,06.00 12 $ 050.00 7,80600 iyr ti• $ 584.63 $ 7,015.56 /yr 519.00 $ 6.225.00 12 $ 4,999,00 $ 59,988130 44T 1 $ 3,302_83 $ 39,633.96 Iyr $ 3,365.00 $ 40,380.00 Submitted Into the pubge comection with en OE WO Priscilla A. Thompson mitt Approval: Subsaute J RE,6 TABULATION OF BIDS FR NO. 198157 - CUSTODIAL SERVICES . -.Est. Annual Item Description _ 1.101V: . Quantity;• .i. .. # 1 Marra Pe Department College of Rogue Training Cerft.r, 350 NW 2 Avenue, Warm; FL Month :1 12 /Yr ; $ 1%170.00 $ 122,040_00 lyr '-i #2 Manuel Ankne Community Center, 900 & i ! 4 i.. 970 SW 1st Stotftt, fillant Ft. ., tE 2.1 Manuel Mime -A Month 12 ::/yr $ 5i495.00 $ 65,820.00 iyr #2_2 4. Cieentig services en an as -requested basis ; Job 7, 200 . Jr $ $ 399.00 $ 78000.90 iyr ft Total for Group-2: i* .3 . ".. $ 143,920.00 • i 4-3 South Code F,nforcement Office boated at the Manuel Aram Connramlly Center 910 --i SW1 St SuRe 402, Harni, FL i Month. 12 .13Fr 635.00 $ 7,620.00 /yr .‘. #4 iVrtarnatina at Bayside, 401 Biscayne , i A Souteilant. Wand Ft Mon,., 12 :Aft- $ Z911_00 $ 34,93100 /yr - 4 V 1. i f ; Unit Thice: Prepared Nilara Suarez, X-Clean corp. Extended Amount 0 Page 3-of 3 1•1 I rat, PeCIMIENT IS A SURSTITUTtON TO ORIGLNAl_ t-A-CKU. ORIGINAL CAN 4E STEN AT ME END OF 'IRIS DOCIIKENT. rte Hokfutg Managernert Group, km. t• Unit -• Price- 0 N R p 0 • S V E *Deemed norKesponsive fOr WWIe to 5ttnd - the Mandatory pre.bid meeting & este visits Item: Description 3roup t.General Services Administration (GSA) 1.1 Miami- Riverside Center-(0RO) TOTAL FOR GROUP 1: ,sroup 2: Police Derailment Administration Building Miami Police Department- Administration 2.1 Building Option: Custocliap hourly rate to be utilized on an as needed basis, as per Specifications. TOTAL FOR GROUP 2: 3roup 3: Police Department t 3,1 Police North Substation Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. 3.2 Police South Substation Option: Custodian hourly rate th be utilized on an as needed basis, as per Specifications. 3.3 Police Specialized Operations Substation (SOS) Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. 34 Police Bomb Squad Mini Station Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. AWARD SHEET IFQ 208188 - CUSTODIAL SERVICES Est. Annual 12 12 12 12 .••;• 12 1' Month 12 Month UOM Month Month Month Month Unit Price: United Services, Inc. Extended Amount: $ 12,435.00 Imo $ 149,220,00 $ 149,220.00 9,083.00 brio $ 108,996.00 11.00 /hr $ 108,996.00 2,960,00 /mo $ 35,520,00 11.00 /hr 2,960.00 Imo $ 35,520.00 11.00 /hr 2,860.00 Imo $ 34,320.00 11.00 /hr 47.00 Imo $ 564.00 11.00 /hr Kelly Janitorial Systems Inc. Unit Price: Extended Amount: Item; Description if 3.5 Police Marine Patrol - Miami Yacht Club Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. g 3.6 Police David Herring Center Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. g 3.7 Police 'Auto Pound Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. g 3.8 Police Internal Affairs t• 3.9 Police Bicycle Detail Opffon: Custodian hourly rate to be utilized on an as needed.basis, as per Specifications. 3.1C item deleted per Addendum No. 4 3.11Police Mounteti Stables Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. TOTAL FOR GROUP 3: 3roup 4: Fire Rescue Department E4.1 Fire Training Center - - Fire Headquarters Complex (includes Garage 4-2 and Warehouse) TOTAL FOR GROUP 4: AWARD SHEET IFQ 208188 - CUSTODIAL SERVICES United Services, Inc. Est. Annual 12 12 12 12 12 12 12 12 Unit UOM Price: Month $ Month Month Extended - Amount: 47.00 Imo $ 564.00 11.00 Ihr 93.00 /mo $ 11.00 /hr /hr 47.00 Imo $ 11.00 /hr Month $ 1,224.00 /mo $ Month $ 47.00 Imo $ Month Month Month 11.00 1,116.00 564.00 14,688.00 564.00 47.00 Imo $ 564.00 11.00 $ 123,984.00 445.00 Imo $ 5,340.00 779.00 /mo $ 9,348.00 $ 14,688.00 Kelly Janitorial Systems Inc. Unit Price: Extended Amount: tem: Description 3roup 5 Parks and Recreation Department 5.1 Parks Operations Trailers is 5.2 Charles Handley Park t 5.3 Jose Marti Park 5.4 Virrick Park Gym t 5.5 Jose Marti Park Gym 5.6 Grapeland Heights. Water Park Price per Day for Optional Evening Shift Service (scheduled daily -but may be canceled with a minimum of 2. hours notice) 5.7 Little Haiti Cultural Center Price per job for Little Haiti Cultural Center - Cleaniitig services on an as -requested basis E 5.8 - Sandra de Lucca ©eveloprrrerit Center E 5.9 Black Police Precinct and Museum E 5.1 C Southside Park TOTAL FOR GROUP 5: ;roue 6: Public Facilities Department 3.1 Dinner Key Mooring Facility 6.2 Dinner Key Marina 6.3 Marine Stadium Marina TOTAL FOR GROUP 6: croup 7: NET Department 7.1 NET Upper Eastside 7.2 NET Little Haiti/Edison/Little River AWARD SHEET IFQ 208188 - CUSTODIAL SERVICES United Services, Inc. Est. Annual Unit UOM Price: Extended Amount: 12 = Month $ 70.00 /mo $ 12 Month $ 807.00 Imo $ 12 = Month $ 488.00 Imo $ 12 Month $ 791.00 Imo $ 12 Month $ 949.00 /mo $ 3 Month $ 1,308.00 Imo $ 12 Month 840.00 9,684.00 5,856.00 9,492.00 11,388.00 3,924.00 192.00 /day 1,266.00 /ino $ 15,192.00 43.00 /job 12 ` Month _ $ 390.00 Imo $ 4,680.00 12 Month $ 418.00 Imo $ 5,016.00 12 Month $ 25.00 /mo $ 300.00 12 12 12 Month Month Month 12 Month 12 Month $ 66,372.00 121.00 Imo $ 121.00 Imo $ 1,452.00 1,452.00 Kelly Janitorial Systems Inc. Unrl Price: Extended Amount: $ 400.00 /mo $ $ 1,000.00 Imo $ $ 275.00 Imo $ 4,800.00 12,000.00 3,300.00 $ 20,100.00 tem: Description Optional Item: Monthly cost for services to the Recreational Side at the Little Haiti/Edison/Little River NET, as per Addendum No. 4 7.3 NET Allapattah E 7.4 NET Overtown 7.5 NET Flagami c.7.6 NET North/East Coconut Grove E 7.7 NET Little Havana TOTAL FOR GROUP 7: 3roup 8: Public Works Department E 8.1 Operations Trailers TOTAL FOR GROUP 8: 3roup 9: Solid Waste Department E 9.1 SOlid:Waste Building TOTAL FOR GROUP 9: 'coup 10: Homeless Assistance Office ,10.1 Homeless Assistance Office TOTAL FOR GROUP 10: ;rout) 11: General Services Administration 11.1 Administration Building 11.2-Property Maintenance AWARD SHEET [RI203188 - CUSTODIAL, SERVICES United Services, Inc. Est Annual C tv: UOM 12 Month 12 Month 12 Month 12•; Month 12 Month 12 Month 12 Month 12 ' Month 12 Month 12 Month 12 Month Unit Price: Extended Amount: $ 175.91 Imo $ 2,110.92 $ 121.00 Imo $ 1,452.00 $ 121.00 /ma $ 1,452.00 $ 121.00 Imo $ 1,452.00 $ 121.00 /rno $ 1,452.00 $ 121.00 Imo $ 1,452_00 $ 12,274.92 $ 389.00 Imo $ 4,668.00 $ 4,668.00 $ 1,853.00 Imo $ 22,236.00 $ 22,236.00 $ 4115.00 Imo $ 5,340.00 $ 5,340.00 645.00 Imo $ 430.00 Imo _ $ 7,740.00 5,160.00 Kelly Janitorial Systems Inc. Unit Extended Price: Amount: tem: Description E 11.Z Commtinications Warehouse TOTAL FOR GROUP 11: AWARD SHEET IFQ 208188 - CUSTODIAL SERVICES United Services, Inc. Est. Annual gtcr. 12 UOM Month Unit Price: Extended Amount $ 179.00 lino $ 2,148.00 $ 15,048.00 Kelly Janitorial Systems Inc. Unit Price: Extended Amount ANNIE PEREZ, CPPO C'ItletPict ' n nt()Mar ADDENDUM NO. 3 Request For Proposals (RFP) No. 508383, Janitorial Services TO: ALL PROSPECTIVE PROPOSERS: DANIEL J. ALFONSO City, Manager October 9, 2015 ,The following changes, additions, clarifications, and deletions' amend the REP documents of the above captioned RFP, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. A. The following are the City of Miami's (City's) responses toquestions received from prospective proposers: Q3. Can you please provide a copy of the bid submittals from United Services, Inc.? A3. Please see attached, ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. AP/pb Cc.: RFP File• Page 1 Sine rely All hie�PPeerez, CPPO Director/Chief Procurement Officer Sourcing It Navigator. Git Favorites PRequisitionsil NegotiationsPIntelligence, Negotiations > SIMPle Search > RFQ: 208188,6 > Analyze by Quote (RFQ 208188,8). > Quote: 1190167 (RFQ 208188,6) Title Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Title Attachments No results fbund. Invitation for Quotation for Custodial Services - Additional Items 0 seconds Sealed USD Pardo, Raymond Active e Actions Online Discussions Close Date Ranking Supplier Supplier Site •Quote Valid Until Purchase Order Shortlist Status DescriptIoniCate 30-Apr-2010 1000;00 Price Only United Services, Inc. MIAMI 1004759 Included Home Logout Preferences Help Itti4'34:01 Requirmmts fleciulrements Retalrement Legal Name of Firm: Target, Maximum' yalue Quote Value Score Score United Services, Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, Corporation etc. Year Established: 1990 Office Location: City of Miami, Miarq-Dacle Count or Other City of Miami Occu ational License Number: 604099-2 Occupational License Issuing Agency: Miami -Dade . ,. . County Occupational License Expiration Date: , • 30-Sep-2010 Respondent certifies that (s) he has read and undeCode) Yes pertaining to the implementation of a "First Source Hiring AcreementZ:iyls_osi\i2__ .11.1.11.• Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? Mswor1121,, In the event your answer to question above is yes, how many 37 Yes http://imapl liverside, oingovaiet: 8 003/0A HT1VIL/OAJsp?0AFuno=PONRESENQVIE.. 1 0/9/2015 new ositions would ou create to , erform this work? Please List the title, rate of pay, summary. of duties, number'34 Cleaners 3 ofpositions; and expected length or'duration of ail new Supervisor positions which might be created as a result of this award of a Contract. Prbvlde name, telephone and facsimile number of emergency Mr. Alfredo contact for twenty-four (24) hour, seven (7) days a week Dominguez 305- communication, ' 360-6004 Have you attached to your bid submittalthe required three Yes (3). letters of reference, on company letterhead, for proopertles being serviced at this time by bidder or withiln the past three (3) years, in accordance with Section 2,8 of IFB 198157? Yes or No. . . Will you .be.able 'to comply with the Insurance Requirements, in accordance with Section 2.9.. of IFB 1981.57? Yes or No Please acknowledge receipt of the attached copy of IFB No. 198157, and your responsesubmittal shall be in accordance with the terns and conditions of the same, In addition to those contained in this IFQ. (Yes or No) Yes Yes Total Contract Terms. Variables Details Sectional Clause Variable Descrl tin Value No variables found. Deliverable Indicates deliverable is overdue Indicates responsible party failed to perform the deliverable Status Deliverable Name No deliverables found. Due Date Lines gilt' All prices are in USD, Quote Total (USD) ,557,532.00 Show Ail Details Hide AII. Details Details Line edge 1aGroup 1: General Services Administration Start Target Quote Rank Price Price Price Unit 1 Target ; Quote Minimum Minimum istlmated Release Release. Active Quantity Amount Amount Line Total quotes 149,220.00 5 http;//imapl,riverside.cmgov.net:8003/OA. HTML/OA jsp?OAFune=PONRESENQ_VIEY.. 10/9/2015 (GSA) Attributes Attribute No results fpunci. Grou Target Value Attachments, Title Description Cate o Last U dated Usa e U date Delete No results found. itIJ Miami Riverside Center (MRC) rAttiributes 12,435 Month 12 149,220.00 5 Attribute No result found. Group arget Value Quote Value Attachment's Title. Type , Description Category Last Updated Usage Update Delete _ No results found. 2 Group 2:. Police Department Administration Building 1 108,996,00 § Attyl butes Attribute Group Target Value Quote Value No result found. Title Ty a Descri ion Category Last Updated Usa a U date Delete No result found, to Hide 2.1 Miami Police Department - Administration 9,083 Month 12 108,996.00 6 Attrlbutej http://iinapl xiverside, =nova-let:8 003/0A HTML/0Ajsp'70AFun c:=PONRESENQVIE., 10/9/2015 tv • Attribute Group Target Value Quote Value Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. General 11.00 • Attachments Title Descri tion Cate o Last U dated U a e U date Delete No results found. 3 a Group 3: Pollce Department 1 124,548.00 Attributes Attribute No results found. Group Target Value Quote Value Attachments „ Title Type Description Category Last Updated Usage Update Delete No results found. 3.1 Police 1 North Substation 2,960 Month 12 35;520,00 5 Attributes Attribute • Group Target Value Quote Value . Option: Custodian hourly rate to be utilized on an as needed basis, as per 5 ecifIcations General 11.00 [Attachments Title Type Description Cate o Last U da ed Usa a U date Delete No results found. Fildq 3.2 Police South Substation 2,960 Month 1 35,520.00 Attributes Attribute Group Option: Custodian hourly rate to be utilized on an as needed basis, as per iGeneral Target quote Value Value 11:00 http ://imap 1 Averside, emgov,net: 8 0 03/0A_FITML/OAj sp?0AFunc=PONRESENQVIE... 10/9/2015 J [Specifications, Attachments Title Descri tlon Cate o Last Updated , lisa e •••*, U date Delete No results found. 3,3 Police Specialized Operations Substation (SOS) 2,860 Month 12 34,320.00 5 Attributes Attribute Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. Group General Target Value Quote Value 11.00 Attachments Titie Type Description Category Last Updated Usage. Update Delete No results found. gg Hide 3.4 Police Bomb Squad Mini Station 47 Month 12 564.00 5 Attributes ' Attribute • Group Target Value Quote Value Option: Custodian hourly rate to be utilized on an as.needecrbasis, as per Specifications. General 11.00 Attachments TitleType Description Category L st Updated Usag! Update Delete No results found. ......... la Hide 3,5 Police 1 Marine Patrol - Miami Yacht Club 47 Month 12 564.00 5 Attributes •••••••*1.11. 01, .1••••, Attribute Group Target Value Quote Value http://imap 1 siverside.angov.n:et: 8 0 03/0A JITML/OA.jsp70Arime--=-PONRESENQ VIE... 10/9/2015 0ption: Custodian hourly rate to be utilized on an as needed basis, .as per S ecif(cations. General 11,00 Attachments .., Title � a Typ � Descri Lion p Category '�. ry Last U dated Usae LDpdate Delete No results found. ,_. t ltJ1d 3,6 Police David Herring Center' 93 Month 12 1,116.00 [Attributes Attribute Group. Target Value Quote • Value Option: Custodian hourly rate to be utilized on an as needed basis, as per specifications. General 11.00 ttachments Title Type Description Category Last Updated Usage Update ,Delete am No results found. C 1 3.7 Police Auto Pound 47 Month 12 564.00 1? [Attributes Attribute Group Target Value Quote Value Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. General 11.00 Attachments Title Na results found. Type Description Category Last Updated Usage U date Delete ,Lde 3,8 Police Internal Affairs 1,214 Month 12 14,688.00 Attributes Attribute Grou Taigetyalue irate Value j. No results found.. Attachments laittp://imapl,riverside.cmgov.net:8003/0A ITML/O.A jsp?OAFuxne PONRESENQ VIE,.. 10/9/2015 „ f.rrifrif Title Type Description Category Last Updated Usage Update Delete No results found. Hide 3.9 Police Baloyole Detail 1 47 Month 12 564,00 5 Attributes Attribute Group Target Value Quote Value Option: Custodian hourly rate to be utilized on an as needed basis, as per Spedfleations. General 11.00 Attachments friiT, 'Type Description Category Last Updated Usage Update Delete No results found. Sidig& 3.10 Police Fleet Trailer 47 Month 12 564.00 5 Attributes rorrnarr Attribute Group Target Value Quote Value Option: Custodian hourly rate to be utilized on an as needed basis, as per Specifications. General 11.00 A achments TI le_Jfe. Descrlp loft Cate ory Last ysidated Usage Update Delete No resuRs found. 3.11 Police Mounted Stables Attributes 47 Month 12 564.00 5 Attribute Group Target Value Quote Value Option: Custodian hourly rate to be utilized on an as needed bads, as per Specifications. General 11.00 [Attachments Title ” Hr. 1.4••• IR'le Description Cate gory Last Uperate71:— Usage Update No results found __— Delete http://imapi siverside,cmgovaet: 8003/OA JITML/Okisp?0AFtmq=PONRESENQVIE,.. 1 0/9/2015 4 Group 4: Fire Rescue Department 1 14,688,00 2 Attributes Attribute Group Tajet Value Quote Value No results:found. Title Descri tion 'Cate o Last U date • Usa . e U date Delete No results found. lat1100 4,1 Fire Training Center 445 Month 1 5,340.00 9 Attributes Attribute No results found. Group Target Value quote Value Attachments Title e Description Category Last Updated Usage Update Delete No results found. Hide 4.2 Fire Headquarters Complex (includes Garage ad Warehouse) 779 Month 12 9,348.00 9 Attributes Attribute No results found. Group Target Value Quote ,AttacOrnents, Title Type Description Category Last U dated sage U date Deie e No results found. tiLe 5a Group 5: Parks and Recreation pertinent 1 78 144,00 7 hitp://itnapl .riverside.cmgov.net: 8 003/0A_HTML/OM sp?0AFtinc=PONRESENQVIE... 1 0/9/2015 Attributes Attribute. Grou Target Value Quote Value No results found, Attachments Title Type Description Category Last Updated Usage Update Delete No results found. Hie 5.1 parks Operations Trailers 70 Month 12 840,00 Z Attributes Attribute No results found. Group . Target, Value Quote Value Attachments [Title No results found. • Type Description Category Last Updated Usage Update Delete E Hide 5.2 Charles 1 Hardley Park r807 Month 12 9,684,00 z Attributes Attribute No results found. r Attachments Group arget Value Quote Value Title No results found. SI Hide 5.3 Jose Marti park Type Description JCategory Last Updated Usage Update Delete 480 .Month 5,856.00 7 _Attributes Attribute No results found. r Attachments Group Target Value Quote Value Title Description No results found. Cates ory Last Updated Usage Update I, Delete http://imap1,riversiele.crngov.net;8003/OA jiM11.10Ajsp?0:AFunc-PONRESENQ_VIE... 10/9/2015 5.4Virrick Park Gym 791 Month 12 9,492.00 7 Attributes Attribute Group Target Value Quote Value No results found. Attachments Title Type Description Category Last Updated Usage Update Delete No results found. 5,5 Jose Marti Park Gym 549 Month 2 11,388.00 7 Attributes Attribute Noresults found. Group jmrget Value uote Value Attachments Title Type Demi tion Catego Last 0 ated Usage U date Delete No results found. _______ ReOrn to Analyze bY Quote (FIFO 208188,6) Actions Online.plscussions Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2008, Oracle, All tights reserved. "11,11c http://imapl aiverside,cmgov.net: 8 003/0A HTML/OA.jsp?OAFunc=PONRESENQVIE.„ 10/9/2015 VIM 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 withlin the past three (3) years, in accordanoe.with Section 2.8 of IFB:1981577 Yes or No. Will you be able`to'compiy with the Insurance Requirements, in accordance with Section 2.9.. of IFB 1981577 Yes or. No Please acknowledge receipt of the attached copy of IFB No. 198157, and your response submittal shall be in accordance with the tems and conditionsof'the seine, In addition to those contained in this IFQ, cYesor No) Mr. Alfredo Dominguez 305- 360; 6004• Yes Yes Yes Total Contract Terms Variables [Details Section No variables found. Deliverables Clause Variable Description Value Indicates deliverable is overdue x Indicates responsible party failed to perform the deliverable Deliverable Name No deliverables found. . Due Date Status Alert� _Lines ,. O'T'IP Ail prices are in USD. Quote Total (USD) 557,532.00 11.1.01 1 OD Previous 25 26-50 of 52 Next 2 Show AII. Details I tilde Ali Details Details Line la Hide '5.6 Grapeland Heights Water Park Start Rank Price 1 Target Price Quote Price 1,308 Target Quote Minimum Minimum Estimated Release Release Unit uantit Amount Amount Month 12 Line Active Total quotes 15,696.00 Z attributes Attribute arm Target Value Quote Value Price per Day for Optional Evening Shift Service (scheduled daily but may be canceled with a minimum of 2 hours notice) — General 192.00 Notes http://imapl.riversicle..cmgov,net:8003/OAS STML/OA.jsp70AFunc=PONTRESENQ VIE... 10/9/2015 Note to Buyer Utilizing a total of 18 hours, as mandated for day shift. rAttachmen Title T e Descri tiorr Cate o Last Updated Usage Update Delete No results found. • 5.7 Little Haiti Cultural Center 1,266 Month 12 15;192.00 7 [ Attributes Attribute Group Target Value Quote Value Price per job for Little Haiti Cultural Center - Cleaninig services on an as- requested basis General 4100 Notes Note to Buyer Based on 4 Hours of cleaning as mandatedduring day services. [.Attachments Title Type Description Category Last Updated Usage Update Deletes No results found, ►,I Hide 5,8Sandra de Lucca Development Center 'Attributes 12 4,680.00 2 • Attribute Grou Tar et Value c uute.Value No results found. Attachments Title T e Description Cate off► Last U dated Usage Update Delete No results found, l With 5,9 Black Police Precinct and Museum 2 418 Month 12 5,016.00 Z tributes Attribute - Group Target Value quote Value No results found, ..,...1*••� ,..-,..... http://imap 1.riverside,cmgov.net:8003/OA_HTML/OA.. j sp?OAFunc=PONRESENQ_VIE... 10/9/2015 L. Attachments Title Type Description Category Last Updated Usage Update Delete No results found, Hide 5,10 Southside Perk 25 Month 12 z Attributes Attribute Group. `Target Value ' Quote Value No results found, ttachrnents Title a Descri Barr Cate o . Last U dated Usa e U date Delete No results found. 6 Ei Group 6: Public Facilities Department Attributes 4 24,480.00 7 Attribute No results found. Group Target Value Quote Value Attachments Title Type Description Category Last Updated Usage Update Delete No results found. l 6.1 Dinner Key 3 Mooring Facility' 327 Month 12 3,924.00 Attr buteg Attribute No results found. [Attachments µ Title, No results found, Group arget Value cote Value Type Description Hfde 6.2Dinner Key Marina Attributes Category Last Updated sage Update Delete .ttp://imapl.riversicIe.orngov.net:8003/0:J HTMUO,A jsp?O:AFtuza-PONRE"SEMUTE... 10/9/2015 Attribute Group Target -Value Quote Value NO °results found. ttachment Title , • Type Description Category Last Updated ' Usage Update Delete No results found. „ 6,3 Marine Stadium Marina 5 408 Month 12 4,896.'00 Attributes Attribute :Croup Target Value Quote Value No results found. Attachments Title Tape Description Category Last Updated Usage Update Delete No results found. 12tHide 7gi Group7: NET Department 1 10,164.00 Attributes Attribute Group Target Value quote Value No results found. Attachments Title TyPe Description Category Last Updated Usa a Update delete No results found. Cl Bldg 7..1 NET Upper Eastside 121 Month 12 1,452.00 6 Attributes Attibu Group Target Values cote Value Nr found.te e Attachments Title No results found. a Hide Ty • e Description Catego Last Updated 7.2NET Lithe Haiti/Edison/Little Myer 121. Usage Update Delete Month 1,452.00 6 http://imap1 iverside.cmgovaiet:8003/OPT. IITML/OAjsp?OAFtma=1)0NRESENQ VIE.,. 10/9/2015 Attributes • Attribute Group Target Value Quote Value Optional, fttn: Monthly cost for services to the Recreational Side at the Little Haitl/Edlson Little River NET,, as per Addendum No.:.4 General 175.91 [Title e Descrl tion Cate o Last U dated Usa e Update Delete No results found. 13 Hide 7.3NET Allapattah 1 121 Month 12 1;452.00 Attributes Attribute Group Target Value Quote Value No results found. Attachments Title • Type Description Category Last Updated Usage Update Delete No results found. Attribute . Group Target Value Quote Value No results found. r Attachments Title Tve Description Category Last Updated Uage Update Delete No results found. sg Hide] 7.5 NET Flagaml rAttributes 121 Month 12 1,452.00 6 Attribute Group Targetyalue Quote Value No results found. Attachments Title No results found. Description F-776-NET Northigs12 iCatego I121 Month Last Li Usage Update Delete I1,452.000 http://iinap 1 Averside emgov,net: 8 003/0A_HT1VIL/OM sp?0AFune=PONRESENQVIE,.. 10/9/2015 !Coconut Grove Attribute Attribute —.......... Group Target Value QuoteIaIte No mults found. f Attachments TitlesTItl Type Description Category Last Updated. Usage Update Delete No results found, HIcle. 7.7 NET Little Havana 1 Attributes 121 Month 12 ,452,00 .6 Attribute Group Target Value quote Value No results found. ,, •Attachments Title No results found. Type Description Category Last Updated sage Update Delete la Hide 8 la Group 8: Public Works Department [Attributes , 2 4,668.00 Attribute Group Target ValueQuote Value No results found. Attachments Type Description Usage Update Delete No results found. _ Hide Et 1 Operations Trailers Attributes 389 Month • WAromoArromonveNA.A.A.**AorWA•A " ' 12 4,668,00 Attribute ... , GranGrau TargI_uote Value No results fourd Attachments Tftle Type _Description Category No results found, AAArmA.AmAk ' -AA*A•A Last Updated iLlsagaLlate Delete V.• http://imapisiverside.cmgov.not:8003/0A HTML/OA.jsp?0AFune=PONRESENQVIE... 10/9/2015 la Hide 19ga Group 9: Solid Waste Department 1 22,236.00 9 Attributes Attribute No results foUnd. Group Target Value, Quote Value 1—Attachments Title ' T, e Descri tion Cate o Last U dated sage Update Delete No results found., 9,1 Solid Waste Building LAttributes Attribute No results found. I Attachments Month 22,236.00 We Type _ Description Category Last Updated Usage Update Delete No results found. , , 1•0 Group 10: Homeless Assistance Office I Attributes Target Value Attachments 5,340.00 Quote Value 9 Thie Tipe Description. Category Last Updated Usage Update Delete No results found. 10.1 Homeless Assistance Office I Attributes Attribute No results found. 445 Month 12 5,340.00 414 Attachments Group Target Value piA9LIppon uote Value Usa.e Update Delete a-tip:Amp 1 ,riverside, oingov,net: 8 003/0AJITNIt/OA.j sp?0AFune=PONRESENQVIE. „ 10/9/2015 No results found. 1 Si Hide "- - 11 Group 11: General. Services Administration t Attributes 15,048.00 2 Ovi Attribute No results found. Group Target Value uote Value •AttachMents Title No results found. Type Description Category Last Updated Usage Update Delete 11,1 Administration Bulldinq 1 645 Month 12 7,740,00 Attributes Attribute Group Target Value quote Value No results found. , , . . . Attachments — Title Type Description Cate o Last Updated Usage Update Delete . No results found. , Previous 25 26-50 of 52 Next 2 Return to Analyze by Quote (RFO 208188,6) Actions [Online Discussions Requisitions Negotiations Intelligence Home Logout Preferences Help .PrIvacy Statement Copyright (c) 2006, Cradle. All rights reserved. http://imap 1 Averside, angov.net 8003/0A HTML/OA.jsp?0AFtmc--PONRESENQVIE... 10/9/2015 Show All Details 1 Aide All Details Details lide Line 11.2 Property Maintenance Rank • Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Price Price Price Unit Quantity Amount Amount' Total 430 Month 12 5,160.00 Active , Quotes, Attributes ., Attribute No results found. Group Target Value Quote Value Attachments Title " Type Description Category Last Updated Usage Update Delete r No results found. p Hide 11.3'Communications Warehouse 3 179 Month 12 2,148,00 I Attributes Attribute No results found. Group arget Value Quote Value Attachments Title Type Description Category Last Updated Update Delete No results found. `Usage Return to Analyze by Quote (RFC) 208188,61 Actions Online Discussions Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (a) 200, Oracle. All rights reserved, http://iniapl,riverside.cmgov.net:8003/0A HTML/0A jsp?OAPunc PONRBSENQVIE,.. 10/9/2015 Sourcing Navigator Favorites RequisitlonsIONegotlation PZnteillgencel Negotiations '> Simple Search > . RFQ: 198187,1 > Quote: 1084157 (RFQ 198157,1) Title Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Title Invitation for ,Bid for Custodial Services 0 seconds Sealed USD Pardo, Raymond Active Attachments No results Pound. Requirements Show _AlI Details Details Section General R. . uirements j Hide Requirement Legal. Name of Firm: T rye Description Entity Type: Partnership, Sole Proprietorship, Corporation,, etc. Home Logout Preferences Help Analyze by Quote (RFQ 198157,1) > Actions Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status 30-Dec-2O0.9 '12:00:00 Price Only United Services, Inc. MIAMI 1002217 Included Category Last Updated Year Established: Office Location: Ci of Miami Miami -Dade County, or Other Occupational License Number: Occupational License Issuing Agency: Occupational: License E ion 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 Cit ? Yes or NN J Usage Maximum Score Target Value Quote Value United Services, Inc, Corporation 1,990 City of Miami 604099-2 Miami -Dade County 30-Sep-2'010 Yes Yes Update Delete Maximum Score WV:ill/nap 1 xiverside. angov,net ; 8 003/0A_HTMLADAj sp70AFunc=PONRESENQ_VIE... 10/9/2015 In the event your answer to question above is yes, how many new positiOns would you create to perform this work? , Please llst 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. s' Will Subcontractor be used? Yes or No Provide name; telephone and facsimile number of emergency contact for.twenty-foUr (24) hour, seven (7) days weekcorninurlicatiori, Have you attached to your bid submittal the required three (3) letters of reference, an company letterhead, for prooperties being seri/Iced at this time by bidder Or withlin the past three (3) years? Yes or No. Name and contact information for supervisory personnel: Approx. 6 5 Cleaners © $7.25 1 Supervisor © $825 No Aifredo Dominguez 305- 360-6004 Phone To be sent via Facsimile Alfredo Dominguez 305- 360-6004 Total Contract Terms Variables Details Section No variables found, Deliverables Clause Variable Description Value Indicates deliverable is overdue > Indicates responsible party failed to perform the deliverable Deliverable Name Due Date Status Alert No deliverables found. 1 Lines evTIP All prices are in USD. Quote Total (USD) 173,050.84 Show Ali Dstalls H lie All Details „--, - Detail's Line Rank Start Price Target Price Quote Price Unit . EsUmatad quantity Target Minimum Release Amoun Quote Minimum Release Amount Line Total Active quotes 8 Ei Hide 1 Custodial Services at the Miami Police Department College of Police Training 1 7,162.94 Month 12 85,955.28 http://imapl.riverside.cmgov.net:8003/0A_HTML/0Ajsp?0AFunc=PONRESENQVIE... 10/9/2015 Center, 350 NW2 Avenue, Miami, FL Attachments. Title . Type Description Category Last Updated Usage Update Delete No results found.. w Hide 2 Manuel Artime . Community Center, '900 & 970 SW lst Street, Miami, FL 68,417.80 8 Attachments Title M e Descri tion Cate o Last U dated Usage Update Delete No results found. EA Hide 2.1 Custodial Services at the Manuel Artime 1 4,446.15 Month 12 53,353.80 Attachments Title Type. Description Cateeory Last U dated Us a a Update Delete No results found. abide 2.2 Custodial Services at the Manuel Artime Community Center - Cleaning services on an as - requested basis EAttachments- 200 15,064.00 8 Title Ty► a Description W Cate o Last jted Usage Update Delete. No results found. ( Hid 13 Custodial 64.02IMonthj 12 768.240, htEp;//imapl,riverside.crngov. aet;.8003/0A HTXb1L/OA.jsp?O.AFunc=PONRESENQ_VTE... 10/9/2015 Services at the South Code 8nforcement Office located at the Manuel Artiime Community Center, 970 SW 1 St, Suite 492, Miami 'FL Attachments ^ ... Title Type Description _ _, Category Last Updated Usage Update Delete No results, found. Hide 4 Custodial Services at Mramarina at Bayside, 401 Biscayne Boulevard, Miami FL 1,492.46 rAttachrnents Month 12 17,909.52 Title Tye Description Category Last Updated Usage Update. Delete No results found. Return to Anplyze by 00 to (RFQ 198157,1,1 Actions Online Discussions Requisitions .Negotiations intelligence Horne Logout Preferences Help Privacy Statement Copyright (c) zoos; oracle, All rights resorvect, hitp://irnap l .raverside,erngov,net:8003/0:A HTML/O.A. jsp?0AFtinc=PONRESENQWVIE... 10/9/2015 ANNIE PEREZ, CPPO Chief.Procur'ement Ofkloor ADDENDUM NO. 4 Request for Proposals (R iP) No. 508383, Janitorial Services TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and deletions amend the RIP documents of the above captioned RIP, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. DANIEL J, ALFONSOO • City Manager October 14,, 2015 A. The deadline to complete site visits has been extended to Wednesday October 21, 2015. Please refer to Section 2.4, Pre -Proposal Conference/Site Visit,for the contact information to arrange dates and times for visits. B. Section 2.20, Performance Bond, shall be deleted in its entirety and replaced with the below to address the amount of bond required: Within ten (10) working days following notice of award by the City. the selected Proposer shall furnish to the City of Miami, a Performance Bond in the total amount :of the annual cost to the City for the period of the contract (to be determined at the time of award). The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami: a bond written by a surety company authorized to do business in the State of Florida and shall comply with State 'Statute 287,0935: or an. Irrevocable Letter of Credit. If the latter is chosen, it must be written on a bank located in Miami -Dade County, be in the amountof the annual contractvalue1 and should clearly and expressly state that it cannot be revoked until express written app oval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the selected Proposer. C. Section 5.1, Evaluation Criteria shall be deleted in its entirety and replace with .the following to include the following language on Local Office: Technical Criteria Points 1. Proposer's relevant experience, qualifications, and past performance. 40 2. Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this project, and 10 experience and qualifications of subcontractors. 3, Proposer's approach to providing the services, requested in this Solicitation. 30' Points Price Criteria 4. Proposer's proposed price 20 Page 1 Local Office Points 5. (Local office, as defined in Section, 18-73 of the City of Miami Procurement Code) 5 Note: Pursuant to. City Code. Section 18-86, the solicitation includes a five percent (5%): evaluation criteria in favor of proposers who maintain a local office as defined in Section 18-73. Price Evaluation The price proposal will be evaluated subjectively in combination with the technical proposal, including an evaluation of how well it matches Proposer's understanding of the City's needs described in this Solicitation, the Proposer's assumptions, and the value of the proposed services. The pricing evaluation is used as part of the evaluation process to determine the highest ranked Proposer. The City reserves the right to negotiate the final terms, conditions and pricing of the contract as may be in the best interest of the City. D. The following are the City of Miami's (City's) responses to questions received from prospective proposers: Q1. Is a bid bond required? Al. No, .a bid bond is not required, Q2. Can the City provide a schedule of events where additional supplies may be required as indicated on page 47, Note 2? A2. The City does not have a current schedule of events. Please refer to Section 3, Specifications/Scope of Work (3), ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. AP/pb Cc; UP Pile Page 2 Sincerel erez, CPPO irector/Chief Procurement Officer ANNIE PEREZ, CP?O Chief Procurement Officer ADDENDUM NO, 5 DANIEL J. ALFONSO City Manager October 19, 2015 Request For Proposals (RFP) No. 508383, Janitorial Services TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and deletions amend the RFP documents of the above captioned RFP, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The following are the City of Miami's (City's) responses to questions received from prospective proposers:. Q1. Please provide the square footage of each building? Al . This was addressed in Addendum No 2. Q2. What is the current billing rate per location? A2. This was addressed in Addendum No 2. Q3. How many employees work per location? A3. This information is not readily available. Q4. Who is the evaluation committee composed of? A4. The evaluation committee has not yet been formed. The committee will be comprised of two City employees and three external representatives with the skill sets required. Q5. What is the 2016. budget for this? A5. The City has not set budget yet. Q6. Will there be price adjustments due to the increases in Florida minimum wage? A6. Refer to Section 2.8, Equitable Adjustment.. ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. 1,. AP/pb Cc: RFP File Page 1 A , nte. ' erez, CPPO irector/Chief Procurement'• c er ANNIE PEREZ, CPO Chief Procurement Officer ADDENDUM NO.6 DANIEL J, ALFONSO city Manager October 20, 2015 Reauestt For Proposais (RFP) No. 508383, Janitorial Services TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and deletions amend the ltFP documents of the above captioned RFP, and shall become an integral part of the Contract Documents, Words and/or figures stricken through shall be deleted. Underscored words and/or• figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. A. H. This addendum is being sent to correct Addendum No. 5 in the iSupplier System. The following are the City of Miami's (City's) responses to questions received from prospective proposers: Q1. Please provide the square footage of each building? A i . This was addressed in Addendum No 2. Q2. What is the current billing rate per location? A2. This was, addressed in Addendum No 2. Q3. How many employees work per location? A3. This information is not readily available. Q4. Who is the evaluation committee composed of? A4. The evaluation committee has not yet been formed. The committee will be comprised of two City employees and three external representatives with the skill sets required. Q5. 'What is the 2016 budget for this? A5. The City has not set a budget yet. Q6. Will there be price adjustments due to the increases in Florida minimum wage? A6. Refer to Section 2.8, Equitable Adjustment. ALL OTHER TERIVIS AND CONDITIONS OF THE REP REMAIN THE SAME. AP/Pb Cc; RFP File Page 1 nie Perez, PPO irector/Chief Procurement Offic r• ANNIE PEREZ, CPPO Chfe# Proourement Officer ADDENDUM NO, 7 Request For Proposals (RFP) No; 508383:, Janitorial Services TO: ALL PROSPECTIVE PROPOSERS: OANIEL J. ALFONSO City Manager October 23, 2015 The following changes, additions, clarifications, and deletionsamend. the RFP documents of the above captioned RFP, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now In effect and remain unchanged. Please note the contents herein and reflect sameon the documentsyou have on hand. A. The due date for thissolicitation has been extended to Wednesday, October 28, 2015, 3:OOPM. B. The folloWing locations are being deleted .in its entirety: 1) The NET Downtown office located at 900 South Miami Ave, Ste #183, Miami, FL has been deleted in its entirety from Group 3 — NET as listed on Exhibit 1, Groups and Service Locations. 2) In Group 5. — Police, of Exhibit 1, Groups and Service Locations, the listing Fleet Trailer has been deleted in its entirety. C. The following location Is being corrected: 1) The address for Legion Park listed in Group 4 — Parks on Exhibit 1, Groups and Service Locations, has been corrected to reflect 6447 NE 7th Ave,, Miami, FL 33138. D. The Law Enforcement Officer's Memorial High School listed in Group 5 — Police, of Exhibit 1., Groups and Service Locations refers to only the common public areas of the location. ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. AP/pb Cc: RFP File Page 1 A le Perez, CPPO irector/Chief Procurement Officer ANNIE PEREZ,'CPPO Chief Procurement Officer ADDENDUM NO.8 Request For Proposals (RFP) No. 508383, Janitorial Services TO: ALL PROSPECTIVE PROPOSERS:. DANIEL J. ALFONSO City Manager October 26, 2015 The following changes, additions, clarifications, and deletions amend the RFP documents of the above captioned RFP, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining. provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand, A. The clue date for this solicitation has been extended to Mondavi November 2, 2015, 3:00PM. B. The Price Schedule Form B-1 has been deleted in its entirety and replaced with a revised Price Schedule to add the Southside Park location. ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME, AP/pb Cc: RFP File Page I Sincerely, e Perez, CPPO Director/Chief Procurement Officer OPERATIONAL PLAN Janitorial Services for City of Miami RFP No. 508383 Prepared by Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — the first time and every time" October 23, 2015 1 Mission Statement "Rosario Cleaning Services is committed to delivering the exact services our customers want, listening closely to their expectations, taking a pro- active approach in defining their needs, and building the best partnering relationship possible. We are also committed to acting with honesty and integrity at all times in all aspects of our business, to being professional in doing our job, and to delivering a consistent, high levelquality of work" 2 Contents 1. Introduction 2. Company overview 3. Company organizational chart 4. Broad principles used to develop the janitorial cleaning plan 5. Objectives of the janitorial cleaning plan 6. Goals 7. Tasks 8. Management duties 9. Staff 10. Operational cleaning manual 11. Conclusion 3 Janitorial Services Operational Plan 1. Introduction The cleanliness of any city's environment is important to maintain for many reasons. There can be many ways in which we can keep The City of Miami clean, on a daily basis. In this Janitorial Operational Plan we will illustrate our objectives, goals, and key factors in making our mission a success. Listed are a few reasons why The City of Miami should stay clean I TO PROMOTE TOURISM Tourists are only attracted. to those cities which are beautifully carved and are rich in historical architecture. If we keep the city dirty, with heaps of the garbage all around, this will give a bad impact of the city's culture and lifestyle thus creating tourist to not want to visit the City of Miami. FOR BETTER HEALTH OF PEOPLE We all know that following a good hygiene regimen, will help us stay healthy and fit and thus provide us with a longer life. Heaps of garbage and waste will give rise to insects, mosquitoes and flies, which in turn will lead to diseases (i.e., chicken pox, jaundice, malaria. etc.) which are caused by unhygienic conditions. Thus, we should prevent the accumulation of waste and keep The City of Miami clean, which in turn will prevent diseases from spreading and will help keep the community staying healthy and fit. FOR PRESERVING THE ENVIRONMENT Throwing waste products such as plastic cans, wrappers and many more things in the parks, gardens, and other public places can degrade the environment. These plastics do not decompose and will lead to degradation of the soil, and thus our environment. Thus, we should collect waste products that are thrown on the ground and dispose of them appropriately. This will help save and preserve our environment. I FOR FUTURE GENERATIONS Our society along with younger generations, have the availability of having anything and everything readily available. If we keep using up these resources, in such large quantities, we run the risk of destroying natural reserves, natural landscapes, historical structures, etc. Thus, our future generations will never have exposure nor knowledge of our history and culture, which will lead to them being devoid of our natural scenery. We should keep The City of Miami clean and continue to follow the recycling policies, so that our future generations can benefit and have access to all of the beauty throughout the city. 5 IMPARTS GOOD QUALITIESAMOUNG THE COMMUNITY If we keep The City of Miami clean, it will impart a civic sense of community, which will assist in creating proactive, confident citizens. It will teach them to keep The City of Miami surroundings clean and they may think twice about throwing debris on the ground. MORE SPACE WILL BE AVAILABLE We all know that heaps of garbage and waste products accumulated on the roadside, occupies a lot of space and thus prevents people from utilizing that space constructively. These open spaces that are not utilized properly or used for any fruitful work, in turn becomes wasteland. These unkempt spaces have the potential to be used for parking, construction, and future businesses, which in turn grows the community. We want The City of Miami to have more space for parking, wider and clean roads which leads to the advantages of more availability of space for the community. This is one of the many reasons why we should keep The City of Miami clean. 2. Company overview Our company was established on November 11, 2006 by Carlos Rosario (sole owner) and family. Our company is a Small Business Enterprise and a Minority Business that has maintained itself in the competitive janitorial business because of quality customer service, compliance, and trust. Most of our employees speak English and Spanish fluently. Our services include complete janitorial services, shopping centers and offices, to include: street power sweeping, pressure cleaning, window cleaning, bulk trash pick-up, porter services and carpet care. We are also capable of performing some maintenance work such as removing and installing signage (example: stop signs), installing car stops, removal of graffiti, changing of locks, changing of lights and fixtures, etc. THIS SPACE IS INTENTIONALLY LEFT BLANK 3. Companyorganizational chart The point of contact will be The Account Services Director. He/she will have the ability to make decisions accordingly and will be available 24 hours/365 days. Once contract is granted, we will provide a detailed contact sheet. President Account Services Director Finance Operational Manager Field Supery sors (as needed) Staff (as needed) 4. The broad principles used to develop the janitorial cleaning plan are: • The understanding of the performance issues of the janitorial services as detailed in RFP No. 508383. • The development of specific objectives to enable the janitorial services to meet The City of Miami standards. • The development of a performance management framework to ensure implementation. • The development of a monitoring process to evaluate daily performance. 5. Objectives of the janitorial cleaning plan • To ensure that Management and Supervisors meet and maintain the requirements of The City of Miami standards for cleanliness as detailed in RFP No. 508383. • To proactively respond to challenges set by a more informed and involved project manager, with high expectations of cleanliness in The City of Miami. • To assist in the trust of creating the right environment for staff to perform at above average levels through effective leadership. 6 • To ensure that the scope of duties is secured and retains the manpower required to meet the demands as detailed in RFP No. 508383. • To maintain an open line of communication between The City of Miami and our management team. This will help in resolving any concerns that may arise. 6. Goals • To acquire and maintain a working relationship with The City of Miami. • To be recognized all throughout for providing focused service. • To enhance the reputation of trust, both locally and nationally. • To maintain and continue developing a well trained, flexible and motivated workforce that is capable of delivering excellent service. 7. Tasks • Our company will abide by all the requirements illustrated in RFP No. 508383, to include cleanliness of each facility as detailed in pages 48 and 52 of The RFP No. 508383. • Our company will adhere to the daily, weekly, monthly, quarterly and semi-annual duties as well as the beginning of contract and yearly duties, as detailed in The RFP No. 508383. • Our company will also abide by each of the maintenance requirements detailed throughout The RFP No. 508383. • Our company will instruct field supervisors to inspect sites to ensure cleanliness of each site and report any concerns to The Operational Manager. If concern cannot be corrected, The Operational Manager will contact The Account Services Director and inform him/her of the situation. 8. Management Duties • Our management will maintain an open line of communication with The City of Miami, 24 hours/ 365 days a year. • If any concerns arise, The Account Service Director will notify The City of Miami Project Manager and inform him/her of the concern(s), in a detailed report. • Our management will ensure that each duty is covered as detailed in The RFP No. 508383. • Our management will ensure that each staff member will receive adequate respect in an environment that is clean, safe and welcoming. • Our management will promote strong, leadership with clear authority within each level, and "acting on" staff feedback. • Our management will provide the appropriate level of resources to our staff, which in turn means delivering and maintaining above average cleanliness standards. • Our management will provide best value reviews and benchmarking, to ensure effective and efficient methods are being used, and that sufficient staff is always available. • Our management will provide adequate and modern equipment to our staff to ensure the best achievable service. 9. Staff (WE WILL EMPLOY 10-15 % DISABLED VERTARANS, SURPASING PILOT PROGRAM PERCENTAGE) • Our staff is required to pass a national level 2 background check prior to employment. We also use The Everify System for new hires. • Our staff will wear uniforms during working hours, to include an identification card with his/her name and company name. Uniforms include the company logo in the front shirt area and the company logo on the back along with our company phone number. Our staff will also wear reflective vests while working on outside grounds. • Our staff will be required to sign a non -disclosure and non -compete form for the duration of the contract with The City of Miami. • Once selected for the job, our staff will be required to establish a cleanliness culture amongst each other. • Staff will be recognized for the importance of the work they do. Our company will make sure they feel part of the team. • Specific roles and responsibilities for cleaning will be made clear to each staff member. • Cleaning routines will be clear, agreed upon and well -publicized to avoid confusion. • All staff will receive training for each respective duty. 8 10. 0perational cleaning manual The clarity of cleanliness standards is of paramount importance. It is essential that the staff have a clear understanding of the standards and task requirements to ensure they are working towards and assessing the same cleanliness outcomes. The standards are to be realistic and achievable and the janitorial staff must be able to carry out their jobs safely. 11. Conclusion The City of Miami is a beautiful city to enjoy! The implementation of specific standards for cleanliness is a key factor in obtaining above average results. Rosario Cleaning Services has the desire and ability in maintaining such results, as illustrated in the Janitorial Services Operational Plan. THIS SPACE IS INTENTIONALLY LEFT BLANK 9 QUALIFICATIONS AND EXPERIENCE Janitorial Services for City of Miami RFP No. 508383 Prepared by Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — the first time and every time" 1 October 23, 2015 Contents 1. Qualifications 2. Work plan 3. Experience 2 THIS SPACE IS INTENTIONALLY LEFT BLANK Janitorial Services Qualifications, Work Plan and Experience As noted in the Detailed Requirements under the General definitions of Scope of Services of the RFP No. 508383, we will furnish all labor, supplies, equipment, tools, service and supervision necessary to perform and maintain the work conducive with a neat, clean and orderly condition. Below we will illustrate our company's ability to effectively abide by the requirements of the RFP No. 508383 and how we will follow our operational plan. 1. Qualifications We will perform at a level which leads to optimal satisfaction. Our qualifications will be self observed from the initial to the fulfillment date of the contract. Our company slogan states, "Every job is completed to our client's satisfaction —the first time and every time". This illustrates our determination in satisfying the scope of services rendered. The following are qualifications that we consider necessary in making our services beyond excellent, which include actual physical tasks and interpersonal skills. • Highly skilled in vacuuming, sweeping, mopping, scrubbing, window cleaning, carpet stain removal and applying finishes on different flooring materials and stairs. • Proven record of cleaning and sanitizing washrooms, showers and locker rooms. • Able to clean all fixtures and furniture safely. • Profound capability of maintaining janitor closets in a clean, organized and safe manner. • Demonstrated ability of maintaining janitorial equipment in a clean, safe and operable condition. • In-depth knowledge of modern cleaning equipment and chemicals • Adept at using chemicals in a safe manner. • Able to operate janitorial equipment properly and safely. • Comprehensive knowledge of restocking supplies in bathrooms, break rooms, and common areas. • Substantial knowledge of dusting and cleaning office desks and furniture that are not cluttered. • Ability to understand that energy conservation and recycling is an important tasks that cannot be overlooked. • Ability in providing staff that has will national background checks; staff that is loyal and honest. • Well versed in inspecting premise and building. • Track record of finishing assigned tasks effectively within limited time. 3 • Ability to look professional wearing company uniform, well groomed and well versed. • Excellent communication and interpersonal skills. • Ability to prioritize and perform multiple tasks simultaneously. • Outstanding customer service skills. • Ability to work effectively individually and with a team. • Ability to follow oral and written instructions. • Ability to maintain confidentiality. 2. Work Plan In order to effectively cover the scope of services and meet the goals and requirements as illustrated in The RFP No. 508383, we will execute an effective work plan using the following methods: • Follow the operational plan as attached in The RFP. • Assign staff appropriately to each task, not overwhelming staff with tasks, which can result in ineffective performance. • Continue innovation and training for staff and management. • Providing adequate supervision for staff to ensure effective results. • Accepting and implementing feedback from staff. • Effectively communicating with The City of Miami contract managers. 3. Experience Our company currently has several contracts as illustrated in addendum marked as Proposer's Contracts in Progress (attached to RFP). These contracts in progress consist of same and other tasks as requested in this RFP. Our company overview is detailed in our Operational Plan (attached to RFP). Our capabilities in performing tasks for this RFP are excellent, because we have adequate staffing and resources to meet requirements. As a company, we continue to grow structurally and operationally. We encourage our management and staff to attend seminars and training to enhance janitorial knowledge. RESOURCES AND AVAILABILITY Janitorial Services for City of Miami RFP No. 508383 Prepared by CLEANING SERVICES Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — thefirst time and every time", October 23, 2015 Contents 1. Management plan- 2. Staffing configuration 3. Safety protocol 4. Available equipment 5. Available services THIS SPACE IS INTENTIONALLY LEFT BLANK 2 Janitorial Services Resources and Availability 1. Management plan Our intent is to provide the immediate availability of our management's experience and our companies' resources in, order to make our operational plan successful. To assist in the delivery of consistent, high -quality cleaning services,we offer the following: • Regular inspection visits by the Company's President, Account Services Director, or Operations Manager to assure that the program is functioning to your satisfaction on contract specifications. • Providing experienced staff for the day-to-day operations. The area supervisors will have an excellent background and be qualified to train new staff. • Providing a fast resolution to any concerns that may arise. Making our staff available 24 hours / 365 days a year. • Maintain high quality service standards to include: providing a safe environment, providing great service attitude, having stewardship, having ease of service and be efficient. • Protect The City of Miami assets. Understanding that neglect is a liability not just "a job not done". • Making our staff responsible by implementing lean practices, training programs, company auditing and creating benchmarks and tracking performances. • The Management has the ultimate responsibility and accountability in making the operational plan successful. THIS SPACE IS INTENTIONALLY LEFT BLANK 3 2. Staffing Configuration Our company will maintain an appropriate staffing plan that is consistent with the cleaning specifications as detailed in The RFP No. 508383. We are a family owned business. We value our,yvork at hand and conduct our own checks and balances. Our upper management consists of The President and The Account Services Director, Father and Son. Having this trust within upper management allows for a clear understanding of the scope of duties as defined in the operational plan. Below is a chart illustrating our staff configuration. Keep in mind that the number of staff members can increase as needed. The point of contact for contract term will be The Account Services Director. He/she will have the ability to make decisions accordingly and will be available 24 hours/365 days. Once contract is granted, we will provide a detailed contact sheet. President Account Services Director Finance Operational Manager (See attached) Field Supervisors (See attached) Staff (See attached) THIS SPACE IS INTENTIONALLY LEFT BLANK 4 3. Safety Protocol We will follow and comply with all provisions for safety standards as detailed in The RFP No. 508383, to include Job Site Safety and Occupational Health and Safety. Clear, consistent communication regarding safety is crucial if accidents and injuries are to be reduced and hopefully avoided. It is only human nature for a person to forget or cut corners if there is no one there to monitor them. Vigilance requires ongoing surveillance to make sure that everyone is on the same page. Although all the benefits are not obvious in day-to-day operations, good communication in the workplace that is two way (speaking AND listening) can reduce injuries, improve morale and actually improve productivity in many cases. Our company will provide training of personnel in the hazards, use, maintenance and disposal of cleaning chemicals, dispensing equipment and packaging. The following points are how we will keep a SAFE ENVIRONMENT: • Providing on -going training. We will provide monthly meetings in accordance with the annual training plan. • Maintain facilities secure. We will follow lock/unlock schedule and do not grant unauthorized access to secure locations. • Review building emergency evacuation plan. Our supervisors and staff will review emergency evacuation plan for each building semi-annually. • Work safely. We will keep a clean and organized work maintenance rooms, use recommended PPE, use wet floor signs, etc. • Report problems that affect safety and security. We will take the appropriate action; report safety and security maintenance problems; contact City of Miami personnel appropriately to resolve the concern. We will instruct our staff to immediately notify our management of any unforeseen injury which occurs during working hours. We will deal with each on -duty injury accordingly as per our worker's compensation guidelines. THIS SPACE IS INTENTIONALLY LEFT BLANK 5 4. Available equipment Cleaning is an important part of every business, and with quality cleaning supplies your facility can look its best at all times. From the latest cleaning solutions and janitorial equipment to floor and furniture care products, we use commercial janitorial supplies and cleaning products to help keep our locations clean, polished, and germ -free. Below is a list of equipment we use. Vehicles: We use pickup trucks to help facilitate our daily tasks. This makes it easier for load/unload trash and equipment. Our vehicles are clearly marked with company logo for visibility and security. Mops and pads: We use and highly recommend the Starfiber StarMop Pro Mops and Starfiber Mop Pads. Microfiber is the purest clean you can get. Brooms: The best brooms we have found are the Libman Professional or Wide Angled Brooms. Vacuums: The Shark Rotator Professional NV400 model is a good choice for Cleaning Services. It has Anti -Allergen Complete Seal Technology. Toilet brushes: The Libman Angled Toilet Bowl Brush is the best we have found. It does a fantastic job of getting the grime from under the rim. Cleaning caddy's: Our cleaning caddies are large enough to hold all your cleaning supplies. Cleaning cloths: We use the microfiber cleaning cloths. Window cleaning: The best product for window cleaning is Sudsy Ammonia. We use the microfiber cloths to clean the windows and the white cotton cloths to dry. Mold: To get rid of mold, we use the mix of a little of Tea Tree Essential Oil in a spray bottle with water and spray on the area, let sit for 30 minutes and rinse. Crayon Marks: We have found that the best way of getting scuff marks, etc. off of walls and doors, the Mr.Clean Magic Eraser is great. Carpet care: In order to protect the life of the carpet and maintain a clean and pleasant appearance, we will follow the frequency of carpet care as illustrated in The RFP No. 508383. Proper and consistent carpet maintenance extends the life of the carpet, promotes a healthy indoor environment, and protects the aesthetic appeal of the building. 6 Regular dry soil removal — The majority of soil in carpet is dry and should be removed with a quality vacuum cleaner. High traffic areas should be vacuumed daily while light traffic areas may only need to be vacuumed 1-2 times per week. Walk -off mats placed at the entrances of buildings trap soil at the door, reducing the amount that gets tracked onto the carpet. Interim cleanings — In addition to dry soils, carpets also accumulate greasy, oily soils that require periodic cleaning to remove. Interim maintenance methods for commercial carpet include:, • Encapsulation • Absorbent pad (bonnet pad) • Dry foam Routine deep cleanings— While interim carpet cleanings can help maintain a high level of appearance on commercial carpeting, deep cleanings must still be performed to remove deep imbedded soiling. Deep cleaning methods for commercial carpeting include: • Hot water extraction • Shampoo 5. Available Services Besides offering full janitorial services, our company offers quality pressure cleaning, street power sweeping, parking lot cleaning, bulk trash pickup, bollard installation, removal and installation of signage (stop signs, etc) and replacing car stops. THIS SPACE IS INTENTIONALLY LEFT BLANK PROPOSED METHODOLOGY - PROCEDURES - NEW HIRES STAFFING Janitorial Services for City of Miami RFP No. 508383 Prepared by CLEAN'INtGtt. SERV.r.c'ES Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — the first time and every time" OUR COMMITMENT WILL BE TO HAVE 15% OF OUR WORKFORCE AS DISABLED VERTERANS October 23, 2015 1 Gray, Tahlia zca From: Rosario Cleaning Services <rosariocleaningservicesl @gmail.com> Sent: Monday, November 16, 2015 11:48 AM To: Gray, Tahlia Subject: Re: RFP 508383 - Janitorial - Request for Additional Information Mrs. Gray, I understand the Supervisors requirement at each facility. There are 53 listed facilities. That means 53 Supervisors. If we obtain this contract, we were planning on hiring Disabled Veterans along with other personnel to accommodate these requirements. These are positions that we would fill keeping in mind The City of Miami's Pilot Program regarding Disabled Veterans. As we mentioned in our RFP, if we obtain the contract or portions of the contract, our goal is to employ Disabled Veterans for a good portion of our workforce. If given the opportunity, we have a plan as shown in our RFP to satisfy the scope of duties as detailed in The RFP. We just want to see if we receive any portion of the contract to move forward in hiring and developing new positions, to include satisfying The City of Miami's Disabled Veterans Pilot Program. Regards, Mr. Rosario On Mon, Nov 16, 2015 at 11:14 AM, Gray, Tahlia < gray cJmiamigov.corn> wrote: „ Good morning, Please see attached letter. Please complete and return as advised in the attachment. Thank you. Tahlia R Gray, MBA Senior. P.rocurenient Contracting Officer City of Miami Procurement Department • 444 SW 2 A.ve, 6th FL 1 Miami, FL 33130 W: 305. 416-1912 8: 305 400-5019 tgray(Zi rnialnigov.conl Website: http://www.miami.gov.com/procurement/ ,'ii g, Enhancing, and Traiislbrl:ning our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. if you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. Carlos Rosario President Rosario Cleaning Services Direct Phone 24 Hours' 786-262-0805 Fax Email' info©rosariocleaningservicesl.com www.rosariocleaningservicesl.com "Every job is completed to our client's satisfaction - the first time and every time" 2 Contents 1. Methodology 2. Procedures a. Cleaning and waste collection b. Cleaning products control, safety and storage c. Maintenance of equipment d. Disposal of waste e. Effective communication with management and staff f. New Hires g. Drug -Free Workplace h. Key Control Procedures 3. New Hires a. Background Checks b. E-Verify c. Drug -Free Workplace 4. Staffing Coverage a. Group 1 b. Group 2 c. Group 3 d. Group 4 e. Group 5 f. Group6 THIS SPACE IS INTENTIONALLY LEFT BLANK Proposed Methodology - Procedures - Staffing 1. Methodology As part of our operational cleaning program, Rosario Cleaning Services will utilize the most appropriate equipment, sustainable cleaning products along with exceptional training to meet our janitorial duties and goals. Within these duties, we always keep in mind the health and safety of persons inside each location. We have implemented standard operating procedures that will be followed by each of our employees, to include: 1. Prevent debriss from gaining into each establishment. 2. Use microfiber materials to"avoid waste. 3. Using high filtration vacuums to aid indoor air quality. 4. Using concentrated products to avoid overstock of diluted chemicals. 5. Using long lasting cleaning products for floor care. 6. Continuing training for employees in the use of sustainable cleaning practices. 2. Procedures Rosario Cleaning Service will utilize SOPs for each task as required in the RFP 508383, to include: 1. Cleaning and waste collection. a. Overall cleaning b. Main lobbies, main entrances, corridors, and stairways c. Floors and carpets d. Restrooms e. Offices and other areas f. Loading dock areas g. Elevators h. Window cleaning i. Outside cleaning j. Drinking fountains k. Vending machines 2. Cleaning products control, safety and storage. 3. Maintenance of equipment. 4. Disposal of waste. a. Recycling by classification 3 5. Effective communication with management and staff. a. City of Miami project manager will have 24/7 access via cell phone and email to our Account Services Director. b. Rosario Cleaning Services will establish a protocol for communication flow, whereas each location Supervisor will notify our Account Services Director with any issues. We will pay close attention to any unfinished task, if any. c. At the end of every shift, the Account Services Director will receive a Daily Activity Report, which will be completed by each location Supervisor. The Account Services Director will review each Daily Activity Report and will notify City of Miami Project Manager of any concerns that may arise. d. Any Issue or concern by City of Miami Project Manager will be addressed immediately without any delay. 6. New Hires. a. Rosario Cleaning Services will conduct a level 2 background check for every employee working under RFP 508383. b. Rosario Cleaning Services uses the E-Verify system to verify the employment eligibility of all new hires. E-Verify is an Internet based system operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA). This system helps employers maintain a legal workforce, eliminates Social Security mismatch errors and improves the accuracy of wage and tax reporting. 7. Drug -Free Workplace. a. Rosario Cleaning Services has a commitment to provide a safe and productive work environment. Alcohol and drug abuse will not be tolerated. For these reasons, Rosario Cleaning Services is committed to the elimination of drug and/or alcohol use and abuse in the workplace in accordance with Florida State Statue 287.087. 8. Key Control Procedures. a. Rosario Cleaning Services understands the importance of safety and security of each facility serviced. Only assigned Supervisors will open and close each facility. There will be an assigned Key Log for each facility to maintain record. No key shall be duplicated or loaned to any person. This will result in immediate termination. Any lost key will be immediately reported to our Account Services Director, whom will immediately notify the City of Miami Project Manager. During and after every shift, each Supervisor will check facility exit doors and assure that they are secure and locked. 4 3. Staffing Rosario Cleaning Services will develop staffing schedules based on scope of work as defined in the RFP 508383. The following is the proposed staffing configuration for each location on a daily basis, Groups 1 thru Group 6. Group 1 (GSA) No. of Employees Number of Supervisors Mon Tues Wed Thurs Fri Sat Sun MRC Building 4 1 8 AM- 11PM 8 AM- 11PM 8 AM- 11PM 8 AM- 11PM 8 AM- 11PM X X GSA Administration 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Property Maintenance 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Communications Warehouse 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Group 2 (DREAM) No. of Employees Number of Supervisors Mon Tues Wed Thurs Fri Sat Sun Little Haiti Cultural Center 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Black Police Precinct & Museum 1 1 8 AM- S PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X )( Manuel Artime Community Center 1 1 8 AM- 5 PM 8 AM- S PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Dinner Key Marina 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Marina Stadium Marina 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X MIAMarina at Bayside 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X 5 Group 3 (NET) No. of Employees Number of Supervisors Mon Tues Wed Thurs Fri Sat Sun NET Upper East Side 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM )( X NET Little Haiti/ Edison/ Little River 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X NET Allapattah 1 1 8 AM- 5 PM 8 AM- 5PM 8 AM- 5PM 8 AM- 5PM 8 AM- 5PM X X NET Overtown (Shopping Center) 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X NET Flagami/ West Flagler 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X NET Coconut Grove 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X NET Little Havana (Rayos Del Sol) 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X NET Coral Way 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X Homeless Assistance Office 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X NET Downtown DELETED AS N/A N/A N/A N/A N/A N/A N/A N/A N/A PER ADDENDUM NO.7 NET Model City 1 1 8 AM- 5PM 8 AM- 5PM, 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X NET Wynwood 1 1 8 AM- 5PM 8 AM- 5PM. 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X NET Administration 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X THIS SPACE IS INTENTIONALLY LEFT BLANK Group 4 (PARKS) No. of Employees Number of Supervisors Mon Tues Wed Thurs Fri Sat Sun Parks Operation Trailers 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM x X Charles Hadley Park 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Gibson Park 1 1 8 AM- 5PM 8 AM- 5PM 8.-AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X West End Park 1 1 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM, X X Maceo Park 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X Moore Park 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X Legion Park 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X Jose Marti Park and Gym 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5PM. 8 AM- 5PM 8 AM- 5PM X X Virrick Park 1 1 8 AM- SPM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM )( X Grapeland Height Water Park 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Sandra Delucca Development Center 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM X X Southside Park 1 1 8 AM- 5PM 8 AM- 5PM 8 AM- 5 PM 8 AM- 5PM 8 AM- 5 PM X X THIS SPACE IS INTENTIONALLY LEFT BLANK 7 Group 5 (POLICE) No. of Employees Number of Supervisors Mon Tues. Wed Thurs Fri Sat Sun College of Police 5 1 8 AM- 9 PM 8 AM-. 9 PM ' 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM X X Administration Building 7 1 24 HOURS 24 HOURS 24 HOURS 24 HOURS 24 HOURS 24 HOURS 24 HOURS Law Enforcement Memorial High School 5 1 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM X X North Substation 3 1 8 AM- 9PM 8 AM- 9PM 8 AM- 9 PM 8 AM- 9PM 8 AM- 9 PM X X South Substation 3 1 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM X X Specialized Operation 3 1 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM x X Bomb Squad Mini 1 1 8 AM- 9PM 8 AM- 9PM 8 AM- 9 PM 8 AM- 9PM 8 AM- 9 PM x X Marine Patrol/ Miami Yacht 1 1 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM x X David Herring Center 1 1 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM X X • Auto Pound 1 1 8 AM- 9PM 8 AM- 9PM 8 AM- 9 PM 8 AM- 9PM 8 AM- 9 PM x • x Internal Affairs 1 1 8 AM- 9PM 8 AM- 9PM 8 AM- 9 PM 8 AM- 9PM 8 'AM- 9 PM X X Bicycle Detail 1 1 8 AM- 9PM 8 AM- 9PM 8 AM- 9 PM 8 AM- 9PM 8 AM- 9 PM x X Fleet Trailer DELETED AS N/A N/A N/A N/A N/A N/A N/A N/A N/A PER ADDENDUM NO. 7 Mounted Stables 1 1 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM 8 AM- 9 PM x X Coconut Substation 1 1 8 AM- 9PM 8 AM- 9PM 8 AM- 9 PM 8 AM- 9PM 8 AM- 9 PM X X 8 THIS SPACE IS INTENTIONALLY LEFT BLANK Group 6 (MISC. CITY DEPARTMENTS) No. of Employees Number of Supervisors Mon Tues Wed Thurs Fri Sat Sun Public Works Operations Trailers 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM x X Solid Waste, Solid Waste Building 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM x X Fire Training Center 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM x X Fire Headquarters (Garage and Warehouse) 2 1 24 HOURS 24 HOURS 24 HOURS 24 HOURS 24 HOURS 24 HOURS 24 HOURS Grants, Miami Office of Sustainable Initiatives / Greenlab 1 1 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM 8 AM- 5 PM x X THIS SPACE IS INTENTIONALLY LEFT BLANK 9 CHEMICALS AND EQUIPMENT Janitorial Services for City of Miami RFP No. 508383 Prepared by C;LEA,N;;ING,4<S4ERV'ICsE°S Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — the first time and every time" October 23, 2015 Contents 1. Core Chemicals 2. Janitorial Paper Products 3. Hand Soaps 4. Sustainable Equipment 5. Core Equipment 6. Window Cleaning Equipment THIS SPACE IS INTENTIONALLY LEFT BLANK 2 1. Core Chemicals. Rosario Cleaning Services uses the following cleaning chemicals in daily cleaning operations: a. Crew Bathroom Cleaner and Scale Remover b. Clean by Peroxy # 15 General Purpose Cleaner c. SparCreme, Deep Cleanser d. Lite'n Foamy Sunflower Fresh, Hand, Hair and Body Wash e. Spartan Green Solutions, Floor Seal and Finish 3 2. Janitorial Paper Products and Trash Bags a. Renown Green Seal -certified toilet tissue b. Renown Select Green Seal -certified embossed roll towels c. BioTuf Eco Trash Liners 3. Hand Soaps a. No antimicrobial agents (other than as preservatives) except where required by codes and other regulations b. Green Seal GS-41 for industrial and institutional hand cleaners c. Environmental Choice CCD-104 for hand cleaners and hand soap 4. Sustainable Equipment Rosario Cleaning Services will utilize state -of -the art equipment to ensure quality and timely work. All equipment will be high efficiency and will meet the requirements as per RFP 508383. 5. Core Equipment Rosario Cleaning Services will utilize the following equipment for its routine janitorial operations: 4 a. Trash Barrels, Rubbermaid b. Backpack Vacuum Cleaner, ProTea m SuperCoach c. Auto Scrubber, Tennant T3, ec- H20 d. Wet/Dry Vacuum, Renown REN08012-VP e. Low Speed Floor Buffer, Dawnchem High Speed Floor Buffer, Dawnchem 5 f. Carpet Spoter, Powr-Flite g. Window Cleaning, Quick Reach Water Fed Poles LICENSING DOCUMENTS Janitorial Services for City of Miami RFP No. 508383 Prepared by Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — the first time and every time" October 23, 2015 1 Contents 1. Micro/Small Business Certification 2. Electronic Articles of Incorporations 3. Florida Department of State - Division of Corporations Company Name Detail 4. Florida Department of State - Division of Corporations Fictitious Name Detail 5. Local Business Tax Receipt THIS SPACE IS INTENTIONALLY LEFT BLANK 2 :101,04W4Vf - 40A4:44,S4t.:4, C):&tabor 05, .205 Mr..Cartee;RoSe'rio 0A9LOS.Rp$Aiiigot_EANtiNto 1D/M/A FcSAF1O CLEANIN$ER.V.100 1042. Q ;SW 1..0tb$1 3I'310-000.0 ' DOM' Mr. ROtario: Internal Services Department Smalls Rosiness: Development rsiw StrOpt, 19th Floor Mfatnii Floticia68128 30&.4is41ii P 305,541 Approv4Polk 10151201.5 lyti.00/SBE Expiration Dete- 10/3:1/2018. IVIlarni-Dade County Small BusinesS Devel0PrilOilt ($$D), a division of the Internal Services Department (ISM has completed the review of your application and attachments submitted for certification. Your firm Is officially certified as a Miarril-Dade. County Micro/Small Business Enterprise (MICRO/SBE) in accordance with section 2-8.1.1.1 .1 of the code of Miami -Dade COuhty, This (MICRO/88E) certification is valid for three years provided that you submit a "Continuing. Eligibility Affidavit" on or before your anniversary date of (October OS) for thelirst and second .year of the three year period, The affidavit must indicate any changes or no changes in your firm pertinent ta your certification eligibility, The submittal of a "Continuing Eligibility Affidavit" annually with speCific supporting documents on or before your Anniversary Date is required to Maintain the three year certification. You will be notified of this responsibility In advance of the Anniversary Date,.railtireto cOrriply With the.said responsibilities may result in immediate action to decertifythe firm. If at any time tbr ig 0 rnaterial chango in:the firM including, but not !United. to, OWnerahlp, Offiperg, director, soOpe bf wor* baing 110rfOrrned, daily OPOratiOrlsi OffiliatiOn(s) with Other businesses or the physical locationof the firm, you must notifythis office in writing within (30) days, Notification should include supporting docurnention, You will receive timely instructions from this office es to how you should proceed, if necessary: This letter will be the only aoprovol notifitatiort issued for the duration of vtitir tri:rn*s three ver certificatlon, If the firm attains • graduation or becomes ineligible during the three year ceftifIcation period,you will be properly notified following an administrative process that your firm's certification has been removed pursUant to the code. Your company is certified iri the categories as listed below affording you the opportunity to bid and 00ftiOipOte on contracts:with Small Business Enterprise IlleSures, Please note that the categories listed are very general and are Used only to assist our customers in searching the directory for certified firms to meet contract goals. YOU can find the firm's up-tq-clete certification profile es well as all other certified firms on the Mimi Dada County Internal Services Department, Small Business Development Certified Firms' Directory at the website http://www.miernidade.govismailbusiness/certification-prograMS.88p. Thank you for your interest in doing business with Miami -Dade County, Sincerely, C audious Thompson, SBD Section Chief Small Business Development Division Mr,, Carlos Rosario CARLOS ROSARIO CLEANING SERVICSoprr, D/B/A ROSARIO CLEANING • SERVICE$ Cott W1607(1 OctobOr 05.; 2015 0A160001=P00i 'es6or him may wl pf,pp*pato em.tOntrgict.991y;Wat the4etwoor*) q.1e4ILPING.NINNVIANcp ANI,,REPAIR•SERVIOES NIORtils 9i 060, A.1114)00NtiAM141ciAN, sO3V,IciOS (forpF3pispE) g'iti30,1AfgrriziktAUOtiditiblAtttri:VieMkRbi 49g, I'vl004(04.g.OPk001.10g (MiPtuxasg) OBoq- mooapkooto 0149.1.bP';Aqi. 4 (NOT ThRWIOg:01-60.01b) MOROI* 6621.'..01..eANINattkVIOkerEAM ANtl FiREMCIFtt Nickdr*iei ( The undersigned incorporator for profit corporatior1, hereby adopt cle: The name of the corpor'ationis cARLOS ROS CLEANING SER The principal plate of business adess. 1044 TWIN LAKES DR CORAL SPRINGS, FL 33071 Article IY The mailing address of the corpora 1044 TWN LAKES DR CORAL SPRINGS, F.L. At isle III The purpose for which: s corporation is organized is: ANY AND ALL LAWS 1L BUS II 11ESS Article IV The number of shares the corporation is authorized. to issue is: 20.00 SHARES S ISSUED a .01 PAR VALUE A rtiele The name and Florida street address of the registered agent is: CARLOS ROSARIO 1044 TWIN LAKES DR CORAL. SPRINGS, FL, 33071 Aide VII e initialofficer(s) and/or director(s) of the corporation is/are: Title: P/D CARLOS 'ROSARS0 1044 TWIN LAKES DR, CORAL SP T0S, PL. 33071 Detail by Officer/Registered Agent Name Florida Profit.CorporatIon CARLOS ROSARIO CLEANING. SERV, CORP, Filinq information Document Number P06000144984 FRI/0114 Number 743iO4g20. Date Fled 11/17/2006 State:. FL Status. ACTIVE Principal Address, 1.04208W16ST CARLOSROSARI0400YAHOO.COM MIAMI, FL 33165 Changed: 03/05/2012 Mailing Address 10420SW 16ST CARLOSROSAR(0400YAHOO.COM MIAMI, FL 3310 Changed.: 03/05/2012 Registered Agent Name & Address ROSARIO, CARLOS 10420SW16ST CARLOSROSAR1040AHOO.COM MIAMI, FL 33165 Address Changed: 03/05/2012 Officer/Director Detail Name. & Address Title P/D ROSARIO, CARLOS 10420SW 16ST MIAMI, FL 33165 Annual Reports http://soarch.sunbiz.oreinquiry/Corporation.Search/SearchResultDetairinquirytype-Officet,.. 7/5/2015 Report Year •Filer! Otto 201 - (1/09i(2.0. •2.014 f /10/201A .2015 O1/IQ1 01S Document Images 01/10/201 .. ANNUAL REPORT 01/10/2014 ANNUAL REPORT' QJ/09/2013 -;;ANNUAL, REPORT t 0512012 — ANNUAL REPORT oval 12.i 12 ANNUAL:REPORT 02122/20/1 *ANNUAL.REPORT 01/07/2010 .R ANNUAL REPORT View image. in. PD.P'format View image in 1'5F format. . View image in Pr* fgrtt`iat View image in'. PPF fbrrtiat. Vie* image arr;PDF *root Vievii image RDA' format ANNUAL FEPORTF O5/01/20O8 - ANNUAL REPORT 08/20/200 '. -; ANNUAL REPORT rRT 11/17/2008 Domestic Profit VieW°imfi'ge.iri POP format View image in FOP format View 'image in Pi,P format. VieW'iiiiaga it PI5F f;tmat View image in PDF format c'oGvrieMC Q.and privacy Poiieteq 'State OP'Flofiday. oe'pwitiiiohe of State. http://sear.ch.surtbiz.o g/inquitw/Corporation:Search/SearchResu1tDetail?i.nqu rtype=Ofrfieer... 7/5/2015 •Hotno, • COntactUs ' E-F1 big ServIces Previous an List Next on List . )441.01 to Ust No Filing Watery Fictitious Name Detail Fictitious NaMO ROSARIO CLEANING SERVICES 1 Filing Information Registration Number Status Filed Date Expiration Date Current Owners County Total Pages Events Filed FEI/EJN Number ailing Address 10420SW 16ST MIAMI, FL 33165 G15000072618 ACTIVE 07/13/2015 12/31/2020 1 MULTIPLE .1 NONE NONE Owner Information • CARLOS ROSARIO CLEANING SERVICE CORP 10420SW 16ST MIAMI, FL 33165 • FEI/EIN Number: 74-3194920 Document Number: P06000144984 Document Images 07/13/2015 — Fictitious Name Filing previous on List Next on List turn to List No Filing History DocumentSs'arches Forrns .Help •• • • 'Fictitious Name 'Search !Fictitious Name Search I 1 g g I . • • • . I Horne I Contact us I Document Searches I E-Filinct Services I Forms 1Heln I Copyright C) and Privacy Policies State of Florida, Department of State http://www,sunbiz ogiscripts/ficidetexe?action=D ETR EGadocnurn=01600007201 88rdocnurnzei 5000072618 1/1 s tacui Busirye s ' in eoetpt oa couttrms payni r )ttiOr a aertiit0utiow;alth6 hnftla a as uaIrift ax�a»e i sngQv chme• ntio,010uiatury, } •i� fequr[anreats a� R `fir t No,:a tt thus..q� i ip dan atj a ( 7,Ay rr�: �'�t�usin�ss'�ax�*if k+ usi ess Haidatxmustoompl p+ `t0 the kilA '1 II gelii0k"iVtta� i ii f }tiirmatlan, ys1"�ww+nr[2emra�c�e'igv�fito(oa 4 INSURANCE DOCUMENTS Janitorial Services for City of Miami RFP No. 508383 Prepared by CL;EAN'IN,G,".,SE,RVIC.E,S Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — the first time and every time" October 23, 2015 1 Contents 1, BB&T insurance documents THIS SPACE IS INTENTIONALLY LEFT BLANK 2 Insurance documents 1. BB&T insurance documents The following packet contains an insurance proposal prepared by BB&T Insurance Services Inc., which meets the insurance requirements in RFP No. 508383. BB&T Insurance Services Inc. currently holds all of our insurance policies. The following person has been assigned to our company as our Insurance Agent; should there be any questions, please feel free to contact her directly. Sheila De Alba 9200 S. Dadeland Blvd, Suite 314 Miami, Florida 33156 Direct No. 305-779-7556 THIS SPACE IS INTENTIONALLY LEFT BLANK 3 CARLOS License # 0064544 igt$iii Insurance Services Inc. OSARIO CLEANING SERVICE • CORP. INSURANCE PROPOSAL MOM 26,, 205: BE38,17 insfarance Setvidies TABLE OF CONTENTS History of $88tT Insurance• Services Ctiont Santios Additional LiSe437 insurance Services: Products other ara$4. Products/Sem/toes Client Service 'Team SOhodule of Looations General Liability Workers'•CoMpenaatioll 1 Net Rate 00010ansOri Pretniurn SUmmary/PayMent 'terms PrbVider Sectitity:Standards COmpensation Statement 1 License # 0 64844 6 88.47. insuirente pervitealtio, HISTORY OF :Ry.t'''tT.• iNaORANCE :SERVICga 1113$,T Corporation is among...the top largest financial institutions in the Unitecl BOteS. and is at the forefront of: the consolidation that is taking place in the financial services and insurance iindustries. 1300•;1041x0.09P. Services, .subsiOury of 1300 Insurance 1110.,,, sells and services a broad spectrum of triSuranOe. products including "Commercial property and 'Casualty Personal Liries, Siirety,:. Life and Eitployee Benefit*, . „ . Even thet* consolidation In the .finanCtat services industry has recently recelvect:'ettention BB&T hasbeen involved in the insurance industry Since '1022; when theyPurehasd an insurence:•agency in Wilson, NC. Tod* BEAT Insurance Holdings is the 5th largest itisOrance broker in the u,:$, with 519.5 billion in premium volume, This 00watilatT InsuranceServices to partner with the liet9,..bedt insurance cOltpantes. in the world to: provide:a oomprehenstye prcigram otinsthencetbated . products and services . . . . . Wh On You. choose. BBAT Insurance Services, you Will be JoiningthouSaridebtOther:baSineeeeS throughout the country that have .medelhe decialortio select a national agency who focuses on building 16464ehji relationships with key 1001 sales professionals. We feel strongly that choosing a quality insurance agency like BI38it Insurance Services ta One of the key decisiOnse business will make,. Wa appreciate.yut interest and look forward to serying your insurance heeds; • With regard to certain client services mentioned herein and which may be provided by vendors or third party 'administrators outside of ii)a; 8134T fatily, otaase. be.' aware that certain states prohibit the .taterrat to; Or rendering Ot services with irioapendaht -vendors at a; rate deemed preferential to BB&T insured cbStoitterti The rate Oust bo mutually agreed. to betiveen the client and vettdor,, License # 0064.5.44 114/4:141.16 • 0..iti41."...lnettratioeServiOeS-lridi CLIENT SERVICES At Bt insurance. Services; . our lea is'ttf.'sectirec yotit ASSet0. 444 �tt YOOr fOttire, In;additionja.a comprehensive insurance program.,. we:alto provide.brirg tentlessta-bire dients At your and frorn tienetotirne,. wg.wH • obtain and review Mesa eurtelaf..pacA bf yatir instirgnOeopyorages; Provide:assistance in:the:resolution-Of your clairnt Purnish: information .ort paid claims.and Claims reserves;. Review your insiitanOe oatpanYia late control 'activities and work-vvith you and your insurance, company to eatablith a CoMpreheinSiVe lost centre' Plan. • Provide prerniumalleeatianfor egcli'Of Your departments, laCations and/or diVislons; Review leases, rental agreements• and. Other eon:Veda to. -determine their tristirarte reatilrementse0 that you MI know if your insurance programmeets theft, If itcloeS not, we will Wati<Wift(0.4 to addresS any Shartcbmings •• Review your payrolls and' salas at the end at sic months to determine if the estimate Used Oh the pcjiley premium remains accurate, • Monitor insurance Carnpanyagrvic.es (Loss Contra, Audithg,Ciaims, etc) • Verify audit colCulationsi dividend oaloulatioriSand eXperientemadificatiOria, Condu.ct- an annual review of Insurance values,. levels of coverage changes In: e*pbsities; etc, in yourinsUrene: prograra,. License # 0064844 ADDITIgNA4 BB&T INSURANCE.,SERviqs PR.opyeTs Liferand-Financial Planning Employee Benefits Personal insurance BridgeTrutt Title License # • Our life. Insurance prefesSierials providea Variety.'„ef product solutions including .term, whole, universal end variable insurance; longleOn care, es weli. as. retirement and estate-plannng options. Our neallttlpSurante professionals provide:various types of individual health/medical itieurandeCoVereg% We PreVideA CoMPreherielve range of.imnefit services and innovative soltitions to help tlilhilnieter a complete, customized benefit package. The cornerstone is our oniqUe darePluS offering, Willett is designed to improve care 'and wellness for employes While loWering„ Castelor erriPleyerk lt features fully or self,ins,ured employee benefits.prgrarosi two private e$Charigeloptioris and much more, Pereenal Line adVlsore Consult with clic*.understand their needs and create. insurance program* that offer adequate coverage And protection at very competitive rate*, We mentor Ife evens and other changes that cart result in gaps and overlaps in coverage and.rdOethitlehd adjustments as needed. Out residential and cOrtiniettiortitle experts can hanclie everything. from .simpte house. refinances to COrripiek cornmercial developments We offer a product to protect our Clients against losses Caused by unreported or undiscovered problems with the title to their' bOsihese property Or real estate. 02115 Edition , `1111dIMMIffies, BOO inSuranee 8etv14.00.1110.!, OTH,ER EMAT I 0:U: Ask ytt4), 606010 irk. ., ddtail* 'oil file tateividh:o B,anktrig Services Variety Pt PflePlOgaPPPlAr*-§illigs ACCountai di);„'Preditcard 'options, ATM servi000:: Commercial Lendlrtg Se,rvices, Inventery/Acebunta Receivable Firtandingt EgOlOrnerit Lending, Plant 5k4ti6ibrt/E3t*6$0AOeti.iisitieh et, Merchant Services Customized peiht-of-sale programs every major credit card., Multipla.data corornuriloatiOn options, Ed:611364RA leasing, ranterand purehase:plaria BB&T CapItal Markets EqPitYlesearprr, Investment Banking,. Trading, institutional Eales; BrOkerageiOornmeroial Banking, tridustry ispertise AsSet, 11/lanagairtent Offers a.fUll range of investment Strategies; including egOlty and flied ineCtrie iNesting„.derrieetink as well as, international Cash Managemeri cottwehensiva package Of everyday firtanoleflatts,-InforMatierfRepOrting, Oectrottid Tax Payments Check Consolidatien, 'Overnight irnfeettnents • :T Comthercial Fiance proVidreassietanea if.yourkusineseS cash flow does: not rrtatott your sales, you have, numerousSow accounts eSotelvablk youare payingt6dai fees to Obileet rtioney at it is.diffieult te Maintain. adativatier accounts•receivable Staff BEAT Investments Provides FoilService brokerage and OISCO.L.IFIt Brokerage' 6884-r Equipment.Pinance vehiote Fleet Leasing/Nlariagernent Seniless, Equipment Leasing and Financing, Corporate Leasing Mortgage FIxed.rate loahs, ShOrt-term balloon mortgagas, Adjustable rate rnertgages (ARMs), Federal Housing AdMinistration loani (FHA), Veterans Administration leans (VA), COnatruetiOn/Peirmarient loans With one-tlrne Cairrirnonity Home Ownership incentives Program (Affordable Housing loans), Guaranteed Rural Housing loaris,lew dawn payment programs, Minimum Ooeumentation programs Intematinrial Seoviosa Civislon Obountentary Letterset Credit, J�cUrnentary C011ections, Foreign Exchange, SPecialized Import/Export Finance, Foreign Wire TransferS Online Eianking • Avoilkie24 hOurs a day, seven days a week, Able to view account balanoes and transfer funds In real time 02(2015 Edition Lidense # 00645/4 Your Senficing Staff al: Primary Contacts Sheila Pe Aiba kciey Pak Lopez• Acctiunt Manager Shelia De Asba Account Representative Property and Casua.ty Claims Direct PhOne 805470-7556 306-779.7561 306.7704586 Comp Care / Workers Compensation Desktop.Fa ase,so2-spea 8664302-866ff 860-802.113pp8 PhysicatiMaiiing Address: ogoo S; Dadeland Blvd, Suite 314 Miami, FL 33150 License # 0064644 61341" lneinence Services Inc. LINT SgRy[cg TEAM ,sdealbeabbendt.cdin rclopezAbpandairn sdealba0,6i3anCtcom tnsumncn erviaes, fn"a C.FI. Of 1,40.PATION$ if yif irE tig Y Ip of yy..ti 90.4 P A "+4 1j?v" fyi t?, 1:R 4.6 444 ftr 1442cf 6.0q4 licensor # 0064544 aB&T trieiurance. Services In4,. [Outer Caverag Ltrrtits di Li Witty Deductible/SIR Ot er er; CoVinOtOn Specietty ql/g6/15 to 06/5/16 Comniereiai'Ceneret l_icbillty Occurrence $ GENERAL LIABILITY 1,O0000 each Occurrence BQtltiy Injury.and Property: poiloge Combined Single Limit 1,000.;000 General Aggregate 1,000:,000. Products: & Cornpteted Operations Aggregate 1,000,000 Personal & Adve.rtising injury. '100,000 Darnegeto Rented Premises each occurrence) 5:,000 Medical Expense; (Arty: 0ne:.Person) 600 Per Cielinr Bodily Injury and Property Daina9e Qnditians/axtenstons 4:0° t?�aiv 44� iC Sitcel 5 "f havr �.J rA iCs +i4 tact Additional Imixed-Primary and Idort iCorttril trtt Wa 'er ot. abrogation . dencerration ri• qf; 4'SI ,yr`' v; P e i 4 u�rtrf;ilt�sj nb rt Code giae$it1 «rrriorr 9616: Janitorial Licerte6 # OCUA a44 Ertposure Rate, r/Gips Prod 163,400 P Rating $c Premium Basis;. (8) Gross Sales„ Per$1.,000%wales (P)Payroll — Per $1,000/Pay (A) Area — Per 1,000/Sq Ft (C) Tetal Cost — Per $1;000/Cost (M) Adrt7issians — Per 1,000/A0M. (U) Unit Per Unit C):Other InSurer PoHc Tort .ArbTrUat 06/26/16. to 08/25/16: 1,;11,;;;41.; , 'A • ; ,+1,‘ "..• Oda r. '41;";t1., q;14.1,1,:gs,116`,11111:4i1i,A11.. A ; ' OA; "4".'"Ite,rod vr. Lirrtits of Liability Statutory Part 0— EloblOyate 10%000 .Each Abbideht, Bodiy l'hju0-byAeOldent: 100000 Each erpOoyeq.— Bodily Injury by ilsoase •$' $00,0012 Policy BoditY Injury byll..ifbasq. NOt•Odvaied usLaH NotO.ove.roid Voluntary•Competisao Not Covered pther states • Eiceinded Ineldded FL Other Coverege.t.Conciltiens/Extensions „11c...Jt, •A, .1q;froV4,44,41 1;6011111`;4,V State;FL L. 0014 Joilitejlot $ervfoes t?y contractors 136OP 4,9$ s6.btotak $ expodepto Modikafidit $oheduled Credital $ Estimated Premium. 1)1acount Exberiae Constant: $ Estimated Annual Premlunt $ 6,732.00 1,00 200.00 6,959.00 ; 11111.1,14;111i4PAi,4,1,411,i1 irq, ,!,'1,1't 11`1; tt1..1t4A'-,11'1,1 41111;,,,,A 1,111 eh' OP' A Nome • - Carlos Rosario President Title Inoluded/Excluded Audit ElasN:PayrOil cr Nat tate 10141S Fir y fro,bedtged creditS, average premium discOuht factor and experience modification factor The final caiculation of the premium discount would be haiwri or, MP prerniuM bus as determined by final audit License # 006454,4 p C orrnarie BCY 11�1�YV�,�7�IM14 1 Perfoirailice License # 0064544 fl $260y0.0O BL &T ItlOtiRat140: .•1C�.g'IIV'„� ...'ND Biil&T Insurance *rvtces Inc. Pfig.MIUM• 441P;).1.i4iqL General Liability CovIntor Speaaty: Workers. f.orripetitation .AmTrust ioid HartfOrd Estimated Annual Toms 1$,727.88 ererni am(s) canto Med' in this Odument are valid for at) days uriless otherWite noted, TER.ma Oftclainter "1"hit PrOpOsanotiedula of Coverage appearing herein r qnly Illustrative end Is not es a policy of insurance, hinder or statement: of coverage, or as at a mendirient„ theditioation oe'iwit'of the terms and CrinditiOnS of aw poiro. tit ins at6tice, In every instant the policy:1e the only..accptod statement of :c.overege,- Specimen toples.of insuranca pellciee. are asfiaii4bleu,04irrter.ttiatt ,prior to binding of beverage. . . Itis. first named insured listed.Wilthorespontible.for 'handling Sit aatruttarlf040as, including but notlimitect to, peynient of preminm, request fot policy Cheri :andlots information, and reeeipt Of Cancellet.100 natIces, • . . . there is no coverage for anicerrent.or pestle:Int venture, partnership, or corporation:that is.not shovel as a haired inauted, Higher liability lunits of cav:erage then these aatitattiect in this dootiment may be -available; We tabontrvend that yOu Consider. easirij your liability limits to. minimize the risk of being' underinsuied In ths event of a large clairn filed againat you. bu0A Coverage recommendations .and premiums are, reflective df the information (payrolls, locations', Operations,. product data, financial date, iins..ed<optlence, etc.) provided hy.you to us and submitted to insurer(S) for guatation(s)., if thersare changes or other areas that faaaito evaluation, discussion, and revision priarte binding coverage, please bring these to our attention immediately, In addition, liability, auto and workers compentatitin policies ate based upon estirriatesof annual sales or payrolls, An audit of these policies may result in relurn or additional premiums, Poymenagrafil Elitect Bill Accounts The agency will not notify the client in the event of pending or final cancellation. notice. Agency It Accounts 1, invoices are due on the effective or transaction date, whichever is later. Payment should be made by invoice as no statements will be Issued, Paytnents mast be made no later than the 28th day after due date to avoid cancellation. License OC(341144 E3E4T Insurance Services Inc. nirnurp art clio r- FUJY Earna0 PrenitUra and FeOd May .trtilY Minimum Ei,prnpc! Premium ngCdkn Aticirti.ApOlicat9)ri..Cdtripletod and Si_ PayrnOnt StThinetivides 09/00 Eclitinn License) # 00645'44 PROVIDER: . ITY AN The tofiowing is a. brief s. ummary of The measures: that we have taker, as your'agentibroker to review and report to you dblephvely cn the financial security -of your insuring companies., Inforrriation is.inciudedorr A fit, rest Company; our prima'rjr security rating source, and the in .ernal policies.an d standards, which: we liave established. t'o address this;.irnportant issue for our cust'ornrrs • i=3B&T Insurancce Services' Miarket>Securrqf Review --- BB.&T insurance Services has established and continue s tri maintain ari 'internal •"Market Security Review Committee',' composed of senior: management: representatives from the Finance, I' arketrrio, Branch, Wholesale arid .4drritiitttratiVe. Civ►sibrts of the .company. This committees purpose is to develop and implement procedure; and •standard far the 0ne9ciai security et'aU insurers, intermediartes,'and assoc ations.used I y•S.B&T Innsurance Services: Thia-.comrittittee meets p.eriodieaily.to review the current iisting.'of a l conipanies; intermediaries` and associations, Which are actively used b' t;E Vr Insuran S.orvicee;. it wilt•also act: on any pending requests received from throughout the agency to h. ve new providers activated, and to inactivate any providers that do not meet current BB&T Insurance Services -standards, al".04T.Insioarti.,ze.Sr+ruicus, Mow Provider Cfalsifications, "> pprovo t .Provider" -.Any provider Whoso Rests rating is °A," or higher The Rests rating of an Napproved" provider will be included: c n gait BRAT insurance proposels''delivered to clients or prospects: " A repxarble I'roviiioe" Any provider whose Rests rating is "B+" or higher, but below "A-." The Besta rating of an a.i ept :hie' provider wilt be. included an, all BB0 Insurance proposals delivered to ciients or prospects,. in addition, these providers which have beets reviewed try the BB&T Insurance Services Market:<Security Review Oommittee end the r iferit, may Iae considered 'acceptabia security based or`r'other•factors The client maybe required to. sign a form. of !iscl` imeror nrt;niiwierfgement of receipt of. this it formatfo i. ''rTestririr,.d Prrivirt'rrr" Any domestic insurence,provider whose Restsrating is."B" er Lower, et which has rib Best's rating and tia'S rot been ghr' n. an.axceptton by the 9B T Insurance Services Market Security Review Comrrilttee. These providers \Ai+ll be acressiele Drily upart press ntatlort of a, hold harmless letter, aftera request for the provider has been submitted to the. committee. ".the S6:rt.s rating of any "restricted'" provider (if available) will be included on all BRAT insu:rance _Services opc se •,s detiv fed ir0+ lie,nts Or prospects, robibitt:d Provide' —.Ail other p:tovid.ersnot rnentlarred lei brie of the paragraphs above; These providers will not be set active use in trig 183&T IiieuranOe SS Moes mahagerr ent system atany time, for any reason: History x. A M. Best Corripany was incorporated in 1899 as the first:rating agency in the world to offer reliable information on the 'i,iiaii,,m1 i«liji iii(,ii of U,S: insurance companies,. The Best's. Mating Guide was.. first published in 1900, and has since 1 wcorne ix ca, ioratnne Of the senurrty review process by continuously evaluating the financial integrity of over 4,100 it si.rranco companies, In 1984, the first edition of the ;nest`s'international Rating GiliCte was published, reporting on the crarinislre.iin9 ability of over 950 international insurers. The,inform tfori used. by Best's to ratelnsurarice carriers is provided by the companiesthernselves as a part of their normal r+rmos with the Notinal Association of Irrruience Coinrriissiariei's,those states• in which the company is licensed, the SEC & rrilor with it' sh rehOlders, Rating, reviei ve are perforrneG annually On each insurance cornpany and on an interim basis as License:. ik 01i+ q.0414 8,4841" tneurance 8ervlops Inc. Bases Rating System Thkeesft rating system is tleSlqpild to evalt:te..te Objectime..prAl suOjecityo.factors that effect Oweverati perfOrmaricebfen'insurandrt othoany (06(..e0011eable te.aS.SOCietforisorliitermerlipries): Theselectors '0441:. With tn crnprnylinandial 'strength, ita,:eberatitinal tierfe.r.040* Iti:100 its 4007041 01110f:ions to , • polloyholder$,. f011ows: • • . Prontey•iiitx . . $preect of Risk. 'Quality otEteinsur.ance Prontelp •of Leverade/Caoitailiatiort:. • Litjuktily: :AiietipaCY bf PoljeOrititt'tgfirplO • it ONersificiNt1 Ao$.04., Adegy.icy POliCy 1.0$$, kosslitos t'loqtrqtrt,tolittrIa‘ • Miln00.ernetit EV6rieride-.:Onct phiettille4 EleSts, tutirip SyraWls.— A typioi Beetig rating Is cOMPOSed•Of.tviO p-t. The '$0.0.1.40'porlion pro.vides an alphphatical ilmication of the goolity ot the security preV1000 by a company to .1ts.:01(Cy.holOors: Thisq`etihg: fa further Oetl.ned in three ontr40110%; 'TnntJ.re", siVulnerabte:i: 'Not Aittgolerr: The "Pfnantial 0, :01'00 0.#104ieste•reting.uses.komen wombats rnnk baseddrt the atnetintef their OolloYholeer's ahrOluten0. 0Ohttri6ent reparye funge,.: Vihile..onparatofe. ,..;ank.ings far security or financial size by:thetrises may: not adequately partray..the comptete firf0Oial t!ratitil 11. ofi CQIIiNilty,. the combination ,of the tivo has prOVert to be;rellable itt predicting the 'ability Ofa:coMparly to theetits 6aints i. rnely manner, both now and iry the near future. The; actual ratinO,aymbola used by Beatand their r:,eaci)ngs, aro, AM BESTS- RATING: i .,, i,•er. willet. Meal ileor.s Sismfortic too the:quantitative and ne alitativ.wanaiysts erttlecomp,any's4Inanolal.condlhcla arid , 1,,.,,,i:romianoel Far rtgtherIntOrtratiO,14e0 ;N.lit.flo0.3,,Guide:ci.'4.11rfit- io/WW,orniteateprrt ' , . :.•41ekr ilVtirOt '1,01'nerable Rating.f1 • - 6ftillatielt 00dOS ano Roloo moot-lora. , . . ., .. ....,,114ii.',;3f 0 , 01, ,--...-. Marginal. A -',f, .. .. .. ,...fideirent .4, ,,.. „.,,.„„lWeaft, P:„....,..,,,.,,,„„,.,,., POoled ti,,,,, A P . c, ... ..caand r „4,;t,“,..r„ ,...c.occc• Fk6friUr.ett. ..A.PWr g_.:....„., ,,,„. '''''''''''''''' v—,.,.—„.„.„.,„_,.1.1ridelqievlew . f' ..- ,,,... .,...,...14 If4lotildetiorr . :tii.„, — ,.....„ „.....Pating'SpOpan dad 0,,--,-.---,,,...;PYlidleate. ... . i3wOo In l'limit',4 financial' Sliti qiiv;iitt000.s. o•ft Itutiitiotik of134portott. POMO-told ere Surphis & condities001 keservelund4 to 1 'Far'. N/1, ps to 50 F$0)tr...,16.0. 16 -1;cl0o ' 11'. . 'I to `1' nriV11. 60 10 100: F0,0 XII .,. 'too to J.,!,,,,,:-,.1k .'4.• to, •ti, 1700 VW. 1 cc le '60. V.St *Ill 1t260 .to :1,6.00 Ai .l,l, to .1(1 F:alx.„2ti) te 1500' P8.0 XIV .7,606 to 2,000 s•l',.... V iti to ,.:41 ,:l'a >t .500 to ,t.8C XV,I.,00.0 or greater I .iig '1.; 0(0.; i ',.i:li It)P es (NR) (tior,panloo. not aSOigned 0 nest?* Rating: or PPR. ore aselgned totine:of the five INIRT Oategoda which . . a t.,441.1ficorilen vxeCricit aesigneri It, the c0mpail0 ,.. wt. 1• . , ,. , • ., , . . „.. . . - , -Ine(illiclent CON NR;4,,,,,,,,, ..:-..,...., • ,,,„,Q.ditipaq Reatiest AnSultielent S'i.,e'arid.!0-,r OPerelicin Experience . NI1.6,„,:.,...,..,-,,,„.:-Not Fortriaity Followed , „. letirig Procedure lea Polidahle. NON,AtINITSTED 'OAR RIOS !int liOsedd to do business in a given state, 'Theta atturers ate -not subject to the financial solvency and ,., 11,;,11„in 11,-,i - t:Meliong Mat we required.for admitted caftiers, These Insurers do. not participate 14 any of the insuranceguarardee kileile funds will not PaY your tvaims or protect vaur assete if the. mauler becomes insolvent and It unable to make r.,rerry.:: „, • i. 1 „: , rii.iid 06/14 Edition Lic8a8t trtr • 0E1'0 insurance) settiloss IflGf . • • 001)11PERSAVON STATEMENT PP&T InS.ura,nce $0,Ntoos,. Inc;1388a thjarOiliC6:aeiNiC0.4,-Qtf Qpilfcmiat Our princlii;r3i ternuneratipolforr the placeMentrand service of your insurancepolicy(les) will be by corntrrissioh (a proportion of fill preql!urn Arid that is ailowe0 to us by the insurance company(los)) andier a mutually agreed You should be ;.4Awl4re that we may receive additional income,,fronthe.following SOur-Oes:r interest -or thvestrnent Income earned on low:trance rpretniornsi, ' Expense Allowances or Reimbursementsfrom insurance cOmpaniesand rothot Venders for (a) I,Kiucatiorrol and professional development programs;(b) atenegingrem1 administering certain r binding ciumOritiet and other similar repli)tires, rinclUding'cialms which may arise, oritt (c) attendance at insurance part meetings and event, all of which werbelieve tribe:us to provide are effident.seniicarend cOnwettiilir terms to thoserClients for whom we ConSider the, use of such facilities oppeoptite4. Tiorfl CotornisaiOn (sernetirnere referred to as'*dra'O.pmpensation):is exeluelve. tor the placement eorrOlwe benefits insurance and le.based.on premium volLitnp,of new business:and/0r premium. rreterition cloriftqloqt Commission (sometimes referred to as'proilt sharing') which Can,be based on .prernium.volume, premlunTretentiOn andiorgrowth, If any part of your account is on a fee haslp,w 'R opt accept contingent coromissiOnsrelated to your account. youoi,mr8tioos or desire additional information about rprnunerationend other Income, please.contact your Agent pj yt,rit,4 ri touch with our Senior insurance Market Conduct Officer for assistance..if any part of your insuralit,4 tiirogram is placed:through arty B13!(4T-owned companies (incitiding retail insurance broker McGriff, Srir,be,r1Nffliams, inc;,: wholesale insurance brokers CRC insurance.Services.loc, and Crump Life er,,, Inc - Florida donticlipd insurance company, American Coastal Insurance Comporm rienagirJrft Fts L P; insurance prermurn finance corppany, primp Rate Premium Finance (,:orporass,zJ,. !r; railites, or SEMT A8Sti mice Company, Udj Oisolosurept that income will also be itrioludad Licensfy 4 OD), 7(1114 CURRENT CONTRACT LOCATIONS & REFERENCES Janitorial Services for City of Miami RFP No. 508383 Prepared by CL EAN'iI..NG"G SEsR":V'I.CsES Carlos Rosario Cleaning Service Corporation "Every job is completed to our client's satisfaction — the first time and every time" October 23, 2015 CURRENT CONTRACT LOCATIONS & REFERENCES Doral Park Centre c/o Suchman Retail Group, Inc 1550 Madruga Ave, Suite 230 Coral Gables, FL 33146 Contact Person: Ana Vega -Garcia 305-345-6562 fi0401.100-a 2 Coral Way Shopping Plaza 1, LLC c/o Suchmah Retail Group, Inc 1550 Madruga Ave, Suite 230 Coral Gables, FL 33146 Contact Person: Ana Vega -Garcia 305-345-6562 Snapper Creek Shopping Center Ltd c/o Suchman Retail Group, Inc 1550 Madruga Ave, Suite 230 Coral Gables, FL 33146 Contact Person: Ana Vega -Garcia 305-345-6562 4 157th Kendall, LLC and 157th Kendall 2, LLC PO BOX 266378 Weston, FL 33326 Contact Person: Bill Levo 954-646-3032 004 p i I'JmXix;'. Pine Lake Shopping Center C/o Suchman.Retail Group, Inc 1550 Madruga Ave, Suite 230 Coral Gables, FL 33146 Contact Person: Ana Vega -Garcia 305-345-6562 6 King Bay Shopping Center, Ltd c/o Suchman Retail Group, Inc 1550 Madruga Ave, Suite 230 Coral Gables, FL 33146 Contact Person: Ana Vega -Garcia 305-345-6562 Ing$ Bay Phsiiira,VC LL. 7 Penn Suniland, LLC 5825 Sunset Drive, Suite 210 South Miami, FL 33143 Contact Person: Nelson Taracldo 305-662-9504 iirc4%�?Eis' 8 Sheridan Shoppes c/o Suchman Retail Group, Inc 1550 Madruga Ave, Suite 230 Coral Gables, FL 33146 Contact Person: Ana Vega -Garcia 305-345-6562 9 City of Parkland 6600 University Drive Parkland, Florida 33067 Contact Person: Tony Scerbb 954-753-5040 STREET MAP 810444,641 14410g11411t5TY 4004 tA503541A1111151474 1)414ritivi Pt ZOO 10 City of Parkland Street Map updated January 2018 1401. PO! difIcktiva.40Thip