HomeMy WebLinkAboutPre-LegislationCity of Miami
Legislation
Resolution: R-16-0145
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 16-00348
Final Action Date: 4/14/2016
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S)
ACCEPTING THE PROPOSALS RECEIVED NOVEMBER 2, 2015, PURSUANT TO
REQUEST FOR PROPOSALS NO. 508383, FROM ABLE BUSINESS SERVICES,
INC. (GROUPS 1, 2, 3, 4, AND 5) AND ROSARIO CLEANING SERVICES INC.
(GROUP 6) TO PROVIDE JANITORIAL SERVICES, FOR VARIOUS CITY OF MIAMI
DEPARTMENTS ON A NON-EXCLUSIVE BASIS, FOR AN INITIAL CONTRACT
PERIOD OF FIVE (5) YEARS, WITH THE OPTION TO RENEW FOR ONE (1)
ADDITIONAL FIVE (5) YEAR PERIOD; ALLOCATING FUNDS FROM THE VARIOUS
SOURCES OF FUNDS OF THE USER DEPARTMENTS, SUBJECT TO THE
AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT TIME OF NEED;
FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE THE NEGOTIATED
CONTRACTS, IN SUBSTANTIALLY THE ATTACHED FORM, AND TO NEGOTIATE
AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING AMENDMENTS AND
MODIFICATIONS TO SAID AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, AS MAY BE NECESSARY FOR SAID PURPOSE.
WHEREAS, various City of Miami ("City") departments have a need for the Procurement of
Janitorial Services;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORI DA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by
reference and incorporated as if fully set forth in this Section.
Section 2. The proposals received November 2, 2015, pursuant to Request for Proposals No.
508383, from Able Business Services, Inc. (Groups 1, 2, 3, 4, and 5) and Rosario Cleaning Services
Inc. (Group 6) to provide Janitorial Services, for various City departments on a non-exclusive basis, for
an initial contract period of five (5) years, with the option to renew for one (1) additional five (5) year
period, with funds allocated from the various sources of funds of the user departments, subject to the
availability of funds and budgetary approval at time of need, are accepted.
Section 3. The City Manager {1} is authorized to execute the negotiated contracts, in substantially
the attached form, and to negotiate and execute all other documents, including amendments and
modifications to said agreement, in a form acceptable to the City Attorney, as may be necessary for
said purpose.
Section 4. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor. {2}
City of Miami Page 1 of 2
File Id: 16-00348 (Version: 1) Printed On: 1/30/2018
File Number: 16-00348 Enactment Number: R-16-0145
Footnotes:
{1 } The herein authorization is further subject to compliance with all requirements that may be
imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter
and Code provisions.
{2} This Resolution shall become effective as specified herein unless vetoed by the Mayor within ten
(10) days from the date passed and adopted. If the Mayor vetoes this Resolution, it shall become
effective immediately upon override of the veto by the City Commission or upon date stated herein ,
whichever is later.
City of Miami Page 2 of 2 File Id: 16-00348 (Version: 1) Printed On: 1/30/2018
City of Miami, Florida RFP508383
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,
Able Business Services, Inc. a Corporation, qualified to do business in the State of Florida
whose principal address is 3187 NW 38th Street, Miami, Florida 33142, hereinafter referred to as
the ("Contractor").
RECITALS:
WHEREAS, the City of Miami issued a Request for Proposals No. 508383 on,
September 25, 2015 (the "RFP" attached hereto, incorporated hereby, and made a part of as
Exhibit A) for the provision of Janitorial Service for Group 1 through Group 5, ("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
WHEREAS, the City and the Contractor desire to enter into this Agreement under the
terms and conditions set forth herein.
RFP 508383, Janitorial Services
1
City of Miami, Florida RFP508383
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, October 28, 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 October 28, 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
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 full qualification 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.
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,
RFP 508383, Janitoiial Services
3
City of Miami, Florida RFP508383
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.
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.
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
RFP 508383, Janitorial Services
4
City of Miami, Florida RFP508383
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.
5. OWNERSHIP OF DOCUMENTS:
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
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
RFP 508383, Janitorial Services
5
City of Miami, Florida RFP508383
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
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.
RFP 508383, Janitorial Services
6
City of Miami, Florida RFP508383
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.
Contractor further agrees to include in all of Contractor's agreements with
subcontractors for any Services related to this Agreement this provision requiring
RFP 508383, Janitorial Services
7
City of Miami, Florida RFP508383
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 loss, 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,
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
RFP 508383, Janitorial Services
8
I City of Miami, Florida RFP508383
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 Indemnitees 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.
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
RFP 508383; Janitorial Services
9
City of Miami, Florida RFP508383
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.
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 a
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
RFP 508383, Janitorial Services
10
City of Miami, Florida RFP508383
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
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
RFP 508383, Janitorial Services
11
City of Miami, Florida RFP508383
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.
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
RFP 508383, Janitorial Services
12
City of Miami, Florida RFP508383
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.
TO CONTRACTOR:
Able Business Services, Inc.
3187 NW 38th Street
Miami, FL 33142
Mr. William L. Berry
President
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
RFP 508383, Janitorial Services
13
City of Miami, Florida RFP508383
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.
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.
RFP 508383, Janitorial Services
14
City of Miami, Florida RFP508383
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.
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,
RFP 508383, Janitorial Services
15
City of Miami, Florida RFP508383
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
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.
RFP 508383, Janitorial Services
16
City of Miami, Florida RFP508383
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.
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
RFP 508383, Janitorial Services
17
City of Miami, Florida RFP508383
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
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,
ATTEST:
Todd E. Hannon, City Clerk
ATTEST:
Print Name:
C r-44 A
(CorporOte Seal)
"City"
CITY OF IVIIAMI, a municipal
corporation
By:.
Daniel J. Alfonso, City Manager
By: telt / o 4 tvt
Print_Name:
Title: cte. 0.11 See //'(-7/471
(Authorized Corporate Officer)
APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE
AND CORRECTNESS:
REQUIREMENTS:
Victoria Mendez Ann -Marie Sharpe
City Attorney Risk Management Director
RFP 508583, Janitorial Services
19
City of Miami, Florida RFP508383
EXHIBIT A
RFP No. 508383
RFP 508383, Janitorial Services
21
City of Miami, Florida RFP508383
EXHIBIT B
SCOPE OF WORK
1. OVERVIEW
The City has contracted for 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)
and your firm is being awarded Groups 1 through 5. 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 Contractor has met the Acceptable
Quality Levels (AQL's) as described in Section 7, Quality Control -Inspection and Acceptance.
2. PERFORMANCE STANDARDS
Services performed under this Contract shall be subject 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.
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
RFP 508383, Janitorial Services
22
City of Miami, Florida RFP508383
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 done
without causing discoloration.
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)
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 legs are clean of dirt 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
RFP 508383, Janitoiial Services
23
City of Miami, Florida RFP508383
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, Contractor
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 Contractor 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.
Services, in addition to or separate from the services specified herein, may be deemed
necessary by the City's Project Manager. The Contractor 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 Contractor 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 Exhibit C, Price Schedule.
The Contractor 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 Contractor shall distribute the supplies to the needed facilities and insert
them in the dispensers. The Contractor 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 Contractor 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.
RFP 508383, Janitorial Services
24
City of Miami, Florida RFP508383
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 Contractor 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 Contractor 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 Contractor 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 Contractor 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. Contractor
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 Contractor. Barricades and applicable signs shall be provided and put in place by
the Contractor when work is performed in areas traversed by persons, or when deemed
necessary by the City Project Manager.
5. Keep its portion of the allocated space in accordance with applicable regulations and
codes such as fire and health. The use of such allotted space shall be the Contractor's
responsibility and any damage to property or injury to persons resulting from the
Contractor's use of allotted space shall be the Contractor'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 Contractor's use.
6. Furnish and provide all equipment required by the Contractor in performance of its
duties, as set forth herein, at its sole expense. All equipment used in the janitorial and
cleaning 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 Contractor 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 qualified 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 Contractor's
employees at all times and be responsible for monitoring personnel activities and
RFP 508383, Janitorial Services
25
City of Miami, Florida RFP508383
resolving any service problems with the designated City Project Manager. The
Contractor'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 Contractor'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 Contractor.
8. Provide janitorial staffing that will accommodate the hours of operation for the specific
facility as indicated by the City Project Manager for that facility (i.e.,6am-3pm, 5pm-
11 pm, 11 pm -lam, 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 Contractor, 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.
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". If the Contractor(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 Contractor(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. Contractor(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 Contractor 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.
RFP 508383, Janitorial Services
26
City of Miami, Florida RFP508383
2. Due to seasonal demands some facilities may require additional supplies. Contractor
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 Contractor, except that of window washing, carpet and floor cleaning, which may be
performed by a subcontractor. The Contractor 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 addition, staffing 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-11 pm). The Contractor shall provide
appropriate training to employees prior to the beginning of service under this Contract to ensure
competent performance of the work. The Contractor shall provide, when submitting names of
employees, documentation of type and amount of training received by each employee. The
Contractor 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 Contractor shall provide a listing of
names, emergency telephone numbers and numbers of supervisory personnel assigned to the
contract. It shall be the Contractor'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 Contractor'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 Contractor shall supply.
The Contractor's name and/or logo shall appear on employees' clothing. The City
Project Manager may request removal of any employee not properly uniformed. The
Contractor shall also ensure that such employees wear proper and fully enclosed
footwear while working on premises. Appropriate protective clothing, shoes, and other
safety equipment shall be worn as required.
2. Wear identification badges at all times. Contractor 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 person, unless said individual is an authorized
Contractor employee.
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 Contractor in the City Project Manager's office no less than ten (10)
days prior to start of project.
RFP 508383, Janitorial Services
27
City of Miami, Florida RFP508383
Note: Level II Background Checks shall be conducted and paid for by the Contractor for each
employee anticipated to work in City facilities. The Contractor 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 Contractor, 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 Contractor and the City Project Manager's shall meet prior to the first week of
the contract start date to discuss the Contractor'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 Contractor may
need to perform. In order to meet the quality expected by the City of the Contractor,
additional tasks may be required. The Contractor shall perform any and all tasks
necessary to achieve the performance standards detailed in Section 2. The Contractor
should be fully aware of the requirements of Section 3, Service Requirements, as well as
Section 7, Quality Control -Inspection and Acceptance.
1) Empty all trash receptacles, including those found in parking lots and replace liner
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.
RFP 508383, Janitorial Services
28
City of Miami, Florida RFP508383
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, Contractor 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.
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 City Project Manager irregularities or damage in 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 considered unsafe, 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 Contractor 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
Contractor 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
Contractor'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 Contractor 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 Contractor shall prepare a
RFP 508383, Janitorial Services
29
City of Miami, Florida RFP508383
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, Service Requirements and 6, Miscellaneous Services 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 Contractor and the Contractor 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
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 in order for the Contractor to be in compliance with the
terms of the contract. The acceptable quality level in order for the Contractor to be considered
for a contract renewal is that the Contractor be in compliance on 90% of the contract term
measured in days.
9, COMPLIANCE REQUIREMENTS
The Contractor shall:
1. Supply, at no cost to the City, samples for testing of any supplies or materials used by
the Contractor in the accomplishment of the required services. Such samples may be
taken at the discretion of the City with notice to the Contractor, from the supplies or
materials being used "on-the-job", and/or from any original containers of the
Contractor's reserved supply. The Contractor 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. Contractor 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 Contractor(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 Contractor(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 Contractor(s) shall be responsible for cleaning
RFP 508383, Janitorial Services
30
City of Miami, Florida RFP508383
spills of bodily fluid unless it constitutes a crime scene, in which case the authorities
shall be notified.
Note: Contractor 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
The City will, on a space available basis, provide closet space at each facility for the
Contractor'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 Contractor 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
Contractor to keep such space clean, neat and organized. City representatives reserve the right
to inspect such closet spaces at any time. The Contractor 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 Contractor or any of its subcontractors.
11. SERVICE LOCATIONS
GROUP
LOCATION
ADDRESS
GROUP 1
GSA
MRC BUILDING
444 SW 2ND AVE
MIAMI, FL 33130
GSA ADMINISTRATION
1390 NW 20TH STREET
MIAMI, FL 33142
PROPERTY MAINTENANCE
1975 NW 12TH AVE
MIAMI, FL 33142
COMMUNICATIONS WAREHOUSE
110 NW SOUTH RIVER DRIVE
MIAMI, FL 33136
GROUP 2
DREAM
LITTLE HAITI CULTURAL CENTER
212-260 NE 59TH TERR
MIAMI, FL 33137
BLACK POLICE PRECINCT &
MUSEUM
480 NW 11th STREET
MIAMI, FL 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 a@ BAYSIDE
401 BISCAYNE BLVD
MIAMI FL 33133
GROUP 3
NET UPPER EASTSIDE
6599 BISCAYNE BLVD
MIAMI, FL 33138
RFP 508383, Janitorial Services
31
City of Miami, Florida
RFP508383
NET LITTLE HAITI/EDISON/LITTLE
RIVER
6301 NE 2ND AVE
MIAMI , FL 33138
NET ALLAPATTAH
1901 NW 24TH AVE
MIAMI, FL 33125
NET
NET OVERTOWN (SHOPPING
CENTER)
1490 NW 2RD AVE
#112-B
MIAMI, FL 33136
NET FLAGAMI
5135 NW 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
Location deleted per Addendum #7
900 SOUTH MIAMI AVE
STE #183
MIAMI, FL 33130
NET MODEL CITY
1000 NW 62ND STREET
MIAMI, FL 33150
NET WYNWOOD
101 NW 34TH STREET
MIAMI, FL 33127
*NET ADMINISTRATION
Added to Group 6, since this site is at
the same location as Item 5
151 NW 27TH AVENUE
MIAMI, FL 33126
GROUP 4
PARKS &
RECREATION
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
Address correction per Addendum #7
6447 NE 7TH AVE
MIAMI, FL 33138
JOSE MARTI PARK AND GYM
351 SW 4TH STREET
MIAMI, FL 33130
VIRRICK PARK AND GYM
3230 HIBISCUS STREET
COCONUT GROVE, FL 33133
GRAPELAND HEIGHT WATER PARK
1550 NW 37 AVE
MIAMI, FL 33125
SANDRA DeLUCCA DEVELOPMENT
CENTER
4560 NW 4TH TERR
MIAMI, FL 33126
RFP 508383, Janitorial Services
32
City of Miami, Florida
RFP508383
SOUTHSIDE PARK
140 SW 11TH STREET
MIAMI, FL
GROUP 5
POLICE
COLLEGE OF POLICE
350 NW 2ND AVE
MIAMI, FL, 33128
ADMINISTRATION BUILDING
400 NW 2ND AVE
MIAMI, FL 33128
*LAW ENFORCEMENT OFFICERS
MEMORIAL HIGH SCHOOL
Janitorial services are for the common
public area per Addendum #7.
300 NW 2ND AVE
3rd 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 PATROL/MIAMI 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 71" STREET
9TH FLOOR
MIAMI, FL
BICYCLE DETAIL
460 NE 2ND AVE
MIAMI, FL
*FLEET TRAILER
Location deleted per Addendum #7
1290 NW 20TH STREET
MIAMI, FL 33142
MOUNTED STABLES
360 NW 3RD STREET
MIAMI, FL 33130
COCONUT GROVE SUBSTATION
3727 GRAND AVE
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 7 STREET
MIAMI, FL 33136
GRANTS
MIAMI OFFICE OF SUSTAINABLE
INITIATIVES/GREEN LAB
151 NW 27TH AVE
MIAMI, FL 33125
*Indicates changes via Addendum.
RFP 508383, Janitorial Services
33
City of Miami, Florida RFP508383
12. PROHIBITED CHEMICALS LIST
s
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)
• Fire ( 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 Contractor shall discontinue use of any products that the City's Risk Management
Department determines to be an unacceptable health or safety hazard.
2. The Contractor 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.
RFP 508383, Janitorial Services
34
City of Miami, Florida
RFP508383
EXHIBIT C
Price Schedule
Prices shown below are the monthly prices for providing the services as stated in the Scope of
Services (Exhibit B). The prices stated are the not -to -exceed monthly labor rates for workers
and supervisors for each location in Groups 1 through 5. These prices include the cost for
supplies, equipment, and any other out of pocket expenses.
A. TOTAL MONTHLY CHARGE FOR GENERAL TASKS
Group 1, General Services Administration (GSA)
1) MRC Building, 444 SW 2nd Avenue, Miami, FL 33130
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
8
$1662.00
$13,296.00
Supervisors
2
$1929.00
$3,858.00
Monthly Total
$17,154.00
2) Administration, 1390 NW 20th Street, Miami, FL 33142
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$867.00
$867.00
Monthly Total
$867.00
3) Property Maintenance, 1975 NW 12th Avenue, Miami, FL 33142
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$578.00
$578.00
Monthly Total
$578.00
RFP 508383, Janitorial Services
35
City of Miami, Florida
RFP508383
4) Communications Warehouse, 110 NW South River Drive, Miami, FL 33136
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$240.00
$240.00
Monthly Total
$240.00
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
$817.00
$817.00
Supervisors
1
$832.00
$832.00
Monthly Total
$1649.00
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
0
$0.00
$0.00
Supervisors
1
$563.00
$563,00
Monthly Total
$563.00
3) Manuel Artime Community Center, 900-970 SW 1st Street, Miami, FL 33130
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
2
$1670.00
$3340.00
Supervisors
1
$1737.00
$1737.00
Monthly Total
$5077.00
RFP 508383, Janitorial Services
36
City of Miami, Florida
RFP508383
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
1
$930.00
$930.00
Supervisors
1
$953.00
$953.00
Monthly Total
$1883.00
5) Marine Stadium Marina, 3501 Rickenbacker Causeway, Miami, FL 33149
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Su ervisors
1
$370.00
$370.00
Monthly Total
$370.00
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
$927.00
$927.00
Supervisors
1
$1081.00
$1081.00
Monthly Total
$2008.00
Group 3, Neighborhood
Enhancement Team (NET)
1)
NET Upper Eastside, 6599 Biscayne Blvd., Miami, FL 33138
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$163.00
$163.00
Monthly Total
$163.00
RFP 508383, Janitorial Services
37
City of Miami, Florida
RFP508383
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
0
$0.00
$0.00
Supervisors
1
$163.00
$163.00
Monthly Total
$163.00
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
$0.00
$0.00
Supervisors
1
$237.00
$237.00
Monthly Total
$237.00
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
0
$0.00
$0.00
Supervisors
1
$208.00
$208.00
Monthly Total
$208.00
5) NET Flagami/West Flagler, 5135 NW 7th Street, Miami, FL 33142
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$163.00
$163.00
Monthly Total
$163.00
RFP 508383, Janitorial Services
38
City of Miami, Florida
RFP508383
6) NET Coconut Grove, 3310-A Mary Street, Miami, FL 33133
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$163.00
$163.00
Monthly Total
$163.00
7) NET Little Havana (Rayon Del Sol), 1300 SW 12th Avenue, Miami, FL 33136
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$163.00
$163.00
Monthly Total
$163.00
8) NET Coral Way, 1415 SW 32"d Avenue, Miami, FL 33145
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$163.00
$163.00
Monthly Total
$163.00
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
0
$0.00
$0.00
Supervisors
1
$599.00
$599.00
Monthly Total
$599.00
RFP 508383, Janitorial Services
39
City of Miami, Florida
RFP508383
10) NET Model C ty, 1000 NW 62nd Street, Miami, FL 33150
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$182.00
$182.00
Monthly Total
$182.00
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
$0.00
$0.00
Supervisors
1
$182.00
$182.00
Monthly Total
$182.00
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
Em • loyees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$100.00
$100.00
Monthly Total
$100.00
2) Charles Hadley Park, 1300 NW 50th Street, Miami, FL 33142
Description
Number of
Unit Price Per Month
Total Price Per Month
Em to ees
Personnel
Workers
1
$512.00
$512.00
Supervisors
1
$555.00
$555.00
Monthly Total
$1067.00
RFP 508383, Janitorial Services
40
City of Miami, Florida
RFP508383
3) Gibson Park, 380 NW 14t" Street, Miami, FL 33128
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$528.00
$528.00
Supervisors
1
$572.00
$572.00
Monthly Total
$1100.00
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
$512.00
$512.00
Supervisors
1
$555.00
$555.00
Monthly Total
$1067.00
5) Maceo Park, 5135 NW 7th Street, Miami, FL 33142
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$512.00
$512.00
Supervisors
1
$555.00
$555.00
Monthly Total
$1067.00
6) Moore Park, 765 NW 36th Street, Miami, FL 33127
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$528.00
$528.00
Supervisors
1
$572.00
$572.00
Monthly Total
$1100.00
RFP 508383, Janitorial Services
41
City of Miami, Florida
RFP508383
7) Legion Park, 6447 NE 7th Avenue, Miami, FL 33138
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$500.00
$500.00
Monthly Total
$500.00
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
$589.00
$589.00
Supervisors
1
$639.00
$639.00
Monthly Total
$1228.00
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
$491.00
$491.00
Supervisors
1
$532.00
$532.00
Monthly Total
$1023.00
10) Grapeland Height Water Park, 1550 NW 37th Avenue, Miami, FL 33125
Description
Number of
Unit Price Per Month
Total Price Per Month
Emplo ees
Personnel
Workers
1
$672.00
$672.00
Supervisors
1
$728.00
$728.00
Monthly Total
$1400.00
RFP 508383, Janitorial Services
42
City of Miami, Florida
RFP508383
11) Sandra DeLucca Development Center, 4560 NW 4t" Terrace, Miami, FL 33126
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$246.00
$246.00
Supervisors
1
$234.00
$234.00
Monthly Total
$480,00
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
4
$1596.00
$6384.00
Supervisors
2
$1720.00
$3440.00
Monthly Total
$9824.00
2) Administration Building, 400 NW 2nd Avenue, Miami, FL 33128
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
5
$1780.00
$8900.00
Supervisors
2
$1852.00
$3704.00
Monthly Total
$12,604.00
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
0
$0.00
$0.00
Supervisors
1
$600.00
$600.00
Monthly Total
$600.00
RFP 508383, Janitorial Services
43
City of Miami, Florida
RFP508383
4) North Substafon, 1000 NW 62nd Street, Miami, FL 33150
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$1900.00
$1900.00
Supervisors
1
$2082.00
$2082.00
Monthly Total
$3982.00
5) South Substation, 2200 W Flagler Street, Miami, FL 33135
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$1900.00
$1900.00
Supervisors
1
$2082.00
$2082.00
Monthly Total
$3982.00
6) Specialized Operations, 1701 NW 30th Avenue, Miami, FL 33125
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$1900.00
$1900.00
Supervisors
1
$2082.00
$2082.00
Monthly Total
$3982.00
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
0
$0.00
$0.00
Supervisors
1
$78.00
$78.00
Monthly Total
$78.00
RFP 508383, Janitorial Services
44
City of Miami, Florida
RFP508383
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
$0.00
$0.00
Supervisors
1
$78.00
$78.00
Monthly Total
$78.00
9) David Herring Center,2301 NW 23rd Street, Miami, FL 33142
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$130.00
$130.00
Monthly Total
$130.00
10) Auto Pound, Corner of 3r`�Avenue and NW 7t Street, Miami, FL 33128
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$75.00
$75.00
Monthly Total
$75.00
11) Internal Affairs, 5040 NW 7th Street, 9th Floor, Miami, FL
Description
Number of
Unit Price Per Month
Total Price Per Month
Emplo ees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$1583.00
$1583.00.
Monthly Total
$1583.00
RFP 508383, Janitorial Services
45
City of Miami, Florida
RFP508383
12) Bicycle Detail, 460 NE 2"d Avenue, Miami, FL
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$75.00
$75.00
Monthly Total
$75.00
13) Mounted Stables, 360 NW 3rd Street, Miami, FL 33130
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$75.00
$75.00
Monthly Total
$75.00
14) Coconut Grove Substation, 3727 Grand Avenue, Miami, FL 33133
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
0
$0.00
$0.00
Supervisors
1
$200.00
$200.00
Monthly Total
$200.00
RFP 508383, Janitorial Services
46
City of Miami, Florida
RFP508383
B. PROJECT WORK
Project Work shall be performed by the Contractor according to the frequencies established
below. The rates for Project Work shall only be used, subsequent to contract award. The City
reserves the right to negotiate the pricing on a project by project basis at the City's sole
discretion.
Project Work
Frequency
Total Price
1.
Carpet cleaning, including stairways and
landings, using appropriate method.
Six (6) times a year
$48,000.00
2.
Pressure wash and/or scrub all exterior non -
carpeted floors including all steps, stairs,
dock floors and platforms.
Quarterly
$4,000.00
3.
Machine scrub concrete floors.
Quarterly
$7,580.00
4.
Exterior window washing and conditioning,
all floors.
Semi -Annually
$32,000.00
5.
High dusting.
Semi -Annually
$4,000.00
6.
Vacuum mini -blinds.
Semi -Annually
$850.00
7.
Wash mini -blinds.
Semi -Annually
$850.00
8.
Strip and refinish vinyl floors.
Semi -Annually
$14,000.00
9.
Strip and refinish ceramic tile.
Semi -Annually
$28,000.00
10.
Restoration and crystallization of marble and
granite
Three (3) times a
year
$30,000.00
11.
Interior window washing and conditioning, all
floors.
Semi -Annually
$4,200.00
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) 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.
RFP 508383, Janitorial Services
47
City of Miami, Florida RFP508383
EXHIBIT D
INSURANCE REQUIREMENTS
RFP 508383, Janitorial Services
48
INSURANCE EXHIBIT
INSURANCE REQUIREMENTS FOR A CERTIFICATE OF
INSURANCE JANITORIAL SERVICES CITYWIDE
I. Commercial General Liability (Primary & Non Contributory)
A. Limits of Liability
Bodily Injury and Property Damage Liability
Each Occurrence $1,000,000
General Aggregate Limit $ 2,000,000
Products/Completed Operations $ 1,000,000
Personal and Advertising Injury $1,000,000
B. Endorsements Required
City of Miami listed as an additional insured
Contingent and Contractual Exposures
Premises and Operations
Primary Insurance Clause Endorsement
II. Business Automobile Liability
A. Limits of Liability
Bodily Injury and Property Damage Liability
Combined Single Limit
Any Auto, Owned or Scheduled Autos
Including Hired, Borrowed or Non -Owned Autos
Any One Accident $ 1,000,000
B. Endorsements Required
City of Miami listed as an additional insured
III, Worker's Compensation
Limits of Liability
Statutory -State of Florida
Waiver of subrogation
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
IV. 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
The above policies shall provide the City of Miami with written notice of
cancellation or material change from the insurer in accordance to policy provisions.
Companies authorized to do business in the State of Florida, with the following
qualifications, shall issue all insurance policies required above:
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.
City of Miami, Florida RFP508383
EXHIBIT E
CORPORATE RESOLUTIONS
AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA
(To be provided upon document execution)
RFP 508383, Janitorial Services
49
City of Miami, Florida RFP508383
CORPORATE RESOLUTION
(This Resolution needs to authorize the signatory to sign)
WHEREAS, £\%J te....0.5%n45 5 , a t"-(-- 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;
NOVV, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this
corporation is authorized to enter into the Agreement with the City, and the President and the
Secretary are hereby authorized and directed to execute the Agreement in the name of this
Corporation and to execute any other document and perform any acts In connection therewith
as rnay be required to accomplish Its purpose.
IN WITNESS WHEREOF, thls 97. day of E4hruefey, 2016.
Bvsii14 $5 Servi e.t,S nc.. ("Provider")
An , (State) Corporation
By: (sign)
Print Name: IJLLU-14
TITLE:
Print Name:
(sign)
11.17,r) cno.701 !:;rovir.o.c
20
Detail by Entity Name Page 1 of 2
Detail by Entity Name
Florida Profit Corporation,
ABLE BUSINESS SERVICES, INC.
Filing Information
Document Number P01000113131
FEI/EIN Number 65-1156551
Date Filed 11/28/2001
State FL
Status ACTIVE
Last Event CANCEL ADM DISS/REV
Event Date Filed 10/19/2004
Event Effective Date NONE
Principal Address
3187 NW 38 STREET
MIAMI, FL 33142 UN
Changed: 04/08/2012
Mailing Address
3187 NW 38 STREET
MIAMI, FL 33142
Changed: 05/17/2009
Registered Agent Name & Address
BERRY, WILLIAM L
14265 SW 108TH COURT
MIAMI, FL 33176
Officer/Director Detail
Name & Address
Title PRES
BERRY, WILLIAM L
14265 SW 108 COURT
MIAMI, FL 33176
Annual Reports
Report Year Filed Date
2013 04/20/2013
2014 04/22/2014
2015 04/26/2015
Document Images
04/26/2015 -•• ANNUAL REPORT
View image in PDF format
http ://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/4/2016
' Detail hvEntity Name Page 2o[2
O4/22/2U14—ANNUAL REPORT
U4/202013—ANNUAL REPORT
0408/2012—ANNUAL REPORT
04/04/2011—ANNUALREPORT
{KDD&/2O1OANNUAL REPORT
-
O3/17/2010—ANNUAL REPORT
U5/17C200S^'ANNUAL REPORT
U3/25/20O8—ANNUAL REPORT
O3/i3/2O08—ANNUAL REPORT
05/3O/2O07—ANNUAL REPORT
01/27/20U8—ANNUAL REPORT
O4/04/20O5—ANNUAL REPORT
10/19/2004—RBNBTATEMENT
03/10/2003 ANNUAL EpORT
OS/21/2002—ANNUAL REPORT
11/28/2UV1—DomesUcProfit
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View Image in PDF format
View image in PDF format
View image in PDF format
View Image In PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
C Duyriuh @om privac,roll*=
City of Miami, Florida RFP508383
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,
Carlos Rosario Cleaning Service Corporation a Corporation, qualified to do business in the
State of Florida whose principal address is 10420 SW 16th Street, Miami, Florida 33165
hereinafter referred to as the ("Contractor").
RECITALS:
WHEREAS, the City of Miami issued a Request for Proposals No. 508383 on,
September 25, 2015 (the "RFP" attached hereto, incorporated hereby, and made a part of as
Exhibit A) for the provision of Janitorial Service for Group 6, ("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
WHEREAS, the City and the Contractor desire to enter into this Agreement under the
terms and conditions set forth herein.
RFP 508383, Janitorial Services
1
City of Miami, Florida RFP508383
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, October 23, 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 October 23, 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
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 full qualification 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.
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,
RFP 508383, Janitorial Services
3
City of Miami, Florida RFP508383
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.
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.
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
RFP 508383, Janitorial Services
4
City of Miami, Florida RFP508383
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.
5. OWNERSHIP OF DOCUMENTS:
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
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
RFP 508383, Janitorial Services
5
City of Miami, Florida RFP608383
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
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.
RFP 508383, Janitorial Services
6
City of Miami, Florida RFP508383
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.
Contractor further agrees to include in all of Contractor's agreements with
subcontractors for any Services related to this Agreement this provision requiring
RFP 508383, Janitorial Services
7
City of Miami, Florida RFP508383
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 Taws. 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,
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
RFP 508383, Janitorial Services
8
City of Miami, Florida RFP508383
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.
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
RFP 508383, Janitorial Services
9
City of Miami, Florida RFP508383
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.
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 a
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
RFP 508383, Janitorial Services
10
City of Miami, Florida RFP508383
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
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
RFP 508383, Janitorial Services
11
City of Miami, Florida RFP508383
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.
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
RFP 508383, Janitorial Services
12
City of Miami, Florida RFP508383
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.
TO CONTRACTOR:
Carlos Rosario Cleaning Service Corp.
10420 SW 16th Street
Miami, FL 33165
Mr. Carlos Rosario
President
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
RFP 508383, Janitorial Services
13
City of Miami, Florida RFP508383
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.
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.
RFP 508383, Janitorial Services
14
City of Miami, Florida RFP508383
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.
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,
RFP 508383, Janitorial Services
15
City of Miami, Florida RFP508383
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
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
RFP 508383, Janitorial Services
16
City of Miami, Florida RFP508383
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.
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
RFP 508383, Janitorial Services
17
City of Miami, Florida RFP508383
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
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)
APPROVED AS TO LEGAL FORM
AND CORRECTNESS:
"Contra tor"
/4V
By: OA (IA) r
Print Na e:
Title: p 0 SAVA
(Authorized Corporate Corporate Officer)
Ma: OF FLORIDA OPUNTY,OP
Sworn to (or afbrened) and subscribed Cam) me•thia
'TVt0a10
signaturo
APPROVED AS TO INSURANCE
REQUIREMENTS:.
Victoria Mendez Ann -Marie Sharpe
City Attorney
Risk Management Director
RFP 508383, Janitorial Services
19
City of Miami, Florida RFP508383
EXHIBIT A
RFP No. 508383
RFP 508383, Janitorial Services
21
City of Miami, Florida RFP508383
EXHIBIT B
SCOPE OF WORK
1. OVERVIEW
The City has contracted for 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)
and your firm is being awarded Group 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.
The City will consider renewing the contract only if the Contractor has met the Acceptable
Quality Levels (AQL's) as described in Section 7 Quality Control -Inspection and Acceptance.
2. PERFORMANCE STANDARDS
Services performed under this Contract shall be subject 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.
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.
RFP 508383, Janitorial Services
22
City of Miami, Florida RFP508383
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 done
without causing discoloration.
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)
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 legs are clean of dirt 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).
RFP 508383, Janitorial Services
23
City of Miami, Florida RFP508383
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, Contractor
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 Contractor 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 anthare subjectto the standards described in full.
Services, in addition to or separate from the services specified herein, may be deemed
necessary by the City's Project Manager. The Contractor 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 Contractor 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 Exhibit C, Price Schedule.
The Contractor 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 Contractor shall distribute the supplies to the needed facilities and insert
them in the dispensers. The Contractor 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.
RFP 508383, Janitorial Services
24
City of Miami, Florida RFP508383
2. Be responsible for determining the type, quality and characteristics of all materials,
which shall be used in the facilities to be serviced. The Contractor 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 Contractor 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 Contractor 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 Contractor 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 Contractor 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. Contractor
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 withJhese—r_e_quirements shall be borne solely
by the Contractor. Barricades and applicable signs shall be provided and put in place by
the Contractor when work is performed in areas traversed by persons, or when deemed
necessary by the City Project Manager.
5. Keep its portion of the allocated space in accordance with applicable regulations and
codes such as fire and health. The use of such allotted space shall be the Contractor's
responsibility and any damage to property or injury to persons resulting from the
Contractor's use of allotted space shall be the Contractor'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 Contractor's use.
6. Furnish and provide all equipment required by the Contractor in performance of its
duties, as set forth herein, at its sole expense. All equipment used in the janitorial and
cleaning 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 Contractor 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.
RFP 508383, Janitorial Services
25
City of Miami, Florida RFP508383
7. Provide an adequate number of trained and qualified 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 Contractor's
employees at all times and be responsible for monitoring personnel activities and
resolving any service problems with the designated City Project Manager. The
Contractor'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 Contractor'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 Contractor.
8. Provide janitorial staffing that will accommodate the hours of operation for the specific
facility as indicated by the City Project Manager for that facility (i.e., 6am-3pm, 5pm-
11 pm, 11 pm -lam, 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 Contractor, 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.
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". If the Contractor(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 Contractor(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. Contractor(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 Contractor 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,
RFP 508383, Janitorial Services
26
City of Miami, Florida RFP508383
Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas
Day.
2. Due to seasonal demands some facilities may require additional supplies. Contractor
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 Contractor, except that of window washing, carpet and floor cleaning, which may be
performed by a subcontractor. The Contractor 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 addition, staffing 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-11 pm), The Contractor shall provide
appropriate training to employees prior to the beginning of service under this Contract to ensure
competent performance of the work. The Contractor shall provide, when submitting names of
employees, documentation of type and amount of training received by each employee. The
Contractor 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 Contractor shall provide a listing of
names, emergency telephone numbers and numbers of supervisory personnel assigned to the
contract. It shall be the Contractor'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 Contractor'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 Contractor shall supply.
The Contractor's name and/or logo shall appear on employees' clothing. The City
Project Manager may request removal of any employee not properly uniformed. The
Contractor shall also ensure that such employees wear proper and fully enclosed
footwear while working on premises. Appropriate protective clothing, shoes, and other
safety equipment shall be worn as required.
2. Wear identification badges at all times. Contractor 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 person, unless said individual is an authorized
Contractor employee.
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
RFP 508383, Janitorial Services
27
City of Miami, Florida RFP508383
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 Contractor 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 Contractor for each
employee anticipated to work in City facilities. The Contractor 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 Contractor, 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 Contractor and the City Project Manager's shall meet prior to the first week of
the contract start date to discuss the Contractor'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 Contractor may
need to perform. In order to meet the quality expected by the City of the Contractor,
additional tasks may be required. The Contractor shall perform any and all tasks
necessary to achieve the performance standards detailed in Section 2. The Contractor
should be fully aware of the requirements of Section 3, Service Requirements, as well as
Section 7, Quality Control -Inspections and Acceptance.
1) Empty all trash receptacles, including those found in parking lots and replace liner
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.
RFP 508383, Janitorial Services
28
City of Miami, Florida RFP508383
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, Contractor 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.
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 City Project Manager irregularities or damage in 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 considered unsafe, 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 Contractor 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
Contractor 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
Contractor's supervisory personnel and the City Project Manager. A summary of the
incident and resolution shall be contained in the daily report form.
RFP 508383, Janitorial Services
29
City of Miami, Florida RFP508383
9. The Contractor 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 Contractor 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, Service Requirements and 6, Miscellaneous Services 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 Contractor and the Contractor 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
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 in order for the Contractor to be in compliance with the
terms of the contract. The acceptable quality level in order for the Contractor to be considered
for a contract renewal is that the Contractor be in compliance on 90% of the contract term
measured in days.
9. COMPLIANCE REQUIREMENTS
The Contractor shall:
1. Supply, at no cost to the City, samples for testing of any supplies or materials used by
the Contractor in the accomplishment of the required services. Such samples may be
taken at the discretion of the City with notice to the Contractor, from the supplies or
materials being used "on-the-job", and/or from any original containers of the
Contractor's reserved supply. The Contractor 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. Contractor 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 Contractor(s) shall be responsible for meeting compliance prior
to Contract acceptance and shall provide proof of program to the City Project
Manager.
RFP 508383, Janitorial Services
30
City of Miami, Florida RFP508383
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 Contractor(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 Contractor(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: Contractor 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
The City will, on a space available basis, provide closet space at each facility for the
Contractor'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 Contractor 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
Contractor to keep such space clean, neat and organized. City representatives reserve the right
to inspect such closet spaces at any time. The Contractor 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 Contractor or any of its subcontractor.
11. SERVICE LOCATIONS
GROUP
LOCATION
ADDRESS
GROUP 1
MRC BUILDING
444 SW 2ND AVE
MIAMI, FL 33130
GSA
GSA ADMINISTRATION
1390 NW 20TH STREET
MIAMI, FL 33142
PROPERTY MAINTENANCE
1975 NW 12TH AVE
MIAMI, FL 33142
COMMUNICATIONS WAREHOUSE
110 NW SOUTH RIVER DRIVE
MIAMI, FL 33136
GROUP 2
DREAM
LITTLE HAITI CULTURAL CENTER
212-260 NE 59TH TERR
MIAMI, FL 33137
BLACK POLICE PRECINCT &
MUSEUM
480 NW 11t STREET
MIAMI, FL 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
RFP 508383, Janitorial Services
31
City of Miami, Florida
RFP508383
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 NW 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
Location deleted per Addendum #7
900 SOUTH MIAMI AVE
STE #183
MIAMI, FL 33130
NET MODEL CITY
1000 NW 62ND STREET
MIAMI, FL 33150
NET WYNWOOD
101 NW 34TH STREET
MIAMI, FL 33127
*NET ADMINISTRATION
Added to Group 6, since this site is at
the same location as Item 5
151 NW 27TH AVE
MIAMI, FL 33126
GROUP 4
PARKS &
RECREATION
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
Address correction per
Addendum #7
6447 NE 7TH AVE
MIAMI, FL 33138
JOSE MARTI PARK AND GYM
351 SW 4TH STREET
RFP 508383, Janitorial Services
32
City of Miami, Florida
RFP508383
MIAMI, FL 33130
VIRRICK PARK AND GYM
3230 HIBISCUS STREET
COCONUT GROVE, FL 33133
GRAPELAND HEIGHT WATER PARK
1550 NW 37 AVE
MIAMI, FL 33125
SANDRA DeLUCCA DEVELOPMENT
CENTER
4560 NW 4TH TERR
MIAMI, FL 33126
SOUTHSIDE PARK
140 SW 11 TH STREET
MIAMI, FL
GROUP 5
COLLEGE OF POLICE
350 NW 2ND AVE
MIAMI, FL, 33128
ADMINISTRATION BUILDING
400 NW 2ND AVE
MIAMI, FL 33128
*LAW ENFORCEMENT
OFFICERS MEMORIAL HIGH
SCHOOL
Janitorial services are for the
common public area per
Addendum #7.
300 NW 2ND AVE
3rd 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 PATROL/MIAMI YACHT
1001 MCARTHUR CAUSEWAY
MIAMI, FL
2301 NW 23RD STREET
POLICE
DAVID HERRING CENTER
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
Location deleted per Addendum #7
1290 NW 20TH STREET
MIAMI, FL 33142
MOUNTED STABLES
360 NW 3RD STREET
MIAMI, FL 33130
COCONUT GROVE SUBSTATION
3727 GRAND AVE
MIAMI, FL 33133
GROUP 6
PUBLIC WORKS
OPERATIONS TRAILERS
1290 NW 20TH STREET
MIAMI, FL 33142
RFP 508383, Janitorial Services
33
City of Miami, Florida
RFP508383
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 7 STREET
MIAMI, FL 33136
GRANTS
MIAMI OFFICE OF SUSTAINABLE
INITIATIVES/GREEN LAB
151 NW 27TH AVE
MIAMI, FL 33125
*Indicates changes via Addendum.
12. PROHIBITED 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)
• Fire ( 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 Contractor shall discontinue use of any products that the City's Risk Management
Department determines to be an unacceptable health or safety hazard.
2. The Contractor 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.
RFP 508383, Janitorial Services
34
City of Miami, Florida
RFP508383
EXHIBIT C
Price Schedule
Prices shown below are the monthly prices for providing the services as stated in the Scope of
Services (Exhibit B). The prices stated are the not -to -exceed monthly labor rates for workers
and supervisors for each location within Group 6. These prices include the cost for supplies,
equipment, and any other out of pocket expenses.
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
1
$1,120.00
$1,120.00
Supervisors
1
$300.00
$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
$1,680.00
Supervisors
1
$300.00
$300.00
Monthly Total
$1,980.00
3) Fire, Fire Training Center, 3425 Jefferson Street, Miami, FL 33133
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$1,680.00
$1,680.00
Supervisors
1
$300.00
$300.00
Monthly Total
$1980.00
RFP 508383, Janitorial Services
35
City of Miami, Florida
RFP508383
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
Workers
2
$1,680.00
$3,360.00
Supervisors
1
$300.00
$300.00
Monthly Total
$3,660.00
5) Grants, Miami Office of Sustainable Initiatives/Green Lab, 151 NW 27th Avenue, Miami,
FL 33125 This is also the location of the NET Administration.
Description
Number of
Unit Price Per Month
Total Price Per Month
Employees
Personnel
Workers
1
$1,120.00
$1,120.00
Supervisors
1
$300.00
$300.00
Monthly Total
$1,420.00
B. PROJECT WORK
Project Work shall be performed by the Contractor according to the frequencies established
below. The City reserves the right to negotiate the pricing on a project by project basis at the
City's sole discretion.
Project Work
Frequency
Total Price
Carpet cleaning, including and
1.
-stairways
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 platforms.
Quarterly
$15,000.00
3.
Machine scrub concrete floors.
Quarterly
$10,00000
4.
Exterior window washing and conditioning,
all floors.
Semi -Annually
$11,500.00
5.
High dusting.
Semi -Annually
$5,000.00
6.
Vacuum mini -blinds.
Semi -Annually
$4,000.00
$5,000.00
7.
Wash mini -blinds.
Semi -Annually
8.
Strip and refinish vinyl floors.
Semi -Annually
$8,000.00
9.
Strip and refinish ceramic tile.
Semi -Annually
$8,000.00
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
RFP 508383, Janitorial Services
36
City of Miami, Florida RFP508383
Notes:
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) 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.
RFP 508383, Janitorial Services
37
City of Miami, Florida RFP508383
EXHIBIT D
INSURANCE REQUIREMENTS
RFP 508383, Janitoitial Services
38
INSURANCE EXHIBIT
INSURANCE REQUIREMENTS FOR A CERTIFICATE OF
INSURANCE JANITORIAL SERVICES CITYWIDE
I. Commercial General Liability (Primary & Non Contributory)
A. Limits of Liability
Bodily Injury and Property Damage Liability
Each Occurrence $1,000,000'
General Aggregate Limit $ 2,000,000
Products/Completed Operations $ 1,000,000
Personal and Advertising Injury $1,000,000
B. Endorsements Required
City of Miami listed as an additional insured
Contingent and Contractual Exposures
Premises and Operations
Primary Insurance Clause Endorsement
II. Business Automobile Liability
A. Limits of Liability
Bodily Injury and Property Damage Liability
Combined Single Limit
Any Auto, Owned or Scheduled Autos
Including Hired, Borrowed or Non -Owned Autos
Any One Accident $ 1,000,000
B. Endorsements Required
City of Miami listed as an additional insured
III. Worker's Compensation
Limits of Liability
Statutory -State of Florida
Waiver of subrogation
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
IV. 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
The above policies shall provide the City of Miami with written notice of
cancellation or material change from the insurer in accordance to policy provisions.
Companies authorized to do business in the State of Florida, with the following
qualifications, shall issue all insurance policies required above:
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.
City of Miami, Florida RFP508383
EXHIBIT E
CORPORATE RESOLUTIONS
AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA
(To be provided upon document execution)
RFP 508383, Janitorial Services
39
City of Miami, Florida RFP508383
CORPORATE RESOLUTION
(This Resolution needs to authorize the signatory to sign)
WHEREAS, OSAr 0 •eaRvic 504 ic,AS i-JA corporation, desires to
enter into -an agreementwith 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;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this
corporation is authorized to enter into the Agreement with the City, and the President and the
Secretary are hereby authorized and directed to execute the Agreement in the name of this
Corporation and to execute any other document and perform any acts in connection therewith
as may be required to accomplish its purpose.
IN WITNESS WHEREOF, this 0"0 day o
g05.AAb' deGt1 SCitiiiCej
An I1o'k
By:
Print Name: CAlloi gosoviO
TITLE: 19(er;-01e ri -
2016,
("Provider")
(State) Corporation
(sign)
(sign)
Print Name:
State of
County of
This instrum
�n.Lday of
was acisnowled
2QX_ by
laostoimobiolowlamoomatoolamookwillwohisoralowir
'''' ' GINA VELASQUEZ
il Notary Public • State of Florida
• Commission # FF 239884
4 . My Comm. Unitas Jun 26, 2019
I "i•tga,k, i‘ Bonded through National Notary Assn,
Poirooriorueh
RF? 508383, Janitorial Servioe,s
20
'
w`YvvSonbiz.nIg-Department of State
Page I of I
Contact Us
E-FilingS*mioov
Previous onList Next on List Return 1nList
No Filing History
Fictitious Name Detail
Fictitious Name
ROGAR|OCLEANING SERVICES 1
Filing Information
Registration Number G1GOOOO72818
Status ACTIVE
Filed Dote 07/13/2016
Expiration Date 1281/2020
Current Owners 1
County MULTIPLE
Total Pages 1
Events Filed NONE
FB/E|N Number NONE
KOaUimgAddress
�
10420SVV10ST
Owner Information
CARLOSRO8AR1OCLEANING SERVICE CORP
10420GVV108T
K8|AM|.FL38105
FB/E|NNumber: 74-31Q4S20
Document Number: PO0OOO144084
Document Images
Previous on List Next on List Roturn to List
NoFiling History
Document Searches
/ I tome | cotimc oy | [)Qculnent Searches | |rm`TIS| nuo |
State of Florida, 0epai trnent of State
Fictitious Name Search
Fictitious Name Search
Submit
hfhp)YwYYw.Gunbiz..cxu OUuDl=Gl50000726{@&Td— 2/]0/20]6
APPLICATION FOR REGISTRATION OF FICTITIOUS NAME
REGISTRATION# G15000072618
Fictitious Name to be Registered: ROSARIO CLEANING SERVICES 1
Mailing Address of Business: 10420SW 16ST
MIAMI, FL 33165
Florida County of Principal Place of Business: MULTIPLE
FEI Number:
Owner(s) of Fictitious Name:
CARLOS ROSARIO CLEANING SERVICE CORP
10420SW 16ST
MIAMI, FL 33165 US
Florida Document Number: P06000144984
FEI Number: 74-3194920
FILED
Jul 13, 2015
Secretary of State
I the undersigned, being an owner in the above fictitious name, certify that the information indicated on this form is true and
accurate, I further certify that the fictitious name to be registered has been advertised at least once in a newspaper as defined
in Chapter 50, Florida Statutes, in the county where the principal place of business is located. I understand that the electronic
signature below shall have the same legal effect as if made under oath and I am aware that false information submitted in a
document to the Department of State constitutes a third degree felony as provided for in s. 817.155, Florida Statutes.
CARLOS ROSARIO 07/13/2015
Electronic Signature(s) Date
Certificate of Status Requested ( ) Certified Copy Requested ( )