Loading...
Agmt w/ CHI-ADA Corporation ***** 1J1/kj 3;1boV-12 2/1 Miami Beach mr m - AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CHI--ADA CORPORATION, INC. FORCI1YWIOE JANitORIAL SERVICES PURSUANT TO BID # 34-02/03 ".. . .....,. .... --,:::-...-....".. . -.. -.. '.. ..... . .. . 4 . Outstaiiding Agency. . OA:Accreditation Achievement Award CITY CLERK CITYWIDE JANITORIAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CHI-ADA CORPORATION, INC. PURSUANT TO BID NO. 34-02/03 THIS AGREEMENT made and entered into this _st day of , 2004, by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and CHI-ADA CORPORATION, INC. (hereinafter referred to as Contractor), whose address is 135 NW 163 Street, Miami, Florida 33169. SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor. Bid: Bid No. 34-02/03 for Citywide Janitorial Services and Contractor's bid in response thereto. City Manager: The Chief Administrative Officer of the City. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed pursuant to or undertaken under this Agreement, as described in Section 2 and Exhibit "A" of this Agreement. Compensation: Amount paid to the Contractor to cover the costs of the Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673-7023. 1 SECTION 2 SCOPE OF WORK The scope of work and the locations that janitorial services are to be performed by Contractor is set forth in Exhibit "A," entitled "Scope of Services". (also referred to as Services or Janitorial Services) SECTION 3 COMPENSATION 3.1 FEE Contractor shall be compensated for the Services to be provided herein, pursuant to the total monthly bid amount per location upon acceptance by the City for Janitorial Services set forth in Exhibit "A". 3.2 INVOICING Contractor shall submit an invoice, which includes the purchase order number and a detailed description of the Services or portion there of provided. 3.3 METHOD OF PAYMENT Payments shall be made for Services satisfactorily performed, as reasonably determined by the City, within thirty (30) days of the date of invoice, in a manner satisfactory to and as approved and received by, the City. Contractor shall mail all invoices to: City of Miami Beach Accounts Payable 1700 Convention Center Drive 3rd Floor Miami, Florida 33139 with a copy to: City of Miami Beach Public Works Department 1700 Convention Center Drive 4th Floor Miami Beach, Florida 33139 2 SECTION 4 GENERAL PROVISIONS 4.1 (INTENTIONALLY OMITTED) 4.2 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein. 4.3 DURATION AND EXTENT OF AGREEMENT The initial term of this Agreement shall commence after the last date execution of this Agreement by the parties here to, and upon subsequent issuance date ofthe Notice to Proceed, and shall run for a two-year period. This Agreement may be renewed for four (4) additional one year terms, at the City's sole discretion upon written notice to Contractor; said notice to be provided within thirty (30) days ofthe expiration of the initial term, or of a subsequent renewal, as the case may be. The Bid prices will remain in effect for a twenty-four (24) month period following the issuance of the City's Notice to Proceed, at which time they will be reconsidered for adjustment prior to renewal of the applicable renewal term following such 24 month period, as follows; Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the Agreement. 4.4 TIME OF COMPLETION The Services to be rendered by the Contractor shall be commenced upon receipt of a written Notice to Proceed from the City subsequent to the execution of the Agreement, and Contractor shall adhere to the schedule as referenced by Exhibit "A" hereto. A reasonable extension of time may be granted, in the City's sole discretion, in the event the work of the Contractor is delayed or prevented by the City of by any circumstances beyond the reasonable control of the Contractor, including weather conditions or acts of God render performance of the Contractor's duties impracticable. 3 4.5 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its employees, agents, sub-Contractors, or any other person or entity acting under Contractor's control, in connection with the Contractor's performance of the Services pursuant to this Agreement; and to that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's Indemnity Agreement. This subsection 4.5 shall survive the expiration and/or termination of this Agreement. The Contractor's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4.6 TERMINATION. SUSPENSION AND SANCTIONS 4.6.1 Termination for Cause If the Contractor shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate the Services then remaining to be performed. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular terms of this Agreement and shall grant Contractor seven (7) days to cure such default. If such default remains uncured after seven (7) days, the City, upon three (3) days' notice to Contractor, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. 4 The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 4.6.2 Termination for Convenience of City THE CITY MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE SERVICES THEN REMAINING TO BE PERFORMED AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION, WHICH SHAll BECOME EFFECTIVE FORTY-FIVE (45) DAYS FOllOWING RECEIPT BY THE CONTRACTOR OF THE WRITTEN TERMINATION NOTICE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHAll BE PAID FOR ANY SERVICES SATISFACTORilY PERFORMED, AS DETERMINED BY THE CITY AT ITS SOLE DISCRETION, UP TO THE DATE OF TERMINATION. 4.6.3 Termination for Insolvency The City also reseNes the right to terminate the remaining SeNices to be performed in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.6.2. 4.6.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City or the State of Florida may determine to be appropriate, including but not limited to, withholding of payments to the Contractor under the Agreement until the Contractor complies and/or cancellation, termination or suspension of the SeNices. In the event the City cancels or terminates the SeNices pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.6.2. 4.7 CHANGES AND ADDITIONS Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Contractor. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City. 5 4.8 AUDIT AND INSPECTIONS At any time during normal business hours and as often as the City may deem necessary, Contractor shall make available to the City and/or such representatives as the City may deem to act on its behalf, to audit, examine and make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. Contractor shall maintain any and all records necessary to document compliance with the provisions of this Agreement. 4.9 ACCESS TO RECORDS Contractor agrees to allow access during normal business hours to all financial records to the City and/or such authorized representatives as it may deem to act on its behalf, and agrees to provide such assistance as may be necessary to facilitate financial audit by the City or its representatives when deemed necessary to insure compliance with applicable accounting and financial standards. Contractor shall allow access during normal business hours to all other records, forms, files, and documents which have been generated in performance of this Agreement, to those personnel as may be designated by the City. 4.10 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Contractor shall not subcontract, assign, or transfer any work under this Agreement without the prior written consent of the City. 4.11 SUB-CONTRACTORS The Contractor shall be liable for the Contractor's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of sub-contractors, employees, agents, or any other person or entity acting under the direction or control of the Contractor. When the term "Contractor" is otherwise used in this Agreement, it shall be deemed to include any sub-contractors and any other person or entity acting under the direction or control of Contractor. All sub-contractors must be approved of in writing prior to their engagement by Contractor. 4.12 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, physical handicap, or sexual orientation. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, disability, or sexual orientation. 6 Such action shall include, but not be limited to the following: employment, upgrading, demotion, or termination; recruitment or recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 4.13 CONFLICT OF INTEREST The Contractor agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance, as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly be employed by the Contractor. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.14 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, design specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Contractor or its employees or subcontractors. 4.15 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Chi-Ada Corporation, Inc. Attn: Bart Okoro 135 NW 163 Street Miami, Florida 33169 7 TO CITY: City of Miami Beach Attn: Robert Parcher/City Clerk 1700 Convention Center Drive Miami Beach, Florida 33139 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.16 LITIGATION JURISDICTIONNENUE This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. 4.17 ENTIRETY OF AGREEMENT This writing and the Services embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superceded hereby. The Services and the Bid are hereby incorporated by reference into this Agreement. 4.18 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $1,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $1,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of $1 ,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] 8 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: ATTEST: By: ~66 ~~ City Clerk FOR CONTRACTOR: ATTEST: BYW_ ~ Secretary ~g/) tHf/!tl ~ #}l..lJNj1)~1I . Print Name Corporate Seal CH, FLORIDA 1S--Jt1 Uj- 0 If Date ~ bltlfLj ~ Print Name 7/WP'l ae APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 9 EXHIBIT" A" CHI-ADA CORPORATION SCOPE OF SERVICES: The Janitorial Services Contractor (Chi-Ada Corp.) shall provide all labor, equipment, tools, chemicals, paper products, supervision, and other items or services necessary to perform the required work as specified by Invitation to Bid 34-02/03 (contract/proposal documents), for the following locations (see attachments "A" and "C"): *Note: Attachment "B"as specified in the Bid Documents Was for beach restrooms, which were not awarded. City Prot>erties Bid Item 3 - Police Department 11 00 Washington Ave., Miami Beach Bid Item 6 - Bass Museum Division Office 2100 Park Avenue, Miami Beach Bid Item 8 - Fire Station #2 2300 Pine Tree Drive, Miami Beach Bid Item 10- Ocean Front Auditorium 1001 Ocean Drive, Miami Beach Bid Item 28 - Golf Course Club House Trailer Miami Beach Golf Course Garae:e ProDerties Bid Item B - lih Street Parking Garage lih Street & Drexel Ave, Miami Beach Bid Item C - 13th Street Parking Garage Collins Avenue & 13th Street ACORIl. CERTIFICATE OF LIABILITY INSURANCE I OATE(MMIOOIYYYV) 6/23/2004 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bendel1 Insurance Group Ino. ONLY AND cONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTf;NO OR P.O. Box 164235 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, M!ami,FL 33116-4235 305-661-2237 INSURERS AFFORDING COVERAGE NAle" INSURED CHI-ADA CORP INSUREI\ A, NATIONAL INSURANCR CO INSURER Bo 135 NW 135 STRRET INSUReR c: N.MIAMI, FL 33169 INSURER Do I INSUI\EI\ E: COVERAGES I THE POLICIES OF INSURANCE LI5TEiD BELOW HAVE BEEN ISSUED TO THE INSUREO NAMED ABOVE FOR THE POLICY f'I<RIOO INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM DR CONDITION OF ANY CONTRACT DR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE; MAY !II< ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESeRI.ED HEREIN IS SUBJECT TO AI.L THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH , POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCEDIIYPAID CLAIMS. :~ ::'~ POLICY NUMBER ~Y?,M~VE ~N LIMITS 1,000,000 ~NERAL LIASILITV IiACH OCCURRENCE $ ~ COMMERCIAL GeNEAAL lJI\BILITV PREMl$ES Ie. ocanncel S 100,000 -0 cu.tU$I4ADE 00 OCCUR MEDEXP(My__1 S EXCLUDED A - CLP-0008000-4/00 03/04/04 03/04/05 PERSONAL&MJV INJURY S 1,000,000 - GENERAL AGGREGATE S 2,000,000 ~'L A=:"nE ~;T "ns PER PROOUCTS-COMProPAGG S 1.000,000 POLlCV P LOC ~TOM08ILE LIABILITY COMBINED SiNGLE LIMIT S ANVAUTO (EuocldOl1I) r- r- ....L OWNED AUTOS aOOILYINJURY SCHEDUlED AUTOS (Per J)lJrwon, $ e- N'" b r- HIllED AUTo. 800ILV1NJURY (Fter&ealjent) $ r- NONoQWNEDAUTOS I-- / ^'AV PROPEI\1'Y DAMAGE '.......-' S (PeriJeddcnl) RGE LIASILITY ( ~ ;/,/ Or AUTO ONLY. lOA ACCIDEm" S ANYAUTO NA OTHER THAN EAACC S AUTO ONLY: AGG $ [jEB8IUMBIlELt.A LII\8ILtrt EACH OCCURRENCE S OCCUR 0 CLAIMSMAOE AGGREGATE S NA $ ~ DEDUCTIBLE S RErem"ION S S WORKBRSCDMPENSATIONANO P ~~t~JNs I I"~R EMPLOYE/lS' LIABILITY s IOU .uvu ANy PFlOMIETQlWAATHI!F4rbECUTIVE ~3-233 07/22/03 07/22/04 E.L. EACH ACCIDENT OFFICERIMEtoIIf,R E)CCllll:2D7 E.L. DISIWlE - EA EMPl.OYli S IUU .VUU m"c~~:JNSIleI'" E.l. DISEASE - POLICY L1..rr S .')UU ,UUV OTHER NA DE8CR/PTlON Of OPERATIONS I LOCATIONSIVEHICl.ES1 EXCLUSIONS ADOEDBY ENDOl\sEMEm"I SPECIAL PROVISIONS JANITORIAL SERVICBS: CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSUR~D ON THB GBN.LIABILITY. CER FICATE HOLDER CITY OF MIAMI BCH. 1700 CONVENTION DRIVE MIAMI BCH ,FL 33139 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO CATE THEREOF. THE ISSUING INSURER WIU.. eNDEAVOR TO MAlL~ CAYS WAITTE", NOTICE TO THE CERnFICATE HOLDER N.....eo TO THE LEFT, SlIT FAlWRE TO DO so SHALt. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIN THE INSURER, ITS AGENTS OR IlEPRESENTATIVES. AUTHORIZED RepRESENTATIVE M:ORD25(2001/0B) ~-,~ AlTACHMENT"A'" cost WORKSH~ETFOR CITY OF MIAMI BEACH BUILDINGS I. We propose and agree, if this Proposal is accepted to contract with the City of Miami Beach, Florida, bid is as a total monthly costlo the City. Bid shall include costs for janitorial workers, supervisors, payroll, taxes, insurance, fringe benefits, chemicals & supplies, tools & equipment, expendable supplies used in replehishing rest !;Oom dispensers such as paper towels, roll tissue, hand soap, etc., overhead and profit neceSsary for any Janitorial Services required to maintain the premise in an acceptable condition and necessary to perform and complete, the work called for by the Specifications for the Bid for the performance of Janitorial services at the locations listed below forthe period of one (1) year with an option to renew on an annual basis for up to four (4) additionall;:me year periods. . THE CITY SOLEY RESERVES THE RlGHT TO AWARD A CONTRACTOR CONTRACTs AS DEEMED BY THE CITY TO BE IN THE 'BEST INTEREST OF THE CIJ'Y. BE ADVISED: UNDER THE LMNG WAG~ ORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFrrs PLUS A . MINIMUM OF $1.25 AN HOUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEAL THBENEFITS. , ALSOPRO\llDE BILL RATE FOR EAcH CLASSIFlATION THAT THE CITY WlU BE BILLED. E. BILL RATE for Supervisors B. Supervisors $9.81 IL. plhour $ 15.00 /.... plhour $ 12.27 A- plhour $ 18.00 ~ plhour A. Custodians BID ITEM "1": CITY OF MIAMI BEACH CITY HALL 1100 Convention Center Drive, Miami Beach, Florida. Exterior Glass Cleaning: (Quarterly) , Additional as needed Hourly Rate Total Monthly Cost: /u, ... 0~1_ ArAt7I ATTACHMENT "A" CONnNUED BID ITEM ''2": SCOTt RAKOW YOUTH CENTER 2700 Sheridan Avenue, Miami Beach,Florida. Exterior Glass Cleaning: (Quarterly) "- TOtal. Monthly Cost to City (Night Cleaning) $3.827.83 Iv .","-,"',.-,...-._... t.:;'i.~/,~;' ,:';_,~r'r,':-:';~~'i'ti;>:,c., 4. Daily Charge: (Day Cleaning Crew) $12 .27!.. per hour worked per person. 5. .Speclal e=hiilrs..: .$~lp~.ft'!H~,Et'P*J~i~llJti'f'PP~.(9Ym~~~!4m .,-., Floor if required more than serni-annually: $_~.lO ~ per square footage. BID ITEM "3" POLICE DEPARTMENT 1100 Washington Avel1ue, Miami Beach, Florida F"lVe (5)personnelshalJ be required Monday through Friday from 8:00AM to 4:00PM. One person shall be required on Saturdays and Sundays for four (4}hours each day. Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BIDlreM "4" HISTORIC CITY HALL 1130 Washington Avenue, Miami Beach,Florlda exterior Glass Cleaning: (Quarterly) $_~,475.00 At Total Monthly Cost: $ 2,305.00 ~ 2 ~,I OYlI-A-At1I' ATTACHMENT "A" CONTINUED BID ITEM "5" . MIAMI BEACH . PUBLIC RESTROONlS - SEE ArrACHMENT "B" BID . ITEM . "6" BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue, Miami Beach,Florlda Exterior Glass Cleaning: (Quarterly) ":,...;;,;:".:,;-,.,',;.;,,, .......Total Month!yeo... s....t..: ,-.,'_;;'~,'S-:;:i~-::.'.\'-,,'..; '_',:,"",_:"-:: :,c_,.:,,_:_..:.,'.'''..,.-... "', .,. .'_;,. . . BID ITEM "T' .SQUTH SHORE COMMUNITY CENTER 833 Sixth.Street, Miami Beach, Florida exterior Glass Cleaning: (Quarterly) Total Monthly Cost: I.. Total Monthly Cost to City (Night Cleaning) $ 28,146.54 "'- HOUrly Charge: (Morning Clean-Up) . Hourly Charge: (Day Cleaning) 2> ,.... UVl ( -M" ATTACHMENT "A;; CONTINUED BID ITEM "S" FIRE STAnON #2, 2300 Pine TrHDr., Miami Beach,FJorlda (2 Bidgs) . Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM *'9"' 21st STREET RECREAOON CENTER 2100 Washington AVEtnue,Mlaml Beach Exterior Glass Cleaning: (Quarterly) Total Monthly.Cost: BID ITEM "1 0" OCEAN FRONT AUDITORIUM 1001 Ocean Drive, Miami Beach, Florida Total Monthly Cost: BIDITE:M "11". . . . . .. . NORTH SHORE COMMUNITY CENTER 7250 Col/lnsAvenue, Miami Beach; Florida TO BE ADDED AFTER COMPLETION OF CONSTRUCTION y .. Gltl.I-AdV} ATTACHME:NT llA" CONTINUED .. BID ITEM "12" NORTH SHORE RECRE:A TlON CENTER 501 - 72nd Street, Miami Beach~ Florida TO BE ADDED AFTER COMPLETION OF CONSTRUCTION BID ITEM "13" MUSS PARK Chase Ave. & 44th Street, Miami Beach, Florida Total Monthly Cost: BID ITE:M "14" TATUM PARK 8050 Byron Avenue, Miami Beach,FIOrida $~O.oo_~_ Total Monthly Cost: BID ITEM "15" . STILLWATER PARK 8440 Hawthorne Ave., Miami Beach, Florida Total Monthly Cost: $450.00",-_ . BID ITEM "16" . FAIRWAY PARK/CresDI Fairway & No. Shote Dr., Miami Beach, Florida Total Monthly Cost: VVh--AAn ATTACHMENT <lA" CONTINUED BID.TEM "17" NORMANDY SHORES PARK 2605 Biarritz, Miami Beach, Florida Total Monthly Cost: f...- BID ITEM ''is'' NORMANDY ISLE PARK 7030 Trouvllle Esplanade, Miami Beach,.Florlda "ft""";';,;i.;;Tota! UOJ1th!y l"..n!:&t" .. ... ,.....;.;;.-...,.-.., t I,::;n r,,-.. - .l... . . - > ""-y" '-'-'."'.. .-',,'oo .' -';;' ... ,-C',"_f", 8LDITEM"19" . . . . PARKS MAINTENANCE BLDG.. 2100 Meridian Ave;,.Mlaml Beach Florida Total Monthly Cost: BIDI'[EM "20" PROPERTY MANAGEMENT BLDG.. 1245 MichIgan Ave., Miami Beach, Florida Total Monthly Cost: BID ITEM "21" FLEET MGMT. & SANITATION BLDG.. 140 MacArthur Causeway, Miami Beach, 6 " 0111- AJ~l ATTACHMENT "Au CONTINUED BID ITEM "22" BEACH PATROL OFFICE. Ocean Drive & 10th Street, Miami Beach, Florida Total Monthly Cost: BID ITEM "23" .. .... .. ...... ... .... ........ PYBUC WORKS YARD OFFICES, 2300 Pine Tree Drive, Miami Beach, Florida . BID ITEM "24" .. . POLIC:;E DEPT. SPECIAL INVEST. UNIT OFFICE, 1831 Bay Rd., Miami Beach, Florida exterior Glass Cleaning: (Quarterly) Total Monthly Cost: . BID ITI;M'i25" MARINE PATROL OFFICE. 1900Purdv Ave..Mlarni Beach, Florida Total Monthly Cost: -=t- 01,- AiP1 ATTACHMENT "A" CONTINUED BID ITEM "26" 777, 17th Street Building, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "2T' 555 Convention Center Drive Buildlrul exterior Glass Cleaning: (Quarterly) ~ Total Monthly Cost: $6,139.00 J... IIDrrEM "28" Golf Course Club House Total Monthly Cost: BID ITEM "29" Bamlnao Park FOOTBALL STADIUM Total Monthly Cost: & ~ U11-~ ArrACHMI:NT "A" CONTINUED GRAND TOTAL FOR ALL FACIUTIES QUARtERLY GLASS CLEANING: $ 9.142.83 t.,. GRAND TOTAL FOR JANITORIAL SERVICES EXCLUDING PUBLIC RESTRooMS e.,.. b. fringe benefits........ ... ........ ...... ....$..6....3~..6.5..._h c.chemical supplies........................$ 1,484.83 ( d. Expendableltems........................$2....712.90 ~ or OV/I-ItAt?l ATTACHMENT "A"CONTlNUED The follOWing are cleaning on an as needed basis. Bid Price shall be "per cleaning" Per Cleaning Per Cleaning Per Cleanin Per Cleanin RESTROOMSREQUIRECLEANINC 2 TIMES PER DAY, 7 DAYS PER WEEK. C'ENHANCEDSERVlCES") ..40 ();,,-Ad~ ATTACHMENT "A" CONTINUeD The following services will be on an as needed baSis. L Cost NAME OF COMPANY: CRT-ADA. CORPORATTtlN PRINT NAME OF AUTHORlZEDREPRESENTATnfE: BartOkoro SIGNATURE: f.;Jrl~lf) .... DATE:. 6/7/c~ ATTACHMENT "C" COST WORKSHEET FOR. PARKING GARAGES OF THE CITY OF MIAMI BEACH .." ffi1, .,AcAPi We propose. and agree, if this Proposal is . acCepted to contract With the City of Miarni Beach, Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers. supervisors, payroll, taxes, insurance, fringe benefits, chemicals & supplies, tools & equipment,. expendable supplies used inrepleni$hing rest room dispensers such as paper towels, roll tissue, hand soap, etc., overhead and profit necessary for any Janitorial Servioos required to maintain the premise in an ac<:eptable condition and necessary to perform and complete the work called for by the Specifications for the Bid. for the performance of . Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. THE CITY SOLEYR.ESERVES THE RIGHT TO AWNtD A CONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: UNDER THE LMNG WAGE OROlNANCECONTRACTORi$EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN HOUR MUST BE .PAlD TOWARDS EMPLOYEE'S HEALTH BENERTSOR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. " .' " - . ALSO PROVIDE I3ILL RATE FOR EACH CLASSIFIA'TION THAT THE CITY WILL BE BILLED. A. Custodians B. . Supervisors D. BILL RATE for Supervisors $ 12.271.... plhour $ 15.00 L. plhour $ L2" 27/... plhour $ 18.00 A pJhour E. Ratio of Supervisors to workers: 1 to 10 Ivt. TOTAL MONTHLY COST TO THE CITY: $ 4,582.14 ~ I If "\ Oh,-AJt/t ATTACHNlENT"C" CONnNUED B!D ITEM"B" 12th ST. PARKING GARAGE Drexel Ave: & 12th Sl,Miarnl Beach,Florlda TOTAL MONTHLY COST TO THE CITY: $ 1,521.00 BID ITEM "C" 13th ST. PARKING GARAGE.. Collins Ave. & 13th St., Miami Beach, Florida TOTAL MONTHLY COST TO THE CITY: $ 1,521.00 BID ITEM. "D" 17th ST. PARKING GARAGE., ColllnsAlie. & 17th St., Miami Beach,FlorIda TOTAL MONTHLY COST TO THE CITY: $ 3 ,527 .50 .~ BID ITEM "E" 42 Street ParkinaGaraae, 42nd Street & Royal Palm.Ave TOTAL MONTHLY COST TO THE CITY: $ 4,582.00 k GRAND TOTAL PER MONTH TO THE CITY 15,733.64 Iv" ?- O~,-AA~ ATTACHME:NT "e" CONTINUED Total Monthly Cost Breakdown: a. payroll, taxes & insurance...;.......$ll.il.O..6....6lL.fv.-, b.fringebenefits............................ .$2!~~~_..!. c. chemicalsupplies........................$ 472 .00 It.. d. Expendable Items........................$ 2 ,150.00 .J,... Additional Cleanlngs. (Cleanlngs not speclfledlnthebld specifications) 11,... pel' hour Use of Contractors'PressuteCleaning Equipment. per hour (Pressure Cleaning not specified in the bid specifications) $25-Oll.--~_per.hour NAME OF COMPANY: CHI~ADA.CORPORATION PRINT NAME OF AUTHORIZED REPRESENTAnvE:_~artOkoro SIGNATURE: ~ 3 . . J. [pelt r~fVr( PROPOSER INFORMATION CHI-ADA CORPORATION City/state: Signature: . Name (Typed): Address: Telephone: (305) 948-5651 .elbnqb~--{}l~q 61( (305) 948-9558 It Is understood and agreed by Proposer that the City reserves the right to reject any ,and all Bids, to make awards on all items or any Items according to the best interest of the City, and to waive any irregularities in the RFP or in the Bids received as a result of theBIO.lt is also understood and agreed by the Proposer that by submitting a Bid, Proposer shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any pOint during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. Proposer certifies that all delinquent and currently due fees, and taxes have been paid. No Individual or entity who is in arrears in any payment under a contract, . promissory note or other loan document with the City, either directly or indirectly thrOugh a firm, corporation, partnership or joint venture shall be allowed to receive . any additional City contracts, purchase orders or extensions of City contracts until either the arrearage has been paid in full or the City has agreed In writing to a payment schedule. Failure to meet the tenns and conditions of any obligation or repayment schedule Shall constitute a defaUlt of the subject COntract and may be cause for SUspension, termination and debarment, In accordance with the terms of _contnocf.~ (Amhorize Signawre) l' l J.{' {p~ , (0 te) Bart Okoro CITY OF MIAMI BEACH rill" "In ~A n""n~ ce"''t ACKNOWLEDGMENT OF ADDENDA REQUEST FOR BIDS NO. 34-02/03 Directions: CornpletePart lor Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No.1. Dated Addendum No.2. Dated Addendum No.3. Dated Addendum No.4, Dated -*-NO addendum was.receivedin connection with this Bid. . Verified with Procurement staff ~d1j ~ 1/~/1).~ I Date Bart Okoro Proposer - Name 1~~ CITY OF MIAMI BEACH DECLARATION Jorge. M. Gonzalez City Manager City of Miami Beach, Florida Submitted this t..R day of ~ M~ ..2003. . The undersigned. as Proposer. declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the contract to which . this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Proposeragrees ifthis Bid is accepted. to execute an appropriate City of Miarni Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach,. Florida, fOr the performance of all requirements to which the Bid pertains. The Proposer states that this Bid is based upon the documents identified by the following number: Bid No. 34-02/03 .~..j 1.1, '/-.A '/IJ;Vi V' , .I - SIGNATURE Bart Okoro PRINTED NAME Manager (IF CORPORATION) "'I~ ^-= ..1 A... ....... "'I. JANITORIAL SERVICES FOR THE CITY OF MIAMI BEACH BID #34-02103 BIOOERQUESilONNAIRE COMPANY NAME: CHI-ADA CORPORATION PrinCipal Office Address: 135 NW 163rdStreet Miami-Florida 33169 Official Representative: Bart Okoro (Circle One) Individual Partnership Corporation If aCorDoration. answer this: When Incorporated: AU2ust 25 1995 In what State: If a Foreian CorDoration: Date of Registration with Florida Secretary of State: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's. Name: Nl A ;:::oard~~: b(}.~t ~()I U~fu~ ~ General or Limited Partnership*: Name and Address of Each Partner: NAME 12yrs NUMBER OF YEARS LICENSED BY THE STATE OF FLORIDA: 7yr.. NUMBeR OF EMPLOYEES "ON CALL" (MIAMI AREA): . 15- 25 AVeRAGE EMPLOYEES "ON THE JOB" EACH WEEK (MIAMI AREA): 45 DO YOU CURRENTLY HOLD ANY MUNICIPALITY CONTRACTS? Yes F.L 6Wt ilIA Izt tv/;;i;J4~R r . BrowardCounty .) U'1I\ ( V Q;v ~ ll] -.- ..- -. --.-- ,.,,,,,,,,,,,,,.,.,.,,,,,~~./....,,,,~,-,,".__.,...,_.,.-- QUESTIONNAIRE CONTINUED: HOw ARE YOUR EMPLOYEES SCREENED: (Indicate) 1. 2. 3. 4. 5. POLYGRAPH? GENERAL INTE~VIEW? BACKGROUND INVESTIGATION? POLICE RECORD CHECK? ADDITIONAL A PI,) lUXl~\l1 ,.. .lJ) ./, J\}. P .. I ,'], f) ~..~ ('It)/ ( ) 1t~ ,f IW~S I ~-{(;?i f!)v~a/ .... ." K.L. . rl t\.:fCJ/( 1 &1 c.k .~( VV!/l/(i rvt'l~f{.pk I Have any similar agreements held by Proposer fora project similar to the proposed project ever been canceled? Yes ( ) NoOQ If yes, give details on a separate sheet. . Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter Into acontractafter an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No (>Q If yes, give date, court jurisdiction,' action taken, and any other explanation deemed necessary ona separate sheet. 5. Person or persons interested in this bid and l3idF'ormhave( ) have not ~ been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations~ To'include stockholders over ten percent (10%). (Strike out inappropriate wOrds) Explain any convictions: tV/it QUE:STIONNAlRE CONTINUED: . , , Lawsuits (any) pending or completed involving the corpol"iltion, partnerShip or Individuals with more than ten percent (10%) interest: A. List all pending lawsuits: B. jU.d. g. ments.... f,?1n N) It . List all years: lawsuits in the last five (5) c. List any criminal violations and/or convictions of the Proposer and/or . any of its principals: VIA:- Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this Bid: (If none, state same.) 1 AI/A Public Disclosute. In order to detern1lnewhether the members of the Evaluation Committee for this Request forBids have any association or relationships which would constitute a conflict of Interest, either actual or perceived, with any Proposer ar'l(:IIor individuals and entitles comprising or representing such Ptoposer, and in an attempt to ensure full and complete disclosure regarding this contract,all Proposers are required to diSclose all persons and entities who may be involved with this Bid. This list shall Include public relation firms. lawyers andlobbyists~ The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Bids. (Use additional sheet if needed) ",fA QUESTIONNAIRE CONTINUED: Vendor Call1paignContribution. You .Illust provide the names of all Individuals or entities (including your sub-consultants)with a controlling financial interest.. The term "controllingfil'liilncial interest". shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or anylegiill entity other than a natured person. tJl't . . .- The Proposer understands that inforrnatiOn contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreernent and such information iswarranted by the Proposer to be true. The undersigned Proposer agrees to furnish such additional information. prior to acceptance of any Bid relating to the Bids of the Proposer, as may be required by the City Manager. The Proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the Proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. Print Name Print Name CHI-ADA CORPORATION Print Name of Corporation 135 NW 163rd Street Miami, Fl 33169 f)KJJvv Address President OkQvo (CORPORATE SEAL) Attest:~~ CITY OF MIAMI BEACH -----,--,Secretary CITY OF MIAMI BEACH CllY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 ww<<.milmlbelldlll. ov . COMMISSION MEMOIUNOOM To: Mayor David Dermer and Members of the City Commission Jorge M. GOnzalez ..0,.... ~ ~.. City Manager .. . Ii" 0.. . ~EaUEST FO~ PR<lVALTOA1NARD CONtRACTS TOI'RlMARY AND SECONDARY VENDORS AS STATED HEREIN, FOR PROVIDING . CITYWIDE JANITORIAL SERViCeS PURSUANT TO INVITATION TO BID . NO. 34-02I03,IN THE ESTIMATED ANNUAL AMOUNT OF $797,915. ADMINISTRATION RECOMMENDATION From: Subject: Approve the Award of Contracts. AMOUNT AND FUNDING $282,000 Property Management Account No. 520.1720.0003:25 (FY 2003/04) $120,000 Parking Garage Fund Account No. 480.0463.000325 (FY 2003104) .$45.000 Parking Garage Fund Account No. 142.6976.000325 (FY 2003/04) $447,000 The total estimated amount of $797,915 is based on the following: 1. . Bid results based on the known locations at the time of Bid issuance: $562,438 2. Estimated cost of new locations to.b$added to the contract (see Appendix A for complete list): $184,759 3. Estimated contingency costs for special events: $50.000 $797,915 The total funding needed to maintain current serviCEllevels($797 .915) wiJlbarequested to . ,be funded from Property Management Account No. .520.1720.000325, and the Parking Garage Fund upon approval of the FY 2004/05 Budget. FISCAL IMPACT OF THE l.MNGWAGt: ORDINANCE The cOntracts. awarded are subject to the requirements of the Living. Wage Ordinance (No. 2001-3301), which states that all employees who provide services covered by this contract shall be paid a Living Wage of no less than $8.56 an hour with health benefits (plus at least $1.25/hour must be contributed towards health benefits) or a living wage of no less than $9.81 an hour without health benefits. . The fiscal impact of incorporating the Living Wage Ordinance is $264,601. or 43% increase from the current janitorial services . contract. The purpose oflnvitationto Bid No. 34 - 02103 (the "Bid") is to provide janitorial services for the City of Miami Beach's facilitiesloffices, and garages on a daily basis. The successful contractors will provide alllabor,equipment, tools, chemicals. paper products and supervision to perform the work in accordance with the terms and conditions scope of services specified in the Bid. Theterrnof the contracts will be for a period of two years. and may be renewed for four additional years. After the initial two-year contract, the contracts prices will be reconsidered for adjustment prior to the four-year renewal. The contracts increases shall not be more than the percentage increase or decrease in the Consumer Price Index (CPI- U all urban areas). The "Bid' was issued On March 24, 2003, with an opening date of May 12, 2003.Apre-bid and site visit conducted on April 9, 2003. Notices Were sent to 35 prospective bidders, which resulted in the receipt of 15 bids. Of the 15 bids received, six (6) were deemed responsive, and nine (9) bids were deemed for nOrH'esponsive. Based on the analysis ofthe six (6) responsive bids received. it isrecommended that the City Commission approve multiple awards to primary and secondary vendors based on . the lowest and best bid received for each location. One responsive bidder. AM-KO BuildingMaintenance, Inc. (" AM-KO"), would not accept an award per location since their bid offer was based on a total award. Listed below is the estimated annual contract amount lothe five (5) recommended vendors: Chi-Ada Corporation RD Cleaning & General Maintenance, . Inc. Best's Maintenance & Janitorial Service, Inc. Cleaning Systems. Inc. Vista Building Maintenance Services $201,143.88 $157,602.12 $107.403.96 $ 88,920.00 $6,768.24 The Bid totals ($$62,438.20) dOes not include any "additiona/services. (not spSCified in the scope of services) that may be required fOr'earpet cleaning, window cleaning, pressure cleaning, or additional services for the five City Garages.The above totals do not include the cleaning of the Beach Restrobms,or the 1 It, 46"', 53111, and 73111 Street Restrooms, as this work is being provided by the City's Sanitation Department. AcIditionally, the Bid totals do not includejanitor'ial serviCes that Will.bf) needed for the various facilities listed in Appendix A, that are either under construction or were not included in the Bid at the time of issuanee. Any additional faeilitiesor inereaseinthe scope of work Will be accomplished via a request for pricing from the five (5) vendors awarded contracts. and based on the lowest and best bid per location. the respective contracts Will be amended accordingly. The bid results are tabulated and attached herein and labeled Appendix Band C. Based on the analysis of the bids received, it is in the City's best economic interest to request for approval to award contracts to prirnary and secondary vendors that submitted the lowest and best bid price for each individual location: Chi-Ada Corporation, RD Cleaning & General Maintenance. Inc., BesfslVlaintenance. Janitorial Services. Inc., Cleaning Systems, .100. ,and Vista,pursuantto Invitation to Bid No.. 34-02/03. for providing ci~RorioJ. services, in the estimated.. annual amount 01$797,915. JM' M:FB:GL:JE . T:\AGBlDA\2004\May0504\Resular\JanitorialservicesMemo.doc CornmissiollMemol'andum Bid No. 34..02103 -JANITORIAI.SERVltES May 5, 2004 Page 4 of 6 APPENDIX A N~ FACILITIES TO BE ADDEO 1. North Shore Park- new concession and bathroom faCility 2. Bass Museum SChool- new Parkand.Recoffices 3. Skate Park bathroom facility at 21st Street- Bandshell 4. . The new Parks Administration building 2100 Meridian Ave 5. The newOperations;officeat NSOP 6. The renovation of South Point Park new facilities The renovation of Washington Park...;. new facilities Normandy Pools and Facility. Miami BeaCh Club house and G()lfcou~ restrooms 10. North Shore Open Space Park (rnultiple restrooms) 11.Norrnandy Golf Course 12. SfU = 1 st Floor at Old City Hall 13.1833 Bay Road Building 14.Any additional space made available in them Building. (5th Floor just beCame vacant) 15.4th !=loorOld City Hall (PO's City CerrtralOivision) 16. WornbBuilding (2nd Street and Washington Avenue.c- PO) 17. Children's Affairs and Homeless C()()rdination Offices at the 555Suilding. (under construction) 18. ByronCarlyJeTheater and Office Spaces .. .. ... . .... ..:( IE! i~ ": II<! -,::;gw Ii! I~ ill ;~ ~ I ~ ~ ei! l:t ~ !a u..(!) ! > = &icoJD(:::R~G; ~lJl~t;llIiEira~:!!!ll8 ~~~8lli a:iw~"::t~ .. z ~ 18 g 1::1 >- ;! ;j ~ iii gj I~ ~i il ~ ~ ~ ~ Iii .. ~~~ l!:. l!:. I >- 8 8188i38~8 "'''-'g'''c; llt~u:icl::t.;'" ~~ ~; C-:l Me; :;;- iilc>~ ti :i ~ ::t .. ~ 8 ::I ~ 18 I~ ~~~d ~ ~ ~ ~ i 12Zal., ;:: = ~ ~ !il ~ ~.. ...!!'. 888::18::18888888::18::1iW 8888888888888888888888 ... >- , ~~~~ a!a!t~, gg!ggg~.8888gig!.88i~. 88g ~~~..~ ~ l!a~!!!:a~..:1 = "I l.1 SS...SS~ =~~Ii~ l.1 ~= ==~ -~~~~ .. .~. "~::t ~ :i _ __ _GlI:E- " ;;! ::;~ 9 ~ I, S I; ;; ~.; ~ :; ~ .. ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ I~ I; ~ b ill ~u =! ot :::::t I~ I ,.: ~ '::t ~ . ~ ~ ~ s ~ ~ = :Ii Ii ~ Ii I;;; ~ :i lli li F a:: I ~ e:. titE!:. ,(ij~ ae.e. e.~!2 a::- ft c> 1 I l!:. - ... - .... _ >- . 1!, lil l:l. ::I. :I. ;e 8. !D. 8 ::I ::l :7; ::! C> 1:;1 "i! ::! ''''' ~ '''' '8 8 8 '" 8 co r.:: '" '" 8 '" .. 8 8 8 8 9~ii~l'~!i~~ I~!!~!~!if ~i}!!!iilii.iii~~i~ !!! I ~a <:slli ~ ii::t ..." ... - ... = - .,. ...::; 9 ~ ~ ~ ~ I~ !:! i I~., 'I;. ~ S! ~ ~ ~ ~ ~ I~ S! I~ ~; ~ S! ti! I~ S! l:!lglg ~ j c> i5E!$u ~ ::} N:: a . _ _t:J i:g=u==~iil. 131 ~ ~~ 1111Il ~ z 12 ~ '" ., .. .. - .. ~ ... .... - ~ 1i?: I@ - .. -... Ii!; ~ 1i?:..s J . ~ ~~~ 1i?: 1i?: ~ ~ 1i?:~!!'. ;TO is ~I ~ ~~ i i ~ ~ I~ II i I ;. ; I : 5 ; ; ~ i ! a l i; ; i ; ; ~ ! ; i l ; : Ii; ~ ~ i ; i i ! I . :::oi!l~<:s~ ~ :: _ ........... _ ~ _ .. ... '" . '" :I .. Ii f .. ~ j';. : l:; 8 t; :: 8 jt; 8 8 8 8 8 8 8 8 8 8 8 8 8 8 1'8 8 9 8 8 8 :I '& II ~ i ~ i3 ,- I ~ ! ~ ~ ~ ~ l~ ft ~ ! ! ! ! ! ~ a I ! Ii! ,~ I~ ~ i i 1 "'1 J ~ ~ F! ~ ~ ! = ~ :0 tl a :0 1:0 . . . .. .... .... I:"'" . " - ~ >- g!D: 8 !if !D 88 8 t; ;e 8 R 88 8 t; 8 8 8 ~1l;!18 8 88.18.18 8 8 8 888 888 888 I J j .. ii~~~ !!J!3!~ !~~!!l~!lt 1!!i!!!II!II~ls~i!t~ iil Ii ...-"., "'~i ;1:'" ;::::"...... ~l:"'_' 8 . SI.. S-:~Ii : Be-il' ..' ~t. I:~; t-~-,~ id !,~j ;irl!! li1t, -, ~I '~'i,ij;~lr~: ~~ . - Q. 1:1-~ ",'t~ l~i'" f ~. '1;'1 ' 11ft' ,.. II A:-- !1.-:' 1i~1 ' . "ClI 15 - 1'tt':i1 j..)i'll'J liti . ~ \.;.,., ~ ,~ !l~' "," ;il..~ ~ ;:;, ~ '41. n4 (I:' ~1~ "'f II! E!:. <~[t~'~~ '. ~: 11 . "ft i:OI. r..1,"~ .,:: '1 :r:;: fiJ{ '~; *1 1:~ ~;- ~~ . ,. ~{, ;.,' "" ,~~ ~, :t 11 ~:~, '::1" "'j !;~l '~l .~ ,'r' I:' 4i;' "~ ~l 'i:~ ,,,. b j.~ dJ y ,~; :&:~ ~J- 11i r! : 'f .. t: ~1f; .[1 ~t 'I,i :,'1," ;~ ';t: .,' >1'1 ;0~ i<'" .7; :: ;t' ~ Fl~ f.';, ~ '~j' ';!' -~;, ~:,~' _ ... I ilio'i",i ~i~ii~if;i!f; f~!~~i~~~~W6~1 iwi ;i;ie! )! ~ ~ ~ f~f~fif~~f~~iifgf!~i~~II~l;!~J~i~II~~I~wf;i~g~ II ... ~J ~ . 5 i! i ~ i ~ i ~ ,I i J i i ~ i ~ i ~ i i ~ ~ ~ ~ ! Il ~ ~ S i ~ i ! ~I~ !i i ~ ~ ~ ~! ~ i ~ ~ 5i ~ ~ ;: ~ ;: z z z -...;: < ~""'-'I<r~&~'5~ J ;; d; ~ ; a ;10 ; ; a;;e ~; ~ ;; ~ ; ;; ; ; i i i i ; i ~ ; ~ ;: ;: a ; ill d l;1 d IS IllI I u ~ E . ... jg l:l~!:!:! ~ jgt~ jgl~l:l ~ ~ ~ ~ ~ ~ ; ~ l8 ~ ~ !!! ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ "'~ !:!:! ~ .,~ ~ ~'" ~ ~11' I ~ ~ ~ " Q ~ '!Ii Q Q Q ~ 9 ~ Q -" g 5 9 Q Q Q Q 9 Q 9 Q 9 9 <> 9 Q '" <> <> 0 gO" ill __ ______ aJ CD (!) CD ml CD m (!) m (!) COle m (,!) lXI co ca ell l:O m lEI co ca m m iii men: as m; i:ii CD CD . .. I r . ~ - ., > . . .. . . 1i -- ~ <> .. fi . . . . . - ~ .. Cl. '" 8 --'- ~ . 'S :7; i~ ~ j:;i'" i I . .. .... ~~~~~~ep~;;li!~ aiO;Ua;)colemC!(!S\I')t; li~~~~~=l'llia--: -- ... l!:.!!'. .. lEi ~ liij-~ 1~l.1 !!'. Ii I' I~ la !!'. II'" !oo 1ll::l:5l;e::l~RS8:7; !G~~llt~l!aa llt_ _ ... I~I~I ,; ,&l ~ , \!l. I ~.~~~~~SS&~~~~~~~~~~ 'm;!!!!!!!!;!! , 'lJ!ir;;.,;a-'~i~~~ I~;l~~~ii_...~a l::t.~ ::t ~~~R::l;~; _ ~~ I~ 18~ t..,.,..,. "" ' ,,,,:~ '.. " .. -:; ..' , ISISRISIS ~~~NN ;e- - ~ liliaaaS!~iii ;l~ S a~ @ Vi" l-.. Ii! I l~ ~ 1:;!1~1 ;: :ll ill !~.. I'ot I~ l!f Iii ~ e:. Ie ~~~S!S!~8::t8d8~~IS!g8~~~~~~~~li!li!Ifi!I~~~~~S!~~ N~QMn ~~Q _G)~~G)v,~~N~N~~-O~O~Q ~"~S" - s"a'" !iiliaiSiSiii~"'~J:;"'~"'~ ~.. _.. ~ _ t:J ~ I::! :q S! o to ceo, .. - -~ ..... "":. ('\l~ " ... - .., ... ... .. 8 8 81~ ~ 8 8 8 8 8 8 iiilii~laJi 'i!;~I~!!'.Ii!;~"'e:..e;:e;:~ 8 8 18 18 8 g iii ~ I' ~ 13 t:J ~ ,I ~ ~ ~ I~~ l!:. !!'. . . ... ...'''' .. . ,'''< a ~~i .... -- = ~ II ~~~ !ii!ij .., .,:.,:! . . .. ~~~ ~ . . . N ~!~t;~ i!j."- ;t ::l::l::l cDtdon i~~ .... 8888. ili ~ ~i 888 :: !ii ii lii i' l:i>1~~ !!'. :;0 . . . ....0 ~1D 0 I~ .... _ i~l""" .... ~ 1D ~ "'.... ", '" ; I~fl; '" ~ ~~~ ~~ ~~ Ii a ." 0 .,; .... .... ;> ... -1M '" '" !12 ~~ ;;;fi ..: I~ Jl I > '" . . m ;;:!8, 8 '" ~ I ;I~ i8'8 8 8 8 .... ~ )., ~~ ~ ~ !il. I..:.,; .,; .,; .,; ~~~ .... .... ;> - .... . ,r! 15"'''' ... ... lR;;; ;;; ~ Ii> Ii i Ii! ::E I€ I . , m I- )., 88 ~ 8 8 I ~:}e '8 ~ I i~ ~ ~ .,; ." S ~.. ij ~~~ !;l "'... .... M.W 8 8 8 U I IV '" '~ t lR~ ..: .... .... '8 cd cd cd 120 ... ... '" ~ ;> Ii> ;> :; € I ~I m ..~ .... ~ ~ Ii! 8 8' ~~ 8 8 .... I i ~ )., ~ ~ ~ ~ ~ ii NN .,; cd ~ ~~. :;IZ; S .... - ~ 8 8 .I Ii ... ... ~ Ii> .... l:t ~ :sl' 'I '" ! ~ 120 ... "'I '8 .... ~ ~ ... . :l! , ~ i m . m w ~ ~ 8 ....Ill! 18 ~ ~ (,) ~u; ~ ~ "'!I, , M ...~ ::; ~ ~ liHI lljl2 r= - ~~I;; "'5'" ... Ii! 8 lil I!! "'z .... ..: .,.:_.. ~ il ,! ~ :ll~ .. ... "'''' Pi d cd 1208 !~ € ~~ ! 'I .... .... ~ .. '" -11 I I :l! ! d I JlI i I 8 8 8 88 I ;;8 88 . )., 8 .~ i ~~~ ~ ~- ~ ~~ ",a~s ..:r-: Ii! lll- .~ Ii! 8 IV "'! ",'" .. lli .... .... l:t~ :s . r-: r-: a 11 "C 12~ '" '" '" .... .... 11. . . '" '" '" . . d m c: ::I - . 'E. . ~ o ~ i J !5 . 1 . ~ ;c, '-~ .. ~ .. a:; ~ z .Q ~ w -e 11. i < I d I I , mil. . l- I;; I- 1;;1;; U) ~ m::) U U) ~ i . <I) ~ .., t:Qft; l!:!a ~ ~ .... .... ~- I1.W Cl 8 Ii: I!! Ii:I!! ! ;~ <I) i z w <I) ~~ i ! ).,! <I) l!:! w <( III (,) c I~ ~ i 0... :E :l! ::I :E ;;1 ~;;;I 11. 0... < ~ ~ ~ ~ ~~ 2 ~..L.L~ III ! .~ = . . CITY OF MIAMI 1700 CONVENTION CENTER DRIVE, MiAMI BEACH, FLORIDA 33139 htIp:\\cLmiami-beach.fl.us PROCUREMENT DIVISION INVITATION TO BID NO. 34-02103 ADDENDUM NO.6 1I'8 ~) April 28, 2003 CITYWIDE JANITORIAL SERVICES is amended as follows: The bid opening date has been changed from May 1. 2003 to May 12. 2003 at 3:00 p.m. The described pages are attached with the modifications. Q. What is the difference between the hourly rate and the bill rate? A. The hourly rate is the employee's hourly salary. The bill rate is the rate you are charging the City for services. . The bill rate should include the employee's salary plus overhead costs,profit. and payroll, taxes and insurance needed to perform the services. Example: You pay your custodian $9.81 hour, but to do business you need to charge your customer $13.00 hour to cover your expenses and profit. therefore, the . $13.00 per hour is your bill rate. Clarifications: 1. The cleaning forBid Item "29" Flamingo Park. Attachment "A" is once daily cleaning for each of the three. Once dally for Baseball . Stadium. Football Stadium and Tennis Courts. 2. Attachment "A". services on an as needed basis. Delete "Other Charges" (fourth row). 3. Grand total page of attachment "A" do not include the window cleaning. 4. All garages are 7 days a week 4 hours a day. 5. Please not that Normandy Isle Park Is located at: 1767 - 71 Street. 18. Normandv Isle Park; 1767 -71 STREET Floor building. 2 toilets, one office, pool. . 10 employees. Once a Day Cleaning If you have any questions concerning process ot procedure, please contact Michelle Cullen at michelllecullen@miamibeachfl.aov or 305-604-4706. Inasmuch as this change <:bes not materially affect the bid document. proposers are not required to acknowledge this addendum to be deemed responsive. --:/-/ (f- ?___ CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director ATTACHMENT "C" COST WORKSHEET FOR PARKING GARAGES OF THE CITY OF MIAMI BEACH We propose and agree, if this Proposal is accepted to contract with the City of Miami Beach, Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers. supervisors. payroll, taxes, insurance, fringe benefits, chemicals & supplies, tools & equipment, expendable supplies used in replenishing rest room dispensers such as paper towels, roll tissue, hand soap, etc., overhead and profit necessary for any Janitorial Services required to maintain the premise in an acceptable condition and necessary to perform and complete the work called for by the Specifications for the Bid for the performance of . Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. THE CITY SOLEY RESERVES THE RIGHT TO AWM.D A CONTRACT OR CONTRACTS .AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: UNDER THE LMNG WAGE ORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS. PLUS A MINIMUM OF $1.25 AN HOUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BILL RATE FOR EACHCLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians $ B. Supervisors $ $ D. BILL RATE for Supervisors E. Ratio of Supervisors to workers: plhour plhour p/hour plhour ALL GARAGES ARE 7 DAYS PER WEEK FOUR HOURS PER DAY. BID ITEM "A" 7th ST. PARKING GARAGE. Collins Ave. & 7th St.. Miami Beach, Florida TOTAL MONTHLY COST TO THE CITY: $ ATTACHMENT "C" CONTINUED BID ITEM "B" 12th ST. PARKING GARAGE Drexel Ave. & 12th St.. Miami Beach. Florida TOTAL MONTHLY COST TO THE CITY: $ BID ITEM "C" . 13th ST. PARKING GARAGE.. Collins Ave. & 13th St., Miami Beach,Florida TOTAL MONTHLY COST TO THE CITY: $ BID ITEM "0" 17th ST. PARKING GARAGE.. Collins Ave. & 17th St.. Miami Beach, Florida TOTAL MONTHLY COST TO THE CITY: $ BID ITEM "E" 42 StreetParkina Garaae. 42nd Street & Royal Palm Ave TOTAL MONTHLY COST TO THE CITY: $ GRAND TOTAL PER MONTH TO THE CITY "$ ATTACHMENt "C" CONTINUED Total Monthly Cost Breakdown: a. payroll, taxes & insurance...........$__ b. fringe benefits.............................$___ c. chemical supplies.......... .. ..,. ..... ...$_____ . d. Expendable Items........................$ Additional Cleanings. (Cleanings not specified in the bid specifications) per hour Use of Contractors' Pressure Cleaning Equipment. per hour (pressure Cleaning not specified in the bid specifications) $ per hour NAME OF COMPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE: DATE: ATTAcHfllIENT "A" COST WORKSHEET FOR CITY OF MIAMI BEACH BUILDINGS We propose and agree, if this Proposal is accepted to contract with the City of Miami Beach, Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers, supervisors. payroll. taxes, insurance, fringe benefits, chemicals & supplies. tools & equipment, expendable supplies used in replenishing rest room dispensers such as paper towels, roll tissue, hand soap, etc.. overhead and profit necessary for any Janitorial Services required to maintain the premise in an acceptable condition and necessary to perform and complete the work called for by the Specifications for the Bid for the performance of Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. , .. ~ THE: CITY SOLEY RESERVES THE RIGHT TO AWARD A CONTRACTOR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. . BE ADVlSED:UNOER THE LMNGWAGEORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN I-DUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVlDEBILL RATE FOREACHCLASSIFIATION THAT THE CITY WILL BE BILLED. p/hour A. Custodians B. Supervisors p/hour E. BILL RATE for Supervisors p/hour BID ITEM ".1": CITY OF MIAMI BEACH CITY HALL 1700 Convention Center Drive, Miami Beach, , Florida. Exterior Glass Cleaning: (Quarterly) Additional as needed Hourly Rate Total Monthly Cost: ATTACHMEN1 "A" CON11NUED BID ITEM "2": SCOTT RAKOW YOUTH CENTER 2700 Sheridan Avenue. MlamiBeach, Florida. Exterior Glass Cleaning: (Quarterly) $ Total Monthly Cost to City (Night Cleaning) 4. Daily Charge: (Day Cleaning Crew) $ per hour worked per person. 5. Special Charge: Strip & Resurface Special Use Floors. (Gymnasium Floor if required more than semi-annually: $ per square footage. BID ITEM "3" . POLICE DEPAR1MENT 1100 Washington Avenue. Miami Beach, Florida Five (5) personnel shall be required Monday through Friday from 8:00AM to 4:00PM. One person sMII be required on Saturdays and Sundays for four (4) hours each day. Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "4" HISTORIC CITY HALL 1130 Washlngtc>n Avenue, Miami Beach. Florida Total Monthly Cost: Exterior Glass Cleaning: (Quarterly) ATTACHMENT "A" CONTINUED BID ITEM "5" MIAMI BEACH PUBLlCRESTROOMS -SEE ATTACHMENT "B" BID ITEM "6" . BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue,Miami Beach. Florida BID ITEM "7" SOUTH SHORE COMMUNITY CENTER833 Sixth Street, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: Exterior Glass Cleaning: (Quarterly) $ Total Monthly Cost: Total Monthly Cost to City (Night Cleaning) $ Hourly Charge: (Morning Clean-Up) Hourly Charge: (Day Cleaning) $----- ATTACHMENT "'A" CONTINUED BID ITEM "8" FIRE STATION #2. 2300 Pine Tree Dr.. Miami Beach, Florida (2 Bldgs) Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "9" 21st STREET RECREATION CENTER 2100 Washington Avenue. Miami Beach exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "10" OCEAN FRONT AUDITORIUM 1001 Ocean Drive. Miami Beach, Florida Total Monthly Cost: BID ITEM "11" NORTH SHORE COMMUNITY CENTER 7250 Collins Avenue, Miami Beach,Florida TO BE ADDED AFTER COMPLETION OFCONSTRUCTION ATTACHMENT "A" CONTINUED BID ITEM "12" NORTH SHORE RECREATION CENTERS01 .; 72ndStteet. Miami Beach, Florida TO BE ADDED.AFTER COMPLETION OF CONSTRUCTION BID ITEM "13" MUSS PARK Chase Ave. & 44th Street. Miami Beach, Florida Total Monthly Cost: BID ITEM "14" TATUM PARK $ 8050 Byron Avenue, Miami Beach, Florida Total Monthly Cost: BID ITEM "15" . STILLWATER PARK Total Monthly Cost: 8440 Hawthorne Ave.. Miami Beach. Florida BID ITEM "16" . , FAIRWAY PARKlCresDiFairway & No. Shore Dr.. Miami Beach. Florida ATTACHMENT "A" CONTINUED BID ITEM "17" NORMANDY SHORES PARK 2605 Biarriti, Miami Beach. Florida Total Monthly Cost: BID ITEM "18" NORMANDY ISLE PARK , Miami Beach,Florida Total 1\1 onth Iy Cost: $ BID ITEM "19" PARKS MAINTENANCE BLOG.. 2100 Meridian Ave.. Miami B&ach Florida Total Monthly Cost: $ BID ITEM "20" PROPERTY MANAGEMENT BLDG.. 1245 Michigan Ave., Miami Beach. Florida Total Monthly Cost: BID ItEM "21 " FLEET MGMT. & SAN IT ATIONBLDG.. .140 MacArthur CausewaY,Mlami Beach. Total Monthly Cost: ATTACHMENT "A"CONiINUED BID ITEM "22" BEACH PATROL OFFICE. Ocean Drive & 10th Street, Miami BeaCh, Florida Tc>tal Monthly Cost: BID ITEM "23" PUBLIC WORKS yARD bFFICES.2300 Pine Tree Drive, Miami Beach. Flc>rida Total Monthly Cost: BID ITEM "24" POLICE DEPT. SPECIAL INVEST. UNIT OFFICE. 1831 Bay Rd., Miami Beach,Florida Exterior Glass. Cleaning: (Quarterly) Total Monthly Cost: $ BID ITEM "25" MARINE PATROL OFFICE. 1900 Purdy Ave;. MiamJB~ach,Florida Total Monthly Cost: ATTACHMENT "A" CONTINUED BlblTEIIII "26" 777, 17th Street Building. Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BIDITEIIII"27" 555 Convention Center Drive Buildina Exterior Glass Cleaning: (Quarterly) $ Total Monthly Cost: BID ITEM "28" Golf Course Club House Total Monthly Cost: BID ITEM "29" Flamlnao Park BASEBALL STADIUM FOOTBALL STADIUM TENNIS COURTS (once daily) $ ATTACHMENT "A" CONTINUED GRAND TOTAL FOR ALL FACILITIES QUARTERLY GLASS CLEANING: $ ~'-.c;., GRAND TOTAL FOR JANITORIAL SERVICES EXCLUDING PUBLIC RESTROOMS AND GLASS CLEANING Total Montllly Cost Breakdown: a. payroll. taxes & insurance...........$~- b. ftinge benefits................~............$----- c. chemical supplies..........,.............$---- d. Expendable Items........................$----'-- ATTACHMENT "A" CONTINUED The following are cleaning on.an as needed basis. Bid Price shall be "pet cleaning" Per Cleaning Per Cleaning REstROOMS REQUIRE CLEANING 2 1"IMESPER DAY, 7 DAYS PER WEEK. C'ENHANCED SERVICES") The following services will be on an as needed basis. Pressure Clean Concrete Walk Areas/Restrooms Additional Hourty Cleaning NAME OF COMPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE: ATTACHMENT "B" COST WORKSHEET FOR CITY OF MIAMI BEACH RESTROOMS We propose and agree, if this Proposal is accepted to contract with the City of Miami Beach, Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers, supervisors. payroll, taxes. insurance, fringe benefits, chemicals & supplies, tools & equipment. expendable supplies used in replenishing rest room dispensers such as paper towels, roll tissue. hand soap, etc., overhead and profit necessary for any Janitorial Services required to maintain the premise in an acceptable condition and necessary to perform and complete the work called for by the Specifications for the Bid for the performance of Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. THE CITY SOLEY RESERVES THE RIGHT TO AWM.D ACONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADViSED: UNDER THE L1VINGlJVAGE ORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN HOUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BILL RATE FOR EACH CLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians p/hour B. Supervisors p/hour C. BILL RATE for Custodians p/hour F. BILL RATE for Supervisors p/hour Beach Restrooms Beach Restrooms Beach Restrooms PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE: C I TYO F MIAM I 1700 CONveNTION CENTER DRIVE, MIAMI BEACH. FLORIDA 33139 http:\\cl.miami-beach.fl.us Telephone (305) 673-7490 Facsimile (305) 673.7851 INVITATION TO BID NO. 34-02/03 ADDENDUM NO.5 April21,2003 CITYWIDE JANITORIAL SERVICES isamer'lded as follows: Answers to Questions: Q. What is the current window cleaning cost? . A. The current service provider's pricing listed on AddendUm 3 includes the quarterly window cleaning as well as carpet cleaning. Q. Is the Day Porter for City Hall intended to be a light duty person()r are they to be assigned to spaces not accessible to the night cleaning crew? A. Because City Hall iSa high traffic building. the day porter's main responsibility is to ensure that therestrooms maintain clean and stocked throughout the day. If you have any questions concerning prbcess or procedure, please contact Michelle Cullen at michelllecullenlCilmiamibeachfl.Qov or 305-604-4706. Inasmuch as this change does not materially affect the bid document, proposers are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH n~ I. Gus lopez, CPPO Procurement Director MIAMI 1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139 ht!p:\\ci.miami-beach.fl.us PROCUREMENT DIVISION INVITATION TO BID NO; 34-02/03 ADDENDUM NO.4 April 17,2003 CITYWIDE JANITORIAL SERVICES is amended as follows: Answers to Questions: Q. Is the current service provider's pricing from Addendum 3 based on the living Wage Ordinance reqlllrement? A. No, thecllrrent service provider's pricing listed on Addendum 3 does not include the living Wage Ordinance.. The Living Wage Ordinance took effect April 28, 2001. The current Janitorial Services contract was awarded prior to the Living Wage Ordinance and was neveramended to include the LMng Wage Ordinance. Please be advised that although the pricing sheets have been revised, the original bid still contains documents to be completed and returned by your company. If YOlJ have any questions concemingprocess or procedure. please contact Michelle Cullen at michelllecullen~miamibeachfl.aov or 305-604-4706. Inasmuch as this change does not materially affect the bid document, proposers are not required to acknowledge this addendum to be deemed responsive. PROCUREMENT DIVISION Telephone (305)673~7490 Facsimile (305) 673-7851 INVITATION TO BID NO. 34-02103 ADDENDUM NO.3 l33 ~) April 16, 2003 CITYWlDE JANITORIAL SERVICES is amended as follows: The bid opening due date has been changed from April 23, 2003 to May 1.2003. Additions or Modifications to bid: 1. Page 12, LOCATIONS OF PROPERTIES: ATTACHED PLEASE FIND REVISED lOCATION OF PROPERTIES. 2. Page 13, DESCRIPTION OF GARAGE PROPERTIES ATTACHED PLEASE FIND REVISED DESCRIP'nON OF (;ARAGE PROPERTIES. 3. PAGE 14, GARAGE HOURS OF OPERATION/CLEANING ATTACHED PLEASE FIND REVISED DESCRIPTION OF GARAGE HOURS OF OPERATION/CLEANING. 4. Pace 17. DESCRIPTION OF CITY PROPERTIES &.Page 29. CITY HOURS OF OPERATION/CLEANING ATTACHED PLEASE FIND REVISED CITY PROPERTY DESCRIPTION AND HOURS OF OPERATION/CLEANING. 5. MODIFICATION: Page 34. item "hn, All contractor's employees must go through criminal background check, shall be amended to state: All contractor's employees current and new must go through criminal background . check at contractor's expense and a copy of background check shall be provided to the City of Miami Beach before contractor's employee begins work. No new staff may be added before background check has been completed. 6. Page 56, ATTACHMENT "C". COST WORKSHE:ET FOR PARKING GARAGES OF THE CITY OF MIAMI BEACH ATTACHED PLEASE FIND REVISED AITACHMENT "C". It is the responsibility of the bidder tovislUhe varioOs sites to determine number of windows and size of windows for the quarter1y window cleaning. All facility common areas are available for inspection. This includes all public restrooms, cent~rs..parks, pools and other buildings. Proposers, please acknowledge this addendumbr you may be deemed non-responsive. ".....;;;' ~7 (?-/-::-. t_ CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director LOCATIONS OF PROPERTIES AND CURRENT AVERAGE MONTHLY COST (NOT INCLUDING ENHANCE CLEANING AND SPECIAL.EVENTS): The properties covered herein are located as follows: A. B. C. D. E. 1. 2. 3. 4. 7th Street Parking Garage, Collins Ave. & 7th 5t. 12th Street Parking Garages. Drexel Ave. & 12th St. 13th Street Parking Garage,. Collins Ave & 13th St. 17th Street Parking Garage, Pennsylvania Ave & 17th S 42 Street Parking Garage, 42nd Street& Royal Palm Ave City Hall, 1700 Convention Center Drive, Scott Rakow Youth Center, 2700 Sheridan Avenue. . Pollee Department, 1100 Washington Avenue.. Historic City Hall, 1130 Washington Avenue, $4,864.00 mo $1,285.00 mo $1,318.00 mo $3.292.00 mo $6,000.00 mo. $2010.00 mo. $6,800.00 mo. $1,300.00 mo. 5. Miami Beach Public Restrooms, various locations, see Attac:hment "B". $15 per cleaning per restroom 2 times daily. 6. 7. 8. 9. 10. Bass Museum Development Office, 2100 Park Avenue. South Shore Community Center, 833 Sixth Street. . , Fire Station No.2, 2300 Pine Tree Dr., 21 st Street Recreation Center. 21 od Washington Avenue. Rec. Center Park & Offices Ocean Front Auditorium, 1001 Ocean Drive . $2.150.00 mo. $1,610.00 mo. $775.00 mo $1.164. 00 mo. $892.00 mo. $192.00 mo. 11. . North Shore Community Center, 7250 Collins Avenue. UNDER CONSTRUCTION 12. North Shore Recreation Center. 501- 72nd Street. UNDER CONSTRUCTION 13. 14. 15. 16. Muss Park. Chase Ave. & 44th Street. Tatum Park, 8050 Byron Avenue. Stillwater Park, 8440 Hawthotne Avenue. Fairway I Crespi Park. Fairway& No; Shore.Dr. $447.00 mo $300.00 mo $300.00 mo $300.00 mo. Normandy Shores Park,2605Biarritz., Normandy Isle Park. 7030 Trbuville Esplanade. Guardhouse $300.00 mo. $289.00 mo. 19. Parks Maintenance Bldg., 2100 Meridian Ave., Trailers $362.00 mo. $355.00 mo. Property Managemel1tBldg..1245 Michigan Ave. $347.00 mo. Fleet Mgmt.JSanitatlon Bldg.. 140 MacArthur Causeway, . Beach Patrol Office, Ocean Drive & 10th St. & 73 street. $372.00 mo. $232.00 mo. Public Works Yard Offices. 2300 Pine Tree Dr. POlice Dept. Special Invest. Unit Office, 1831 Bay Rd. Marine Patrol Office, 1900 Purdy Ave., Average $232.00 mo: 777 17 Street Building. $ 715.00 mo. $450.00 mo. $1.260.00 mo. Golf Course Club House,. 21 03 Alton Road; $490.00 mo $315.00 mo. $1,450.00 mo. Flamingo Park 1435 Michigan Avenue; Tennis Courts: Baseball Stadium Football Stadium $390.00 mo $816.27 mo $816.27 mo DESCRIPTION OF GARAGE PROPERTIES & HOURS OF OPERATIONS/CLEANING: (A) 7th Street Parking Garage; a siX (6) story, 649 space parking garage. (1) There are three (3) elevators and four (4) stairways which require cleaning. (2) All garage ramps and spaces to be cleaned of litter and debris daily. seven days per week. (3) Once each week stairwells will be washed and swept out. (4) One Parking Office with bathroom will be cleaned daily. seven days a week. (5) All trash receptacles will be emptied daily. seven days per week. (6) Monthly Pressure washing to include ceilings and walls twice per year. A. Hours of Operation/Cleaning: 1. Ooeratina Schedule The garage operating schedule is 24 hours a day 7 days a week. 2. Niaht Cleanina Hours: Not required. 3. Dav Cleaning Hours 3a. 7 Days per Week (11 Hours per Day). 3b. 4 Days per Week (6.5 Hours per Day) 3c. 1 Day per Week (4 Hours per Day) (8) 12th Street Garage; a four(4) story,134spacegarage (1) All parking ramps, aisles and spaces to be cleaned of litter and debris. (2) One (1) elevator and two (2) stairwells which will require cleaning. (3) All trash receptacles will be emptied daily. A. Hours of Operation/Cleanina: 1. Ooeratina Schedule: 7 days a week 24 hours a day. 2. Night Cleanina Hours Not required. 3. Dav Cleaning Hours: 3a. 7 days per Week (4 hours per Day). (C) 13th street Parking Garage; a five story, 264 space public parking garage. (1) All parking ramps and spaces shall be cJeaned of litter and debris daily. (2) Two(2) elevators and two (2) stairwells which. require cleaning. (3) One (1) parking office will be cleaned daily. (4) All trash receptacles will be emptied daily. . A. Hours of Ooeration/Cleanina 1 . Ooeratina Schedule The garage. operating schedule is 7 days a week 24 hours a day. 2. Niaht Cleanina Hours: Not Required 3. Dav Cleanina Hours: 3a. 7 days per Week (4 hours per Day). 17th. Street Garage and Surface Lots; a fIVe story 1 ,460 space garage and two (2) surface lots consisting of 506 spaces. All parking ramps, aisles and spaces to be cleaned of litter and debris. Four (4) Elevators and four (4) stairwells which will require cleaning. One (1) parking office and two (2) public restrooms will be cleaned daily. All trash receptacles will be emptied daily Hours of Operation/Cleaning: 1. Ooeratina Schedule: Garage and Lots. 7 days a week 19 hours a day. 2. Night Cleanina Hours: Not Required 3. Dav Cleanina Hours: (E) 42nd Street Parking Garage; a five story 620 space garage (1) All parking ramps, aisles and spaces to be cleaned of litter and debris. (2) Two (2) Elevators and four (4) stairwells which will require cleaning. (3) One (1) parking office and two (1) restrooms will be cleaned daily. (4) All trash receptacles will be emptied daily A. Hours of Ooeration/Cleaning 1. Operatina Schedule The garage operating schedule is 7 days a week 24 hours a day. 2. Night Cleaning Hours: Not Required 3. Dav Cleanina Hours: 3a.7 days per Week (4 hours per Day). DESCRIPnON & HOURS OFOPERATION/CLeANINGFOR CITY PROPERTIES: Cr1'YHALL; Four-Story Structure. 1700 Convention Center Drive (109,000 sq. ft.) (1) The floors of the building to be serviced consist of carpeted and tile areas. (2) There are Twenty-three (23) bathrooms located in the following areas; Fourth Floor-nine (9), Third Floor- six (6), Second Floor-four (4), First Floor- four (4). There are fourteen (14) waterfountains to be cleaned located in the following areas: Fourth Floor - three (3), Third Floor - four (4), Second Floor- four (4). First Floor- three (3). (4) There are four (4) elevators and four (4)stairwayswhich require cleaning. Hours of Ooeration/Cleaning:. . . 1. Ooerating Schedule The City Hall operating. schedule will primarily be Monday through Friday from 8:30AM to 5:00PM; however,evenin~ meetings will occur on an ongoing basis. The successful bidder will be provided with a schedule of such meetings on a monthly basis. Niaht Cleanina Hours Night deaning shall be between the hours of closing and 8:00AM the following morning. Dav Cleanina Hours .5 Days per Week approx.80 - 90.hrs per month Facility Closina: Facilityshall be closed during Major Holidays at the discretion of the City. Holiday closing shall not interrupt night cleaning schedules. Should the facility be closed for a holiday. the contractor shall schedule his normal cleanup crew for monthly. semi-annual, etc. cleaning during this regularly assigned work time period, unless otherwise requested by the City. Computation of Daily Charge: . . For purposes of adjustment due to unforeseen closing of the facility. holiday closing when services are not required. and other such closing for reasons within or beyond the control of the City; the charge for services shall be per the following method of computation. The monthly lump sum cost to the City shall be divided. by the number of days In that month. The per day rate received from this method will be deducted from that months bill for the . number of days when services are not required. (2) SCOTT RAKOW YOUTH CENTER; 2700 Sheridan Avenue (55.118 sq. ft.) Tw<rStoryStructure with a separate single-story locker room building. The floors of the buildings to be serviced consist of carpeted and tile areas.Spedal use floors in Three (3) distinct areas of operation; (a) gymnasium, (b) ice rink perimeter, (c) patio. .. . There are eight (8) bathrooms located in the following areas; Locker Rooms ~tw() (2), Upstairs - two (2), Ice Rink - two (2), Concession - one (1), and Gymnasium -one (1 ). (4) There is one (1) elevator and three (3) stairways that require cleaning. (5) There are seven (7) water fountains to be cleaned located in the following areas; Concession -one (1), Upstairs -two (2), Pool -two (2), Ice Rink -one (1) and Gymnasium -one (1). Hours of Operation/Cleaning 1. Operating Schedule of Center. The Youth Center operating schedule will vary during the year, dependent on activity and need of the Center. 2. Niaht Clean/no Hours & Contractor Reportina Responsibility. Night cleaning shall be between the hours of closing and 8:00AM the following morning. Cleaning crews shall report to the center supervisor or designated representative no later than ten (10) minutes after scheduled closing time. Failure to report with ten (10) minutes after closing time shall result in a penalty assessment of 5D% against contractor for that night's cleaning charge. 3. Day Cleanina Hours (while Center is open) The following shall be the hour schedule for the day cleaning employee. TotalS-Hour Days..260 @ 5 Hrs.Day=1300 Hrs. total. Total 7.5 Hour Days..7D @ 7.5 Hrs.Day=525 Hrs.total TOTAL ANNUAL HOURS WORKED(DA Y CLEANERS) 1825 hrs. . The above is subject to operational adjustment by the City without penalty based on dates of school holidays, special events and other activities and closing not known at the time of specification preparation. Facilitv ClOSing: Facility shall be closed during the following periods: Major holidays at the discretion of the City. Approximately 27 calendar days after Labor Day. Holiday closing shall not interrupt night cleaning schedules. Should the facility be closed b a holiday, the contractor shall schedule his normal cleanup crew for monthly. semi-annual, etc. Cleaning during this regUlarly assigned work time period, unless otherwise requested by the City. Dailv/Quarterlv Cleaning: 1. Maintenance personnel assigned to the. facility dJring. its operating hours shall circulate throughout the facility performing such janitorial fuhctions as detailed herein, or as directed by the Youth Center supervisor to maintain the facility in a clean, litter-free. safe condition. Contractor shall be required to provide and install in this facility an operational Time Clock for the daily cleaning personnel. Time Cards shall be provided by the contractor. Time Cards must be turned in to the Youth Center supervisor for invoice verification information. All carpets and windows shall be c:leaned on a quarterly basis. (1) the floors c:if the building to be serviced carlsis! of carpeted and tile areas. Special use floors in the following areas; (a) Firing Range, (b) Gymnasium. (2) There are 31 bathrooms located in the followirlg areas; Fifth FlbOr~two(2). Fourth Floor- eight (8), Third Floor - six (6), Second FlbOr -four (4) and First Floor - eleven (11). (3) There are three (3) elevators and six (6) stairways which require cleaning. (4) There are thirteen (13) water fountains to be cleaned located in the following areas; Fifth Floor -two (2), Fourth Floor -two (2), Third Floor -two (2), Second Floor -three (3), First Floor -four (4). . Firing Range: there isa lead pOison danger involved in cleaning the firing range. Cleaning personnel who work in this' area will have to take certain precautions. This will include periodic blood tests and the wearing of OSHA .approved safety equipment.(Silicone Half Mask Respirator) All cost incurred will be at contractors expense. Additional Areas: There are four (4) additional areas which require janitorial services once weekly. These locations are one story sub"stations. Contractor's personnel will be transported to these locations by the Miami Beach Police Department. (Normally on Wednesdays) Bidder's Hourlv Rate: . The rate for the personnel provided during operating hours shall be bid as an hourly charge. One person is contemplated on an as-needed basis for this function. Should the City determine that more or less personnel are required for this daily function. the requirements shall be changed accordingly at no penalty to the City. (3) POLICE DEPARtMENT; (100,000 sq. ft.) F'ive-Story Structure with Public Parking Facility (2 levels). Restricted Police Parking Facility (9 levels). Firing Range, Detention Cells, Jail Facilities, Gymnasium and Locker Rooms. 232 weekly man hours. Hours of Ooeratiorl/Cleaning: 1. Ooeratina Schedule: The Police Department operating schedule will primarily be Monday through Sunday. twenty-four hours a day, however office areas-occupied areas only will primarily be Monday through Friday from 8:30AM to 5:00PM. Night Cleanina Hours: NOT REQUIRED . . Day Cleanina Hours: . The following shall be the hour schedule for the. day cleaning employees. . Five (5) personnel shall be required Monday through Friday from 7:30AM to 4:00PM. (one- half hour for lunch) One person shall be required on Saturdays and Sundays for four (4) . hours each day. Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. Facilitv Closina: Facility shall be closed during MajOrHolidays at the discretion of the City. Holiday closing ,shall not interrupt cleaning schedules. Should the facility be closed for a holiday, the contractorshafl schedule his normal cleanup crew for monthly, semi-annual, etc. cleaning during this regularly assigned work time period. unless otherwise requested by the City. Dailv Cleanina: Maintenance personnel assigned to the facility during its operating hours shall circulate throughout the facility performing such janitOrial functions as detailed herein. or as directed by the Police Property Manager to maintain the facility in a clean, free, safe condition, including the Police parking garages. Bidders Note: . . The rate for the personnel provided during operating hdurs shall be bid as a monthly charge based on the following: Five (5) personnel X 8 hours per day X 5 days per week and One (1) person X 4 hours per day X 2 days per week. (Sat. & Sun.} (4) Hi$toric City Hall; 1130 Washington Avenue. (:31.200 sq. ft.) (Justice Center) Nine-Story Structure with janitorial requirements in the Public Areas On the first throU~h eighth floors, the main stairways, elevators, restrooms, etc. All floors with exception to the 2" . Floor. (1) The floors of the building to be serviced consist of carpeted and tile areas. (2) There are six (6) bathrooms located in the following areas: Eighth Floor (1), Seventh Floor (1), Sixth Floor (1), Fifth Floor (1), Fourth Floor (1), and Third Floor (1). (3) There are two (2) elevators and three (3) stairways which require cleaning. One stairway is first and second floor only. The other two go from the second to the ninth. (4) There are six (6) water fountains to be cleaned. located in the following areas: Oneon each floor from the third through the eighth. Hours of Operation/Cleanina: . 1. Operating Schedule: Historic City Hall operating Schedule will primarily be Monday through Friday from 8:30AM to 5:00PM. . Night Cleanina Hours Night Cleaning shall be betWeen the hours of closing and 8:00AM the following morning. Dav Cleanina Hours: Not Reqolred Facility Closing:. . Facility shall be closed during Major Holidays at the discretion of the City. Holiday closing shall not interrupt night cleaning schedules. Should the facility be closed for a holiday, the contractor shall schedule his normal cleanup crew for monthly, semi-annual, etc. cleaning during this regularly assigned work time period, unless otherwise requested by the City. . . CITYWIDE PUBLIC RESTROOMS,TWICE DAILY. BASS MUSEUM DEVELOPMENT OFFICE, 2100 Park Avenue (1048 sq. ft.) One-Story Structure.The floors of the building to be serviced Consist of carpeted areas. There are two (2) bathrooms requiring cleaning. Holl"S of Ooeration/Cleaning: 1. Ooerating Schedule . The Development Office operating schedule will primarily be Monday through Friday from 8:30AM to 6:00PM. Nioht Cleanino Hours~ Not required. Dav Cleanino Hours:- Twice Weekly on MoMays and Thursdays in the mornings. (7) SOUTH SHORE COMMUNITY CENTER, 833 Sixth Street. (42,000 sq. ft.) TwO"Story Structure. (1) The floors of the building to be serviced consist of carpeted and tile areas. (2) . There are six (6) bathrooms located in the following areas; First Floor _ four (4), Second Floor - two (2), (3) There are five (5) water fountains to be Cleaned located in the following areas; First Floor- three, Second Floor - two (1) There is one (1) elevator and one (1) stairWay Which require cleaning. Hours of OoerationlCleaning: 1. Ooeratina Schedule The SSCC operating schedule will primarilybe Mondsy through Friday . from 8:30AM to 5:00PM. Nioht Cleanino Hours Night cleaning shall be betWeen the hours of Closing and midnight. Dav Cleanino Hours (While SSCC is open) Thefullowing shall be the hour schedule for the day cleaning employee. Begin at 12:00 PM. (Noon) TotalS-Hour Days...260@ 5 Hrs. Day=1300 Hrs. Mom/no Clean-up One person shall be required to clean theentranceways, breezeway and exterior stairways by means of sweeping and/or hosing down as required and empty garbage. This requirement must be completed not later than 8:00 AM each moming, Monday through Friday Facility Closing: Facilityshall be closed during Major Holidaysst the discretion of the City. Holiday . closing shall not interrupt night cleaning schedules. Should the facility be closed for a holiday. the contractor shall schedule his normal cleanup crew for monthly. semi-annual. etc. cleaning during this regularly assigned work time period, unless otherwise requested by the City. Daily Cleaning: Maintenance personnel assigned to the facility during its operating hours shall circulate throughout the facility performing such janitorial functions as detailed herein. or as directed by the Building supervisor to maintain the facility in a clean, free, safe condition. The primary function of the day personnel will be preparing and. cleaning up from the Jewish Vocation feeding of the elderly program. ' Bidders Note: The rate for the personnel provided during operating hours (daily cleaning) shall be bid as a part of the monthly lump sum cost for the entire project requirements. . (8) Fire Station #2. 2300 Pine Tree Drive; Two story bUilding,90 regular employees. 10 offices, 2 toilets, 10 IBrsons dormitory and the fire bays are not included. 2 Sty. Support Services Bldg, 6 offices, 4 toilets, 10 persons shop area not included. Hours of OoerationlCleanina: .... .... .. 1. Ooeratina Schedule primarily Monday through Friday from 8:30AM. to 5:00PM. 2. Niaht Cleaning Hours: Night cleaning shall be between the hours of closing and 8:00AM the following morning. 3. Dav Cleanina Hours 5 Days per Week (9) 21stSTRE:ET RECREATION CENTER; 2100WashingtonAvenue. One Story Structure (Multi-Purpose . .Room. Bandshell/Ampitheatre, Theatre, Chess Club/Office, atios/Entranceways/Alcoves, Bathrooms) (1) The floors of the building to be serviced consist of carpet, wood, linoleum. concrete. and tile. There are eight (8) bathrooms which require cleaning. Ca. Interior of Theatre Building has two (2) bathrooms, b. Social Hall Building exterior has two (2) bathrooms which require cleaning during events only, c. Exterior of Theatre Building has two (2) bathrooms requiring cleaning during events only, d. Main Building has two (2) battTooms. There are eight (8) water fountains which require cleaning. Theatre Building has one (1), and Main Recreation Building has seven (7). Hours of OoeratiCln/CleaninCI: 1. Operating Schedule Monday thru Thursday. 9:00 AM -9:00 PM. Friday - 9:00 AM -10:30 PM, Saturday - 6:00 PM - 10:30 PM. ''Time Certain Cleanina": Prior to 8:30 AM on Mondays thru Fridays all areas and entryways must be cleaned for program start. Saturdays all areas and entryways must be cleaned prior to 5:30 PM. 3. Dailv Services: Remove leaves, seagrapes,litter.etc.from all walkways, patios, stairs and exterior foyers. (Includes removing cobwebs. cocoons. and dirt from foyer walls). OCEAN FRONT AUDITORIUM; 1001 Ocean Drive (11 ,884sq.ft.) One Story Structure (Multi-use large room, Stage areas, Dressing rooms. Stairwells, bathrooms, Entry and Lobby. Outside entranceways should be included for the cleaning of litter and washed down. (1) The floors. of the bUilding to be serviced consist of terrazzo, .linoleum. and concrete areas. There are three (3) bathrooms which require cleaning. a.Lobby has two (2) bathrooms, b. Backstage has one (1) bathroom which require cleaning. There are two (2) water fountains which require cleaning. a. Lobby has one (1). b. Backstage has one (1). Hours of Operation/Cleaning: . 1. Operating Schedule Monday thru Thursday -9:30AM -12:30 PM., Friday & Saturday- 6:00 PM - 12:00 midnight., Sunday - 6:30 PM - 10:00 PM. . "Time Certain Cleanina": Completed by 4:00 PM,'prior to all program hours. Scheduled thorough cleaning one time per week. "Current janitorial needs are mostly outside the large room, performing weekly, monthly, quarterly and annual tasks only. (11) NORTH SHORE COMMUNITY CENTER; 7250 &7275 Collins Avenue. UNDER CONSTRUCTION, COMPLETION DATE DUE AT END OF 2003. (12) NORTH SHORE RECREATION CENTER; 501-72nd Street One Story Structure UNDER CONSTRUCTION, COMPLETION DATE DUE AT END OF 2003. (13) Muss Park: Chase Ave. & 44th Street 1 Floor building, 2 toilets, one office. 10 employees. Hours of Ooerl:ition/Cleaning: 1. Ooeratina Schedule: Monday - Friday. 8:00 AM -6:00PM. B. Cleanina: 1. After closing of facility. C Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) (14) Tatum Park: 8050 Byron Avenue; 1 Floor building, 2 toilets. one office. 10 employees Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00am-6:00 pm B. Cleaning 1. After closing of facility. C.. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) Stillwater Park: 8440 HaYlthorne Ave.; 1 Floor building. 2 toilets, one office. 10 employees Hours of Ooeration 1. Operating Schedule: Monday - Friday,8:00 am .. 6:00 pm B. Cleaning 1. After closing of facility. C. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 16. FairwaVlCresDi Park: Fairway & No; Shore Dr.; 1 Floor building, 2 toilets. one office. 10 employees. Hours of Ooeration 1. Operating Schedule: Monday - Friday. 8:00 am - 6:00 pm Cleaning 1. After closing of facility. Cleaning/Janitorial needs: 1. Office (daily) 2. Two indoor shelters (daily) 3. Restrooms (daily) 2605 Biarritz; 1 Floor building. 2 toilets, one office. 10 Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 am -6:00 pm Cleaning 1. After closing of facility. CleElning/Janitorial needs: 1. Office (daily) 2. Indoor shelter (daily) 3. Restrooms (daily) Normandvlsle Park: 7030 Trouville Esplanade; 1 Floor building. 2 toilets. one office, pool, 10 employees. Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 am- 6:00 pm B. Cleaning 1. After closing of facility. C. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 4. Locker Rooms (dEli/y) Parks MaintenanceBlda: (900 sq. ft) 2100 Meridian Ave.; 1. Floor building, 6 toilets, two offices, 1 Kitchen 20 employees. Cleaning After closing of facility. Cleanina Janitorial needs: Offices (daily) Restrooms (daily) . . . .. . . Floor mopping (twice a week for the office & daily for the resttooms) 20. Property Manaaement Blda:1245 Michigan Ave.; (2) One story buildings. 2 trailers, 6 toilets. 10 offices, 20 employees Hours of ODeration 1. Operating Schedule: Monday -Friday, 8:00 am" 6:00 pm. B. Cleaning 1. After closing of facility. C. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for therestrooms) 21. Fleetl\llc:tmt.&SanitationBlcfa:140 1\11 acArth ur Causeway; Two story building, 2 kitchens, 1 0 toilets. 4 showers, 40 emJ)loyees Hours of Ooeration 1. Operating Schedule: Monday - Friday. 8:00 am B.' Cleanina 1. After closing of facility. C. Cleaning Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) 22. Hours of OOeration 1. Operating Schedule: Monday - Friday, 8:00 am -6:00 pm. . B. Cleaning 1. . After closing of facility. C. Cleanina Janitorial needs: 1. Offices (daily) 2. . Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) / . .. Public Works Yard Offices: 2300 Pine Tree Drive.; Two story building. 8 offices. 2 kitchens. 12 toilets. 40 employees. Hours ofOoeration 1. Operating Schedule: Monday - Friday,8:00 am - 6:00 pm. B. Cleanina 1. After closing of facility. C. Cleanina Janitorial needs: 1. Offices (daily) 2. Restroorlls (daily) 3. . Floor mopping (twice a week for the office & daily forthe restrooms) 24. Police DeDt.(SIUIOffice: 1831 Bay Road.; Two story building 3,000 sJ. per floor (6,000 total s.f.). 6 toilets. 12 employees, 2 kitchens Hours of Operation 1. Operating Schedule: Monday - Friday. 8:00 am B. Cleaning 1. After closing of facility. C. Cleanina Janitorial needs~ . 1. Offices (daily) 2. Restroorlls(daily) . . .3. Floor mopping (twice a week for the office & daily for the restrooms) Marine Patrol Office: 1900 Purdy Ave.; TWo story building top floor Only, 2 tOilets,4 employees. Hours of Operation 1. Operating Schedule:Monday - Friday. 8:00 am -a:Oo prll. B. Cleaning , 1. After closing of facility. C. Cleaning Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) 777, 17th Street BUILDING (3 offices on the 2nd Floor. one office on the .t'ffoor (Medical Clinic) and the restrooms and COnlmon areas onthe'f-. :r, 4th and !fh floors). Hours of Ooeration 1. Operating Schedule:Monday - Friday, 8:00 am - 9:00 pm. B. Cleaning 1. . After closing of facility. C. Cleanina Janitorial needs: Offices (daily) Restrooms (daily) Floor mopping (twice a week for the office & daily for the restrooms) 27. 555 Convention Center Drive Building; ACE and Code Compliance only. 1 floor approx. 20.000 sJ. total. 15,000 sJ. currently being used, 8 toilets. Hours of Operation 1. Operating Schedule: Primarily. Monday -Friday, 8:30 am- 5:30 pm. 2. Day Cleanina: 5 Days a week 3. / Night Cleaning: Night cleaning shall be between the hours of closing and 8:00 a.m. the / following morning. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) GolfColJrse Club House Trailer Includes 2 officesalld retail sales area. II toilets in 4 separate restrooms, 2 of which are located remote from the clubhouse. H6urs6f Operation . . 1. Operating Schedule: Primarily, Monday -Friday, 8:30 am - 5:30 pm. 3. Day Cleanina: 7 Days a week Cleaning Janitorial needs: 1. Offices (daily) Restrooms (daily) 29. FlallllngoPark: includes 6restrooms, 3 tollets&3 urinals in each restroom Hours of Oberation 1. Operating Schedule: Primarily, Monday -Friday,8:30 am -5:30 pm. 4. Day Cleanina: 7 Days a week Cleanina Janitorial needs: 1. Offices (daily) Restrooms (Twice daily) ATTACHMENT"C" COST WORKSHEET FO~ PARKING GARAGES OF THE CITY OF MIAMI BEACH We propose and agree, if this Proposal is accepted to contract with.. the City of Miami Beach. Florida,bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers, supervisors, payroll, taxes, insurance, fringe benefits. chemicals & supplies, tools & equipment, expendable supplies used in replenishing rest room dispensers such as paper towels, roll tissue, hand soap. etc., overhead and profit necessary for any Janitorial Services required to maintain the premise in an acceptable condition and necessary to perform and complete the work called for by the Specifications for the Bid for the performance of Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. THE CITY SOLEY RESERVES THE RIGHT TO AWNtD A CONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. . .. BE ADVISED: UNDER THE LIVING WAGE ORDINANCE CON1RACTOR's EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN HOUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BILL RATE FOREACH CLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians B. Supervisors D. BILL RATE for Supervisors E. . Ratio of Supervisors to workers: $ plhour p/hour p/hour _p/hour BID ITEM "An 7th ST. PARKING GARAGE. Collins Ave. & 7th St., Miami Beach. Florida BID ITEM "8" 12th ST. PARKING GARAGE Drexel Ave. & 12thSt., Miami Beach. Florida TOTAL MONTHLY COST TO THE CITY: $ BID ITEM "c" 13th ST. PARKING GARAGE.. Collins Ave. & 13th St., Miami Beach. Florida BID ITEM "0" 17th ST. PARKING GARAGE.. Collins Ave. & 17thSt., Miami 8each,Florida TOTAL MONTHl Y COST TO THE CITY: $ TOTAL MONTHLY COSTlO THE CITY: $ BID ITEM "E" 42 Street ParkillQ GaraCle,.42nd Street & Royai Palm Ave TOTAL MONTHL Y COST TO THE CITY: $ GRAND TOTAL PER MONTH TO THE CITY ATTACHMENT "C"CONTINUED Total Monthly C()st Breakdown: a. payroll, taxes & insurance...........$___ b. fringe benefits.......................,.....$____ c. chemical supplies...................,....$__-'-_ d. Expendable Items........................$____ Additional Cleanings . (Cleanings not specified in the bid specifications) $ per hour Use of C()ntractors' Pressure Cleaning Equipment. $ per hour (Pressure Cleaning not specified in the bid specifications) $ per hour NAME OF COMPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: ATTACHMENT "A" COST WORKSHEET FOR CITY OF MIAMI B~CH BUILDINGS We propose and agree, if this Proposal is accepted to contract with the City of Miami Beach, Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers, supervisors, payroll, taxes, insurance, fringe benefits, chemicals & supplies, tools & equipment, expendable supplies used in replenishing rest room dispensers such as paper towels, roll tissue, hand soap, etc., overhead and profit necessary for any Janitorial Services required to maintain the premise in an acceptable condition and necessary to perform and complete the work called for by the Specifications for the Bid for the performance of Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. THE CITY SOLEY RESERVES THE RIGHT TO AWARD A CONTRACTOR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: UNDER THE LIVING WAGE ORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN HOUR MJST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEAL THBENEFITS. ALSO PROVIDE BILL RATE FOR EACH CLASSIFIATlON THAT THE CITY WILL BE BILLED. A. Custodians p/hour B. Supervisors p/hour E. BILL RATE for Supervisors p/hour BID ITEM "1": CITY OF MIAMI BEACH CITY HALL f700 Convention Center Drive,Miami Beach, Florida. Exterior Glass Cleaning: (Quarterly) ATTACHMENT "A" CONTINUED BID ITl:M "2": SCOTT RAKOW YOUTH CENTER 2700 Sheridan Avenue, Miami Beach. Florida. Exterior Glass Cleaning: (Quarterly) Total Monthly Cost to City (Night Cleaning) $ 4. Daily Charge: (Day Cleaning Crew) $ per hour worked per perscm. 5. Special Charge: Strip & Resurface SpeCial Use Floors. {Gymnasium BIDITENI "3" POLICE DEPARTMENT 1100 Washington Avenue, Miami Beach, Florida Floor if required more than semi-annually: $ Five (5) personnel shall be required Monday through Friday from 8:00AM to 4:00PM. One person shall be required on Saturdays. and Sundays for four (4) hours each day. Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "4" HISTORIC CITY HALL 1130 Washington Avenue. Miami Beach. Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: A TrACHMENT "A" CONTINUED BID ITEM "5" MIAMI BEACH PUBLIC RESTROOMS.... SEE ATTACHMENT "B" BID ITEM "6" BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue. Miami Beach. Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "7" SOUTH SHORE COMMUNITY CENTER 833 Sixth Street. Miarni Beach. Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: Hourly Charge: ATTACHMENT "A" CONTINUED BID ITEM "8" FIRE STATION#2, 2300 Pine Tree Dr., Miami Beach, Florida (2 Bldgs) Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: ,BID ITEM "9" 21 st STREET RECREATION. CENTER 2100 Washington Avenue. Miami Beach Exterior Glass. Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "10" OCEAN FRONT AUDITORIUM 1001 Ocean Drive. Miami Beach, Florida BID ITEM "11" . NORTH SHORE COMMUNITY CENTER 7250 Collins Aveliue, Miami Beach,Florida TO BE ADDED AFTER COMPLETION OF CONSTRUCTION BID ITEM "12" NORTH SHORE RECRE:ATION CENTER 501. 72hd Street. Miami Beach. Florida TO BE ADDED AFTERCOMPLETIC>NOF CONSTRUCTION BID ITEM "13" MUSS PARK Chase Ave; & 44th Street, Miami Beach. Florida Total Mbnthly Cost: BID ITEM "14" TATUM PARK 8050 Byron Avenue, Miami Beach,Florida Total Monthly Cost: BID ITEM "15" STILLWATER PARK 8440 Hawthorne Ave., Miami Beach. Florida Total Monthly Cost: BID ITEM "16" .FAIRWA Y PARK/Cresoi Fairway & No. Shore Dr., Miami Beach, Florida BIO ITEM "17" NORMANDY SHORES PARK 2605 Biarritz, Miami Beach, Florida Total Monthly Cost: $ BID ITEM "18" NORMANDY ISLE PARK 7030 Trouville Esplanade, Miami Beach, Florida Total Monthly Cost: BID ITEM "19" PARKS MAINTENANCE BLDG.. 2100 Meridian Ave., Miami Beach Florida Total Monthly Cost: BID ITEM "20" PROPERTY MANAGEMENT BLDG.. 1245 Michigan Ave., Miami Beach,Florlda Total Monthly Cost: BID ITEM "21" . . FLEET MGMT. & SANITATION BLOG.. 140 MacArthur Causeway, Miami Beach. TotafMonthly Cost: ATTACHMENT "A" CONTINUED BID ITEM "22" BEACH PATROL OFFICE. Ocean Drive & 10th Street, Miami Beach, Florida Total Monthly Cost: BID ITEM "23" PUBLIC WORKS YARD OFFICES. 2300 Pine Tree Drive. Miami Beach, Florida Total Monthly Cost: BID ITEM "24" POLICE DEPT. SPECIALlNVEST. UNIT OFFICE. 1831 Bay ~d., Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "25" MARINE PATROL OFFICE. 1900 PurdY Ave.. Miami Beach, Florida Total Monthly Cost: ATTACHMENT "A" CONtiNUED BID ITEM "26" . . 777, 17th Street Building. Miami Beach. Florida ExterioJ' Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "27" 555 Convention Cent~r Drive BuildinCl Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: ATTACHMENT "A" CONTINUED GRAND TOTAL FOR ALL 'FACILlTIES QOA~TERLY GLASS CLEANING: GRAND TOTAL FORJANITORIAL SERVICES exCLUDING PUBLIC RESTROOMS Total Monthly CosfBreakdown: a. payroll, taxes & insurance...........$_____ b. fringe benefits....................;.:......$__-'--__ c. chemical supplies........................$___ d. Expendable Items........................$___ The following are cleaning on an as needed basis. Bid Price shall be "per cleaning" RESTROOMS REClUIRE CLEANING 2 TIMES PER DAY. 7 DAYS PER . WEEK. ("ENHANCED SERVICES") / NAME OF COMPANY: PRINT NAME OF AUTHORIZE:DREPRESE:NTATIVE:: SIGNATURE: ATTACHMENT "B" COST WORKSHEET FOR CITY OF MIAMI BEACH RESTROOMS We propose and agree, if this Proposal is accepted to contract with the City of Miami Beach, Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers, supervisors, payroll, taxes, insurance, fringe benefits, chemicals & supplies, tools & equipment, expendable. supplies used in replenishing rest room dispensers such as. paper towels, roll tissue. hand soap, etc., overhead and profit necessary for any Janitorial Services required to maintain the premise in an acceptable condition and necessary to perform and complete the work called for by the Specifications for the Bid for the performance of Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. THE CITY SOLEY RESERVES THE RIGHT TO AWMDA CONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: UNDER THE LIVING WAGE ORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEAL THBENEFITS PLUS A MINIMUM OF $1.25 AN HOUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BILL RATE FOR EACH CLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians $ plhour B. Supervisors p/hour C. BILL RATE for CustOdians plhour F. BILL RATE for Supervisors p/hour Twice Daily (7 days per week PRINT NAME OF AUTHORIZED REPRESJ::NTATIVE: SIGNATURE: PROCUREMENT DMSION Te'ephorie(305) 673-7490 Facsimile (305) 673-7851 INVlT A TIONl'OSID NO. 34-02/03 ADDENDUM NO. 2 March 31. 2003 CITYWIDE JANITORIAL SERVICES is amended as follows: Answers to Questions: Please provide previous award information. 1. List of companies who hav~ been sent copies ()fthes()licitation; 2. Name of company currently performing the service; 3. List of companies and their bids from the last time the solicltati()n was Issued; and 4. Pricing ofthe current contract. This invitation to . bid was. advertised in the Daily Business Review and Demandstar. Our records indicate that approximately 23 vendors have been notified. but we are unable to determine exact amounts. You may log onto www.demandstar.com to view bid information. The current Janitorial Service provider for City locations and City garages is Best Maintenance. 3. Previously. the City had two bids. one for citywide locations and one for citywide garages. This bid has combined both citywide locations as well as citywide garages. At the time the last solicitation was issued for city garages, three responsive bidders submitted bids; Best Maintenance, Coastal Building. Maintenance and CHI-ADA Corp. Three responsive bidders submitted bids for citywide locations the last time the solicitation was issued; Best Maintenance. Vista Building and ABM Janitorial Services. Currently the annual . contract for City locations is approximately $380.000.00. The approximate annual amount for City garages is approximately $130,000.00. The neW bid includes additional locations. We anticipate the new contract to exceed the current contract. . .. . Inasmuch as this change doesnofmaterially affect the bid document, proposers are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH //../ / " />- . f."""" Gus Lopez. CPPO Procurement Director rm PROCUREMENT DIVISION INVI'l'ATION TO BID NO. 34-02/03 Telephone (305) 673-7490 Facsimile (305) 673-7851 ADDENDUM NO.1 May 11, 2004 CITYWIDE JANITORIAL SERVICES is amended as follows: The Bid Open.ing date is changed from April 11 to April 23, 2003 at 3 :oOP .M. Also, the . Site Visit/Pre-Bid date has been changed form March 28, 2003 to April 9, 2003 at 9:30 . A,M. Transportation will be provided from City Hall, 1700 Convention Center Drive, transportation will depart at 9:45 A.M. The Pre..Bid CouferencewiII follow in the City Manager's small conference room 4th floor, located at City Hall, 1700 Convention Center Drive. Inasmuch as this change does not materially affect the bid document, proposers are not required to acknowledge this addendum to be deemed responsive. INVITATION FOR BIDS CITYWIDE JANITORIAL SERVICES BID # 34-02/03 BID OPENING: APRIL 23, 2003 Gus Lopez, CPPO, Procurement Director City of Miami Beach - Procurement Division 1700 Convention Center Drive Miami Beach, FL 33139 F: \PURC\$ALL \michelle\bids02/03 . armor car.doc BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 1 of 116 OF MIAMI BEACH lO INVITAtiON TO BID NO. 34-02/03 PUBLIC NOTICE Telephone (305) 673-7490 Facsimile (305) 673-7851 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 hltp~\miamibeachfl.gov PROCUREMENT DIVISION Sealed bidswill be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive. Miami Beach, Florida 33139, until 3:00 p.m. on April 23. 2003 for: CITYWIDE JANITORIAL SERVICES Scope of Work: The City seeks to contract a responsible firm to proVide janitorial services to the City of Miami Beach's offices and garages. The contractor shall provide all labor, equipment, tools, chemicals. paper products, supervision, and other items or service necessary to perform the work as defined in this Bid. The City of Miami Beach reserves the right to add. delete and/or modify locations and/or services as deemed necessary. Payment for additional or modified locations and/or services will be at the agreed upon price, based on the quoted bid price for comparable locations and/or services. Deductions from payment for deleted locations will also be made as per the quoted bid price for comparable locations and/or services. At time. date. and place 'above, bids will be publicly opened. . The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The city is not responsible for delays caused by mail, cOurier service, including U.S. Mail, or any other occurrence. Anybids or proposals received aftertime and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for . delays caused by mail, courier service, including U.S. Mail, or any other occurrence. . A SitE VISIT/PRE~SID CONFERENCE WILLSE HELD ON APRIL 9,2003 AT 9.30 A.M. TRANSPORTATION WILL BE PROVIDED FROM CITY HALL, 1700 CONVENTION CENTER DRIVE. TRANSPORTATION WILL DEPART CITY HALL AT 9:45A.M. THE PRE-BID CONFERENCE WILL FOLLOW IN THE CITY MANAGER'S SMALL CONFERENCE ROOM, LOCATED AT CITY HALL, 1700 CONVENTION CENTER DRIVE,FOURTH FLOOR, MIAMI BEACH. FLORIDA . ..... ..." '.......' . .. . Site visitshall begin at 10:00 A.M. on April 9. 2063, at the Scott Rakow Youth Center, and continue as follows: 10:00 A.M. -10:15 A.M. 10:30 A.M. -- 11 :45 A.M. 11 :45 A.M. - 12:00 P.M. 12:15 P.M. --12:30 P.M. 12:45 P.M. -- 1:00 P.M. 2:00 P.M. ~ 2:15 P.M. 2:30 P.M. -- 2:45 P.M. 2:45 P.M. - 3:00 P.M. Scott Rakow Youth Center........................ Historic City HaiL........................... Police Facility................................. South Shore Community Center.................... 5. 21st Street Recreation Center........,..;....;.. ONE HOUR BREAK 6. 777 17 Street 7. 555 Convention Center 8. City Hall....................................... Transportation to and from the locations will leave City Hall at 9:45 a.m. PRE-BID CONFERENCE BEGINS AT 3:00P.M. The Miami Beach Public Restrooms will not be visited during this inspection. Each bidder is responsible, prior to submitting the bid to visit each location and acquaint themselves with the needs and requirements of the service for each location. The City has contracted with DematJdStar by Onv/a as our electronic procurement service for automatic notification of bid opportunities and document fulfillment. We encourage you to participate in this bid notification system. To find out how you can receive automatic . bid notifications or to obtain a copy of this Bid. go to www.demandstar.com or call toll-free 1-800-711-1712, and request Document #343. Subscribing to DemandStar by Onv/a's bid notification system is not a requirement. You will stiD be able to find bid information and download documents through the City's website (httD:/Imiamibeachfl.gov) From the City's home page, click on Procurement and follow the instructions. Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305) 673-7851. The Bid title/number shall be referenced on all correspondence. All questions must be recaivedno later than ten (10) calendar days prior to the scheduled aid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. yOU ARE HEREBY ADVISED THAT THIS SID IS SUBJECT TO THE "CONE OF SILENCE. " IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COPY OF ALL WRITTEN COMMUNICATION (S) REGARDING THIS BID MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS SIOISSUBJE:CT TO THE "CODE: OF BUSINESS ETHICS" IN ACCORDANCE: WITH. RESOLUTION NO. 2000-23879. BID NO. 34-02/03 DATE: March 7,2003 YOU ARE HEREBY ADVISED THAT THIS REQUEST FORBID IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. LOBBYIST, PURSUANT TO THE CITY CODE. YOU ARE REQUIRED TO REGISTER AS A LOBBYIST. AND AS OF MAY 18,2002, ACCORDING TO ORDINANCE NO. 2002- 3363, ALL LOBBYISTS AND PRINCIPALS.I\IJUST FILE A FINANCIAL DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE. YOU ARE HEREBY ADVISED THAT THIS all) SOLICITATION IS SUBJECT TO THE LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES WHO PROVIDE SERVICES COVERED BY THE BID, SHALL BE PAID A LIVING WAGE OF NO LESS THAN $8.56 AN HOUR WITH HEALTH BENEFITS. OR A LIVING WAGE OF NO LESS THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS. Pursuant to Section 2-409 of the Miami Beach City Code. the contract awarded pursuant to this RFP, shall be subject to the City's Living Wage Ordinance. as codified in Sec. 2-408 through 2-410 in the Miami Beach City Code. A copy of the City's Living Wage Ordinance (No. 2001-3301) is attached. In the eventthatthesuccessful proposer intends to use sub- . consultants. the successful proposer shall require such sub-consultants to comp Iy with the City's Living Wage Ordinance. CITY OF MIAMI BEACH ~/ .(. /_-- ....... Gus Lopez, CPPO Procurement Director BID NO. 34-02/03 DATE: March 7, 2003 OF 1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139 hllp:\\mlamibeachflgov PROCUREMENT DIVISION I NOTICE TO PROSPECTIVE BIDDEFlS I NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to the address listed above. NO BIO SUSMITTED FORREASON(S) CHECKED AND/OR INDiCATED: _Our company does not handle this type of product/service. _We cannot meet the specificatiohs nor provide an alternate equal product. . _Our company is Simply not interested in bidding at this time. _Due to prior commitments, I was unable to attehd pre-Bid meeting. _OTHER. (Please specify) Note: Failure to respond. either by submitting a bid or this completed form. may result in your company being removed from the City's bid list. SECTION I -INSTRUCTION TO BIDDERS An original plus THREE (3) copies of complete bid must be received by, April 23, 2003, at 3:00 p.m, and will be opened on that day at that time. The origiMI and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the Bidder's name. address, telephone number. BID number and title. and Bid due date. The responsibility for submitting a response to this BID to the Procurement Division on or before the stated time and date will be solely and strictly that of the Bidder. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occOrrence.BIDS RECEIVED AFTER THE BID DUE DATE AND TIME WILL NOT BE ACCEPTED AND ,wILL NOT BE CONSIDERED. PRE.BID CONFERENCE ( A Site Visit/Pre-Bid conference has been scheduled as follows: . . Date:. APRIL 9. 2003 Time: 9:30 A.M. Place: Transportation to site visit will leave City Hall at 9.45 a.m. 1700 Convention Center Drive First Floor Miami Beach, Florida. . . Pre-Bid Conference will follow in the City Manager's Small Conference Room 1700 Convention Center Drive Fourth Floor Miami Beach, Florida. C. CONTACT PERSON/ADDlTIONALINFORMATION/ADDENDA The contact person for this. Bid is Michelle Cullen, Procurement Coordinator. The . Procurement Coordinator may be reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail: michellecLllen@miamibeachfl.gov. Communications between a proposer. bidder, lobbyist or consultant and the Procurement Director is limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the Procurement Director, with a copy to the City Clerk, at least 10 calendar days prior to scheduled Bid opening. The City will issue replies to inquiries and anyothercorrec:tions or amendments it deems necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders should not rely on representations. statements, or explanations other than those BID NO. 34-02/03 DATE: March 7. 2003 made in this Bid or in any writtenaddendLim to this Bid. Bidders should verify with the Procurement Division prior to submitting a bid that all addenda have been received. PURPOSE OF BID The purpose of this Bid is to establish a contract, by means of sealed bids to a qualified provider of janitorial services. . The contractor shall provide all labor, equipment, tools, chemicals, paper products, supervision, and other items or service necessary to perform the work as defined in this Bid. The City of Miami Beach reserves the right to add, delete and/or modify locations and/or services as deemed necessary. Payment for additional or modified locations and/or services will be at the agreed upon price, based on the quoted bid price for comparable locations and/or services. Deductions from payment for deleted locations will also be made as per the quoted bid price for comparable locations and/or services. E.TERMOF CONTRACT Two-year period from the time of award by the Mayor and City Commission aM may be renewed by mutual agreement for four additional years. The bid priceswili remain in effectfor a twenty-four (24) month period. at which time they will be reconsidered for adjustment prior to renewal as follows; Change shall not be more than the percentage increase or decrease .in the Consumer Price Index CPI-U(all urban areas) computed 60 days prior to the anniversary date of the contract. MODIFICATIONIWITHDRAWALS OF BIDS A Proposer may submit a modified Bid to replace all or any portion of a previously . submitted Bid up until the Bid due date and time. Modifications received after the Bid due date and time will not be considered. Qualifications shall be irrevocable until contract award unless withdrawn in writing prior to the Bid due date or after expirationof120 calendar days from the opening of Bids without a contract award. Letters of withdrawal received after the Bid due date . and before said expiration date and letters of withdrawal received after contract award will not be considered. BIDPOSTPONEMENTlCANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, Bids; re-advertise this Bid; postpone or cancel. at any time, this Bid process; or waive any irregularities in this Bid, or in any Bids received as a result ofthis Bid. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Bids to the City, or any work performed in connection therewith, shall.be the sole responsibility of the Proposer(s) and shall not be reimbursed by the City. J. EXCEPTIONS TO BID Proposers must clearly indicate any exceptions they wish to take to any ofthe terms in this Bid, and outline what alternative is being offered. The City, at its sole and absolute discretion, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the Proposer to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. SUNSHINE LAW Proposers are hereby notified that all information submitted as part of a response to this Bid will be available for public inspection after opening of Bids, in compliance with Chapter 286. Florida Statutes, known as the "Government in the Sunshine Law", NE:GOTIATIONS . The City may award a rontracton the basis of initial offers received, without discussion, or may require Proposers to give oral presentations based on their qualifications. The City reserves the right to ehter into negotiations with the top- ranked Proposer, and if the City and the top-ranked Proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the second-ranked Proposer. This process may continue until a contract has been executed or all Bids have been rejected, No Proposer shall have any rights in the subject project or property or against the City arising from such negotiations. FINANCIALST ABILITY AND STRENGTH The bidder must be able to demonstrate a good record of performance and have sufficient financial resources toensurethatthey can satisfactorily provide the goods and/or services required herein. Bidders/Proposers shall submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a Joint Venture, each Bidder/Proposer involved in the Joint Venture must submit financial statements as indicated above. Any Bidder/PrOposer who. at the time of bid submission. is involved in an ongoing bankruptcy as a debtor, or in a reorganization. liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidder/Proposer under federal bankruptcy law or any state insolvency, may be declared non-responsive. . RULES; REGULATIONS; LICENSING REQOIRE:I\IIE:NTS Proposers are expected to be familiar with. and comply with. all Federal,Stateand local laws, ordinances. codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act. Title VII of the Civil Rights Act. the EEOC Uniform Guidelines. and all EEO regulations and guidelines. Ignorance on the part of the Proposer will in no way relieve it from responsibility for BlOND. 34'02103 DATE: March 7. 2003 compliance. DEFAULT .. Failure or refusal of a Proposer to execute a contract following award by the City Commission, or untimely withdrawal of a Bid before such award is made and approved, may result in forfeiture of that portion of any surety required as liquidated damages to the City. Where surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the Proposer from the . City's vendor list. O. CONFLICT OF INTEREST . All Proposers must disclose with their Bid the name(s) of any offiber, director, agent. or immediate family member (spouse. parent, sibling, child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the named any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer or any of its affiliates. P. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist laws. as amended from time to time. Proposers shall ensure that all City of Miami Beach Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed herein. in addition to disqualification of their qualifications. in the event of such non-compliance. Q. PROPOSER'S RESPONSIBILITY Before submitting Bid, each Proposer shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of sue h conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract documents, and will not be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the. Proposer. R. RELATION OF CITY It is the intent of the parties hereto that the successful Proposer be legally considered to be an independent contractor and that neither the Proposer nor the Proposer's employees and agents shall. under any circumstances. be considered employees or agents of the City. S. PUBLIC ENTITY CRIME (PEC) A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may notsubmita bid on a contract to provide any goods or services to a public entity, may not submit a bid ana contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or BID NO. 34-02/03 DATE; March 7. 2003 perform work as a contractor. supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business withanypublicentityin excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. T. DEBARMENT ORDINANCE Proposers are hereby advised that this Bid is further subject to City of Miami Beach Ordinance No. 2000-3234 (Debarment ordinance). Proposers are strongly advised to review the City's Debarment Ordinance.. Debarment may constitute grounds for . termination of the contract, as well as. disqualification from consideration. on any City of Miami Beach RFQ, RFP, RFLI, or bid. CODE OF BUSINESS ETHICS Pursuant to Resolution No.2000-23879 each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division With your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. PROTESTED SOLICITAtiON AWARD Bidders that are not selected may protest any recommendation for Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protest not timely made pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. AMERICAN WITH DISABILITIES ACT Call (305) 673-7490NOICE to request material in acbessible format; sign language . interpreters (five days in advance when poSsible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright. Public Works Department. at 305.673.7080. . . . . . ACCEPTANCE OF GIFTS. FAVORS. SERVICES Proposers shall not offer any gratuities. favors. or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Bid. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. Y. LOBBYISTS Pursuant to the City Code, youare required to register as a Lobbyist. and as of May 18,2002, according to Ordinance No. 2002-3363, all Lobbyists and Principals must BID NO. 34-02/03 . DATE: March 7.2003 file a financial disclosure statement with the City Clerk's Office. DEFINITION: Lobbyists means all persons employed Or retained, whether paid or not, by a principal who seeks to encourage the passage. defeat or. modification. of any ordinance, resolution, action or decision of any commissioner; any action, decision, recommendation of any city board or committee; or any action, decision or recommendation of any personnel defined in any manner in this section, during the time period of the entire decision making process on such action, decision or recommendation that foreseeably will be heard or revieWed by the city commission, or a city board or committee. The term specifically includes the principal as well as any agent, attorney, officer or ertlployeeof a principal. regardless of whether such lobbying activities fall within the normal scope of employment of such agent, attorney, officer or employee. City Code Chapter 2. Article VII, Division 3, entitled "Lobbyists. requires the registration with the City Clerk prior to engaging in any lobbying activity with the City Commission, or any personnel as defined in the subject code sections. No member of it City Board shall: Either directly or through an associate, appear, represent or act on behalf of a third person before the City Commission or any city agency with respect to any agency action sought by theth/reI person. Either directly or through an associate be ergaged as a lobbyist for and on behalf of a third person with respect to any official action by any public officer sought by such third person. Failure to comply with the Lobbyists Ordinances shaUbe handled by the Miarni. . Dade County Commission on Ethics and Public Trust. For additional information, please visit our website at http://miamibeachfJ.gov . SECTION" ~SCOPEOF SERVICE The purpose ofthis Bid is to establish a contract, by rneans ()fsealed bids to a qualified provider of janitorial services. .. The contractor shall provide all labor, equipment. tools, chemicals, paper products,supervision, and other items or service necessary to perform the work as defined in this Bid. The City of Miami Beach reserves the right to add, delete and/or modify locations and/or services as deemed necessary. Payment for additional or modified locations and/or services will be at the agreed upon price, based on the quoted bid price for comparable locations and/or services. Deductions from payment for deleted locations will also be made as per the quoted bid price for comparable locations and/or services. LOCATIONS OF PROPERTIES: The properties covered herein are located as follows: A 7th Street Parking Garage, Collins AVe. & 7th St. B. 12th Street Parking Garages. Drexel Ave. & 12th St. C. 13th Street Parking Garage. Collins Ave & 13th St. D. 17th Street Parking Garage. Pennsylvania Ave & 17th St 1. City Hall. 1700 Convention Center' Drive. 2. Scott Rakow Youth Center, 2700 Sheridan Avenue. 3. Police Department, 1100 Washington Avenue. 4. Historic City Hall, 1130 Washington Avenue. 5. Miami Beach Public Restrooms. see Attachment "B", page 53 6. Bass Museum Development Office. 2100 Park Avenue. 7.S()uth ShoreC()mmunity Cellter. 833 Sixth Street 8. Fire Station No. 2,2300 Pine Tree Dr. 9. 21st Street Recreation Center, 2100 Washington Avenue. 10. Ocean Front Auditorium, 1001 Ocean Drive. 11. North Shore Community Center, 7250 Collins Avenue. .12. North Shore Recreation Center. 501 - 72nd Street. 13. Muss Park, Chase Ave. & 44th Street 14. Tatum Park. 8050 Byron Avenue. 15.Stlllwater Park, 8440 Hawthome Avenue. 16. Fairway Park, Fairway & No. Shore Dr. 17. Normandy Shores Park, 2605 Biarritz. 18. Normandy Isle Park, 7030 Trouville Esplanade. 19. Parks Maintenance Bldg., 2100 Meridian Ave. 20. Property Management Bldg., 1245 Michigan Ave. 21. Fleet Mgmt./Sanltation Bldg.,. 140 MacArthur Causeway 22. Parking Dept. Bldg., 777, 17th S1. (2nd Floor) 23. Beach. Patrol Office. Ocean Drive. & 10th St. 24. . Flamingo Park Tennis Court, 1100 Michigan Ave. 25. Public Works Yard Offices, 2300 Pine Tree Dr. 26. 7th Street Parking Garage Offices & Elevators. Collins Ave. & 7thSt. 27. 13th Street Parking Garage Offices & Elevators; Collins Ave & 13th 8t. 28. 17th Street Parking Garage Offices & Elevators. Pennsylvania Ave & 17th St. 29. Police Dept. Special Invest. Unit Office, 1831 Bay Rd. 30. Marine Patrol Office, 1900 Purdy Ave. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH 31. 77717 StreetBuilding 32. 555 Convention Center Drive BUilding EXAMINATION OF PROPERTIES: Each bidder is responsible. prior to submitting their bid to visit each location and be acquainted with the needs and requirements of the service for each location. The bidder is also required to carefully examine the specifications and to be informed thoroughly regarding any and al conditions and requirements that may in any manner affect the work to be performed under this contract. No additional allowances will be made because of lack of knowledge of these conditions. DESCRIPTION OF GARAGE PROPERTIES: . 7th Street parking Garage; a six (6) story, 649 space parking garage. (1) There are three (3) elevators and four (4) stairways which require cleaning. (2) All garage ramps and spaces to be cleaned of litter and debris daily, seven days per week. (3) Once each week stairwells Will be washed and swept out. (4) One Parking Office with bathroom will be cleaned daily, seven days a week. (5) All trash receptacles will be emptied daily. seVen days per week. (6) Monthly Pressure washing to include ceilings and walls twice per year. . 12th Street Garage; a four(4) story, 134 space garage (1) All parking ramps, aisles and spaces to be cleaned of litter and debris. (2) One (1) elevator and two (2) stairwells which will require cleaning. (3) All trash receptacles will be emptied daily. (4) Quarterly pressure washing of the garage to include walls and ceilings once per year. .. 13th Street Parking Garage; a five story, 286 space public parking garage. (1) All parking ramps and spaces shall be cleaned of litter and debris daily. (2) Two(2) elevators and two (2) stairwells which require cleaning. (3) One (1) parking office will be cleaned daily. (4) All trash receptacles will be emptied daily. . (5) Quarterly pressure washing to include walls and ceilings once per year, . . . 17th Street Garage and Surface Lots; a five story 1 ,460 space garage and two (2) surface lots consisting of 506 spaces. (1) All parking ramps, aisles and spaces to be cleaned of litter and debris. (2) Four (4) Elevators and four (4) stairwells which will reqLire cleaning. (3) One (1) parking office and two (2) public restrooms will be cleaned daily. . (4) All trash receptacles will be emptied daily (5) Quarterly pressure washing of the garage to include walls and ceilings once per year. BID NO. 34-02103 . DATE: March 7, 2003 CITY OF MIAMI BEACH GARAGE HOURS OF OPERATIONiCLEANING 7th Street Garaae CC)llins AVe. & 7th Street A. Hours of Ooeration/Cleanina: 1. Ooeratina Schedule The garage operating schedule is 24 hours a day 7 days a week. Niaht Cleanina Hours:. Not required. Day Cleanina Hours 3a. 7 Days per Week (11 Hours per Day). 3b. 4 Days per Week (6.5 Hours per Day) 3c. 1 Day per Week (4 Hours per Day) 12th Street Garaae:. Drexel and 12th Street. A. Hours of Operation/Cleaning: 1. Ooeratina Schedule: 7 days a week 24 hours a day. 2. Night Cleanina Hours Not required. 3. Day Cleaning Hours: 3a. 7 days per Week (4 hours per Day). 13th Street Garaae: Collins and 13th Street A. Hours of Ooeration/Cleaning 1. Ooeratina Schedule The garage operating schedule is 7 days a week 24 hours a day. 2. Night Cleanina Hours: Not Required 3. Day Cleanina Hours: 3a. 7 days per Week (4 hoursperDay). 17th Street Garaae and Surface Lots: Pennsylvania and 17th Street. A. Hours of Operation/Cleanina: 1. Ooerating Schedule: Garage and Lots, 7 daysa week 24 hours a day. 2. Niaht Cleaning Hours: Not Required 3. Day Cleaning Hours: 3a. 7 days per Week (9 hours per Day) 3b. 5 days per Week (2 hours per Day) GARAGE HOUSEKEEpING SPECIFICATIONS A. Dailv Services: 1. Collect and dispose of all waste materials. 2. Empty and wipe all ashtrays. 3. Dry mop all VAT. wood and compositionfloors with chemically treated dust mops. 4. Dust desks, chairs and other office furniture. 5. Spot clean doors and door frames. 6. Spot clean partition door glass. 7. Clean, wipe and sanitize drinking fountains. 8. Dust all vertical and horizontal surfaces within reach. B. Weeklv Services: 1. Perform low dusting of all areas not included in daily services. 2. Clean electrical switch/receptacle covers and surrounding areas. 3. Dust baseboards. 4. Dust all vertical surfaces on furniture. 5. Dust all louvers, ventilation grills and dampers within reach. C. Monthly Services: 1. Perform high dusting (ie. door header and trim. top and edge of partitions) . 2. Dust all picture frames, charts andsil11i1ar wall hangings in addition to daily or weekly cleaning. 3. Strip, clean and apply new finish to resilient floors. 4. Dust all coverings to include blinds and shades. D. Quarterlv Services: 1. Dust walls. partitions. doors and all vertical and horizontal surfaces not included in. monthly, weekly or dally services. 2. Dust and vacuum all high surfaces to include wood panels. HVAC diffusers/vents and ceiling tiles surrounding the vents. Restrooms A. Daily Services: 1. Clean and sanitize restrooms, wash basins, dispensers, chrome pipe, fittings and supports. 2. Clean Mirrors and Frames. 3. Wet mop and disinfect floors. 4. Clean and sanitize toilets, urinalsandsanitaty napkin receptacles. 5. Dust ledges and partitions. 6. Promptly advise the Building Manager's office of any inoperative. missing or damaged restroom fixture. 7. Damp mop walls, partitions. doors and frames. ledges. sills and counters. 8. Refill all dispensers (towels, tissue. hand Sbap.napkins). CITY OFMIAMl BEACH 1310 NO. 34-02/03 DATE: March 7,2003 Page 15 of 116 C. Quarterly Services: 1. Clean and vacuum diffusers/vents and ceiling tiles. 3. Elevators. Lobbies and Building Corridors A. Daily Services: 1. Dust ledges within reach. 2. Damp mop as needed. 3. Empty and clean cigarette receptacles. 4. Spot clean walls and doors. 6. Clean. wipe and sanitize drinking fountains. 9. Collect and dispose of all waste material. 10. Turn off all lights. 11. Spot wash partitions,. walls and doors. B. Monthlv Services: 1. Wash toilet partitions and ceramic tile walls. 2. Scrub walls. 3. Perform high dusting and/or washing, including walls. Weekly Services: 1. Machine polish and/or apply finish to all non-carpeted areas to maintain excellent appearance. C. Quarterlv Services: 1. Clean and vacuum diffusers/vents and ceiling tiles. 4. Garaae Ramos. Aisles. Soaces A. Daily Services: 1. Pick up debris litter. 2. Sweep thoroughly. Stairways A. Dailv Services: 1. Sweep thoroughly. 2. Remove all debris. B. Quarterlv Services: 1. Pressure wash floors; B. Weeklv Services: 1. Wash stair treads, risers, and landings. C. Quarterlv Services: 1. Wipe down walls. Buildina Service Areas A. Dailv Services: 1. Clean all janitor closets at end of shift and promptly switch off all BIDflJO.34-02/03 DATE: March 7, 2003 lights. Place waste paper,cardboard and rubbish. etc. receptacles or assigned rooms. A. Dailv Services: 1. Sweep sidewalks adjacent to the building. 2. Wash door glass and door frames. 3. Wipe down horizontal entrance . ledges. 4. Remove gum and other adhesive material. 5. Sweep or flush clean exterior entrance to maintain in a good condition. 6. Clean and/or polish all metal finishEd entrances to the building. 8. Other Reouirements Provide owner daily with a list of maintenance problems which need . correction. Physically check all. soap dispensers daily to make sure they are operating properly. Bidder's offer should include all the services listed and all supplies such as soap for dispensers, tissue paper, hand towels, and trash liners. All equipment necessary to perform required services is to be provided by Contractor. DE:SCRIPTION OF CITY PROPERTIES: CITY HALL; Four-Story Structure. (109.000 sq. ft.) (1) The floors of the building to be serviced consist of carpeted and tile areas. (2) There are Twenty-three (23) bathrooms located in the following areas; Fourth Floor -nine (9), Third Floor - six (6). Second Floor -four (4), First Floor - four (4).. .. . (3) There are fourteen (14) water fountains to be Cleaned located in the following areas; Fourth Floor" three (3), Third Floor- four (4), Second Floor - four (4), First Floor -three (3). (4) There are four (4) elevators and four (4) stairways which require cleaning. SCOTT RAKOW YOUTH CE:NTER;(55.118 sq. ft.) Two-Story Structure with aseparatesingle.;story locker room building. (1) The floors of the buildings to be serviced consist of carpeted and tile areas. Special use floors in three (3) distinct areas of operation; (a) gymnasium. (b) ice rink perimeter, (c) patio. (2) There are eight (8) bathrooms located in the following areas; Locker Rooms -two (2), Upstairs.; two (2), Ice Rink -two (2), Concession _ one (1), and Gymnasium -one (1). (3) There is one (1) elevator and three (3) stairways which require cleaning. (4) There are seven (7) Water fountains to be cleaned located in the Page 17 of 116 following ar~as;Concession ~one (1), Upstairs-two (2). Pool-two (2), Ice Rink -one (1) and Gymnasium ~one (1). POLICE DEPARTMENT; (100,000 sq. ft.) Five-Story Structure with Public Parking Facility (2 levels), Restricted Police Parking Facility (9 levels). Firing Range, Detention Cells. Jail Facilities, Gymnasium and Locker Rooms. The floors of the buildingtd b~ serviced consist of carpeted and tile areas. Special use floors in the following areas; (a) Firing Range. (b) Gymnasium. . There are 31 bathroorl1slocated in the following areas; Fifth Floor-two (2). Fourth Floor-eight(B), Third Floor- six (6), Second Floor-four (4) and First Floor - eleven (11). There are three (3) elevators and six (6) stairways which require cleaning. There are thirteen (13) water fountains to be cleaned located in the following areas; Fifth Floor-two (2). Fourth Floor-two (2), Third Floor- two (2), Second Floor 4hree (3), First Floor 40ur (4). Firing Range: There isa lead poison danger involved in cleaning the firing range. Cleaning personnel whowork in this area will have to take certain precautions. This will include periodiC blood tests and the wearing of OSHA approved safetyequipment.(Silicone Half Mask Respirator) All cost incurred will be at contractors expense. Additional Areas: Thereatefour(4) additional areas which require janitorial services once we~kly. Th~se locations are one story sub- stations. Contractor's personnel will be transported to these locations by the Miami Beach Police Department. (Normally on Wednesdays) Historic City HaJl;(31.200 sq. ft.) (Justice Center) Nine~StoryStructure with janitorial requirements in the Public Ar~as on the first through eighth floors, the main stairways, elevators, restrooms, etc. The floors of the building to be serviced consist of carpeted and. tile areas. There are six (6) bathrooms located in the following areas: Eighth Floor (1), Seventh Floor (1), Sixth Floor (1). Fifth Floor (1), Fourth Floor (1), and Third Floor (1). (3) There are two (2) elevators and three (3) stairways which require cleaning. One stairway is first and second floor only. The other two go from the second to the ninth. (4) There are six (6) water fountains to be cleaned, located in the following areas: One on each floor from the third through the eighth. CITYWIDE PUBLIC RESTROOMS,SeeAtfachment"B", page 53, Cost Worksheet. BID NO. 34-02/03 DATE: March 7, 2003 ~ASSMUSEUM DEVELOPMENT OFFICE, (1048 sq. ft.) One-Story Structure. (1) The floors of the building to be serviced consist of carpeted areas. (2) There are two (2) bathrooms requiring cleaning. SOUtH SHORE COMMUNITY CENTER, (42,000 sq. ft.) Two-Story Structure. (1) The floors of the building to be serviced consist of carpeted and tile areas. (2) There are six (6) bathrooms located in the following areas; First Floor - four (4), Second Floor - two (2), (3) There are five (5) water fountains to be cleaned located in the following areas; First Floor- three, Second Floor ~ two (4) There is one (1) elevator and one (1) stairway which require cleaning. 21st STREET RECREATION CENtER; One Story StruCture (Multi-Purpose Room, Bandshell/Ampitheatre, Theatre. Chess Club/Office, Patios/Entrancewaysl Alcoves, Bathrooms) The floors of the building to be serviced consist of carpet, wood, linoleum, concrete, and tile. There are eight (8) bathrooms which require cleaning. (a. Interior of Theatre Building has two (2) bathrooms. b. Social Hall Building exterior has two (2) bathrooms which require cleaning during events only, c. Exterior of Theatre aUilding has two (2) bathrooms requiring cleaning during events only,d. Main Building has two (2) bathrooms. There are eight (8) water fountains which require cleaning. a. Theatre Building has one (1), and Main Recreation Building has seven (7). OCEANFRONT AUDITORIUM;(11,884sq.ft.) One Story Structure (Multi-use large room, Stage areas; Dressing rooms, Stairwells. bathrooms, Entry and Lobby. Outside entral1ceways should be Included for the cleaning of litter and washdowl1. (1) The floors of the building to be serviced consist of terrazzo, linoleum, and concrete areas. (2) There are three (3) bathrooms whiCh require cleaning. a. Lobby has two (2) bathrooms. b. Backstage has one (1) bathroom WhichreqLirecleaning. (3) There are two (2) water fountains which require cleaning. a. Lobby has one (1), b. Backstage has one (1). NORTH SHORE COMMUNITY CENTER; (18,656sq.ft.) One Story Structure (Bandshell, Ampi-theatre, Dressing Rooms, Card Rooms,etc.) (Also included at this locations is a separate structure "Activity Building" which is a multi-use room). Outside entrancewaysshould be inclUded for the cleaning of litter and washdown. (1) The floors of the buildings to be serviced corisistof Linoleum, (1 ) (2) (3) BID NO. 34-02/03 DATE: March 7,2003 Terrazzo and Cement. There are six (6) bathrooms which require cleaning. a. "Activity Building" has two (2) bathrooms, b. Dance Floor Perimeter has two (2) bathrooms, c. Backstage has two (2) bathrooms. (3) There are four (4) water fountains which require cleaning. a. Backstage has one (1), b. Dance Floor Perimeter hastwo (2), c. "Activity Building" has one (1). NORTH SHORE RECREATJONCENTER; One Story Structure Outside entranceways should be included for thecleaniflg. of litter and washdown. (1) The only cleaning required at this location is two (2) bathrooms located on the exterior of the building. Requires nightly cleaning of both bathrooms and locking both when completed. HOURS OF OPERATION/CLEANING City Hall: 1700 Convention Center Drive. A. Hours of Ooeration/Cleaning: 1. Qoeratina Schedule The City Hall operating schedule will primarily be Monday through Friday from 8:30AM to 5:00PM; however, evening meetings will occur on an ongoing basis. . The successful bidder will be provided with a schedule of such meetings on a monthly basis. 2. Niaht Cleanina Hours Night cleaning shall be between the hours of closing and 8:00AM the following morning. 3. Dav Cleanina Hours 2 Hrs.a Day I 5 Days per Week FacilitvClosing:Facility shall be closed during Major Holidays at the discretion of the City. Holiday closing shall not interrupt night cleaning schedules. Should the facility be closed for a holiday, the contractor shall schedule his normal cleanup crew for monthly. semi-annual, etc. cleaning during this regularly assigned work time period, unless otherwise requested by the City. Comoutation of Daily Charae: For purposes of adjustment due to unforeseSh closing of the facility, holiday closing when services are not required, and other such closing for reasons within or beyond the control of the City; the charge for services shall be per the following method of computatiOI'l. The monthly lump sum cost to the City shall be divided by the number of days in that month. The per day rate received from this method will be . deducted from that months bill for the number of days when services are not required. Scott RakoW Youth Center: 2700 SherrdahAvenue A. Hours of OoerationlCleanina Page 20 of 116 Ooeratina Schedule of Center The Youth Center operating schedule will vary during the year, dependent on activity and need of the Center. Night Cleaning Hours & Contractor Reoorting ResPOnsibilitv. Night cleaning shall be between the hours of closing and 8:00AM the following morning. Cleaning Crews shall report to the center supervisor or designated representative no later than ten (10) minutes after scheduled closing time. Failure to report with ten (10) minutes after closing time shall result h a penalty assessment of 50% against contractor for that night's c1eani~ charge. 3. Dav Cleanina Hours (while Center is open) The following shall be the hour schedule for the day cleaning employee. Total 5-Hour Days..260 @5 Hrs. Day=1300 Hrs. total. Total 7.5 Hour Days..70 @ 7.5 Hrs. Day=525 Hrs.total TOTAL ANNUAL HOURS WORKED (DAY CLEANERS) 1825 hrs. The above is subject to operational adjustment by the City without penalty based on dates of school holidays, special events and other activities and closing not known at the time of specification preparation. B. Facility Closina: Facility shall be closed during the following periods: 1. Major holidays at the discretion of the City. 2. Approximately 27 calendar days after Labor Day. .~ Holiday closing shall not interrupt night cleahing schedules. Should the facility be closed for a holiday, the contractor shall schedule his normal cleanup crew for monthly, semi-annual, etc. cleaning during this regularly assigned work time period. . unless otherwise requested by the City. Daily/Quarterly Cleaning: 1. Maintenance personnel assigned to the facility during its operating hours shall circulate throughout the facility performing such janitorial functions as detailed herein, or as directed by the Youth Center supervisor to maintain the facility in a clean, Iitter~free, safe condition. Contractor shall be required to provide and install in this facility an operational Time Clock for the daily cleaning personnel. Time Cards shall be provided by the contractor. Time Cards must be turned in to the Youth Center supervisor for invoice verifICation information. 2. All carpets and windoWs Shall be cleaned on a quarterly basis. Bidder's Hourlv Rate: The rate for the personnel provided during operating hours shall be bid as an hourly charge. One person is contemplated on an as-needed basis for this function. Should the City determine that more or less personnel are required for this daily function, the requirements shall be changed accordingly at no penalty to the City. BID NO~ 34-02/03 DATE: March 7,2003 Page 21 of 116 Police Deoartment:1100Washington Avenue. A. Hours of OoerationlCleanina: . ..... .. 1. Ooeratina Schedule: The Police Department operatin{j schedule will primarily be Mondaythrol:Jgh Sunday, twenty-four hours a day, however office areas-occupied areas onlywill primarily be Monday through Friday from 8:30AM to 5:00PM. Night Cleanina Hours:. NOT REQUIRED Dav Cleanina Hours: The following shall be the hour schedule forthe day cleaning employees. Five (5) personnel shall be required Mondaythrou{jh Friday from 7:30 AM to 4:00PM. (one-half hour for lunch) One person shall be required on Saturdays and Sundays for four (4) hours each day. Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. Facilitv. Closing:. Facility shaUbe closed during Major Holidays at the discretion of the City. Holiday closing shall not interrupt cleaning schedules. Should the facility be closed fora holiday, the contractor shall schedule his normal cleanup crew for monthly, semi-annual, etc. cleaning during this regularly assigned work time period, unless otherwise requested by the City. Daily Cleaning: ..Maintenance personnel assigned to the facility during its operating hours shall circulate throughout the facility performing such janitorial functions as detailed herein, or as directed by the Police Property Manager to maintain the facility in a clean, free, safe condition. including the Police parking garages. Bidders Note: The rate for the personnel prOVided during operating hours shall be bid as a monthly charge based on the following: Five (5) personnel X 8 hours per day X 5 days per week and One (1) person X 4 hours per day X 2 days per week. (Sat. & Sun.) . Historic CitvHall:(Justice Center) 1130 Washington Avenue. A. Hours of Ooeration/Cleaning: 1. Ooerating Schedule: Historic City Hall operating Schedule will primarily be Monday throu{jh Friday from 8:30AM to 5:00PM. 2. Niaht Cleanina Hours. Night Cleaning shall be between the hours of closing and 8:00AM the follQwing morning. 3. Day Cleanina Hours: Not Required B. Facility Closing: Facility shall be closed during Major Holidays at the discretion of the City. Holiday closing shall not interrupt night cleaning . schedules. Should the facility be closed for a holiday, the contractor shall schedule his normal cleanup crew for monthly, semi-annual. etc. cleaning during this regularly assigned work time period. unless otherwise requested by the City. Bass.Museum Develooment Office: 2 00 Park Avenue . A. Hours of Ooeration/Cleanina: 1. Ooeratina Schedule The Development Office operating schedule will primarily be Monday through Friday from 8:30AM to 6:00PM. Night Cleanina Hours- Not required. Dav Cleanina Hours:-Iwice Weekly on MondaYs and Thursdays in the mornings. South Shore Community Center (SSCC): 833 Sixth Street. A Hours of Ooeration/Cleaning: 1. Ooeratina Schedule The SSCC operating. schedule will primarily be Monday through Friday from 8:30AM to 5:00PM. Niaht Cleanina Hours Night cleaning shall be between the hours of closing and midnight. Dav Cleanina Hours (While SSCC is opan) The following shall be the hour schedule for the day cleaning employee. Begin at 12:00 PM. (Noon) TotalS-Hour Days...260@5 Hrs. Day=1300 Hrs. Mornina Clean-uo .Ona person shall be required to clean the . entranceways, breezeway. and exterior stairways by means of sweeping and/or hosing down as required and empty garbage. This requirement must be completed not later than 8:00 AM each morning, Monday through Friday. (Bid Item # G.4 of Cost Worksheet of Citywide Buildings). Facilitv Closing: Facility shall be closed during Major Holidays at the discretion of the City. Holiday Closing shall not interrupt night cleaning . schedules. Should the facility be closed for a holiday. the contractor shall schedule his normal cleanupcreW.formonthly, semi-annual, etc. cleaning during this regularly assigned work time period, unless otherwisa requested by the City. Dailv Cleaning: Maintenance personnel assigned to the facility during its operating hours Shall circulate. throughout the faCility performing such janitorial functions as detailed herein, or as directed by the Building supervisor to maintain the facility in aclean,free, safe condition. The primary function of the day personnel will be preparing and cleaning up from the Jewish Vocation feeding of the eldarly program. Bidders Note: The. rate for the personnel. provided during operating hours (daily cleaning) shall be bid as a part of the monthly lump sum cost for the entire project requirements. 21st. Street Recreation Center: 2100Washingt()n Avenue. A. Hours of Ooeration/Cleanina: . . 1. Ooeratina Schedule Monday thru Thursday - 9:00 AM -9:00 PM, Friday - 9:00 AM - 10:30 PM, Saturday - 6:00 PM - 10:30 PM. ''Time CertainCleanlnoi,: Pri61't68::30 AMon Mondays thru Fridays all areas and entryways must be cleaned for program start. Saturdays all areas and entryways must be cleaned prior to 5:30 PM. 3. Dailv Services: Remove leaves,seagrapes, litter, etc. from all walkways, patios, stairs and exterior foyers. (Includes removing cobwebs, cocoons, and dirt from foyer walls). OceanFront Auditorium: 1001 Ocean Drive. A. Hours of Ooeration/Cleaning: . . .. . . .. . . 1. Ooeratina Schedule Monday thru Thursday - 9:30 AM -12:30 PM., Friday & Saturday - 6:00 PM -12:00 midnight., Sunday - 6:30 PM - 10:00 PM. 2. "Time Certain Cleanina":Completed by 4:00 PM, prior to all program hours. Scheduled thorough Cleaning one time per week. "Current janitorial needs are mostly outside the large room,performing weekly, monthly, quarterly and annual tasks only. 9. North Shore Community Center: . 7250 & 7275 Collins Avenue. A. Hours of Ooeration/Cleaning: '1. Ooerating Schedule Monday and Saturday -( Closed), Wednesday, Thursday, Friday and Sunday - 6:00 PM - 10:00 PM. 1 (a.) Activity Center: Monday thru Thursday - 8:30 AM -9:00 PM., Friday 8:30 AM - 5:00 PM, and Saturday 9:00 AM -1:00 PM. 2. "Time Certain Cleaning": Completed by 5:30 PM,at Community Center (Bandshell) and prior to 8:00 AM in the Activity Center. North Shore Recreational Center: 501 -72nd Street: A. (1) The only cleaning required at this location is two (2) bathrooms located on the exterior of the building. Requires nightly cleaning of both bathrooms and locking. both when completed. All entranceways and doorways must be cleaned Muss Park: Chase Ave. & 44th Street A. Hours of Operation/Cleanina: 1. Ooerating Schedule: Monday -Friday, 8:00 AM -6:00 PM. Cleaning: 1. After closing of facility. C Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) Tatum Pafk:8050 Byron Avenue A. Hours of Ooeration 1. Operating SChedule: Cleanina 1. After c1osingof facility. Cleaning/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) Stillwater Park: 8440 Hawthome Ave. Hours of Operation 1. Operating Schedule: Mbnday - Friday, 8:00 am - 6:00 pm Cleanina 1. After closing of facility. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. . Restrooms (daily) Fairwav Park: Fairway & No. Shore Dr. Hours of Operation . . . . 1. Operating Schedule: Mond'ay - Friday, 8:00 am -6:00 pm Cleanina 1. After closing of facility. Cleaning/Janitorial needs: 1. Office (daily) 2. Two indoor shelters (daily) 3. Restrooms (daily) . 2605 Blamtz Hours of Operation 1. Operating SChedule: . Monday - Friday, 8:00 am - 6:00 pm Cleanina 1. After closing of facility. Cleaninal Janitorial needs: 1. Office (daily) 2. Indoor shelter (daily) 3. Restrooms (daily) Normandv Isle Park: .' 7030 Trouville' Esplanade A. Hours of Operation 1. Operating Schedule: Monday -Friday, 8:00 am - 6:00 pm Cleaning 1. After closing of facility. Cleanina/ Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 4. Locker Rooms (daily) Parks Maintenance Blda:' (900 sq.ft) A. Hours of Operation. '.' .... 1. Operating Schedule: Monday - Friday, 8:00 am- 6:00 pm. Cleaninct 1. After closing of facility. CleaninQ Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) .. ..' . '.' .... . .' .' ..' 3. Floor mopping (twice a week for the office & daily for the restrooms) Property Management Bldg: 1245 Michigan Ave. A. Hours of Operation .... .. .' 1. Operating Schedule: Monday -Friday, 8:00 am -6:00 pm. B. Cleanina 1. After closing of facility. Cleaning Janitorial needs: 1. Offices (daily) 2. Restrooms(daily) ... . 3. Floor mopping (twice a week for the office & daily for the restrooms) Fleet Marnt./Sanitation Bldas: 140 MaCArthur Causeway Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm. Cleanina 1. After closing of facility. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) 20. ParkinQ Dept.Blda: 777, 17th Street (2nd Floor). A. Hours of Operation 1. Operating Schedule: Monday - Friday,8:00 am ~6:00 pm. Cleaning 1. After closing of facility. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) Beach Patrol Office Ocean Drive' & 10th' Street Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am -6:00 pm. Cleaning 1. Afterclosingof facility. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) . . 3. Floor mopping (twice a week for the office & daily for the restrooms) Flaminao Park Tennis Center: . A. Hours of Operation BID NO. 34-02/03 DATE: March 7, 2003 1. Operating Schedule: Monday - t=riday, 8:00am - 6:00 pm. CleaniM 1. After closing of facility. Cleanino Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for therestrooms) Public Works Yard OfficeS:2300 Pinerree Drive. Hours of Operation 1. Operating Schedule: B. CleaninQ 1. Afterclosing offacility. C. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) 7th Street Garaae' Offices & ElevatorS: Collins Avenue' & 7th' Street. A. Hours of Operation 1. Operating Schedule: Cleanina 1. After closlng of facility. GleaninQ Janitorial needs: 1. Offices (daily) 2. Restrooms(daily) 3. Elevators (daily) Monday -Friday,8:00 am -6:00 pm. 13th Street Garaae Offices & Elevators: Collins Avenue & 13th Street. B. Hours of Operation 1. Operating Schedule: Cleanina 1. After closing of facility. CleaninaJanitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Elevators (daily) 17th Street Garaoe offices &Elevatots: CollinS Ave. & 17th Street. Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am- 6:00 pm. Cleanina 1. After closing offaeility. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. ' Elevators (daily) Monday- Friday, 8:00 am- 6:00 pm. A. Hours of Operation 1. Operating Schedule: Monday- Friday, 8:00 am - 6:00 pm. Cleaning 1. Afterclosin90f facility. Cleaning Janitorial needs: 1. Offices ( daily) 2. Restrooms (daily) 3. ,Floor mopping (twice a week for the office & daily for the restrooms) 1900 Purdy Ave. Hours of Operation ,1. Operating Schedule: Monday -Friday, 8:00 am - 6:00 pm. Cleanina 1. After closing of facility. Cleaning Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) , 3. Floor mopping (twice a week for the office & daily for the restrooms) CITY HOUSE:KEEPING SPECIFICATIONS , Office Areas"occupied areas only Dailv Services: 1. Collect and dispose of all waste materials. 2. Empty and wipe all ashtrays. 3. Dry mop all VAT, wood and composition floors withchemicaUy treated dust mops. Vacuum aU traffic paths. Dust desks, chairs and other officefumiture. Spot clean doors and door frames. Spot clean partition door glass. Clean, wipe and sanitize drinking fountains. Dust all vertical and horizontal surfaces within reach. Spot clean VAT, wood and Composition floors, including all carpeted areas. Promptly tumoff all lights upon completion of cleaning. Lock and check all entrance doors to all floors, suites and/or special areas in accordance with special security instructions. Weekly Services: ," , " ".,' . 1. Perform low dusting of all areas not included in daily services. 2. Clean electrical switch/rElceptacle covers and surrounding areas. 3. Dust baseboards. 4. Dust all vertical surfaces onfumiture. 5. Dust all louvers. ventilation grills and dampers within reach. 6. Vacuum all carpeted areas. Perform high dusting (ie. door header and trim, top and' edge of partitions). Dust all pictureframes,c::harts and similar wall hangingsin addition to daily or weekly cleaning. Strip, clean and apply new finish 'to resilient floors. Dust all coverings to inClude blinds and shades. Vacuum upholstered furniture. Quarterly Services: 1. Lift pile of carpeting. 2. Dust walls, partitions,' doors and all vertical' and' horizontal surfaces not included in monthly, weekly or daily services. 3: Dust and vacuum all high surfaces to include wood panelS. HVAC diffusers/vents and ceiling flies surrounding the vents. Semi-Annual Cleanina: 1. Carpeted floors will be steam cleaned and shampooed. Dailv Services:, ,', " , " .' 1. Clean and sanitize restrooms,wash baSins, dispensers, chrome pipe, fittings and supports. 2. Clean Mirrors and. Frames. 3. Wet mop and disinfect floors. 4. Clean and sanitize toilets, urinals and sanitary napkinrec::eptacles. 5. Dust ledges and partitions; . 6. Promptly adviSe the Building Manager's office of any inoperative, missing or damaged restroom fixture. 7. Damp mop walls,partitions,doorsaJid frames, ','ledges, sills' and counters. 8. Refill all dispensers (towels, tissue,harid soap, napkins). 9. Collect and dispose of all waste material. 10. Turnoff all lights. , .', . 11. Spot wash partitions, walls and doors. Monthlv Services: 1. 'Wash toilet partitions andcerarnictilewalls. 2. Scrub walls. 3. Perform high dusting and/or washing, including walls. C. Quarterlv Services: 1. Clean and vacuum diffusers/vents'alld ceiling tiles. Elevators. Lobbies and Buildino Corridors A. Dailv Services: 1. Vacuum all carpeted floors and spot clean as needed. 2. Dust ledges within reach. 3. Damp mop as needed. 4. Empty and clean cigarette receptacles. 5. Spot clean walls and doors. Stail'lN8VS A. Daily Services: 1. Sweep thoroughly. 2. Remove all debris. 3. Vacuum all carpeted stairs. Weeklv Services: .. ,. 1. Dust thoroughly and wet mop stair treads, risers, and landings. Quarterlv Services: 1. Wipe down walls. Buildina Service Areas A. Daily Services: 1. Clean all janitor closets at end of shift and promptly switch off all lights. , " . " ,,' ; Place waste paper, cardboard receptacles or assigned rooms. Quarterlv Services: 1. Wash all windows,interior and exterior surfaces. These cleanin9s ate to be scheduled on a quarteflybasis. These are to be scheduled for June 1, 1998, September 1,1998, December 1,1998 and March 1, 1999. Contractor shall notifY the Contract Administrator seven (7) calendar days prior to the contractor's requested start date. Contractor shall also notifY the above ,City representative within 'four '(4) hours after completion of the work, or prior to 4:00 P.M. of the same day work was completed. Special Use Floors A. Manufacturer's cleanina recommendations: 1. Gymnasiu~cleaned daily and resurfaced (*) semi~annually, per manufacturer's requirements. ' Resurfacing shall be per manufacturer's specifications for total removal of floor coating and re-application. Bidders shall include cost of re-surfacing bi-weeklyin their Bids for general work and shall indicate in the Bid the cost for a single strip/re-application of the specified material should the work be, necessary at more frequent intervals than required herein. BIDDERS NOTE: It is the intent of the City to assure that the special use surface receives only the treatmentmethod and chemicals approved by the manufacturer. It is the bidder's reSponsibility to prove to the City's satisfaction that approved methods will be used. Cost quoted for a single strip/re-application shall be in addition to the monthly rate charged for general nightlycleanings. Ice'Rink Perimeter cleaned daily. Other Requirements Provide owner daily with aljstof maintenance problems which need correction. "', , ' " " " ", ' ' Physically cheCk all soap dispensers daily to make sure they are operating properly. Bidder's offer shollldinclude all the servIces listed and all supplies such as soap for dispehsers, tissue paper, hand towels, and trash liners. All equipment necessary to perform required services is to be provided by Contractor. City Aoprovals Reauired: The City must approve all janitorial supplies (paper gOOds. chemicals, solvents, etc.) used by the Contractor in the performance of his work. No supplies shall be used withouttheapproval of the City of Miami Beach. Should the City be dissatisfied with the results of supplies provided by the Contractor, the City shall have the rightto require the removal of said product(s) and its replacement with an acceptable item of supply. It is the intent of the City that supplies which do not meet with City's approval will be considered unacceptable and Contractor will be required to use other brands/types, etc. of supplies which meet the minimum standards of similar supplies used by the City's own Building Maintenance personnel. Bidder Questionnaire: ,,' ", " ,',,' , , , ' , , ' ' Attached to the Bid is a Bidder Questionnaire form which must be completed and submitted to the City with your bid. Eac:hbidder is encouraged to provide any additional information on his firm and/or. services which may aid the City in its evaluation of his bid. Overtime: The City of Miami Beach shall not be responsible for overtime payments for any hours in excess of forty (40) per week, or over eight (8) hours per day. It will be the successful bidder's responsibility to', assure that no person is sent to the City of Miami Beach when he has already worked forty (40) hours. The City of Miami Beach will not pay for any overtime. 14. Cancellation: In the event the successful bidder cannot provide the required services covered by the Contract at any particular time, the City will then reserve the right to go to the next lowest responsive and responsible bidder, or to any other Contractor or firm which supplies janitorial service, for the City's requirements as provided in these specifications. However,failure on the part of the successful bidder regular1y to provide the services needed by the City, shall be grounds for cancellation by reason of default. DEFAULT: , "It is understood by the parties of this contract that the successful bidder's obligation hereunder shall be to meet the specified requirements of the City of Miami Beach. In the event that the successful bidder is unable to furnish such janitorial service, the City shall go to the open market, including, but not exclusively to the next highest bidder, or successive bidders in order, in this bid;' which event the successful bidder will reimburse the City for the additional cost between the rates quoted in this contract and whatever rate the City is required to pay for such janitorial service; provided that the successful bidder shall have no obligation to fumish service (1) in the event it is unable to do so because of hurricanes, floods, or other acts of God, war, riots,legal strikes, or other causes beyond its control; of (2) to replace City workers on legal strike. Computation of Dailv Charoe: For purposes of adjustment due to unforeseen closings of the facility, hOliday closings when services are not required, and other such closings for reasolls within Niaht Cleanina Charge: , . " The monthly lump sum cost to the City shall be divided by the number of days in that month. The per day rate received from this method will be deducted from that months bill for the number of days when services are not required. Dav Charge:, , ,", '. '. .' Day charges are based on hours worked. If no hours are worked, no payments are due. PERSONNEL: PROJECT MANAGER; The contractor shall provide a Project Manager who shall be responsible for the competent performance of the work. (1) The Project Manager shall have full authority to act for the contractor. (2) The Project Manager or a designated representative shall meet with City Personnel designated by the City to discuss immediate problem areas. The Project Manager or a representative shall respond within four (4) hours after notification. The contractor shall provide the telephone number of the person(s)to call should the need arise. The Project Manager shall be able to read, write, speak and understand English. EMPLOYEE'S 'IDENTIFiCATION: Contractor personnel' must be reCClgnizableas such while in City facilities. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which contain the contractor's company name and employee's name. The contractor is responsible for acquiring an appropriate number of badges to meet their needs at his own expense. .CONTRACTOR'S EMPLOYEES: All employees employed by the contractor shall be considered to be at all times the sole employees of the contractor under his sole direction and not an employee or agent of the City. (1) The contractor shall supply competent and physically capable employees and the City may require the contractor toimrnediately remove an employee it deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued employment is not in the best interest of the City. (2) The contractor shall supply list of employee names that will be providing services in accordance with the terms and conditions of this contract. These employees shall be covered under the contractors' Insurance Policy in accordance with the "Insurance Requirements" (State of Florida Workers' Compensation and Employer's Liability) of this contract. These will be the only employees authorized to work in the City of Miami Beach facilities.. All contractor's employees shall present a 'positive and professional , appearance and demeanor. All contractor's ernployeesshail rnaihtaih gOod grooming standards. All contractor's employees shall wear uniforms which display the name of the company. Uniforms shall be clean and pressed. All contractor's employees shall wear nametags. All contractor's employees shall be trained in customer service. All contractor's employees shall understand their role as an ambassador of, and partner to the City. , All contractor's employees of the shall be bonded and insured. All contractor's employees must go through criminal background check. LOSTA-ND FOUNl:rPROPERTY: ltis'the responsibilityofthe contractor to ensure. that all articles of possible personal or monetary value found by the contractor's employees are tumed in to the Miami Beach Police' Property Unit located at 1100 Washington Ave., Miami Beach, Florida. QUALITY CONTROlJQOALlTY ASSURANCE: QUALITY CONTROL: The contractor shall establish a complete Quality Control ,Program to assure the requirementsofthe contract are provided as specified. One copy of the contractor's Quality Control Program shall be provided to the City Pre- Performance Conference. An updated copy must be provided to the City on contract start date and as changes occur. The program shall include, but not be limited to the following: (1) An inspection system covering all the services to be performed under the contract. It must specify areas to be inspected on either a scheduled or unscheduled basis and the title of theindividual(s) who will do this inspection. (2) A minimum of two (2) documented inspections shall be performed by the Contractor's Project Manager each month. A completed inspection checklist shall be forwarded to the City of Miami Beach Contract Administrator within five (5) calendar dates after completion of this Inspection Checklist. (3) A method for identifying deficiencies in the quality of services performed before'thelevel of performance becomes'unacceptable. (4) A file of all inspections conducted by the contractor and the corrective action taken. This documentation shall be made available to the City during the term of the contract. QUALITY ASSURANCE: The City will mbnitorthe contrac:torsperfbrmance under this contract using a Contract Administrator. .: ., -. PERFORMANCE EVALUATION MEETINGS: The Contractors'Project Manager shall meet with the Contract Administrator weekly during the first month of the contract. Meetings will be as often as necessary thereafter as determined by the City. However, a meeting will be held whenever a Contract Discrepancy Report is issued. These discrepancies must be cured within five (5) calendar days from this report (COR). A mutual effort will be made to resolve all problems identified. The written minutes of these meetings will be signed by the Contractor's project manager and the Contract Administrator. Should the Contractor not concur with the minutes, he will state in writing to the Procurement Director any areas wherein he does not concur. KEVCONTROL: The Contractorshi:lllestabli~hancl implement' methods of ensuring that all keys issued to the contractor by the City are not lost, or misplaced, and are not used by unauthorized persons.i No keys issued the contractor by the City shall be duplicated. The contractor shall develop procedures covering key control that will be included in his/her quality control plan. LOST KEYS: The contractor may' be required to replace, re-key, or to reimburse the City for replacement of locks or re-keying asa result of contractor losing keys. In the event a master key is lost or duplicated, all locks and keys for that system shan be replaced by the City and the total cost deducted from the monthly payment due. REPORT: The contractor shall report the occurrence of a lost key , immediately to the Purchasing Agent but no later than the next work day. KEY ISSUE: It is the responsibility of the contractor to prohibit the use of keys issued by the' City by any '. persons other than the contractor's employees. It is also the responsibility of the contractor to prohibit the 'opening of locked areas by the contractor's employees to permit entrance of persons other than contractor's employees engaged in the performance of assigned work in those areas. CONSER" A TION OF UTILITIES: The contractor shall be dir'ectly responsible for instructing employees in utilitiesconserlfation practices. The contractor shall be responsible for operating under conditions which preclude the waste of utilities, , ,which shall include but shall not necessarily be limited to; LIGHTS: Lights shall be used only in areas where and at the time when work is actually being performed. MECHANICAL EQUIPMENT: Mechanical equipment controls for heating, ventilation and air conditioningsystemswill not be adjusted by the workers. FAUCETS: Water faucets or valves shall be turned off after the required usage has been accomplished. TELEPHONES: City telephones Shall not be used for personal reasons nClr for any toll or long distance calls. Any such calls made by the contractors' employees will be deducted from the total monthly invoice, and the contractor may be requested by the City of Miami Beach Contract Administrator to terminate the employees' emploYment from this contract. FIRE AND SECURITY: contractor is to comply with all fire regulations and is responsible for securing the buildings during and after clean up. The City may have security personnel on dUty during night cleaning hours. BIDOERQUALlFICATIONS: Pre-aWard inspection of the bidders facility may be ' made prior to award of contract. Bids will be considered only from firms regularly engaged in the business of providing janitorial services and who can produce evidence that they have an established satisfactory record of performance for a minimum of a five (5) year period withjobs of similar size and type; have satisfactory financial support, equipment and organization sufficient to insure that they can satisfactorily execute the services if aWarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein BID NO.' 34-02103 DATE: March 7, 2003 shall be construed tome an a fullyequippeci and well established company in'ine with the best business practices in theindostry as determined by the proper authorities of the City of Miami Beach. ' Bidders shall state in the bid Bid the names of three (3) firms for which he is currently providing janitorial services. Bidder must be licensed in Dade County. TRANSFER OR SUBLETTING: The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of this contract, or of any or all of his or its rights, title or interest herein, or its power to execute such contract to any person, company, corporation, without prior written consent of the City. RESOLUTIC>NOF OIFFERENCES ON ACCEPTAaU: PERFORIVIANCE: TheCity reserves the right to withhold payment in an amount equal to what the City determines to be reasonable, when the contractor, in the City's opinion, fails to perform to the contract standards. Payments withheld under this section shall be computed as a percentage of the monthly payment normally due the contractor reflecting in the opinion of the City a fair representation of the work performed below standards or not performed in accordance with the specifications. Should the contractor feel that the City is withholding payment in excess of the degree of non- performance, the matter shall be referred to the Procurement Director of the City of Miami Beach for a decision as to the validity of the contractors claim. CONTRACT VARIANCES: Forpurposeiof bid evaluation, bidders must indicate , any variances to the specifications, terms and conditions, no matter how slight. If variations are not stated in the Bid, it shall be construed that the bid fully complies with the specifications, terms and conditions. GENERAL cLEANING: 'Work shall include, but shall not be limited to:' Bathrooms, Hallways, Stairways, Eating Areas, Offices, Closets, Lobbies, Elevators,other miscellaneous rooms, and all paved surfaces contiguous to building, (including parking lot). DEFINITIONS 1. Definitions: As used throughout this ststementof work, the following terms shall have the meaning set forth below:, " , A. AQL: Acceptable Quality Level. The maximumpercentofdefectivework, or number of defects, that will be allowed before work is considered unsatisfactory .An AQL does not imply that the Contractor may knowingly perform in an unsatisfactory way. It implies that the City recognizes that unsatisfactory performance sometimes happens unintentionally. As long as unsatisfactory performance does not exceed the AQL the service will not be subject to payment reduction by the City. The Contractor, however, must re- perform all unsatisfactory work unless excused by the City. COntract Administrator: The City person responsible for checking contractor performance. WINDOWS: Windows are the glass surfaces which are an integral part of the outer surface of the building. CleanlriteriorWindow8Urfaces: After window has been cleaned all traces of film, dirt, smudges, water and other foreign matter shall be removed from frames, casings, sills, and glass. Clean Exterior Window 'Surfaces: After a window has'been cleaned all traces of film, dirt, smudge, water and other foreign matter shall have been removed form frames, casings, sills and glass. Screens shall be clean to the same standard. REMOVE'TRASH: All waste.baskets, Cigarette bottreceptacles"(ashtrays, etc.), and other trash containers within the area shall be emptied and returned to their initiallocation.Boxes,cans,and papers, placed near a trash receptacle and marked ''TRASH'' shall be removed. Any obviously soiled or tom plastic trash receptacle liners in such receptacles shall be replaced. Ashes and debris shall be removed from cigarette butt receptacles and placed in a nonflammable container. Trash shall be disposed of in plastic bags secured with bag ties. The contractor shall pick up any trash that may fall onto the facility or grounds during the removal of such collected trash. The trash shall be deposited in the nearest outside trash collection point. VACUUM CARPET: After being vacuurned, the carpeted floor shan be free of all visible litter and soil. 'Any spots shall be removed as soon as noticed. All tears"burns, and raveling shall be brought to the attention of theQAE. FLOOR MAINTl::NANCE: , All floors assessable to floor machines shall be maintained by use of such machine unless otherwise stated in the bid 'specifications. After receiving floor maintenance the entire floor shall have a uniform coating of a nonskid f1OClrftrlish,have a uniform, glossy appearance, and be free of scuff marks, heel rharks, and other stains and discolorations. All floor maintenance solutions shall be removed from baseboards, furniture, trash receptacles, etc. Chairs, trash receptacles and easily movable items shall be tilted or moved to maintain floors undemeath. All moved items shall be returned to their proper poSition when all operations have been completed. Floor maintenance includes the techniques of dry buffing,spray buffing, stripping, a nd waxing as required to achieve the above stated results. The techniques used depend upon the materials, equipment, and personnel used to do the job. TheContractdr need not apply the techniques to the entire floor, unless necessary, only to the portion of the floor needing work to , bring the entire floor up to the standard. MOP FLOORS: All accessible areas shall be mopped. Chairs,' trash receptacles, and easily moveable items shall be moved to mop underneath. After being mopped, the floor Shall have a uniform appearance, with no streaks, swirl marks, detergent residue, or any evidence of soil, stains,film, debris or standing water. There shall beno splash marks or mop streaks on furniture, walls, baseboards, etc. or mop strands remaining in the area. Do not mop wood or carpeted floors. SWEEP FLOORS: After the floor has been swept, the entire floor surface, including corners and abutments,shall be free of litter, dust and foreign debris. Chairs, trash receptacles, and easily moveable items shall be tilted or moved to sweep underneath. ,WALK-OFF MAT CLEANING: CarpeFtypeentrance mats shall be vacuumed to remove soil and grit and to restore resiliency of the carpet pile. Rubber or polyester entrance mats shall be swept, vacuumed, or hosed-down outside to remove soil and grit. Soil and moisture underneath entrance mats shall be removed and mats returned to their normal location. LOW DUSTING: After low dusting jail dust, lint, litter, and dry soil shall be removed from the horizontal surfaces of desks, chairs, file cabinets, and other types of office fumiture and equipment and from horizontal ledges, window sills, hand rails, etc. to a line 7'-0" above floor level. HIGH DUSTING: After high dusting all dust, lint,litter, ahd dry soil shall be removed from all surfaces above , 7'-0" from the top of the floor surface. Venetian blinds, where installed,are included in high dUSting. SPOT CLEANING: Removesmudges,fingerprints, marks,streaks,' etc., from washable surfaces of walls, partitions, doors, and fixtures. Germicidal detergent shall be used in rest rooms, loCker rooms, break areas, and drinking fountains. Brass hardware" aluminum bars, and other metal on doors and cigarette urns shall be polished with a polishing compound. After spot cleaning, the surface shall have a clean, uniform appearance, free of streaks, spots and other evidence of removed soil. CLEAN DRINKING FOUNTAINS: Disinfect all porcelain andpolishedmetal surfaces,including the'orifices and.drah.After cleaning"the entire drinking fountain shall be free from streaks,stains, spots,smudges, scale, and other obvious soil. CLEANING OFGROUNDS:lnteridr cOl.lrts,grounds and sidewalks Shall be free of trash and refuse. Paper, empty bottles, and cans shall be removed. CLEAN LIGHT FIXTURES: Aftercleaning, IightfiJdures shall be free of bugs, 'dirt, dust, grease, and other foreign matter. GLASS CLEANING: Includes all glass partitions, interior and exterior glass doors, display cases, directory boards, draft shields on windows, mirrors and adjacent trim. After glass cleaning there shall be no traces of film, dirt, smudges, water and other foreign matter. DESCALE 'tOILET BOWLS AND URINALS: After descaling, the entire surface shall be free from streaks,stainsi scale,scum, urine deposits, and rust stains. RESUPPLY REST ROOMS: Restrooms shall be stocked sothat supplies do not run out. BASIC GLEANING: Tasks normally done together on a weekly or more frequent basis. ,PERIODIC CLEANING: Tasks done at less frequent intervals. Normally done as project work. CLEANING IN CONCESSION AREAS: Contractor is required to clean concession areas only to the extent indicated herein. CITY FURNISHED PROPERTY ANDSERVtCES Premises and Utilities: The City shall furnish, withOut cost to the Contractor, designated space in buildings and a reasonable amount of utilities from existing sources. These utilities are to be used only in connection with the performance of this contract. A.. The contractor shall maintain such building space to the same standards as similar areas occupied by the City. ' The contractor will not make any alterations to the space except with the written approval of the City. .,' ,) , ,,' The contractor shall vacate suchbuildingspace and restore the premises to the condition in which received, at his expense, fair wear and tear excepted, by the time stated for contract completion. CONTRActOR FURNISHED ITeMS Materials: The Contractor shall furnish all materials necessary to perform the tasks specified in the contract. Eauipmentand Todls: The Contractor shall fumish all equipment and tools necessary to properly perform the work defined in this contract. Alleqllipment shall have bumpers and guards to prevent markirg or 'scratching of fixtures, furnishings, or building surfaces. All electrical equipment used by the Contractor shall meet all safety requirements of this contract and · shall be ULapproved. This equipment must operate using existing building circuits. It shall be the responsibility of the Contractor to prevent the operation or attempted operation of electrical equipment, or combinations of equipment which require power exceeding the capacity of existing building circuits. The Contractor shall furrishand Use beater bar type vacuums for carpeted floors. All vacuum Cleaners shall have HepaFllters. The Contractor shall fumishplastic trash can liners for Rest Room Supplies: The Contractor shall furnish the following restroom supplies. Samples of materials shall be submitted to the City for approval prior to contract start and whenever a change occurs. 1. Toilet Tissues 2. Paper hand towels 3. Soap (a) Hand (b) Liquid (c) Powder 4. Deodorant (a) UrinalS (with wire hangers) (b) Toilet bowls Toilet Tissue shall be 500 sheets per roll, 2 ply, 96 rolls per case ( or equaL) Paper hand towels shall be MlIlti-fold, natural, 4,000 per case. (Ft. Howard 233 or equal) INFORMATION ON SUPPLIES: The Contractor shall provide to the City information monthly on the quantity of supplies used during the course of the contract. Information shall be given for all the items listed in paragraph 4 above. This requirement is for information only. . . . ,: ' . Chemicals Used Bv Contractor:' All chemicalslJsed by the' Contractor must be approved by the City and all MSD Sheets shall be submitted to the City, prior to the usage of any/all chemicals. ATTACHMENT "A" COSTWORKSHEETI=OR CITY OF MIAMI BEACH 'BUILDINGS We propose and agree, if this proposal is accepted tOCClntract with the City of Miami Beach, Florida to furnish all necessary materials, tools, equipment, transportation, chemicals, laborand supervisors necessary for any Janitorial Services required to maintain the premise inan acceptable condition and necessary to perform and complete the work called for by the Specifications for the Bid for the performance of Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. Each location shall be bid as a total monthly cost to the City. Sid shall include costs for janitorial workers, supervisors, payroll, taxes, insurance" fringe benefits, chemicals & supplies, tools & equipment, expendable supplies used in replenishing rest room dispensers sudhas paper towels, roll tissue, hand soap, 'etc., overhead and profit. BID ITEM "A": CITY OF MIAMIBEACHClrY HALL 170() COl'lventionCenter Drive, Miami Beach, Florida. 1. SpeCify CreW Size: 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insurance.......... b., fringe benefits............ ..... ...... ....... c. chemical supplies........................ d. Expendable Items....................;.. Total Monthly Cost to City' BID ITEM "B": , SCOTT RAKOW YOUTH CENTER 27()() Sheridan Avenue, MillRliBeach, Florida. 1. Specify Crew Size: (Night Cleaning) 2. Ratio of Supervisors to workers: 3. Cost BreakdoWll: " . a. payroll, taxeS &. insLJrance........;.;$ b.fringe benefits................... .........:$ c. chemical supplies............. ........;..$~--.....:..~ d. Expendable Items........................$__ Total Monthly Cost to City (Night Cleaning) , BID NO. 34-02/03 DATE: March 7, 2003 CITY OFMIAIVIIBEACH Page 41 of116 Daily Chargl!: (Day Cleaning Crew) $~_---,--per hour worked per person. Special Chargl!: stripS. ResUrfaceiSpecial USl!FIOors. (Gymnasium floor-if required more than seml-al'lrlually: $ ,BID ITEM ..C", . POLICE DEPARTMENT 1100 Washington Avenue, Nliami Beach,Florida Five (5) personnel shall be required Monday through Friday from 8:00AM to 4:00PM. One~rsonshaU be required 6nSaturdays and Sundays forfour(4) hours each day. Janitorial personnel will be assigned responsibilities daily by the Police PropertyManager. BlotrENI"O". .',"'., ',',",' ',' " " ,',', ,,',' ,',"', ,', " HISTORIC CITY HALL 1130 Washington Avenue, MiamiBeach,Fl6rida SpecifyCrew Size: Ratio of Supervisors toworkers: Cost Brl!akdoWn: a. payroll, taxes & insurance.......".. b. fringe benefits................;....;...... c:chemical supplies....................... d. Expendable Items...................... Total Monthly Cost to City $ $-~ $ $~~ .$ 3. Cost Breakdovm: a. payroll, taxes & insurance.......... b. fringe benefits.;.......................... c. chemical supplies.........;............. d. Expendable Items....................!. 'TotalMonthly Cost to City BIDITENI "E" MIAMI BEACH PUBLICRESTROC>MSCity Wide Specify Crew Size: Ratio of Supervisors to Workers: Cost BreakdoWn: a. payroll, taxes & insurahc:e........i BID NO. 34-02/03 DATE: March 7, 2003 $ Page 42 of116 b. fringe benefits.......................... c. chemical supplies.............;..;.... d. Expendable Items...................... Total Monthly Cost to City SID ITEM "F" BASS MUSEUMDE"ELOPMl:NT OFFICE 2100 PatkAvenue, Miami Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors tOINorkers: --'-~__~ 3. Cost Breakdown: a. payroll, taxes & insurance...... $ b. fringe benefits................ $ c.chemical supplies............... $ d. Expendable Items...............; $ Total N1onthlyCostto City $ 'BIDITENI "G" < ", ,',", ., ,,' " "',', , ' / SOUTH SHORE COMMUNITY CENTER 83~ Sixth Street, N1iamiBeach,Florida Specify Crew Size: Ratio of Supervisors to workers: 3. Cost BreakdOWn: a. payroll, taxes & insurance...... b. fringe benefits................ c.chemical supplies............... d. Expendable Items................ Total Monthly Cost to City (Night Cleaning) 4. Hourly Charge: (MomingClean.Up) HOl.lrlyCharge: (Day Cleaning) SID ITEM "H" , '" .'< '" ' ,,', ," '.. FIRE STATION #2,2300 Pine Tree Dr., Miami Beach, Florida (3 Bldgs) SpeCify Crew Site: Ratio of Supervisors to workers: Cost BreakdOWn: a. payroll, taxes & insurance........1- $ BID NO. 34-02/03 DATE: March 7, 2003 CITY OF' MIANlI SE:A.CH b. fringebel1efits. .......... ;...... ...;.... J. c.chemical supplies.............,........ d. Expendable Items....................... Total Monthly Cost to City $------'-~ $~~ $~~ :$ BID ITEM "I" ,,". "',, "',' ,,",',',' '..,', . . ' 21st STREET RECREATION CENTER 2100 Washington Avenue, Miami Beach, Florida Specify Crew Size: Ratio of Supervisors to workers: Cost Breakdown: a. payroll, taxes&insurance........l b. fringe benefits..........;.......,..;....;. c. chemical supplies.....................; d. Expendable Items............;.......... $--'-----'-~ $ $ $ BID ITEM "J" , ' , , OCEAN FRONT AODITOFUUM 1001' Ocl!ian Drive, Miami Beach, Florida Specify Crew Size: Ratio of Supervisors to workers: Cost Breakdown: a. payroll, taxes & insurance.......':' b. fringe benefits......,..............;...... , c. chemical supplies.....................; d. Expendable Items....................;. Total Monthly Cost to City BID ITEM "K" ',", "",. ",'.. ",',' ,,'..' ,,' . ",' . NORTH SHORE COMMUNITY CENTER 7250 collins Avenue, Miami Beach, Florida Specify Crew Size: Ratio of Supervisors to workers: Cost Breakdown: a. payroll, taxes & insurance........; BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 44 of 116 b. fringe benefits..........................). c. chemical supplies...................;... d. Expendable Items....................... Total Monthly Cost to City BID ITEM "L" NORTH SHORE RECREATION CENTER 501'. 72nd Street, IIIliami Beach, Florida Specify Crew Size: Ratio of Supervisors toworkers: 3. Cost Breakdown: a. payroll, taxes & insurance......... b. fringe benefits..................;......... c. chemical supplies.........;............. d. Expendable Items...................... Total Monthly Cost to City BID ITEM "M" MUSS PARK Chase Ave.S. 44th Street, Miami Beach,Florida Specify CreW Size~ Ratio of Supervisors to workers: cost Breakdown: a. payroll, taxes & insurance......... b. fringe benefits.............;.............. c.chemical supplies.............,.......,. d. Expendable Items....................!. Total Monthly Cost to City BID ITEM "N" TATUM PARK 8050 Byrol1Avenue, Miarni Beach, Florida Specify Crew Size: Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insurance........;$ BID NO. 34-02/03 DATE: March 7, 2003 . .., . CITY OF 1\111.6.11111 BEACH Page 45 of 116 b.fringe benefits................ ;$ c. chemical supplies............. . $ d. Expendable Items............,.......,$ Total Monthly Cost to City BID ITEM "0" STILLWATER PARK $ '8440 HaWthorne Ave.,N1iami'Beach, Florida 1. Specify Crew Size: ~~~ 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a.payroll, taxes & h'15uranC9..L..., b. fringe benefits................."......... c. chemical supplies.............;........ d. Expendable Items......... ...........!.. Total Monthly Costto City BIDITEM"P" " , ,,' , ' FAIRWAY PARK Fairway & No. Shore Ilr.,MiarniBeach,Florida .'Specify Crew Size: ___ Ratio of Supervisors to Workers: _--'-"'-'-~_ Cost Breakdown: , ' a. payroll, taxes & insuranC9........i$ b. fringe benefits....,.......,........,..... $ c. chemical supplies.....................;$ d. Expendable Items....:...............!$ Total Monthly CoSt to City BID ITEM"Q" NORMANDY SHORES PARK 260SBiarritZ,MiarniBeach, Florida 1. 2. SpecifY CreIN Size: Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insurance......... b.fringe benefits........................... BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 46 of 116 c.chernical' supplies........... ........... d. Expendable Items...................... Total Monthly Cost to City $ BID ITEM "R" '. ,',' ,',' ",',",,' ,"', ,. "",. , ",' ""', ,'.,. NORMANDY ISLE PARK 7030 Trouville Esplanade, Miami Beach, Florida BIOITEM "S" PARKS MAINTENANCEBLIlG..2100 Nleridian Ave., Miami Beach Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 1. Specify CrewSize: 2. Ratio of Supervisors to workers: 3. Cost BreakdoWn: a. payroll, taxes & insurance..;...;.. b. fringe benefits............................ c. chemical supplies...................... d.' Expendable Items....................;. Total MonthlY Cost to City $ 3. Cost BreakdoWl1: a. payroll, taxeS & insurance.......!. b. fringe benefits..................;.......;. c. chemical supplies....................;. d. Expendable Items...................... Total Monthly Cosfto City $ BID NO. 34"02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page47 of 116 BID fTEM"J" PROPERTY MANAGEMENJ SLOG.. 1245 Michigan Ave., Miami Beach, Florida 1. Specify 'Crew Size: 2. Ratio of Supervisors to workers: Cost Breakdown: a. payroll, taxes & insurance......... b. fringe benefits...,............ ...... ...... c. chemical supplies.....................; d. Expendable Items..............~.....,. Total Monthly CoSt tc) City 3. $ $--,---"--~ $--,---"-~ $-~ BID ITEM "U" ,,' ,,' " .'", ,,', ",'" ..,,', ,," , ,,',"'" " ,,'.' FLEET MGMT.iSANITATIONBLDG..140MacArthur Causeway, Miami Beach, I=lotida. Specify Crew Size: Ratio of Supervisors to workers: Cost BreakdoWrt: a. payroll, taxes & inSurance........; b. fringe benefits.....................;...... c. chemical supplies.....................i d. Expendable Items....................;. Jotal Monthly Cost to City BID ITEM ''V'', ,< ,,' .' ," ',', ,', ,'" ,',' ' ., ",. PARKING DEPT. BLDG.. 777, 17th Street, Miarni Beach,Florida 1. Specify Crew Site: ~'-'---"---"----'-' 2. Ratio of Supervisors to workers: $--,---"----,-- $ $--,---"----,-- $ 3. Cost Breakdown: a.payroll, taxes &insurance..~.....! b.ffinge benefits.,........;......... ........ c.chemical supplies.....................l d. Expendable Items...........,.......... Total MOl1thlyCost to City .$ BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI13l:ACH Page 48 of 116 BID rtEM "W" BEACH PATROL OFFICE. Ocean Drive l 10th street, Miami Seac:h,Florida 1. Specify Crew Size: ' 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes& insurance........: b.fringe benefits. ... ............ ............ c. chemical supplies...................... d. Expendable Items...................... Total Monthly Cost to City $ BID ITEM ''X" FLAMINGO PARK Ti:NNIS COURT. 1100 Michigan Ave., Miami Seach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: $ 3. CostSreakdown: a. payroll, taxes & insurance........l b. fringe benefits..........................J. c.chemical supplies...................... d. Expendable Items............,.......;. Total Monthly Cost to City BID ITEM "V" PUBLIC WORKS YARD OFFICES. 2300 Pine Tree Drive, Miami Seach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: Cost Breakdown: a. payroll, taxes & insurance........) b. fringe benefits............................ c.chemical supplies....................., d. Expendable Items............,..;....;. Total Monthly Cost to City BIDNe. 34-02/03 'DATE: March 7,2003 CITY OF MIAMI BEACH Page 49 of 116 BID ITEM "Z" ',.,', ,,'..' ,'. , ,', ',. ,," ',' , ,,", 7th ST. PARKING GARAGE OFF.! ElEV.. CollinsAve.&7th St., Miami Beach,Florida 1. Specify GreW Size: 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insurance........'. b. fringe benefits.........;.................. c. chemical supplies.....................: d. Expendable Items....................,. TotalMonthly Cost to City $ Bib ITEM "AAi' 13th ST. PARKINGGARAGEOFFJ ElEV..~ollinsAve. & 13th St., Miami Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to Workers: $ Bib ITEM.'iBB" 17th ST. PARKING GARAGE OFF.lELEV.. Collins AVe. & 11th St., Miami Beach, Florida 3. Cost BreakdOWn: a. payroll, taxes & inSurance......... b. fringe benefits..;......................... c. chemical supplies.....................; d. Expendable Items......;............... Total MOllthlyCost to City 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost BreakdOWn: a. payroll, taxes & insurance......... b.fringe benefits..........,................. c. chemical supplies....................., d. Expendable Items....................:. Total Monthly Cost to City BID NO. 34-02103 DATE: March 7, 2003 CITY OF MIAMI BEACH $ Page 50 of 116 BIO ITEM "CC" POLICE DEPT. SPECIAL INVEST:ONIT OFFICE.1a31 Bay Rd., Miallli Beach, Florida 1. SpecifY Crew Size: 2. Ratio of Supervisors to workers: 3. Cost BreakdoWl1: a. payroll, taxes & insurance......... b. fringe benefits..................... ....... c. chemical supplies....................., d. Expendable Items.................... . Total Monthly Cost to City $ BIO ITEM "DO" MARINE PATROL OFFICE, 1900 Purdy Ave. CITY OFNlIAllin BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 51 of 116 COSTVVOR.KSHEET FOR. CITY Of' MIAMI BEAtHRESTROOM MUSTSE INCLUDED WITH YOUR PROPOSALPAGESII BID NO. 34-02/03 DATE: March 7, 2003 . . , . CITY OF MIAMI BEACH Page 52 of 116 ATTACHME!\It "C" COSTWORKSHEETF()R PARKING GARAGES OFt"'E CITY OF MIAMI BEACH BID ITEM "A" 7th ST. PARKINGGAAAGE. Collins Ave. & 7th$t., Miami Beach, Florida BID ITEM "B" 12th ST. PARKI!\IC3GAAAC3E Drexel AVe. & 12th St., Miami Beach, Florida Total Cost Per Month BIDITEM"C" ',','",', ,,",',',' ,', ,',,' ,',' ,," ',,' ',"., ",' , 13th ST. PARKING GARAGE.. Collins Ave. & 13th St., Miami Beach, Florida BID ItEM "0" '..," ,'," ,',',' ,.,' ,'" "'..'. ,'} , ".' 17th ST. PARKING GARAGE.. Collins Ave. & 17th St.,Miami Beach, Florida Total Cost' Per Month GRAND TotAL PER MONtH Additional Cleanings -(Cleanings notSp9cifled in the bid specifications) PfH Use of Contractors' Pressl.lreCleaning Equipment. $ P/H P/H (pressure Cleaning not specified in the bid specifications) BID NO. 34-02f03 DATE: March 7,2003 Bids must contain the following docurnents, each fully completed and signed as required. Bids, which do not include all required documentation or are not submitted in the required format, or which do not have the appropriateli;ignatures on each document, may be deemed to be non-responsive. Non-responsive bids will receive no further consideration. Table of Contents Thelable of contents should outline in sequential order the major areas of the submittal, including enclosures. All pages must be consecutively numbered and correspond to your table of contents. Bidders shall include at a minimum the following elements, in this order,with tabbed-labeled dividers. Faxed Bids will not be accepted. INTRODUCTION - An introcfuctoryletter on firm letterhead indicating name of firm, contact person, phone, fax, e:-mail, type of business entity, and a short statement summarizing the strengths of the firm/team as it relates to this Bid. E:XPERIENCE/~EFERENGES - A description of the firm's' relevant experience and capabilities, with a description of same size projects including 5 references with contact names, phone numbers, e-mail. 'COST - Bidders must inClude cost worksheet. Qualifications , ",' ,',', ,,' . ,,' ',,',.' " " , ' Proposers must provide documentation which demonstrates their ability to satisfy all of the qualification requirements. Submittals which do not contain such documentation may be deemed non-responsive. AcknoWledament of Addenda and ~espondentlnformation' Forms (Section INSURANCE: ' Successful Biddet shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance as jl'ldicated on the Insurance Checklist which shall be maintained with insurers licensed to sell insurance inthe State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Name the City of Miami Beach as an additional insured on all liability policies required by this contract. When naming the City of Miami Beach as an additional insured onto your policies, the insurance companies hereby agree and will endorse the policies to state that the City will not be liable for the payment of any premiums or assessments. Any exceptions to these requirements must be approved by the Gity'S RiskManagement Department. FAILURE TO PROCURE INSURANCE:: Selected Bidder's failure to procure or maintain required insurance program shall constitute a material breach of Agreement under which City may immediately terminate the proposed , Agreement. Wofkers'Compensationand Employer's Liability per the statutory limits of the state of Florida. Comprehensive General liability (occlJrrenceform), limits of liability i 1.000.000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations,' and Contractual liability. Contractual Liability and. Contractual Indemnity (Hold harmless ,endorsement exactly as written in"insurance requirements" of specifications). Automobile liabilitY -$1,000,000 each occurrence. owned/non-owned/hired automobiles included. Excess Liability - $ coverages. (00 per occurrence to follow the primary The Citymustbe named as and additionalinsured on the liability policies; and it must be stated on the certificate. Other Insurance as indicated: '-~ Builders Risk completed value _ Liquor Liability ~ Fire Legalliabilit}' _ Protection and Indemnity _~ Employee Dishonesty Bond The successful bidder shall not enter intO any sub~contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its. power to execute such contract to any person, firm, or corporation without prior written ,consent of the City. Any unauthorized assignment shall constitute default by the successful bidder. INDEMNIFICATION The successful bidder shall be required to agree to indemnify and hold harmlessthe City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in Jawor inequity, which may arise orbealleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful bidder, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful bidder shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and loSses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful bidder of such termination which shall become effective upon receipt by the successful bidder of the written termination notice. In that eVent, the City shaUcompensatethe successful bidder in accordance with the Agreement for all services performed 'by the bidder prior to terrnination, net of any costs incurred by the City asa conseqLJenceof the default. , , Notwithstanding the above, the succeSsful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of setoff until such' time as the exact amount of damages due the City from the successful bidder is determined. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at anytime without cause by giving written notice to successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the Gity.lfthe Agreement is terminated by the City as provided in this section, the City shall compensate the successful bidder in accordance with the Agreement f()r all services actually performed by the successful bidder and reasonable direct co,stsof successful bidder for assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that thE! successful bidder expected to eam on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this section. Cod& of Business Ethics R.esolutlon No. 2000-23879 living Wage Ordinance No. 2001-3301 Campaign Contributions by Vendor Ordinance No. 2003-3389 The following words, terms and phrases, when used in this division, shall have the meanings ascribed to them in this section, except Where the context clearly indicates' a different meaning: Advisory personnel means the mernbers of those city boards and agenCies whose sole or primary responsibility is to recommend legislation or give advice to the City commissioners. Autonomous personnelinc:lUdes butisnot limited to the members ofthe housing authority, personnel board, pension boards, and such other autonomous or semi-autonomous authorities, boards and agencies as are entrusted with the day-to~day policy setting, , operation and management of certain defined functions or areas of responsibility. Commission' meahsthe Mayor and 'members of the City commission. , ' Departmental personnel means the City manager, all assistant City managers, all department heads, the City attorney,' ,chief deputy City attorney and all assistant City attorneys; however, all departmental personnel when acting in connection with administrative hearings shall not be included for purposes ofthis division. Lobbyist means all persons employed or retained, whether paid or not, by a principal who seeks to encourage the passage, defeat or modification of any ordinance,' resolution, action or decision of any commissioner; any action, decision, recommendation of any City board or committee; or any action, decision Or recommendation of any personnel defined in any manner in this section, during the'time period of the entire decision-making process on such action , decision or recommendation that foreseeably will be heard or reviewed by the City commission, or a City board or committee. The term specifically includes the principal as well as any agent, attomey, officer or employee of a principal, regardless of whether such lobbying activities fall within the normal scope of employment of such agent, attomey, officer or employee. QuasHudicialpersonnel means the members: of the planning board, the board of adjustment and such other boards and agencies of the City that perform such quasi-judicial functions. The nuisance abatement board, special master hearings and administrative hearings shall not be included for purposes of this division. Sec. 2~482.Registration. An lobbyists shall, before engal}ingin any lobbying activities, register with the City clerk. Every person required to register shall register on forms prepared by the clerk, pay a registration fee as specified in appendix A and state under oath: (1) His name; (2) His business address; , ". " . (3) The name and business address of each person or entity which employed the registrant to lobby; " '.," ',,' " (4) The commissioner or personnel sought to be lObbied; and (5) The specific issue on which he has been employed to lobby. Any change to any information originally filed, or any additional City commissioner or personnel who are also sought to be lobbied shall require that the lobbyist file an amendment to the registration forms, althoiJgh no additional fee shall be required for such amendment. The lobbyist hasacortinuing duty to supply information and amend the forms filed throughout the period for which the lobbying occurs. lfthe lobbyist represents a corporation, partnership ortrust, the chief officer, partner or beneficiary shall also be identified. Without limiting the foregoing,th9 lobbyist shall also identify all persons holding, directly or indirectly, a five percent or more ownership interest in such corporation, partnerShip, or trust. Separate registration shall be required for each principal represented on each specificisslJe. Such issue shall be described with as much detail as is practical, including but not limited to a specific description where applicable of a pending request for a proposal, invitation to bid, or public hearing number. The City clerk shall reject any registration statement not providing a description of the specific issue on which such lobbyist has been ernployed to lobby. Each person who withdraws as a lobbyist fora particular client shall file an appropriate notice of withdrawal. " In addition to the registration fee required in SUbs9ction(a) of this section, r9gistrationof all lobbyistsshallber9quiredprior to October 1 of every even-numbered year; and the fee for biennial registration shall be as specified in appendix A. In addition to the matters addressed above, every registrant shall be required to state the extent of any buSiness, financial, familial or professional relationship, or other relationship giving rise to an appearance of an impropriety, with any current City commissioner or personnel who is sought to be lobbied as identified on the lobbyist registration form filed. ,..: " " The registration fees required bysubseCtiohs .(a)and (f) of this section shall be deposited by the clerk into a separate account and shall be expended only to cover the costs incurred in administering the provisions of this division. There shall be no fee required for filing a notice of withdrawal, and the City manager shall waive the registration fee upon a finding of finanCial hardship, based upon a sworn statement of the applicant. Any person who only appears as a representative of a nonprofit corporation orentity(suchasacharitable.organization,a neighborhood or homeowner association, a local chamber of commerce or a trade association or trade union), without specialcompensationoneimbursement for the appearance, whether direct, indirect or contingent, to express support of or opposition to any item, shall not be required to register with the clerk as required by this section. CITY OF MIAMI BEACH Copies of registration forms shall be fumished to each commissioner or other personnel named on the forms. (Ord. No. 92-2777, 73,3-4-92; Ord. No. 92-2785, 'l3, 6-17-92) Sec. 2-483. Exceptions to registration. (a) Any public officer, employee or appointee or any person or entity in contractual privity with the City who only appears in his official capacity shall not be required to register as a lobbyist. (b) Any person who only appears in his individual capacity ata public hearing before the city commission, planning board, board of adjustment, or other board or committee and has no other communication with the personnel defined in section 2-481, for the purpose of self-representation without compensation or reimbursement, whether direct, indirect or contingent, to express support of or opposition to any item, shall not be required to register as a lobbyist, incllxling but not limited to those who are members of homeowner or neighborhood associations. All speakers shall, however, sign up on forms available at the public hearing. Additionally, any person requested to appear before any city personnel, board or commission, or any person compelled to answer for or appealing a code violation, a nuisance abatement board hearing, a special master hearing or an administrative hearing shall not be required to register, nor shall any agent, attorney, officer or employee of such person. (Ord. No. 92-2777, 'A, 5, 3-4-92; Ord. No. 92-2785, ?J, 5,6-17-92) Sec. 2-484. Sign-in logs. In addition to the registration requirements addressed above, aU city departments, including the offices of the mayor and city commission, thedfices of the city manager, and the offices of the city attorney, shall maintain signed sign-in logs for all noncity employees or personnel for registration when they meet with any personnel as defined in section 2-481. (Ord. No. 92-2785, 1l, 6-17-92) Sec. 2-485. List of expenditures. On October 1 of each year, lobbyists shall submit to the city clerk a signed statement under oath listing all lobbying expenditures in the city for the preceding calendar year. A statement shall be filed even if there have been no expenditures during the reporting period. (b) The city clerk shall publish logs on a quarterly and annual basis reflecting the lObbyist registrations filed. All logs required by this section shall be prepared in a manner substantially similar to t he logs prepared for the state legislature pursuant to F.S. ?I 1.0045. All members of the city commission and all city personnel Shall be diligent to ascertain whether persons required to register pursuant to this section have complied with the requirements of this division. Commissioners or city personnel may not knowingly permit themselves to be lobbied by a person who is not registered pursuant to this section to lobby the commissioner or the relevant committee, board or city personnel. The city attorney shall investigate any persons engaged in lobbying activities who CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7,2003 Page 75 of 116 are reported to be in violation of this division. The city attorney shall report the results of the investigation to the city commission. Any alleged violator shall also receive the results of any investigation and shall have the opportunity to rebut the findings, if necessary, and submit any written material in defense to the city commission. The city commission may reprimand, censure, suspend or prohibit such person from lobbying before the commission or any committee, board or personnel of the city. (Ord. No. 92-2777, 'Ii, 3-4-92; Ord. No. 92-2785, ?f, 6-17-92) BID NO. 34-02/03 DATE: March 7, 2003 Page 76 of 116 AN ORJ)INAHCE OF mE MAYOR AN~ C.ITVCOMMISSlOtfOFTHE CllYOF MIAMIBEACH,PLORlDA.AMi:NDING CHAPTER20FTHt5CODeOFTHE crrv OPMIAM' BEAeH, ENTITLED "ADMINISTRAnON", BY AMEND1NGARTrCU:Vlf' meREOF. ENTITLED "STANOARDSOFCONDUCT", BYAMEtfOINGDMSlON 4,EN'nTLED"PROCUREIIEN.,... ,BY AME"'D1N~,SECTlON 2~.' ~ITLED "cONE ,OFSlLE.N<,:E"iSAlO.y.l!NC)MENT. It. PART. EXTENDING THE PROHIBITION$ ON ORAL CONlMUNfCATfONSON ALL RSQUEST FOR PROPOSALS.(RFP'S),REQUESTFOR~UALIFIf:ATIONS(RFCl'S).AND INYlTATlONFORBIDS(BIDS). ,flETWEEN, THE MAYOR AND ,CITY COMMISSIONERS AND THEIR RE8I'eCTIVESTAFF MDANYftOTENTlAL VENDOR, SERVICE PROVlDE~ "BfDDER,LOBBYIST.ORCONSULTMTi PROVIDING FOR .ADDITIONAL EXCEPTlONSRELATIVE TO ORAl. COMMUNICATlONS;'PROVlDJNG FORTHERFOR'REPE'ALeR, SEWRAlIIUTY. AND AN EFFECTIVE DATE. WHEREAS. on Janqary29,2002, ~e Mlaml-OadeCounlyComn1fs$fonapproved' OrdlnaneeNo.02-3,amending section2-11.1(t) oftfle Miami-DadeCoUnty COds,the county's Cone of Silence Ordlnai1ce; WithaneffectMt date Of February $. 2002; Ilnd WREReAs. Mlal'nf,.[)ade Cdunty'ssppI'O\tEldSlMridrrieri1$eXteI'ldedtl1e prohibition on oral comrnunlcetlons, regarding a partIcuIatRFP. RF~..and bid for the 8OIk:Itdonof fIOOd$and servlees Ic>tOOse, b$tween a potentlalvendor.seMcep~lder.bldder.lobbylst or consulblnt. and the Mayor. County Commlsaionersand Ihelr respective staffs; and WHEREAS. Mlalnl.DadeboUrrty'aapplOVed amendments added. additional exemptions to the prohlbRlon on oral c:ommunlcationsregardlng a partic\ilar RFP.RFQ.or bid for the solicitation of ~s an(Uervlc~' betWeen any pel'aOnand theprocorernent <flre<;tOror~~eslgnated staff responsible fot admintmeHng the pJtlCUrernentplWXeSS fOr such RFP .RFQorbld, and beiWeen 8 Jri$nber etthe 18$Pectiv8$81ect1oncomtnlttee, ~ thecommunlCation beUrnlted stflCtlytom8tters ofprbC$8S or procedUre already t:ontalnec:Unthecorreapondlo9 sodcltatlondoeument;and " . , " WHEREAs. ;Mktlnl-DadeCounty'sapprov8d $n8ridmsnta ,8dded'8dditiOnal exemptfonstothe prohlbltlonon0f81 QOmltIunlcatlons between the CoOntyManagerand the chairperson ola selectiOn committee about a partJOUlar sefeetfon committee ""comrnendatioJ1. oi1lyMter1he committee haSsubmitted'8recoltlrnendation to the Manag.and Provided that,shouJd any dl8nge<lCCurlnlhecommlttft~rniriendation. the content of the communicatIOn and Of the corresporiding chengeshall be described in ;writirig and. flied byihe Maoager ,With the Clerk of the CotJntyand1ieinclQded ,In any recommendation memoralldumsubrnitted' bylhe Manager to the ,County Cotrimlslslorl: WHIREAS.Mjalnl-DadeCOUmy8aPProvedal'tl8rltlmei1bladd~addltional 'exempClonsto theprohlbltlononoratcommunlCalonspertatning to emergency procurements. \YHEREAs. said Miatrii-Dade Couiltyamendrnent..",,' 6ppt1ca,.1othe Mayorand Cltycommfaslonel'$ of tfleCityOf MlartlI8each,>tJie City Manager. and their t88pectlve staffs; and In orderto extend said amendments and their appllcabllltytOpotenllal vendors. CONE OF SILENCE: ORb_HANCE NO. s&rVlceprovfders,bidderS,lobbylsts,and consultSntS doing business in .,th8City of Miami BeaQh, the Administration end the City Attorneys Offl~ her9lnrecommends that the M&lYO" and CftyOommlssionamen~ the City'sCone of SllenceOrdlnanceaccordl~y. NOW.l'HEREFOm:.BE II ORl)AlHEDBY filE MAYOR AND CITY .COMMISSlON OF THE CITY OFMfAMIBEACH: ' IECTIOH1.Section2-426,mOM8Ion4 of Article Vllot Chapter 2oftheMlaml~ch City Code Is hereby amended to read 8S folloWs: ArtIcle VII. Standards of COndUct t)M$ld.N 4. PROCUREMENt Sec. 2...... Cone of sHente. . (a) Cdntracts fot the J)rtMslonofgOOds, lerVicet, and construdl6nproJects~~ tha" ad SGRUaGCs. (1) DefinitIOn. .Cone mallante" itJ herebydefin$d tr)' rneana pl'Ohlbltiotl on: (a) al"lytOmmun~tion reg8l'dIngaparticu1arrequ~f()tJ)IoPOS8I{"RFP"), request for quaIifIc:atIons(.RFQ.), .."west fer 181te" ef IFIteJleetrRRJ"). or bid betweenapotentlal vendor. 88J'Vic(J~et.bklder, lObbyist. or COri$Ultant ariel tha'City'. admln1s.tratiVjstaff'lncIudlng, but not lim1l8d to. , the city manager and hit or het staff; (b)any"'_muDicat.k>n '.reglrdlng8 "par1iCUlat ,RFP, .RFQ. .'~ ..or.bid between the f1t8)'Ot, c:lty (;Ommlssio~rs,or1hElir respec:liV&s!aff$.and anyrnember of the,city'fadmlnlatratJve'st$ff InCluding. bUt not UrnittJd to, the city menager,and his or her staff. '(6) anyeoml'nunlc8tiOnt'egatding apal1lcUlat RFP,RFO, 'MIr .'()r 'bid between a potentlal vtmdor. wrvlce provfder, bidder, lobbyist, ,'()l" consuttantandany rnetnb&r ofa 'eity. evalU8t1Onandlor~r\ committeetherefor._ '(d)' eny 'communICation 'reQardlng. a "partrcular. ~P, .~. -"'Otbld between the mayor,~ commls$k)l'lers:a..Qrthelr respective staffsa..8n(1 aAYl..mernberOfa 'City evaluation, and/or ieledlort cxmvnltte6fberefor. (e> any C()mmun~tl9nr8C18rdlna al)8rticu_RFP.~FQ.orbid'betwMn,~ mawr.cltv commissioners. '()r their ,.-D8CtiVe ..".~, ~I vendot:.aervtceDrovld~.bldQ~.~torconsuJtant.NGtJJ\tJ:IetaAdiAl Ul8 feFessl"t. *, &o"e ~ .'-A88 eil&U"!?l apply lG8811lP s... Pf'CI8SS188ferlie &\WN of CgSQ.MOMIi,SHIPaI'ldSYl't8KFwRde _MlAl8tered ~ ,the ,slty'effiS8of'81lFl'lMUFIilr d8'\f4!lllflRlfWtt. aAd seFRlIlijAklatieAS' 'JJilhthe GltY ~1Il8y ."mer !:Ie.. etatr. Page 78 of 116 BID NO. 34-02/03 DATE: lI.1arch 7, 2003 (3) (2) ~ure. a. A Thecon$ofeJlence shall be imposed upon each 'RFPiRFQ,~ aAdor bid after the advertisemem of said RFP, RFQ, RFlJror bid. f.t thefIme ofimposltlon of til&coneof silence,lhecity manager or his or her d8$igneeshall provldefOr public I'lotlceqf the cone of SIlence; The city manager shalllndudeln any public aolicltatJgn for goods and servlces a statement dlsciOsing the requirements of this division. b, Theconeofsllence shaltt&rminatel a}(Uatthetime thecityrnanagermakeshls or her written recommendation as to8electlOnofapartiClJlerRFP. RFQ,~ or bid 10 the' citycommlaslon"al'ld, $8Id, RFP.RFQ,RFbI;otbIdJs awarded:Provided'.~ver,thEltfollPWlngtheMm8~erinakinghJs or her written rec;ommelidatlon. the'OOneofsltence shall be lifted as reIates'to communlcati0n8betW8en the MmsYQr ~,JA.merribere of the C,:QommlSSiOn and the,~ly MiDanager; ,PI'OYfdIng further if the CIty commisSJon refers the manager's recommendatiOn 'bad< to the citymanagerer atalfforfurthftr review,the coneofs~ shaH (lOntiriUeuntii suchtlmeas the manager ~esa SUb8eqUentwrltten recommendation, and thepartlc:ular RFP, RFQ. RAdror bid is awarded; , ~1llllntheeventof contraqts for less than $25,00()& When thl city manager eXeCutes the conbct. (a) corn~ ~f()i'ttJEfawattl~fCDBG; HOMelSl1iPand su~ 'Funds8drt)lnlste~ bv the citv offICe of comrrlUtlil!' qlWelODrr'lent: 8~ (b)cornmunlCatlClnsWlththecltv8ttomevJtnd "tdS Other' staff. OOl!U.6tal corl'lmunlCatiOnsat pre--bid ~; . . ,- - :. (IJ) !dl.oral presentstlont bMol'8ftValUat1ott8l'ldlor selecitlon ~lttees; . . '. ~t1tt$Ct disCussIOns during any dulY notiCecI Pub1!crri8etlog; {dHf)'publicpresentatiOris 'made to the' cityeommlSSlon-s durfngany dUly ,.notlced. pubflQ ,meeting: (e) W contract negotiations WlthClty 'Staff' foIowlnglh8aWahfotlltl RFP, RFQ.~ or bid by ~e elty comrrilsslon; "<4mcomrnunicatJonsinWritinQatanv time WithanYcllyemPioyee.offlClIIf pr ll1ember otthe elty commisslQn, unless speelfk::aliyprot1iblt.ed by'the applicable RFP, RFO. JiR.l.,orbid document$; &F ' BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH '~Citycom!'l'llSSlonmeetlngagendareview meetlngtbet\Ve8n the city manag$r and the mayor and indMdual Cftycommlasloners where ',such matters &rescheduled for'cohSlderationat the next~lssIonmeetlng. OO-<ilcommtJljlCrlticms re<laldlng a D8r6cu18rRt=P .~FQ orbkfbetiNeenth& OfQ9Urementdir8ctor.or hltiJheradmlnlmtlvestaff MSDOnSibIe , for admlnlSterina the Dl'Q9IJI'8ment orocas for suCh RFP. RFQor bid and a member. of theevafuatlQl'\{sel~ncomm!ftee t,herefor.PI'Ovl4ed the comfl!lJnlC8tion 18 II~ "~toma_of~or DrqCedure8lreadv contained I" the corresDC)ndlna llOIIC'.:ItatiCdocI.lft)ent: {Ig'dul'lnotiCed' 8it8 viSIts to determll'l8th&coI11Detel1cvOfblcldtrsi'8a8rdlng a D8~lcular biddurinathe,tIme oel'fpd belWeenthe ooenlnqo(blds and the Umethe ,cItv mjiJriaaermakeshiaorher wrIltenl'8COmmendatlOn: m.atl'" ememencv oroclireffient of(ldOds6tt18lV1c8S; '(mr~mmun~s nKm'dlnoaoartlCular RFP.RFQ.orb~~n8IW ~~n.uandtMoroeutetnfmtdl~r;or h~radmln~ .~ resoonslbfefor admll'll$t8rlnqtheDl'OCUrernentDl'OC8SS forsUChRFP.RFQ. or bld~orovld~ the C9f!lI'Ilunltatlorl'I$'limlted 'strICtlY to Q1"'of~ qr orocedurealfeadV eontalnedir'l thec:Orreacondlnosolldt8tiOn d()cu!'l'lent. tnLThe b1dder.PIOpQS8",V$l1dc)t.seMdeptOvfder.IobbyJ$t,6rcons~lt$nt ahall fire a copy of any Written communications WfIhthe cltY'd8l'k.The city derkshallmeke eop!es available to any pet80n upon requesL ~).""dll 89*.. (1) ~8AIil8f81lenee"18herelij; defiJ1iedle",EiIIR a pFGhllJltleA SA: {EI)aI1Y 89mlfJyFllsatfGR8AlgIIFdlRg a~8ftl6QllIrR.~P. RFQi RR.I, IiIr ta1lftaelwtleA a peleAtial, ',leAder, seFl1iee PI9VkIS~, bldder~ ,lGtallyl&t.er GOIlSII_Alalld the fRliyer;~'GeJRrRi8skll'lel'l er ltIelrF88f3letio..8 e&lJffe; 8RdsAYJRefRHref ItIs , CIili}&'adAaIRilI1r.tIVe&t.lidfIR.dIR~,but Aethltt,U.". 'C1ty..~..r.lf!d tile 8f' IiIlr8fa#;aRG (lll8flY 8'" eeMMIinIGati8A ..,aNiAS _f38W1..... RFP, ~FCt,R.~...I.er ~beWJ8IA *'J:NyeF,eIIf;eJR~"~8f1IlelrAlllf3B.ff1 ,,_d MY me~lilref 1JMtell)1''' 'dF9iR"tu,tlvesWf.IMIwdlng.II~_ ~~d te,1II'81tY _Rager BAd "ieer hlr staff; and (~ BAY Il9MJRIIA.1iBR JeBBRlif$ ,II paFllGUlarFU:P,RFo. R.I1.I""laliilJ8l1:J88flil!P*_ \IeA"-F, e.M.~der. b1dd.r,le~et&f&8,...lt.l!IrltaRUklY.eMb.tOf.$1ty ~ilat/$Randler eele'*8A'eelMliClle;,..AII(d')8Af U~:.MUA~Rreg8rc11At iii pa",ewla'RFF\, RFQet Ilk:( 1Iet.'...R "'~r, Q1ty~M"lIieR...er ..eir ,..,e'" *fl'i, BAd 8FW JR.Mber" 8' illylWiilliaUSA aArUer .88leGII9A 8eJRMlttlill. /IfGh'lltlt.&teAdiAg.... fe,.galRg...e eeFllef8ll.Il!'l8 shall. apply te,6~JRI:lAIQltkm8 withtlle,eftyauemey and "Is er"... Slat#. ld8e,,*8lprevtded 1,,~lIselll;lQA8(t.}(3)aIUJE&X.) Ifereef, ;I eelleet8lleAee ...JllJelMplleeElllpeR 88. RFP,RFQ. ~R.I,er"kUer .lIdll..~e afta, the ad\'Sl'tis8JReAlefIll8I8RFF\RFQ'RP_I,.Il'IliJ. At the lMeefthe IA'lpesitleA eflle _8 ef IABRee; the _ J'A8Aallrer !:liter "8rll...e8 BID NO. 34-02/03 DATE: March 7, 2003 ::: p:::- :rthePYbIiSn.etiUeeftIJe GuReefaRflAe8. ~~_~~~!! ~~~ :;entai :>: tt\e time the Gity maN9srMak88hie sr ker MIleR :;:;:; " e .19Beleeli~efapllftieYl8rr:t.J;:P.RFQ,Re:IJ.erlaldtethe =~~. ~;iiRFP.R.CQ. RCLI. ~bld 18 8\V~8~~ :~;, . iati, 0. ~d9Wi" U\e "', MaA., eF,' M,aklA9 h,I8, 91' "',8r '., leA ;:; eA . n tMeGAe fiIf .AeA_ _l:Iall 1a8 lifted ,e relates 19 ;;~;=:'J8eAthe M~F.d'Me~_9fth_CsMMI.8i9A aRd :; , '.. , ' ,FeVidIA9' tu~er if'" ellY IlSMMi88lefl ~~~ .' ._sel';';;;;n\A;eMlItieRlaaekle the~' _Ragar er~..~~~ = ~:=::~8~eA8e 8haR_AtifNsWRll8UehtimeaS the ~ ,;1, R, u,~-:, ~id, -~, -;~ ifM"",Il,IU,.O,8Rl. M,.e"A, ,",ltie,A'8nd,"'_wlarRFP.RF, ~ 9 ' i'. ederla)IAtheeveAtGfoeRtfasteferI8S8thafl$2i;OOO \'JII'IlA its tllty!nllnagsr 8iQlSUlell 1M saAlRlGt (3) .19th~ seMalAEldherein 8"'a1lpre~tt aAYlrlldd,!~:,,~~l~,!!! :: F~~~~~Qo;~~ ,,,~~~~:j~ enpgiAgiR ,_\RI~lIillW&e19AlI ttUARg&RYElYi~ ," ~". ,~_.::'. .' i)fleM eAGaglAt IAeel.baetA8lJetiatiOfl81Nilb sitv &taft' , ,foueWIRt"'eiW.rar4 If ,lJfI~ePi~' r:t.&:IJ,erbIEifer- 8Udlt~by:~-~ ~==r~fF8M..mMYR1~AI~ ':~i':.. eAY,~' eM_&ye8 er 1tIft\.; _", '~,':",:,::'r'e::,"'::', 81, eG"ek,i1, Alil,.8, laflfI"eeU" e, Rsr, ,8,", dIU" ,e~81IAfe,,', ARati,Il9A, AM,_ th" e ,:-er-f88P8A8lFlUte the', eitYI ref1'l1eetfer Gl_satieAo': a~~A~ w:::==te ihe pre\46leA.s9ftt\1&_ISlibleRFP. RfO. Ri:t.t, er ;; -;;i. .lrlIEWlr er prep.lr ete.pallfi!e8eepyef 8AYVJFillBR _ M ....:_ ___~_'J,_ ,.1R8 clity ... TI:I8 lily Bled<ehl\lll ",aM 9911188 8V8i1alM tetheg8F11F1l pYlJlie "peA ,.quest. .JeIttih9 eGlit1aln8tf, "'erei"..1 PAmitlllaRY ~~~~~~: ~.;;;;........-.........-~ ......-~ .:==~=-..::=...~::=~~-; .':~ii*lieA fer' aYdlllRg 8eMeeS &' AataMeM disBleelAg 'tRe ,.~ui"_l'Ik 9111118 dM.A. ' ,{e)OO' VloJa1lontfpen8ltleSal'id 'procedure$.AVIolation ofthls '$$CllOtl'. bye particular bldder.,prOposer. vendor, servkle proVtder,lobbylst. or(l()nStiltantshalleubjecl8ald b~der.w proposer, vendor,service~er.lobbyist. or(;Ol18Ultant to the same pJOCed\Jl'8$set forth in DMsion5jentltled:Debarmei1t of conttadOr$:frOm City Work; shall render any RFPaward,RFQ award, RFIJ8W8AI,or bid award to said bidder, ~ropQ8&r,vendor.,'$erYiCt. provider, ,biclder, lobbyISt, or conllJltantvoid@lU; and said bidder, proposer. vendor. seTVbprovlder. ,lobbyist, or,oonsultantshall not be,c:onslde~ fOfl~ny, RFP ,RFQ'RFId or bid for a contract for the Provl8lo" of SQOda or servlces for a period of one year~AnypedOnwho violates & provision of thIS division $haR beprohlblted from seNing on a dtYevaIuation and/or selection committee., In addition to any other penally provided by law, viOlatIon of any provision of this division by a' city emplQ1etshall,8Ub]ect., said employee to di$ciplinary action up to and including dismissal. Additionally, any persOn wt10 has personal knOWledge of ,& violation of thlsdM8Ion.lreportsud1'VIoJ8tlontothe city altOmey'a offlceor state attorney's office.. andlOrmay file a Complaint with the ClOOntyethlcs commission. (4) (Ord.No.99'03164.S 1.1-6-99; Ol'd. No. 2001..$295. S 1. 3-14-(1) CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7. 2003 Page 81 of 116 SECTION 2.C(jDIFICA1l0N. Iflsthe Intention of fhe fvtSyor and City commission of the City of MlSm.1 Be8chrand iUs her8byotdained that the provisions of this ordinance shall beoc)m$ aodbemadepartof the COde. of the CIty Of Miami Beach,Florida, ,T~,seetlol'l&'of this ordinance rnay'be renumbered or relettered to acx:ornpllsh8IJphlnten1iol1.and the word "ordinance" may be changed to "section", "aJtIcIe", or otherapptOprlate word. $ECllON3.Iu:PEALEIt Au oltSlnMc&S or parts of ordlnaneesinconfllct 'tlereWiIh' be and the me are 'hereby repealed., SECTION 4. SEVEAABIUl'Y. Ifanysection.subS$f:;tion, ~ntence,dausejPhl'll~orPortlon'ofthl$ Qrd1nal'lcels. forany l'888On,held Invalid orunconstitutlonaJ, ,StICh, portiQrJ shan be ,deemed a $$P8rate. <ll$tfnct and Independellt provlslonand such holding shall not affecttheva~ltyorCOn$tIlutfonality of the . remaining portions of this Otdlnance. ' SECTION 5.E~FEcmvEt)AtE. T1tls Ordinance ShaJl take eifect on the 1810<lays after adoption. ' PASSED and ADOPTED this' :, CIty Clerk , ' " " ,', " , " ' " ,'".', ' , , "",, ,,' , Letters 'OJ- nulTlbers that lire $trfckenthtOugh. are<leletiOl'isfrOtn ~stIng ()fdinance. Letters or nul'l'lbel'$ that are underlined are additiOns to existing ordinance. F:\A~Rb\cONEOFSlLE:NCE.FNL.OOe ,ATTEST: BID NO. 34-02/03 DATE: March 7. 2003 TO: f'RbM; OI'FICE OF THl!Cl'fY AtTORNEY ~(~~ , L 0 'It 0" e COMMtsslON MEMO"RANDt1M Mtl'RRAY J)tJJJBIN ClTYAT!O~Mt .J'ORGEM.GON1ALEZ CITY MANAGER Tdeplioae: ~ f7S.1470 T_opy: ,(30$) f73;.100% DATE;JULY3~1002 S'sCONnHAriINO ,t'tmUCBRARl'Nr. , , SVIIJECT: AMlNDMENTTOCITY'S "CONE 01' SILENCt'"OJ.U)JNANCI : , ,0Il1an\lary29,2002, tfleMiBlDi-'DIide COuntyConimiSsioll~ .~tDthc Counl.y'. "CoIu: ofSilcnce" OrdinaIIc&;, withlDeft'cdiv~date(lfFcbruuy8. ,2O()2.'Ihe approved ~tstOthcCllU1li:y'S <mIinaDte.WbiChtbe CityManaaeraD4tbe Ci~A1tOrney'sOmce bereUtteCOlnl1lend beinoorporatedas an aznendment to the City"SOWD:"Conc ofSileace" Ordizlance, are'" fciUows:' E",,",dirli the prolu'bitlon Oil mal communicalicms teprdmsaparticular RPP,lU'Q. and bid for1hesolicitatioilofgOOdsllid service$ to thosebCNceaapoteldial veu.d<<, servicepnwider,biddet,lobbyistor ~ andtheMayor, ~OIIlll'S, and their respectivestaftS; , :E~tbepro1iibitiononotal cOtail..Al:li~~a~:RFP.RFQ, or bid 1ntween any adiniDistratiwlslaf'f'member, and any member otan eviluation lndIoc seleCtion comrniueetberefor; N~ingtheprol1ibitjOa insubseetiOil(2) &bov~provic1i118ail exelllPliOil a11owm$the Manaprand 1heChaiIpetSoo of thcevaIuatiOJ1.wor selection COmmittee to COlJUl1lIDicate 1lpOIla,~ evaluation andIocselecuOll commit!<< (1) (2) (:l) " ,f ,i ,,",",,' "..,.dahamJlSG 1'7GO COIlYeatioa Celltel' DriYe- POIIriIl floOt'- MWD1 Bad' 'Date7-.JI-(};I- CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 83 of 116 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OFTHE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2, ARTICLE VI, ENTITLED "PROCUREMENT",BY CREATING DIVISION 5, ENTITLED "DEBARMENT", SECTIONS 2..397 THROUGH 2.406 OF THE CODE OF THE CITY OF MIAMI BEACH, FLOR.IDA,PROVIDlNG FOR DEBARMENT OF CONTRACTORS FROM CITY WORK; PROVIDING FOR SEVERABILITY; CODIFICATION;. REPEALER; AND AN EFFECTIVE DATE. NOW THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. Miami Beach City Code, Chapter 2,entitled "Administration", Article VI, entitled "Procurement", is hetebyamended by adding the following Division 5, entitled - "Debarment of Contractors from City Work" reading as follows: DivisionS. Debarment of contractors from City Work. Section 2-397. Purpose of debarment. (a) The City shall solicit offers from,awardcontractsto, and consent to subcontractors with responsible contractors only: To effectuate this police, the debarment of contractors from City work may be undertaken. , (b) The serious nature of debarment requires that this sanction be imposed only when it is in the public interest for the City's protection. and not for purposes of punishment. Debarment shall be imposed in accordance with the procedures contained in this ordinance. Section 2-398. Definitions. (a) Affiliates. Business concerns. organizations, lobbyists or other individuals are affiliates of each other if, directly or indirectly. (I) either one controls or has the power to control the other, or (ii) a third part controls or has the power to control both. Indicia of control include, but are not limited to. a fiduciary relation which results from the manifestation of consent by one individual to another that the other shall act on his behalf and subject to his control, and consent by the other so to act; interlocking management or ownership; identity of interests among family members; shared facilities and equipment; common use of employees; or a business entity organized by a debarred entity, individual, or affiliate following debarment of a contractor that has the same or similar management, ownership, or principal employees as the contractor that was debarred or suspended. BID NO. 34-02/03 DATE: March 7, 2003 Civil judgment means a judgment or finding ofa civil offense by any court of competent jurisdiction. Contractor means any individual or other legal entity that: (1) Directly or indirectly (e.g. through an affiliate). submits offers for is awarded" or reasonably may be expected to submit offers or be awarded a City contract, including, but not limited to vendors, suppliers, providers, Bidders, Proposers, consultants, and/or deSign professionals, or (2) CondLcts business or reasonable man be expected to conduct business.with the City as an agent, representative or subcontractor of another contractor. (d) Conviction means a jUdgment or conviction of a criminal offense. be it a felony or misdemeanor, by any court of competent jurisdiction. whether entered upon a verdict or a plea. and includes a conviction entered upon a plea of nolo contendere. (e) Debarment means action taken by the Debarment Committee to excfudea contractor (and. in limited instances specified in this ordinance. a Bidder or Proposer from City contracting and City approved sUbcontracting for a reasonable, specified periOd as provided in subsection Q) below: a contractor so excluded is debarred. (f) Debarment Committee means a group of seven '(7)' individual members, each appointed by the Mayor and individual City Commissioners, to evaluate and. if warranted. to impose debarment, (g) Preponderance Greater weight of the evidence meansilroof by information that, compared with that opposing it, leads to the conclusion that the fact at issue is more probably true than not. (h) Indictment means indictment for a criminal offense. An information Or other filing by competent authority charging a criminal offense shall be given the same effect as an indictment. (I) , Legal proceeding means any civil judicial proceeding to which the City is a party or any criminal proceeding. The term includes appeals from such proceedings. Q) List of debarred contractors means a list compiled, maintained and distributed by the City's Procurement Office. containing the names of contractors debarred under the procedures of this ordinance. Section 2-399. List of debarred contractors. (a) The City's Procurement Office. is the agency charged with the implementation of this ordinance shall: (1) Compile and maintain a current. consolidated list (List) of all contractors debarred by City departments, Such List shall be public record and shall be available for public inspection and dissemination; CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 85 of 116 Periodically revise and distribute the List and issue supplements, if necessary, to all departments. to the Office of the City Manager and to the Mayor and City Commissioners: and , Included in the List shall be the name and telephone number of the City official responsible for its maintenance and distribution. The List shall indicate: (1) (2) (3) (4) (5) (6) (7) (8) The names and addresses of all contractors debarred. in alphabetical order; The name of the department that recommends initiation of the debarment action; The cause for the debarment action, as is further described herein. or other statutory or regulatory authority; The effect of the debarment action; The termination date for each listing; The contractor's certificate of competence applicable; The person through whom the contractor is qualified, when applicable; the name and telephone number of the point of contact in the department recommending the debarment action. (c) The City's Procurement Office shall: (1 ) (2) (3) In accordance with intemal retention procedures maintain records relating to each debarment; Establish procedures to provide for the effective use of the List, including internal distribution thereof to ensure that departments do not solicit offers from, award contracts to, or consent to subcontracts with contractors on the List; and Respond to inquiriesconc:eming listed, contractors and coordinate such responses with the department that recommended the action, Effect of debarment. Debarred contractors are excluded from receiving contracts, and departments shall not solicit offers from award contractsto,or consent to subcontracts with these contractors unless the City Manager determines that an emergency exists justifying such action. and obtains approval from the Mayor and City Commission, which approval shall be given by 5nths vote of the City Commission at a regularly scheduled City Commission meeting. Debarred contractors are also excluded from conducting business with the City as agents, representatives, subcontractors or partners of other contractors. Debarred contractors are excluded from acting as individual sureties. CITY OF MIAMI BEACH BID NO. 34.02/03 DATE: March 7, 2003 Page 86 of 116 Section 2.401. Continuation of current contracts. (a) Commencing em the effective date of this ordinance; all proposed City contracts. as well as Request for Proposals (RFP). Request for Qualifications (RFO). Requests for Letters of Interest (RFLI). or bids issued be the City. shall incorporate this ordinance and specify that debarment may constitute grounds for termination of the contract as well as disqualification from consideration on any RFP, RFO. RFLI. or bid. (b) The debarment shall take effect in accordance with the notice provided by the City Manager pursuant to subsection 2-405(h) below. ,except that if a City department has contracts or subcontracts in existence at the time the contractor was debarred, the debarment period may commence upon the conclusion ofthe contract. subject to approval of same be 517ths vote of the Mayor and City Commission at a regularly scheduled meeting. (c) City departments may not renew or otherwise extend the duration of current contract or consent to subcontracts with debarred contractors, unless the City Manager determines that an emergency exists justifying the renewal or extension or for an approved extension due to delay Or time extension for reasons beyond the contractor's control and such action is approved by 5/7ths vote of the Mayor and City Commission at a refJularly scheduled meeting. (d) No further work shall be awarded to a debarred contractor in connection with a continuing contract where the work is divided into separate discrete groups and the City's refusal or denial of further work under the contract will not result in a breach of such contract. Section 2-402. Restrictions on subcontracting. (a) When a debarred contractor is proposed as a subcontractor for any subcontract subject to City approval, the department shall not consent to subcontracts with such contractors unless the City Managerdetermines that an emergency exists justifying such consent and the Mayor and City Commission approves such decision by 5171hs vote at a regularly scheduled meeting. (b) The City shall not be responSible for any increases in project costs or other expenses incurred by a contractor as a result of ,rejection of proposed subcontractors pursuant to subsection 2-402(a) above, provided the subcontractor was debarred prior to bid opening or opening of proposals, where the contract was awarded be the City pursuant to anRFP, RFO, RFU, or bid. Section 2-403. Debarment. (a) The Debarment Committee may, in the pllblic interest debar a contractor for any of the causes listed in this ordinance using the procedures outlined below. The existence of a cause for debarment howeVer, does not necessarily require that the contractor be debarred; the seriousness of the contractor's acts or omissions and CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 8701 116 any mitigating factors should be considered in' making any debarment decision. (b) Debarment constitutes debarment of all officers, directors, shareholders owning or controlling twenty-five (25) percent of the stock, partners, divisions or other organizational elements of the debarred contractor, unless the debarred decision is limited by its terms to specific divisions, organizational elements or commodities. The Debarment Committee's decision includes any existing affiliates of the contractor if they are (I) specifically named and (ii) given written notice of the proposed debarment and an opportunity to respond. Future affiliates of the contractor are subject to the DebarmentCommittee's decision. (c) A contractor's debarment shall be effective throughout City Government. Section 2-404. Causes for debarment. (a) The Debarment Committee shall debar a contractor for a conviction or civil judgment, (2) (3) (4) (1) For commission of a fraud ora criminal offense in connection with obtaining attempting to obtain, performing, or making a claim upon a public contract or subcontract or a contract or subcontract funded in whole or in part with public funds; For violation of federal or State antitrust statutes relating to the submission of offers; , , For commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Which makes the City the prevailing party in a legal proceeding and a court determines that the lawsuit between the contractor and the City was frivolous or filed in bad faith. (b) The Committee may debar a contractor; (and, limited instances set forth herein below a Bidder or Proposer) based upon a preponderance the greater weight of the evidence, for; (1) Violation of the terms of a City contract or subcontract or a contract or subcontract funded in whole or in part by City funds such as failure to perform in accordance with the terms of one (1) or more contracts as certified by the City department administering the contract; or the failure to perform or unsatisfactorily perform in accordance with the terms of one (1) or more contracts, as certified by an independent registered architect engineer or general contractor;, , (2) Violation of a City ordinance or administrative order which lists debarment as a potential penalty; (3) Any other cause which affects the responsibility of a City contractor or subcontractor in performing City work. Section 2-405. Debarment procedures. BID NO. 34-02/03 DATE: March 7, 2003 (a) Requests for the debarment of contractors may be initiated by a City Department or by a citizen-at large and shall be made in writing to the Office of the City Manager. Upon receipt of a request for debarment, the City Manager shall transmit the request to the Mayor and City Commission at a regularly scheduled meeting. The Mayor and City Commission shall transmit the request to a person or persons who shall be charged by the City Commission with the duty of promptly investigating and preparing a written report(s) concerning the proposed debarment, including the cause and grounds for debarment as set forth in this ordinance. (b) Upon completion oftheaforestated Written report, the City Manager shall forward said report to the Debarment Committee; The City's Procurement Office shall act as staff to the Debarment Committee and, with the assistance of the City department person or persons which prepared the report present evidence and argument to the Debarment Committee (c) Notice of proposal to debar. Within ten working days of the Debarment Committee having received the request for debarment and written report, the City's Procurement Office, on behalf of the Debarment Committee shall issue a notice of proposed debarment advising the contractor and any specifically named affiliates, by certified mail. return receipt requested, or personal service containing the following information: (1) That debarment is being considered: (2) The reasons and causes for the proposed debarment in terms sufficient to put the contractor and any named affiliates on notice of the conduct or transaction(s) upon which it is based; (3) That a hearing shall be conducted before the Debarment Committee on a date and time not less than thirty (30) days after service of the notice. The notice shall also advise the contractor that it maybe represented by an attorney, may present documentary evidence and verbal testimony, and may cross-examine evidence and testimony presented against it. (4) The notice shall also describe the effect of the issuance of the notice of proposed debarment, and of the potential effect of an actual debarment. (d) No later than seven (7) working days, priorto the scheduled hearing date, the contractor must furnish the City's Procurement Office a list of the defenses the contractor intends to present at the hearing. If the contractor fails to submit the list, in writing, at least seven (7) working days prior to the hearing or fails to seek an extension of time within which to do so, the contractor shall have waived the opportunity to be heard at the hearing. The Debarment Committee has the right to grant or deny an extension of time, and for good cause, may set aside the waiver to be heard at the hearing, and its decision may only be reviewed upon an abuse of discretion standard. (e) Hearsay evidence shall be admissible at the hearing but shall not form the sole basis for initiating a debarment procedure nor the sole basis of any determination of debarment. The hearing shall be transcribed, taped or otherwise recorded by use of a court reporter, at the election Committee and at the expense of the City. Copies CITY OF MIAMI BEACH BID NO. 34-02103 DATE: March 7, 2003 Page 89 of 116 'of the hearing tape or transcript shall be furnished at the expense and request of the requesting party. (f) Debarment Committee's decision. In actions based upon a conviction or judgment, or in which there is no genuine dispute over material facts, the Debarment Committee shall make a decision on the basis of all the undisputed material information in the administrative. record, including any undisputed, material submissions made by the contractor. Where actions are based on disputed evidence, the Debarment Committee shall decide what weight to attach to evidence of record, judge the credibility of witnesses, and base its decision on the preponderance greater weight of the evidence standard. The Debarment Committee shall be the sole trier of fact. The Committee's decision shall be made within ten (10) working days after conclusion of the hearing, unless the Debarment Committee extends this period for good cause. (g) The Committee's decision shall be in writing and shall include the Committee's factual findings, the principal causes of deparment as enumerated in this ordinance, identification of the contractor and a II named affiliate: affected by the decision, and the specific term, including duration"ofthe debarment imposed. (h) Notice of Debarment Committee's decision. (1) If the Debarment Committee decides to impose debarment, the City Manager shall give the contractor and any named affiliates involved written notice by certified mail, retum receipt requested, or hand delivery, within ten (10) working days of the decision, specifYing the reasons for debarment and including a copy of the Committee's written decision; stating the period of debarment, including effective dates; and advising that the debarment is , effective throughout the City departments. (2) If debarment is not imposed, the City Manager shall notifY the contractor and any named affiliates involved, by certified mail, return receipt requested or personal service, within ten (10) working days of the decision. (i) All, decisions of the Debarment Committee shall' be' final and shall be effective on the date the notice is signed by the City Manager. Decisions of the Debarment Committee are subject to review by the Appellate Division of the Circuit Court. A debarred contractor may seek a stay of the debarment decision in accordance with the Florida Rules of Appellate Procedure. The period of debarment imposed shall be within the sole discretion of the Debarment Committee. Debarment shall be for a period commensurate with the seriousness of the cause(s), and where applicable, within the guidelines set forth CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 90 of 116 below, 'but in no event shall exceed five (5) years. (b) The following guidelines in the' period of debarment shall apply except where mitigating or aggravating circumstances justify deviation: (1 ) (2) (3) (4) (5) For commission of an offense as described in subsection 2404(a)(1}: five (5) years. For commission of an offense as described in subsection 2404(a)(2):five (5) years. For commission of an offense as described in subsection 2404(a}(3): five (5) years. For commission of an offense as described in subsection2404(a)(54): two , (2) to five (5) years. For commission of an offense as described in subsections 2404(b)(1) or (2): two (2) to five (5) years. (c) The Debarment Committee may, in its sole discretion, reduce the period of debarment, upon the contractor's written request for reasons such as: (1) Newly discovered material evidence; (2) Reversal of the conviction or civil judgment upon which the debarment was based; (3) Bona fide change in ownership or management; (4) Elimination of other causes for which the debarmenf was imposed; or (5) Other reasons the Debarment Committee deems appropriate. (d) The debarment debarred contractor's written request shall contain the reasons for requesting a reduction in the debarment period, The City's Procurement Office, with the assistance of the affected department shall have thirty (30) days from receipt of such request to submit written response thereto. The decision of the Debarment Committee regarding a request made under this subsection is final and non- appealable. SECTION 2. SEVERABILITY. If any section, subsection, clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 3. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other appropriate word. CITY OF MIAMI BEACH , BID NO. 34-02/03 DATE: March 7, 2003 Page 91 01116 All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 5. Ef=FECTIVE DATE. This Ordinance shall take effect on the 3rd day of March 2000. PASSED. 810 NO. 34c02/03 DATE: March 7, 2003 BID NO. 34-02/03 DATE: March 7,2003 A RESOLUTION OF THE MAYOR ANDCIrt COMMISSION OF THE CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS PRIOR TO ENTERING INTO A CONTRACT Wlm THE CITY OF MIAMI BEACH WHEREAS, the Greater Miami Chamber of Commerce ("GMCC") adopted a Model Code of Business Ethics (the "Model Code''); and WHEREAS, the City of Miami Beach is a member of the GMCC; and WHEREAS, the Model Code,attaehed.bereto as Exhibit A, is a statement of principles to help gUide decisions and actions based on respect for the importance of ethical business standards in the community; and WHEREAS, the GMCC encourageS itS members to adopt the principles and practices outlined in the Model Code; and WHEREAS, the Commission believes tbat each entity which does business with the City of Miami Beach should be required, as a condition of doing business with the County to adopt a Code of Business Ethics. NOW,THEREFORE BE IT RESOLVEI> BY TBEMAYORAND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: Section 1. Each person or entity tbatseeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the City Manager or his or her designee prior to execution of any contract between the contractor and the City. The Code of Business shall, at a minimum, require the contractor to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provisions of the City Code. Section 2. The Commission urges the Greater Miami Charitber of Commerce to require that all of its members adopt the Model Code of Business Ethics. Section 3. adoption. This resolution shall become effective immediately upon its P ASSEDand ADOPTED this 12th day of' April 2000 ~YOR ATTEST: ~~ CITY CLERK APr'ROVED AS TO FCRMA lANGUAc::: &FOREXECUI1Or~ :ditJ~ r~1-c1J BIONO. 34-02/03 OA TE: March 7, 2003 , CItEATERMIAMICAAMSEROF COM.MERCE , MODELCODEOFBUSINESSETHJCS STATa.umrOFPORJ>OsE' TheOlilalerUiamtCha,rIiborotCq,,"~'("GMGC')$'lllcs. to c,..lIaridwstaln'anelhiCal bqs/IIU$ .iCllnUIlt for lt$ membel$and tIlt.commUlllly b1'adllJlllilg"lt.~eofaU$/I'l.U' Elhlca.ThIGMCC encourages lis members lolnclll'poratellltllfi1il;jpla. and ~<<$ oliUinedhereln lbdtlildiVldulI1 <<*sofethic$whidl wi" Q\llde:tlRllr rellllJClIlshill6witltMtom..-,clllllltsancls\lPPllel'li. This l\Koctel Codl jlAII ,.1Id sllOuld b., ptlirninonlfy displaytdlll ,.0 bu$lnlisstoeallons<lI1drnay 1M! InCllrpOJated into marketingmal.rl~. Tho GMCC bl'lllmslhot /t$ rnombetU"ou~ use this Code.. . model for iii. devli10Jlmlnt oflh8ir organltalion$'llulllness~od.s of ethics. ~~~c;:.~l:lI:n-::::=C:!.~~~W::o~~~,~~'Gt~,::.:~'~::~:=tr:M~::MrQ~~: ,!ill ~icfjs Ille' r~lpcnsibilily CII'~bli.ine's ilildp~ssioll6l crgenltllliOll;, CIlMD"anilll'~Gov.rl"ll'l'l1ll'lt"RUIH&R.llul"loi1$ . We wi/I properlymaintairtat *o,ds andpO$~1l! &c:enseslllldcertillciltll. ill prominent pike. "IUy _nbrOllr empleiYU$l\"Cr customers; Indellling Wit" go'ien'lmen!lIj;j..riCiils and em~m; Wewlll' conduot bLfSlilOss in llccocdanel with ail apptiCable cUles and regut.IloM /lnd iIllhe open; We WIll f!!lllOItC:OlltIlI41 Irregul;rjtl" .net ~h.tfmPl'l!Pl!tor llIIIaWfufl:rus/ness proclic.w .the EihIcaCamm1AlOll. IheOffiCe' of Jnsp4clOJGen.nlll~ , .ppr~Pr1~e lllWiec!fo~m"'l.ulhorilie$. . Gitl..whlell~rIiIl.th. inlllirltyoi /lbulIlll\lll$trItl$lc:lloll J"'IlI1I1l:l:i~blt; Wl! will not kick ballklnyJiOflill!ld awolrJcl p;yrnent IOlImP!Oy8H 1iflhilolf1ilr cOlllracllll9P~or lICl:9p! such a kickbaCk. . Anaur IIna~ial tiansactlQn$wfll bOo PtoPilrly .114~hlyreeo'd.cllri appropmilli books 0' Kcwnl, amf lh"ewilli;Je no "Off h books" fransaclions orse.".l ac:CO\inls, ' .PI"ClinatJonollnd S.i1lcsor Produ#slnd SerYlCu .ourprCidutlSWftfcomply'hilli an ~pplic;al:rient.tv lind q~aljlV~anda(a$; WuiIJ QrlllTlotollmt advertiso our buttn\lllnncl ibJ'rodllCt$llrstwlc.sin 'Il mamer wllleh Is "'<it mls.teadlng end dounat falsely <llsp;ll'lIg"Olll' eompelltcrs; 'Dolnq BU$inenwM IheGWerl1mer'it " '. BID NO. 34~02/03 DATE: March 7, 2003 Page 95 of 116 .W.v.1IIl:OriductbUlliness WilhllOViirnmtnt.~ and Gfllploy. In II mliMer whlc~AlllOids ev.nthe,lppearanceof imprcpriely.E'orts to CUI"ry pOlitk:a1 fllVOriti$nl are unateepbtble; . ;OUrbidswlll tMteompetlllV(appropriatoto thlJ blddoeurnent5 ilI'Id Imlv$d lit Ind~ndeally: , , ~cllll'leng" tOCQfils .war4ed Will h1We lt$llb$tlll"lllvellaJjs .aridll<!tbe pU~l'll meteIy becaus.e ~ lifll1he, unsUc:ee.itul blclder; .W.~'I, to the bUt ofOufability, 'l'~lfarm .;oVOnWltontcoritraets 'lI'IYllrdll:dallhe Jlric:' ~t1nd~r thelenmprO\llded lor In the ClInlraCl. Wo>Ml1 not sllbcnilinn~ ilWO~. Jilrgl)ods proyid.d Ql'services performed undel, sUCh tonftacts, and ;daims1l!l1Ibe'/'llMeonIyIoIWClrl( !lCIUlllypelfarmed.We will abide by .. COIlttactii'llland subcontraCtinll 'l9ula~ns. ,',:_ _.' "..,0,_ _. ,'.A....., . ,"._'_,."',' ,> _ ,', :_'" WeWilnGt, lfltedlj'Or lndil1lCtly. ilff'er to "ive al:lltbe or OtheMisnhannfl ~kSfromc:;o/ltlaCtu_ded,to governmont ollcial',thlir fimilr membel$ 'or ~~$oc:iat... W., will not ...it or llxporc;tprilfeiential treatmerllWl bids based 011 our p~pmi<lrl i"politic. campaigns. Public.Uf..riq piI/kiWl Cil'l'llilli.mll W...eoV~. ~..ilIp10Y.'SklPlulldplt"ricorrIlTlUlllty lite. Pt1bilc$ervlcit ane! u..110lftleal pr(i(:IlS$; . W.~ncO\lrll#nllemJlIQY'Q'tormit"upp!!rt.lid81Qel~l!lnaqualliied '~Qflk;i.l$'lI1i1engllle IIl","m dlal<i9~, ilIfIU d~1l .bout bllsin'$$ .-.d ~riItln(tyfAU.~: .. ,- ,- ".;',-,,,.,,:, -- " . -<"', . ':, ,".< ,':',-',". ...... '-: "'- : ""::,-".-",,,. - . . - -. -" . . -outc()lltl'lWlioll5III jlOlilleal flamM, eommill...orio~.l$ wai9ri1Y be iOOIe ., i~lI<:\':I)(d.jI(;e wiIh appliClIblo'aw andw~1 cOmjllyv..llh all reqllirlli'Ml'llsfWpublit ~\lI'e.. .All tOnlri!lutjon$ tnai:feOl'l behalf ,oUhe b\Jsl111l~ ITf\Ist 1111 reported to lentorc~,,,y m_gemllnl; . ~ , ;': ' . :_ c', .: ;. ',_ '. _,:', : " - _ . --'. " __'. _ __"._:,.' _ . _' . . _', .:,', _: _ .'.'" _ . ~ We'Nilnlll Caniribirtefolhecampetgnsorpe:,rsons Whoilreeomfli:ted felons or l'loll.Who dllnotSlgn!he Faln:::ampillinP,actlcelOrllimtoce. We,rnin;gl\i't9wlnglY' dlS$$nlinaf~ lall.cahlpalgnll'lt~n1lliion .91"'. suPPOitthOSD who;qo. BID NO. 34-02/03 DATE: March 7, 2003 ORDINANCE NO. 2002-3344 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,:FLORIDA, ESTABLISHING PROCEDURES FOR RESOLVING BIDS (BIDS),REQUEST FOR PROPOSALS (RFP'S),REQUEST FOR QUALIFICATIONS (RFQ'S), REQUEST FOR LETTERS OF ,INTEREST (RFLI'S), AND PURCHASE ORDERS BASED ON WRITTEN OR ORAL QUOTATIONS, BY AMENDING CHAPTER 2 OFTHE CODE OFTHE CITY OF MIAMI BEACH ENTITLED "ADMINISTRATION"; BY AMENDING ARTICLE VI THEREOF ENTITLED "PROCUREMENT'; BY CREATING SECTION 2-371 ENTITLED "AUTHORITY TO RESOLVE PROTESTED BIDS AND PROPOSED AWARDS"; PROVIDING FOR SEVERABILITY; PROVIDING FOR CODIFICATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, from time to time :the City 'procures goods and services through Invitation for Bids, Requests for Proposals, Requests for Qualifications, Requests for Letters of Interest, and purchase orders based on written or oral quotations, in accordance with the public bidding procedures setforth in Florida law and the Code of the City of Miami Beach (the "City Code"); and WHEREAS, such process may lead to protested bids and proposed awards; and WHEREAS, it is the intent ofthe MayorandCity Commission that procedural and technical issues related to Invitations for Bids, Requests for Proposals, Requests for Qualifications, Requests for Letters of Interest, and purchase orders based on written or oral quotations, be decided by the City Manager and the City Attorney, and that their determinations with respect to said procedural and technical issues shall be deemed final; and WHEREAS, it isin the best interests of the City and all respondents to Invitations for Bids, Requests for Proposals, Requests for Qualifications, Requestsfor Letters of Interest, and purchase orders based on written or oral quotations, to have a clear and unequivocal procedure for resolving such protests in a timely and expeditious manner. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, as follows: Section 1. Them is hereby added to Article VI of Chapter 2 of the City Code a new Section 2-371, which shall read as follows: Section 2-371. Authority to Resolv~ Protest~d Bids and Proposed Awards. (a) Right to Protest. Any actual bidder, qualified'proposer, or interested 'parties (hereinafter collectively referred to as the "bidder") who has a substantial interest in, and is aggrieved in connection with the solicitation or proposed award of, a requestfor proposals CRFP"), request for qualifications ("RFQ'), request for letters of interest CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7,2003 Page 97 of 116 ("RFLI')or invitation for bid for goods and/orservices ("hereinafter, collectively referred to as the bid") may protest to the City Manager or his or her designee. Protests arising from the decisions and votes of any evaluation or selection committee shall be limited to protests based upon alleged deviation(s) from established purchasing procedures set forth in this Code, any written guidelines of the Procurement Department, and the specifications, requirements and/or terms set forth in any bid. (1) Any protest concerning the bid specifications, requirements, and/or terms must be made within three (3) business days (for the purposes of this ordinance, "business day" means a day other than Saturday, Sunday or a national holiday), from the time the facts become known and, in any case, at least two (2) business days prior to the opening of the. Such protest must be made in writing to the City Manager or his or her designee, and such protest shall state the particular grounds on which it is based and shall include all pertinent documents and evidence. No bid protest shall be accepted unless it complies with the requirements ofthis section. Failure to timely protest bid specifications, requirements and/or terms isa waiver of the ability to protest the specifications, requirements and/or terms. (2) Any protest after the bid opening, including challenges to actions of any evaluation or selection committee as provided in subsection (a) above, shall be submitted in writing to the City Manager, or his or her designee. The City will allow such bid protest to be submitted anytime until two (2) business days following the release of the City Manager's written recommendation to the City Commission, as same is set forth and released in the City Commission agenda packet, for award of the bid in question. Such protest shall state the particular grounds on which it is based and shall include all pertinent grounds on which it is based, and shall include all pertinent documents and evidence. No bid protest shall be accepted unless it' complies with the requirements of this section. All actual bidders shall be notified in writing (which may be transmitted by electronic communication, such astacsimile transmission and/or e-mail), following the release of the City Manager's written recommendation to the City Commission. Any bidder who is aggrieved in connection with the solicitation or proposed award of a purchase order based on an oral or written quotation may protest to the City Manager or his or her designee anytime during the procurement process, up to the time of the award of the purchase order, but not after such ,time. Such protest shall be made in Writing and state the particular grounds on which it is based and shall include all pertinent documents and evidence. No bid protest shall be accepted unless it complies with the requirements of this section. The City may request reasonable reimbursement for expenses incurred in processing any protest hereunder, which expenses shall include, but not be limited to, staff time, legal fees and expenses (including expert witness fees), CITY OF MIAMI BEACH BID NO. 34-02103 DATE: March 7, 2003 reproduction of documents and other out-of-pocket expenses. (d) Authority to ResohieProtests. The CityManager or his or her designee shall have the authority to settle and resolve a protest concerning the solicitation or award of a bid. (e) Responsiveness. Prior to any decision being rendered under this Ordinance with respect to a bid protest, the City Manager and the City Attorney, or their respective designees, shall certify whether the submission of the bidder to the bid in question is responsive. The parties to the protest shall be bound by the determination of the City Manager and the City Attorney with regard to the issue of responsiveness. The geterrninatioA of tAe City Manager and the City J\ttorney with regaFd te all pFeceEll:lFaI aAd teehnieal matteFS shall be final. Decision and Appeal Procedures.lfthebid protest is not resolved by mutual agreement, the City Manager and the City Attorney, or their respective designees, shall promptly issue a decision in writing. The decision shall specifically state the reasons for the action taken and inform the protestor of his or her right to challenge the decision. Any person aggrieved by any action or , decision of the City Manager, the City Attorney, or their respective designees, with regard to any decision rendered under this section may appeal said decision by filing an original action in the Circuit Court of the Eleventh Judicial Circuit in and for Miami-Dade County, Florida, in accordance with the applicable court rules. Any action not brought in good faith shall be subject to sanctions including damages suffered by the City and attorney's fees incurred by the City in defense of such wrongful action. (g) Distribution. A copy of each decision by the City Manager and the City Attomey shall be mailed or otherwise furnished immediately to the protestor. (h) Stay of Procurements During Protests; In the event of a timely protestunder this section, the City shall not proceed further with the solicitation or with the award pursuant to such bid unless a written determination is made by the City Manager, that the award pursuant to such bid must be made without delay in order to protect a substantial interest of the City. (i) The institution and filing of a protest under this Code is an administrative remedy that shall be employed prior to the institution and filing of any civil action against the City concerning the subject matter of the protest. 0) Protests not timely made under this section shall be barred. Any basis or ground for a protest not set forth in the letter of protest required under this section shall be deemed waived. (k) Atthe time the City Manager's written recommendation for award of a bid is presented at a meeting of the Mayor and City Commission, the City Attorney, or his or her designee, shall present a report to inform the Mayor and City Commission of any legal issues relative to any bid protest filed in connection with the bid in question. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 The determination of the Citv Manager and the CityAttornev with reaard to all procedural and technical matters shall be final. Section 2. All ordinances, resolutions orparts thereof in conflict herewith be and the same are hereby repealed. Section 3. If any section, sentence, clause or phrase of this Ordinance is held to be invalid or unconstitutional by any court of competent jurisdiction, then said holding shall in no Way affect the validity ofthe remaining portions of this Ordinance. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this Ordinance shall become and be made part of the Code of the City of Miami Beach, Florida, The sections of this Ordinance may be renumbered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section," "article," or other appropriate word. Section 4. This Ordinance shall take effect tc!m (10) days after its adoption on the 19th day of Januarv. 2002. pASSED on First Reading this 19th day of December, 2001. PASSED and ADOPTED on Second Reading this 9th day of Januarv. 2002, BID NO. 34-02/03 DATE: March 7,2003 ORDINANCE NO. ~662-3363 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH CITY CODE CHAPTER 2, ,DIVISION 3, SECTION 2-485 THEREFORE ENTITLED "LIST . OF EXPENDITURES; FEE DISCLOSURE; REPORTING REQUIREMENTS", BY REQUIRING DISCLOSURE OF LOBBYIST' FEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND EFFECTIVE DATE. NOW,THEREFORE, BElT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. That Miami Beach City Code Chapter 2 entitled "Administration", Division 3 entitled "Lobbyist", Section 2-485 thereof is hereby amended to read as follows: Sec. 2-485. List of expenditures; fee diSClosure; reporting requirements. a. On October 1 of each year, lobbyist subject to lobbyist registration requirements shall submit to the city clerk a signed statement under oath as provided herein listing all lobbying expenditures in the city for the preceding calendar year. A statement shall be filed even if there have been no expenditures during the reporting period. The statement shall list in detail eac:hexpenditure by category, including food and beverage, ehtertainment, research, communication, media advertising, publications, travel, lodging and special events. . If nocomensationhas or will be aid concernin thesubiect lobbv services. a statement shall nonetheless be filed reflectina as such. BID NO. 34-02/03 DATE: March 7, 2003 tbt @ The city clerk shall notify anylobbyist(or principal) who fails to timely file an the expenditure or fee disclosure reports referenced in sections (a) and (b) above. In addition to any other penalties which may be imposed as provided is section 2-485.1, a fine of $50.00 per day shall be assessed for reports filed after the due date. W .@ The city clerk shall notify the Miami-Dade County Commission on Ethics and Public Trust of the failure of a lobbyist (or principal) to file a either of the reports referenced above and Or pay the assessed fines after notification. ~ ill A lobbyist (or orincipal) may appeal a fine and may request a hearing before the Miami-Dade Commission on Ethics and Public Trust. A request for a hearing on the fine must be filed with the Miami-Dade Commission on Ethics and Public Trust within 15 calendar days of receipt of the notification of the failure to file the required disclosure form. The Miami-Dade Commission on Ethics and Public Trust shall have the authority to waive the fine, in whole Or in part, based on good cause shown. All ordinances' or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION' 2. BID NO. 34-02/03 DATE: March 7, 2003 REPEALER SECTION 3. If section, sentence, clause or phrase of this ordinance is held to be invalid or unconstitutional by any court of competent jurisdiction, then said holding shall in no way affect the validity of the remaining portions of this ordinance. SECTION 4. CODIFICATION It is the intention of the Mayor and City Commission of the City of Miami Beach,and it is hereby ordained thatthe provisions ofthis ordi nance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered or relettered to accomplish Such intention, arid the word .ordinance" may be changed to .section", "article", or other appropriate word. EFFECTIVE DATE This Ordinance shall take effect 18th day of Mav. 2002. PASSED and ADOPTED on Second Reading thIs 8th day of May, 2002. ,~p~ ClTYCLERK ' " , , (Requested by Commissioner Matti BOWer and Co-sponsored by Commissioner Simon Cruz, Jose Smith and Richard Steinberg) reflects changesbetween frrst and second reading. BID NO. 34-02/03 DATE: March 7,2003 ~~10 FOJM&'~ . fOREl(EQ.n'lON CITY OF MIAMI BEACH AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, CREATING DMSION 6, TO BE ENTITLED "LMNG WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES", OF ARTICLE VI, ENTITLED "PROCUREMENT", OF CHAPTER 20F TIlE MIAMI BEACH CITY CODE ENTITLED "ADMINISTRATION", BY ESTABLISHING A LIVING WAGE REQUIREMENT FOR CITY SERVICE CONTRACTS AND ESTABLISHING A LMNG WAGE FOR CITY EMPLOYEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. WHEREAS, the City of Miami Beach awards'private firms contracts to provide services for the public. The City also provides financial assistance to promote economic development and job growth. Such expenditures of public money also serve the public purpose by creating jobs, expanding the City's economic base, and promoting economic security for all citizens; and WHEREAS, such public expenditures should be spent only with deliberate purpose to promote the creation of full-time, permanent jobs that allow citizens to support themselves and their families with dignity. Sub-poverty level wages do not serve the public purpose. Such wages instead place an undue burden on taxpayers and the community to subsidize employers paying inadequate wages by providing their employees with social services such as health care, housing, nutrition, and energy assistance. The City has a responsibility when spending public funds to set a community standard that permits full-time workers to live above the poverty line. Therefore, contractors and subcontractors of City service contracts should pay their employees nothing less than the living wage herein described; and , WHEREAS, ill addition to requiring living wages for City services provided by private frrms, the City wishes to serve as an example by providing a living wage to all City employees. NOW, THEREFORE, BE ITDULY()RDAlNED BYTBE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: That Division 6, to be entitled "LivingWage Requirements forCity Contracts", of Article VI, entitled "Procurement", of Chapter 2 of the Miami Beach City Code entitled "Administration" is hereby created to read as follow: BID NO. 34-02/03 DATE: March 7, 2003 Chapter 2 ADMINISTRATION . . . Article VI. Procurement . . . Living Wage Requirell1ents for Service Contracts and City Employees . . . Section 2-407.Resen'ed Definitions W .City" means the aovemment of Miami Beach or any authorized agents. anv board. agency. commission. department. or other entity thereof. or anv successor thereto. @ "Covered Emplovee" means anyone emOloved bvthe City or anv Service Contractor. as further defined in this Division. either full or part time. as an employee with or without benefits or as an independent contractor. {gj "Covered Emolover" means,the City and anvarid all Service Contractors. whether contracting directlv or indirectlvwith the City. and subcontractors of a Service Contractor. @"Service Contractor" is any individual. businessentitv. corporation (whether for profit or not for profit). partnership. limited liabilitv como any. ioint venture. or similar business whoisconductina business in Miami Beach. or Miami Dade County. and meetS one (1) of the two (2) followina criteria: (1) The Service Contractoris~ (a) paid in whole or part from one or more of the City's aeneral fund. capital oroiect finds. soecial revenue funds. or any other funds either directlv or indirectlv. whetherbv competitive bid process. informal bids. reauests for proposals. some form of solicitation. neootiation. or aareement. or anv other decision to enter into a contract: or (b) encaoed in the business of. or part of. a contract to provide. BID NO. 34-02/03 DATE: March 7, 2003 a subcontract to . provide, 'or similar'v' situated to provide. services. either directlv or indirectly for the benefit of the City. However. this does not apply to contracts related primarilv to the sale of products or aoods. Im "Covered Services" are the type of services purchased by the City that are subiect to the reauirements of this Division which include the following: ill City Service Contracts ." Contracts involvina the City's exoenditureof over $100.000oer vear and which include the following types of services: ill food preparation and/or distribution: m security services: .@l routine maintenance ser\licessuch as custodial, cleanina. computers. refuse removal. repair, refinishing. and recvcling: W clerical or other non-supervisory office work, whether temporary or permanent: @ transportation and parkina services: LID printinaand reproduction services: illlandscapina. Lawn. ~nd or aaricultural services: and !ID park and public place maintenance (2) Should anv services that arebeinl! oerformed bv Citv Emnlovees at the time this ordinance is enacted be solicited in the future bv the Citv to be nerfonned bv a Service Contractor such services shall be Covered Services subiect to this Division (a) LlyhlCl Waaepaid. (1) Service Contractors. All Service Contractors. as definedbv this Division. enterina into a contract with the City of Miami Beach shall pav to all its emplovees who provide services covered by this Division. a living wa<;le of no less than $8.56 an hour with health benefits. or a IivinQ waae of not less than $9.81 an hour without health benefits. as described in this Section. (2) City EmDloyees. For City Employees under the Citv pav plan. the City will begin to pay a living Waae consistent with the aoals and terms of this Division on phase-in basis beainning in the 2001-2002 Citvbudaet vear. increasina on an annual basis incrementallv so that the Living Wage is fullv implemented for City emplovees in the 2003-2004 Citv budaetyear as' may be adiusted pursuant to BID NO. 34-02/03 DATE: March 7,2003 subsection(c) below.' Thereafter the t ivino Waae to be [)airl bv the Citv to its em[)lovees shall not be subject to the annual indexina usina the Consumer Price Index for alllJrban Commmers lCPI-U) reouired under subsection (c) below and instead shall besubiect' toneaotiations within the collective baraainina stmcture (b)' Health Benefits. ' For a Covered Emplover or the Citv to comply with the living waae provision bv choosing to pay the' lower.' VlBce 'scale available' when a Covered Emplover also provides health benefits. such health benefits shall consist of pavment of at least $1.25 per hour towards the provision of health care benefits for Covered Emplovees and their dependents. If the health benefits plan of the Covered Emplover or the Cityreauires an initial period of employment for a new emplovee to be elioible for health benefits (eligibilitv period) such Covered Employer or City mav aualify to pav the $8;56 per hourwaae scale during the new emplovee's initial eliaibilitv period provided the new emoloyeewill be paid health benefits upon completion of the eligibilitv period. Proof of the provision of health benefits must be , submitted to the awardinc authority to aualify for the waae rate for emplovees with health benefits. (c)lndexina. The Iivina waae Will be automaticallv indexedeachvear usina the Consumer Price Index for all Urban Consumers (CPI-U) unless the City Commission determines it would not be fiscallv sound to implement the CPI-U in a particular year. (d) Certification ReauiredBeforePavrTIenL Anv and all contracts for Covered Services shall be void. and no funds mav be released. unless prior to enterina anv a<;Jreement with the City for a Covered Services contract. the employer certifies to the City that it will pav each of its emplovees no less than the livina ,wage described in Section 2-408 (a). A copv of this certificate must be made available to the public upon reauest. The certificate. at a minimum. must include the following: ill the name. Address. and [)hbne number of the emplover.a local contact person. and the specific proiect for which the Covered Services contract is souoht: .0 the amount of the Covered Services contract and the City Department the contract will serve: .@.) a brief descriotion of the projector service provided: SID NO. 34-02/03 DATE: March 7, 2003 (e) Observation of Other Laws. Every Covered Ernplovee shall be paid not less than biweeklv. and without subseauent deduction or rebate on anv account (except as such pavroll deductions as are directed or permitted bv law or bva collective baraaining agreement). The Covered Emplover shall pav Covered Emplovees waae rates in accordance with federal and all other aoplicable laws such as overtime and similar wage laws. (f) Posting. A copy of thelivino waae rate shall be' kept oosted by the Covered Em plover at the site of the work ina prominent olace where it can easilv be seen , and read bv the Covered Emoloveesand shall be slJopliedto the employee within a reasonable time after a request to do so. Posting requirements will not be reauired where the Covered Employer prints the followina statements on the front of the Covered Employee's first p3vcheck and every six months thereafter: "You are reauired bv City of Miami Beach law to be paid at least $8.56 dollarsan hour. If you are not paid this hourly rate. contact vour emplover. an attorney, or the City of Miami Beach." All notices will be printed in Enalish. Spanish. and Creole. . '.. (g) Collective Batgainina., Nothina in' this Division shall be' read to reQuire or authorize any Covered Emplover to reduce waaesset by a collective baraaining agreement or are reauired under anv prevailing waoe law. SECTION 2-409. Reserved 00 Procurement Specifications. The livingwal!e shall be required in the procUrement specifications for all City service contracts for Covered Services on which bids or proposals shan be' solicited on or after the effective, date of this Division. The procurement iUlecifications for applicable Covered Services contracts shall include a requirement that Service Contractors and their subcontractorsalrree to produce all documents and records relatinl! to payroll and compliance with this DivisioIl upon reQuest from the City. AIl Covered Service contracts awarded subsequent to the date when this Division becomes effective. shall be subiect to the reQuirements of this Division. @ Information Distributed. 'All reQuests for bids or requests for prooosals for Covered Services contracts of $100.000 or more shan include aobrooriate information about the reQuirements of this Division. W Maintenance of PavroURecords. Each Covered Employer shall maintain payrolls for all Covered Employees and basic records relating thereto and shall ore serve them for a period of three (3) vears or the term of the Covered Services contract. whichever is Irreater. The records shall contain: (2) the iob title and classification: (3) the number of houts worked each day: (4) the gross wages earned and deductions made: (5) annual wages paid: (6) a copy of the social security returns and evidence of pavment thereof; . (7) a record of fringe benefit payments including contributions to approved plans: and (8) any other data or iIifonnation this Division should reauire from time to time. @ Reporting: Pavroll. Everv six (6) months the Covered Emplover shall file with the Procurement Director a comnlete navroll showin!!: the Covered Emnlover's Davroll records for each Covered EmDlovee worki" l!: on the contract( s) for Covered Services for one Davroll Deriod U{lon reauest from the City. the Covered Employer shall produce forinspection and copying its pavroll records for any or all of its Covered Emplovees for any period covered by the Covered Service contract. The City mav examine Davroll records as needed to ensure comoliance SECTION 2-410. Reserved COMPLIANCE AND ENFORCEMENT. (a) Service Contractor to Cooperate. The Service Contractor shall permit City employees. agents. or representatives to observe work being performed at. in or on the proiect or matter for which the Service Contractor has a contract. The City representatives may examine the books and records of the Service Contractor relating to the employment and payroll to determine if the Service Contractor is incompliance with the provisions of this Division. (b) Complaint Procedures and Sanctions. (1) An employee who believes that this Division applies or applied to himor her and that the Service Contractor, or the City, is or was not complying with the requirements of this Division has a right to file a complaint with the Procurement Director of the City. Complaints by employees of alleged violations may be made at any time and shall be investigated within thirty (30) days by the City. Written and oral statements by an employee shall be treated as confidential and shall not be disclosed without the written consent of the employee to the extent allowed bv the Florida Statutes. (2) Any individual or entity may also file a comolaint with the Procurement Director of the City on behalf of an employee for investigation bv the City. (3) It shall be the responsibility of the City to investigate all allegations ofyiolations of this Division within thirty (30) days. If. at any time. the City. upon investigation determines that a violation of this Division has occurred it shall. within ten (10) workin!!: davs of a finding of nOIl'compliance. issue a notice of corrective action to the employer specifyin!!: all areas of non-compliance and deadlines for resolutions of BID NO. 34-02/03 DATE: March 7, 2003 the identified violations. If iI Service Contractor fails to complv with any notice issued. the City Manaeeror the City Manaeer's desienee may issue an order in writing to the Service Contractor. by certified mail or hand deliverv. notifying the Service Contractor to appear at an administrative hearlne before the City Manaeer or the City Manager's desil!Ilee to be held at a time to be fixed in such order. which date shall be not less than five (5) daYS after service thereof. (4) The oroceedines shall be informal. but shall afford the Service Contractor the rieht to testify in the Service Contractor's own defense. present witnesses. be represented bv counsel. submit relevant evidence. cross examine witnesses and object to evidence. (5) The oroceedint!s shall be recorded arid minutes kept by the City. Anv Service Contractor requirine verbatim minutes for iudicial review may arrange for the services of a court reporter at the expense of the Service Contractor. (6) Within ten (10) dayS of the close of the hearing. the City Mana2er or the City Mana~er' s designee shall render a decision in writine determining whether or not the Service Contractor is in compliance. or whether other action should be taken. or whether the matter should be continued. as the case may be. and stating the reasons and fmdines offact. (7) The City Manager or the City Manager's designee shall file findings with the City Clerk. and shall send a true and correct COpy of his order by certified mail. return receipt requested. or by hand deliverv. to the business address as the , Service Contractor shall designate in writing. (8) The City' Manager's or desil!tlee's findings shall' constitute the fmal administrative action of the City for purposes ofjudiciaI review under state law. (9) If a Service Contractor fails to seek timely appellate review of an order of the City Manager or the City Manager's desienee. or to comply timely with such , order. the City may pursue the enforcement of sanctions set forth in Section 2- 410 (c). (e) Private Ril!'bt or Action Ai!:ainst Service Contract6r Anv Covered Emplovee of or former Covered Emolovee of a ServiceContractormavinstead of utilizinethe City administrative orocedure set forth in this Division ,but not in addition to such orocedure brine an action by filinl!' suit al!ainst the' Covered Emolover inanv court of COIlmetent jurisdiction to enforce the provisions of this Division and mav be awarded back oav. benefits. attornev's fees and costs Thea.oolicable statute oflimitationsfor such a claim will be two (2) vears as orovided in Florida Statutes Section 95 ]](4)(c) for an action fornavment ofwal!'es The court mav also imnose sanctions on the Service Contractor includinl!' those persons or entities aidinl! or abettinl! the Service Contractor. to include wal!e restitution to BID NO. 34-02/03 DATE: March 7,2003 the affeCted Covered Emnlovee and darnal!es navable to the Covered Emnloveein the sum of un to $500 for each week each Service Contractor is found to have violated this Division. (d) Sanctions Against Service Contractors. For violations of this Division. the City shall sanction a Service Contractor bv reauirinl! the Service Contractor to nav wage restitution at the emnloyers exnense for each affected employee and mav access the following:: (1) The City may impose damageS ill the sum of $500 for each week for each emplovee found to have not been paid in accordance with this Division: and/or (2) The City may susnend or terminate payment under the Covered Services contract or terminate the contract with the Service Contractor: and/or (3) The City may declare the emnlover inelil!:iblefor future service contracts for three (3) years or unmall nenalties and restitution have been paid in fulL whichever is lom!:er. In addition. all employers shall be ineligible under this section where principal officers of the emnlover were principal officers of an emnlover who violated this Division. (e) Public Record of Sanctions. All such sanctions recol11mended or imnosed shall be a matter of nubHc record. (f) Sanctions for Aidini: and Abettinl!. The sanCtions in Section 2-410 (c) shall also anply to any party or parties aiding and abetting in any violation of this Division. (g) Retaliation and Discrimination Barred. A Covered Emnloyet shall not discharge. reduce the compensation. or otherwise discriminate against any Covered Employee for making a comnlaint to the City. ot otherwise asserting his or her rights under this Division. participating in any of its proceedings or using any civil remedies to enforce his or her rights under this Division. Alle~tions of retaliation or discrimination. if found true in a proceeding under paragraph (b) or by a court of competent iurisdiction under parae:ranh (c). shall result in an order of restitution and reinstatement of a discharged Coyered Emnlowe with back pay to the date of the violation or such other relief as deemed appropriate. )\ (h) Enforcement' Powers. If necessary for the enforcement of this Division. the City !MeRlB': Commission may issue subooenas. comnel the attendance and testimony of witnesses and production' of books. papers. Tecords.' and documents relating' to payroll records necessary for hearing. investigations. and nroceedings. In case of disobedience of the subpoena. the City Attornev may apply to a court of competent iurisdiction for an order requiring the attendance and testimony of witnesses and production of books. napers. records. and documents. Said court. in the case of the refusal to obey such subnoena. after notice to the nerson subnoenaed. and unon finding: that the attendance or testimony of such witnesses of the production of such books. papers. records. and doc\1ments. as the case may BID NO. 34-02103 DATE: March 7, 2003 CITY OF MIAMI BEACH be. is relevant or necessary for such hearings. investigations; or proceediIle:s. mav issue an order reauirine: the attendance or testimony of such witnesses or the production of such documents and any violation of the court's order mav be nunishable by the court as contemnt thereof. (i) Remedies Herein Non-Exclusive. No remedy set forth in this Division is intended to be exclusive or a prerequisite for assertirie: a claim for relief to enforce the rie:hts under this Division in a court oflaw. This Divisionshall not be construed to limit an employee's rie:ht to brine: a comrtlon law cause of action for wrongful termination. SECTION2. REPEALER All ordinances or parts of ordinances In conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABILITY. If any section. subsectlon.c1ause.or provision of this Ordinance is held Invalid. the remainder shall not be affected by such invalidity. SECTION 4. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach. and it is hereby ordained that the provisions of this Ordinance shall become and be made a part of the Code of the City of Miami Beach. Florida. The sections of this Ordinance may be returned. SECTION 5. EFFECTIVE DATE. This Ordinance shall take effect on the 28th day of Anri! . 2001. PASSED and ADOPTED this day of April 1JItJMAyOA ,2001. 'd4~y .' TJf ATl'P.ST; .lkIt4.J--Btt.d~ CITY CJ..mtK AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OFTHECITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH CITY CODE CHAPTER 2, ARTICLE VII BY CREATING DMSION 5 THEREOF ENTITLED "CAMPAIGN FINANCE REFORM",. AND FURTHER AMENDING CITY CODE SECTION 38-6 ENTITLED "PROHffiITED CAMPAIGN CONTRIBUTIONS BY VENDORS" AND CITY CODE CHAPTER 2 BY TRANSFERRING SAID SECTION FROM CHAPTER 38 OF THE CODE TO CITY CODE CHAPTER 2, ARTICLE VII, DIVISION 5, RENUMBERING CODE SECTION 38-6 TO CODE SECTION 2-487; AMENDING SAME BY MANDATING THAT THE CITY PUBLISH NOTICE REQUIREMENTS OF THIS ORDINANCE, ESTABLISHING RESPONSIBILITY OF CANDIDATES FOR ELECTED OFFICE TO DETERMINE STATUS OF POTENTIAL DONOR AS VENDOR, CLARIFYING AND CREATING DEFINITIONS, CREATING ADDITIONAL WAIVER PROVISION WHEN TERMINATION OF EXISTING CONTRACTWOULD BE ECONOMICALLY ADVERSE TO CITY'S BEST INTERESTS; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION AND AN EFFECTIVE DATE. NOW,THEREFORE,BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: , SECTION 1. That Miami Beach City Code Chapter 2, Article vn, is hereby amended by the ' , creation of Division 5 thereof entitled "Campaign Finance Reform" and is further amended by transferring Section 38-6 entitled "Prohibited Campaign contributions by Vendors" from City Code ,Chapter 38 to City Code Chapter 2, Article VII, Division 5 and renumbering said Section 38-6 to Section 2-487, to read as follows: DIVISION 5. CAMPAIGN FINANCE REFORM , Sec. ~2--487.Prohibited Campaign Contributions byVendon General. ,(1) W No pemonwhe is a vendor te. the eity shall give a campaign contribution directly;'Or thr. a memeerafthe Jl8fSeR'S immediate family, ar thraHgk a }'Jalmeal astian sammittee, af throogk aayetherJlersali,indirectlv to a candidate, or to the campaign committee of a candidate,for the offices of mayor or commissioner. Commencing on the effective date of this ordinance. all lJroposed city contracts. as well as reauests for proposals (RFP). reauests for qualifications CRFO), requests for letters of interest (RFLn. or bids issued bv the City. shall incOl:porate this Ordinance so as to notify lJotentia1 vendors of the proscription embodied herein. BID NO. 34-02/03 DATE: March 7,2003 ilil No candidate, or campaign comrnitteeof a candidate for the offices of mayor or commissioner, shall selieit Bl"reesive deposit into such candidate's campaign account any campaign contribution directly or indirectly from a parseR whe' is a vendor to the eity, sr thFeagh a member enhe peFS9a's immeeliate flHBily, sr thFeugh a pelitieal aetieR eemmittee, er threugh 'any ether peMeR eR aehalf ef the persea This prehibitiea applies te aatatal petseRs BIiE! te peFSeRS was held a eeRtrelliHg fiaaBeial iater-est ia bRsiaesseatities. '. Candidates (or those acting on their behalfl shall ensure comoliance with this code section by confirming with the Procurement Division's City records (including CitvofMiami Beach website) to verifvthe vendor status of any ootential donor. (2) A fine of up to $500.00 shall be irnposed on every person whoyiolates this prehibitioa section Each act of selieitatieR, giving or ,reeeiviHg 'deoositing a contribution in violation of thispatagraph section shall constitute a separate violation. All contributions reeebea deposited by a candidate in yiolation of this paragraph section shall be forfeited to the city's general revenue fund. A person or entity who directly or threagha member ef the perseR's immeaiate family, er tht:ellgh a pelitieal aerieR eemmittee,' SF thmagh aay etl!er peFSea indirectly makes a contribution to a candidate who is elected to the office of mayor or commissioner shall be disqualified for a period of 12 months following the swearing in of the subject elected official from trllftSaetiHg bllSiaess servin!;! as a vendor with the city. This pr-eaiaitieR 9RtfansaeriHg hsiRess with the eity may ae waiTlea eRly ia the mar.aer provided heremeele',v in sueseetisa (9). (4) As used in this section: (a) .L A "vendor" is a person and/or entity who tmBsaets aRGinese with the eity, Elf has been appmvea by the eity eemmissieR te tmasaer allSmess ...lith the eiry, eds listed ea the shy mlHiager's llpflre'lea 'leader list. selected by the City as the successful bidder on a present or pending bid' for goods. eauipment or services. or has been aooroved by the City on a present or pending award for goods.eauipment or services. prior to or uoon execution of a contract. ourchase order or standing order. 2. "Vendor" shall include natura1oersons and/or entities who hold a controlling financial interest in a vendor entity. The tenn "controlling financial interest" shall mean the ownership. directly or indirectly. of 10% or more of the outstanding caoital stock inanv comoration or a direct or indirect interest of 10% or more in afinn: The tenn "finn" shall mean a cOTJloration. partnershio. business trust or any legal entity other than a natural person BID NO. 34-02/03 DATE: March 7, 2003 Page 114 of 116 ill For purposes of this section, the term "services" shall mean the rendering by a vendor throu!rh competitive bidding or otherwise. oflabor, professional and/or consulting services to the City of Miami Beach. (e1 +, ;h .^. tmHBfer 9ffutuis betweeR pelitieal eemmittees, 'BetweeR eammittees sf eaRtiB.liS'6S eKisteftee, 91' Bern<eeft a pelmealeeHllR4ttee md a eOHl.mittee ef eoBtmli8lis eKisteaee. ~ The payment, by anypefSclB. ether than aeaa6idataer pelitieal EJeHl.mittee, ef ealBJleBsatioft far the pefS8ftal s8fViees sf ssther pel'!laR whieh are l'eaderaEl te a eandidate er pslitieal eammittee withem eharge tathe eandidate er eommittee far slieR sef'.'-iees. 4, ThetFansfer of fuREls by ae8f1l:Jlaign treasurer sr dE!Jl\RyeampaigIi treasurer betweea a pRmar)' Elep8sitary 8Rd a sepaFate interest beaf.Bg aeeeant er eeftiiisate ef depesit, ami the teM ifteludes any illterest eameEl eR Slieh 8eesam er eertiHeate. .w The term contribution shall have the rn:eanin!rascribed to such term in Chapter 106. Florida Statutes. as amended and supl'lemented (copies available in City Clerks office). (e1 B. Conditions for waiver ofprohibition.Th.e requirements ofthis section may be waived by a 517th vote for a particular transaction by city commission vote after public hearing upon :fmding that: (I) A-R afieR te all sealed eelBJletith<ebid af pr9flssal has beeft Slibmitted and the eity sffieialldeRee .Ras in HS '.V~. Jlartie~ated ift tlieEletermil'latiSR sf the biEl S}'leeifteatieRs ar bid aw&fd; f2:)illThe preperty !roods. eauipment or services to be involved in the proposed transaction are unique and the city cannot avail itself of such preperty goods. eauipment or services without entering into a transaction which would violate this section but for waiver of its requirements; or ~m The business entity involved in the proposed transaction is the sole source of supply witiliB the GHy as determined bv the City's Procurement Director in accordance with procedures established in section 2-367(c) of the Miami Beach City Code; or t41ill An emergency contract (as authorized bv the City Mana~er pursuant to section 2-396 of the Miami Beach City Code) must be made in order to protect the health, safety or welfare of the citizens of the city, as determined by a five-sevenths vote of the city commissioTh-~ ill Any grant of waiver by the city cornmissionmust be supported with a full disclosure of the subject campaign contribution. WC. Applicability. This section shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered into in violation of this section. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABILITY If any section, sentence, clause or phrase of this ordinance is held to be invalid or unconstitutional by any court of competent jurisdiction, then said holding shall in no way affect the validity of the remaining portions of this ordinance. SECTION 4. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other appropriate word. AnEST; ." 'ljr,_vD~ 4l~&DK (R.cquesk\d by Commislriomlt loseSaWh. and ~byCOnmwnity Aft3irs CoD11Dittee) (Pu$ed 911 lit Reldmg QQ J;)ecemba': 11. 200~) , JK~ ,~~.doG Tbis~ shalt take'tffed the ~dayer PA.SSEDandAJ)()P'ttD thllBth da)'of