Loading...
RD Cleaning & General Maint. fJ'Jh'1 S/ 'Moy.--ICZA- Miami Beach ***** m .AII-AmerlcaCIty '1111.' - AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND RD CLEANING AND GENERAL MAINTENANCE, INC. FOR CITYWIDE JANITORIAL SERVICES PURSUANT TO BID # 34-02/03 Outstanding Agency o A4 Accreditation Achievement Award CITY CLERK CITYWIDE JANITORIAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND RD CLEANING AND GENERAL MAINTENANCE, INC. PURSUANT TO BID NO. 34-02103 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 RD CLEANING AND GENERAL MAINTENANCE, INC. (hereinafter referred to as Contractor), whose address is 1110 N.E. 163rd Street, Miami, Florida 33162. SECTION 1 DEFINITIONS Agreement: Bid: This Agreement between the City and Contractor. 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 forthe 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 of the 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 atter 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 Citv 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 reserves the right to terminate the remaining Services 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 Noncomoliance 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 Services. In the event the City cancels or terminates the Services 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 govemed 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 iffully 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: RD Cleaning and General Maintenance, Inc. Attn: Rony Desvarennes 1110 NE 163 Street Miami, Florida 33162 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: CITY OF MIAMI BEACH, FLORIDA ATTEST: ~J' f~ By: City Clerk FOR CONTRACTOR: /S--JULY-Olj Date ATTEST: By: ~c~, o tW /lI?e Y7 ;1&j Print Name -/~~ ~fS\f61(LD-lfJ~ rint Name Obl--W \~ Date Corporate Seal APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~ ~ 7;/yji City Atto ;-.. Date 9 EXHIBIT "A" R.D. CLEANING AND GENERAL MAINTENANCE, INC. SCOPE OF SERVICES: The Janitorial Services Contractor ("RD Cleamng") shall provide all labor, equipment, tools, chemicals, paper products, supervision, and other items or services necessary to perfonn the required work as specified by Invitation to Bid 34~02/03 ( contracVproposal documents), for the following locations (see attachments "A" and "C"): *Note: Attachment "B" as specified in the Bid Documents was for beach restrootns, which were not awarded. City Properties Bid Item 1 - City of Miami Beach City Hall 1700 Convention Center Drive, Miarni Beach Bid Item 2 - Scott Rakow Youth Center 2700 Sheridan Ave., Miami Beach Bid Item 7 - South Shore Community Center 833 Sixth Street, Miami Beach I A CORD,. CERTIFICA TE OF LIABiliTY INSURANCE I DATE i"MIDDiYY} ! 041 012003 lPlitoDucePt 954-894-2778 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION LEGRA P & C INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I FLORIDA INSURANCE TEAM HOLDER. THIS CERTIFICATE Does NOT AMEND, EXTEND OR I 2495 STIRLING ROAD AI.TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DANIA BEACH. FL 33312 INSURERS AFFORDING COVERAGE I'HSUREC RD CLEANING AND INSURER A: A (LANTIC' CASUALTY GENERAL MAINTENANCE INSURER B' Gt:N I URY SURETY --j j' 1110 N.E. 163RD ST., SUITE 7 NO. MIAMI BEACH, FL 33162 COVERAGES i THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING I ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR I MAY PERTAIN. THE INSURANCE AFFORDED BY THE "OLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ,IN 1"YFE OF n:SURANce ' POLICY NUMBER P L1CY L040000340 14/10/05 I I I I I EACH OCCURRENCE FIRE DAMAGE (Anyone R,e) MEO EX? (My one p.rson) PERSONAl. & ADV INJURY GENERAL AGGREGATE ~ROOUC.'fS ~ COMPIOP AGG 048577912 10/25/0J 10/25/04 COMBINED SING!..E LIMIT (e. t1ccid8nll ,$500,000 ~ 1$ O_m I BOOI1. Y INJURY (I'.r pe~D") ~~ESS LIABILITY r OCCUR 0 CLAIMS MADE tl DEDUCTIBLE RerEN'!'ION $ WORKERS COMf"ENSATlOIol AND EMPLOYERS' UABILrT'Y BOOll V INJURY I. $ (Per accident) I PR.OPERTY OAMAGE " $ (P.r Icc\(lent) I AUTOQHLY. EAAccrOENT S I OTHER THAN EA ACe s AUTO ON~ Y: AGO S EACH OCCURRENCE $ AGGREGA, E S $ S $ D WCU001FL0603N 4/14/04 4/14/05 i I OTHER 8 jPROPERTY I ! I DESCRIPTION or: O"ERATIONSfLOCATlONSNEKlCL.ESJE.XCLUSIONS ADOEO BY' ENOOJtSEME;NTISPECIAL PROVISIONS JANITORIAL SERVICES. THEFT INCLUDED IF CENTRAL STATION ALARM IN PLACE. I I CCP297715 4/10/04 4/10/05 CONTENTS-$100,OOO.: DED.-$1,OOO; WIND EXCLUDED. City of Miami Beach listed as additional insured CERTIFICA TE HOLDER AODITIONAL INSURED; INSURER I..E'"TER: r--- City of Miami Beach I 1700 Convention Center Drive I Miami Beach, FL 33139 I I , ACORD 25-S (7/97) CANCELLATION SHOUlC ANY OF THE ABOVE CUCRIHEC POWCES BE CANCELLED BEFORE THE EXPIRATION CATE THEREOF. THE ISIUlNG '''IURER WilL ENCEAVOR TO MAIL ~ CAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. aUT FAILURE TO 00 SO SHAI.L IMPose NO OILlGATJON OR UAalUTY 0"" A.NV KIND UPON tHE INSURER, ITS AGENTS OR REPRESENTATIVES. ,......... ..' .'; AUTHORIZEO REPR FLORIDA INS RI:>CG:A~"QG- ATTACHMENT .'.'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) additiona/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 LI\IING WAGEORoINANCE 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 PRO"'DE BILL. RATE FOR EACH CLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custod~ns $ 9.81 plhour B. SupervisorS $ 11 .00 plhour C.BILL RATE for Custodians $n r;o p/hour E. BILL RATE for Supervisors $15 00 p/hour BID ITEM "1": CITY OF MIAMI BEACH CITY HALL 1700 Convention Center Drive, Miami Beach, Florida. Exterior Glass Cleaning: (Quarterly) hr. Additional as needed Hourly Rate Total Monthly Cost: ATTACHMENT "An CONtiNUED BID ITEM "2": SCOTT RAKOW YO~TH. CENTER 2700 Sheridan Avenue, Miami Beach,. Florida. Exterior Glass Cleaning: (Quarterly) Total Monthly Cost to City (Night Cleaning) 4. Dally Charge= (Day Cleaning Crew) .. $ 1 5 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 DEPARTMJ:H'r/',W'W,a,sJ'lfhgtol1 Avenue, Miami Beach,Florlda Five (5) personnel shall be required Mondaythrollgh 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) $ 1 5 per hr. Total Monthly Cost: $ 1 2 , 618 . 6 BID ITEM "4" HISTORIC CITY HALL 1130 WaShington Avenue, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) $15. per hr. Total Monthly Cost: ATTACHMENT "A" CONTINUED BIOITEM."5" MIAMI BEACH.F>>UBLlC RESTROOMS-SEE AnACHMEN't "B" BID ITEM "6" BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue, Miami Beach,Florlda .12DCu:AtJit.-l(,. exterior Glass Cleaning: (Quarterly) BID ITEM "7". ...... . . . . .. ... i ... SOUTH SHORE COMMUNITY CENTER 833 Sixth Street, Miami Beach, Florida . exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ 1,570.83 Total Monthly Cost to City (Night Cleaning) Hourly.Charge: (Momlng Clean-Up) Hourly Charge: (Day Cleaning) BID ITEM "8" FIRE STATION #2,2300 Pine Tree Or., Miami Beach, Florida (2 Bldgs) ~itJ&- Exterior Glass CleanIng: (Quarterly) Total Monthly Cost: $1.256 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 Orlve, Miami Beach,Florida Total Monthly Cost: . BID ITEM "11" NORTH SHORE COMMUNITY CENTER 7250 Collins Avenue, Miami Beach, Florida TO BE ADDED AFTER COMPLETION OF CONSTRUCTION ATTACHMENT "A" CONTINUED 1.1) OEAtJiNC- BID ITEM "12" NORTH SHORE RECREATION 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 ITEM "14" TATUM PARK 8050 Byron Avenue, Mlaml.Beach, Aorida Total Monthly Cost: $628.33 BID ITEM "15" STILLWATER PARK 8440 Hawthorne Ave., Miami Beach, Florida . BID ITEM "16" FAIRWAY PARKlCresDi Fairway & No. Shore Dr., Miami Beach, Florida. Total Monthly Cost: 1<,)) C1.E"AAi~ A IT ACHMENT "A" CONTINUED BID ITEM "17" NORMANDY SHORES PARK 2605 Bianiti, Miami Beach, Florida Total Monthly Cost: BID ITEM "20" ..PROPERTY MANAGEMENT BLDG... 1245 Mic:higan Ave., Miami Beach, Florida ~:': ATTACHMENt "A" CONTINUED BID ITEM "22" BEACH PATROL OFFICE. Ocean Drive & 10th Street, Miami Beach,Florlda Total.Monthly.COst: BID ITEM "23".. ... >. .. .. .. . ... . ' . ... . . PUBLIC WORKS YARD OFFICES. 2300 Pine Tree Drive, Miami Beach, Florida BID ITEM "24" POLICE DEPT. SPECIAL INVEST. UNIT OFFICE. 1831 Bay Rd., Miami Beach, Florida Exterior Glal!ls Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "25" MARINE PATROL OFFICE. 1900Purdv Ave.. MlamlBeach,Florida RDh AtTACHMENT"A" CONTINUED . BID ITEM "26" 777, 17th Street Buildlng,.Mianll Beach, r=lorida Exterior Glass Cleaning: (Quarterly) hr. Total Monthly Cost: BID ITEM "27" 555 Convention Center Drive Buildind Exterior Glass Cleaning: (Quarterly) $15 per hr. Total Monthly Cost: $ 1.,570 BID ITEM "28" Golf Course Club House Total.Monthly Cost: BID IT!:,. "29" Flaminao Park SAsEBALl STADIUM FOOTBAll STADIUM TENNIS COURTS (once daily) $1,005.33 Total Monthly Cost: .Kt> ~ ATTACHMENT "A" CONtiNUED GRAND TOTAL FOR ALl FACILITIES QUARTS~L YGLASS CLEANING: $ 15 per hOllr GRAND TOTAL FOR JANrrOfML SERVICES EXCLUDING PUBUC Rf:STROOMSAND GLASS CLEANING $ 57,350.46 TOtal Monthly Cost Breakdown: . a. payroll, taxes & insurance........L$ 45,880.36 b. fringebel'lefils..........t..................$ 3 . 211 . h. .... I I' i.... . ." $6 882 C. C ernlca supp les........................ , d. Expendable Items........................$ 1,377.1 RD{~ ATTACHMt:NT "A" CONTINUED The fOllowing are cleaning on an as needed basis. Bid Price shall be "per cleaning" Per Cleaning RESTROOMSREQUIRE CLEANING 2 TIMES PER DAY, '1 DAYS PER WEEK \ENHANCEDSER~CE~) 'RJ)C~ ATTACHMENT "A" CONTINUED ThefoltoWlng services will be on an as needed basis; Pressure Clean Concrete Walk Areas/Restrooms Additional Hour1y Cleaning Per Hour Per Hour NAME OF COMPANY: RD Cleanihq Be . Gerieral Maintenance PRINT NAME OFAUTH()RJlEDREPRESENTATlVE: ROhy Desvarennes o ~) ('ll;) cro~ I KD~ . ~ ATtACHMENT"C" . . COST WORKSHEETF=OR 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 tolheCity. Bid shall include costs for janitorial workers, supervisors, payroll. taxes, in$urance, fringe beliefits, chemicals & supplies, tools & equipment, expendable supplies used in replenishing rest room dispensers such as paper towels, roll tissue, hand soap, etc., overhead aM 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 AWAAD A CONTRACTOR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BESt INTEREST OF THE CITY. BE ADVISED: UNDERTHEUVlNG 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 MUSTBEPAID.TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BILL RATE FOR EACH CLA5SIFIATION THAT THE CITY WILL BE BILLED. B.Supervisors pfhour A. Custodians C. BILL RATE forCustcxlians pfhbur O. BILL RATE for Supervisors E. Ratio of SuperviSOrs to Wor1<el's: ALL GARAGES ARE 7 DAYS PERWEEK FOUR HOURS PER DAY. . BID ITEM "A" 7th ST. PARKING GARAGE. Collins AVe. & 7th St., Miami Beach, Florida TOTAL MONTHLY COST TO THE CITY: $ 6 I 370 . 70 BIO ITEM "B" 12th ST. PARKING GARAGE Drexel Ave. & 12th St., Miami Beach, Florida f<j) ~ AnACHMENT "C" CONTINUED .TOTAL MONTHLY COST TO tHE CITY: $ BID ITEM"C" 13th ST. PARKING GARAGE.. Collins Ave. & 13th St., Miami Beach, Florida TOTAL MONTHL Y COST TO THE CITY: $ BID ITEM "0" 17th ST. PARKING GARAGE.. ColllnsAve. & 17th St., Miami Beach, Florida TOTAL MONTHl Y COST TO THECltv:$ 4 to 8 4 . 1 6 42 Street Parkina Garaae. 42nd Street & Royal Palm Ave TOTAL MONTHlYCOStTO THE Cltv:$ 1,820 GRANO 'TOTAL PER MOtfili TO THE CITY Total Monthly Cost Breakdown: a. payroll, taxes &insurance...........$ 1? hO:;7 86 b.fringe benefits.............................$ 1.000. , c.chemical supplies........................$1 .900 d. Expendable Items........................$ Additional Cleanings ..(Cleaning. not specified In the bid specifications) $ per hour 1 " Use of Contractors' Pressure Cleaning ..:quipment . $ per hour 15 (Pressure Cleaning not specified in the bid slleclficatlons) $ 15 per hour NAME OF COMPANY':. .RD .Cleaning & General Maintenance PRINT NAME OF AUTHOR!ZI:DREPRESENTATlVE:Rony oesvarennes DATE:. D<; r .. Q~ . J61Jz, Window & Carpet Cleaning, Ind. dba Cleaning & General Maintenance Proposer (Entity): RD Cleaninq & General . Maintenance Name (Typed): Signature: Address: Michael Nicol 1110 NF. 163rd 7 City/State: North. Telephone: Fax: (305) (305) 947-5706 Email: ; nfnrarr1~l~;t'nfn'a 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 ill the HFP or in the Bids received as a result of the. BID. It 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 orjoint 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 terms and conditions of any obligation or . repayment schedule shall constitute a default of the subject COntract and may be cause for suspen . n,termination and debarment, in accordance with the terms of the contract. C}') ...~) em'=> (Oa e) Desvarennes (Printed Name) BID NO. 34-02/03 DATE: March 7, 2003 REQUI:ST FOR BIDS NO. 34-02103 Directions: Complete Part I or Part lI,whichever applies. Part I: Listed below are the dates of issuefcir eachAddendum received in connection with this Bid: Addendum No.1, Dated Addendum No. 3,Dated Addendum. No.2, Dated March Addendum No.4, Dated Addendum No.5, Dated Addendum No..6 April 17, 200:< April 21 . 200:< April 'H, ?OO":l Part II: No addendum was received in connection with this.Bid. Verified with Procurement staff RDCleaning & General Maintenance t><;\ I rL~~~ D te Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this ~~.rz~ ,2003. The undersigned, as Proposer, declares that the only persons interested in this Bid are named herein; that no otherperson 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 thaHhis Bid is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees 11this Bid is accepted, to execute an appropriate City of Miami 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.Bidis based upon the.documents identified by the following number: Bid No. 34-02/03 ~NATURE ~~ . .~~~.C1~'" \f\.Q.-\. (~a.~'J& . PRINTED NAME TITLE (IF CORPORATION) JANITORIAL SERVICES FOR THE CITY OF MIAMI BEACH BID #34-02/03 RD Window & Carpet,Cle~ning, Inc. .dba RD Cleaning' & General Maintenan-ce- Principal Office Address: _.1110 NE163rd street, Suite 7 FL 33162 Whel1lncorporated: It a ForeiqnCorporation: Oate of Registration with In what State: dl# I Vice-Presider'lt's Name: Marie Desva?~~es.' -e; , ,? . . ..... . .' ". . ...... ."":~.'..> CITY OF MIAlVli BEACH . Page 66 of 116 Members of Board of Directors: roj7J. If a Partnership: ,IlK f I ADDRESS * Designate general partners in a Limited Partnership NUMBER OF YEAFlS IN JANITORIAL SERVICES: NlJMBER OFYEARS LICENSED BVTHE STATE OF FLORIDA: NUMBER OF EMPLOVEES "ON CALL"(MIAMI ARf:A): 75 AVERAGE EMPLOVf:ES"ON THE JOB" EACH WEEK (MIAMI AREA): 75 DO YOU CURRENTLY HOLDANV MUNICIPALITY CONTRACTS? IF SO, WITH WHAT MUNICIPALITIES? of Miami Police Departments BID NO. 34-02103 DATE: March 7, 2003 HOW ARE YOUR EMPLOYEES SCREENED: (Indicate) POLYGRAPH? GENERAL INTERVIEW? BACKGROUND INVESTIGATION? POLICE RECORD CHECK? ADDITIONAL ( ) (~ 100 (~ 100 (~ 100 ( ) (Detail) All employees are interviewed, background check and Police report furnished 2. Have any similar' agreements held by Proposer fora project' similar to the proposed project ever been canceled? Yes ( ) No l)f If yes, give details ona separate sheet. I-Iasthe Proposer Or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default inar'lY contract in the last 5 years? /11/;+ I If yes, please explain: 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No ( ) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. Person or persons interested in this bid and Bid Form have ( ) have not ( ) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations..Toincludestockholders over ten percent (10%). (Strike out inappropriate words Explain any' convictions: " BID NO: 34-02/03 DATE: March 7, 2003 Page 68 of 116 LaWsuits (any) pending or completed invdlvingthe corporation, partnership or individuals with more than ten percent (10%) interest: List all pending lawsuits: ;VON G- in the last five (5) B. List all years: C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: IE lVVN 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.) NONE- Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request forBids have any association or relationships which would constitute ..~ conflict of interest, either actual or perceived, with any Proposer and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who maybe involved with this Bid. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Bids. (Use additio al sheet if needed) Vendor Campaign Contribution. YOllniust provide the names of all individuals or entities (including your sub-consultants) with a controHing financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, ()f 10% or more of the outstanding capital stock in any corporafon ora direct or indirect interest of 10% or more in a firm. The term "firm" s all mean any corporation, partnership, business trust or any legal entity oth than a natural person. I The Proposer understands thar information contained in thisQuestionnairewill be relied upon by the City in awarding the proposed Agreement and such information is warranted by the Proposer to be true. Th~ undersigned Proposer agrees to furnish such additional information, prior to acceptanct 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 inthisquestionnair may be confirmed through a background investigation ' conducted by the Miami Beach Police Department. By submitting this questionnaire the Proposer agrees to cooperate ith this investigation, including but not necessarily limited to fingerprinting and providing inf rmationfor credit check. & Carpet Cleaning, Inc Print Name of Corporation Street, NMB" FL 331~.2- Address &otl~ President Secretary Mayor David Denner and Members of the City Commission Jorge M. Gonzalez ",2,' ,~'~,. .,. . City Manager " , ..... 0 ,.' . , REQUEST FOR PRovAUTd AVvAAD CoNTRACTS rOPRlMARv AND SECONDARY VENDORS AS STATED 'HEREIN, FOR PROVIDING , CITYWIDE JANITORIAL SERVICES PURSUANT TO INVITATION TO BID NO. 34-02I03,IN THE ES'rIMATEDANNUAL AMOUNT OF $797,915. ADMINISTRATION RECOMMf:NDATION ApprOve the Award of Contracts. . 'AMOUNT AND FUNDING $282,000 Property Management Account NO. 520.1720.000325 (FY2003/04) $120,000 Parking Garage Fund Account No. 480.0463.000325 (FY 2003104) 545.000 Parking Garage Fund Account No. 142.6976.000325 (FY 2003/04) $447.000 The total estilTlatedalTlount of $797,915 is based on the following: Bid results based On the known locations at the time of Bid issuance: Estimated cost Of new'locations to be 'added to the contract (see Appendix A for complete list): Estimated contingency costs for special events: $184,759 $50.000 $797,915 The total fundil1g needed to maintain current sElrvicelevels ($797,915) will be requested to .be funded from Property Management ACcount No. 520.1720.000325. and the Parking Garage Fund upon approval Of the FY 2004/05 Budget. The contractsaWsrded are subject to the requirements of the Living Wage Ordinance (No. 2001-3301), which states that all E!lmployees 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 $1.25lhour 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 $264,601, or 43% increasElfrom the current janitorial services contra ct.- The purpose of Invitation to Bid No. 34.... 02103 (lhe"Bid") is to provide janitorial services for the City of Miami BeaCh's facilities/offices, : and garages on a daily basis. The successful contractors will provide all labor, equipment, tools, Chemicals, paper products and supervision to perform the work in acc:ordanC$ with the terms and conditions scope of services specified in the Sid. The term of the col1tracts will be for a period of two years, and maybe renewed for four additional years. After the initial two-year contract, the contracts prices will be reconsidered for adjustment prior to the four~yearrenewal. The contractsinCl'eases shall not be more than the percentage increase or decrease in the Consumer Price Index (CPI- U all urban areas). The "Sid" was issued on March24,2003, with al1 opening date of May 12, 2003. A pre-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 non......esponsive. Based on the analysis ofthe six (6) responsive bidsrecei\led,it is recommended 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 Building Maintenance, 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 to the five (5) recommended vendors: $201,743.88 $157,602.12 $107,403.96 $88,920.00 $ 6,768.24 The Bid totals ($562,438.20) does l"Iot include any "additiol1alservices. (nofspecitied in the scope of services) that may be required for carpet cleaning, window cleaning, pressure cleaning, or additional services for the five City Garages. The above totals do not include the cleaning of theBeachRestroom~, or the 111, 46th, 53n1, and 73n1 Street Restrooms, as this work is being provided by the City's Sanitation Department. Commisaic)R Memorandum Bid No. 34-02103 - JANITORIAL SERVICES May 5, 2004 Page 3 of8 Additionally ,the Bid totals do not include janitorial services that Will bel needed for the various facilities listed in Appendix A, that are ~ither under construction or were not included in the Bid at the time of issuance. Any additional facilities or increase in ,the 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 respetiivecontracts Will be amended accordingly. The bid results are tabulated and attached herein and labeled Appendix Band C. " Based on theanalysjsofthebid~ received, it is in the City's best economic interest to request for approval to award contracts to primary and secondary vendors that submitted the lowest and best bid price for eachindividuaIICJCation:Chi-Ada Corporation, ,RD Cleaning & General Maintenance, Inc." BesfsMaintenance, Janitorial Services"Inc., Cleaning Systems,lnc., and Vista, pursual1t to Invitation to Bid No. 34-02103, for providing ~itorial_' .. the estimated,' a,nnual amount 01$797,915. JM' M:FB:GL:JE . T:\AGENDA\2004\May0504\Regulal'\JanitorialservicesMemo.doc Coml11ission"lIemorandum Sid No. 34-02103 ... JANITORIAL SERVICES May 5,2004 Page 4 of 6 APPENDIX A NEW FACILITIES TO BE ADDED 1. North Shore Park- new concesSion and bathroom facility 2. Bass Museum School-new Park and 'Ret offices Skate Park Mthroomfacility at 21 sl Street-' Bandshell The new Parks Administration building 2100 Meridian Ave The new Operations, Office at NSOP 111e renovation of South Point Park'.....; new facilities Therenovation of Washington Park -' new facilities Normandy Pools and Facility. Miami Beath Club house and Golf courSe restrooms 10.North Shore Open Spate Park (multiple restrooms) 11. Normandy Golf Course 12.SIU = 1st FloorafOld City Hall 13.1833 Bay Road Building 14.Anyadditional spate rnadeavailable in them Building. (5th Floor just became vaCant) 15. 4th Floor Old City Hall (PO's City CennlOivision) 16. Womb Building (2nd Street and Washington Avenue-- F'D) 17.Children's Affairs and Homeless Coordination Offices at the 555 l3uilding(under construction) 18. Byron Carlyle 111eater and Office Spates ", ' I:;! il<! ill j!9. l!i .. I~ I " " 1~ I, l~ l~ ill!;:Ii Ii I,;:r; 'I~ -1~-~ ii3 I i I:;; l~ - I I 1 ! I !ll::!1lll!!l:'l!5!::!1ll8;:r; ~G.~.ilU~a~ tl tl; :; g l~ li!i!~ i ; i ill i Ii i Ii Ii:! i ~ I! 1!li e.. !!l. I ' I I~ ie I, ~ ~ Ii! ~ ~ ~ ~ ~ . . . . . l:!l~ t:! l:p~ 51 ~ ~ ~ ~ ~ ~ ~ ~ I~ ~ ~ ~ ~w~~~!~~~~aa;m~;~~;~&1;5a5~~~~! ~ ~~ ; a ~ ~~...~"~"~"""a; ~ " ,"... , .... -. " iiiiiil'I'i'i'3 Iii [~ --.. ~ lb.!!!. 1 ~ i~l~ ;;;~ '" '" ;~ !!l. ~l~;! ~T-~ .... =11 !:i~8 ~~i, I .... ,I lHl::l ~ !S~~N Ii . . lil ;;;;;.. ri - ... ... ~!:!t:! 1 ...'" '" i~8. ..;; . .. ~ III ~ -'~~d ~ ~ , ~ ~ iil ti!:i , ' ~ !i~~ f-- ~ ':C>:lIi;a;!i;!::::!l<!1i; ,~l:l~'-''''Il8S'':~;!~1! l!lO<; ~-~-~...-l:l ",el u: :: ;; ~ .. Z 8 18 12 '::I -' ~ c ~ ~ 8i ll;i II!! c< ~ ..! U ... ., (0 1.0 fir iil '" ti Iii !i !~ " zf2 '" '" ~ - .. I ,'f-- ; , ~ ~ ~ t:> e:. , u >0 8818828::18 'fi! ..."''-'~... 0 :t~ :tal..;...;:i 95 ~; CO2 Ci"~ ii':C>::liutili It fli .. ~ 8 ::I ::! '18 I~ ~ i~ ~ ~ 8 8 8 8 8 8 Ii I~ ~ '-'- i! ~~n ~ I~ ~ II ~I' I~." UUWHU!! ~ ~i " ... >0 ~ ,8. 8. !:! 81::\18.18 88 88 8::1 8 ::! 8 88. li!18.18 8 8 8 8 888 88888 8 888'- 9~$~~!la~I.1 .!~. .~.~~ liiilllllJillilJl-. ll! 5o~o~ a.M~:; ~g.;; t4 : z; .._ _a:I :I tlt'" , ,: '" 1-. a. 12;;;! i i ~ I ~ II! Ig! i I R i l~ ; Ii ; ~ II; Ii ; ; Ii ; I ~ i ~ ~ ~ i i i ; '" gj '" ... -.. ~ :: a. I" n, iil U) '" lln U) I~ :; :: Ii ;; '" If 'I- 8 !il,~ ~ I I if- ;; fie;; - - - - - I'" ~ I~ :.; ,~ >0 Ie f3 13 ::Ill!;e 8 t; ~ ~ l:!;:Ii ~I~ l=! ~ ~ c. .. ...I~ 8 81~ t; 8 ~ ~ ~ g ;~~i~l.i~~~i ~:l~a~a!i~ 1IIIIIIllij~..:ii!i!~!..: !!! , ii':c>~C:Sli :: ii ~ ~a .. .. '" ' i ..~ ~ ~ ~ 8 t:! Il=! Ii; 11:l~ 8~8.~1E!1E!~~~~~ I!:!~ ~ I~I~ 8~~ I I ....~;1 ;;:i ~ ~ !ii 51 ~_..... fi:l:;I;;:::Il:il:i~l!!!ilil~ 13.. !5! !i!lil liilillil!:! 1: C> ,',g ~ :1 _ - . N - l4 "'~, I" III M 1ll:3 U :3 :3 :3 Ii a:3 . ~ ~ ""' .::1 ,:3 1ll:3 iI!. " ';;I; F i - ~. ~ :! ~ ;; I~ .. i~ ie e;:!!l. ie ;; I ::;;"!e; e;: ie! 11 ~ "~~ ~ !!l. !!l. e;: !!l. 1- I IS I- i 5~i~i~~;III; ;a~~i~i!al i~;B;;~!;i~;aiii~~i I~i it .', I ' => is ~ c:s ~ ':: ::;; .. .. .. ... ;; l:l:;;.. :3 ! - oi( , '" ::Ii .. i ~ , i .. 'IS Ii; ~ l~ 8 Ii; ., ~ ill! ~ 8 8 8 8 8 8 8 8 ~ 8 8 8 8 !~ 18 8 8 8 8 · '8 ~ -'~ 9 U) ~ ~ il i ~ ~ ~ I~ Ii! 8.8 g ~ 8 Iii ~ 8 Iii ~ Iii Iii g I"; ...; ~ "" "" ~ , 1! ~o~1 : ~ ti " It u .. a:- 1:- 111 :3 ~ ~ :" ~ ~ .. ~ ~ :"!i = ~ ~ I~.; Ii i ~ I"! 'l' " Ii! i5' I " - ~ 1 , . 5~~i~ i!ai~!B i~~~iii!ii iiiiiiiaii;;ii~~;;~ ~~i II ,) ,,' ~Clic:s...... ;;...... ....... ......, I ' f,.. 11a1~f1ICj'IS';(:;f~";' !d'j~!:~ill$.:'f:l_!!t e ,'j i.,,~ " ~;Sjl~j'~:'1:i:~.::. Tit (;! Sl ~~ r' -" ' .,:1It ~~ lI~!'m =: 'Jlt ~ ,W:-t .1 ~ r' 8 we 1 ~~ -6;;1: ~~ h~ ",..;; 'ilW ~, . I':oll ... Q :~~ ,I, ~~I"'~ (i ','2 1- ... ii' ::,.~) ii :r~l" ,X"'l . .. r:t:... "'. ~. U~I" p~t 's< :!ij .,,,~ · 1 '", I .,~ ~. !)-' II j' I J" e;: lof)! ,~"<,~ J i~!~:j~ Hl !t,.I J~ ~f "D~ zr; ,~~ :1~ ~? jlti:~ ':ii iif'liati Mf :'11" ~!~;_!l~~",f ;~ .~: ~ r4! l~~ : t ~ ::r ' !u.J ~ ~:t; 'I' '~~ ..-, ;;/;:J ~"n ., M ilr! "'. >1.~ .,'t ;~ J't- .1:;; ~.il; Iill] I~ Ie ,:-: ,.-;;J"!lhr:;~ .{.. ii'" 1!:~ .;Ilt <, . 'tt Th,. :liP t~~;; ~(! ~ ;:H .. ~ ~~~. ,~~ ~ t:~: ~ ~ ~I: ~~j Ff" '17;,'~ lt~ .11]1 fU ~ ~ "l < ~ 'r: ~f. ~l: ~~lii~ " ,;.'f: '~1 ~~ -- .. , ",. "';" , . . ,,,' '. '':' ' , .. . ;; . e- J t ~il~~~1 ~1~il~I~I!~ i~=~.~~~~~I~~ ~Ij ~~~ i ~i< ~ f~ i!f~fa;f~~ ii~f~~i!~~~~II~I~~~ ~~~~f~~~~~ "~J ~ ; ,,5 i~ i~i~ilii]Ji~i~i~ill~~I!zl~~ai~i!~!~i~~='i~T~ ~ j~ ~ :il Z Z 1S Z ~ 1S Z Z .z ~ ~f"< <",u8'5CS II ' - ~ N ~ ... ~ .. ~ '" ... tl ~ 0" ~ ... ~ ~ :: ll! l:! :t :2 !! t::: !! ~ !a N l:I ~ ~ ~ l!J lElla !:l tl !ll III (.) .a S '~ . ~ l:l~ ~ ~ ~m'~ ~ l:l~ ~ ~ 1Il ~ lZ ~llZ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ! ~ ~ 13 ~ gj ~ ~111 ~ 10 ~ g g..JgSg gQ~g O<;gSgSC;U;lQggQQggggggg'" gg~gO<;gQ Z ID _.:. _. CD to C) CD (!) CD at m t!) at C5 CDle!) ~,C) lID all m CD aI m CD m m CD m m lID m : i:O D1 '" CD (5 m ED i ... I: ~~~i~~~~S~~~~~~~RS8~ ,1~~~~Sii~i~~~~~~~a~ _~_W.___M_~~ ."M~ ~ ~~ ~ ~ III! ~! , - 00 _0 1,'- ~ ~ lil'- - ~ m n >- ...- "": ... "": .i1i r ... , ~ ~it;~~ 5l ~ 5l. ~l _ CD ..= oj -- - - - I III ..."" ... .. ... ~ 12 8~lii .,: ~ - , ... ... Iin.! " , '" , ~8 8 ... 8 :Oilil :8 8 8 8 8 ~ >- ~~ ~ i ~ jet/;t ~I~ Iri Iri Iri Iri ~it; - - ;; - ... ... ... filii ;; ~ - 'II 12 8 ... ~ in JI " ::; e ~ i J. - >- 8 88 88 I ~i~ '8 ~ I ~ ~~ ~~ li:!: sl:: ..= , -"~~ '" ;; 8 8 8 U is ~ U) IV ... .~ ... j 12i8 Ii ..;~ .,..:-r: '8 ail .. ail I ...... ...... ;; - - € ~ ~ .. ... U) ... 8 ~ Iii 8 8) ~~ 88 J i I ,~ >- .. ~ ~ ~ ~! NN Sui" I ~i~ fill_ ..1_ -- !;; 8 8 .1 Ii 'ar" ~ - ;; a ~ !I I) N ~ ~ .. - 12::; t t .. . I U) Ji ~ w 8 8. 8. ~I~III Ii! Iii! '8~ ~ . 0 ?:i ~ i9 is tll; "":p) mi ~I~ CD ~ , ~;:; lil 8 lil e - .,: .,: ~;ll .Ii 1 .. .. .. ..; ~ ail t ie: lie: r;:~ I I .~ - - ~ I .. ... .! j J == , II ! .. '- , i d I 8 8 8 88 I - 8 I~~ >- ... 8 Ii .1 ~ ~i~ ~ ~ ~ ~~ ",et N I!!-.... - 01:; 8 lil 51 8 '" ... .. ~ ~ .,: .,: a~ E .~ ... - ,..: ,..: a j ... .. .. - ;; Cl.. . . . ~! ... '" . d c " ;.. - U) E .; ><!:iii: i ] ,~ j ~ ~ i-a: ~ z 02 W I IL CI ~ , z "'e. . t; t; t; t; U) ::!: P ~ U)::l CI) ~ <C 1110 ~ l ~ .... ~ l2 ~ !;lit; ~i- d ILW 0 8 6:~ ~~ ;~ CI) ~ z w ! CI) -" ~; U) 111 w <C m 0 C ~~ I ~ i D.. ::; ::; :l! ::; ~g Cl.. D.. l;g l;g l;g l;g l;g~ ! ! :'! < , CITY OF M I AMI BEAC H 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 hllp:\\ci.miami-beach.fl.us PROCUREMENT DM$ION Telephone (305) 673.7490 Facsimile (305) 673.7851 INVITATION TO BID NO. 34-02/03 ADDENDUM NO.6 l\~~) 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 for Bidltelll "29" Flamingo park, Attachment "A" is once daily cleaning for each of the three. Once dally for Baseball Stadium, Football Stadium arid 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. ITEM: 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 conceming process or procedure, please contact Michelle Cullen at michelllecullen@miamibeachfl.aov or 305-604-4706. Inasmuch as this change roes not materially affect the bid document, proposers are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH /,'~"', "-"","" c;?f"...- r'?;...~ 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 AWPRD A CONTRACT OR CONl'RACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BEAOVlSED: UNDER THE I..IVING WAGE ORDINANCE CQNTRACTOR'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. ALSOPROVlOE BILL'RATE FOR EACH CLASSIFIATION THAT THE: CITY WILL BE BILLED. A. Custodians $ plhour B. Supervisors $ p/hour C. 13ILL RATE for Custodians $ plhour D. BILL RATE for Supervisors $ p/hour E. Ratio of Supervisors to workers: 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: $ ATTAtHMENT "C" CONTINUED BID ITEM ..B" 12th ST. PARKING GARAGE DrexelAve. & 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 Street Parkina GaraCle, 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 . $ j:)er hour (Pressure Cleaning not specified in the bid specifications) $ per hour NAME OF COMPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE: DATE: ATTACHMENT "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 CONT~CT 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 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 PROVIDE BILL RATE FOR EACH CLASSIFIATION THAT THECITY WILL BE BILLED. A. Custodians $ plhour B. SUpervisors $ plhour C. BILL RATE for Custodians $ 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: ATTACHMENt "A" CONTINUED BID ITEM "2": SCOTT RAKOW YOUTH CENtER 2700 Sheridan Avenue, Miarni Beach, 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 DEPARtMENT 1100 Washington Avenue, Miami Beach, Florida Five (5) personnel shall be required Monday through Friday from 8:00AM to 4:00PM. One person shall be requiredbn Saturdays and Sundays for four (4) hburseach day. Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. ExteriOr Glass Cleaning: (Quarterly) $ Total Monthly Cost: $ BID ITEM "4" HISTORIC CIlY HALL 1130 Washington Avenue, .lVIiami Beach,FIOrida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: ATTACHMENT "A'; CONTINUED BID ITEM "5" MIANlIBEACH PUBLIC RESTROOMS --SEE ATTACHMENT "B" BID ITEM "6" , "".,," . ,',', ,',' " , . ",',. ,. .. BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue, Miami Beach, I=lorida ExteriotGlass Cleaning: (Quarterly) $ Total Monthly Cost: $ l:UD'ITE:M "7" SOUTH SHORE COMMUNITY CE:NTER833 Sixth Street, Miami Beach,Florida Exterior Glass Cleaning: (Quarterly) $ Total Monthly Cost: $ Total Monthly Cost to City (Night Cleaning) $ Hourly Charge: (Morning Clean-Up) $_ Hourly Charge: (Oay Cleaning) $ ATTACHMENT "A" CONTINUED alo ITEM "8" FIRE STATION ##2, 2300 Pine Tree Dr., Miami aeach,Florida (2Bldgs) Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ aiD ITEM ''9'' 21st STREET REC~J:ATION 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 AODED AFTE~COMpLETlON OF CONST~UCTlON ATTACHMENT "A" CONTINUED BID ITEM "12" NORTH SHORE RECREATION CE:NTER S01 . 72lid street, Miami Beach, Florida TO BE ADDED AFTER COMPLETION OF CONSTRUCTION BIO ITEM "13" MUSS PARK Chase Ave. & 44th Street, Miami Beach, Florida Total Monthly Cost: $ BID ITEM "14" TATUM PARK 8050 Byroli Avenue, Miami Beach, Florida Total Monthly Cost: $ BID ITEM "1S" STILLWATER PARK 8440 Hawthorne Ave;, Miami Beach, Florida Total Monthly Cost: $ BID ITEM "16" FAIRWAY PARKlCresbi Fairway & No. Shore Dr., Miami Beach,Florida Total Monthly Cost: $ ATTACHMENT "A" CONTINUED BID ITEM "17" NORMANDY SHORES PARK 2605 Biarritz, Miami Beach, Florida Total Monthly Cost: BID ITEM "18" NORMANDY ISLE PARK , 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, Florida Total Monthly Cost: $ BIDITEM"21" FLEET MGMT. & SANITATiON BLDG.. 140 MacArthur Causeway, Miami Beach, Total Monthly 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 Orive, Miami Beach, Florida Total Monthly Cost: $ / BID ITEM "24;' POLICE DEPT. $PE:CIALIN"EST. UNIT OFFICE. 1831 Bay Rd., MiamiBeach, Florida Exterior Glass Cleanll"lg: (Quarterly) $ Total Monthly Cost: BIO ITEM "25" MARINE PATROL OFFICE. 1900 purdv Ave.. 'Miami Beach, Florida Total Monthly Cost: $ ATTACHMENT "A" CONTINUED BID ITEM "26" 777, 17th Street Building, Miami Beach,Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ $ BIO ITEM .j27" 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" Flaminao Park BASEBALL STADIUM FOOTBALL STADIUM TENNIS COURTS Total Monthly Cost: (once daily) $ (once daily) (once daily) $ $ $ ATTACHMENT "A" CONTINUED GRAND TOTAL FOR ALL FACILITIES QUARTERLY GLASS CLEANING: $ GRAND TOTAL FOR JANITORIAL Sl:RVICESEXCLUDING'PUBLlC R!:STRO()MS AND GLASS CLEANING $ Total Monthly Cost Breakdown: a. payroll, taxes & ihsurance........L..$_-"- b. fringe benefits.............................$ c. chemical supplies........................$____ d. Expendable Items;.......... ........ .....$______ ATTACHMENT "A" CONTINUED The following are cleaning on an as needed basis. Bid Price shall be "per cleaning" So. Point Activity Per Cleaning Flamingo Park Pool RR 1435 Michigan Avenue DAY $ NIGHT 3rd Street 6th Street 10th Street $ $ 14th. Street 1 ih Street Per Cleaning Per Cleaning Per Cleanin Per Cleanin Per Cleanin Per Cleanin Per Cleanin NOTE: RESTROOIIIISREQUIRE CLEANING 2 TIMES PER OA Y, 7 DAYS PER WEEK. ("ENHANCED SERVICES") ATTACHMENT "A" CONTINUED The following services will be on an as needed basis. CARPET CLEANING On an as needed basis $ Per Hour . Window Cleaning On as need basis . $ , Per Hour Pressure Clean Concrete Walk On as needed basis $ Per Hour Areas/Restrooms ' " : Additional Hourly On an as need ad basis - Cleaning special events, emergency $ " Per Hour , , . NAME OF COIl/lPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: DATE:_ 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 atotal 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 AWMD A CONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: ONDERTHE LIVINGWAGE 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 $ p/hour B. Supervisors $ p/hour C. BILL RATE for Custodians $ plhour F. BILL RATE for SuperVisorS $ plhour " BUILDING ADDRESS MONTHLY STATUS , , ,. , COST Beach 181. Street Twice Daily 1. Restrooms $ (7 days per , . ' ' week) 2. Beach 461n Street Twice Daily Restrooms $ , (7 days per , . week) 3. Beach 531'0 Street Twice Daily Restrooms $ (7 days per , . , week) 4. Beach 13rd street , Twice Daily Restrooms $ (7 days per , week) TOTAL MONTHLY REQUIREMENT " $ NAME OF COMPANY: pRINT NAI\IIJ:OF AUTHORIZED REPRJ:SENTATIVE: SIGNATURE: DATE: CITY OF MIAMI BEACH 1700 CONVENTION CENTER bRIVE. MIAMI BEACH. FLORIDA 33139 hllp:\\c1.miaml-beach.fl.us PROCUREMENT DMSION INVITATION TO BID NO. 34.02103 ADDE:NDUM NO.5 April 21 , 2003 CITYwIOEJANITORIAL SE:RVIC:ES is amended as follows: AI"Iswers to Questiol1s: Q. What is tM current Window cleaning cost? A The current service provider 's pricing listed on Addendum 3 includes the quarterly wil1dow cleaning as well as carpet cleaning. Q. Is the Day PorterJorCilyHall intended to be a light duty person or 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 maintaincleal1 and stocked throughout the day. If you have any questions cbhcerning process or procedure, pleasecbntact Michelle Cullen at michellleculleMi~miamibeachfl.a6v 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. ~~ l City OF MIAMI BEACH Gus Lopez, CPPO Procurement Director CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139. nttp:\lci.miami-beach.fl.us PROCUREMENT DMSION Telephone (305)673-7490 Facsimile (305) 673.7851 INVITATION TO aiD NO. 34-02/03 ADDENDUM NO.4 April 17, 2003 CI1YWIDEJANIT()RIALSERVICES is amended as follows: Answers'to Questions: Q. Is the current service provider's pricing from Addendum 3 based on the Living Wage Ordinance requirement? A. No, the current service provider 'spricing Iisiedon 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 arid was never amended to include the LMng Wage Ordinance. PI~ase be advised thata1tllough the pricing sheets have been revised, the original bid still contains documents to be completed and returned by your company. If you have any questions concerning protess 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. 0,>'""..7,,' ", ." F?~~: ." CITY OF MIAMI BEACH Gus Lopez; CPPO Procurement Director CITY OF M I A M IB E AC H 1700 CONVENTION CENTER DRIVE, MIAMI BEACH,FLORIDA33139 http:\\miamibeachfL ov PROCUREMENT'DIVlsrON Telephone (305)673-7490 Facsimile (305) 673-7851 INVITATION to BID NO. 34-02/03 ADDENDUM NO.3 l?>3~) April16,2003 CITYWIDE JANITORIAL SERVICES is amended as follows: the bid opening duedateha$ been changed from April 23, 2003 to May 1,2003. Additions or Modifications to bid: 1. Page 12, LOCATlbNS OF:P~OPERTIES: ATTACHED PLf:ASE FIND REvlSEOLOcA TION OF PROPERTIES. 2. Page 13, DESCRIPTlbN OF GARAGE PROPERTIES ATTACHED PLf:ASEFIN[) REVISED DESCRIPTION OF (;ARAGE PROPERTIES. 3. PAGE 14, GARAGE HbuRSOF OPERATlbN1CLEANING ATTACHEO" PLEASE FIND REVIsED OESCRIPTION OF (;ARAGE HOURS OF OPERA TION/CLEANIN(;. 4. Paae17.' DESC~IPTION OF CITY PRbPE~TIES & 'Page'29. CITY HOU~S OF OPERATION/CLEANING ATTACHEOPLf:ASE FINO REVISED CITY PROPERTY DESCRIPTION AND HOURS OF OPERATION/CLEANING. 5. MODIFICATION: Page 34, item "h", All contractor's emplbyees must go through criminal background check, shall be amended to state: All contractor's employees current and neW must'go'throughcrlmlnal 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 ha$been completed. 6. Page 56, ATTACHMENT "C", COST WORKSHEET FOR PAR.KING GARAGES OF THE CITY OF MIAMI BEACH ATTACHED PLEA5EFIND ~VISEO ATTACHMENT "C". It Is the respoflsibilityof the bidder to visit the various sites to determine number of Windows and size of windows for the quarterly window 'cleaning. All facility common areas are available for inspection. This Includes all publlcrestrooms, centers, parks, poOls and other buildlngs~ Propbsers, please atknowledge this addendum or ybLJ may be deemed non-responsive. CITY OF MIAMI BEACH ;.;;?",~i (t,. ~", 'Z,"- .M-- " Gus Lopez, CPPb Procurement Directbr ~'''-'''';>>AI";~'=W''''''''<'''_'';'';'''''''"'';_''""""",_;"v'';''_'',,;,-,,"".'__'_""",_,"_"_' 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 St. 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 HaU,1700 Convention Center Drive, Scott Rakow Youth Center, 2700 Sheridan Avenue. Police Departmer.t, 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 Aftachment"B". $15 per cleaning per restroom 2 times daily. 6. 7. 8. 9. 10. Bass Museum Development Office, 2100 Park Avenue. South Shore Commur.ity Cer.ter, 833 Sixth Street, Fire Station No. 2,2300 Pine Tree Dr., 21 sf street Recreation Center, 2100 Washington Avenue. Rec. Center Park & Offices Ocear.Fror.t 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 Cer.ter, 501 - 72nd Street. UNDER CONSTRUCTION 13. 14. 15. 16. Muss Park, Chase Ave. & 44th Street. Tatum Park, 8050 Byron Avenue. Stillwater Park, 8440 Hawthome Avenue. Fairway I Crespi Park, Fairvvay& No. Shore Dr. $447.00 mo $300.00 mo $300.00 mo $300.00 mo. 17. 18. 19. 20. Normandy Shores Park, 2605 Biarritz.; Normandy Isle Park, 7030 TroOVille Esplanade. Guardhouse Parks MailltenanceBldg., 2100 Meridian Ave., Trailers Property Mal1agementBldg., 1245 Michigan Ave. 21. Fleet Mgmt./SanitationBldg., 140 MacArthur Causeway, 22. 23. 24. 25. Beach Patrol Office, Ocean Drive & 10th St. & 73 street, PublicWorksYard Offices, 2300 Pine Tree Dr. Police Dept. Special Invest. Unit Office, 1831 Bay Rd. Marine Patrol Office, 1900 Purdy Ave., Average 26. 777 17 Street Building. 27. 28. 2nd Floor Offices 4th Floor Office Common Areas (1st - 5th. Floor) GOlf Course ClUb House, 2103 Alton Road; 29. Flamingo Park 1435 Michigan Avellue; Tennis Courts: Baseball Stadium Football Stadium $300.00 mo. $300.00 mo. $289.00 mo. $362.00 mo. $355.00 mo. $347.00 mo. $372.00 mo. $232.00 mo. $700.00 mo $232.00 mo $232.00 mo. $ 715.00 mo. $450.00 mo. $1.260.00 mo. $490.00 mo $315.00 mo. $1,450.00 mo. $390.00 ITIb $816.27 mo $816.27 mo DESCRIPTION OF GARAGE PROPERTIES & HOURS OF OPERA TIONS/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. HOIJrsof Ooeration/Cleaning: 1. Ooerating Schedule The garage operating schedule is 24 hours a day 7 days a week. 2. Niaht Cleaning 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) (B) 12th Street Garage; afour(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. A. HoursofOberation/Cleanina: 1. Ooeratina Schedule: 7 days a week 24 hours a day. 2. Nioht Cleanino Hours Not required. 3. Dav Cleahing Hours: 3a. 7 days per Week (4 hours per Day). (C) 13th Street Parking Garage; a five story, 264 space pIJblic parking garage. (1) All parkingrarnps 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.. 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). (D) 17th Street Garage and Surface Lots; a five story 1,460 space garage and two (2) surface lots consisting of 506 spaces. (1) All parkingrarnps, aisles and spaces to be cleaned oflitter and debris. (2) ,Four (4) Elevators and four (4) stairwells Which will require cleaning. (3) One (1) parking office and two (2) publicrestroorns will be cleaned daily. (4) All trash receptacles will be emptied dally A. Hours of Ooeration/Cleanil'la: 1. Operatina Schedule: Garageand Lots, 7 days a week 19 hours a day. . 2. Night Cleaning Hours: " Not Required 3. Dav Cleanina Hours: 42"d Street Parking Garage; a five story 620 space garage All parking rarnps, aisles and spaces to be cleaned of litter and debris. Two (2) Elevators and four (4) stairwells which will require cleaning. One (1) parking office and two (1) restrooms will be cleaned daily. All trash receptacles will be emptied daily A. Hours 'of Operation/Cleaning , 1. Ooerating Schedule The garage operating schedule is 7 days a week 24 hours a day. 2. Niaht Cleaninq HourS: Not Required 3. Dav Cleanina Hours: , 3a. 7 days per Week (4 hours per Day). DESCRIPTION 8. HOURS OF 'OPERA "'nON/CLEANINc; FOR CITv PROPERTIES: (1) CITY HALL; 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),SeCOtld Floor .four (4), First Floor- four (4). (3) There are fourteen (14) waterfountains to be Cleaned located in the following areas; Fourth Floor- three (3), Third Floor .foLlr (4), Second Floor - four (4), First Floor- three (3). , , , ,. (4) There are four (4) elevators and four (4) stairwaySwhich require cleaning. Hours of Operation/Cleanind: 1. Operatina 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. NiQhtCleanina Hours Night cleaning shall be between the hours of closing and 8:00AM the following morning. DavCleanina HourS 5 Days per Week approx. 80 -90hrs per month Facility Closind:" 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 cleanupcrewfor monthly, semi-annual, etc~ cleaning during this regularly assigned WOrk time period, unless otherwise requested by the City. Combutation of Dailv 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.) (1) Tw~Story Structure with a separate single-story locker room building. (2) 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. (3) There are eight (8) bathrooms located in the following areas; Locker Rooms-two (2), Upstairs - two (2), Ice Rink- twd (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 -dne (1). HourS of Ooeration/Cleanina 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 Cleanina Hours & Contractor Reoortina Hesoonsibilitv. 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 assessmentdf 50% against contractor for that night's cleaning charge. DayCleanina Hours (while Center is ooen) . The following Shall be the hour schedule for the day cleaning employee. , " , ' ' ,'. . Total5-Hour Days..260 @ 5 Hrs. Day::1300Hrs. 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. Facilitv Closing: Facility shall becldsed 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 c:leanlngschedules.Should' the facility be c1dsed 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 wring 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, 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. 2. All carpets and WindoWs shall bEl cleaned on a quarterly basis. Bidder's Hourly 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.) 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. 232 weekly man hours. (1) The floors of the building to ,be serviced Consist 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 following areas; Fifth Floor-twe) (2), Fourth Floor- eight (8), Third Floor - six (6), Second Floor ~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). , (5) Firing Range: There is a 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. (6) 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) Hours of Ooeration/Cleaning: 1. Operating 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. 2. Niaht Cleanina Hours: NOT REQUIRED 3. Day Cleanina Hours: The following shall be the hour schedule for the day cleaning employees. Five (5) personnel shall be required Monday through Friday frorn 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. FacifitvClosina: Facility shall be closed during Major Holidays at the discretion of the City. Holiday closing shall not interrupt 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 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 bperating 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.) (4) Historic 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 exceotion to the 2" . Floor. (1) The floors of the building to be serviced consistof 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: One on each floor from the third through the eighth. Hours of Ooeration/Cleanina: 1. Ooeratina Schedule: Historic City Hall operating schedule will primarily be Monday through Friday from 8:30AM to 5:00PM. 2. Niaht Cleanina Hours Night Cleaning shall be between the hours of closing and 8:00AM the following moming. 3. Dav Cleanina Hours: Not Required B. Facility Closina: Facility Shan 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. (5) CITYWIDE PUBLIC RESTROOMS, TWICE DAILY. (6) 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. Hours of Ooeration/Cleaning: 1. Ooeratina Schedule The Development Office operating schedule will primarily be Monday through Friday from 8:30AM to 6:00PM. 2. Niaht Cleaning Hours- Not required. 3. Dav Cleanina Hours:- Twice Weekly on Mondays and Thursdays in the momings. (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 ODeration/Cleaning: 1. ODeratina Schedule TheS$CC operating schedule will primarily be Monday through' Friday from 8:30AM to 5:00PM. 2. Niaht Cleanina Hours Night cleaning shall be between the hours of closing and midnight. 3. Dav Cleaning Hours (While SSCC is open) 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. 4. Moming Clean-up One 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 moming, Monday through Friday 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. DailvCleaning: 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 JErsons dormitory and the fire bays are not included. 2 Sty. Support Services Bldg, 6 offices, 4 toilets, 10 persons shop area not included. Houts of Ooeration/Clegning: 1. Ooeratina Schedule primarily Monday through Friday from 8:30AM to 5:00PM. 2. Niaht Cleanina Hours: Night cleaning shall be between the hours of closing and 8:00AM the following morning. 3. bav Cleaning Hours 5 Days per Week , (9) 21st STREET RECREATION CENTER; 2100 Washington Avenue. One Story Structure (Multi-Purpose Room, BandshelVAmpitheatre, 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. (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 Building has two (2) bathrooms tequiring cleaning during events only, d. Main Building has two (2) batlTooms. (2) There are eight (8) water fountains which require cleaning. Theatre Building has one (1), and Main Recreation Building has seven (7). Hours of Ooeration/Cleaning: 1. Ooeratina Schedule MOlidgy thru Thursday - 9:00 AM - 9:00 PM, Friday - 9:00 AM -10:30 PM, Saturday - 6:00 PM - 10:30 PM. , 2. "Time Certain Cleaning": Prior to 8:30 AM on Mondays thruFridays 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). (10) OCEAN FRONT AUDITORIUM; 1001 OCElah Drive (11,884sqJt.) One Story Structure (Multi-use large room, Stage areas, Dtessing 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. (2) There are three (3) Mthrooms Which require cleaning. g. Lobby has two (2) bathrooms, b. Backstage has one (1) bathroom which require cleaning. (3) There are two (2) water fountains which require cleaning. a. Lobby has one (1), b. Backstage has one (1). Houts of Ooeration/Cleanina: 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 Cleanin9": 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, mc:mthly, 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) MussPark: Chase Ave. & 44th Street 1 Floor building, 2 toilets, Ol1e office. 10 employees. Hours of OoerationfCleanina: 1. Ooerating Schedule: Monday. Friday, 8:00 AM - 6:00 PM. B. Cleaning: 1. Atter 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. 10employees Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm B. Cleanina 1. Atter closing of facility. C. Cleaning/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 15. StillWater Park: employees 8440 Hawthorne Ave.; 1 Floor building, 2 toilets, one office. 10 Hours of Operation 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. Falrwav/Cresci Park: FainNay& No. Shore Or.; 1 Floor building, 2 toilets, one office. 10 employees. Hours bf Operation 1. Operating Schedule: Monday - Friday, 8:00 arn - 6:00 pm Cleaning 1. After closing bf facility. Cleahina/Janitorial needs: 1. Office (daily) 2. Two indoor shelters (daily) 3. Restrooms (daily) 17. Normandv Shores Park: 2605 Biarriti; 1 Floor building, 2 toilets, one office. 10 employees. Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm Cleanina 1. After closing of facility. Cleanina/Janitorial needs: 1. Office (daily) 2. Indoor shelter (daily) 3. Restrooms (daily) 18. Normandv Isle'Park: 7030 Trouville Esplanade; 1 Floor building, 2 toilets, one office, pool, 10 employees. Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm B. Cleaning 1. After closing of facility. C. ,Cleaning/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 4. Locker Rooms (daily) 19. Parks Maintenance Blda: (900 sq. ft) 2100 Meridian Ave.; 1 FloClr building, 6 toilets, two offices, 1 Kitchen 20 employees. Hours of Oceration , 1. Operating Schedule: Mbnday - Friday, 8:00am - 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) 20. PropertY Manaqement Bldd: 1245 Michigan Ave.; (2) One story buildings, 2 trailers, 6 toilets, 10 offices, 20 employees Hours of Ol>eration 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. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) 21. Fleet MqrTIt. & SanitationBldd: 140 MatArthur Causeway; Two story building, 2 kitchens, 10 toilets, 4 showers, 40'employees Hours of ODeration 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm. 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. Beach Patrol Office: Ocean Drive & 10th Street, One story building, 2 toilets, 2 showers, 4 offices, 12 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 the restrooms) 23. Public Works Yard Offices: 2300 Pine Tree Drive.; Two story building, 8 offices, 2 kitchens, 12 toilets, 40 employees. Hours of Operation 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. Flobr mopping (twice a week for the office & daily for the restrooms) 24. Police Dept. CSIU) , Office: 1831' Bay Road.; Two story building 3,000 s.f. per floor (6,000 total s.f.), 6 toilets, 12 employees, 2 kitchens Hours of Operation 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. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for therestrobms) 25. 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 - 6:00 pm. ' 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) 26. 711, 17th Street aUILDING(3 offices on the 2nd Floor, one office on the 4th floor (Medical Clinic) and the restrooms and common areas on the 1"', 3rd, 4th and 5" floors). HOLJrsof Operation 1. Operating Schedule:Monday - Friday, 8:00am ~ 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) 27. 555 Convention Center Drive Building; ACE and Code Compllante 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 Cleanino: 5 Days a week 3. Night Cleaning: Night cleaning shall be between the hours of closing and 8:00 a.m. the following morning. Cleaning Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 28. Golf Course ClubHouse Trailer intludes 2 offices and retail sales area, 8 toilets in 4 separate restrooms, 2 of which are located remote from the clubhouse. . Hours of Ooeration 1. Operating Schedule: Primarily, Monday - Friday, 8:30 am - 5:30 pm. 3. Day Cleaning: 7 Days a week Cleaning Janitorial needs: 1. Offices (daily) Restrooms (daily) 29. Flamingo Park: inclUdes 6 restrooms, 3 toilets & 3 urinals in each restroom HourS of Ooeration 1. Operating Schedule: Primarily, Monday - Friday, 8:30 am - 5:30 pm. 4. Day Cleaning: 7 Days a week Cleanino Janitorial needs: 1. Offices (daily) Restrooms (Twice daily) ATTACHMENT "C" COST WORKSHEET FOR PARKING GARAGES OF THE CITY OF MIAMI BEACH We propose and agree, if this Proposal isaccep1ed 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 RIGHTTO AWARO A CONTRACT OR CONTAACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISEO: UNOER THE L1V1NGWAGE 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 PROVIOE BILL RATE FOR EACH CLASSIFIATIONTHAT THE CITY WILL BE BILLED. A. Custodians B. Supervisors $ $ $ $ plhour p/hour C. BILL RATE for Custodians plhour D. BILL RATE for Supervisors p/hour E. Ratio of Super\lisors to workers: BID ITEM "A" 7th ST. PARKING GARAGE. Collins Ave. & 7th St., Miami Beath, Florida TOTAL MONTHLY cast TO THE CITY: $ ATtACHMENT l<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 I'D" 17th ST. PARKING GARAGE.. Collins Ave. & 11th St., Miami Beach, Florida TOTAL MONTHLY COST TO THE CITY: $ BID ITEM "E" 42 Street ParkinaGaraqe, 42nd Street & Royal Palm Ave TOTAL MONTHLY COST TO THE CITY: $ GRAND TOTAL PER. MONTH TO THE CITY $ ATTACHME:NT "C,j 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 AUTHORlZE:DRE:PRESENTATIVE: SIGNATURE: DATE: AnACHMENT "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 R!:SERVES TtfERIGtfT TO AWARD A CONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN TtfE BEST INTEREST OF THE CITY. BE ADVISED: UNDER tHE LMNG WAG!: ORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAlO A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN HOUR PAJST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BILL RAT!: FOR EACH CLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians $ p/hOur B. Supervisors $ plhour C. BILL RATE for Custodians $ p/hour E. BILL RATE for Supervisors $ plhour BID ITEM "1": CITY OF MIAMI BEACHCtrY HALL 1700 Convention Center Drive, Miami Beach, Florida. Exterior Glass Cleaning: (Quarterly) $ Additional as needed Hourly Rate Total Monthly Cost: ' $ ATTACHMENT "An CONTINUED BID ITEM "2": SCOTT RAKOWY()UTH CENTER 2700 Sheridan Avel'lue, Miami Beach, Florida. Exterior Glass Cleaning: (Quarterly) Total Monthly Cost to City (Night Cleaning) $ $ 4. Daily Charge: (Day CleaningCtew) $ per hour worked per person. 5. Special Charge: Strij) & Resurface Special Use Floors. (Gymnasium Floor if required morethanserni-annuaily: $ BID ITEM "3" POLICE DEPARTMENT 1100 Washil1gtonAvenue, Miarni Beach, Florida Five (5) personnel shall be required Monday through Friday from 8:00AM to 4:00PM. Ohe 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 Total Monthly Cost: $ Exterior Glass Cleaning: (Quarterly) ATTAC"'MENT"A" CONTINUED SID .ITEM "5" MIAMI BEAC'" PUBLIC RESTROOMS - SEE ATTACHMENT "B" BIO ITEM "6" BASS MUSEUI\IIOEVELOPMENT OFFICE 2100 Park Avenue, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ $ BIO ITEM "7" SOUTH SHORE COMMUNITY CENtER 833 Sixth Street, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: Total Monthly CosttoCity (Night Cleaning) $ Hourly Charge: (Morning Clean-Up) $ HoUrly Charge: (Oay Cleaning) $ ATTACHMENT "A" CONTINUED BID ITEM "8" FIRE STATION #2, 2300 Pine Tree Or., Miami Beach, Florida (2 Bldgs) Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ .BIOITEM "9i' 21st STREET RECREATION CENTER 2100 Washington Avenue, Miami Beach EXterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ ,BID ITEM "10" OCEAN FRONT AUDITORIUM 1001 Ocean Orive, Mial11i Beach, Florida BID ITEM "11" NORTH SHORE COMMUNITY CENTER 1250 Collins Avenue, Miami Beach, Florida $ , Total Monthly Cost: TO BE ADDED AFTER COMPLETION .OF CONSTRUCTION ( ATTACHMENT "A,j CONilNUED BID ITEM "12" NORTH SHORE RECREATION CENTER 501 . 72nd Street, Miami Beach, Florida TO BE ADDED AFTER CONlF>>LETION OF CONSiRUCTION BIO ITEM "13" MUSS PARK Chase AVe.' & 44th Street, Miami Beach,Florida Total 'Monthly Cost: BID ITEM "14" TATUM PARK Total Monthly Cost: BID ITEM "15" , STILLWATER PARK Total Monthly Cost: $ 8050 Byron Avenue, !MiarniBeac:h,' Florida $ 8440 Hawthorne Ave., Miami Beach, Florida $---- BID ITEM "16" FAIRWAY PARKlCresbiFairway & No. Shore Dr., MiarniBeach, Florida Total Monthly Cost: $ ATTACHMENT "A,j CONTINUED BID ITEM "11" NORMANDY SHORES PARK 2605 Biarritz, Mial11iBeach, Florida Total Monthly Cost: $ BID ITEM "18" NORMANDY ISLE PARK 1030 Trouville Esplanade, Miami BeaCh, Florida Total Monthly Cost: $-~- BIO ITEM "19" PARKS MAINTENANCEBLOG..2100 Meridian Ave., Miami Beach Florida Total Monthly Cost: BIDrTEM ".20" PROPERTY MANAGEMENT BLDG.. 1245 MithiganAve., Miami BeaCh, Florida Total Monthly Cost: $ BID ITEM ".21" FLEET MGMT. & SANITATIONBLDG.. 140 MacArthur Causeway, Miami Beach, ' $ Total Monthly Cost: ATTACHMENT "A" CONTINUED SID ITEM "22" BEACH PATROL OFFICE. Ocean Orive a..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. SPECIALINVE:ST. UNIT OFFICE. 1831BayRd., Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ BID ITEM "2$" MARINE PATROL OFFICE:. 1900Purdv AVe.. Miami Beach, Florida Total Monthly Cost: $ ATTACHIIIIENT "A" CONTINUEO BID ITEM "26" 777, 17th Street Building, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "27" 555 Convention Center Drive Buildin!:l Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: , BID ITEM "28" Golf Course Club House Total Monthly Cost: BID ITEM "29" Flamin!:lo Park BASEBALL STADIUM FOOTBALL STADIUM TENNIS COURTS Total Monthly Cost: $ $ $ $ $ ATTACHMENT "A" CONTINUED , , GRAND TOTAL FOR ALLFACIUTIES QUARTERLY GLASS CLEANING: $ GAAND TOTAL FOR JANITORIAL SERVICES EXCLUDING PUBLIC RESTROOMS $ Total Monthly Cost Breakdown: a. pay toll, taxes & insurance...........$_~_ b. fringe benefits.............................$ c. chemical supplies..................'......$_~__ d. Expendable Items.................'.......$_ AlTACHMENT "A" CONTINUEO Th~ following are cleaning on an as needed basis. Bid Price shall be i'percleaning" So. Point Activity $ Per Cleaning DAY $ Per Cleaning NIGHT Per Cleaning BeachRR 3rd Street Beach RR 6th Street Per Cleanin Beach RR 10th Street Per Cleanin Beach RR 14th. Street Per Cleanin 1 ih' Street Per Cleanin NOTE: RESTROOMS REQUIRE: CLEANING 2 TIMES PER DAY, 7 DAYS PER WEEK. ("ENHANCED SERVICES") <---""~;J.<o;"'.,-",""""""."",c"~,,.__.__.___,._.~,,~,_._,,...,""". ATTACHMENT "A" CONTINUED The followIng services will be on all as needed basis. CARPET CLEANING Per Hour Per Hour Pressure Clean Concrete Walk Areas/Restrooms Additional Hourly Cleaning On as needed basis $ Per Hour On an as needed basis '~ special events, emergency $ Per Hour Other Charges $ $ Per Hour NAME OF COMPANY: P~INT NAME OF AUTHO~IZED~EPRESENl"ATIVE: SIGNATURE: DATE: ATTACHMENT "B" Cost WOR.KSHEE:T FOR CITY OF MIAMI BE:ACH RESTROOMS 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 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 RESERVE:S THE RIGHT TO AWARO ACO!llTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: UNOER 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 MUST BE PAID TOWARDS EMPLOYEE'S HE:ALTH BENEFITS OR $9.81 AN HOUR WITHOUTHI:AL TH BENEFITS. ALSO PROVIOE BILL RAtE FOR'EACH CLASSIFIATlON THAT THE CITY WILL BE BILLED. A Custodians B. Supervisors $ $ $ $ plhour pfhour C. BILL RATE for Custodians pfhour ' F. BILL RATE for Supervisors pfhour BUILDING Beach 1. Restrooms 2. Beach Restrooms Beach 53 Street Restrooms STATUS $ Twice Daily (7 days per week Twice Daily (7 days per week Twice Daily (7 days per week $ $ ""''''_'="",,,,;;i.-.,,,;,,,~,...,;>,,,;_,,,..~,,,,,,,... 4. Beach Restrooms NAME OF COMPANY: TOTAL MONTHLY REQUIREMENT $ Twice Daily (7 days per week PRINT NAME: OF AUTHC>RIZE:DREPRESE:NTATIVE: SIGNATURE: DATE: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 htlp:\\cl.miami-beach.fl,us PROCUREMENT DIVISION INVItAtiON TOBIO NO. 34-02/03 Telephone (305) 673.7490 FacsImile (305) 673-7851 ADDENOUM NO.2 March 31, 2003 CITYWIDE JANITORIALSJ:RVICES is amanded as follOWs: Answers to Questions: Q. Please provide previous award information. 1. List of companies who have been sent copies of the solicitation; 2. Name of company currently performing the service; ; 3. list of companies and their bids from the last time the solicitation was issued; and 4. Pricing of the current contract. A 1. 2. This invitation to bid was advertised in the Daily Business Review and Demahdstar. Our retords indicate that approximately 23 vendors have been notified, but we are unable to datermine exact amounts. You may log onto www.demandstar.com to view bid information. The current Janitorial Service provider for City locations and City garagas is Best Maintenance. Previously, the City had two bids, one for cityWida 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 contrattto exceed the current contract. 3. 4. 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 r-'j~ Gus Lopez, GPPO Procurement Director rm C I T Y 0 F M I AM I B E AC H 1700 CONVENTION CENTER D"IVE. MIAMI BEACH, FLORIDA 33139 http:\\cI.miami-beach.fl.us PROCUREMENT DMSION INVITATION TO BID NO. 34-02/03 Telephone (305) 673-7490 Facsimile (305) 673-7851 ADDENDUM NO.1 March 28, 2003 CITYWIDE JANITORIAL SERVICES is amended as follows: I. The Bid Opening date is changed fromApriI 11 to April 23, 2003 at 3:00P.M. Also, the Site VisitlPre-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 Conference will 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. CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director rm 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 CI T YO F MIAMI SEA CH .lQ PROCUREMENT DIVISION Telephone (305) 673-1490 Facsimile (305) 673-7851 INVITATION TO BID NO. 34-02/03 PUBLIC NOTICE Sealed bids will be rec:eived 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 fordelays caused by mail, courier service, including U.S. Mail, or any other occurrence. Any bids or proposals received after tirneand date specified will be returned to the bidder unopened. The responsibility for submitting !:ibid/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/JSRE-BID CONFERENCEWlLL BE 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 9:45 A.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 BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 20f 116 Site visit shall begin at 10:00 A.M. on April 9,:2003, at the Scott Rakow Youth Center, and continue as follows: 1. Scott Rakow Youth Center........................ 2. Historic City Hall.............................. 3. Police Facility................................. 4. South Shore Community Center.................... 5. 21st Street Recreation Center................;.. ONE HOUR BREAK 6. 77717 Street 7. 555 Convention Center 8. City HalL...................................... 10:00 A.M. -10:15 AM. 10:30 AM. -- 11 :45 A.M. 11:45 AM. -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. 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 RestroolTls 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 DernalJdStarby Onvia 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 Sid, go towww.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 still be able to find bid information and download documents through the City's website (htto:/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 received no later than ten (10) calendar days prior to the scheduled Bid 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 rightto 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 Hl:REBY AOVISED THAT nus BID 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 ADVlSEDTHA'T THIS BID is SUBJECT TO THE "CODE OF BUSINESS ETHICS" IN ACCORDANCE WITH RESOLUTION NO. 2000.23879. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 3 of 116 YOU ARE HERE:BY ADVISED THAT THIS REQUES,. FORBID IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. YOU ARE HEREBY ADVISED THAT THIS RE:QUESTFOR BIO IS SUBJECT TO THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE: HEREBY AOVISEO THAT "HIS REQUEST FORBID IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRE:D TO REGISTER AS A LOBBYIST, AND AS OF MAY 18,2002,ACCORDING TO ORDINANCE NO. 2002- 3363, ALL LOBBYISTS AND PRINCIPALs MUST FILE A FINANCIAL DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE. YOU ARE HERE:BYAOVISED THAT THIS BID 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 2-40S of the Miarni 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) isatlached.ln the event that the successful 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 1III1AMI BE:ACH c?;J~ {'P"-- Gus Lopez, CPPO Procurement Director BID NO. 34-02/03 ,DATE; March 7, 2003 CITY OF MIAMI BEACH Page4of116 CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 hUp;lImiamibeachflgov PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 I NOTICE TO PROSPECTiVE BIDDERS I NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and retum to the address listed above. NO BID SUBPJlITTEIJ FOR REASON(S) CHECKED AND/OR INDICATED: _Our company does not handle this type of product/service. _We cannot meet the specifications 110r provide an alternate equal product. . __Our company is simply not interested il1 bidding at this time. _Due to prior commitments, I was unable to attend pre-Bid meeting. _OTHER. (Please specify) We do _ do not __ want to be retained on your mailing list for future bids for the type or , product and/or service. Signature: Title: Company: 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. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 5 of 116 SECTION I ~ INSTRUCTION TO BIODERS A. BID SUBMISSION 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 original and all copies must be submitted to the Procllrement 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 occurrence. BIDS RECEIVED AFTER THE BID DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. B. . 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. CONTACTflERSON/ADDITIONAL INFORMATION/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: michelleCljlen@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 any other corrections 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 CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7. 2003 Paae 6 of 116 made in this Bid or in any written addendum to this Bid. Bidders should verify with the Procurement DiviSion prior to submitting a bid that all addenda have been received. O. PURPOSEOFBID 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. TERM OF CONTRACT , 'two-year period from the time of award by the Mayor and City Commission and may be renewed by mutual agreement for four additional years. The bid prices will remain in effect for 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 CClntract. F. MODIFICATlON/WITHORAWALSbF 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 expiration of 120 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. G. BIDPOSTPONEMENT/CANCELLATI()N/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 of this Bid. H. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Bids to theGity, or any work performed in connection therewith, shall be the sole responsibility of the Proposer(s) and shall not be reimbursed by the City. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7. 2003 Paae Tof 116 I. EXCEPTIONS TO BID Proposers must clearly indicate any exceptions they wish to take to any of the 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 Citymayrequire theProposer to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. J. 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". K. NEGOTIATIONS The City may award acontrac:t on 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 enter 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. L. FINANCIAL STABILITY AND STRENGTH The bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they 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. M. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers are expected to be familiar with, and comply with, all Federal, State and 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 CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7. 2003 Paae 80f116 compliance. N. DEFAULT Failure or refusal of a Propbser 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 officer, directbr, agent, 'or immediate family member (spouse, parent, sibling, child) who is also an employee of the City bf Miami Beach. Further, all Proposers must disclose the name of 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 LOElBYIST 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 such 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 ofthecontract documents, a nd 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 (I='EC) A person or affiliate who has been placed on the convicted vendor Iistfollowing a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or CITY OF MIAMI BEACH BID NO. 34~02/03 DATE: March 7. 2003 Paoe 9 of 116 ) perform work asa 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. U. 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 subrnit that Code to the Procurement Division with your bidlresponse or within five days upon receipt of request. The Code shall, at a minimum,requireyour firm or youasa sole proprietor, to comply with all applicable govemrnental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. V. PROTESTEOSOLlCITATlONAWARD Bidders that are not selected may protest anyrecornmendation 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. W. AMERICAN WITH DISABILITIES ACT Call (305) 673-7490NOICE to request material in actessib Ie format; sign language interpreters (five days in advance when possible), or information on actess for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305.673.7080. X. 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, you are required to register as a Lobbyist, and as of May 18, 2002, according to Ordinance No. 2002-3363, all Lobbyists and Principals must Clrv OF MiAMI BEACH BID NO. 34-02/03 DATE: March 7. 2003 Paae 100f116 file a financial disclosure statement with the City Clerk's Office. DEFINITION: Lobbyists means all persons employed or retained, whether paid or not, bya 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 thatforeseeably 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 employee of 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 a City Board shall: 1) Either directly orthrough 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 the third person. 2) Either directly or through an associate be e'lJaged 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 shall be handled by the Miami- Dade County Commission on Ethics and Public Trust. For additional information, please visit our website at http://miamibeachfl.gov CITY OF MIAMI BEACH BID NO. 34-02103 DATE: March 7. 2003 Paae 11 of 116 ,SECTION II- SCOPE OF SERVICE 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. LOCATIONSOFflROPERTIES: 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 "S", page 53 6. Bass Museum DevelopmenfOffice, 2100 Park Avenue. 7. South Shore Community Center, 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. Stillwater Park, 8440 HawthomeAvenue. 16. Fairway Park, Fairway & No. Shore Dr. 17. Normandy Shores Park,2605 Biarritz. 18. Normandy Isle Park, 7030 Trbuville Esplanade. 19. Parks Maintenance Bldg., 2100 Meridian Ave. 20. Property Management Bldg., 1245 Michigan Ave. 21. Fleet Mgmt./Sanitation Bldg., 140 MacArthur Causeway 22. Parking Dept. Bldg., 777, 17th St. (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. & 7th St. 27. 13th Street Parking Garage Offices & Elevators, Collins Ave & 13th St. 28. 17th Street Parking Garage Offices & Elevators, Pennsylvania Ave & 17th 8t. 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 Page 12 of 116 31. 777 17 Street Building 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 ell 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 lobe cleaned bflitter 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. 34~02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 13 of 116 GARAGE.HOURS OF OPERATION/CLEANING 1. 7th Street Garaae Collins Ave. & 7th street A. Hours of Ooeration/Cleanina: 1. Ooeratina Schedule The garage operating schedule is 24 hours a day 7 days a week. 2. Niaht Cleanina Houts: Not required. 3. Day 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) 2. 12th Street Garaae: Drexel and 12th Street. A. Hours of Operation/Cleaning: 1. Ooerating Schedule: 7 days a week 24 hours a day. 2. Niaht Cleanina Hours Not required. 3. Day Cleanina Hours: 3a. 7 days per Week (4 hours per Day). 3. 13th Street Ganlqe: Collins and 13th Street A Hours of OoerationlCleaning 1. Operating Schedule' The garage operating schedule is 7 days a week 24 hoursa day. 2. Niaht Cleanina Hours: Not Required 3. Dav Cleanina Hours: 3a. 7 days per Week (4 hours per Day). 4. 17th StreetGataaeandSLilface Lots: Pennsylvania and 17th Street. A. Hours of Ooeration/Cleaning: 1. Ooeratina Schedule: Garage and Lots, 7 days a week 24 hours a day. 2. Night Cleaning Hours~ Not Required 3. Day Cleanina Hours: , '. 3a. 7 days per Week (9 hours per Day) 3b. 5 days per Week (2 hours per Day) BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAIIIII BEACH Page 14 of 116 GARAGE HOUSEKEEPING SPECIFICATIONS 1. Office Areas/Parkina Booths A. Daily Services: 1. Collect and dispose of all waste materials. 2. Empty and wipe all ashtrays. 3. Dry mop all VAT, wood and composition floors with chemically treated dust mops. 4. Oust 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. Weekly 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 all16uvers, ventilation grills and dampers within reach. C. Monthlv Services: 1. Perform high dusting (ie.door header and trim, top and edge of partitions) . 2. Dust all picture frames, 'charts and similar wall hangings in addition to daily or weekly cleaning. 3. Strip, clean and apply new finish to resilient floors. 4. Oust all coverings to include blinds and shades. D. Quarterly Services: 1. Dust walls, partitions,' doors'and all vertical and horizontal surfaces not included in monthly, weekly or daily services. 2. Dust and vacuum all high surfaces to include wood panels. HVAC diffusers/vents and ceiling tiles surrounding the vents. 2. Restrool11s A. Daily Services: 1. Clean and sanitize restrooms, Wash basins, dispensers, chrol11epipe, fittings and supports. 2. Clean Mirrors and Frames. 3. Wet mop and disinfect floors: 4. Clean and sanitize toilets, urinals and sanitary 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 soap, napkins). BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 15 of 116 9. Collect and dispose of all waste material. 10. Turn off all lights. 11. Spot wash partitions, walls and doors. B. Monthly Services: 1. Wash toilet partitions and ceramic tile walls. 2. Scrub walls. 3. Perform high dusting and/or washing, including walls. C. Quarterly Services: .. . " ' ' 1. Clean and yaCUUm diffuserslvents and ceiling tiles. 3. Elevators. Lobbies and BuildinaCorridors A. Daily Services: 1. Dust ledges withhreach. 2. Damp mop as needed. 3. Empty and clean cigarette reteptacles. 4. Spot clean walls aM doors. 6. Clean, wipe and sanitize drinking fountains. B. Weeklv Services: , , 1. Machine polish and/or apply finish to all non-carpeted areas to maintain excellent appearance. C. Quarterly Services: 1. Clean and yacuum diffusers/yents and ceiling tiles. 4. Garaoe Ramps. Aisles. Spaces A. Daily Services: 1. Pick up debris litter. 2. Sweep thoroughly. B. Quarterly Services: 1. Pressure wash floors. 5. Stairways A. Daily Services: 1. Sweep thoroughly. 2. Remove all debris. B. Weekly Services: 1. Wash stair treads, risers,and landings. C. Quarterly Services: 1. Wipe down walls. 6. Building Service Areas A. Daily Services: 1. Clean all janitor closets at end of shift and promptly switch off all BID NO. 34-02/03 DATE: March 7, 2003 . : . CITY OF MIAMI'SEACH Page 16 of 116 lights. 2. Place waste paper, cardboard and rubbish, etc. in approved receptacles or assigned rodms. 7. Buildina Exterior. Entrances and Main Lobby 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 ina good condition. 6. Clean and/or polish all metal finished entrances to the building. 8. Other Requirements Provide owner daily witn alisf of maintenance problems which need correction. Physically check all soap dispensers daily to make sure they are operating properly. Bidder's offe(shduld 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. OESCRIPTION OF CITY PROPERTIES: CITY HALL; Four-Stdry Structure. (109,000 sq. ft.) (1) The floors of the building to be serviced consist of carpeted and tile areas. (2) There areTwenty-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 Flodr- 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 CENTER; (55,118 sq. ft.) Two-Story Structure with a ,separate single-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; Locket Rooms -two (2), Upstairs -,two (2), Ice Rink - two (2), Concession _ one (1), and Gymnasium -6ne(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 BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 17 of 116 following areas; Concession -one (1), Upstairs -two (2), Pool-two (2), Ice Rink -one (1) and Gymnasium -one (1). POLICE OEPARTMENT; .(fOO,OOOsq. 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. (1) The floors of the bUilding to be serviced consist 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 following areas; Fifth Floor-two (2), Fourth Floor-eight (8), Third Floor- six (6), Second Floor-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 fallowing areas; Fifth Floor-two (2), Fourth Floor-two (2), Third Floor- two (2), Second Floor ~three (3), First Floor -four (4). (5) Firing Range: There is a 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. (6) 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) Historic City Hall; (31,200 sq. ft.) (JListiceCenter) Nine-Story StruCture with janitorial requirements in the PublicAreas 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). There are two (2) elevators and three (3) stairWays which reqUire cleaning. One stairway is fir'st and second floor only. The other two go from the second to the ninth. 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 RESTROOI\IIS, see Attachment "8", page 53, Cost Worksheet. (1 ) (2) (3) (4) BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 18 of 116 BASS MUSEUM 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 COI\IIMUNITY CENTER, (42,OOOsq. 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) rhere 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 arid one (1) stairway which require cleaning. 21st STREET RECREATION CENTER; .One Story Strutture (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 rheatre 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) bathrooms. There are eight (8) water fOuntaihs which require cleaning. a. Theatre Building has one (1), and Main Recreation Building has seVen (7). OCEAN FRONT AUDITORIUI\II;(11,884sq.ft.) One Stoty 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 washdown. (1 ) (2) (3) (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 which rsqLire cleaning. (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 Buildihg" 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 consist of Linoleum, BID NO. 3~02103 DATE: March 7, 2003 CITY OF MIAMI BEACH page 19 of 116 , Terrazzoahd Cement. (2) There are six (6) bathrooms which require cleaning. a. "Activity Building" has two (2) bathrooms, b. Dance Floor Perimeter has two (2) bathrooms, t. Backstage has two (2) bathrooms. (3) There are four (4) water fountains which require cleaning. a. Backstage has one (1), b. Dance Floor Perimeter has two (2), c. "Activity Building" has one (1). NORTH SHORE RECREAtiON CENTER; One Story Structure Outside entranceways should be included for the cleaning. 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 OPERATIONlCLEANING 1. Citv Hall: 1700 Convention Center Drive. A. Hours of OoerationlCleanina: . 1. Operatina Schedule The City Hall operating schedulewill 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 HI'S. a Day I 5 Days per Week B. Facilitv' Closina: Facility shall be closed during Major Holidays at the discretion of the City. Holiday Closing shall not interrupt night cleaning schedules. Should the fatility ba 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 Charge: For purposes of adjustment due to unforeseen closing of the facility, holiday closing when services are notrequired, and other such closing for reasons with in or beyond the control of the City; the charge for services shall be per the following method of computation. The mOnthly lump sum Cbst 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 A. Hours of Ooeration/Cleanina BID NO. 34-02/03 DATE: March 7, 2003 , CITY OF MIAMI BEACH Page 20 of 116 1. Ooeratina Schedule of Center The Youth Center operating schedule will vary during the year,dependeht on activity and need of the Center. 2. Niaht CleaninQ Hours & Contractor Reoortina Resoonsibility.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 dosing time shall result in a penalty assessment of 50% against contractor for that night's cleanil'{J charge. 3. Dav Cleaning Hours (while Center is ooen) rhe following shall be the hour schedule for the day cleaning employee. Total 5-Hour Days.,260 @ 5 Hrs. Day=1300 Hrs. total. rotal7.5 Hour Days.070@ 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 tleaning schedules. Should the facility be dosed 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. C. Dailv/Quarterly Cleanina: 1. Maintenance personnel assigned to the facility during its operating hours shall circulate throughout the facility performing such janitorial functions as detailedherein,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. 2. All carpets and windows shall be cleaned on a quarterly basis. D. Bidder's Hourlv Rate: The rate for the personnel provided during operating hours shall be bid asan hourly charge. One person iscoritemplated onan 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 CITY OF MIAMI BEACH Page 21 of 116 3. Police Depa.rtment: 1100 Washington Avenue. A. Hours of OoerationlCleaninQ: , . 1. Ooera.tina 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. 2. Niaht Cleanina Hours: NOT REQUIRED 3. Day Cleaning Hours: The following shall be the hour sChedule for the day cleaning employees. Five (5) personnel shall be 'required Monday through 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. B. Facility Closinq:', Facility shall be closed during Major Holidays at the discretion of the City. Holiday closing Shall not interrupt 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 timepericid, unless otherwise requested by the City. C. DailyCleaning: Maintenancepersonnel 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. D. 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.) 4. Historic CitvHall:(JusticeCenter) 1130Washington Avenue. A. Hours of Ooeration/Cleanina: 1. Ooerating Schedule: Historic City Hall operating schedule will primarily be Monday through Friday from 8:30AM to 5:00PM. 2. Night Cleaning Hours Night Cleaning shall be between the hours of closing and 8:00AM the following morning. 3. Day Cleanina Hours: . Not Required B. Facility Closina: 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. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 22 of 116 5. Bass Museum Develooment Office: 2100 Park Avenue A. Hours of Ooeration/Cleaning: 1. Operating Schedule The Development Office operating schedule will primarily be Monday through Friday from 8:30AM to 6:00PM. 2. Niaht Cleanina Hours- Not required. . 3. Dav Cleanina Hours:- Twice Weekly on Mondays and Thursdays in the mornings. 6. South Shbre Community Center (SSCC): 833 Sixth Street. A. Hours of Ooeration/Cleanina: 1. Ooeratina Schedule TheSSCC operating schedule will primarily be Monday through Friday from 8:30AM to 5:00PM. 2. Night Cleanina Hours Night cleaning shall be between the hburs of closing and midnight. 3. Day Cleanina Hours (While SSCCis open) The following shall be the hour schedule for the day cleaning employee. Begin at 12:00 PM. (Noon) Total5-Hour Days...260 @ 5 Hrs. Day= 1300 Hrs. 4. MorninaClean-uo One 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). B. 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 oontractor 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. C. Daily Cleaning: Maintenance personnel assigned to the facility during its bperating 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. D. Bidders Note: The rate for the personnel provided during operating hburs (daily Cleaning) shall be bid as a part of the monthly lump sum cost for the entire project requirements. 7. 21st. Street Recreation Center: 2100 WaShington Avenue. A. Hours of Ooeration/Cleaning: 1. Ooeratina Schedule Monday thru Thursday - 9:00 AM - 9:00PM, Friday - 9:00 AM - 10:30 PM, Saturday - 6:00 PM -10:30 PM. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 23 of 116 2. "Time Certain Cleanhia": Priorlo 8:~0 AM on Mondays thru FridaysaH areas and entryways must be cleaned fOf program start. Saturdays all areas and entrywaysmustbecleaned 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). 8. Ocean FrontAuditoriurn: 1001 Ocean Drive. A. Hours of Operation/Cleanina: 1. Ooeratina Schedule Mondaythru 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 Cleaning": Completed by4:00 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 ShorEl Community Center: 7250 & 7275 Collins Avenue. A. Hours of Ooeration/Cleaning: 1. Ooeratina Schedule Mondayand 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 CertainCleanina":Completed by 5:30 PM, at Comrnunity Center (Bands hell) and prior to 8:00 AM in the Activity Center. 10. North Shore.Recrealional 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 cornpleted. All entranceways and doorways must be cleaned 11. Muss Park: Chase Ave. & 44th Street A. Hours of Ooeration/Cleanina: , 1. Operatina Schedule: Monday - Friday, 8:00 AM - 6:00 PM. B. Cleanina: 1. After closing of facility. C Cleaning/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 12. Tatum Park: 8050 Byron Avenue A. Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00am - 6:00 pm B. Cleaning 1. After closing of facility. BID NO.'34-02/03 ,DATE; March 7, 2003 CITY OF MIAMI BEACH Page 24 of 116 C. Cleanina/Janitbrial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 13. Stillwater Park: 8440 Hawthome AVe. A. Hours of OpE:lration 1. Operating SchedulE:l: Monday - Friday, 8:00 am - 6:00 pm B. Cleaning 1. After closing offacility. C. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 14. Fairwav Park: Fairway & No. Shore Dr. A. Hours of Operation 1. Operating SchedulE:l: Monday - Friday, 8:00 am - 6:00 pm B. Cleaning 1. After closing of facility. C. Cleaning/Janitorial needs: 1. Office (daily) 2. Two indoor shelters (daily) 3. Restrooms (daily) 15. Normandv Shores Park: 2605 Biarritz A. Hours of Operation 1. OpE:lrating Schedule: Monday -Friday, 8:00 am - 6:00 pm B. Cleanina 1. After closing of facility. C. Cleanina/Janitorial needs: 1. Office (daily) 2. Indoor shelter (daily) 3. Restrooms (daily) '16. Normandv Isle Park: 7030 Trouville Esplanade A. Hours of Operation 1. ,Operating Schedule: Monday - Friday, 8:00 am - 6:00pm B. Cleaning 1. After closing of facility. C. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 4. Locker Rooms (daily) 17. Parks Maintenance Bldg: (900 sq.ft) 2100 Meridian Ave. A. Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00am - 6:00 pm. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 25 of 116 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) 18. Prooerty Manaaell1ent Bldg: 1245 Michigan Ave. A. Hours of Ooeration 1. Operating Schedule: Monday-Friday, 8:00 am - 6:00 pm. 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) 19. Fleet Mamt./Sanitation Bldas: 140 MacArthur Causeway A. Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm. B. Cleaning 1. After closing of facility. C. Cleaning Janitorial needs: 1. Offices (daily) 2. ~estrooll1s (daily) 3. Floor mopping (twiceaweek for the office &dailyforthe restrooms) Parkina Debt. Bldd:777,17th Street (2nd Floor). A. Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00pm. B. Cleaning 1. After closing of facility. C. Cleaning Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week forthe office & daily for the restrooll1s) Beach Patrol Office Ocean Drive & 10th Street Hours of Ooeration 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) 21. A. B. C. 22. Flamindo Park Tennis Center: 1100 Michigan Ave. A. Hours of Ooeration BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 26 of 116 A. B. C. 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pill. B. Cleanh10 1. After closing of faCility. C. Cleanino Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) PublicWorks Yard Oftices:2300 Pine Tree Drive. Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm. Cleanina 1.' After closing of facility. CleaninaJanitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) A. B. C. A. B. C. 24. 7th Street Garage Offices 8. E.levators: Collins Avenue & 7th Street. Hours of Operation 1. Operating Schedule: Cleaning 1. After closing of facility. Cleahina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Elevators (daily) 13th Street GaraaeOffices & Elevators: Collins Avenue 8. 13th Street. 23. Monday -Friday,8:00 am - 6:00 pm. Hours of Operation 1. Operating Schedule: Cleaning 1. After closing of facility. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Elevators (daily) Monday - Friday, 8:00 am - 6:00 pm. 26. Hours of Operation 1. Operating Schedule: Monday -Friday, 8:00 am - 6:00 pm. B. Cleanina 1. After closing offacility. C. CleaninaJanitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Elevators (daily) 27. Police Dent. (SIU) Office: CITY bFMIANII BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 27 of 116 A. Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm. B. Cleanina 1. After closing of facility. C.Gleaning Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) .. . " , , ' " 3. Floor mopping (twice a week for the office & daily for the restrooms) 28. Marine Patrol Office: 1900 Purdy Ave. A. Hours of Operation 1. Operating Schedule~ Monday - Friday, 8:00 am - 6:00 pm. B. Cleanina 1. After closing of faCility. C. Cleanintl Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) CITY'HOUSEKEEPING .SPECIFICATIONS 1. Office Areas-occ:uoied areas only A. Daily Services: 1. Collect and dispose of all waste matenals. 2. Empty and wipe all ashtrays. 3. Dry mop all VAT, wood and composition floors with chemically treated dust mops. 4. Vacuum all traffic paths. 5. Dust desks, chairs and other office furniture. 6. Spot clean doors and door frames. 7. 'Spot clean partition door glass. 8. Clean, wipe and sanitize drinking fountains. 9. Dust all vertical and horizontal surfaces within reach. 10. Spot clean VAT, wood and composition floors, including all carpeted areas. 11. Promptly turn off aU lights upon completion of cleaning. 12. Lock and check all entrance doors' to all floors, suites and/or special areas in accordance with special security instructions. B. Weekly 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 gnlls and darnperswithin reach. 6. Vacuum all carpeted areas. C. Monthly Services: BID NO. 34-02/03 DATE: March 7. 2003 CITY OF MIAMI BEACH Page 28 of 116 1. Perform high dusting (ie. door header and trim, top and edge of partitions). 2. Dust all picture frames,chartsand similar 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. 5. Vacuum upholstered furniture. D. QuarterlvServicEls: 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. HV AC diffusers/vents and ceiling tiles surrounding the vents. E. Semi-Annual Cleanina: , ., , 1. Carpeted floors will be steam cleaned and shampooed. 2. Restrooms A. 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 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 soap, napkins). 9. Collect and dispose of all waste material. 10. Turn off all lights. 11. Spot wash partitions, walls and doors. B. Monthly SerVices: 1. Wash toilet partitions and Ceramic tile walls. 2. Scrub walls. 3. , Perform high dusting and/or washing, including walls. Quarterlv Services: 1. Clean and vacuum diffusers/vents and ceiling tiles. C. 3. Elevators.' Lobbies and Buildind 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. BID NO. 34-02/03 DATE: March 7,2003 CITY OF MIAMI BEACH Page 29 of 116 6. Clean, wipe and sanitiiedrinking fountains. B. Weekly Services: 1. Spot clean and condition carpet pil~ in heavy traffic areas. 2. Machine polish and/or apply finish to all non-carpeted areas to maintain excellent app~arance. C. Quarterly Services: 1. Clean and vacuum diffusers/vents and ceiling tiles. 4. Elevators A. Daily Services: 1. Vacuum and spot clean catpeting in'eleYators. 2. Clean elevator doors,frames, walls, saddles and tracks. 3. Clean and wipe all metal surfaces. 4. Dry mop non-carpeted floors. B. Monthly Services: 1. Polish all metal surfaces. C. Quarterly Services: 1. Clean and vacuum diffusers/ventsand ceilings. 5. Stairways A. Daily Services: 1. Sweep thoroughly. 2. Remove all debris. 3. Vacuum all carpeted stairs~ B. Weekly Services: 1. Dust thoroughly and wet l110pstair treads, risers, and landings. C. Quarterly Services: 1. Wipe down walls. 6. Buildina Servic~Areas A. Daily Services: 1. Crean all janitor closets at end of shift and promptfy switch off all lights. 2. Place wast~paper,. cardboard and rubbish, ~tc. in approved r~ceptacles or assigned rooms. 7. Buildinal::xterior. Entrances and Main Lobby A. Daily 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 BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 30 of 116 condition. 6. Clean and/or polish all metal finished entrances to the building. 8. Windows A. Quarterlv Services: 1. Wash all windows, interior and exteriOr surfaces. These cleanings are to be scheduled on a quarterly basis. These are to be scheduled for Jurie 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. 9. Soecial Use Floors A. Manufacturer'scleariina recommendations: 1. Gymnasium- cleaned daily and resurfaced(*) semi-annually, per manufacturer's requirements. * Resurfacing shall be per manufacturer's specifications for total removal of floor coatingandre~application. Bidders shall include cost of re-surfacing bi-weekly in their Bids for general work and shall indicate in the Bid the cost for a single stripJre-application of the specified material should the work be necessary at more frequent intervals than required herein. BIDDERS NOTE: It is the iritentofthe City to assure that the special use surface receives only the treatment method and chemicals approved by the manufacturer. It is the bidder'sresponsibility to prove to the City's satisfaction that approved methods will be used. Cost quoted fora single stripJre-application shall be in addition to the monthly rate charged for general nightlyc1eanings. 2. Ice Rink Perimetercleahed daily. 10. Other Reauirements 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 aU supplies such as soap for dispensers,tissue paper, hand towels,arld trash liners. AU equipment necessary to perform required services is to be provided by Contractor. 11. City Abbrovals Recuired: The City must approve all janitorial supplies (paper goods, chemicals. solvents, etc.) used by the Contractor in the perform an de of his work. No supplies shall be used BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 31 of116 without the approval 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 right to require the removal of said product(s) and its replacement with an acceptable item 'of supply. It is the intent of the Citythat 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 Questiorinaire: Attached to the Bid is a BidderQuestionnairef()rmwhich must be completed and submitted to the City with your bid. Each bidder 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,failureon the part of the successful bidder regUlarly to provide the services needed by the City, shall be grounds for cancellation by reason of default. 15. DEFAULT:. . ... . It is understood by the parties of this' contractthat 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 furnish service (1) in the event it is unable to do so because of hurricanes,f1oods,or other acts of God, war, riots, legal strikes, or other causes beyond its control; of (2) to replace City workers on legal strike. 16. Computation of Dailv Charae: .... . . For purposes of adjustment due to unforeseen closings ofthe facility, holiday closings when services are not required, and other such closings for reasons within BID NO. 34-02/03 DATE: March 7, 2003 Page 32 of 116 orbeyond the control of the City; thec:harge fOr services shall be per the following method of computation. A. Night Cleanina Charae: 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. B. Day Charae: Day charges ate based . on hours. worked. If no hours are worked, no payments are due. PERSONNEL: PROJECT.I\IIANAGER;The cbntractorshall proVide a Project Manager who shall be responsible for the competent performance of the work. (1) TheProject Manager shall have full authority to act for the contractor. (2) The Project Mariageror a l:Iesignated 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. (3) The Project Manager shall be able to read, write, speak and understand English. EMPLOYEE'S .IDI:NTIFICATION: Contractor personnel must be recognizable as 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'SI:MPLOYEES: All employees employed by the contractor shall be considered to beat 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 corrtpetentand physically capable employees and the City may require the contractor to immediately remove an employee it deems careless, incompetent, insubordinate, ior otherwise objectionable and whose continued employment is hot in thebesfinterest 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. a. All contractor's employees shall present a positive. and professional appearance and demeanor. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 33 of 116 b. All contractor'semplbyees shall mailitain good grooming standards. c. All contractor's employees shall wear uniforms which display the name of the company. Uniforms shall be clean and pressed. d. All contractOr's employees shall wear nametags. e. All contractor's employees shall be trained in customer service. f. All contractor's employees shall understand their role as an ambassador of, and partner to the City. g. All contractor's employees of the shall be bonded and insured. h. All contractor's employees must go through criminal background check. LOST AND FOOND PROPI:RTY: It is the responsibilityofthe contractor to ensure . that all articles of possible personal or monetary value found by the contractor's l3mployees are turned in to the Miami Beach Police Property Unit located at 1100 Washington Ave., Miami Beach, Florida. QuALITY CONTRoL/QUALITY ASSURANCE: QUALITY CONTROL: The contractor shall establish a complete.Quality Control Program to assure the requirements of the 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 the individual(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 the level 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 monitor the contractors performance under this contract using a Contract Administrator. PERFORI\IIANCEEVALUATIONMEETiNGS: TheContfactors' Prbject 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 (CDR). 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. BID NO. 34-02103 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 34 of 116 KEY CONTROL: The Contractor shall establish and 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. 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. a. LOST KEYS: The contractor maybe required to replace, re-key, Or to reimburse the City for replacement of locks or re-keying as a result of contractor losing keys. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the City and the total cost deducted from the monthly payment due. b. REPORT: The contractor shall report the Occurrence of a lost k~y immediately to the Purchasing Agent but no later than the next work day. c. KEY ISSUE: It is the responsibility of the contractor to prohibit the use of keys issued by the City by any persons. oth~r than the contractor's employees. It is also the respo'nsibility 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. CONSERVATION OF UTILITIES: The contractor shall be directly responsible for instructing employees in utilities conservation practices. . The contractor shall be responsible for operating under conditions which pr~cludethe waste of utilities, which shall include but shall not nec:essarilybe limited to; a. LIGHTS: Ughtsshall be used only in areas where and at the time when work is actually being performed. b.MECHANICAL EQUIPMENT: Mechanical equipment controls for heating, ventilation and air conditioning systems will not be adjusted by the workers. c. FAUCETS: Water faucets or valves shall be turned off after the required usage has been accomplished. d. TELEPHONES: City telephones shall not be Used for personal reasons nor 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. FIREA.NDSECl.1RITY:Contractoris to comply with all fire regulations and is responsible for securing t he buildings during and after clean up. The City may have security personnel on duty during night cleaning hours. BIDDER QUALIFICATIONS: Pre-award inspection of the biddersfaciHty 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 With jobs 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. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 35 of 116 shan be construed to mean a fully eCluip'pedandwell established company in line with the best business practices in the industry 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. RESOLUTION OF DIFFERENCES ON ACCEPTABLE PERFORMANCE: 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 no~ 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. CONTRACTVARIANCI:S: For purpose of 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, jtshaH 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 statement of work,the follOWing terms shall have the meaning set forth below: A. AQL: Acceptable Quality Level. The maximum peroontof defective work,or humber of defects, that will be allowed before work is considered unsatisfactory. An AQLdoes notimply 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. B. Contract Administrator: The City person responsible for checking contractor performance. C. WINDOWS: Windows are the glass surfaces which are an integral part of the outer surface of the building. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 36 of 116 1. Clean Interior Window Surfaces: 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. 2. 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. D. REMOVI: TRASH: All waste baskets, cigarette butt receptacles (ashtrays, etc.), and other trash containers within the area shall be emptied and returned to their initial location. Boxes, cans, and papers, placed near a trash receptacle and marked ITRASH"shall be removed. Any obviously soiled or torn 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. E. VACUUM CARPET: After being vacuumed, the carpeted floor shall 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 the QAE. F. FLOOR MAINTENANCE: 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 coatingofa nonskid floor finish, have a uniform, glossy appearance, and be free of scuff marks, heel marks,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 underneath. 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. The Contractor 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. G. 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 orstanding water. There shall be no splash marks or mop streaks on fumiture, walls, baseboards, etc. or mop strands remaining in the area. Do not mop wood or carpeted floors. : H. SWEEP FLOORS: After the floor has been swept, the entire floor surface, including corners and abutments, shall be free of litter, dust and foreign BID NO. 34-02/03 DATE: March 7, 2003 Page 37 of 116 CITY OF MIAMI BEACH debris.. Chairs, trash receptacles, and easily moveable items shall be tilted or moved to sweep underneath. I. WALK-OFF MATCLEANING:Carpet-type entranc:ematsshall 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. J. LOW bUSTING: After low dusting all dust,lint, litter, and dry Soil shall be removed from the horizontal surfaces of deSks, chairs, file cabinets, and other types of office furniture and equipment and from horizontal ledges, window sills, hand rails, etc. toa line 7'-0" above floor level. K. HIGH DUSTING: .After high dusting all dust, lint, litter, and 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. L. SPOT CLEANING: Remove smudges, 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 evidenc:e of removed soil. . M. CLEAN DRINKING FOUNTAINS:. Disinfect allporcelainand polished metal surfaces, including the orifices and drain. After cleaning, the entire drinking fountain shall be free from streaks, stains, spots, smudges, scale, and other obvious soil. N. CLEANING OF GROUNDS: Interior courts, grounds and sidewalks shan be free of trash and refuse. . Paper, empty bottles, and cans shall be removed. O. CLEAN LIGHT FIXTURES: After c1eaning,lightfixtures shall be free of bugs, dirt, dust, grease, and other foreign matter. P. GLASS CLEANING: Inc:ludesall 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, watera.nd other foreign matter. Q. DESCALE TOILET BOWLS AND URINALS: After descaling, the entire surface shaH be free from streaks, stains, scale, scum, urine deposits, and rust stains. R. RESUPPLY REST ROOMs:. Restrooms shall be stocked so that supplies do not run out. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 38 of 116 S. BASIC CLEANING: Tasks normally done together On a weekly or more frequent basis. T. PERJODIC CLI:ANII\G: Tasks done at less frequent Intervals. Normally done as project work. U. CLEANING IN CONCESSION AREAS: Contractor is required to clean concession areas only to the extent indicated herein. CITY FURNISHED PROPERTY AND SERVICES 1. 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. B. The contractor will not make any alterations to the space except with the written approval of the City. . . .. . . C. The contractor shall vacate such building space and restore the prernises to the condition in which.received,athis.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 . Tools: The Contractor shall furnish aU equipment and tools necessary to properly perform the work defined in this contract. A. All equiprnent shall have bumpers and guards to prevent markirg or scratching of fixtures, furnishings, or building surfaces. 8. All electrical equipment used by the. ContractorshaU meet all safety requirements of this contract and shall be UL approved. 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. C. The ContraCtor shall fUrrish ahd use beater bar type vacuums for carpeted floors. .. All vacuum cleaners shall have Hepa Filters. Plastic Trash Can Liners: The Cohtractor shall furnish plastic trash Can liners for each trash can. BID NO. J4.;02/03 DATE: March 7, 2003 CITY OFMIAIIIII BEACH Page 39 of 116 '''''i>i~I>"<':'''.'''''>i''.'''''''~",;'''~h';',._",.~,~.;.-;;o;:;,C.-,-"~..;"_~" . 4. Rest Room Supplies: The Contractor shall fLtnishthe following restroom supplies. Samples of materials shall be submitted to the City for approval prior to contract start and whenever a change occurS. A. ITEMS 1. 2. 3. Toilet Tissues Paper hand towels Soap (a) (b) (c) Hand Liquid Powder 4. Deodorant (a) Urinals (with wire hangers) (b) Toilet bowls B. Description 1. Toilet Tissue shall be 500 sheets perroll, 2 ply, 96 rolls per case ( or equal.) 2. Paper hand towels Shall be MUltj:.fold, natural, 4,000 per case. (Ft. Howard 233 or equal) fNF=ORMA TION 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 8\1 Contractor: . All chemicals used 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. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 40 of 116 We propose and agree, if this Proposal is acCepted to contract With the City of Miami Beach, Florida to furnish all necessary materials, tools, equipment, transpOrtation, chemicals, labor and supervisors 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. Each location shall be bid asa 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. BID ITEM "A": ...... ..... ... ..... ... ... .. CITY OF MIAMI BEACH CITY HALL 1700 Convention CeflterDrive, Miami Beach, Florida. 1. SpeCify Crew Size: 2. Ratio of Supervisors to workers: 3. CostBl'eakdoWn: a. payroll, taxeS & insurance.......... b~ fringe benefits................,............ c. chemical supplies........................ d. Expendable Items....................... . Total MonthlyCosftoCity $ $- $ $--,-,-,-- $ BID ITEM "S": SCOTT RAKOW YOUTH CENTI:R 2700Shendan Avenue, N1iamiBeach, Florida. 1. Specify Crew Size: (Night Cleaning) 2. Ratio of Supervisors to workers: 3. CostSrellkdown: a. payroll, taxes & insurance...........$ b. fringe benefits.;...........................$ c. chemical supplies..;..................,..$-"---'-_ d. Expendable Items..............'..........$ Totall\llonthly CosttoCity (Night Cle:ming) . BID NO. 34-02103 DATE: March 7,2003 Page 41 of116 4. Daily Charge: (Day Cleaning Crew) $ per hour worked per person. 5. Special Charge: Strip & Resl.lITaceSpecial Use Floors. (Gymnasium floor-if required more than semi-annually: $ 13IDITEM"C" ........ . . ... .... ... . . . POLICE DEPARTMI:NT 1100 Washington AVenlle, Miami 13eaCh, Florida Five (5) personnelshall 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. 1. CosfBreakdown: a. payroll, taxes &inSlJrance.......... b. fringe benefits.....,........;............. c. chemical supplies........,.............. d. Expendable Items...................... Total Monthly Cost to City BID ITEM ".D" . HISTORIC CITY HALL .1130 Washington Avenu&, 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 "E" MIAMI BEACH PU13L1C RESTROOMS City Wide 1. SpecifY Crew Size: 2. Ratio of Supervisors to workers: 3. .Cost Breakdown: a. payroll, taxes 8. insurance......... $ BID NO. 34-02/03 DATE: March 7, 2003 CITY OF :MIAMI SEACH Page 42 of 116 b. frhlgebenefits.............. ...........;. c.chemical supplies...................... d. Expendable Items........;............. Total Monthly Cost to City $ $~~ $ BID ITEM "F" . BASS MUSEUM DEVELOpMENTOl=l=ICE2100 Park Avenue, Miami Beach,Florlda 1. 2. 3. Specify Crew Size: Ratio of Supervisors to workers: Cost Breakdown: a. payroll, taxes & insurance...... b. fringe benefits................ c. chemical supplies............... d. Expendable Items................ Total Manthly Cosita City BIDJTI:M "G" .... ... ....... ....... .... ....... . ..... SOUTH SHORE COMMUNITY CENTER 833 Sixtl1Sfreet, Miarnl Seach, 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 Manthly Casito City (Night Cleaning) 4. HaurlyCharge: . (l\IIorning Clean-Up) 5. HOLJrly Charge: (Day Cleaning) .SID1TEM"H" .. .. . .... ..... .... . FIRE STATION #2, 2300 Pine Tree Dr.,. Miami Seach,l=lorida (3 Bldgs) 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 MIAMI BEACH Page 43 of 116 b. fringe benefits............................ c. chemical supplies...................... d. Expendable Items....................... Total Monthly Cost to City SpecifY Crew Size: Ratio of Supervisors to workers: Cost Breakdown: . a. payroll, taxes & insurance......... b. fringe benefits..~........................l c. chemical supplies...................... d. Expendable Items....................... Total Monthly Cost to City Miami Beach, $-----'---o~ $ . $ $ $ aiD ITEM "J" OCEAN FRONT AUDITOR./UM1001 Ocean Drive, Miamiaeach, Florida . BID ITI:M "K" . NORTH SHORI: COMMUNITY CI:NTER 7250 collins Avenue, Miaini 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 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 $ $-~ $ $ $~-----'---o Page 44 of 116 b.fringebenefits................. ........ $---,----,-,- c. chemical supplies....................... $_---,- d. Expendable Items....................... $ Total Monthly Cost to City $_~ BIDITEM"L"< . ... ....... NORTH SHORE RECREATIONCI:NTER 501 - 72ndStreet, Miami Beach,. t=lorida Specify Crew Size: _~~ Ratio of Supervisors to workers: $ $ $~- $-~ $ 3. Cost BreakdoWn: a. payroll, taxes8.insurahce......... b. fringe benefits..............:............. c.chemical supplies....................... d. Expendable Items....................;. Total Monthly CosttoCity BID ITEM "M" MUSS PARK Chase Ave. & 44th Street, Miami Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. COst Breakdown: a.payroll, taxes 8. insurance......... b.fringe benefits............................ c. chemical supplies....................... . d. Expendable Items....................:. Total MonthlyCosttoCity $ $ $-- $---,-~ BID ITEM "N" TATUM PARK 8050 Byron Avenue, Miarni Beach,t=lorida Specify CreW Size: Ratio of Supervisors to workers: Cost BreakdoWn: a. payroll, taxes & insurance.........$____ BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 45 of 116 b. fringe benefits................ $ c; chemical supplies............... $ d. Expendable Items....................:$ Total Monthly Cost to City 8440 Hawthorne Ave., MiamfBeach, Florida 3. 'Cost Breakc:fown: a. payroll, taxes & insurance......... $ b. fringe benefits............................ $ c. chemical supplies...................... $ d. Expendable Items....................... $ BID ITEM "P" FAIRWAY PARK FairWay & No. ShOre Dr., Miami l3each,Florida 1. . Specify Crew Size: 2. Ratio of Supervisors to workers: 1. 2. Specify Crew Size: Ratio of Supervisors to workers: Total Monthly Cost toCit}' 3. Cost Breakdown: . a. payroll, taxes&insurance......;.!.$ b. fringe benefits..........................; $ C. chemical supplies......................$ d. Expendable ltems.....................$ Total Monthly CosHo City $ $ BID ITEM "Q" NORMANDY SHOIU:SPARK 2605 BiarritZ,Miami Beach, Florida 1. SpecifyCrewSize: 2. 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 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insutance........l b. fringe benefits..................:......... c. chemical supplies...................... d. Expendable Items............:.......:. Total Monthly Cost to City BIDITI:M"S" ... ....... . .. ...... PARKS MAINTENANCE BLDG.. 2100 MeridiaI'lAve., MiarniBeachFlorida 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 MOl'lthly Cost to City BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 47 of 116 BIOITEM "T" PROPERTY MANAGEMENT BLDG.. 1245 Michigan A"e., Mialt1i Beach, t=lorida 1. SpecifY Crew Size: 2. Ratio of Supervisors to w6rkers: 3. Cost Breakdown: a. payroll, taxes& insurance......... b. fringe benefits............................ c. chemical supplies........:......,...... d. Expendable Items...................... Total Monthly Cost to City $ $ $ $ BID ITEM "U" .................... ...... ... .;. ....... .... ...... FLEET MGMT ./SANIT A TION BLDGu 140 MacArthur Causeway, Miami Beach, Florida. 1. SpecifY Crew Size: 2. Ratio of Supervisors toworkers: Cost BreakdoWn: a. payroll,taxes&insurance......... . b. fringe benefits............................ c. chemical supplies...........,...,...... d. Expendable Items....................:. Total Monthly Cost to. City .$--'.........-~~- BID ITEM "V" PARKING DEPT.BLDG.. 711,17th Street, MiamiBeach,t=lorida 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 BID NO. 34-02/03 DATE: March 7, 2003 CITYOFIIIIIAMIBEACH Page 48 of 116 BID ITEM ''W'' BEACH PATROL OFFICE. Ocean Drive & 10th 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...................... $ BIDITI:I\II"x" .......... ......... ...... ........... .,' . FLAMINGO PARK TENNISCQURT. 1100 Michlgal'l Ave.,.l\IIiall"li Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: Cost Bfeakdown: a. payroll, taxes & insurance........, b.fringe benefits............. ...........~... c. chemical supplies...................... d. Expendable Items........,...:......". 3. $ $ $ $ BID ITEM ''Y"' PUBLIC WORKS YARD OFFICES. 2300 Pine Tree 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 $--~~ CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 1='8ge49 of 116. BID 1T1:N1 "Z:' 7th ST. PARKINGGARAGI: OF'F'./ELEV. CollhlsAve. &7th St., Miami Beach, J:lorida 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...................... Tot.1I Monthly Cost to City $ $-- $ $ $ BID ITEM "AAi' . .13thST. PARKINGGARAGI:OFF.I ELEV..~ollins Ave; & 13thSt., 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....................,c. d. Expendable Items...................... Total Monthly Cost to City BID ITEM "BB" . 17th ST. PARKI..GGARAGEOFF.lELEV..CollinsAve. & 17th St.,l\IIlami Beach, Florida Specify Crew Size: Ratio of Supervisors to workers: 3.. Cost Breakd6W1i: a.payroll, taxes & insurance..;..;... b. fringe benefits............................ c. chemical supplies..............."...;. d. Expendable Items.......;.............. Total. Monthly Cost to City $ $--~ $-- $ BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 50 of 116 BID ITEM "CC" ... ... . ... .. . .. . . ... , .. POLICE DEPT. SPECIAL INVEST. UNIT OFFICE. 1831.BayRd., Miami Beach, Florida Specify Crew Size: R.atio of Supervisors to workers: 3. Cost BreakdoWn: a. payroll, taxes & insurance........l b. fringe benefits............................ c. chemical supplies........,............, d. Expendable Items........,............. Total Monthly Cost to City $ BID ITEM "DD" .. ..... ... ........ . MARINE PATROL OFFICE, 1900 Purdy Ave. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 51 of 116 COSTWORKSHEET J=OR CITY OF MIAMI BEACH RESTROOM MUST BE INCLUDED WITH YOUR PROPOSAL PAGES II BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 52 of 116 ATTACAMENT "B" COST WORKSHEET FOR CITY OF MIAMISEACH RI:STROOMS BUILDING ADDRESS MONTHLY STATUS . COST . FleetMgmt. RR's 140 Mac Arthur Cswy Once Daily 1. $ . (5 days per .. . . week) Central Stores RR's 140 Mac Arthur Cswy Once Daily 2. $ (5 days per .. . . week) So. Pointe Pk. RR's Bisc. St. & Govt. Cut Twice Daily 3. $ (7 days per . . week) Beach Restrooms 3rd Street Twice Daily 4. $ (7 days per . .. . . . . . . week) 5. Beach Restrooms 6th Street Twice Daily $ (7 days per . ... . .. .. .... . .. week) . 6. Beach Restrooms 10111 Street Twice Daily $ (7 days per . .. .. . . week) 7. Bch. Patrol HQ 101 Ocean Dr. Twice Daily $ (7 days per . ... .. . . . week) 8. . Beach Restrooms 14th Street Twice Daily . $ (7 days per . .. .. . .. .. week) 9. Beach Restrooms 1 r" Street Twice Daily $ (7 days per . .. . week) Pk Swimming RR's Jeff. Ave. & 12th St Once Daily 10. $ -- (7 days per . . . week)- Friendship # 3 Flamingo Park Twice Daily 11. $ (7 days per . . . . week) Handball Courts Flamingo Park Twice Daily 12. . $ (7 days per . .. . . . . . . . week) Prop. Mgmt 1245 Michigan Ave. Once Daily 13. / .. $ - (5 days per . . .. .. .... . week) Garden Ctr. RR's 1900Conv. Ctr. Dr Twice Daily 14. $ (7 days per . . week) Parks Maint. Bldg. 2100 Meridian Ave. Once Daily 15. $ (7 days per . . . . week) 16. Beach Restrooms 21 sl Street Twice Daily .. $ (7 days per . . . BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 53 of 116 . ... . ... :', :,:..- .-:,-:. . .. .. week) 17. Beach Restrooms. 29th Street Twice Daily $. (7 days per . . .. . week) 18. Beach Restrooms 46th Street . Twice Daily $ (7 days per . . . . week) 19. Beach Restrooms 53'd Street .. Twice Daily $ . (7 days per . .. .. . . week) 20. Beach Restrooms 64" Street Twice Daily $ . (7 days per . . week)~ 21. Beach Restrooms 73'" Street Twice Daily $ (7 days per . .. .. week) 22. Stillwater Pk. 8440 Hawthorne Ave Once Daily $ (5 days per .. . . ... . . week) 23. Fairway Pk. Fairway & No. Shore Dr. Once Daily . $ .. (5 days per . . . .. . . . . week) . 24. Muss Park Chase Ave. & 44th Once Daily Street $ . (5 days per . . . , week) 25. Marine Patrol Purdy Ave. & 18th St. Once Daily $ . (5 days per . . : ... . week)~ 26. Flam. Park Tennis Flamingo Park Twice Daily $-~~ . (7 days per . week) . . . . 27. Sunshine Pier Bisc. St. & Govt. Cut Once Daily $ . . (7 days per . week) .. ... . , . . 28. Tatum Park 8050 Byron Avenue Once Daily , $ (5 days per . .. .. . week) I TOTAL MONTHLY REQUIREMENT '$ BID NO. 34-02/03 DATE: March 7, 2003 CITYOl= MIAMI BEACH Page 54 of 116 Tl1efolloWinglocations shallrequiretleaning on alfasneed~dbasis. BidPric~shall be "per cleaning" .. . ... . .. . So. Point Activity Bisc. S1. & Govt. Cut Per Cleaning . . . . $ . Holtz Tennis Flamingo Park Per Cleaning Stadium . . $ Baseball/Flm. Pk. 1435 Michigan Ave. Per Cleaning . . $ . . . Football Stadium Flamingo Park Per Cleaning . . .. . . . . $ ... Normandy Isle Pool 7030 Trouville Esplanade .. Per Cleaning . .. . . $ .. . BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 55 of 116 ATTACHMENT "CO' COST WORKSHEI:T FOR PARKING GARAGES OF THE CITY oF' MIAMIBI:ACH BID ITEIIII "A" 7th ST. PARKING GARAGE. Collins Ave. & 7th St., MiamiBeach, Florida Total Cost Pel' Month BID ITEM "B" 12th ST. PARKING GARAGE Drexel AVe. & 12th St., Miami Beach, Florida Total Cost Pel' Month $ BID ITEM "c" .. . 13th ST. PARKING GARAGE.. Collins AVe. & 13th St.,Miami Beach,Florida Total Cost Per Month BID ITEM "D" 17th ST. PARKING GARAGE.. Collil1s Ave. & 11th St., Miami Beach, F'lorida Total COst Pel' Month GRAND TOTAL PER MONTH AdditiOrialCleanlngs . (Cleanlngs not specified ill the bid specifications) $ P/H Use Of Contractors' Pressure Cleaning Equipmerit . $ P/H $ (Pressure Cleaning l10tspeclfJed in the bid specifications) P/H BID NO. 34-02/03 DATE: March 7,2003 CITY OF MIAMI BEACH Page 56 of 116 BID FORMAT Bids must contain the following documEmts, 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 appropriate signatures on each document, may be deemed to be non-responsive. Non-responsive bids will receive no further consideration. 1. Table of Contents . The table 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. A. INTRODUCTION - An introductory letter On firm letterhead indicating name of firm, contact person, phone, fax, e-mail, type of business entity, and a short staternent summarizing the strengths of the firm/team as it relates to this Bid. B. EXPERIENCE/REFERI::NCES .. 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. C. COST - Bidders must include cost worksheet. 2. 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. 3. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 57 of116 SECTION III " SPECIAL TE~MS AND CONDITIONS INSURANCE: Successful Bidder shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance as indicated on the Insurance Checklist which shall be maintained with insurers licensed to sell insurance in the 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 mustbeapproved by the City's RiskManagernent Department. F.AlLUR~ TO PROCU~EINSURANCE: 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. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 58 of 116 _X_1. Workars' Compensation and Employer's Liability per the statutory limits of the state of Florida. 2. Comprehensive General Liability.. (occurrence form), 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). 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. EXcass Liability -$__",",--,-. 00 per occurrence to follow the primary coverages. xxx 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: ~. Builders. Risk completed value _ Uquor Liability --'- Fire Legal Liability ___ Protection and Indemnity _ Employee Dishonesty Bond $_~_.OO $__,00 $ .00 $ .00 $ .00 $1.000.000.00 ( xxx Professional Liability XXX? Thirty (30) days Written cancellation notice raquired. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The cartificate must state the C1uotenumber and title VENDOR AND INSURANCE AGENTSTA TI:MENT: We understand the InSurance Requirements ofthese specifications and that evidenceof this insurance may be required within five (5) days after Bid opening. Vendor !Signature of Vendor BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH PagE! 59 of 116 SECTION V . GENERAL PROVISIONS A. ASSIGNMENT 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. B. INDEMNIFICATION The sUCcessful bidder shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, .c1aims, 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 law or in equity, which may arise or be alleged 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. C. TERMINATION FOR DEFAULT If through. any caUse within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise yiolate 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 fermination which shall become effective upon receipt by the successful bidder ofthe written termination notice. In that event,. the City Shall compensate the. successful bidder in accordance with the Agreement for all services performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of 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 set off until such time as the exact amount of damages due the City from the successful bidder is determined. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 60 of 116 D. TERIIIIINATION FOR CONYENIENCEOF. CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful bidder of such termination, which shall becomeeftective 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 City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful bidder in accordance with the Agreement for all services actually performed by the successful bidder and reasonable direct costs of 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 earn on the balanced of the Agreemert. 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. BID NO. 34"02/03 DATE: March 7, 2003 CITY OFMIAMIBEACH Page 61 of 116 SECTION VII -ElIDDOCUMENTS TOElE COMPLETED AND RETURNED TO CITY 1. Proposer Information 2. AcknoWI&dgll1&ntof Addenda 3. D&claration 4. Qu&stionnair& BID NO. 34.02/03 DATE: March 7, 2003 I CITY OF MIAMI BEACH Page 62 of 116 SECTION VillA TT ACHMENTS 1. Mil:llniBeach Lobbyist Ordinance No. 92-2785 2. COile of Silence Ordlnallce No.. 2002-3378 3. Debarment Ordinance No. 2000-3234 4. Code of Business Ethics Resolution No. 2000-23879 5. Protest Procedure Ordinance No. 2002-3344 6. Living Wage Ordinance No. 2001-3301 7. Campaign Contributions by Vendor Ordinance No. 2003-3389 CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 72 of 116 Sec. 2.481. Definitions. 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 members of those City boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the City commissioners. Autonomous personnel includes but is not 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 means the Mayor and members of the Citycoml1lission. 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 of this 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, attorney, officer or employee of a principal, regardless of whether such lobbying activities fall within the normal scope of employment of such agent, attorney, officer or employee. Quasi-judicial personnel 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. (Ord. No. 92-2777, ?I, 2, 3-4-92;Ord. No. 92-2785, ?I, 2, 6-17-92) Cross reference(s)--Definitions generally, ?t-2. CITY OF MIAMI BEACH BID NO. 34-02/03 bATE: March 7, 2003 Page 73 of 116 Sec. 2-482. Registraticm. (a) All lobbyists shall, before engaging in 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 eachpersbn or entity Which has 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. (b) 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, although no additional fee shall be required for such amendment. The lobbyist has a continuing duty to supply information and amend the forms filed throughout the period for which the lobbying occurs. If the lobbyist represents a corporation,partnership or trust, the chief officer, partner or beneficiary shall also be identified. Without limiting the foregoing, the lobbyist shall also identify all persons holding, directly or indirectly, a five percent or more ownership interest in such corporation, partnership, or trust. (d) Separate registration shall be required for each principal represented on each specific issue. 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 employed to lobby. (e) Each person who withdraws as a lobbyist for a particular client shall file an appropriate notice of withdrawal. (f) In addition to the registration fee required in subsection (a) of this section, registration of all lobbyists shall be .required prior to October 1 of every even-numbered year; and the fee for biennial registration shall be as specified in appendix A. (g) .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. (h) The registration fees required by subsections. (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 or entity (such as a charitable organization, a neighborhood or homeowner association, a local chamber of commerce or a trade association or trade union), without special compensation or reimbursement 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 BID NO. 34-02103 DATE: March 7, 2003 Page 74 of 116 Copies of registration fbrmsshall be furnished to each commissioner or other personnel named on the forms. (Ord.No. 92-2777, 13, 3-4-92; Ord. No. 92-2785, 13, 6-17-92) Sec. 2-4lJ3.Exceptionstoregistration. (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. Any person who only appears in his individual capacity at a 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, including 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, ~,5,3-4-92; Ord. No. 92-2785, ~, 5,6-17-92) Sec. 2-484. Sign-in logs. In addition to the registration requirements addressed above, all city departments, including the offices of the mayor and city commission, the dfices of the city manager, and the offices of the city attorney, shall maintain signed sigl'l'-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,';8,6-17-92) Sec. 2-485. List of eXpenditures. (a) 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. ?11.0045. (c) All members ofthecity commission and aU 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 thernselvesto 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. (d) 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, 'E, 3-4-92; Ord.No. 92-2785,71,6-17-92) BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 76 of 116 CONE OF SILENCE: ORDINANCE NO, -2002-$378 ArIi'ORI)~~f!i9f:.JH~i.~\'QR..'~.'~fI'Y.Q~~.~'..!ije..~ttV()F' :-4_.~IM't .~~_~. tMe"OF'tED!I1'~OIt.. .. .,AMeNOmG~N .... . ...J. .......'URlMEIltP....NlJiNG .'2........ . .. ......... '...... D 4.el\l'J'lT'.. .......'...,. "..........'..' ...., .... ....,....... ~ct>>tli ..~...~";}$AlP..tW_~'eNJ..f~fl:W.~.."... ..1ltl!... ~O...fSt1'J.,N$p~.. ...~....U".~'1'I~ON)AU..ReQlJm-'If. PRQp~,.P..,.ItIQUE$T.~~l.I" .. ~..(~$).A@l JNVtt4~ ....~....IIfr>........ ........D$).......~,...... ....,....~~........Affl)......~ ....COMMI88IONERS..Mll'TH 8Pecnve;s:rAFF."AHD.{>>t(Po~ _J:Jt>a,~!!............ . ..............ji"DE~~~.'qtt~1."I'~l'; PROVfI)ING ..f7OR'.AI)I)~.exc:EPt1O..fI..~tM; JtQQRAI. C()MMtlNICAfI()"'eJ;.~NGt=OR'l1&.'FoRR~~U'1"Yt AND.ANEFR;~l'rJEDATr;. WHE,RNI..9i1'~~rY~~.Z062,iti'~~~r;dy~~rt.~ C>i'd~~..fIIQ;...~-a~...ilful!t~.".~'.;2~11~1(t}M.~.~~~~..CQ(fe,~ .~."~bf~O~~.'~...n,,~'dat4FOfFet)tuaty$;2Ci02:.atif:f .... ...WH!~,~lSm~~.~~.~mentfJ~~II\e~(i( (i~(lhJICOl'hmun~rfIOB~rnga~IIIr!R~,..RFq.~rld/:li(tfortl1e~...6f... ~~lld..~.t()'.~..~fi1.'.'.~d~l,v~"~~d"'~Elr~.tpb~.. .1)r.p:)/'lJt.dfant,lJnd..lhe'Mayijr'..'~COrnri'il8Sloriensal'ld..'1IJ~.re~'~.fr8:...8fId """~,....faffl\..o..~s ..~.rOV8d.mriendl'ri8rmi~8d~" .~"'f!:r#1..ptOhlt1iflO"~.~.~~.~..".~RFP"RfFq,.Qr ..bJd~r.the,Sof_tiOl'fOf'~.~...~.'~~~...~I'Id.'#1.~.rlnnJI'1t c1lrec:tQror~~~.stiIff~l'l~fOr~l11I~",,~'prpc:u~~.. .~.~'.RfP~...~,o!,p~..~.~tl~~~'~p~.~~..C:Pi1'!m~~; ~1d#1~'~unlt:8tfOnbe..IlMlbld.~ytO~nfOf.~ol'~8h8dy (lOnUWled.fn1he~pPndl09tlOIlc1tetlond~J1'Itiln(;i~~..' . YfflE~.MiirJil;.~ ..~'. _t'9~..~fue~.~adctItfOl1al .~'tOth~.'.~'.Qn'..OI'tII..~""'~IlS~.1h".qbl.ll'ltY..~.~..?tI .~CltliI'fI)8l'SOn mJl $~commltte&..abOt.ftapaitlCufar~....~ ;~,llf..ndIatipn,....~.~r...the~m~ '~8llt)!l'I~'.~~n)1q,)~ .~an.af)d..PrtMdld1h8t~ljc)tJfdflr'lY~"P<Xiur.ln'1Ii..~~~,.. ~~'Qf"'~n.!'Jd,Of~:............... . ~'8h.e1II.Se~Jn .~a~~.J)Y"M8t!.r~~C1~........., .... .............\Y'~....~~]nallY Rk:OI'l'll'ri8I'ldatiOn.iltlemol"8ridUm.Ubrnltted..bY.1he.'Ma~er'.to.theCOUrttY.CO~Jbn; '~jM~~e'~nty'eJj~~~Itt~t1i~nw'~~ltf()ri$I ~.tQ ,ttiepr'C>hll:lltj)n (jn...QtaJ~n~.pEiI't8lnln;to ...eme,gency ~... . V'IFI~...idMJa~eQo"m)"~m.".r$~t()lb.~a"cf CltyCominf$SlonM':c>ftfill.~..'0f.J\tirl.tnI~8~i~~~(an.:lttle...~~ BI ...~..anCI.lnOrd;.~tQi~..~I(J..llme~dlraent$.ar1dth8fr'.~itytb..pOtei1tl8fvetldOr$, D. "~~~....PriMaers;..bldcfil'S:~~.~~lJ~riti;<I~t:i\.IS~I~.~'~Oft.4~. ~ctljtlli!lAdItlInlSti'J6Qllal')\:Ji1htqity~. ~bere,ln ~thldth& ..~..lI1<l'.~.~"rt,.~,"9ftY$CortEf~'$~.Qn:t~I'IC(t.~itJftlQly. NOW. ............. .. ,II. 'r. tt..().................................~...>JW............THI!MAY-At.IDc.IY COMilIISSIONOF . . . OFMI.tIEACH; . SI!CTfON......sectIOn!~~orDlYi8lOli4orArlICl8Vll;dcniijier2oUheMfaml_d1 CItYCodt..18.~y~decUo~as..~.. . .~YIl~S."".Ofcoms,,* .t:WISION4. .PROCUREMlNf IjO>2.....C...or.llliN1c8. (a) CoIl...CtJl!Otth~~k>>1Of.gbOcfs;~, a"4..~ptbjeCtjl8UtJf ....RM.Idlt~. . ..... " .(1) OEiftl1lt1Ori.~d.~~...berebydEiftttidtomma~b.c:m:. (8)1;It11.Qb~~~~lrj;...pll~~;~.@r.~.("~ .NqUtttibi.queI~,('"RFq't.fIlII..~ferl_..~lAtIAiI8I~"' orbl4~~.~~I....~~,~,.~...,~Or ~~nt'tir!dth8~,1if ... ... ... ........._~bUtnot,lmlfIdtO. .~~ClIty""~tatl(l~Ot~_: . . (blanY.~nfC8tlOn ..~tng.a;~.~f:p; m::Q~ .M.4Of(llcl ~n.tI1Ef.~;ClW'C/)~~dtthl!lr.~.~~f..nd . ...ny~bfff~thi.~~I~...8i8Wfn<llUOIrig~butriOfRmit8cltOj 'I.he..#tY.~,~d;tifaw,.~: ;(c)iny'oornmuri~~~ .'8 .pa~..~FP;f.RF<.l. F\~...l~brbid ~n.apot8nt1a1YendOt.~~~..~. .~'Ot .~ .. .anytriJmll~ofa~~tfOrilirldJOi"~ri ~ ....... .......... (dran)f_munlc8t1on~inQa..i'tICijrarRFP; ..RFQ.Jl~fOr'bid ~n .1f1e..'mayor,CftY.cc,)m~e1!.li.9"U'jE!fr.,..~~.;.~ .f\Y:l.ttaembel'Of...tltY8\t8lU8tIOri.ai1dlOr~ri..COInrh_~~l l.l~~ ~......".~.~~;.~.......~~.'~_..;...talt~...ll_....~.'..flitP~ .pA1Ge.."..r..~I.&.~~fl:g~~....lii t~F'."d9WtU"lDfI ~....~,. '..~.!fIil!lfl..1#! J!IliIIlJI[i~~~~~~I!"~ ..... _mm~Wiltl~.~.It{~.."'Iiii8~I'''''''~ CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 78 of 116 (2) ~unt. .. . . ....< ... .. ... ... .../ a. '?~<<>neor~~$J1alf~I~ect...pon~'~~RF9..Ft~...l. ~!&bf(I~r1b.l:t.~~~()f~ttitJ.~fPjR~...~.l?fo~~'.pIt. ....~m.,OfJrntlO_.Of.~Of~~.~..(lfty...~..~.hi$ iOfbiJr~'8hij".~..fofPUbllC'~.ot.~tlOt(.Of._~ 1tre;..I:!IlY.~"'a..~ln'_f'IJ.b.I.c'~fOr~.8.lJnlf ..~...~emerit~~,.,.i...~.Of_..d~. . Of "I'hlconlJqfslle;f\Ce ~ailt.ennlhattl ~.thOJlrite ..U1.()ity~r~~ ..~pr~r;~ ~M_lIfttQ."~Pf.1I ... .. ' . ............ .Rf~,~Q~RP~I.pr bid ~th8citycXJn1mIStiOrir~"kI..........., ... .f~FQ~RFL.-4.()t~!d..la ~~;~~.~.,..r..~...~.~.~t~h,18 ~r~r.~..~l'firrienailltfOri,...'eoneof.8I1fmC8..m~..be..tIft4d..8$ '. teI.Jj)..~I.lt'l~~..~..~.r~~~..9f tf.t!...~~'~nd.ttjj.~...~~..~..~l:tbetlf!1e cllYcommi$SlOA...~tIUt..n.....mcomn~~tf)~ pitY..Iml1.~~fc>>r.Jij~r~;...~~IilQf'~.~~a. ~ntitiU,.~.~.t1riHfi..~~~.$U~equent:~ ~~'8rld tflepa~r RFPjI RFQ, ~for.bldl$ ~~ ........'. .............. ..'... . '.....~F'~).m.i1.lIi...~l~~ltb~~t.thr.n~.pqo&'Wh~.~.<:tlV ~Qet.~s.the.~, @)~.fne.P~.~.i.~~~~fA.~~()f..n~IhaI..~._y ,to: (a)...._~MV9....... .......'....~.'............Q1.....II. '9...... tot...... lb........ _... ..Bt...... Of~....... ...............'QOM..... ......................I:.......'.S........f1......IP..."'" 8rid~'"',.~;. ,U.'..~..... ..FurJdS;adml~~~dtV~of~l.IriltV~.$!lt__I!H!~!!. ..(b)'..~nicafi6r18.th8..cttY.attomav.8nd...6lJ.ot~.it8ffJ ~.w.(RJQbmmuri_ft8..tpte-bidi~ '(Iij.6loNl~b8fol'l~~_.~I~~Jtt881.~. ~Ct~ISCU"II)"..dU"l\98r1ydUty.~...ptI6iC...~lg; .@lm.publfoPNMhtatfOMmidetotheollY~l~thdurrng...8riY..dUtY. nOUcledP\ilf)JICim.,..in,g; . (ij...lIl..~Ct.I1~~~..With...Cijy~folIOWtrjQtfi8..awa.A1....tif..an...RfP, ~Q~~U~oribfdf:)yi...city@lRli~~ . ................ ........ .'. ...... ... .... ... {t)W.(fOmmunl~in~~~Dy~~WfIt1"aijy~~,i~ . .~...~!iri..Of'~\~.~m~,...~~.....~IY.~bltfd...by....... a,ppIlCable RF~;J~FQ..~otblddOCUmentS; 9F CITY OF MIAMI BEACH BIDNO.34-02/03 DATE: March 7, 2003 Page 79 of 116 <(9)...m..C:ltY'.~n'l~..rn~~.~~...~.'..~...iti....~ ~...andth'.tnaypr."d...i~.l(:1lfCO~rs...Wherit.......... ~...8!'tl~hed~Je9..fQI'.C()h$l!:t~.atth8...I\EDCI.~SSkm~ j~;m~~~~~~~~P(.t~ ~~rina.1he.()JOCiI~p~~fW~~~'Im~orbl4~a !_~. (JS).aulV.~..Ilt8'~"'.Ic)..deten,lil'\&tt1&ml1j."lW.Of~~rdll1O .a.ca~tar..~!d~dJIq.~ti,,"D~..b~the~rnaOfbld8.Bni:I.j; \tlm8.tne:cJtoj.mari8dermak8SMilidrhl!ll'Wi'itt8ifi8C6iTliriBndatkin: ..'io:.al'lveme~moqJ~rnehtOf~()tael"'ilCut.. lm.)~m~.~~ilJ9.'.~8r~P.8Fgior6ld..betr_n..lD'\Y ~rron,.."jh~..~m,~'~.;:Or~~~i_ ..~ri8lbI&.~ldr:tlli1I~.~.iiOCtIMiTIiH-II..~mr\8UCh.Rrfp3RfiJ: .grtild,~".thft~~I8IIi'1'ilf8di~tQ:matri!irlfGf:::::::::::-"'.';;r ~ore.at~~~tn'~.CO~riO'lOI~d~ ...(t1)Th...~~;f.~..~ndclt,..~'.~~.~.pr~.lfiInt . ..shallfllea ..CClJ:l1.ot8nY~ cotrllnunICeitlOh8W1thtti8dlytli8I'k.TheClty ...pIeIf<~II..ma~'.c:qll"...~b1tl..to8l'lY..~...~..'.~ . M .....1I.~ -CllFle8f8ll8h..l$h.,.~ijefl....~te:~~<.jt~B~....~l'It(~$o/ :..~~,"~.."-"'~.~P~~y",'~el=t~'~q..A,~.'r.~"'..."~"... PIa~....~~~r..~~&a~~~;~'~(;I""~d,'.'" .,~!r~.~$tI~,lIi'~lIIrt..~tIt.lr'!'I!~"",~'.@l'.d,...~:IR'rlItt.ilr."'~.. ~.'''~IA~~~IAQll'f~~~t,,~~....~..tlW~'..''~II'''' .1llr.JI&'_;lilAd,(tall~' ..leMMYIllJat/4M "!",NtI"l;llpa.III...RFA. ...~Q,.~I"~.~~...~~.Fl~...~~.~"IR~....~."~.~p~~ "ff;$~"~'.ltY1I1lI~$t.",~.~d~~~~~:""~iAlII\I",~ti~Ji~ .1~~~liI~,'.lIIilllllY"af:t..~Jilfl:flMl..r~,,,,,,,,,,,j.~El.~) riI:Iy.~~~..... .~g.~.."'~~.~;...~9.;FtI!;f..l.!..tt.'~'~.~II...P~.VJ""1 "Mi8~...."I_t!~~~;~~~~..~,l'ti_.,.c1.....ty .~II~ll~.ael8~~".~~,..",i.lilf!~J~..~.fJ8~~.~"~' ;..!JH:I~~~.~l...."t~.."~..~~fIl.MCt~r~,~,g~~([I"""r ..:;;;,..;.~=~~~=:= lIiJ'69lRmY~..vlilhtlllfEllS'\1IIt~l)yaRd"'fl'rh.t.ff.. ... . .,(2) ..i~.pt."~..~#~Il~.."'~~1lJ8titl~:9b~'''~..M<~)~@fir'.'~''.fJlf.lliI81'f~ ."1II1l.bi8~p8.ed... .8~REFl,RFC1l..~Ff,:fJ"'''''f9r",,'~........r .~",.......~~III~lt~I!iI~~;~{jtj.I't~!~"~(d'l~ ... ""'$. ~I\. iMpe_eRJlf......~lIIi..~."I..SIll;th8 _.......lIIrlllr"18erl\.d~1i8 (1) CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 80 of 116 6-~t~.EIt'..~I."'~~e4.~tlJ)i~til..~..t.A~.~tIiB."~A.*.,oQg ':m'A1he~..FiIllt'.{j$_$.~t~'iK. ... . .~""~,~.~,,~".~'~.~ffJl'ehl*lit~Ay.~.....,.,,,.e~~r~'?J~..~If~ ..,...'licI~1\1"'~~'~.~.(~)f~...~~.Jl~~".~~"~~.~.... ~~,E1.'~...~f4...8fIf1te~ ~..~~.1I~..J;t~.~~..~1iIfJ"8fIUVl,littl!l~ ....,.,.~...Ql'..~..~ij."'.JiI..~..~~..!:f~,..~Q,~.~~t.lilI~ ~8fIE1 ,..~Me.tilf..{lilJi~"'~..tl'.,..IFt...~~M...8R8.~(~ ~i.. ~ne..,'"_.Fd.lilflll~F\ '~f~~l,.. ~ ~r~"'*It'~tIICli~ .GeJflJ.'ll~~~r~(~.~ffl'~~.~IFt.~jj..",~.".'~~..~r ~af.~tJ1~"l:i.e".".~~iaIifi$"'.fI~'~~al.~~iIlfjjl.fI.t!,r.. ...jlty....~~~~~g~.....ttt~...~i~~~~...pl~~~er]~~~ .IAfO~,8I.IIJ~~tf:j..8.'~jfll.IP~~.~,R.~.;.!..e( ~...doCllJ""~..~e~....r8r..ii~.r-...Q;...$I1Ii~........~....".~~'NI'lII@I' .....illiIMffl~B"~.~..~....Flf.':f.I:i..~.flI81il....1.~..e_lIie,a~. .~e..A.FliIl_llellpGAre..... . N8I\IFllf..~ifleil\~~."IIR...8RY~~~"..r~I'ep;i"t, '''R"",..'~~~.~rl'''~~~~'.lIir~"r".~.......~.~P~lilJY ,....~~"''';..th.~.~.~~!I..t~"IIl~......~~~.M'~....~;.,.,.~..~..~ ~"'.!!l8lkl'IlR a"YlfltIijq'~.lli!&9I."Fh8'9ltitAll!lR.'''~I!IIl~~flelfi.,. fJ"'"I~...~~8ft~rti\ldlORlI... .$~$!Jll ~.!!~~""..... ..$"....liIif..i8d~R. ... ... lelOO...~~",..~~~..A~Qf'''~~~.'t>v...~.~~ittr bldder"p~rjV4mdOi'....iVk>>Jll'O\ilder..~8t.C'ir.~8ba1I.~8IJd .~~.".",.~,.'~dQr;';~CfJ~....J~~'.P":C()~tq."'.sa~ P~lI~..,~..'fc:ltltl'...Jrj'.Dlyi8iOn..'~j,~.~~..tIf:.r.j)~..~,q(ty W~...~~n..~tll!WRFP~n:I,;..Ff'~..~;....Rf9..~,.otb1d~Id'tp'8aid ~fprc:lP98tt;~Qrj~.~!tr,.~"'.~Qr~~~Yp~ ;.r1d;S8ldblc:Jde:r;ptOpO_;~ntl~x"NIC$~Eii"..'.Job~Qt~"~.8ba1I..1'ltlI ~9.m."'.for..nY'.'~P..RFq,.f'l.';~9F~f9t.~~!thep~Qt 9Qi:.MI.0r'$~lrfQt.:~j()f..0Jje.~..~!~WI1O..~."'.~'b1 ::~~=':ta1m~~~~~~~=~~ PtoVIr!ion Of~diVislOrl.iWatlitY:~~;fJflIQ~U~II8Id~~J# d~Imm'..~..~ptoal1dln~lijgd~~~Add_lIlYi.n~pnon.WhO'.'1tU Plf~~at~n.OWf.t?ftl~nt?fthll<tIltljj~~..~~'.qtJ~n..~.tf1e dIY.~~..c:)ffICel:ll'imM~$'.~",,"a\'ldlorm$$t..file...complijintWlh.ttie .~~~~n. . (Qrd...NO.~1$4,. 1,'1~ord, .Nc:k2001\.329&iS1.~14-01) (3) ., (4) CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 81 of 116 .ECTq2~C(JQlflICA1'l0ij; 'tl$tb.~ll..cif.jh.Et....M.~..$nd..~OOrnrn~Ol'i..cif.#f8eny.()f.MI8fuI'~8#l,.~.It.1$ ~etebyOlda~ttat~~loIl$()f~.~IIl8~$l'l.~me..flf:tl)j~.~It'Qf~ ~'.Clf.the ClWClfMl8mi~FtOrida.{Tht88c:iiO~..Ofihl.'orama~rri$Ybe ~(Jtt81-I"f)!1t9.aotQmPlJatjluPttl~.arl~U.vtC>@~I~...te~ l"ItllYb. d11jjr'!gfKJ..to..a8CtiOn".~.,.or'oM_pptbpnate..'WOI'd; $EetlQJI3;BEPI:ALER. .. .J\U...~il'lartG\!JS..~..patfs...~~_.,..II1..Qonttll#.~.be..ntt...~....,.m.,...al8'hereby ~~~ . SECTION4,.IEVERABII..ITY; It.nY$8Ctlot\......~n.sen~~t,p~~...pt.~9'th~Onll~~...r.,..~ ~,..held..lnljatld.(lI'.~rir.l,~j:)l;IitIQ6.,.nt:lJ~.~~4~ a.mt.in~entP~.~.,d.~~...bIill.not_~tfl8.Ity.qr(lQn~Jty ()fthEi......nlngpottTCn'Ofl(hi.~ ... . .. ... ...... .. .. . .... .... .. ... .... .... ... ..... .......... . ..$I!~$;!;"lcmve..tJAtI!. All EST: TI1f8..Qrdtl1a~~~~.m.~ i$10~"'''~;' .. .. PAsSEl:>antJADoPTEOlhis. . ~Of AugUf; .2002, which .~.~. ..... ...........<...>.......... L.. .........-.....0....... .................... '...M...... ..nun'l....... ....... .beI.... ...t'S... ...Nt. ....... 8. 18.....'.......ttii.. ....CIt... ......' '. '........ ..."""............ ... ...... b. .............. ....... ...el.. ... .etioM...... ..... ..... ..frbm. ...... .......'.d..........stl.. ... ."". ................................... r an. ........... '.' > ,'. ... ...... ...<!"",...."""tI. ....". ..... ..... ..... ... ,.._" Cle. p.....e........ftei.......... ..l'$.........0J'........... n.. U...mbe.. .......... ....nl.......... fhilt... ....'.... ..;n.... ... .......und.......... ..... .8..... FIined...... . .... ..................ate... ...' '.add....... ... iIlOnstoexlstl"4.~rdlnanc:ct: . F:\AT1'O\01.~~OFSu.~.FNLtlQe CITY OF MiAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 82 of 116 omca OF THE OltY A1'TOANlV .~....................... ............................"'........).~............................................................... ..................;.;..... <..:.3...................... . ""';-""---,~ . " .. .... ',' ,'. -,.. , Tdephoae: (305}f73..'410 TiIeCo",~ (3!l,5) "'"'TOOl o J L o A ~~y~.'~~ ..dty .A,ttot';llll)' TO; .mGM; ':""':-,',."'-" ..,....-':..-.-,....-..-.'..... .-....'...-......'--- :.-_. 'CO~ONMEMORANf)uM: .' ..gRri()Nti~1tAntNG . PmlT:Tl'!HBARrN'(i ~A,T.I(JVL'V~~_ MAY($.1tAvm~ '~ormctrltcO .. ~Y))~ ~~~~~~tWt .ro.(]E'~.~.. 'mY~A(;Q. . . ",- SVBJECT:~1'C)Cfl'Y's"C:ONitOr_~NCV~~(:I .......000~IDo/~i2'~~~i~:~~~~.~ea~~~.,.ffQthif ~r.~.()f~..Ql:d'9~!,1Vith..~lt-.ijff~~.2~..~.~ *~t6lhi~.li~.~~:Wbiqntl1e'C11Y ...........~~CifY:~$..()1Jke ~.~bt:~8Ifanllll1elll!mmttxithe ..own"COne()(~~, .'...........'....'-.............",..-....-......... .--.,.......-, -.................... -" - ,.".. -.., - -.. ant8lilblJaws: . .. . . .... . . .. ... ... ... .. .... ... .. co .Extendiii. .the~01t~~Il~~.:~m.;JjtQ. . ... .1'.... ... ...... .... . ..... ... ..... '.. ...J...... ......................<. . lII1dbidtor.~so1ic:itatiOnC)f'JOOds.llDd~~..~.~..~~ lI!!tVic:t~~.bi4det..l~'*.~.JJ1d~:~yori....~~1l1ld. theirl~~ ~--~on.~.~;l\ltJi.,adci1S.~~1~8.~~~;~ !)l'l>id..~..8!l1~J,iVC!.atattmember.lllId.anyl:DeRlbei.ofiUl:.~ andIC)l'~~~~., . N9tjIVj~~...#te~'bitlo!'lin.S\.I~Q).~~.~dii1...an...~. lttoWin$the .MIii~aililthe.clI~Or.eV8I~.Qt ~. toikll.~.1O~Ol:llt',lJ~katlr..a~Cl:iIar'eV8lUa$0I1~or.~.wr.IIII~I~ . .(3) (2) l'OOC~~e.ter.*>>riv....F.....~........cti~~::...~:~b-. ciTY 01= M1AMI13EACH BID NO. 34-02/03 DATE: March 7, 2003 Page 83 of 116 ORDINANCE. NO 20()O~3234 AN ORDINANCE OF THE MAYORANDCITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2, ARTICLE VI, ENTITLED "PROCUREMENT", BY C~EATING DIVISION 5, ENTITLED "DEBARMENT", SECTIONS 2-397 THROUGH 2-406 OF THE CODE OF THE CITY OF MIAMI BEACH, FLORIDA, PROVIDING FOR DEBARMENT OF CONTRACTORS... FROM . CITY . WORK; . PROVIDING FOR SEVERABILITY; CODIFICATION; REPEALER; AND AN EFFECTIVE DATE. NOW THEREFORE, BE IT ORDAINED BYTHE 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 hereby amended by adding the following Division 5,entitled _ "Debarment of Contractors from City Work" reading as follows: Division 5. bebarmentof cOl1tractorsfrom.City work. Section 2-397. Purpose of debarment. (a) The City shall solicit offers from , aWard contracts to, 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 thatthissanc:tion be imposed onlywhen it isin the public interest for the City'sprotection..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 thafwasdebarred or suspended. CITY OF MIAMI BEACH BID NO. 34-02103 DATE: March 7, 2003 Page 84 of 116 (b) Civil. jUdgment means a judgment or finding of a civil offense by any court of competent jurisdiction. (c) 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, suppliets, providers, Bidders, Proposers,consultants, and/or design professionals, or (2) Conducts business or reasonable man be expected to conduct business. with the City as an agent, representative or subcontractor of another contractor. (d) Conviction means Cl judgment or conviction ora criminal offense. be it afeloliy 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 exclude a 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 0) below: a contractor so excluded is debarred. (f) Debarment Committee means a grc>up of seven (1) 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 means proof 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 anycivi' judicial proceeding to which the City is a party or any criminal proceeding. The term includes appeals from such proceedings. List of debarred contractors means a list compiled, maintained anddistributedbythe City's Procurement Office. containing the names of contractors debarred under the procedures of this ordinance. List of debarred C()ntractors. (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 shaH be public record and shall be available for public inspection and dissemination; CIT'(OFMIAMI BEACH BID NO. 34-02/03 . DATE: March 7, 2003 Page 85 of 116 (2) 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. (3) (b) 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 Hsting; the contractor's certificate of competence or license number,. when 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: In accOrdance With internal 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 (3) Respond to inqUiries concerning listed, contractors and coordinate such responses with the department that recommended the action, Section 2.400. Effect of debarment. Debarred contractors are excluded from receiving contracts, and departments shall not solicit offers from award contracts to, or consent to subcontracts with these contractors unless the City Manager determines that an emergency existsjustifying such action. and obtains approval from the Mayor and City Commission, which approval shall be given by 5l7ths. 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. (b) Debarred contractors are excluded from acting as individual sureties. CITY OF MIAMI BEACH BID NO. 34-02103 DATE: March 7, 2003 Page 86 of 116 Sectl()n 2~401. Continuation of currentcontrllcts. (a) Commencing on the effective date of this ordinance. all proposed City contracts. liS 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. The debarment shall takeeffectin accordance With the Mtice 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 of the contract. subject to approval of same be 517ths vote of the Mayor and City Commission at a regularly sCheduled meeting. City departments may. not renew or otherwise extend the duration ofcurrerlt 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 517ths vote of the Mayor and City Commission at a.regularly scheduled meeting. (d) No further work ShaH be awarded to adebarredC()rltractor in connection with a continuing contract where the work is divided into separate discrete groups and the City's refusal or denial of furtherwork under the contract will not result in a breach of such contract. (b) Section 2":402. Restrictions on subcc:mtracting. (a) WhenadebarrEid 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 Manager determines that an emergency exists justifying such consent and the Mayor and City Commission approves such decision by 517ths vote at a regularly scheduled meeting. The City shall not be responsible forarlY 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 an RFP, RFO, RFLI, or bid. Section 2-403. Debarment. (a) The Debarment Committee may, in the public 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. 34c02/03 DATE: March 7, 2003 Page 87 of 116 any mitigating factors should be considered in making any debarment decision. . (b) Oebarment constitutes debarment of all officers, directors, shareholders oWning or controlling twenty-five (25) percent of the stock, partners, divisions or other organizational elementsofthe 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 Debarment Committee's decision. (c) A contractor's debarment shall be effective throughout City Government. Section 2-404. Causes fordebarrnent. (a) The Debarment Committee shall debar a contractor for a conviction or civil judgment, (1) For commission of a fraud or a 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; (2) For violation of federal or State antitrust statutes relating to the submission of offers; (3) For commission of em be tile me nt, theft, forgerY, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (4) 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 contractor 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 oradrninistrative 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. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 88 of 116 (a) ~equests 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 trahsmit 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 of the aforestatedwrittenreport, 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) (2) That debarment is being considered: 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; 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 may be represented by an attorney, may present documentary evidence and verbal testimony, and may cross"examine evidence and testimony presented against it. 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. (3) (4) (d) No later than seven (7) working days, prior to 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 formthe 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 NlIAMI BEACH BID NO. 34-02/03 . 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 upoha 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 Debarme nt Committee extends this period for good Cause. (g) The COmmittee's decisionshaU be in writing and Shall include the Committee's factual findings, the principal causes of debarment as enumerated in this ordinance, identification of the contractor and all named affiliate: affected by the decision, and the specific term, including duration, of the 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, return 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 Managershall notify the contractor and any named affiliates involved, bycertjfied 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. Section 2~406.Periodof debarment. (a) The period of debarment imposed shan be within the sole discretion of the Debarment Committee. Debarment shan 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 of116 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) For commiSsion of an offense as described in subsection 2404(a)(1): five (5) years. (2) . For commission of an offense as described in subsection 2404(a)(2): five (5) years. (3) For commission of an offense as described in sUbsection 2404(a)(3): five (5) years.. .. (4) For commission of an offense as described in subsection 2404(a)(54): two (2) to five (5) years. (5) For commission of an offense as deSCribed in subsections 24d4(b)(1) or (2): two (2) to five (5) years. (c) The Debarment Committee may,initssole discretion, reduce the period of debarment, upon the contractor's written request for reasons such as: (1 ) (2) (3) (4) (5) Newly discovered material evidence; Reversal of the conviction or civil judgment upon which the debarment was based; . .... .. Bona fide change in bwnership or management; Elimination of other causes for which the debarment was imposed; or Other reasons the Debarment Committee deems appropriate. (d) The debarment debarred contractor's written requestshall 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. SECTION2.SEVERASILITY. If any section, subsection. clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. It is the intention OftheMayor 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 theword "ordinance" may be Changed to "section", "artiCle," or other appropriate word. SECTION 4. REPEALER. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 91 of 116 All ordinances or parts of ordinancesincontlict herewith be and the same are hereby repealed. SI:CTION 5. EFFECTIVE DATE. This Ordina nce shall take effect on the 3rd. day of March 2000. PASSED. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEAcH Page 92 of116 RESOLUTION NO. 2000-23879 ARESOLtmoNOF 'I'BEMAYOR AND CITY COMMJSSION OF 'I'HE CITY OF MIAMI BEACH REQUIRING THAT CONTRAcrORS ADOPT A CODE OF BUSINESS ETInCS .PRIOR TO ENTERING INTO A CONTRAcr wiTH THE CITY OF MIAMI BEACH WllEREAS, . the Greater. Miami. Charitber. of Cormnerce ("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,theModel Code, attaChed hereto as Exhibit A, is a statement of principles to help guide decisions and IICtiOns based on respect for the importance of ethical business standards in the c01Ii1Iiunity; and wHEREAS,the GMCc ellCo~es its members to adopt the principles and practices outlined in the Model Code; and wHEREAS, the Cciininissiol1belie'ves that each entity which does business with the City of Miami Beach should be required, as a condition of doing business with the COWlty to adopt a Code of Business Ethics. NOW, TIlEREFORE BElT RESOLVED By THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: Section 1. ElIch persollor entity tbatseeks to do blllliriess 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 reguIationsincluding, amol1gothers, the conflict of interest, lobbying and ethics provisions of the City Code. Section 2. The ConUnissionurges the Greater Miami Chamber ofCo1Ii1Iierce to require that all of its members adopt the Model Code of Business Ethics. Section 3. . This resolution shall become effective immediately upon its adoption. CITY OF MIANlISEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 93 of 116 PASSED and ADOPTED !his ATIEST: ~tv.- CITY CLERK BIDNO.34-02/03 DATE: March 7, 2003 day of April 2000 wtYOR APPAOVEDASTo fCRM & LANGUAC:,': , FOREXECU11Or. -1-r:/lJ CITY OF MIAMI BEACH Page 94 of 116 GREJ\'tER~.f~tf~IVIElla~,QFC~$~$ ..p.b~COD~C)r:'~SIN~SETtfJ~ srAT.a#Qt:f'l.l~ ~~liil"~~llni.~..'pfc;\lPI~,<~~').'~"p..W~.""~~~'~$I~c~..~"., '~~.It$.:'.m.mblirs.'.lid.tl.<~.WilldOJ:M.frrc....~..,.(iof.a~.l:thiO!t,'fIl'...S~ ........ ...... .. ...._rislo .. . .... .1Ittpr~$.'al1l1~~~~,~.;ll'!'tI(~~WlI .. ..... ",!.' . 'r...iiticlri~n1~Wfl~..~"~~t#.~IlIl~~.'JlII8t,4~1 ~.. , .. . . . ..<fll. . .... .W~!ll~lIt:an llt.llllil~lllI::~~~~'biJ,"~rp~.din{o n,arlc.lng.l'l'iaf.... ilili, ..'l'~,GMCeb..~,~.ilI...~~!lIc!WH;I"!$~e..\limodel.'*rtl1~ d.....~iIt'lt..l:If.~t.~t;.iIIJ~ll#.b~l'I(I'l~~.~...~; ~I.)d~.f$b. <<WlIoil:llIIlllJJ !hllr~pQr(SlimiIY.Cl "n~i~. lii..b.tj~illot.~.ildt.~.,.liit~..~'lt~liQii.,...~.llir~ tiA..IJje<l\l~l!\tJ~~QfOlcqtlllliavK..art6p1iGll.lll...liIe~iIfItll..C9d. ~..ltridPI'O~.!o~i:I"1lli1it!lllll'ilii . C-~WtihG~'.RIlI~.."~bul~l1 · ~Wi'P'~P~~.~Il..~ord~.lndpost~I~~QlIIii1~.$ lIi~fn.nt.j1IKU....~...!'I..b1our:.efnpl!ly~.$..M'CU$lOm0; 'n...cJiljaling.1IrilhDp'VeI11~~~.ltCiir!i andemplo,~s,.~..~'it~UGt'bu$lhQ~m lIQClotdlinc.WHb'iIIll1lpllcebl<l rill.. .andt8gtlhit1ons: 'nd.iIlllle.~ ioWe.YiIft,,~lfcati!rS.lltftregu!arilla; a!id~~f1fuptQl)<<Ot~~nes~ P,,~....ioltlll~k'J&P~~IOn..th'iOlll.....or I~. 'Gttn.tlllll!' ..iI~1If41.w~f!irr:~.ulllDrili~$,' . ~~~'.s.~id,,&~~.tOrtofvfl~li6'..t.dS~.dt.t. "WillWillllYOki~onlllc:f.of~rotlri~I~"...~ eO_wh.niii~ .~.Wl1t~.~fi1fI"~ttf"lfif~rI\j~ ~b~~.Ii'~~lJrj...\1rl~~~ WlJ.W111..~1~~'aiIYP9!Iio",.d.j:OlIli;l<:('...tl!J~0)f....~t ~.W1.r >;!lJlI"'dli19partYQf_pt.lJCh.~ltbK'k:... <... ... ................... ... . BUiine.8' Ac:ti6li"ilM ..... .A~i\xlrh~#~F.iI'li'~~l)It!j.~ll.'.~...Prj)pillFlY..'''~lirti)'~i~d.Jij..'''p#~I!.#o' bOfj1i':$!lt aount.'alid.llillt.:llVilbit . 110 "llnlfM!1Xti;ib-.li.mHetiOils. .01$....\ '~ril$...,.... ........ ....... .......... ................".. ..... ;Prilrnotfotf~S.1~9f.PtO~ij~ll.lid$."'iC.t ;<)(ii.,tIl4~t$tMU~i>Miil~..J1PPtk;1~le.s.l.tY~iIil~i.~tY$il@ijilril$t ... .~...Win?prolMto..;~..~C1VllrlliJoour..bllti~o.~I....!lnd .ib..(lt.o:dllCta...~.lItl'Yl~ ..!i1...f.. 1'l'l1lnrj,.,.'I/IlfjICh..is. M~l'Il~~i"9.'and.~.,..rjQf1ats~IY.<li$PM.lI.'(!\jI' (:Ql'Ilpeflt"ts: Ol)~tJ&lIill1e~,..wlth.theq~erNmllltt CITY OF MIAMI BEACH BID NO, 34-02/03 DATE: March 7, 2003 Page 95 of 116 ~~~lJU$iite$SllIiIlT!I~~t"l\li~YIlt$Irt~...ll.f ..nli::lt.a~./ievMinelip~.,.,.~ ,.0; ..~~...ltrOi1a'to .lMIYPlillllClll "ilillitl$lfjiirl!tIft~1; .... . ... ... , .'()tl,~i1({iIIWc~riiPeli!lV.,.app/l)"n~...I~ '..,..~....~nts.'jnd..~e4....~ 'irldi!IH!~~' " . , . . '~.'.~~~d;s.'~...~I,l~..~~!~~~'1t..h~.'il"~~IlI~'.~...iii!d..iI()t.,~. pu~~!CI..,.rely ~-W!!'.~'thl! Jln~lllf~;btdd~ ~ 'vie~;'~'thjjbl!Stololli'..liill~...~,rt'or6\~iJ~nt~.~f4lil.li1.tni ...P~.!i.dW'iCliif~.'~'pr~dOd..f!>i'/I:It~ .. ,....t;,....vv~.~.'.~IIlI!fuiIIlli....~ ~~Jl!t<~\;IS~~~lltJt'i~.t'IIi,ce~ ...... .!I'l~..lltld.,'~~JfJlOI'W~~,.""d ,C(alrt$~I~.~OlWfI'If .~.IiiIU..Y.p.lfomied... W.eWlilllbidebY'1Il c:onUilC1lng~~ijlll'~IIOIi" . itW.1ViIt1JOt, ~~flnlJl~lY. .*iflll"!o~wabil~.Of;oltie~~i1Ml klo~Q1!.1i.'~'COIl~.WlI.!'''II4...1o,.~.,.. !l'ImllI'llollic:lillt..tIWii'flll'lllly... ,l'/1li.'" orb~ia1~Ii~, · w.JNlllnill,..~or"PlICtfl~lt,dt~on .blt:bbned.m ~lIr 'PlUtidp..iQniil.politTeal(:8mpaiQns, '...PlJbll4.Lt(...~..Pliltt.IftI..C.~illaijJ '.V:/( . '~~.i~JiIO,..~;to~i1l;;lpateri\.~mUr.!Wllt.t~lI~.M 1I"):l jltOi:tH;I/l: . Wa!lncw~l!aJl.mPI~lIlto.,~.~\ltl.~ill.dt'~.I.rid,~~d P\lbtlcqfflc:l"ll~lIi1g'illtl!.dl!.dilf(l~ue .'ah.lj.. d~.lI!bClilt ;j,U$iI)~..;fild ~ml.ltillYf5isqI\!~; '. .~<>>~h~tll~oi~lC~~""C9rrvtl~~!ir>j~f~~.I~~.~. l\'laC!;Cl~~.~<lppi~,Illl!t.'.il.l1P';\<IiII.~_'~.iiil~I~l$tii.pUb~... .~~t,II'.~.'iW~U~1'r'~~e.';<il'i...~JlIf'.Ortl!~llllllIa~..rnust.;.l:ieI'!lFQrtedlO.. 11~~~Il'J~ge~"., ." . 'W~..~.Ii~l.'lXi~~b4t~l()U\Ic:8rri,llllgrt$.Ct#.il#rw'.~';'.a~...~6ffi,~'.fiil~~S.~f ~6jtWf!O dci:~tjlliPllh.I':.If~rn"iillnF>mtI~,G~jna~, . }/l(....'l'iJ#..~f..i~~..~I..toin......IiIs,...~Ilfg.;.ltir~~riClr.$iipport.lfi~s.' '4i/t\o.cj'G, ~i:It~lteQfIl~~r CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 96 of 116 .,-_'....."--"'.='f;..;.'..;,'''""",-,, 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),REQUI:ST FOR QUALIFICATIONS (RFQ'S), REQUEST FOR LETTERS . OFINTI:REST (RFLI'S), AND PURCHASE ORDERS . BASED .ON WRITTEN ... OR . ORAL QUOTATIONS, BY AMENDING CHAPTER 2 OF THE CODE OF THE CITY OF MIAMI BEACH ENTITLED "ADMINISTRATION"j .BY AMENDING ARTICLE VI THEREOF ENTITLED "PROCUREMENT'j BY CREATING SECTION 2-371 ENTITLED "AUTHORITY TO RESOLVE PROTESTED BIDS AND PROPOSED AWARDS"j PROVIDING FOR SEVERABILITY; PROVIDING FOR CODIFICATIONjAND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, from time to time the City procures goods aM 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 proceduressetforth 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 WHER.I:A.S, it is the intentofthe Maydrand City 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 is in the best interests of the City and all respondents to Invitations for Bids, Requests for Proposals, Requests for Qualifications, Requests for 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 ORDAINI:D BY THEMA YOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,as follows: Sectidn 1. Them is hereby added to Article \11 of Chapter20fthe City Code a neW Section 2-371, which shall read as follows: Section 2-371. Authority to Resolve Protested Bids and Prdpdsed AWards. (a) Right to Protest. Any actual bidder,quaHfied 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 request for 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/or services C'hereinafter,coUectively 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 of this sectiOn. Failure to timely protest bid specifications, requirements and/or terms is a waiver of the ability to protest the specifications, requirements and/or terms. (2) Any protest after the bid opening, including challenges to actions of snyevaluation 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 Comrnission 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 as facsimile transmission and/or e-mail), following the release of the City Manager's written recommendation to the City Commission. (b) 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 unlessjt cbmplies 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. 34'02/03 DATE: March 7, 2003 Page 98 Of 116 reproductionof documents and other out-of-pocket expenses. Authority to Resolve Protests. The City Manager or his or her designee shall have the authority to settle and resolve a protest concerning the solicitation or award of a bid. 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 deferm/Ration ef the City MaFlager aRd tl:1e City AttorneY'Hill:1 r-eQard toallprooGclblral aM teshnisal mattoF& shall be final. Decision and Appeal Procedures. Ifthe bid protestis not resolved by mutual agreement, the City Manager and the City Attomey, 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. Distribution. A copy of each decision by the City Manager and the City Attorney shall be mailed or otherwise furnished immediately to the protestor. , Stay of Procurements During Protests. Inthe event of a timely protest under 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 fjlingof 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. m 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) At the time the City Manager's written recommendation for award ora 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 Page 990f116 (I) The determination of the City Manager and theCitv AttorneVwith reaard to all Drocedural and technical matters shall be final. Section 2. All. ordinances, reSolutions or parts 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 of the remaining portions of this Ordinance. It is the intention of the Mayor and City Commission of the City of Miami Beach, and itjshereby 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 ten (10) days after its adoption on the 19th day of January. 2002. PASSED On FirSt Reading this 19th day of December, 2001. ADOPTED on Second Reading this 9th day of CITY OF MIAMISEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 100 of 116 ORDINANCE NO. 2002-3363 . - .. 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 LOBaYIST' FEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND EFFECTIVE DATE. NOW, 'rHEREF()RE,BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. That Miami Beach City Code Chapter2 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 precedingcalehdar year. A statement shall be filed eVen if there have been 110 expenditures during thereportirig period. The statement Shalllistindetail each expenditure by category, inCluding food and beverage, entertainment, research, communication, media advertising, publications, travel, lodging and speCial events. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 101 of116 c. Any change to information 6riginaUyfileClShall. require that the lobbyist (.. principal under subsection(b) above) file, -'''''''''_~I;''''_;\\O'..'''S'i;''~'''"';;-._'''-'''_;;;c'~;;',-''-'_'', -"',"' fb} @ The city clerk shall notify any 10bbyisHor orincioal) who fails to timelyfile an the expenditure Of 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. . _ .. "c fa} Uti The city clerk shall notify the Miarhi-DadeCounty Commission on Ethics and Public Trust ofthe failure of a lobbyist( or princioalHo file a-either ofthe reportS referenced above and or pay the assessed fines after notification. .fGt ill A lobbyist (or Drincioal) 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 l11ust be filed with the Miami-Dade Gommission 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 orin part, based on good cause shown. SECTION 2. REPEALER All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 102 of 116 SEVERASILlTY 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 remsining portions of this ordinance. SECTION 4. CODIFICATION It is the intention ofthe Mayor and City CommissionOftheCity of Miami Beach, and it Is hereby ordained that the provisions of this ordi naoce shall become snd 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. SECTION 5. EFFECTIVE DATE This Ordinance shall take effect 18thday ofMav. 2002. PASSED and ADOPTED on Second Reading this 8th day of May, 2002. .~.:.:'.../..........'.>.....p~ . '..' '.,"','. <'.'- -.' """"-:-,,,""',' ,-- ,'. . 'GTrq.ERlt . ..... ...... ........... ..>> ................ (ReC/lJe~t~~...~X .cprJ1ll1i~sion~r~fjm.Bpwerand Co-sponsored.by Comrilissioner Simon Cruz; Jose Smith and. gichardSteinbe~g) JKOllaN F:A TTOIOLlJlRES-ORDlt-485.0RD,OOC .~'~''fQ ~&- lJiQ.l.> .. ....... ... .... .~t.1j;..~' CITY OF MIAMrBEACH BID NO. 34-02103 DATE: March 7, 2003 Page 103 of 116 ORDINANCE NO. 2001-3301 AN ORDINANCE OF THE MAYOR ,AND CITY COMMISSION OF 'I1tE CI'rYOFMlAMIBEACH, FLORIDA, CREATING DIVISION 6, TO BE ENTITLED "LIVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES", OF AR.TICLE VI, ENTITLED "PROCUREMENT", OF CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTITLED "ADMINISTRATION", BY ESTABLISHING A LIVING WAGE REQUIREMENT FOR CITY SERVICE CONTRACTS AND ESTABLISHING A LIVING WAGE FOR-CITY EMPLOYEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. WHEREAS, the City ofMialIliBeach awards private ftrmsconttacts to provide services for the public. The City also provides fInancial assistarice 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 forall 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 commumty 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 abov'ethepoverty line. Therefore, contractors and subcontractors of City service contracts should pay their employees nothing less than the living wage herein described; and WHEREAS, in. addition to requiring living wages for City services provided by private firms, the City wishes to serve as an example by providing a living wage to all City employees. . -" -, . NOW, THEREFORE, :BElT Duty OlU)AINEDBY'I1tE MAYORAND 'I1tE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: That Division 6, to be entitled "Living Wage Requirements for City 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. 34-02103 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 104 of 116 Chapter 2 ADMINISTRATION ** * Article VI.Procllrernent ** * Division 6. Living Wage Requirements for ServiteContracts and City Employees * * * 00 "City" means thElg()vetnment of Miami Beac:h Or any authorized aaents.any board.aaency. commission. department. or other entity thereof. or anv successor thereto. !Q} "Covered Emoloveeu means anyone emploved bv the City or anv Service ContraCtor. as further defined in thisDivision.either full or part time. as an employee with or without benefits or as an independent contractor. @"CoVeredEnibloyer" means the City and any and all Service Contractors. whether contractina directly or indirectly with the City. and subcontractors of a Service Contractor. , ..... ...... . ,. ....... . ...... ..., "..... @ "Service Contractor" is any individual. business entity. corporation (whether for profit or not for profit). partnershio;.limited liability companV.ioint venture. or similar business who is conductinabuSiness in Miami Beach. or Miami Dade County. and meets one (1) of the two (2) followina criteria: fund. caoital oroiect finds. 'special revenuerunds. or anv other funds either directlv or indirect"'. whether by competitive bid orocess. informal bids. requests for prooosals. some form of solicitation. neaotiation. or aareement. or anv other decision to enter into a contract: or (b) enaaged in the business of. or part of. a contractto provide. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMIBEACA Page 105 of 116 a subcontract to provide. or similarlY sitLiated to brovide. services. either directly or indirectly for the benefit of the City. However. this does not aoplv to contracts related primarily to the sale of products or Qoods. @"CoveredServices" are the tVoe of servic:esourchased by the City that are subiect to the reauirements of this DivisiOn which include the following: ill City Service Contracts ... Contracts involving the City's exoenditure of over $1 00.000 per year and which include the followina tVoesof services: ill food oreoaration and/or distribution: !2} security services: ru routine maintenance services such ascustodial.cleanihCI. comouters, refuse removal. reoair. refinishina. and recycling: .Ml clerical. Or other. non-Su[)ervisory office work. whether temporary or [)ermanent: .@ transportation and Dar'kina services: !ID orintina and reoroduction services: ill landscaoina, Lawn. .and or aaricultural services: and lID park and public olace maintenance (2) Shoulrlanv serviCes that arebeiIlL! nerformed bv City Emnloveesat the time this ordinance is enacted be solicited in :the future bvthe City to be nerfonned bv a Service Contractor such services shall be Covered Services subject to this Division (a) Livina Waae Paid. (1) Service Contractors. All Service Contractors. as defined bv this Division. enterina into a contract with the City of Miami Beach shall oay to all its emolovees who orovide services cOvered by this Division. a Iivina wage of no less than $8.56 an hour with health benefits. or a livinawaae of not less than $9.81 an hour without health benefits. as described in this Section. (2) City Emplovees. For City Emolovees underthe Citvpay olan.theCity will beaintooav a living waae consistent With the goals and terms of this Division on phase-in basis beginnina in the 2001-2002 City bUdaet Year. increasina on an. annual basis incrementallv so that the Livino Wage is fully implemented for Citvemolovees in the 2003-2004 City budaet year as may be adiusted oursuantto BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 106 of 116 subsection (c)beJow. Thereafter the Livinn Wane to benaid bv the Citv to itsemnlovees shall not be subiect to the annual indexinn usinn the Consumer Price fndex for allLJrban Consumers (CPI-lJ) reauired under subsection (c) below and instead. shall. he . subiect .tonenotiations within the C'.ollective baraaininn structllre (b) Health BenefitS. For a Covered EmoJoyerotthe Citv to comoly with the living waae orovision by choosing.. to pav. the · lower . v.aae scale available. when a Covered Emplover also orovides health benefits. such health benefits shall consist of payment of at least $1.25 per hour towards the provision of health care benefits for Covered Emclovees and their deoendents. .If the hsalthbenefits plan of the Covered Employer or the City reauiresan initial oeriod of emolovment for a new employee to beeliaible for health benefits (eliaibility oeriod) such Covered Emolover or City may aualifyto oay the $8.56 per hour wage scale durina the new emolovee's initial eliaibility period provided the new employee will becaid health benefits UDon comcletion of the eliaibility period. PrbOfofthe orovision of health benefits must be submitted to the awardina authority to aualify for the waoe rate for emclovees with health benefits. (c) Index:il1C1.Thelivinawaae wiUbe automatically indexed each vear usinathe Consumer Price Index for all Urban Consumers (CPI-U) unless the City Commission determines it would not be fiscallv sound to imclement the CPI-U in a particular year. (d) Certificatiol1 ReULJiredBefore Pa"inel1t. Anv and aIloontracts for Covered . Services shall be void. and no funds may be released. unless crior to entering anv aareement with the City for 'a Covered Services contract. the emclover certifies to the City that it will pav each of its employees no less than the Iivina . wage described in Section 2-408 (a). A copv of this certificate must be made availabletothe public ucon reauest. The certificate, at a minimum. must include the following: ill the name. Address, andohone number of the emoJover. a local contact person. and the sDecific croject for which the Covered Services contract is souaht: m the amount of the Covered Services contract and the City Decartment the contract will serve: rua brief descriotionof thecroiect or service orovided: @ a statement of thewage levels for all employees: and . @a commitment to bay all emclovees alivina waae.asdefined by BID NO. 34-02/03 DATE: March 7, 2003 CITY OFMIAMIBEACH Page 10701116 paraaraphSection 2-408 (a). (e) Obsenration of Other Laws. Everv COVered Employee shall be paid not less than biweeklv.and without subsequent deduction or rebate on any account (except as.such oayroll deductions.as are directed or oermitted by law or bv a collective. bargainina agreement). The Covered Emoloyer shall pav Covered Emoloveeswage rates in accordance with federal and all other aoolicable laws such as overtime and similar wage laws. (f) .. Po..inCl.. A cObV of the livina waae rate shall be keot posted by the Covered Emolover at the site of the work in a orominentolace where it can easilvbe seen and read bv the Covered Emolovee$and shall be supolied to the emolovee within a reasonable time after areauest to do so. Postina reauirements will not be reauired where the Covered Emolover prints the followina statements on the front of the Covered Employee's first paycheck and every six months thereafter: "You are reauired by City of Miami Beach law to be paid at least $8.56 dollars an hour. If vou are not paid this hourlv rate. contact your employer. an attorney, or the City of Miami Beach." All notices will be printed in Enalish. Soanish. ..and Creole. (g)C()lIectivebaraainlna. Nothing in this Division shall be read toreauire or authorize anv Covered Emplover to reduCe wages set bv a collective baraaining aareement or are reauired under any orevailina wage law. IMPLEMENTATION WProcurelllent Sbecitications. The livinl.!: wa!te shall be required in the procurement . specifications for all City service contracts for Covered Services on which bids or proposals shall be solicited on or after the effective date of this Division. The procurement specifications for applicable Covered Services contracts shall include a reauirementthat Service Contractors and their subcontractorsalITee to produce all documents and records relating to paYroll and compliance with .this Division upon reauestfrom the City. All Covered Service contracts awarded subseauent to the date when this Division becomes effective. shall be subiect to the requirements of this Division. {Q} InfoI1nation DiStributed. All requests for bids or requests for prooosals for Covered Services contracts of $100.000 or more shall include ap"ropriate information about the reauirements of this Division. W Maintenance ofPayr611 Records. · Each Covered Employer shall maintain paYrolls for all Covered Emplovees and basic records relatin!!: thereto and shall preserve them for a 1>eriod of three (3) years or the terIl1 ofthe Covered Services contract. whichever is greater. The records shall contain: (1) the name and address of each Covered Emplovee: BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 108 of 116 (2) the job title and classification: (3) the number of hours worked each day: (4) the gross wages earned and deductions made: (5) annual wages naid: (6) a copv of the social security returns and evidence ofpavment thereof .... (7) a record of fringebehefit uavments including contributions to approved plans: and . (8) anv other data or information this Division should require from time to time. @ReDortinl! Pavroll. Everv six(6) months. the Covered :EnlOlover shall file with the Procurement Director a complete navroll showing the Covered Emolover's pavroll record~ for each Covered Emnlovee workin!!' on the contract( s) for Covered Services for one pavroll period. Upon reauest from the City. the Covered Emplover shall tlroduce for inspection and copYing its payroll records for any or all onts Covered Employees for anv l'eriod covered bv the Covered Service contract. The City mav examinenavroll records as needed to ensure comnliance. COMPLIANCE AND ENFORCEMENT. (a) Service Contrattorlo CooJ)erate. . The Service ContractOr shan penD.it City etnnlovees. 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 mavexamine the books and records of the Service Contractor relating to the emplovment and paVIoll to determine if the Service Contractor is in compliance with the tlrovisions of this Division. (b) COnlDlaint Procedu.resaild Sanctions. (1) All employee who believes that this Division applies or applied to him or 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) Allv individual or entity may also file a complaint with the :Procurement Director of the City on behalf of an emnlovee for investigation bv the City. (3) It shan be the responsibility of the City to investigate all allegations of violations of this Division within thirty (30) davs. If. at anv time. the City. upon investigation determines that a violation of this Division has occurred. it shall. within ten nO) working davs of a finding of non-comuliance. issue a notice of corrective action to the emplover snecifying all areas of non-compliance and deadlines for resolutions of CITY OF MIAMI BEACH BID NO. 3+02/03 DATE: March 7, 2003 Page 109 of 116 -"""'-""""""'"'~'"""n"';;",",-"'''''''''''''''''A,"'"'''__'' ._ the. identified violations. . If a Service Contractor fails to complY with. anv Ilotice issued. the City Manager or the City Mana!!:er's desimee may issue an order in writin!!: to the Service Contractor. bv certified Iliail or hand deliverv. notifyin!!: the Service Contractor to appear at an administrative heRrin!!: before the City Mana!!:er or the City Mana!!:er's desimee 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) TheproteedinlZsshall be informal. but shall afford the Service Contractor the right to testify in the Service Contractor's own defense. present witnesses. be represented bY counsel. submit relevant evidence. cross examine witnesses and object to evidence. (5) The broceedin!!:s shall berecotded and minutes kept by the City. Any Service Contractor reatiirine verbatim niinutes for. iudicial review mav arrange for the services of a court reporter at the expense of the Service Contractor. (6) Within ten no) dayS of the close of the hearin!!:.theCitv Manager or the City Manager's desimee shall render a decision in writing detennining 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 mav be. and stating the reasons and fmdin!!:s of fact. (7) The City Manager or the City Mana!!:er's . designee shall file findines with the City Clerk. and shall send a true and correct copv of his order by certified mail. return receiptrequested. or by hand deliverv. to the business address as the Service Contractor shall designate in writine. (8) TheCitv Manaf?:er's .or. desimee's fmdmgg shall.. constitute . the final administrative action of the City for purposes of iudicial review under state law. (9) Ifa Service Contractor fails to seek timely aooellatereview of an order of the City Mana!!:er or the. City Manager's desimee. or to complv timelv with such order. the City may pursue the. enforcement of sanctions set forth in Section 2- 410 (c). (c) PrivateRi~hfofAction AI!llillst8erviceContradorAnv Covered Emtllovee oror fonner Covered Emolovee of a Service Contractor may instead of utilizinl1' theCitv administrative nrocedure set forth in this Division but not in addition to such nrocedure brill!!: an action by filinl1' suit aeainst the Covered Emnloyer in anvcourt of comnetent iurisdiction to enforce the nrovisions of this Division and may be awarded back oay. . benefits attornev's fees and costs. Theaoolicable statute oflimitations for such a claim will be two (2) years as nrovided in Florida Statutes Section 95 !!(4)(c) for an action foroavrnent ofwa2es The court may also imnose sanctions on the Service Contractor includitlll: those nersons or entities aidinl1' or ahettinl1' the Service Contractor. to include wal1'e restitution to BID NO. 34-02/03 DATE: March 7, 2003 CITY OFMIAIVIIBEACH Page 110 of 116 the affected Covered Emnlovee andclaniae:es navable to the Covered Emnloveein the suIi1 of uo to $500 for each week each Service Contractor is found to have violated this Division (d) SanctionsA2ainstService Contractors. Forviolations of this Division. the City shall sanction a Service Contractor bv reauirimi: the Service Contractor to pav wae:e restitution at the em~lovers expense for each affected emploYee and mav access the followinlt: (1) The City mavimposedainages ill the s\lrt1 of $500 for each week · for . each employee found to have not been paid ill accordance with this Division: and/or (2) the City may suspend orterminllte payIDentunder the Covered ServiCes contract or terminate the contract with the Service Contractor; and/or (3) The City may deClare the emploverillelie:ible for future service contracts for three (3) years or until. all penalties. and restitution have been paid in full. whichever is lone:er. .Inaddition. all employers shall be inelie:ible under this section where nrincipal officers of the employer were principal officers of an employer who violated this Division. (f) Sanctions for Aidinl:a rid Abettine... The sanctions ill Section 2 -41 0 (c) shall also apply to any party or parties airline: and abetting in any violation of this Division. (g) Retalilition arid Discrimination Barred. A Covered Emplover shall not dischare:e. reduce the compensation. or otherwise discriminate ae:ainst any Covered Emplovee for makine: a complaint to the City. or otherwise assertille: his or her rights under this Division. participatim!: in any of its pr6ceedin~s or using any civil remedies to enforce his or her rights under this Division. Allegations of retaliation or discrimination. if found true in a proceedine: under paral!I'aphfbY or bv a coUrt of competent iurisdiction under paragraph (c). shall result in aitOrder ofrestitution and reinstatement of a dischare:ed Covered Emplovee with back pay to the date of the violation or such other relief as deemed aporopriate. (h) Enforcement Powers. If necessilrv for the enforcement of this Division. the City !AliBl'Bll'; Commission may issue subpoenas. compel the attendance and testimony of witnesses and production of books. papers. records.. and documents relatine: to pavroll records necessary for hearing. investigations. aitdpr6ceedings.Tn case of disobedience of the subpoena. the City Attornev may apply to a coUrt of competent iurisdiction for an order requirinIJ the attendance and testimony. of witnesses and tlroductionof books. .oapers. records. and docll1I1ents. Said court. in the case of the refusal to obey such subpoena. after notice to the 1;lerson subpoenaed. and uponfrilrling that the attendance or testimony of such witnesses of the production of such books. papers. records. and documents. as the case may BID NO. 34--02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 111 of 116 be. is relevant or n.ecessary for such hearings. investigations. or proceedings. mav issu.e an order requiring the attendance or testimony of Sli:h witnesses or the production of such documents and any violation of the court's order may be punishable bv the court as contempt thereof. (i) Remedies Herein Non-Exclusive. Notemedv set forth in this Division is intended to be exclusive or a prerequisite for asserting a claim for relief to enforce the rights under this Division in a court oflaw. This Division shall not be construed to limit an emplovee' s right to bring a common law caUse of action for wrongful termination. SECTION 2. REPEALER. All ordinances or parts of otdinancesill conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABILITY. If any section, subSection, clause, or proviSion of this Ordinance is held invalid, the remainder shall not be a.ffected by such invalidity. SECTION 4.CODIFICATlON. It is the intention of the Mayor and City Commission oithe 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. EFFECTM DATE. This Ordinance shall take effeCt on the 28th day of April , 2001. PASSED and ADOPTED this ; 2001. April kl'l''''~ .tZttwJ-e~t~ arYCJ:DK .1tttllllCll.nS .2IKl"'U t>ri:tilaJtc" 1(9.2001-ntll AF'f!ROWDASTO 1l'01lM.I..ANOUt\OJ! ..~~ ~V{ 'r~f ORDINANCE NO. 2003..3389 AN ORDINANCE OF 1'IIE MAyOR AND CITY COMMISSION OF 1'IIE CITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH CITY CODE CHAPTER 2, ARTICLE VII BY CREATING DMSION 51'11EREOF ENTITLED "CAMPAIGN FINANCE REFORM", AND FURTHER AMENDING CITY CODE SECTION 38-6 ENTITLED "PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS" AND CITY CODE ClIAPTER2 BY TRANSFERRING SAID SECTION FROM ClIAPTER 38 OF THE CODE TO CITY CODE CHAPTER 2, ARTICLE VII, DMSION 5, RENUMBERING CODE SECTION 38-6 TO CODE . SECTION 2-487; AMENDING SAME .BY MANl>ATING THAT THE CITY PUBLISH NOTICE REQUIREMENTS OF TIDS ORDINANCE, ESTABLISHING RESPONSmll..ITY OF CANDIDATES FOR ELECTED OFFICE TO DETERMINE STATUS OF POTENTIAL DONOR AS VltNDOR, CLARIFYING AND CREATING DEFlNmONS,CREATING ADDITIONAL WAIVER PROVISION WHEN TERMINATION OF EXISTING CONTRACT WOULD BE ECONOMICALLY ADVERSE TO CITY'S BEST INTERESTS; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION AND AN EFFECTIVE DATE. NOW, THEREFORE, BE IT ORDAJNED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. That Miami Beach City Code Chapter 2, Article VII, 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: DtvISION 5. CAMPAIGN FlNANCE REFORM Sec. 38-4t 2-487. Prohibited CaIIlpaign Contributions by Vendors WA. General. (1) W No persoR 'liRe is a vendor tEl the eity shall give a campaign contribution direetly,or thfaugh a_meet ef the p9J:EeR'S iHllllediate family, er tlrreugh a politieal aetioReemmittee, or thfoogh my other person, indirectly 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 nro.posed city contracts. as well as requests for l'roposals (RFP).requests for qualifications (RFO)' requests for lettetsof interest <RFLD. or bids issued bv theCitv. shall incoIl'orate this Ordinance so as tonotifv potential vendors of the proscriPtion embodied herein. BID NO. 34-02/03 DATE: March 7, 2003 CIIYOFM1AMI BEACH Page 113 of 116 au No candidate; Or campaign committee of a candidate for the offices of mayor or commissioner, shall salieitar reeeivadeposit into such candidate's campaign acCount any campaign contribution directlvor indirectly from a persEll'!. 'l.'ha is a vendor ta the eity, ar thr.eagh a member Elf the paman's immadiate :fGmily, ar tBr9\lgh a palitieal aetial'!. eaHHRluea, aT thftrilgh Ilri)' ather pefSOR an behalf af the persElfl. This prElhibitian applies tall.atu:ral parsans aBd ta persans '::ha hald seeBtFelliBg finlHleial interest in business entities. Candidates (or those acting on their behalf) shall ensure compliance with this code section bv confirming: with the Procurement Division's City records (includingCitv of Miami Beach website) to verify the vendor status of any potential donor. (2) A fme of up to $500.00 shall be imposed on every person who violates this :flrameition section Each act of solieitatian, ...giving or Teeei.Aftg depositing a contribution in violation of this patsgmflh section shall constitute a separate violation. All contributions . t'eeei>o:ed deposited by a candidate in violation of this paragraph section shall be forfeited to the city's. general revenue fund. (3) A person or entity who directly or thraag-h s member of the pefSan's immediate family, or thraagh a palitieal aetian eommittee, at thraugh any ether persen indirectly makes a contribution to a candidate who is elected to the office of mayor or commissioner shall be disqualified for a period of 12 months following the swearing in of the subject elected official from .. HaBSaetiFlg b$iness servin!! as a vendor with the city. This ptehibitiefi an HGBBaet.mg busiBess'i\'ith the eity may be wah'8d enly iathe HUHl:RElr !lHn'iaed hereinhelaw in saBseetiaa (b). (4) As used in this section: (a) .L A"vendor" is a person andlorentitywho troBsaetsblismesswiththe sl1y, eF has been apflreved by the elty eemmissiea ta transaet business with the eity, ar is listed an the sit)- mllliGger' s a~r&'letl 'leader list. selected by the City as the successful bidder on a present orpendin!! bid for goods. eauipment or services. or has been approved bv the City on a present or pending award for goods. equipment or services. prior to or upon execution of a contract. ourchase order or standing order. 2. "Vendor" shall include natural persons and/or entities who hold a controlling financial interesf in a vendor entity. The term "controlling financial interest" shall mean the ownershio. directly or indirectly. of 10% or more of the outstandin!! capital stock in any cOl;poration ora direct orindirect interest of 10% or more ina fim. The term "firm" shall mean a comoration. partnership. business trust or any legal entity other than a natural person 3. For purooses of this ordinance. "vendor" status shall terminatetipon comoletion of the agreement for the provision of !!oods. eauioment or services. BID NO. 34-02/03 DATE: March 7, 2003 CITY Of'MIAMI BEACH Page 114 of 116 .au Forputposes of this section, the tenn"services"shali mean the rendering by a vendor through competitive bidding or otherwise. of labor, professional and/or consulting services to the City of Miami Beach. fe1 .-l-, .\. . gift, Sllbseription, san'feyi:IBee, . deposit, . loan, Il~Hient,. or Elistrib1itionof HieBey or i:lBything of ':akle, inelllEliBg eantribtitioRS iR ki:Bd having an attrilJatasle maftetary valNe; ~ f. .. tFansfer of. funds. seRT/eeR.. political committees,. setweeIi soHlHlittees of eantin1i9uS existenee,. or between a political saHlHlittee and a eommittee of e9ntinuotis ~Dten()e. J.: The IlaymeBt,By. rm)'IiersOIl.atherthaIi aeanEli6ate or politieal sommittee, af sompellilation fer the persanal selTises of rmother persoRwhiehare .renaered fa a ermdiElate or politisal eommittee witham eharge ta the elll1diElateor committee fer Stieh seniees. 4,. The tFflnsfei Elf fuadllby a 6lHflllaigB ti'ellsllr-er ar deptity eaHi.paigB tfeasmer setweeRllpflHiIUY depositary. llfld a sepllFate mtefest bearing .1l6eolmt or eefl:ineate of deposit, aRd the teRll. inelllEles afty intefast earned OR StieR aesount or sertifisate. W The tetin contribution shall have the meaning ascribed to such tetin in Chapter 106. Florida. Statutes. as amended. and supplemented (copies . available in City Clerks office). fe1B. Conditions for waiver of prohibition. The requirements of this section may be waived bv a 5/7th vote fora particular transaction by city commission vote after public hearing upon rmding that: (1) .^.nopeRteaHsealea sempet4tP:e!ili!J!r prBilosal has beeR sUbmitted aRd the city offieiallaORee has in no way partisipated Hi the 6eteffftHlation of the bid spesifisatiofts or sia a-'::ard; f.6jill The proJ.3E!~ goods. eauipment or services to beinv()lved in the proposed trailsaction are unique and the city cannot avail itself of such property goods. equipment or services without entering into a transaction which would violate this section but for waiver of its requirements; or ~m The btisinessentity involved in the proposed transaction is the sole sou.rce of supply ':1itRin the sity 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 ~ An emergency contract( asallthorized bv the City Manae:er outsuantto 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~ (f) Any grant of waiver by the city commission must be supported with llfull disclosure of the subject campaign contribution. ~.ApplicabiIity. This section shall be applicable ohly to prospective transactions, artd the city commission may in no case ratifY a transaction entered into in violation of this section. SECTION 2. REPEALER All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. If any section, sentence, clause or phrase' of this otdinanceis 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.; 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 Il1llde a part of the Code of the City of Miami Beach, Florida. The sections of this ordinartce may be renumbered or relettered to accomplish such intention, and the word "ordinaIlce" may be changed to "section", "article," or other appropriate word. P~and~tJda'th"'ot .~ ATtIST; .., ~I~ ~bY~lOR$nith,IDil~Oy~tyAtJiitll.~II"~) ~9Il11t~OQ~n.~). . ~........................... '.~ ~~.Z<:IO~38'