Loading...
Vista Building Maintenance //414t S/d8C(/ .....;ZzA.. Miami Beach ***** la AHIIterICaClly 'IUI.' - AGREEMENT BErWEENTHECITY OF MIAMI BEACH AND vlsr AI3UIL.DI NGMAINTENANCE SERVICES FOR CITYWIDEJANITO~IALSeR"ICES PURsuANt TOaUl# 34-02/03 , "" ", " O'utsta:nd.ing Agency' , , OA4 ',Accreditation Achieveinent Award . c<,~r"",_"""""',.~,^,~,~"""".."",,,,,..,,,," .' ",' ._,.,,,_...',,.,,,,.,."",.,,,,,...',.,,......._,...... CITY CLERK CITYWIDE JANITORIAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND VISTA BUILDING MAINTENANCE SERVICES, INC. PURSUANT TO BID NO. 34-02/03 THIS AGREEMENT made and entered into this _st day of , 2004, by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and VISTA BUILDING MAINTENANCE SERVICES, INC. (hereinafter referred to as Contractor), whose address is 8200 Coral Way, Miami, Florida 33155, SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor, Bid: Bid No, 34-02/03 for Citywide Janitorial SeNices 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, SeNices: All seNices, 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 SeNices, Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673-7023, 1 SECTION 2 SCOPE OF WORK The scope of work and the locations that janitorial services are to be performed by Contractor is set forth in Exhibit "A," entitled "Scope of Services", (also referred to as Services or Janitorial Services) SECTION 3 COMPENSATION 3.1 FEE Contractor shall be compensated for the Services to be provided herein, pursuant to the total monthly bid amount per location upon acceptance by the City for Janitorial Services set forth in Exhibit "A". 3.2 INVOICING Contractor shall submit an invoice, which includes the purchase order number and a detailed description of the Services or portion there of provided. 3.3 METHOD OF PAYMENT Payments shall be made for Services satisfactorily performed, as reasonably determined by the City, within thirty (30) days of the date of invoice, in a manner satisfactory to and as approved and received by, the City. Contractor shall mail all invoices to: City of Miami Beach Accounts Payable 1700 Convention Center Drive 3rd Floor Miami, Florida 33139 with a copy to: . City of Miami Beach Public Works Department 1700 Convention Center Drive 4th Floor Miami Beach, Florida 33139 2 SECTION 4 GENERAL PROVISIONS 4.1 (INTENTIONALLY OMITTED) 4.2 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein, 4.3 DURATION AND EXTENT OF AGREEMENT The initial term of this Agreement shall commence after the last date execution of this Agreement by the parties here to, and upon subsequent issuance date of the 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 Insolvencv 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 Noncompliance with Nondiscrimination Provisions I n 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 governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance, as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder, The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services, The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly be employed by the Contractor, No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom, 4.14 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, design specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Contractor or its employees or subcontractors. 4.15 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch), Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Vista Building Maintenance Services James M, Haley 8200 Coral Way Miami, Florida 33155 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 $1,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] 8 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above, FOR CITY: CITY OF MIA BEACH, FLORIDA ATTEST: By: _~( PM(~ City Clerk FOR CONTRACTOR: l~- CTt.1. L'I- 0 II Date ATTEST: By: ~~~ Secreta !&:h / President lAw:.., '7. !f4- Ie- ~ Print Nam 'O'Rme$ f{. H4 {,,(;y Print Name Corporate Seal o ~ - 30- ;;)..ooy Date APPROVED AS TO FORM & LANGUAGE & FOR ~UTION ~\~6>-7),yjN City Attorna v-. Date 9 EXH1BIT "A" VISTA BUILDING MAINTENANCE SERVICES, INC. SCOPE OF SERVICES: The Janitorial ServicesContractot ("Vista") shall provide al11abor, equipment, tools, chemicals, paper products, supervision, and other items or services necessary to perform the required work as specified by Invitation to Bid 34-02/03 (contract/proposal documents), for the following locations (see attachments "A" and "e"): *Note: Attachment "B" as specified in the Bid DocU'mentswas for beach restrooms, which were not awarded. City Properties Bid Item 19 - Parks Maintenance Building 2100 Meridian Ave., Miami Beach 10 ATTACHMENT "A" COST WO~KSHEETFOR 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 inan acceptable condition and necessary to perform and complete the work called for by the Specifications for the Bid for the performance of Janitorial services at the locations listed below for the period of one (1) year with an option to renew on an annual basis for up to four (4) additional one year periods. THE CITY SOLEY RESERVES THE RIGHT TO AWARD A CONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BEIN THE BEST INTEREST OF THE CITY. BE ADVISED: UNDE~ 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 HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BILL RATE FOREACHCLASSIFIATION THAT THE CITY WILL BE BILLED, A. Custodians $ 9.81 p/hour B. Supervisors $ 11 .50 p/hour C. BILL RATE forCustodians $- 14.61 p/hour E. BILL RATE for Supervisors $ 16.61 p/hour BID ITEM "1": CITY OF MIAMI BEACH CITY HALL 1700 Convention Center Drive, Miami Beach, , Florida. Total Monthly Cost: 1,100.00 Exterior Glass Cleaning: (Quarterly) Additional as needed Hourly Rate 14.61 \J\~ ATTACHMENT "An CONTINUED BID ITEM "2": SCOTT RAKOW YOUTH CENTER 2700 Sheridan Avenue, Mialtli Beach, Florida. Exterior Glass' Cleaning: (Quarterly) 605.00 3,572.81 , Daily Charge:, ." . .'. 1 4 61 (Day Cleaning Crew) $ . per hour worked per person. Special Charge: Strip & ReslJrface Special UseF/oors. (Gymnasium Floor if required ltIore than semi-annually: $ 0.12 per square footage. BID ITEM "3" POLICE DEPARTMENT 1100Washington Avenue, Miami Beach, Florida Five (5) personnel shall be required Monday through Friday from 8:00AM to 4:00PM, One person shall be required on SaturdayS and Sundays for four (4) hours each day. Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. BID ITEM "4" HISTORIC CITY HALL 1130 Washington Avenue, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: Exterior Glass Cleaning: (Quarterly) 550.00 12,511.77 1 , 1 00. 00 2,059.20 \Ji s:f-A ATTACHMENT "A" CONTINUED MIAMI BEACH PUBLIC RES1"ROOMS ,,;.. SEEA1iACHMENT "B" BID ITEM "6" BASS MUSEUM DEVELOPMENT OF=FICE2100 Park Avehue; Miami Beach, Florida 220.00 295.98 BID ITEM "7" SOUTH SHORE COMMUNITY CENTER 833 Sixth Street, Miami Beach, Florida Total Monthly Cost to City (Night Cleahil'lg) Exterior Class. Cleal'ling: (Quarterly) Total Monthly Cost: 1,582.75 14.61 Hourly Charge: (Day Cleaning) ATTACHMENT "An CONTINUED BID ITEM i'S" FIRE STATION #2,2300 Pine Tree Dr" Miami Beaeh, Florida (2Bldgs) Exterior Glass Cleaning: (Quarterly) ,121 .00 BID ITEM "9" , 21st STREET RECREATION CENTER 2100 Washington Avenue, Miami Beaeh 1,336.46 Total Monthly Cost: 3,329.96 Exterior Glass Cleaning: , (Quarterly) , BID ITEM "10" OCEAN FRONT AUDITORIUM 1001 Ocean Drive, Miami Beach, Florida 304.54 BID ITEM "11" , NORTH SHORE COMMUNITY CENTER7250CollinsAvem.le, Miami Beach, Florida TO BE ADDED AFTER COPJIPLETION OFCONSTRlJCTION ATTACHMENT "A" CONTINUED v j ST-A 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' BID ITEM "14" TATUM PARK Total Monthly Cost: BID ITEM "15" STILLWATER PARK 8050 Byron Avenue, Mial1li Beach, Florida 478.48 8440 Hawthorne Ave., Miami Beach, Florida BID ITEM "16" FAIRWAY PARKlCrespiFairway & No. Shore Dr., Miami Beach, Florida 478.48 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 478.48 Z~~~QQ_Guardhouse BID ITEM "19" 767.48 total including Guardhous PARKS MAINTENANCE BLDG" ~100MetidianAve., Miami Beach Florida BID ITEIVI "20" PROPERTY MANAGEMENT BLDG.. 564.02 ~QJL~Q__Trailers 1,167.52 total including trailer 1245 Michigan Ave" Miami Beach,FI()rida ,Total Monthly Cost: 564.02 BID ITEM "21" , FLEET MGMT. & SANITATION BLDG., 140 MacArthur Causeway, Miami Beach, $ ATTACHMl:NT "A" CONTINUED BID ITEM "22" 'BEACH PATROL OFFICE. Ocean Drive & 10th 'street, Miami Beach, Florida BI01TEM "23" PUBLIC WORKS YARD OFFICl:S.2300 Pine Tree' Drive, Mi.uni Seach,' Florida BID ITEM "24" POLICE DEPT. SPECIAL INVESt. UNiT OFFICE. 1831 Say Rd., Miami Beach,Florida Exterior Glass' Cleaning: (QuartE!rly) 77.00 BID ITEM "2S" .MARINE PATROL OFFICE. 1900 'Purdy Ave.. Miami Beach, .Florida ATTACHMENT "A" CONTINUED Exterior Glass' Cleaning: (Quarterly) Total Monthly Cost: Exterior Glass Cleaning: (Quarterly) 1,387.47 1,387.47 3,437.94 GAAND TOT ALFOR JANITORIALSERVICESEXCLUD1NGPUBLlCRESTROOMS AND GLASS CLEANING ATTACHMeNT" A"CONTINUED GAAND TOTAL FOR ALL FACILITIES QUARTERLY GLASS CLEANING: Total MortthlyCostareakdown: ii, payroll, taxes & ihSurance..,........$41 ,531.96 b, fringe benefit5.............................$...:-~-~~- h ' I .. I' . . ,.. ..$ 4 259 68 c, c ernlca supp les...................,.... ..,' . d. Expendable Ilems,..,........,..... .....$_~~~~~47 \J) STA \HSTA ATTACHMENT "A'; CONTINUED . - - . The following are cleaning on an as needed basis. Bid Price shall be "per cleaning" Per Cleaning Per Cleaning RESTROOMSREQOIRECLEANING 2 TIMES PER'DAY, 7 DAYS PER WEEK. ("ENHANCED SERVICES") The following services will be on an as needed basis. Per Hour Vista BUilding Maintenance SErvices, INc. JamesM. Haley DATE: May 9, 2003 ,ATTACHME:NT"C" COST WORKsHEET FOR PARKING GARAGES OF tHE CITYOF MIAMI BEACH We propose and agree,jf 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 replenishil"lgrest 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 SOl.EYRESERVESTHE RIGHT TO AWARD A CONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY, '". . .-',' .'... '",.., BE ADVISED: UNDER THE LIVING WAGE ORDINANCE CONTRACTORISEMPLOYEES 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 AATEfOR EACH CLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians ' B, Supervisors D.BILLRATE for Supervisors E. Ratio of Supervisors to workers: ALL GARAGES ARE 7DAYSPERWEEKFOUR HOURS PER DAY. ~22 .61 BID ITEM"B" 12th ST. PARKING GARAGE Drexel AVe. & 12thSt., Miami Beach, Florida BID ITEM "e" 13th ST. PARKING GARAGE.. Collins Ave. & 13thst, Miami Beach,Florida BID ITEM "0" 17th ST. PARKING GARAGE,. Collins Ave. & 17th St., Miami Beach, Florida .I TOTAL MONTHLY COST TO THE CITY: , ' TOTAL MONTHLY COST TO TflE CITY: 42 Street Parkiria Garaae, 42nd Street& Royal Palm Ave TOTALMoNntLY COSTro THE CITY: $ 1 ,901.40 .$9,713.12 ATT ACHMENf"C" CONTINUED fotal Monthly Cost Breakdown: a, payroll, taxes &insurance,........,.$.3.L2~.....2...4 b, fringe benefits.....,..,....,...,..,..,...,'$---~- h . 'I . .'1' $. 777.04 c. c ernlca supp les............,..,...,..., ------- d. Expendable Items,...., .,...., ...... ..,..$U;l2.2~.s.L , Use of Contractors'Pressure Cleahing Equipment. 10.00 (Pressure Cleaning not specified in the bid specifications) SErvices, JamesM. Haley VIsta BUild.i.ng Maintenance --~~ Jame~ . Haley . .' 8200 COral Way B155 Itls understood and agreed by Proposerthatthe City reserves therightto reject any and all Bids,to make awards on all items or an)' items according to the best interest of the City, and to waive any irregularities In the RFP or In the Bids received as a result of the BID. .Jt Is also understood arid agreed by the Proposer that by submitting a Bid,Proposershall 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 alldelinqLJentandcurrently 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 orjolnt 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 schedufeshall constitute a default of the subject contract and may be cause for suspension, termination and debarment, in accordance with the terms of the contract. '.l~ p .,,'...~ P.d S~ture) JamesM. ,Haley (Printed Name) aID NO. 34~02/03 DATE: March 7, 2003 Page 63 of 116 Addendum No, 4, Dated_April 17,,2003 Addendum No,S, Dated 'APril 21. 2003 Addendum#6 Dated April 28. 2003 ___ NoaddendLJm was received in connection with this Bid, Date May L-2003 Date BID NO. 34-02/03 DATE: March 7, 2003 Workers' Compensation and Employer'S Liability per the statutory limits of the state of Florida, ComprehensiVe Ganeral Liability (occurrence form), limits of liability i. 1,000.000.00 per occurrence for bodily injury property damage to include Premisesl Operations; Products,' Completed Operations and Contractual Liability, Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability -$1,000,000 each occurrence - owned/non-owned/hired automobileS included, Excess Liability -$ coverages. . 00 per occurrence to follow the primary The City must be named as and additional insured on the liability policies; and it must be stated on the certificate, Otherlnsurance as indicated: ~~ BuildersRisk completed value _ Liquor Liability , ---'- Fire Legal Liability _ Protection and Indemnity __Employee Dishonesty Bond $__,00 $ .00 $ ,00 $ .00 $ .00 $1.000,000 .00 Thirty (30) days written cancellation nOtice required. , . . Best's guide ratinga+:VI or better, latest edition, ,. , The certificate must state the Quote number and title VENDOR AND INSURANCE AGENT STATEMENT: We .understahd the. Insurance R.equirements of theSe specifications and that.evidence of this insurance may be required within five (5) days after Bid ope i Vista Building Maintenance Vendor BID NO, 34~02/03 DATE: March 7, 2{)Q3 , FROM : 08-18-2004 17:02 FAX NO. Apr, 14 2003 12:50PM P3 T-(78 P,Q01/001 F-&OB iii",.. :,"!1:~ " ''t' 0 6 / 16/ U4 c :nl . I88UCD All ~ ONLY AND CONFIIl$ NO AlGHnt IFON lHl CMTIPICA'IE IIOLDIII'L 'MIl CER11l"ICA" DOES NOT AMEN!), EX1dD OR ALTIiH TNE cove..... ArftIIUlD 8" 'nil! POLICIES BElDW. COMPANII. AFFORDING COVERAGE F~FRANK H FURMAN INe ,..aDUOIR FRANK H. FURMAN, INC. FRANK R. FURMAN #A091425 P. 0, BOX 1927 POMPANO BEACH, FL 33061 COM',,"Y A HARTFORD FIRE I co ..".,.. VISTA BUILDJNG MAINTENANC~ S1i:RV1CES INC 8200 CORAL WAY MIAMI FL 33155 llOMI'At/Y a llOMl"ANY c COMMERCE & INDUSTRY INS CO __ MIlI_ 21UENOV1722 000 000 000 000 000 21tJ:rmtTV1722 :3 30/04 3/30 05 OllMllllED SINGUO LIMIT IIOllLv INJlJFIV ll'<<~ . IlCIlII.YIN.III11Y ll'llf-.o . I'"OI'!ftTY ll.UIAGE . WC96B0771 2 01./04 2/01/05 1l<E PRllPllETCll'll PMml~" DI'f'Illf!l$AfIE; lI1ItI!II GENERAL LIABILITY :.,. ,~..l ""... CITY OF MIAMI BEACH J.. 700 CONVENTJ:ON CENTER DRIVE MIAMI BEACH, FL 33139 ~. . ".'t"IO' . . The undersigned, as Proposer, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the contractto which this.Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this 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 Bid is based upon the documents identified by the following number: Bid No. 34-02/03 ~.d4 . . '.. ..'8;IGNATURE JamesM. Haley PRINTED NAME TITLE (IF CORPORATION) BID NO. 34-02/03 DATE: March 7. 2003 Name of Resident Agent: Address of Resident Agent: BID NO, 34-02/03 ' DATE: March 7, 2003 Page 66 of 116 NUMBER OF YEARS IN JANITORIAL SERVICES: , ' NUMBI:R OFYEARStlCENSED BY THE STATE OF FLORIDA: NUMBER OF EMPLOYEES "ON CALL"(MIAMI AREA): AVERAGEEMPLOYEI:S "ON THE JOB" EACH WeEK (MIAMIA~EA):~..pJL_ , 22 YP::iT!'; DO YOU CURRENTLY HOLD ANY MUNICIPALl1"Y CONTRACTS? yes IF SO, WITH WHAT MUNICIPALITIES? .Bal, Harbour' VIllaqe BID NO. 34-02/03 DATE: March 7. 2003 Have any similar agreemelltsheld by Proposer for a project similar to the proposed project ever been canceled? Yes ( ) No kiNe'Ver If yes, give details on a separate sheet. Has the Proposer or any principals of the applicant orgalli:z:ationfailed 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 in any contract in the last 5 years? Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put int() receivership? Yes ( ) No h) , ' 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 BidForrn have ( Jhave not (x) been convicted by a Federal, State, COUllty, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent . (10%). (Strike out inappropriate words) BID NO. 34-Q2/03 DATE: March 7,2003 (5) List any criminal violations and/or convictions of the Proposer and/or any of its principals: , :;: . Conflicts of Interest. The following relationships are the only potentlal,actual, or perceived conflicts of interest in connection with this Bid: (If none, state same.) Public Disclosure. In order to . determine whether the members of the Evaluation Committee for this Request for Bids have any association or relationships which would constitute a conflict . of interest, either actual or perceived, with any Proposer .and/orindMduals 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 may belnvol'liedwith this Bid. This list shall Include public relation firms, lawyers andlobbylsts~The Procurement Division shall benotitied in writing if any person ol'entity is added to this list after receipt of Bids. (Use additional sheet if needed) Vendor Campaign Contribution. You must provide the nallles of all individual$ or entities (including your' sub-consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or mote in a firm. The term "firm" shalll1leanany corporation, partner$hip, business trust or any legal entity other than a natural person. JamesM. Haley, President, 100%_own_E!rship The Proposer understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the Proposer to be true. The undersigned Proposer agrees to furnish such additional information, prior to acceptance of any Bid relating to the Bids of the Proposer, as may be required by the City Manager. ,The Proposer further understands that the information contained in this <luestionnaire may be confirrned through a background investigation conducted by the Miami Beach Police Department. ,By submitting this questionnaire the Proposer agrees to cooperate with this irwestigation, including but not necessarily limited to fingerprinting and providing information for credit check, IF INDIVIDUAL: Print Name of Firm SiD NO. 34-02/03 DATE: March 7, 2003 Vista BtJilding Maintenance SErvices Print Name of Corporation Miami,JL 33155 Address p;..::m~~ i~ Mda'.~l~ . . .. President Secretary BID NO,34-02/03 DATE: March 7, 2003 j . l MayOr David Dermer and Members of the City Commission J~rgeM. GOnZalez' ~ ::a::~~ORk/PROVAL1d AWARD CON1AAC1S 10 PRIMARY AND SECONDARY VENDORS AS STATED HEREIN, FOR PROVIDING Cn'vWIDE JANITORIAL SE~VICESPURSUANT TO INVITATION TO BID NO. 34-02103, IN THE ESTIMATI:D ANNUAL AMOUNT OF $797,915. AIlMINISTRATION ~ECOMMENDAll()N APprove the Award of Contracts, The purpose of Invitation to Bid No. 34 ...: 02103 (the "Bid") isto 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 accordance with the terms and conditions scope of services specified in the Bid, The term of the contracts will be for a period ofmo years, and may be renewed forfour additional years. After the initial two.yearcontract, the contracts prices will be reconsidered for adjustment prior to the four-year renewal. The contracts increases shall not be more than the percentage increase or decrease in the Consumer Price Index (CPI- 'U all urban areas). The "aid" was issued onMarch 24, 2003, with an opening date of May 12, 2003. A prErbid alid site visit conducted on April 9, 2003. Notices ..vere 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-responsive, .Based on the analysis of the six (6) responsive bids received,itis recommended that the City Commission approve multiple awards to primary and secondary vene/ors based on the lowest and bestbid received for each location, One responsive bidder, AM-KO Building Maintenance, Inc, ("AM-KO"), would not acceptan award per location since their bid offer was based on a total award, Listed below is the'.estitnated annual contract 'amount to the five(S) recommended vendors: ,. Chi-Ada Corporation . .RD Cleaning & General Maintenanl::e, Inc. Best's Maintenance & Janitorial Service,>lnc, Cleaning Systems,lnc. Vista Building Maintenance Services $201,143.88 $157,602.12 $107,403,96 . $ 88,920.00 $ 6,766.24 .., Additionally ,the Bid totals do not include janitorial services that will be needed for the various facilities listed in' AppendiX: A,that are either under construction or were not included in the Bid at the time of issuance, Any additionalfadilitiesorincrease 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 respectivecontr.lcts will be amended accordingly, The bid resultS are tabulated and attached herein and labeled Appendix Band C. Based on the analysis of the bids receh/'ed, it is in the City's best econolliic interest to request for approval to award contracts to primary and seCOndary vendors that submitted the lowest and best bid price for each individual location: Chi-Ada Corporation, RD Cleaning & General Maintenance, . Inc., BeSfs Maintenance, Janitorial Services,lnc" Cleaning Systems; tnc.,and Vista,pursuantto Invitationt() Bid No. 34-02103, for providing .0' selVicea; in the i!SIimaled., . annual amount of $797,915. JM M:FB:GL:JE . ' ~ ' ' ! T:\AGENDA\2004\May0504\Regular\JanitoriaISfJrVicesMemo.doc . . ~ 9 ~ I; I ~ I; I;, g ~ ill Iii I ::t ~... 11;/ ....o"'l:l :Ii O::S I ' .... Cl I >- = saQ;lDf::RfalO ql:l~t;!i IS ~~::iiil ~~i8 = ::t ~:;Ii -"~i~ I' ~I; ; l~ !:> g~ID'" Iii ::t ...~ ,Ii .. ;"iiO ...~~~ !!:. !!:.! 1---- )- 881118lil8:::l8 ~ .""',",~"'d ori:(iriai::t..;,.; ~~ "'8;:.........e; ;:;;... .... ii: " Iii ::t ~ Ii ,. ::II .. . .. ~ 8 ::l l:::l 8 I~ ~ I~ ll! ~ 8. 8. ~ 18.1~ ~ ; ~ ~ 8. 8. 8. 8. ~ I~ ~ . ..' ,,~~~d ii ! i(i...'...~ Ii !...~ 5a !'!!'!I~!.:~,~~I l~ ~ jtl5 'I----- 'ii3 12, ~ ~ ~ iii .; .; ~ .... ~ie; e;;;€Il: ~ .. ~'~ ~I~ ~ I~ I~ € , )- . 8 818.... ~ '~ 8 8. 8 g 88 8:::l 8 :;18.1 8. 8 8 818 8 8 8 8 8 8 88 8 88 88 8 8. 8. 8. ~;~~~!~i~i.l j~~~ ~!~!a !!!!i!~ll!ia!l~!li~ III -- :t5~ts5:! & ~ ; -' "~;; -it 1- ;; ;;.. .,.. ID::IE ..... ... -" ~ 9 ~ 'S '; ,'; ~ I: I ; a :; ~]~I~I~I~I~I~ ~.. ~ ~I~I: ~.' ~ ; ; ~ .' Do ~ ~ ~ " l'li " ~ l)/ ~ .: ~ .ji- ~ ~ ~ ~,,~ ~ II II II,! a Ii> III Iii l'li ~ , .8'" l=! 0 '" Zl ... !!:. a!!:. 1'-fI! !!:.. !!l. !!l. !!l. !!l. !!l. ,!!l. . .,::11 ~ :5 e;; - ~ L_ l!i' " r-.. ' ,lel:l::l::lil!:e8lD 8'" ''''::I'!i!''1I!i!'''C !i!!i!8 t::!i!CI5! &;8 888 ~ ""'i~~.~~g~~~ ~ai1!iiii~ iig~ggg~i~~~i~i~~!~ ". . . " ~ 5 ~ 8 l'li "::t l:lI g II Ii ! .. ::t a Ii l:i l:lI " .. " .. : : II II .. ..I!. ~ .. ~ l:i :ll'li .. ~ ! ! ! " , 'ID " ::IE .. ! .. ~ 8 8 18 8 13 ::I lq 1::1 8 I. 8 8 8 8 8 8 8 8 8 8 8 ::l 8 t; 8 8 ~ 8. 8. II I ,,~i ~ 0 I ~ s ~ ~ a ~ 5 ,115. a' ! j ~ G j j ~ i i l ~ l3 11l ~ U! III iii. i ,. i f2~ ~ ! Ii! i ; ~ I~ "I~ !e: I~!e: !e: ; r ~ :l :; Ii fb ~!e: I; ~ "I-----'~ ,.. 8 8 8 8 8 88 8 ~ l=! 8. ~ ~ ~ ~ ~ ~ 8. I.. 8a 8 8 8 8 8 8 8 8 8 8 ::l 8 8 Ii; 8 8 8 8 8 '" i I ~.. "';; ... li! Iii ~ i ~ ! ~ i i ~ !!! ~ a ~ = ~ :l a i i ~ G !;i ~ a i i l ~, 51 a f:l ~ lli ~ =t ~ g g ~ I . a~ ~ ~ Iii I ::t ;: ~ l:i:;:;:; 1 III ~ :; i:l il a tit:; tit :g ~ I ' f!- oi( ..,' ,,:I ..' .. li! I f " ,)-" ~ lq ~ ~ ~ Ii; ~. I~.I ,'j'i:l. ~ 88888888888 188 j8 ~18.1 888 i'lS ..,. en .. ~ i-" ~ B ~ ~ ~ ~ 5 Ii ~ I~ 1;/ i ~ ~ ~ ~ ~ ~ ~ ~ ~ ~,i ~ ~ '~ S i i ~ ... i ',. fjj" ,ol=! : ~ a " :; l;J . j' . .1_ ,'- 'f . ~ 6' i 'IS - ~ ,.. 8 t; ~ 8 ~ t; 8 8 ~ ...I~ 8::1 88 8't; 8 8888888888888888888 888 I! '..J9 ~~ ~ ~ ~ ~ ! ! ~ ! ~ ~ l! ~ ~ i l ~ ! i ~ i ! i ! i ! ! ~ . ! i I ~ I S ~ i ~ ~ i i i I i .. ~"::IE :'.I~~ ;';:~rIM~ ;.. '~lj~Ul~I' 1a(8H'. .8:lJ.",' ~I~!~~!~;;' l-"Ii ~ ' 1':,_~: i ~{j, liff '~i;~, ~ ):1 _' L~~ Ii "": .~; ~~f ;;:~' ~:_y~.! v "-' _ if,:~~I.- .'~~' ~,' Jl}':",.; "',' :'~.' .'~.1i'I '~',~ 1:1;,,-, j'~; ;'-. .".~', m~"f \,!" '. PL-. I k!!: !: - . ,." !-:tJ ;'~!:. JI~1 f~~'; -'.'~02.: '.' I j" e:. ~.' ~'1"': ,.,.,' t _ ',c tij:{ ~~~r "': ~e, ~~l ',,1,;:: -~~ lli!, 1M "; 0'.' ij-..... ''::;'-i fAi ,~- ,:.'.I'j :1'- ,:;~; ~i ~~ 'I;!~ I~Y:\ :;';r'l"~ . !'l <;,'1 ,;y ,,,.. ." Ii., ',"' ""Ii 'e, '~I' ,,;' m'. ;,\ ,~".: ;. " .. , ';,;; 'I' . .",3' ,.i. ", "~"~ '~'!' {, I'I ~'f ~:.ij :~;~ f~'iilir~: l::~; of.;'; ,:~!<- ,~~ M; J;f :H!l ~~ :tt:~ l2 ~P:~ ":'~ ~.I" l'H ... ~"; :~;::' ,;_'" ;.~~ ;!r~ ?fj, :' :, :>~'i~,i ~ ;~ ll': ~'f H 'i'~1, it;: j~, i':",~. i" '::>. ~" :!:~ .!.lii, 'f;" ~ ~11 ':li~ !~'. ',;; if~ ~; ,'f. ~ ,~ ,I,',; '):1 ~' 1:(1-).0 .~ "'" !i: '" Is "'" ~ ~' ~ - - - G I!; . . !I: !Il ~, :ri '" 131::: oJ::l S ., j 811/ 8 8 . 8 ~ ~ "'IU ~ ~ ~ 6 l> 1l! i l!i ~ "'IP= 5~ i U rl g ~u ~ 5! 5! f2 .I ~ ,.J} .'." ~ fif~fif~~f~~f~i~f~li~ii3)~ilii~;~f~~~~f~~;~g ji ~ 't " ' " 5 i ~ i j i~ i ~ ~ ; ! m i ~ i ~,i ~ i i i ~ ~ I ! ! I ~ ~ ~ i ~ i I ~ ~ ~ i g ~! ~ I s i ~ ~ ,~ _ 1!i... ~ .; ~ . ~ .. ... ~ ~ ,~oS ~ ... ~ ~ :: ~ l:! :! ~ $! ~ l!!'l!! 01 N l::I ~ ~ ~ lQ lEI ~ !:l ~ III !Q <I'''''''' u ] ~ ~ ,...::11 ""::IE ..., :I <.> ::I! <.> ::I! ::I! <'>::IE <'>:1 B ::IE G ::l! ::I! ::I! ::II :Ii ::IE ::IE ::I! =r ::II ::I! ::IE ::IE ::I! jg B :ill ::II B G :Ill ~ ,0' '~ gl:l ~ ~ ~ ~ ~ l:l~ ~ ~ ~ ~ "'~ ~ ~ ~~' ~ ~!;g ~ ~ ~ !;g ~ ~ ~ ~ ~ ~ ~ g 13 ~ ~ 13 ~! ~ ~ I ::2~ ~ 31 . 9 g~g~e.gg~g g~g~ggggggggQgQogg"'~gg~o 99 1m _~, CD CQ <:) CD C) CD CD m C) lID CD C1 CD C) m a:I CD CD'IEI G:I CD m CD m CD iii m CD: (!5 CD ID (!) CD CD UI . .. I , .' r . . -'- ~ !!/ > , , ..' is 01i i~~ l:l ! , ~ ":,, 12 it: '2 I ""'I I'"' j'"""" iii ~ Ig; I!!l. !!l. ~~~~~!~~~I~~~~S;~~~~~~ I_____"'~...~~m..- ~-os ~~~~~~~~S~Nl:lI~ ~~l;J~ ..tIt..................__... MoNa.;...,: N ._ .... W i4 '~ I l~ l~ ! ' l~ I~ _ I .j" I:; Ie i 1 lll::l1ll:e::l~::I1ll801i :!iG~!ll.iUI,a~a~ l:lI 11l:; :; a ~ I I~ .~ ~ .., ~ " Ii:; ~ !!l. i i ;;; i Ii ill,! l!!l ~ ~ '~I IS; ~"! ..; ";N - .. ... !!l. I I~ ~ "I:: i~a :a ~~da~8.~~~I~~8.~~~~~~....~I~~~~~~~~8.~I~~~ N" .......~..c....aOCi~......- ~........N_~_c..c..m ~..~.....N..I::.. ..~ ~~~...~x~xX~~..~I::M~..l!! - .1;; . - llJllJllJlllli;;;IiilJ>IIO...... "ri . N ~ - ; ~ - ~ * ~~~~'r,_C ~ ~II ." .... :: ~~8 ~~il ~~ M~ ~ = . , . ... i lll}{ Ii -;;:; ri !!l. .. ... ~~~1 I!~ .. .. ~~~I~ II! ~ ~! 888 III ~ ii Iii iii ..~I;; ::l- Ie iit ..... CITYWIDEJANITORIALSE~V1CES is amended as follows: The bicl opel1ingdate has been changed frornMay1,2003 to May 12,2003 at 3:00 p.rn, " ' What is the difference between the hOlJrly rate and the bill rate? The hourly rate is the employee's hourly salary, The bill rate' is the' rate you are charging the City ,for services. ,The bill rate should Include the employee's salary plus overhead C()$ts, pl'ofjt and payroll, taxes and Insurance needed to perforrn the senlices. Example: You pay your custodian $9.81 hour, but todd business you need to charge your customer $13.00 hour to cover your expenses and profit, therefore, the $13.00 perhol.lr is your bill rate. Thecleal"ling forBid Itern '''2~'' Flal'1'lingd'Park"Attachrnent "A" is dnce dally cleaning for each ofthethtee. Once daily for Baseball Stadium, Football Stadium and Tennis Courts. Attachment "A", serviceson"'an as needed basis. Delete "Other Charges" (fol.lrthrow). Grand total page of attachrnent"A" do not Include the' window cleaning. All garages are 7 days a week 4 hours a day. Please not that Normandy Isle Park is located at: ATTACHMENT "C" COST WORKSHEeT FOR PARKING GARAGES OF THeCITY OF IIIIIAl\IIlBeACH 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, foil tissue,hand soap, etc.joverheadand ptofit 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 atthelocations 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 CONTRACT OR CONTRACTS AS DeEMeD BY THE CITY TO BE IN THe BEST INTEREST OF THE CITY. BE ADVISED: UNOER THE LIVING WAGEdRDiNANCE 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 HEAL THBENEFITS. ALSO PROVIDEBIl.LRATE FOR EACH CLASSIFIATION THAT THE CITY WILLSE BILLED. 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 CONTRACTOR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: UNDER THE LMNG WAGE ORDINANCE eONT~CTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN Ii)UR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9,81 AN HOUR WITHOUT HEALTH BENEFITS. . ALSO PROVIDE BILL RATE FOR EACH eLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians $ plhour B, Supervisors $_-,--p/hour 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,. Miami Beach, Florida. Exterior Glass Cleaning: (Quarterly) Total Monthly Cost to City (Night Cleaning) $ 4. Dally Charge: (Day Cleaning Crew) per hour worked per person. 5. Special Charge: Strip & Resurface Special Use Floors. (Gymnasium Floor if required mor~ than semi-annually: $ per square footage. BID ITEM "3" POLICE DEPARTMENT 1100Washington Avenue, Miami Beach, Florida Five (5) personnel shall be required Monday through Friday from 8:0{}AM to 4:00PM. One person shall be required on Saturdays and Sundays for four (4) hours each day, Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ BID ITEM "4" HISTORIC CITY HALL 1130Washington Avenue, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) $~ ATTACHMENT "A" CONTINUED BID ITEM "5" MIAMI BEACHPUBUC RESTROOMS - SEE ATTACHMENT 'iB" BID ITEM "6" BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue, Miami Seach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ BID ITEM "7" SOUTH SHORE COMMUNITY CENTER 833 SixthStr~et,Mlami Beach,Florida Exterior Glass CI~anlng: (Quarterly) Total Monthly Cost: Total Monthly Cost to City (Night Cleaning) Hourly Charge: (Morning Clean-Up) Hourly Charge: (Day Cleaning) ATTACHMENT "A" CONTINUED BID ITEM "8" FIRE STATION #2,2300 Pine Tree Dr., Miami Beach, Florida (2 Bldgs) Exterior Glass Cleaning: (Quarterly) $~---- Total Monthly Cost: $ BID ITEM "9" 21st STREET RECREATION CENTER 2100 Washington Avenue, Miami Beach Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ BID ITEM "10" OCEAN FRONT AUDITORIUM 1001 Ocean Drive, Miami Beach, Florida Total Monthly Cost: BID ITEM "11" NORTH SHORE COMMUNITY CENTER 7250 Collins Avenue, Miami Beach, Florida TO BE ADDED AFTER COMPLETION .OF CONSTRUCTION ~ ATTACHMENT "A" CONTINUED 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, Miami Beach,Florida Total Monthly Cost: BID ITEM "15" STILLWATER PARK 8440 HawthomeAve., Miami Beach, Florida Total Monthly Cost: BID ITEM "16" { . FAIRWAY PARK/Crespi Fairway & No. Shore Dr" Miami Beach,Florida Total Monthly Cost: $- 10 ATTACHMENT "A" CONTINUED BID ITEM "17" NORMANDY SHORES PARK 2605 Biarritz, Miami Beach, Florida BID ITEM "18" NORMANDY ISLE PARK , Miami Beach, Florida Total Monthly Cost: $ BID "EM "19" PARKS MAINTENANCE BLDG,. 2100 Meridian Ave" Miami Beach Florida Total Monthly Cost: BID ITEM "20" PROPERTY MANAGEMENT BLDG.. 1245 Michi~anAve., Miami Beach, Florida Total Monthly Cost: Total Monthly Cost: BID'ITEM"21" FLEET MGMT. & SANITATION BLDG..140MacArthur Causeway, 'Miami Beach, Total Monthly Cost: AiTACHMENT "A" CONTINUED BID ITEM "22" BEACH PATROL OFFiCE, Ocean Drive & 10th Street, Miami Beach, Florida Total Monthly Cost: BID ITEM "23" PUBLIC WORKS YARD OFFICES. 2300 Pine Tree Drive, Miami Beach, Florida Total Monthly Cost: BID ITEM "24" , POLICE DEPT. SPECIAL INVEST. UNIT OFFICE. 1831 Bay Rd., Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "25" MARINE PATROL OFFICE. 1900 Purdy Ave.. Miami Beach, Florida Total Monthly Cost: I~ BID ITEM "26" 777, 17th Street Building, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: $ BID ITEM "27" 555 Convention Center Drive BuUdina Exterior Glass Cleaning: (Quarterly) Total Monthly Cost: BID ITEM "2S" Golf Course Club House Total Monthly Cost: BID ITEM "29" Flaminao Park BASEBALL STADIUM (once daily) (once daily) FOOTBALL STADIUM TENNIS COURTS (once daily) Total Monthly Cost: I> ATTACHMENT "A" CONTINUED GRAND TOTAL FOR ALL FACILITIES QUAR11:RL YGLASS CLEANING: $-~---- GRAND TOTAL FOR JANITORIAL SERVICES EXCLUDING PUBLIC RESTROOMS AND GLASS CLEANING Total Monthly Cost Breakdown: a. payroll, taxes & il"lsurance...........$~__ b. fringe benefits..........."..............,;$____ c,.chemical supplies....,......,.........,..$___ d, Expendable Items....,..,...............,$__~_ ATTACHMENT "A" CONTINUED The following ate cleaning on an as needed basis. Bid Price shall be "per cleaning" Per Cleaning 14th, Street 1 th Street NOTE: RESTROOMS REQUIRE CLEANrNG 2 TIMES PER DAY, 7 DAYS PER WEEK. ("ENHANCED SERVICES") IS A TTACHMENT"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 AreasfRestrooms ,'. Additional Hourly On an as needed basis - Cleaning special events, emergency . $ , Per Hour . ' NAME OF COMPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE: DATE: .ATTACHMENT "B" COST WORKSHEET FOR CITY OF MIAMI BEACH RESTROOMS We propose and agree, if this Proposal is accepted to contract with the Cityof 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 CONTRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: UNDER THE LIVING WAGE ORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8,56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN HOUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BILL RATE FOR EACH CLASSIFIATION THAT THE CITY WILL BE BILLED. $ p/hour $ p/hour $ p/hour $ plhour A. Custodians B. Supervisors F,BILL RATE for Supervisors TOTAL MONTHLY REQUIREMENT NAME OF COMPANY: PRINT NAMEOF AUTHORIZED REI'RE$ENTATIVE: SIGNATURE: If DATE: CITYOF MIAMI 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 hlIp:\\ci,miami-beach.fl.us Telephone (305) 673-7490 Facsimile (305) 673.7851 PROCUREMENT DIVISION INVITATION TO BID NO. 34-02103 ADDENDUM NO.5 April 21,2003 CITYWIDE JANITORIAL SERVICES . is amended as follows: Answers to Questions: Q. What is the current window cleaning cost? The current service provider's pricing listed on Addendum 3 includes the quarterly window cleaning as well as carpet cleaning. Q, Is the Day PorterforCityHaU 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 is a high traffic building, the day porter's main responsibility is to ensure that the restrooms maintain clean and stocked throughout the day. If you have any questionsconceming process 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, ~~ I. ~.......... CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director C IT Y 0 F 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 hUp: \\ci.miami-beach,fl.us PROCUREMENT DMSION Telephone (305) 673.7490 Facsimile (305) 673.7851 INVITATION TO BID NO. 34-02/03 ADDENDUM NO.4 April 17,2003 CITYWIDE JANITORIAL SERVICES is amended as follows: Answers to Questions: Q. Is the current service provider's pricing from Addendum 3 based on the Living Wage Ordinance requirement? A. No, the current service provider's pricing listed on Addendum 3 does not include the Living Wage Ordinance. The Living Wage Ordinance took effect April 28, 2001. . The current Janitorial Services contract was awarded prior to the living Wage Ordinance and was never amended to Include the Living Wage Ordinance. Please be advised that although the pricing sheets have'been revised,the original bid still contains documents to be completed and returned by your company. If you have any questions concemingprocess or procedure, please contact Michelle Cullen at michelllecullen(Q}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, CITY OF MIAMI BEACH ,L%/' (" ?-- Gus Lopez, CPPO Procurement Director CITY OF M I A M IB E A C H 1700 CONVENTION CENTER DRIVE, MIAMI BEACH,FLORIDA33139 http:\\miamibeachfl.gov PROCUREMENT DIVISION' Telephone (305) 673-7490 Facsimile (305) 673.7851 INVITAtiON to BID NO. 34-02/03 ADDENDUM NO.3 April 16,2003 CITYWIDE JANitORIAL SERVICES is amended as follows: The bid opening due date has beenchangedfrorn April 23,2003 to May 1, 2003. Additions or Modifications to bid: 1. Page 12. LOCATIONS OF PROPERTIES: ATTACHED PLEASE FIND REVISED LOCATION()FPROPERTIES, 2. Page 13, DESCRIPTION OF GARAGE PROPERTIES ATTACHED PLEASE FINO REVISED DESCRIPTION OF GARAGE PROPERTIES. 3. PAGE 14, GARAGE HOURS OF OPERATION/CLEANING ATTACHED PLEASE FIND REVISED DESCRIPtiON OF .GARAGE HOURS OF OPERATION/CLEANING. 4. Pace 17. ,DESCRIPTION OF CITY PROPERTIES & paae 29. CITY HOURS OF OPERATION/CLEANING ATTACHED PLEASE FIND REVlSEO CIl'YPROPERTY DESCRIPTION AND HOURS OF OPERATION/CLEANING. 1 5. MODIFICATION: Page 34, item "h", All contractor's employees must go through criminal background check, shall be amended to state: All contractor's ernployees current and new rnustgo through criminal background check at contractor's expense and a copy of background check shall be provided to the City of Miami Beach before contractor's employee beginswork. No new staff may be.added before background check has been completed. 6, Page 56, ATTACHMENT "C",COST WORKSHEETFOR PARKING GARAGES OF THE CITY OF MIAMI BEACH AttACHED PLEASE FIND REVISED AttACHMENT "C". It Is the responsibility of 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 Insj:)ectlof'l. This includes all public restrooms, centers, parks, pools and other buildings. Proposers, please acknowledge this addendum or you may be deemed non-responsive. CITY OF MIAMI BEACH ,r'/ :-P' ?/:r (, //- Gus Lopez,CPPO Procurement Director ~ LOCATIONS .OF PROPJ:RTIESANDCURRJ:IIITAVERAGE MONTHL Y COST lNOT 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 $4,864,00 mo $1,285,00 mo $1,318.00 mo $3,292,00 mo City Hall, 1700 Convention Center Drive, $6,000.00 mo. $2010.00 mo. $6,800.00 mo, Scott Rak()wYouth Center, 2700 Sheridan Avenue. P()lice Department, 1100 WashingtonAvenue., Hlst()ric City Hall, 1130 Washington Avenue, $1,300.00 mo, 5. MiamI Beach Public Restrooms, various locations, see Attachment "B". $15 per cleaning per restroom 2 times daily. 6. 7. 8. 9. 10. Bass Museum Development OffIce, 2100 Park Avenue. $2,150.00 mo. $1,610.00 mo, South Shore Community Center,833 Sixth Street, Fire Station No.2, 2300 Pine Tree Or" $775,00 mo 21st Street Recreation Center, 2100 Washington Avenue. Rec, Center Park & Offices $1,164.oomo, $892,00 mo, $192,00 mo, Ocean Front Auditorium, 1001 Ocean Drive 11. N()rth Shore Community center, 7250 Collins Avenue, UNDER CONSTRUCTION 12. North Shore Recreation Center, 501 - 72nd Street. UNDER CONSTRUCTION 13. 14, 15. 16. Muss Park, Chase Ave. & 44th Street, $447.00 mo Tatum Park, 8050 Byron Avenue, $300.00 mo Stillwater Park,' 8440 Hawthorne Avenue. $300.00 mo Fairway I Crespi Park, Fairway & No. Shore Dr, $300,00 mo, .3 17, 18. 19. 20, Norrnandy Shores Park, 2605 Biarritz., Normandy Isle Park, 7030 Trouville Esplanade. Guardhouse Parks Maintenance Bldg., 2100 Meridian Ave., Trailers Property Management Bldg., 1245 Michigan Ave. 21. Fleet Mgmt./SanitationBldg., 140 MacArthur Causeway, 22. 23. 24, 25, 26. 28. Beach PatrOl Offiee, Oeean Drive & 1 Oth S1. & 73 street, PUblic Works Yard Offices, 2300 Pine TrEla Dr, Poliee Dept. Special Invest. Unit Office, 1831 Bay Rd. Marine Patrol Office, 1900 Purdy Ave., Average 77717 street Building. 2nd Floor Offices 4th Floor Office Common Areas Wt - 5th. Floor) Golf Course ClubHouse, 2103 Alton Road; 29. Flamingo Park 1435 Michigan Avenue; Tennis Courts: Baseball Stadium Football Stadium If $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, $1,450.00 mo. $390.00 mo $816.27 mo $816.27 mo DESC~IPtION OF GARAGE PROPERtiES & HOU~S OF OPERATIONS/CLEANING: (A) 7th Street parking Garage; a six (6) story, 649 space parking garage. (1) There are three (3) elevators and four (4) stairways which requirecleaning. (2) All garage ramps and spaces to be cleaned of litter and debris daily, seven days per week. (3) Once each week stairwells will be washed and swept out. (4) One Parking Office with bathroom will be cleaned daily, seven days a week, (5) All trash receptacles will be emptied daily, seven days per week, (6) Monthly Pressure washing to include ceilings and walls twice per year. A. Hours of Oberatiol'lfOeanina: 1. Ooeratina Schedule The garage operating schedule is 24 hours a day 7 days a week. 2. Niaht Cleaning Hours: 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) (8) 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, A Hours of OperationlCleanina: 1, Ooerating Schedule: 7 <:lays a week 24 hours a day. 2. Night Cleanina Hours Not required. 3. Day Cleanina Hours: 3a, 7 days per Week (4 hours per Day), (C) 13th Street Parking Garage; a five story, 264 space public parking garage. (1) All parking ramps and spaces shall be 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. OoeratinaSchedule 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), s (0) 11th Street Garageal'ld Surface Lots; a five story 1,460 space garage and two (2) surface lots consisting of 506 spaces, (1) AU parking ramps, aisles and spaces to be cleaned of litter and debris, (2) Four (4) Elevators and four (4) stairwells which will require cleaning, (3) One (1) parking office and two (2) public restrooms will be cleaned daily. (4) All trash receptacles will be emptied daily , A. Hours of OperationfCleanino: 1. Operatina Schedule: Garage and Lots, 7 days a week 19 hours a day. 2, Niaht Cleanina Hours: Not Required 3. Day Cleaning Hours: (E) 42nd Street Parking Garage; a five story 620 space garage (1) All parkin!;) ramps. aisles and spaces to be cleaned of litter and debris. (2) Two (2) Elevators and four (4) stairwells which win require cleaning, (3) One (1) parking office and two (1) restrooms will be cleaned daily, (4) All trash receptacles will be emptied daily A. Hours of Ooeration/Cleanino 1. Operatino Schedule The garage operating schedule is 7 days a week 24 hours a day. 2. Niaht Cleaning Hours: Not Required 3, Day Cleani"a Hours: 3a. 7 days per Week (4 hours per Day), t., DESCRIPTI()N & HOURS OF OPERATI()N/CLEANINS FOR CITY PROPERTIES: (1) CITY HALL; Four-Story Structura.1700ConventionCenter Driva (109,000 sq, ft,) (1) TheflObrs of the building to be serviced Consist of carpeted and tile areas, (2) There are Twenty-three (23) bathrooms located in the following areas; Fourth Floor -nine (9), Third Floor- six (6), Second Floor -four (4), First Floor- four (4). (3) There are fourteen (14) watar fountains to be cleaned located in the following areas; Fourth Floor - three (3), Third Floor- four (4), Second Floor- four (4), First Floor- . three (3). (4) There are four (4) elevators and four (4) stairways Which reqUire cleaning, Hours of OoerationlCleahina: " 1. Ooerating Schedule The City Hall operating schedule will primarily be Monday throUgh I=riday 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. Night Cleanina Hours Night cleaning shall be between the hours of closing and 8:00AM the following morning. 3. Dav Cleaninq Hours 5 Days per Week approx,80 - 90 hrs per month 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 craw 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 tha facility, hdliday closing when services ara 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) SC()TTRAKOW YOUTH CENTER; 2700 Sheridan Avenue (55,118 sq. ft.) (1) Two.Story Structure with a separate singl&-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), 7 Upstairs -two (2), Ice Rink - two (2), Concession - one (1), and Gymnasium -one (1). (4) There is one (1) elevator and three (3) stairways that require cleaning. (5) There are seven (7) water fountains to be cleaned located in the following areas; Concession -one (1), Upstairs -two (2), Pool -two (2), Ice Rink -one (1) and Gymnasium -one (1). Hours of Ooeration/Cleanina 1. Operatina Schedule of Center. The Youth Center operating schedule Will vary during the year, dependent on activity and need of the Center. 2. Niaht Cleaning Hours & Contractor Reoortina ResoonsibilitV, Night cleaning Shall be between the hours of closing and 8:00AM the following morning, Cleaning crews shall report to the center supervisor or designated representative no later than ten (10) minutes after scheduled closing time, Failure to report with ten (10) minutes after closing time shall result in a penalty assessment of 50% against contractor for that nighfs cleaning charge, 3, Dav Cleanina Hours (while Center is opel1)The following shaH be the hour schedule for the day cleaning employee. TotalS-Hour Days..260 @5 Hrs. Day=1300 Hrs. total. Total 7,5 Hour Days..70 @ 7.5 Hrs. Day=525 Hrs,total TOTAL ANNUAL HOURS WORKED (DAY CLEANERS) 1825 hrs. The above is subject to operational adjustment by the City without penalty based on dates of school holidays,. special events and other actlvitiesand closing not known at the time of specification preparation, 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 cleaning schedules. Should the facility be closed b a holiday, ,the contractor shall schedule. his normal cleanup crew for monthly, semi-annual, etc, cleaning during this regularly assigned work time period, unless otherwise requested by the City. Dailv/Quarterly..Cleaning: 1. Maintenance persOl'1nel' assigned.to thefacilityd.1ring 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, TimeCards must be tumed in to the Youth Center superVisor for invoice verification information. 2. Allcatpetsand windows shall be cleaned on it quarterly basis. '3' ./ Bidder's Hourlv Rate: The rate for the personnel provided during operating hours shall be bid as an hourly charge. One person is contemplated on an as'-neededbasisforthis 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 PubliCParkingFacUity (2 levels),.Restricted Police Parking Facility (9 levels), Firing Range, Detention Cells, Jail Facilities, Gymnasium and Locker Rooms. 232 weekly man hours. (1) The f1oorsofthebuildingtobe 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 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 poisOl1 danger involved ill cleaning the firing range.Cleal1ing 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 storysUb~stations. Contractor's personnel will be transported to these locations by the Miami Beach Police Department. (Normally on Wednesdays) Hours of OperationlCleanina: 1. OOerating Schedule: The Police Departrl1ent operating schedule will primarily be Monday through Sunday, twel1ty-fourhours a day,however office areas-occupied areas only will primarily be Monday through Friday from 8:30AM to 5:00PM. 2. Niaht Cleanino Hours: NOT REQUIRED 3. Day Cleanm 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 folJr (4) hours each day. Janitorial personnel will be aSsigned responsibilities daily by the Police Property Manager. Facility Closina: Facility shall be closed during Major Holidaysatthe discretion of the City. Holiday dOSing shall not interrupt cleaning schedules. ShOUld the facility be closed fora holiday,the contractor shall schedule his normal cleanup crew for monthly, semi-annual, etc. cleaning during this regularly assigned work time period, unless otherwise requested by the City. cr Oailv Cleaning: Maintenance personnel assigned to the facility during its operating hours shall circulate throughout the facility performing such janitorial functions as detailed herein, or as directed by the Police Property Manager to maintain the facility in a clean, free, safe condition, including the Police parking garages. Bidders Note: . The rate for the personnel provided during operating hours Shall be bid as a monthly charge based on the following: Five (5) personnel X 8 hOurs per day X 5 days per week and One (1) person X 4 hours per day X 2 days per week. (Sat. & Sun.) (4) Historic City Hall; 1130 Washingtol1 Avenue. (31,200 sq. ft.) (Justice Center) Nine-Story Structure with janitorial requirernel1ts in the Public Areas on the first through eighth floors, the main stairways,elevators,restrooms, etc. All floors with exceotion to the :r. Floor. (1) The floors of the building to be serviced consist of c:arpetedand 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 ~econd to the ninth. (4) . There are six (6) water fountains to be cleaned, located in the following areas: Oneon each fI()or from the third through the eighth. Hours of OoeraoonlCleanina: 1.0oeratina Schedule: Historic City Hall operating schedule will primarily be Monday through Friday from 8:30AM to 5:00PM. 2. Night Cleanina Hours Night Cleaning shall be between the hOurs of Closing and 8:00AM the following morning. 3. Dav Cleaning Hours: Not Required B. Facility Closina: Facility shall be closed during Major Holidays at the discretion of the City. Holiclay closing shall not interrupt night cleaning schedules. Should the facility be closed for .aholiday, 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 RI:STROOI\4S, TWICE DAilY. (6) BASS MUSEUM DEVELOPMI:NT Ot=t=ICI:,21oo 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 OoerationlCleaninQ: 1. Ooerating Schedule The Development Office operating schedule will. primarily be Monday through Friday from 8:30AM to 6:00PM. /0 2. Night Cle8nina.HourS'- Not required. 3. Day Cleaning Hours:- Twice Weekly on Mondays and Thursdays in the mornings. (7) SOUTH SHORE COMMUNITY CENtER, 833 Sixth Street. (42,000 sq. ft.) Two-Story Structure. (1) The floors of the building to be serviced consist of carpeted and tile. areas. (2) There are six (6) bathrooms located in the following areas; First Floor - four (4), Second Flbor - two (2), (3) There are five (5) water fountains to becleal1ed 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.Operati()nJCleahina: . 1. Ooeratina Schedule The SSCC operating schedule will primarily be Monday through Friday from 8:30AM to 5:00PM. 2. Night C1eanina Hours.. Night cleaning shall be between the hours of closing and midnight 3. Day Cleaning Hours (While SSCC is open) The following shall be the hour schedule for the day cleaning employee. Begin at 12:00 PM. (Noon) Total 5-Hour Days...260 @ 5 Hrs. Day=13oo Hrs. 4. MomirlQ 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 morning, Monday through Friday FacilityClosina: . 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 nolTT'ial cleanup crew for monthly, semi-annual, ate. cleaning during this regularly assigned work time period, unless otherwise requested by the City. Daily Cleaning: Maintenance personnel assigned to the faCility duril1g 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 persol1nel provided during operating hours (daily cleaning) shall be bid as a part of the monthly lump sum cost for the entire project requirements. (a) Fire Station #2, 2300 Pine Tree Drive; Two story building, 90 regular employees, 10 offices,2 toilets, 10 JBrsons dormitory and the fire bays are not included. 2 Sty. Support Services Bldg; 6 offices, 4 toilets, 10 persbns shop area not included. If Hours of Ooetation/CleaninQ: 1. OoeratinQ Schedule primarily Monday through F=ridayfrom 8:30AM to 5:00PM. 2. Nlaht Cleanina Hours: Night cleaning shall be between the hours of closing and 8:00AM the following moming. 3. Dav ClElaning Hours. 5 Days per Week (9) 21st STREET RECREATION CENTER.; 2100 Washil1gton Avenue. One story Structure (Multi-Purpose Room, Bandshell/Ampitheatre. Theatre, Chess Club/Office, atioslEntrancewaysJ 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 requiring cleaning during events only, d. .. Main BlJildinghas two (2) bathrooms. (2) there are eight (8) water fountains which require cleaning. Theatre Building has one (1), and Main Recreation Building has seven (7). Hours of OperatiOnlCleanina: 1. OoeratinQ Schedule Mondaythru Thursday - 9:00 AM - 9:00 PM, F=riday. 9:00 AM -10:30 PM, Saturday- 6:00 PM - 10:30 PM. 2. ''Time Certain CleaninQ": Prior to 8:30 AMon Mondays thru Fridays all areas and entryways must be cleaned for program start. Saturdays all areas and entryWays must be cleaned prior to 5:30 PM. 3. Dailv Services: Remove leaves, seagrapes, litter, etc. from all walkways, patios, stairs and exterior foyers. (Includes removing cobwebs, cocoons, and dirt from foyer walls). (10) OCEAN FRONT AUDITORIUM; 1001 Ocean Drive (11,884sq.ft.) One Story Structure (MUlti-useiarge room, Stage areas, . Dressing rooms, .Stairwells, bathrooms, . Entry and Lobby. Outside entranceways $hould be Included for the cleaning of litter and washed down. (1) The floors. of the building to be serviced consist of terrazzo, Ilnoleum,alld concrete areas. (2) There are three (3) bathrooms which require cleaning. a. 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). Hours Of OoerationlCleanina: . . 1. Ooerating Schedule Monday thru Thursday - 9:30 AM -12:30 PM., Friday & Saturday- 6:00 PM - 12:00 midnight., Sunday - 6:30 PM -10:00 PM. 2. "Time Certain Cleanina": Completed by 4:00 PM, prior to all program hours. 1'- Scheduled thorough cleaning onetime per week. ~Current janitorial needs are mostly outside the large room, performing weekly, monthly, quarterly and annual tasks only. (11) NORTH SHORE COMMUNITY CENTER; 7250& 7275 Collins Avenue. UNDER CONSTRUCTION, COMPLETION DATE DUE AT END OF 2003. (12) NoRTH SHORE RECREATION CEt<lTER;501 ~72ndStreetOneStoryStructure UNDER CONSTRUCTION, COMPLETION DATE DUE AT END OF 2003. (13) Muss Park: Chase Ave. & 44th Street 1 Floor building, 2 toilets, one office. 10 ernployees. Hours of OoeratiClnfCleanina: 1. Ooeratina Schedule: Monday - Friday, 8:00 AM-6:00PM. B. Cleanina: 1. After closing offacility. C Cleaning/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) (14) Tatum Park:8CJ50Byron Avenue; 1 Floor building, 2 toilets, one office. 10 ernployees Hours of Oberation . 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 prn B. Cleanina 1. After closing of facility. C. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 15. Stillwater Park: 8440 Hawthorne Ave.; 1 Floor building, 2 toilets, one office. 10 emplOyees Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 am -6:00pm B. CleaninQ 1. After closing of facility. C. Cleanina/Janitorial needs: 1. Office (daily) 13 2. Shelter (daily) 3. Restrooms (daily) 16. FairwavlCresDi Park: Fairway & No. Shore Dr.; 1 Floor building, 2 toilets, one office. 10 employees~ Hoursbf Operation 1. Operating Schedule: Monday~ Friday, 8:00 am - 6:00 pm . Cleanina 1. After closing of facility. CleahindlJanitorial needs: 1. Office (daily) 2. Two indoor shelters (daily) 3. Restrooms (daily) 17. NormandvShores Park: 2605Biarrl~; 1 Floor building, 2 toilets, one office. 10 employees. Hours of ODeration 1. Operating Schedule: Monday - Friday, 8:00am -6:00 pm Cleanil1a 1. After closing of facility. Cleal1ioolJanitorial needs: 1. Office (daily) 2. Indoor shelter (daily) 3. Restrooms (daily) 18. NormandvlslePark: 7030 TrouvllleEsplanade;1 Floorbuilding, 2 toilets, one office, pool, 10 employees. Hours of. OD~ration 1. Operating SChedule: Monday~Friday. 8:00 am -6:00 pm B. Cleanina 1. Afterclosil1gof facility. C. CleanindlJanitorial needs: 1. Office (daily) 2. . Shelter (daily) 3. Restrooms (daily) 4. Locker Rooms (daily) 19. Parks MalntenanceBlda:(900 sq. ft) 2100 Meridian Ave.; 1 Floor building, 6 toilets, two offices, 1 Kitchen 20 employees. HoUrs of ODetati<;ln 1. Operating SChedule: Monday- Friday, 8:00am -6:00 pm. t't B. Cleaning 1. Afterclosil1g of facility. C. Cleaning Janitorial needs: 1. Offices (daily) 2. .. Restrooms (daily) 3. Floor mopping (twice a weElk for the office & daily for the restrooms) 20. prooertv Manaaement Blda:1245 Michigan Ave.; (2) One story buildings, 2 trailers, 6 toilets, 10 offices, 20 employees Hours of Ooaration 1. Operating Schedule: Monday - Friday, 8:00am -6:00 pm. B. Cleanino 1. After closing offacility. C. Cleanina Janitorial needs: 1. Offices (daily) 2. Restroorl1s (daily) 3. Aoor mopping (twice a week for the office & daily for the restrooms) 21. Fleet MCllnt. & Sanitation Blda:140 MacArthur Causeway; Two story bullding, 2 kitchens, 10 tOllets,4 showers, 40 employees Hours of Ooeration 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) 22. Beach Patrol Offlce: Ocean Drive & 10th street, One story building,2 toilets, 2 showers, 4 offices, 12 employees Hours of Oneration 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) IS 23. public Works Yard Offices: 2300 Pine Tree Drive.; Two story building, 8 offices, 2 kitchens, 12 toilets, 40 employees. Hours of Ooeration 1. Operating Schedule: Monday - Friday,. 8:00 am - 6:00 pm. B. Cleaning 1. After closing Of facility. C. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) 24. PollceDeDt.CSllJl 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. Cleaning 1. After closing of faCility. C. CleaninQJanitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) 25. Marille Patrol Offlce: 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. Cleanina 1. After c1osil1g 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) 26. 777, 17th Street BUILDING (3 offices on the 2nd Floor, one office on the 4I' floor (Medical Clinic) and the restrooms and common areas on the 'f-, :fd, 4th and Iff' floors). Hours of Ooeration 1. Operating Schedule:Monday - Friday, 8:00 am - 6:00 pm. B. Cleaning 1. After closing of facility. C. Cleanina Janitorial needs: /1,. 1. Offices (daily) 2. Restroorns( daily) 3. Floor mopping (twice a week forthe office & daily for the restrooms) 27. 555 Convention Center Drive Building; ACE and Code COlTlpliance only. 1 floor approx. 20,000 s.f. total. 15,000 s.f. curr;ently being used, 8 toilets. Hours of Ooeration 1. Operating Schedule: Primarily, Monday - Friday, 8:30 am" 5:30 pm. 2. Day Cleanina: 5 Days a week 3. Night Cleaning: Night cleaning shall be betweel1the hours of closing and 8:00 a.m. the following morning. Cleaning. Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 28. Golf Course Club House Trailer includes 2 offices and retail sales area, 8 toilets in 4 separate restrooms, 2 of which are located remotefrolTl the clubhouse. Hours of Ooeration 1. Operating Schedule: Primarily, Monday- Friday, 8:30 am - 5:30 pm. 3.[)ay Cleaning: 7 Days a week . Cleanina Janitorial needs: 1. Offices (daily) Restrooms (daily) 29. Flamingo Park: includes 6 restroolTl., 3 toilets & 3 urinals in each restroom Hours of ODeration 1. Operating Schedule: Primarily, Monday- Friday, 8:30 am - 5:30 pm. 4. Day Cleanina: 7 Days a week CleanillQ Janitorial needs: 1. Offices (daily) Restrooms (Twice daily) /7 ATTACHMENT "C" COST WORKSHEET FOR PARKING GARAGES OF THE CITY OF NlIAMI 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 totenewon an annual basis for up to four (4) additional one year periods. THE CITY SOLEY RESERVES THE: RIGHT 'to AWNm A CONTRACT OR CONTRACTS AS DE:EMED.BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED: UNDER THE LMNG WAGE ORDINANCE CONTRACTOR'SE:MPLOYEE:S MUST BE PAlD ANlINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFrrS PLUS A MINIMUM OF $1.25 AN HOUR MUST SEPAlD TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENE:FITS. ALSO PROVIDE BILL RATE FOR EACH CLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians plhour B. Supervisors $ $ $ plhour plhour C. BILL RATE for Custodians D. BILL RATE for Supervisors plhour E. Ratio of Supervisors to workers: BID ITEM "A" 7th ST. PARKING GARAGE. Collins Ave. & 7th St.,Mlainl Beach,Florlda TOTAL MONTHL Y COST TO THE CITY: $ ,os AlTACHMENT "C"CONTINUED BID ITEM .'B" 12th ST. PARKING GARAGE Orexel Ave. & 12th St., Miami Beach, Florida TOTAL MONTHLY COST TO THE CITY: $ BID ITEM "C" 13th ST. PARKrNGGARAGE.. Collins AVe. & 13th St., MiarnlBeach, Florida TOTAL MON'TfiLY COST TO THE CITY: $ BID ITEM "D" 17th ST. PARKING GARAGE..Collins Ave. & 17th St.,Miami Beach, Florida TOTAL MON'THl Y COST TO TfiE CITY: $ BID ITEM "E" 42 Street Parkin!:! Ganl!:!e, 42nd Street & Royal Palm Ave TOTAL MONTHLY COST TO THE CITY: $ GRANO 'TOTAL PE~ MONTH TO THE CITY $ I~ ATTACHMENT "C"C()NTINUED Total Monthly Cost Breakdown: a. payroll, taxes & insurance...........$ b. fringe benefits.............................$ C. chemical.supplies........................$ d. Expendable Items........................$ Additional Cleanlngs - (Cleanings not specified in the bid specifications) per hour Use of Contractors' Pressure Cleaning Equipment. per hour (PreSiSiureCleanlng not specified in the bid specifications) $ per hour NAME OF COMPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE: DATE: P"D ATfACHNlENT"A" COST WORKSHE:E1'FOR CITY OF MIAMI BEACH BUILOINGS We propose and agree, if thisPrdposaris 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, frirlge 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 SOLEYRESERVE:S THE RIGHT TO AWARD AcONlRACTORCONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVlSE:D:. LJNDER THE LMNG WAGE: ORDINANCE CONTRACTOR'S EMPLOYEES MUST BE PAID. A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A MINIMUM OF $1.25 AN HOUR MJST BE pAlO TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. ALSO PROVIDE BII..L RATE FOR EACH CLASSIFlATlON THAT THE CITY WILL BE BILLED. A. Custodians $ plhour B. Supervisors $ plhour C. BILL RATE: for Custodians $ pIhour E. BILL RATE for Supervisors $ p/hour BID ITEM "1n: 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: :1-1 AttACHMENT "A"CONTlNUED BID ITEM "2": ... . SCOTT RAKOW YOUTH CENTER 2700 Sheridan Avenue, Miami Beach, .Florida. Exterior Glass Cleahlng: (Quarterly) Total Monthly Cost to City (Night Cleahing) $ $ 4. Daily Charge: (DayCleahing Crew) . $ per hour worked per persoh. 5. SpeCial Charge: Strip & ResUrfaceSpeclal Use Floors. (Gymnasium Floor if required more than semi-annually: $ BID ITEM "3" . . POLICE DEPARTNlENT 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 required on Saturdays and Sundays for four (4) hours each day. Janitorial personnel will be assigned respOl1sibilities daily by the Police Property Manager. Exterior Glass Cleaning: (Quarterly) Total MOhthly Cost: $ BID ITEM "4" HISTORIC CITY HALL 1130 Washington Avenue, Mlaml Beach, Florida exterior Glass. Cleaning: (Quarterly) Total Monthly Cost: 1-:L ATTACHMENT "A".CONTINUED SID ITEM "5" MIAMI BEACH PUBLlCRESTROOMS -SEE ATTACHMENT liB" BlD ITEM "&" BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) $ Total Morithly Cost: $ BID ITEM "7" SOUTH SHORE COMMUNITY CENTER 833 Sixth Street, Miami Beach, Florida Exterior Glass Cleaning: (Quarterly) $ Total Monthly Cost: $ Total Monthly Cost to City (Night Cleaning) $ Hourly Charge: (Momlng Clean-Up) $ Hourly Charge: (Day Cleaning) $ ;1.3 ATTACHMENT "A" CONTINUED BID ITEM "S" FIRE STATION #2, 2300 Pine Tree Dr., MialTli Beach, Florida (2 Bldgs) exterior Glass Cleaning: (Quarterly) $ Total Monthly Cost: $ BID ITEM "9" 21st ST~EET REe~EATIONCENTE~ 2100 Washington Avenue, Miami Beach exterior Glass Cleaning: (Quarterly) 10talMonthly Cost: BIDI1EM"10" . OCEAN FRONT AUDITORIUM 1001 Ocean. Drive,. Miami Beach, Florida Total Monthly Cost: BID ITEM "11" NORTH SHORE CONlMUNITY CENTER 7250Collins Avenue, Miami Beach, Florida TO BE ADDED AJ=TERCOI\IIPLETION OF C()NST~UC110N :2~ ATTACHMENT "A" CONtiNUED BIDITEM,i12" NORTH SHORE RECREATION CENTER. 501 - 72nd Street, Miami Beach,Florida TO SE ADDED AFTER COMPLETION OF CONSTRUCTION BID ITEM"13" MUSS PARK Chase Ave; & 44th Street, Miami Beach, Florida Total Monthly Cost: BID ITEM "14" TATUM PARK 8050 Byron Avenue, Miami Beach, Florida Total Monthly Cost: $ BID ITEM 'i15" .snLLWATER PARK 8440 Hawthorne Ave., Miami Beach, Florida Totalllllonthly Cost: $ BID ITEM "16" FAIRWAY PARK/Cresol Fairway & No. Shore Dr., Miami Beach, Florida Total Monthly Cost: $ ;t.5 ATTACHMENT "A" CONTINUED BID ITEM';1T' NORMANDY SHORES PARK 2605 Biarritl, Miami Beach, Florida Total Monthly Cost: $ BID ITEM ''is'' NORMANDY ISLE pARK 7030 TrouvlUe.Esplanade, Miami Beach, Florida Total Monthly Cost: $ BID ITEM "19" PARf<SMAlNTENANCE 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: $ BID ITEM "21;' FLEETMGMT. & SANITATION BLDG.. 140 MacArthur Causeway, Miami Beach, Total Monthly Cost: $ :2...1, ATTACHMI:NT "A"CONTINUED BIDI1EM "22" BEACH PATROL OFFICE.Oce-an Dri\le & 10th Street, Miami Beach, Florida Total Monthly Cost: $ BID ITEM "23" PUBLIC WORKSYA~D OfFICES. 2300 Pine Tree Drive, Miami Beach,Florida Total Monthly Cost: $ BIDITEM"24" POLICE DEPT. SPECIAL INVEST. UNIT OFFICE. 1831 Bay Rd., Miami Beach, Florida Exterior GlassClealling: (Quarterly) Total Monthly Cost: BID ITI:M "25" MARINE PATROL OFFICE. 1900 Pur'dvAve..Miami Beach,Florida Total Monthly Cost: $ '-1 ATTACHMENT "A" CONTINUED BID ITEM "26" 777, 17th Street Boilding, Miami Beach,Florida Extarior GlassCle8ning: (Quarterly) $ Total Monthly Cost: BID ITEM "27" 555 Convention Centar Drlva BulldlnCl ExterlorClass. Cleaning: (Quarterly) $ BID ITEM "28" Golf Course Club House Total Monthly Cost: Total Monthly Cost: BID ITEM "29" FlamlnaoPark BASEBALL. STADIUM FOOTBALL STADiUM TENNIS COURTS Total Monthly Cost: ~fI ATTACHMENT "A" CONTINUED GRAND TOTAL FOR ALL FACILITIES QUARtER.LY GLASS CLEANING: $ GRAND TOTAL FOR JANITORIAL SERVICES EXCLUOING PUBLIC RESTROOMS $ Total Monthly Cost Breakdown: a. payroll, taxes & insur8l1ce...........$ b. fringe benefits......................;......$ c. chemical supplies........................$ d. Expendable Items........................$ AnACtlMENT"A" CONTINUED The following arecleal1ing on an as .needed basis~ Bid Price shall be "per cleaning" Flamingo Park Pool RR Beach RR BeachRR Beach RR BeachRR Beach RR NOTE: Per Cleaning DAY Per Cleaning NIGHT Per Cleaning 3rd Street Per Cleanin 6th Street Per Cleani 10th Street Per Cleani 14th. Street Per Cleanin 1 thStreet Per Cleal1in REST~OOMSREQUIRECLEANING 2 TIMES i>E~ [jAY, 7 DAYS PE~ WEEK. C'ENHANCEDSERVICES") 3D ATTACHMENT "A" CONTINUED The following sel'Vices wlll be on an as needed basis. Window Cleaning Pressure Clean Concrete Walk AreaslRestrooms Additional Hourly Cleaning Other Charges Per Hour Per Hour Per Hour Per Hour Per Hour NAME OF COMPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNAtURE: DATE: 3( ATTACHMENT "B" C05TWORKSHEET FOR CITY OF MIAMISEACH RESTROOMS We propose and agree, if this Proposal is acCepted to contract with the City of Miami Seach, Florida, bid is as a total monthly cost to the City. Bid shall indude 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. T~E CITY SOLEY RESERVES THE RIGHT TO AWARD ACON'TRACT OR CONTRACTS AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY. BE ADVISED:. UNDER THE.LIVINGWAGE ORDINAIIICECONTRACTOR'S EMPLOYEES MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFIT5PLUS A MINIMUM OF $1.25 AN HOUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS. AL$() PROVIDE BILL RATE FOR EACH CLASSIFIATION THAT THE CITY WILL BE BILLED. A. Custodians $ $ $ $ plhour plhour B. Supervisors C. BILL RATE for Custodians plhour F. BILLAATE for Supervisors plhour STATUS ADDRESS Beach 1. Restroorns 2. Beach Restrooms $ Twice Daily (7 days per week Twice Daily (7 days per week Twice Daily (7 days per week $ 3. Beach Restrooms $ 3:2... . 4. Beach Restrooms $ Twice Daily (7 days per week TOTAL MONTHLY REQUIREMENT $ NAME OF COMPANY: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE: DATE: j 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 htlp:\\cl.mlami-beach.fl.us MIAMI PROCUREMENT DIVISION Telephone (305) 673.7490 Facsimile (305) 673.7851 INVlTAilONTO BID NO. 34-02103 ADDENDUM NO.2 March 31, 2003 CITYWIDE JANITORIAL SERVICES. is amended as follows: AnsWers to Questions: A. 1. 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. 2. This invitation to bid was advertised in the Daily Business Review and Demandstar. Our records indicate that approximately 23 vendors have been notified, but we are unable to determine exact amounts. You may log onto www.demandstar.com to view bid information. The current Janitorial Service provider for City locations aM City garages is Best Maintenance. Previously, the City had two bids, one for citywide locations and one for citywide garages. This bid has combined both citywide locations as well as citywide garages. At the time the last solicitation was issued for city garages, three responsive bidders submitted bids; Best Maintenance, Coastal Building Maintenance and CHI-ADA Corp. Three responsive bidders submitted bids for citywide locations the last time the solicitation was issued; Best Maintenance, Vista Building and ABM Janitorial Services. Currently the annual contract for City locations is approximately $380,000.00. The approximate annual amount for City garages is approximately $130,000.00. The new bid includes additional locations. We anticipate the new contract to exceed the current contract. 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 OFMIAMI BEACH ~.. ....-/.-:/' - /~- L"~ Gus Lopez, CPPO Procurement Director rm CITY OF MIAMI 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http:\\ci.mlami-beach.fl.us Telephone (305) 673.7490 Facsimile (305) 673-7851 PROCUREMENT DIVISION INVITATION TOBIn NO. 34-02/03 ADDENJ)tJM NO.1 May 11, 2004 CITYWIDE JANlTORIALSERVICES is amended as follows: I. The Bid Openin~ date is changed fromApril 11 to April 23,2003 at3:00P.M. Also, the Site Visit/Pre-Bid date has been chan~ed 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 4tb 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 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 m 'C ITYOF MIAMI BEA'CH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 http~\mlanllbeachfl.gov PROCUREMENT DIVISION Telephone (305) 673.7490 Facsimile (305) 673-7851 INVITATION TO BID NO. 34-02103 PUBLIC NOTICE Se~led bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. onApril 23, 2003 for: CITYWIDE JANITORIAL SERVICES Sc::ope of Work: The Cityseeks to cohtract a responsible firm to provide jc:mitorial 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,bidswill be publicly opened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The city is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. A SITE VISIT/PRE-BID CONFERENCE WILL BE HELD ON APRIL9, 2003 AT 9.30 A.M. TRANSPORTATION WILLBE 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. 34-02103 DATE: March 7, 2003 Site visit shall begin at 10:00 AM. 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 CenteL................. 5. 21st Street Recreation Center.....,............. ONE HOUR BREAK 6. 777 17 Street 7. 555 Convention Center 8. City Hall....................................... 10:00 AM. -10:15A.M. 10:30 A.M. -- 11 :45 AM. 11:45A.M. -12:00 P.M. 12:15 P.M. -- 12:30 P.M. 12:45 P.M. -- 1:00 P.M. 2:00 P.M..~ 2:15 P.M. 2:30 P.M. -- 2:45 P.M. 2:45 P.M. --3:00 P.M. Transportation to and from the locations will leave City Hall at 9:45 a.m. PRE-BID CONFERENCE BEGINS AT 3:00 P.M. The Miarni BeachPublic Restrooms Will not be visited during this inspection. Each bidder is responsible, prior to submitting the.bid to visit each location and acquaint themselves with the needs and requirements of the service for each location. The City has contracted with DemandStar byOrivla as our electronic prbcurement service for automatic notification of bid opportunities and document fulfillment. We encourage you to participate in this bid notification system. To find out how you can receive automatic bid notifications or to obtain a copy of this Bid, go towww.demandstar.com or call . toll-free 1-800-711-1712, and request Document #343. Subscribing to DemandStar by Onvla's bid notification system is nota requirement. You will still be able to find bid information and download documents through the City's website (httD:/Irniamibeachfl.gov) From the City's home page, click on Procurement and follow the instructions. Any questions or clarifications cbncerning 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 right to accept any proposal or bid deemed to be in the best interest ofthe City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. YOU ARE HEREBY ADVISED THAT THIS BlOIS SUBJECT TO THE "CONE OF SILENCE, " IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COpy OF ALL WRITTEN COMMUNICATION (S) REGARDING THIS BID MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS BID IS SUBJECT TO THE "CODE OF BUSINESS ETHICS" IN ACCORDANCE WITH RESOLUTION NO. 2000-23879. BID NO. 34-02103 . DATE: March 7, 2003 Page 3 of 116 YOU ARE HEREBY ADVISED THAT THIS REQUEST FORBID IS SLJBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. YOU ARE HEREBY AOVISED THAT THIS REQUEST FOR BlOIS SUBJECT TO THE BID SOLICIT A TIONPROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBYAI>VISED THAT THIS REQUEST FOR BID IS SIJBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003..3389. LOBBYIST, PURSIJANT 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 FILE A FINANCIAL DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE. YOU ARE HEREBY ADVISED THAT THIS BU) SOLICITATION IS SUBJECT TO THE LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES WHO PROVIDE . SERVICES COVERED BY THE BID, SHALL BE PAID A LIVING WAGE OF NO LESS . THAN $8.56 AN HOUR WITH HEALTH BENEFITS, OR A LIVING WAGE OF NO LESS THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS. Pursuant to Section 2 -409 of the Miami Beach City Code, the contract awarded pursuant to this RFP, shall be subject to the City's Living Wage Ordinance, as codified in Sec. 2-408 through 2-410 in the Miami Beach City Code. A copy of the City's Living Wage Ordinance (No. 2001-3301) is attached. In the 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. ..43~ (. ~;.:. . Page 4 of116 GusLopez, CPPO Procurement Director BID NO. 34-02/03 DATE: March 7, 2003 PROCUREMENT DIVISION C I T Y 0 F M fA M I 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 hltp:\\mlamibeachflgov Telephone {305) 673-7490 Facsimile (305) 673-7851 I NOTICE TO PROSPECTIVE BIDDERS ..1 NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to the address listed above. NO BID SUBMITTED FOR REASON(S) CHECKED ANDIOR INDICATED: _Our company does not handle this type of product/service. _We cannot meet the specifications nor provide an alternate equal product. _Our company is simply not interested in bidding at this. time. _Due to prior cO/'r'llnitments, I was unable to attendpre"Bid meeting. _OTHER. (Please specify) We do ---"do not ~.wantto be retained on your mailing list for future bids for the type or . product and/or service. Signature: Title: Note: Failure to respond, either by $ubmittinga bldorthlscornpleted form, may result In your company being removed frorn the City's bid list. BID NO. 34-02/03 DATE; March 7, 2003 Page 5 of116 SECTION I ~ INSTRUCTION TO BIDDERS A. 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 Procurement Division in a sealed envelope or container stating on the outside the Bidder's name, address, telephone number, BID number and title, and Bid due date. The responsibility for submitting a response to this BID to the ProcurementDivision 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 il1 the City Manager's Small Conference Room 1700 Convention Center Drive Fourth Floor Miami Beach, Florida. C. CONTACT PERSON/ADDITIONALfNFORMATIONfADDE:NDA 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: michelleculen@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 BID NO. 34-02/03 DATE: March 7. 2003 CITY OF MIAMI BEACH 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. D. PURPOSE OF BID The purpose of this Bid is to establish a contract, by means of sealed bids to a qualified provider of janitorial services. . The contractor shall provide all labor, equipment, tools, chemicals, paper products, supervision, and other items or service necessary to perform the work as defined in this Bid. The City of Miami Beach reserves the right to add, delete and/or modify locations and/or services as deemed necessary. Payment for additional or modified locations and/or services will be at the agreed upon price, based on the quoted bid price for comparable locations and/or services. Deductions from payment for deleted locations will also be made as per the quoted bid price for comparable locations and/or services. 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 shaUnot beniore than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. F. MODlFICATION/WITHDRAWALSOF 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 arid 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 expiratiOl1 of120 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. BIO POSTPONEMENT/CANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and aU, 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. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Bids to the City, or any work performed in connection therewith, shall be the sole responsibility of the Proposer(s) and shall not be reimbursed by the City. CITY OF MIAMI BEACH BID NO. 34-02/03 DA TE:March 7. 2003 I. EXCEPTIONS TO SID Proposers must clearly indicate any exceptions they wish to take to any ofthe terms in this Bid, and outline what alternative is being offered. The City, at its sole and absolute discretion, may accept or reject the exceptions~ Incases in which exceptions are rejected, the City may require the Propos~r to furnish the services or goods originally described, or negotiate all 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 a cOl1tracton .thebasis 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. 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 arid guidelines. Ignorance on the part of the Proposer will in no way relieve it from responsibility for BID NO. 34-02/03 DATE: March 7. 2003 Paae 8 of 116 N. DEFAULT Failure or refusal of a Proposer to execute a contract following award by the City Commission, or untimely withdrawal of a Bid before such award is made and approved, may result in forfeiture of that portion of any surety required as liquidated damages to the City. Where surety is not required, such failure may result in a claim for damages by the City and may be grounds fOfremoving the Proposer from the City's vendor list. . compliance. CONFLICT OF INTEREST All Proposers must disclose with their Bid the name(s) of any officer, director, agent, or immediate family member (spouse,iparent, sibling, . child) who is also an employee of the City of 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. COMPLIANCE WITH THE CITY'S LOBBYiSt LAWS All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed herein, in addition to disqualification of their qualifications, in the event of such nOll-compliance. PROPOSER'S..RESPONSIBILlTY Before submitting Bid,. each Proposefshallmakeall investigatiol1s al1d examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of suc h conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract documents, a nd will not be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the Proposer. RELATION OF CITY It is the intent of the parties hereto that the successful Proposer be legally considered to bean 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. PUBLIC ENTITY CRIME (PEC) A person or affiliate who has been placed' on the convicted vendor list following a conviction for public entity crimes may 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 BID NO. 34-02/03 DATE: March 7. 2003 CITY OF MIAMI BEACH Paae 9 of 116 perform work as a contractor, supplier,. sub-contractor, or consultant ul1der a contract with a public entity , and may not transact business with any public entity in 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. OEBARNlENT OROINANCE proposers are hereby advised that this Bid is further subject to City of Miami Beach Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to review the City's Debarment Ordinance. Debarment may constitute grounds for termination of the contract, as well as, disqualification from consideration on any City of Miami Beach RFQ, RFP, RFLI, or bid. CODE. OF BUSINESS ETHICS Pursuant to Resolution No.2000..23879 each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as aSble proprietor, to comply with all applicable govemmentalrules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. PROTESTED SOLICITATION AWARD Bidders that are not selected may protest any recommendation for Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protest not timely made pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. AMERICAN WITHOISABILlTIES ACT Call (305) 673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305.673.7080. ACCEPTANCE OF GIFTS, FAVORS, SERVICES Proposers shall not offer any gratuities, favors, or anything of monetary valueto 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 ofsmployes 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 BID NO. 34-02103 DATE: March 7. 2003 Page 10 of 116 BID NO. 34-02/03 DATE: March 7. 2003 file a financial disclosure statement with the City Clerk's Office. DEFINITION: Lobbyists means all persons employed or retained, whether paid or not, by a principal who seeks to encourage the passage, defeat or modification of any ordinance, resolution, action or decision of any commissioner; any action, decision, recommendation of any city board or icommittee; or ally 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. 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 or through an associate, appear, represent or act on behalf of a third person before the City Commission or any city agency with respect to any agency action sought by the third person. 2) Either directly or through an associate be ell;laged as alobbyistfor and on behalf of a third person with respect to any official action by any public officer sought by such third person. Failure td comply with the Lobbyists Ordinances shall be handled by the Miami- . Dade County Commission on Ethics and Public Trust. For additional information, please visit ourwebsite at http://miamibeachfl.gov SECTION II -SCOPE OF SERVICE The purpose ofthisBid 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. LOCATIONS OF PROPERTIES: . The properties covered. herein are located as follows: A. 7th Street Parking Garage, Collins Ave; & 7th St. B. 12th Street Parking Garages, Drexel Ave. & 12th St. C. 13th Street Parking Garage, Collins Ave & 13th St. D. 17th Street Parking Garage, Pennsylvania Ave & 17th St 1. City Hall, 1700 Convention Center Drive. 2. Scott Rakow Youth Center, 2700 Sheridan Avenue. 3. Police Department, 1100 Washington Avenue. 4. Historic City Hall, 1130 Washington Avenue. 5. Miami Beach PUblic Restrool11s, (see Attachment "B", page 53 6. Bass Museum Development Office, 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. OceanFront 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 Hawthorne Avenue. 16. Fairway Park, Fairway & No. Shore Dr. 17. Normandy Shores Park, 2605 Biarritz. 18. Normandy Isle Park, 7030 Trouville Esplanade. 19. Parks Maintenance Bldg., 2100 Meridian Ave. 20. Property Management Bldg.,.1245 Michigan Ave. 21. Fleet Mgmt./SanitatlonBldg., 140 MacArthur Causeway 22. Parking Dept. Bldg., 777, 17th S1. (2nd Floor) 23. Beach Patrol Office, Ocean Drive & 10th St. 24. Flamingo Park Tennis Court, 1100 Michigan Ave. 25. Public Works Yard Offices, 2300 Pine Tree Dr. 26. 7th Street Parking Garage Offices & Elevators, Collins Ave. & 7th 81. 27. 13th Street Parking Garage Offices & Elevators, Collins Ave & 13th 81. 28. 17th Street Parking Garage Offices & Elevators, Pennsylvania Ave & 17th 81. 29. .Police Dept. Special Invest. UnitOffice, 1831 Bay Rd. . 30. Marine Patrol Office, 1900 Purdy Ave. CITY OF MIAMI BEACH " Page 12 of 116 31. 71717 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 al conditions and requirements that may in any manner affect the work to be performed under this contract. No additional allowances will be made because of lack of knowledge of these conditions. DESCRIPTION OFGARAaE PR.OPERTIES: 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 andspaces to be cleaned of IiUeranddebris 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 ofthe 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 aM ceilings once per year, 17thStteet 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 3ndspaces 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 GARAGE HOURS OFOPERATIONicLEANING 7th Street Garaa~ CollinS Ave. & 7th Street A. Hours of Operation/Cleaning: 1. Operating Schedule. The garage operating schedule is 24 hours a day 7 days a week. 2. Nidht Cleanina Hours: Not required. 3. Dav Cleanina Hours 3a. 7 Days per Week (11 Hours per Day). 3b. 4 Days per Week (6.5 Hours per Day) 3c. 1 Day per Week (4 Hours per Day) 12th Street Garaae:Drexeland12th Street. A. Hours of Operation/Cleanina: 1. Operating Schedule: 7 days a Week 24 hOIJrsa day. 2. Niaht CleaninCl Hours Not required. 3. Day Cleaning Hours: 3a. 7 days per Week (4 hours per Day). 3. 13th Street Garaae: Collins and 13th Street A. Hours of Operation/Cleanina. .. 1. Operating Schedule The garage operating schedule is 7 days a week 24 hours a day. 2. Niaht Cleaning Hours: Not Required 3. Dav Cleanina Hours: 3a. 7 days per Week (4 hours per Day). 17th Street Garaae alldSurface Lots: Pennsylvania and 17th Street. A. Hours of OperationlCleanina: 1. Operating Schedule: Garage and Lots, 7 days a week 24 hours a day. 2. Niaht Cleanina Hours: Not Required 3. Dav Cleanina Hours: 3a. 7 days per Week (9 hours per Day) 3b. 5 days perWeek (2 hours per Day) Office Areas/Parkin9 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. Dust desks, chairs and other office furniture. 5. Spot clean doors and door frames. 6. Spot clean partition door glass. 7. . Clean, wipe and sanitize drinking fountains. 8. Dust all vertical and horizontal surfaces within reach. 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 grills and dampers within reach. C. Morithlv 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. Dust 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. Restrooms A. Daily Services: 1. Clean and sanitize restrooms, wash basins, dispensers, chrome pipe, fittings and supports. Clean Mirrors and Frames. Wet mop and disinfect floors. Clean and sanitize toilets,urinals al1d sanitary napkin receptacles. Dust ledges and partitions. Promptly advise the Building Manager's office of any inoperative, missing or damaged restroom fixture. . Damp mop walls, partitions, doors and frames, ledges, sills and counters. 8. Refill all dispensers (towels, tissue, hand soap, napkins). Collect and dispose of all wl:lste material. Turn off all lights. 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 diffuserslVents and ceiling tiles. 3. Elevators. Lobbies and Buildina Corridors A. Dailv Services: 1. Dust ledges within reach. 2. Damp mop as needed. 3. Empty and clean cigarette receptacles. 4. Spot clean walls and doors. 6. Clean, wipe and sanitize drinking fountains. B. non-carpeted areas to C. Quarterlv Services: . . .. . . . . . 1. Clean and vacuum diffuserslvents and ceiling tiles. 4. Garaoe Ramps. Aisles. Spaces A. Dailv Services: 1. Pick up debris litter. 2. Sweep thoroughly. B. Quarterlv Services: 1. Pressure wash floors. . 5. Stairwavs A. Daily Services: 1. Sweep thoroughly. 2. Remove all debris. B. Weekly Services: 1. Wash stair treads, risers, and landings. C. Quarterlv Services: 1. Wipe down walls. BuildinQ SerViCe Areas A. Dailv Services: 1. Clean all janitor closets at end of shift and promptly switch off all Page 16of116 8. Other Requirernents Provide owner daily with a list of maintenance problems which need correction. Physically check all soap dispensers daily to make sure they are operating properly. .. .. Bidder's offer should include all the services listed and all supplies such as soap for dispensers, tissue paper, hand towels, and trash liners. All equipment necessary to perform required services is to be provided by Contractor. 2. lights. Place waste paper, cardboard receptacles or assigned roorns. approved BUilding Exterior. Entrances and Main Lobbv A. Dailv Services: 1. Sweep sidewalks adjacent to the building. 2. Wash door glass and door frames. 3. . Wipe down horizontal entrance ledges. 4. Remove gum and other adhesive material. 5. Sweep or flush clean exterior entrance to maintain in a . good condition. 6. Clean andforpolishall.metal finished entrances to the building. DESCRIPTION OF CITY PROPERTIES: CITY HALL; Four-Story Structure. (109,000 sq. ft.) (1) The floors of the building to be serviced consist of carpeted and tile areas. (2) There are Twenty.;three (23) bathrooms located in the following areas; Fourth Floor -nine (9), Third Floor - six (6), Second Floor -four (4), First Floor - four (4). (3) There are fourteen (14) water fountains tribe cleaned located in the fallowing areas; Fourth Floor - three (3), Third Floor- four (4). Second Floor - four (4), First Floor - ,three (3). . (4) There are four (4) elevators and four (4) stairways which require cleaning. SCOTT RAKOW YOUTH 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 perirneter, (c) patio. (2) There are eight (8) bathrooms located in the following areas; Locker Rooms -two (2), Upstairs -two (2), Ice Rink - two (2), Concession - one (1), and Gymnasium -one (1). (3) There is one (1) elevator and three (3) stairways which require cleaning. (4) There are seVen (7) water fountains to be cleaned located in the 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 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. , (1) The floors ofthe building to be serviced consist of carpeted and tile areas. Special use floors in the following areas; (a) Firing Range, (b) Gymnasium. There are 31 bathrooms located inthefollowing areas; Fifth Floor-two (2), Fourth Floor-eight (8), Third Floor- six (6), Second Floor-four (4) and First Floor - eleven (11). There are three (3) elevators and six (6) stairwa~s which require cleaning. There are thirteen(13) water fountains to be cleaned located in the following areas; Fifth Floor-two (2), Fourth Floor-two (2), Third Floor- two (2), Second Floor -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 arefour (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.) (Justice Center) Nine-Story Structure with janitorial requirements in the Public Areas on the first through eighth floors, the main stairways, elevators, restrooms, etc. The floors of the building to be serviced consistof 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 ancl three (3) stairways which require cleaning. One stairway is first 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. CITYWIOE PUSLlC RESTROOMS,seeAttachment "B", page 53, Cost Worksheet. (1 ) (2) (3) (4) BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH . BASS MUSEUMDEVELOPIVlf:NT OFFIcE. (104.8 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 SHORECOMMUNI'TY CENTER, (42,000 sq. ft.) Two-Story Structure. (1) The floors of the building to be serviced consist of carpeted and tile areas. (2) There are six (6) bathrooms located in the following areas; First Floor - four (4), Second Floor - two (2), (3) There are five (5) water fountains to be cleaned located in the following areas; First Floor '- three, Second Floor ~ two (4) There is one (1) elevator and one (1) stairway which require cleaning. 21st STREET RECREATION CENTER; One Story Structure (Multi-Purpose Room, Bandshell/Ampitheatre, Theatre, Chess Club/Office, Patios/Entranceways/ Alcoves, Bath rooms) (1 ) The floors of the building to be serviced consist of carpet, wood, linoleum, concrete, and tile. (2) 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 requiring . cleaning during events only,d. Main Building has two (2) bathrooms. (3) There are eight (8) water fountains which require cleaning. a. Theatre Building has one (1), and Main Recreation Building has seven (7). OCEANFRONT AUDITORIUM;(11 ,884sq.ft.) One Story Structure (Multi-use large room, Stage areas, Dressing rooms, Stairwells, bathrooms, Entry and Lobby. Outside entrancewaysshould be included for the cleaning of litter and washdown. The floors of the building to be serviced consist ofterrazto. linoleum, and concrete areas. There are three (3) bathrooms which require cleaning. a.Lobby has two (2) bathrooms, b. Backstage has one (1) bathroom which requrecleaning. There are two (2) water fountains which require cleaning. a. Lobby has one (1), b. Backstage has one (1). NORTH SHORE COMMUNITY CENTER; (18,656sq.ft.) One Story Structure (Bandshell, Ampi-theatre, Dressing Rooms, Card Rooms, etc.) (Also included at this locations is a separate structure "Activity Building" which is a multi-use room). Outside entranceways should be Included for the cleaning of litter and washdown. . (1) The floors of the buildings to be serviced consist of Linoleum, (1 ) (2) (3) BID NO. 34-02/03 DATE: March 7, 2003 Terrazzoand Cement. There are six (6) bathrooms which require cleaning. a. "Activity Building" has two (2) bathrooms, b. Dance Floor Perimeter has two (2) bathrooms, c. Backstage. has two (2) bathrooms. (3) There are four (4) water fountains which require cleaning. a. Backstage has one (1), b. Dance Floot 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. 1. City Hall: 1700 COl1vention Center Drive. A. Hours of Ooeration/Cleaning: 1. Oooratino SChedule The City Hall operating schedule will primarily be Monday through Friday from 8:30AM to 5:00PM; however, evening meetings will occur onanongbing basis. The successful bidder will . be provided with a schedule of such meetings on a monthly basis. 2. Night Cleanino Houts Night cleaning shall be between the hours of closing and 8:00AM the following morning. 3. Dav Cleaning Hours 2 Hrs.a Day 15 Days per Week 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 crewfor monthly, semi-annual, etc. cleaning during this regularly assigned work time period, ul1less otherwise requested by the City. . Computation of Daily Charae: For purposes of adjustment due to unforeseel1 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 monthfylumpsum cost to the City shall be divided by the number of days in that month. The per day'rate received from this method will be deducted from that months bill for the number of days when services are not required. Scott Rakow Youth Center: 2700 Sheridan Avenue A. Hours of ODeration/Cleaninq , ,- . 1. Ooeratina Schedule of Center The Youth Center operating schedule will vary during the year, dependent on activity and need of the Center. Night Cleaning Hours & Contractor Reporting Responsibility. Night Cleaning shall be between. the hours of closing and 8:00AM the following morning. Cleaning crews shall report to the center supervisor or designated representative no later than ten (10) minutes after scheduled closing time. Failure to report with ten (10) minutes after closing time shall result in a penalty assessment of 50% against contractor for that night's cleani~ charge. 3. Dav Cleanina Hours (while Center is ooen) The following shall be the hour schedule for the day cleaning employee. TotalS-Hour Days..260 @ 5 Hrs.Day=1300 Hrs.total. Total 7.5 Hour Days..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 ClosinQ: 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 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. C. Dailv/Qliarterlv Cleanina: 1. Maintenance personnel assigned to the facility during its operating hours shall circulate throughout the facility performing such janitorial functions as detailed herein,or as directed by the Youth Center supervisorto 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. Bidder's Hourlv Rate: The rate for the personnel provided during operating hours shall be bid as an hOurly charge. One person is contemplated on an as-needed basis for this function. Should the City determine that more or less personnel are required for this daily function, the requirements shall be changed accordingly at no penalty to the City. SIONO.34-02/03 DATE: March 7,2003 A. Hours of Operation/Cleaning:. . 1. Ooeratina Schedule: The Police Department operating schedule will primarily be Monday through Sunday, twenty-four hours a day, however office areas-occupied areas only will primarily be Monday through Friday from 8:30AM to 5:00PM. 2. Niaht Cleanino Hours: NOT REQUIRED 3. Dav Cleanina Hours: The follOWing shall be the hour schedule for the day cleaning employees. Five (5) personnel shall be required Monday through Friday from 7:30 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. Facility Clbsing:Facility shall be closed during Major Holidays at the discretion otthe 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. C. 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. 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.) Historic City Hall:(Justice Center) 1130 Washington Avenue. A. Hours of Ooeration/Cleaning: 1. Ooeratina Schedule: Historic City Hall operating schedule will primarily be Monday through Friday from 8:30AM to 5:00PM. 2. Niaht Cleaning Hours NighfCleaningshall be between the hours of closing and 8:00AM the following morning. 3. . Day Cleaning Hours: Not Required Facility Closin<j: Facility shall be closed during Major Holidays at the discretion of the City. Holiday closing shall not interrupt night cleaning schedules. Should the facility be closed for a holiday, the contractor shall schedule his normal cleanup crew for monthly, semi-annual, etc. cleaning during this regularly assigned work time period, unless otherwise requested by the City. / Bass Museum Development Office: 2100 Park Avenue A. Hours of Operation/Cleanina: 1. Operating Schedule The Development Office operating schedule will primarily be Monday through Friday from 8:30AM to 6:00PM. 2. Niaht Clean/no Hours- Not required. 3. Oav Cleanina Hours:- Twice Weekly on Mondays and Thursdays in the mornings. . South Shore Community Center(SSCC): 833 Sixth Street. A. Hours of Operation/Cleaning: 1. Operatina Schedule TheSSCC 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) Total 5-Hour Days...260 @ 5 Hrs. Day=: 1300 Hrs. 4. Morning 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 morning, Monday through Friday. (Bid Item # G.4 of Cost Worksheet of Citywide Buildings). B. Facilitv Closil1g: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. C. Dailv Cleaning: .Maintenance personnel assigned to.the facility during its operating hours shall circulate throughout the facility performing such janitorial functions as detailed herein, or as directed by the Building supervisor to maintain the facility iha 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 fate for the personnel provided duril1g operating hours (daily cleaning) shall be bid as a part of the monthly lump sum cost for the entire project requirements. 21st. Street Recreation Center: 2100 WaShington Avenue. A. Hours of Ooeration/Cleaning: 1. Operatina Schedule Monday thru Thursday -9:00 AM- 9:00 PM, Friday - 9:00 ~M - 10:30 PM, Saturday - 6:00 PM - 10:30 PM. CITY OF MIAMI BEACH 2. "Time Certain Cleal1ing":Prior tb 8:3() AM on Mondays thru Fridays all areas and entryways must be cleaned for program start. Saturdays all areas and entryways must be cleaned prior to 5:30 PM. 3. Dailv Services: Remove leaves,seagrapes, litter, etc. from all walkways, patios, stairs and exterior foyers. (Includes removing cobwebs, cocoons, and dirt from foyer walls). 8. Ocean Front Auditorium: 1001 Ocean Drive. A. Hours of Oceration/Cleaning: 1. Oceratina Schedule Mondaythru Thursday - 9:30 AM -12:30 PM., Friday & Saturday - 9:00 PM -12:00 midnight., Sunday - 6:30 PM - 10:00 PM. 2. "Time Certain Cleanino": Completed by 4:00 PM, prior to all program hours. Scheduled thorough cleaning one lime per week. "Current janitorial needs are mostly outside the large room, performing weekly, monthly, quarterly and annual tasks only. North Shore Community Center: 7250 & 7275 Collins Avenue. A. Hours of Oceration/Cleaning: 1. Oceratina Schedule MOl1dayand Saturday -( Closed), Wednesday, Thursday, Friday and Sunday -6:00 PM - 10:00 PM. 1 (a.) Activity Center: Monday thru Thursday - 8:30 AM - 9:00 PM., Friday 8:30 AM - 5:00 PM, and Saturday 9:00 AM - 1 :00 PM. 2. "Time Certain Cleaning": Completed by 5:30 PM, at Community Center (Bandshell) and prior to 8:00 AM in the Activity Center. 10. North Shore. Recreational Center: 501 -72nd Street. . A. (1) The only cleaning required at this location is two (2) bathrooms located on the exterior of the building. Requires nightly cleaning of both bathrooms and locking'both when completed. All entranceways and doorways must be cleaned Muss Park: Chase Ave. & 44th Street A. Hours Of Ooeration/Cleaning: 1. Ooeratina Schedule: Monday - Friday, 8:00AM - 6:00 PM. B. Cleaning: 1. After closing of facility. C Cleaning/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) . Tatum Park: 8050 Byron Avenue A. Hours of Operation 1. Operating Schedule: Monday- Friday, 8:00am - 6:00 pm B. Cleaning 1. After closing of facility. CITY OF MIAMI BEACH Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) Stillwater Park: 8440 Hawthome Ave. A. Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 arn. - 6:00 pm B. Cleaning 1. After closing of facility. C. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 14. Fairway Park: Fairway & No. Shore Dr. A. Hours of Ooeration 1. Operating Schedule: Monday -Friday, 8:00 am - 6:00 pm B. Cleal1ina 1. After closing of facility. C. Cleaning/Janitorial needs: 1. Office (daily) . 2. Two indoor shelters (daily) 3. Restrooms (daily) 15. Normand\' Shores Park: 2605 Biarritz A. Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm 8. Cleaning 1. After closing of facility. C. Cleaning/Janitorial needs: 1. Office (daily) 2. Indoor shelter (daily) 3. Restrooms (daily) Normandv Isle Park: 7030 Trouville Esplanade A. Hours of Ooeration 1. Operating Schedule: Monday -Friday, 8:00 am - 6:00 pm B. Cleaning 1. After closing of faCility. C. Cleanina/Janitorial needs: 1. Office (daily) 2. Shelter (daily) 3. Restrooms (daily) 4. Locker Rooms (daily) Parks Maintenance Bldg:(900 sq. ft) 2100 Meridian Ave. A. Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm. . BID NO. 34-02/03 DATE: March 7, 2003 Cleaniria 1. After closing of facility. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office & daily for the restrooms) 18. proDerty ManaaementBldcJ: ..1245 Michigan Ave. A. Hours of ODe ration 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) . Fleet MClmt./SanitationBldgs: A. Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8~OO 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) Parkina Deot. Blda: 777, 17th Street(2ndFloot). Hours of ODe ration 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm. Cleaning 1. Afterclosirig of facility. Cleaning Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping {twice a week for the office & daily for the restrooms) Beach Patrol Office Ocean. Drive & 1 Oth Street Hours of Operation 1. Operating Schedule: Monday - Friday, 8:00 am -6:00 pm. 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) Flarninao Park Tennis Center: 1100 Michigan AVe. A. Hours of ODeration 140 MacArthur Causeway BID NO. 34-02/03 DATE: March 7, 2003 1. Operating Schedule: Cleanina 1. After closing of facility. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the office &: daily for the restrooms) Public Works Yard Offices:2300 Pine Tree Drive. A. Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 am - 6:00pm. 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) 24. 7th Street Garaae Offices & Elevators: Collins Avenue & 7th Street. A. Hours of Ooeration 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. Elevators (daily) 13th Street GaraaeOffices & Elevators: Collins Avenue & 13th Street. C. Hours of Ooeration 1. Operating Schedule: Cleaning 1. After closing of facility. Cleaning Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Elevators (daily) 17th Street Garaae Offices & Elevators: Collins Ave. & 17th Street. Monday - Friday, 8:00 am -6:00pm. A. S. C. Hours of Ooeration 1. Operating Schedule: . Monday - Friday, 8:00 am - 6:00 pm. Cleaning 1. After closing of fadlity. Cleanina Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Elevators (daily) Police Deo1. (SIU) Office: BID NO. 34-02/03 DATE: March 7, 2003 A. Hours of Ooeration 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 therestrooms) 28. Marine Patrol Office: 1900 Purdy Ave. A. Hours of Ooeration 1. Operating Schedule: Monday - Friday, 8:00 am ~6:00 pm. B. Cleaning 1. After closing of facility. C. CleaninQ Janitorial needs: 1. Offices (daily) 2. Restrooms (daily) 3. Floor mopping (twice a week for the OffiCii & daily fortherestrooms) 1. Office Areas-occuoied areas only 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. Vacuum all traffic paths. Dust desks,chairs and other offiCe furniture. Spot clean doors and door frames. Spot clean partition door glass. Clean, wipe and sanitize drinking fountains. Dust all vertical and horizontal surfaces within reach. Spot clean VAT, wood and composition floors, including all carpeted areas. Promptly turn off aI/lights upon completion of Cleaning. Lock and check all entrance doors to all floors, suites and/or special areas in accordance with special security instructions. CITY HOUSEKEEPiNG SPECIFICATIONS Weeklv Services: 1. Perform low dusting of all areas not included in daily services. 2. Clean electrical switch/receptacle covers and surrounding areas. 3. Dust baseboards. 4. Dust all vertical surfaces on furniture. 5. Dust all louvers, ventilation grillsand dampers within reach. 6. Vacuum all carpeted areas. Monthly Services: BID NO. 34~02/03 DATE: March 7,2003 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. Dust all coverings to include blinds and shades. 5. Vacuum upholstered furniture. D. QUarterlv Services: 1. Lift pile of carpeting. . 2. Dust walls, partitions, doors and all vertical and horizontal surfaces not included in monthly, weekly or daily services. 3. Dust and vacuum all high ~urfaces to include wood panels. HVAC diffusers/vents and ceiling tiles surrounding the vents. E. Semi-Annual Cleaning: 1. Carpeted floors will bestearn cleaned and shampooed. Dailv Services: 1. Clean and sanitize restrooms, wash basins, dispensers, chrome pipe,. fittings and supports. 2. Clean Mirrors and Frames. 3. Wet mop and disinfect floors. 4. Clean and sanitize toilets, urinals and sanitary 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 dispel1sers (towels, tissue, hahd soap, napkins). 9. Collect and dispose of all waste material. 10. Turn off all lights. 11. Spot wash partitions, walls and doors. B. Monthly Sarvices: 1. Wash toilet partitions and ceramic tile walls. 2. Scrub walls. 3. Perform high dusting and/orwashing, including walls. C. Quarterlv Services: .. . 1. Clean and vacuum diffusers/vents and ceiling tiles. 3. Elevators. Lobbies and BuildinaCorridors 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 6. Clean, wipe and sanitize drinking fountains. . B. Weekly Services: 1. Spot clean and condition carpet pile in heavy traffic areas. 2. Machine polish and/or apply finish to all non-carpeted areas to maintain excellent appearance. C. Quarterlv Services: 1. Clean and vacuum diffusers/vents and ceiling tiles. 4. Elevators A. Daily Services: 1. Vacuum and spot clean carpeting in elevators. 2. Clean elevator doors, frames, walls, saddles and tracks. 3. Clean and wipe all metal surfaces. 4. Dry mop non-carpetedfloors. B. Monthlv Services: 1. Polish all metal surfaces. C. Quarterly Services: 1. Clean and vacuum diffusers/vents and ceilings. 5. Stairwavs A. Dailv Services: 1. Sweep thoroughly. 2. Remove all debris. 3. Vacuum all carpeted stairs. B. Weeklv Services: 1. Dust thoroughly and wet mop stair treads, risers, and landings. C. QuarterlvSerllices: 1. Wipe down walls. Building Service Areas A. Daily Services: 1. Clean all janitor closets at end of shift and promptly switch off all lights. 2. Place waste paper, . cardboard and rubbish, etc. in . approved receptacles or assigned rooms. BUildino Exterior. Entral1ces 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 in a good CITY OF MIAMI BEACH Page 30 of 116 condition. 6. Clean and/or polish all metal finished entrances to the building. Windows A. Quarterlv Services: 1. Wash all windows, interior and exterior surfaces. These cleanings are to be scheduled ona quarterly basis. These are to be scheduled for June 1,1998, September 1,1998, December 1,1998 and March 1, 1999. Contractor shall notify the Contract Administrator seven (7) calendar days prior to the contractor's requested start date. Contractor shall also notify the above City representative within four (4) hours after completion of the work, or prior to 4:00 P. M. of the same day work was completed. Special Use Floors A. Manufacturer's cleaninarecommendations: 1. Gymnasium- cleaned daily and resurfaced (*) semi-annually, per manufacturer's requirements. Other Requirements Provide owner daily with aUst of maintenance problems which need correction. Physically check all soap dispensers daily to make sure they are operating properly. Bidder's offer shOuld Include all the services listed and all supplies such as soap for dispensers,tissue paper,. hand towels, and trash liners. All equipment necessary to perform required services is to be provided by Contractor. City Approvals Reauired: The City must approve all janitorial supplies (paper goods, chemicals,solvents,etc.) used by the Contractor in the performance of his work. No supplies shall be used * Resurfacing shall be per' manufacturer's specifications for total removal of floor coating andre~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 singlestrip/re-application of the specified material should the work be necessary at more frequent intervals than required herein. BIDDERS NOTE: It is the intent of the City to assure that the special use surface receives only the treatment method and chemicals approved by the manufacturer. It is the bidder'srespbnsibility to prove to the City's satisfaction that approved methods will be used. Costquoted for a singlestriplre-application shall be in addition to the monthly rate charged for general nightly cleanings. 2. Ice Rink Perimeter cleaned daily. BID NO. 34-02103 DATE: March 7, 2003 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 ofthe City that supplies which do not meet with City's approval will be considered unacceptable and Contractor Will be required to use other brands/types, etc. of supplies which meet the minimum standards of similar supplies used by the City's own Building Maintenance personnel. Bidder Questionnaire: AttachEld to the Bid is a Bidder Questionnaire form which 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 contract that the successful bidder's obligation hereunder shall be to meet the specified requirements of the City of Miami Beach. In the event that the successful bidder is uliable 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. Comoutation of Dailv Charae: For purposes of adjustment due to unforeseen closings of the facility, holiday closings when services are not required, and other such closings for reasonswithin BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH . BID NO. 34-02/03 . DATE: March 7, 2003 or beyond the control of the City; the charge for servicss shall be per the following method of computation. A. Niaht Cleaning Charge: The monthly lump sum cost to tM 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 Charge: Day charges are based on hours worked. If no hours are worked, no payments are due. PERSONNEL: PROJECT MANAGER; The contractor shall provide a Project Manager who shall be responsible for tM competent performance of the work. (1) The Project Manager shall have full authority to act for the contractor. (2) The Project Manager or a designated representative shall meet with City Personnel designated by the City to discuss immediate problem areas. The Project Manager or a representative shall respond within four (4) hours after notification. The contractor shall provide the telephone number of the person(s)to call should the need arise. (3) .. The Project Manager shall be able to read, write, speak and understand English. EMPLOYEE'S IDENTIFICATION: 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 mset their needs at his own expense. CONTRACTOR'S EMPLOYEES: All employees employed by the contractor shall be considered to be at all times the sole employees of the contractor under his sole direction and not an employee or agent of the City. (1) The contractor shall supply cornpetent and physically capable ernployees and the City may require the contractor to immediately remove an employee it deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued employment is not in the best intersst 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 Ernployer's Liability) of this contract. Thess 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. Page 33 of 116 b. All contractor's employees shall maintain 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 employeesofthe shall be bonded and insured. h. All contractor's employees must go through criminal background check. LOST AND FOUN 0 PROPERTY:ltis the responsibility ofthe contractor to ensure that all articles of possible personal or monetary value found by the contractor's employees are turned in to the Miami Beach Police Property Unit located at 1100 Washington Ave., Miami Beach, Florida. QUALITY CONTROUQUALlTY 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 aU 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 Administratorwithin 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 ofthe contract. QUALITY ASSUFtANCE: . The City will monitor the contractors performance under this contract using a Contract Administrator. PERFORMANCE EVALUATION MEETINGS: The Contractors' Project Manager shall meet with the Contract Administrator weekly during the first month of the contract. Meetings will be as often as necessary thereafter as determined by the City. However, a meeting will be held whenever a Contract Discrepancy Report is issued. These discrepancies must be cured within five (5) calendar days from this report (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. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 34 of 116 KEY CONTROL: The Contractor shall astablish 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 may be 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 key 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 other than the contractor's employees. It is also the responsibility of the contractor to prohibit the opening of locked areas by the contractor's employees to permit entrance of persons other than contractor's employees engaged in the performance of assigned work in those areas. 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 preclude the waste of utilities, which shall include but shall not necessarily be limited to; a. LIGHTS: Lights shall be used oniy 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. FIREAND SECURITY: Contractor is to comply with all fire regulations and is responsible for securing the buildings during and after clean up. The City may have security personnel on duty during night cleaning hours. BIDDER QUALIFICATIONS: Pre-award inspection of the bidders facility may be made prior to award of contract. Bids will be considered only from firms regularly engaged in the business of providing janitorial services and who can produce evidence that they have an established satisfactory record of performance for a minimum of a five (5) year period 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. 34-02103 DATE: March 7, 2003 CITY OF MIAMrBEACH Page 35 of 116 shall be construed to mean a fully equipped and well 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 powet 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 accordan'ce with the specifications. Should the contractor feel that the City is withholding payment in excess of the degree of non- performance, the matter shall be referred to the Procurement Director of the City of Miami Beach for a decision as to the validity of the contractors claim. CONTRACT VARIANCES: 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, it shall be construed that the bid fully complies with the specifications, terms and conditions. GENERAL CLEANING: Work shall include, butshall 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 percent of defective work, or number of defects, that will be allowed before work is considered unsatisfactory. An AQL does not imply that the Contractor may knowingly perform in an unsatisfactory way. It implies that the City recognizes that unsatisfactory performance sometirnes 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. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 36 of 116 1. Cleal1 interior Window Surfaces: Afterwindow 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 awindow 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. REMOVE 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 "TRASH" 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: Afterbeing 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 coating Of a 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. 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 shaH have a uniform appearance, with no streaks, swirl marks, detergent residue, or any evidence of soil, stains, film, debris or standing water. There shall be no splash marks or mop streaks on furniture, 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 CITY OF MIAMI BEACH Page 37 of 116 debris. Chairs, trash receptaCles,13nd easily moveable items shall be tilted or moved to sweep underneath. I. WALK-OFF MAT CLEANING: Carpet-type entrance mats shall be vacuumed to remove soil and grit and to restore resiliency of the carpet pile. Rubber or polyester entrance mats shall be swept, vacuumed, or hosed-down outside to remove soil and grit. Soil and moisture undemeath entrance mats shall be removed and mats returned to their normal location. J. LOW DUSTING: 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 fumiture and equipment and from horizontal ledges, window sills, hand rails, etc. to a 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, fil1gerprints, 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 evidel1ceof removed soil. M. CLEAN DRINKING FOUNTAINS: Disinfect all porcelain and 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 Shall be free of trash and refuse. Paper, empty bottles, and cans shall be removed. O. CLEAN LIGHT FIXTURES: After cleaning, Iightfixtures shall be free of bugs, dirt, dust, grease, and other foreign matter. P. GLASS CLEANING: Includes all glass partitions, interior and exterior glass doors, display cases, directory boards, draft shields on windows, mirrors and adjacent trim. After glass cleaning there shall be no traces of film, dirt, smudges, water and other foreign matter. Q. DESCALE TOILET BOWLS AND URINALS: After descaling, the entire surface shall 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. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 3. . Plastic Trash Can Liners: The Contractor shall furnish plastic trash C8nlinersfor each trash can. S. BASIC CLEANING: Tasks normally done together 011 a weekly or more frequent basis. T. PERIODIC CLEAN I 1\K3: 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 ol1ly 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 premises to the condition in which received, at his expense, fair wear and tear excepted, by the time stated for contract completion. CONTRACTOR FURNISHED ITEMS 1. Materials: The Contractor shall furnish. all materials necessary to perform the tasks specified in the contract. 2. Eauiomentand Tools: The Contractor shall furnish aU equiprnentand tools necessary to properly perform the work defined in this contract. A. All equipment shall have bumpers and guards. to prevent markirg or scratching of fixtures, furnishings, or building surfaces. B. All electrical equipment used by the Contractor shall 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 furnish and use beater bar type vacuums for carpeted floors. All vacuum cleaners shall have Hepa 'FUters. 810 NO. 34-02/03 DATE: March 7, 2003 Page 39 of 116 Rest RoomSuoolies: The Contracto( shailflrilish the 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 per roll, 2 ply, 96 rolls per case (or equal.) 2. Paper hand towels shall be Multi-fold, natural, 4,000 per case. (Ft. Howard 233 or equal) 5. INFORMATION ON SUPPLIES: The Contractor shall provide to the City information monthly on the quantity of supplies used during the course of the contract. Information shall be given for all the items listed in paragraph 4 above. This requirement is for information only. 6. Chemicals Used Bv Contractor: Anchemicals 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. 34-02103 DATE: March 7, 2003 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 to fumishall 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. NOTE: Each location shall be bid as a totallllonthly cost to the City. Bid shall include cbsts 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 "An: ... .. . .. .... ....... CITY OF MIAMI BEACH CITY HALL 1700 Convention Center Drive, Miami BeaCh, Florida. 1. Specify Crew Size: ~ 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insurance.......... b. fringe benefits........ .. ................... c. chemical supplies........................ d. Expendable Items....................... Total Monthly Cost to City $ BID ITEM "8": SCOTT RAKOW YOUtH CENTER 2700 Sheridan Avenue, Miami Beach, Florida. 1. Specify Crew Size: (Night Cleaning) 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 (Night Cleaning) $ BID NO. 34-02/03 DATE: March 7, 2003 City OF MIAMI BEACH Page 41 of 116 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: $--- SID ITf:M "C" POLICE DEPAR.TMENT 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 required on Saturdays and Sundays for four (4) hours each day. Janitorial personnel will be assigned responsibilities daily by the Police Property Manager. BID ITENI "D" HISTORIC CITY HALL 1130 Washington Av&nue, Miami Beach,Flc>rida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 1. Cost Breakdown: a. payroll, taxes &insural1ce.......... b.fringe benefits..................,......... c. chemical supplies........,.:............ d. Expendable Items............;.......;. Total Monthly Cost tC>City $ 3. Cost Breakdown: a. payroll, taxes & insurance.......... b. fringe benefits............................ c. chemical supplies.............;......... d. Expendable Items...................... Tc>tal Monthly Cost to City BID ITEM "E" MIAMI BEACH PUBLIC RESTR.OOMS City Wide 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insurance......... BID NO. 34-02/03 DATE: March 7, 2003 CI1Y OF MIANlIBEACH $ $ $ $~- $ $~--- $ $ Page 42 of 116 b. fringe benefits...................;......... $ c. chemical supplies....................,. $ d. Expendable Items...................... $ Total Monthly Cost to City $ BID ITEM "F" BASS MUSEUM DEVELOPMENT OFFICE 21 OOPal'k Avenue, 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 "G" ... ............. .... .... .. . ... SOUTH SHORE COMMUNITY CENTER 833 Sixth Street,.Miami Beach,Florida 1. 2. Specify Crew Site: Ratio of Supervisors to workers: 3. Cost BreakdoWn: a. payroll, taxes & insurance...... $ b.fringe benefits................ $ c. chemical supplies............... $ d. Expendable Items................ $ Total Monthly Cost to City (Night Cleaning) $ 4. Hourly Chal'ge:(Morning Clean-Up) $ 5. Hourly Charge: (Day Cleal1ing)$ BID ITEM "H" FIRE ST A TION#2, 2300 Pine Tree Dr., Miami Beach, Florida (3Bldgs) 1. Specify CreW Size: 2. Ratio of Supervisors to workers: 3. Cost Breakdowtl: a. payroll, taxes & insurance........~. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI 9 EACH Page 43 of 116 b. fringe benefits.......................;.... c. chemical supplies....................., d. Expendable Items....................... Total Monthly Cost to City $ $~-~ $-~ $ BID ITf:M"I" 21st STREET REC~EATION CENTER 2100 Washington Avenue, Miami Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insurance......... b. fringe bel1efits..............;............. c. chemical supplies...................... d. Expendable Items....................;.. Total Monthly Cost to City $ $ $ $ $ BID ITEM "J" ..... .......... ... . . ..... c OCEAN FRONT AUDITORIUM 1001 Ocean Drive, Miarni Beach, Florida BID ITEM "I(" NORTH.SHORE COMNlUNliYCENTER 7250 collins Avenue, Miarni Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors tb Workers: . 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost Breakdowll: a. payroll, taxes & insurance......... b. fringe benefits............................ c. chemical supplies.....................: d. Expendable Items...................... Total Monthly Cost to City 3. Cost Breakdown: a. payroll, taxes & insurance......... BID NO. 34-02/03 DATE: March 7,2003 CITY OF MIAMI BEACH $ $- $ $ $~- $ Page 44 of116 ./ b. fringe benefits............;............... $ c. chemical supplies....................... $ d. Expendable Items.......;............... $ Total Monthly Cost to City $~---- BID ITEM "L" . ... ... ... ... NORTH SHORE RECREATION CENTER 501 - 72nd Street, Miami Seach, Florida 3. 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 CC)st to City $ $ $ $ $ BID ITEM"M" ....... ....... .... . .. MUSS PARK Chase Ave. & 44th Street, Miami Beach, Florida 3. CC)st Breakdown: 1. Specify Crew Size: 2. Ratio of Supervisors to workers: a. payroll, taxes & insurance......... b. fringe benefits............................ c. chemical supplies....................... d. Expendable Items....................;. $ $-~_. $-- $--- Total Monthly Cost to City $ SID ITEM "N" TATUM PARK 8050 Byron Avenue, Miami Beach, Florida 1. Specify Crew Size: 2. 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 45 of 116 b. fringEl benefits................ $_~~ c. chemical supplies............... . $___ d. Expendable Items.....................$ Total Mcmthly Cost to City $-~----~ BID ITEM "0" STILLWATER PARK 8440 Hawthorne Ave., Miarrii Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost 13reakdown: a. payroll, taxes & insurance......... b. fringe benefits............................ c. chemical supplies..............;....... d. Expendable Items....................;.. $ $ $ $ Total Monthly Cost to City $ 1310 ITEM "P" FAIRWAY PARK FairWay&N(). Sh()reDr.,Miarni aeaCh, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost Breakd()wn: a. payroll, taxes & insurance.......;.$ b. fringe benefits........................... $ c. chemical supplies......................$ d. Expendable Items.....................$ Total Monthly Cost t() City .. $__~_ . 1310 ITEM "Q" NORMANDY SHORES PARK 2605 aiarrltz, Miami Beach, FI()rida 1. Specify Crew Size: 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 Page46 of 116 c. chemical supplies...................... d. Expendable Items...................... Total Monthly Cost to City BID ITEM "R" NORMANDY ISLE PARK 7630 Trouville Esplanade, Miami Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: _ Cost BreakdOWn: a. payroll, taxes & insurance......... b.. fringe benefits..........................;. c. chemical supplies....................;. d. Expendable Items.......;.............. Total Monthly Cost to City 3. $ $ $ $ BID ITEM "S" PARKS MAINTeNANCE BLDG.. 21()O Meridian Ave., Miarni Beach Florida 1. Specify Crew Size: 2. Ratio of Supervisbrsto workers: Cost Breakdown: a. payroll, taxes & insurance......... b. fringe benefits..................;.......;. c. chemical supplies...................... d. Expendable Items.................;..;. Total Monthly Cost to City 3. BID NO. 34-02/03 DATE: March 7, 2003 $ $ $ $ CITY OF MIAMI BEACH Page 47 of 116 BID ITEM "T" PROPERTY MANAGEMENT BLOG.. 1245 Michigan Ave., 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 "U" FLEET MGMT./SANIT A TION BLDG..140 MacArthur Causeway, Miarni Beach, Florida. 1. Specify CrewSize: 2. Ratio of Supervisors to workers: 3. Cost Breakdown: a. payroll, taxes & insurance......... b. fringe benefits............................ c. chemical supplies...............,...... d. Expendable Items...................... Total Monthly Cost to City $ BID ITEM "V" PARKING DEPT. BLDG.. 717, 17th street, 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 MOl1thly Cost to City BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 48 of 116 BID ITEM 'W' BEACH PATROL OFFICE. Oc~anDrlve& 10th Street, Miami B~ach, Florida 1. 2. 3. SpecifyCr13w Size: Ratio of Supervisors to Workers: Cost Breakdown: a. payroll, taxes & insurance......... b. fringe benefits............................ c. chemical supplies...................... d. Expendable Items...................... $ $ $ $ Total MOllthlyCost to City $ BID ITEM "X" FLAMINGO PARKtENNIS COURT. 1100 Michigan Av~" Miami B~ach, Florida 1. SpeCify CreW Size: 2. Ratio of Supervisors to workers: 3. Cost Br~akdown: a. payroll, taxes & insurance......... b. fringe benefits............................ c. chemical supplies........;.....;....... d. Expendable Items...................... Total Monthly Costto City $-~~ SIDITEM"Y" .. ..... <.. ... ..... . . PUBLIC WORKS YARD OFFICES. 2300 Pine Tree Dnve, Miami Beach,Florida 1. Sp13cify Crew Size: 2. Ratio of Supervisors to workers: Cost Breakdown: a. payroll, taxes & insurance......... b.. fringe benefits...... ............... .....;. c.chemical supplies...................... d. Expendable Items...................... Total Monthly CosttoCity 3. $ $ $ $ BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page49of116 BID ITEM"Z" 7th ST. PARKING GARAGE OFF.! ELEV.. Collins Ave. & 7th st., Miarni 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 $~-~ $ $ $ $ BIDITEM.~AA'. ..... ...... ..... . ... .. ...... . 13thSLPARKINGGARAGE OFF.I ELEV..Collins Ave. & 13th St., Miami Beach, Florida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost BreakdoWl1: a. payroll, taxes & insurance......... b. fringe benefits..........................:. . c. chemical supplies....................;. d. Expendable Items....................:. . . Total Monthly Cost to City BID ITEM "BB" 17th ST. PARKING GARAGE OFF./ELEV..CoUins Ave. & 17thSt., MiarniBeach, 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 NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEAtH $ $ $ $ Page 50 of 116 810 iTEM "CC" . POLICE DEPT. SPECIAL INVEST. UNIT OFFICE. 1831 Bay Rd.,l\IIiamiBeach, Flol'ida 1. Specify Crew Size: 2. Ratio of Supervisors to workers: 3. Cost Bl'eakdown: a. payroll, taxes & insurance........~ . b. fringe benefits............................ c. chemical supplies...................... d. Expendable Items.........;..........~. Total Monthly Cost to City BID ITEM "DO" MARINE PATROL OFFICE, 1900 PUl'dy Ave. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 51 of116 COSTWORKSHl:ET FOR CITY OF MIAMI BEACH REStROOM MUST Bl:INCLUDED WITH YOUR PROPOSAL PAGES II BID NO. 34-02/03 DATE: March 7, 2003 CI"ty OF MIAMI BEACH Page 52 of 116 ATTACHMENt "B" COST WORKSHEET FOR CITY OF MIAMI BEACHRESTROOMS . . 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 6111 Street Twice Daily $ (7 days per .. . . . week) 6. Beach Restrooms 1 0111 Street Twice Daily $ . . (7 days per . . .. .. .. week) 7. Bch. Patrol HQ 101 Ocean Dr. . Twice Daily $ (7 days per . . . . . week) . 8. Beach Restrooms 14111 Street . Twice Daily $ (7 days per . . .. week) 9. Beach Restrooms 17111 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 . 1900 Conv. 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 21st Street Twice Daily . . $ (7 days per BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 53 of 116 17. Tatum Park I TOTAL MONTHLY REQUIREMENT I $ BID NO. 34-02103 DATE: March 7.2003 The following locations shall require cleaning on an as needed basis. Bid Price shall be "per cleaning" So. Point Activity Sisco St. & Govt. Cut Per Cleaning . . . . $ .. . . Holtz Tennis Flamingo Park .. Per Cleaning . Stadium $ . -'- . . . - Saseball/Flm. Pk. 1435 Michigan Ave. Per Cleaning . . . $ . .. Football Stadium Flamingo Park Per Cleaning .. $ . . Normandy Isle Pool 7030 Trouville Esplanade . Per Cleaning ... $ . .. . . BID NO. .34-02103 DATE: March 7,2003 . . ATTACHMENT "C" COST WORKSffEETFORPARKING GARAGES OF tHE CI1Y OF MIAMI BEACH BID ITEM "A" 7th ST. PARKING GARAGE. Collins Ave. 8. 7th St.,MiarnIBeach,Florida Total Cost Per Month $ BID ITEM "B" 12th ST. PARKING GARAGE Drexel Ave. & 12thSt., Miami Beach, Florida Total Cost Per Month BIDITEM"C" 13th ST. PARKING GARAGE.. Collins Ave. 8. 13tl1 St., Miami Beach, Florida Total Cost Per Month $ BID ITEM "D" . ... ........... ..... ..... ... .. ... 17th ST. PARKING GARAGE.. Collins Ave. & 17th St., Miami Beach, Florida Total Cost Per Month $ GRAND TOTAL PER MONTH $ Additional Cleanings - (Cleanings not specified in the bid specifications) $ P/H Use of Contractors' Pressure Cleaning Equiprnent . P/H (Pressure Cleaning not specified in the bid specifications) $ P/H BID NO. 34-02/03 DATE: March 7,2003 CITY OF MIAMI BEACH Page 56 of 116 SID FORMAT Bids must contain the following documents, each fully cornpleted 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-(esponsive bids will receive no further consideration, 1. Table of COntents The table of contents should outline in sequential order the rnajor areas of the submittal, including . enclosures. All pages must be consecutively numbered and correspond to your table of contents. Bidders shall include at a rninimumthe 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 statement summarizing the strengths of the firm/team as it relates to this Bid. ..' . B. EXPERIENCE/REFERENCES - 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 maybe deemed non-responsive. 3. Acknowledament of Addenda and ResbOl1dentlnformation Forms (Section BID NO. 34"02/03 DATE: March 7, 2003 CITY OF MIAMI BEACH Page 57 of 116 SECTION III . SPECIAL TERMS AND CONDITIONS INSURANCE: Successful Bidder sh~1I obtain, provide and maintain during the term of the Ag(eement the following types and amounts of insurance ~s indicated on the Insurance Checklist which shall be maintained with insurers licensed to sellinsuranc::e in the State of Florida and have ~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 p~yment of any premiums or assessments. Anyexceptions tothese requirements must beapp(oved by the City's Risk Management Department. FAILURE TO PROCURE INSURANCE: Selected Bidder's failure to procure or maintain required insurance program shall constitute a material breach of Agreement under which City may immediately terminate the proposed Agreement. BID NO. 34-02/03 DATE: March 7, 2003 CITY OF MlAMI. BEACH Page 58 of 116 SECTION V -GENERALpROVISIONS A. ASSIGNMENT The successful bidder shall not el1ter 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 indel'l1hify 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, 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 ahd 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 reasonableconttol of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful bidder of such termination which shall become effective upon receipt by the successful bidder of the written termination notice. In that event, the City 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. Notwithstandihgtheabove, 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. 34-02103 DATE: March 7,2003 TERMINATiON FoR CONVENIENCE OF ciTY The City may, for itsconv'enience, terrninate the services then remaining to be performed at any time without cause by giving written notice to successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the 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 c.ostsof 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 Page 61 of116 SECTION VII - BID DOCUMENtSTOBE COMPLETED AND RETURNED TO CITY Questionnaire 1. Proposer Information 2. 3. Declaration BID NO. 34-02103 DATE: March 7, 2003 1. Miami Beach Lobbyist Ordinance No. 92-2785 2. Cone of Silence Ordinance 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 BID NO. 34-02103 DATE: March 7, 2003 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 tothe members of the 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 City commission. Departmental personnel means the City manager, all assistant City managers, all department heads, the City attomey, 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, decisiol1, 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,?I-2. BID NO. 34-02f03 DATE: March 7, 2003 Sec. 2.482. Registration. (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 Aand state under oath: (1) His name; (2) His business address; (3) The name and business addresS of each person 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. ( c) 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 fequiredprior 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. .. . . . ... .. . . . 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 ora trade association or trade union), without specialcompensation Or reimbursement for the appearance, whether direct, indirect or contingent, to express support of of opposition to any item, shall not be required to register with the clerk as required by this section. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 74of116 Copies Of registration forms shall be furnished to each commissioner or other personnel named on the forms. (Ord.No. 92-2777, 'Z3, 3-4-92; Ord. No. 92-2785; 'B, &-17-92) Sec. 2-483. Exceptions to registration. (a) Any public officer, employee or appointee or any person or entity in contracfual privity with the City who only appears in his official capacity shall not be required to register as a lobbyist. (b) Any person who only appears inhisindil,idual 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 asa lobbyist, including but not limited to those who are members of hOmeowner or neighborhood associations. All speakers shall, however, sign upon 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,&-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,thedfices of the city manager, and the offices of the city attorney, shall maintain signed sign-in logs for all non city employees or personnel for registration when they meet with any personnel as defined in section 2-481. (Ord. No. 92-2785, 0,6-17-92) Sec. 2-485. List of expenditures. (a) On October 10f 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. The city clerk shall publish logs on a quarterly and annual basis reflecting the lobbyist registrations filed. All logs required by this section shall be prepared in a manner substantially similar to t he logs prepared for the state legislature pursuant to F .S. ?I 1.0045. . All members of the city commission and all city personnel shall be diligent to ascertain whether persons required to register pursuant to this section have complied with the requirements of this division. Commissioners or city personnel may not knowingly permit themselves to be lobbied by a person who is not registered pursuant to this section to lobby the commissioner or the relevant committee, board or city personnel. The city attorney shall investigate any persons engaged in lobbying activities who CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7,2003 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, '0, 3-4-92;Ord. No. 92~2785, 71,6-17-92) BID NO. 34-02/03 . DATE: March 7, 2003 Page 76 of 116 CONE OF SILENCE: ORDIMANCE !\IO. 2002-3378 AN ORD!NANCEOFTHE MAYoR, AND .CrrYCOMMISSIONOF11fE C11'\'OF MJAMIBEACH, FLORIDA. AMENDI,NG CHAPTER 2 OF THE.CODE OF THE CITY OF MIAMI BEACH,ENTITLED "ADMINIS'1'AAnON",BYAMENDlNGAR11ClEVlI' THEREOF, ENJITLED"SYNlDMOSOFc:oNDUCT'";SYAMENDINGDMSION 4,ENTlTLED"PROCUREMENT".BY AMENDING SECTION 2.... ENTITLED "CONE. OFSlLENCE";$A1D AMENQMENT.,INPART,EX1'eNDING THE PROHIBITIONSOH ORAL COMMUNICATIONS ON ALL REQUEST FOR PROPOSALS (RFP'S)j REQUE$TF()R,QUAUFICATIONS (RFq'S).AHD INVITATiON . FOR BIDS (BIDS), . BETWEEN THE .MAYOR iANDCITY COMMISSIONERS AND THElRRESPECTlVEsrAFFNlDANY POTENl'tAL VENOOR,..$ERVlCE PROVIDER, BIDDER,LOBBYIST, O.RCONSULTANT; PROVIDING FOR ADDlTlDNALEXCEPTiONSRELATIVE TO ORAL . COMMUNICATIONS; PROvIDING FURTHERFORREPEALER,SEVERABlUTY, AND AN EFFECTIVE DATE. .. .WHEREA$,on JanQlty29, 2002, the MiamI-bade eountyComrrlissk1napproved. Ordinance No. 02-3,amenl!mg Seclioll2.11.1(t)cJftheM18mi-Dade CoUnty Code, the County'. Cone of Silence Ordinance, with an effectlvedate of February 8. 2002: and 'WFtERi!A$,M18m[,.08deCotirily'sappl'OVedam8ndrn8nfsextended. theproblbil(on on Oraleommlll'llcations regarding a paJtlcular~FP.RFQ.lnd bid for the 8oI1c1tatlon of 9Ood8 and MI'YiCe8 ro thO$e between a pQtIiln~lvendor. $Clrvrce prtw1der, bJdder,.fobbylst or consultant, and the Mayor.. County CommlSaionel1l and their resp8divestaffs; and .. . . .WHEREAs,MI.n1j..[)adebOunty'e approvedamendmeritsadded.adftj()n~1 exemptJQnstc:lf,h$Prohlbitlon on (lI'81 oommUnfcatlonaregardlng aparticUIarRFP,RFQ, or bid for the soliCItatIon. ot 'goOdS and selVlces betwen8nY personaM thepIt)cUrement dlredororhlWher designated staff responsible for admlmateftl1gthe procurement prpces8 for SUCh RFP,RFQor bld,$I1d betWeen a rn8mbercJfthe respElCtiV8se1ectioncomrnfttee, pRWided the <:ommunicatkm be.llmlted $trictIy tomatt&rsofprocG8$ otptOCedUr8 a1l'8ady contained In the correspondlng solicitation document; and . WHeFu!As.Miaml~[)adeCounlY. . appl'oVedairiendments .. added edditlollal uemptlonsrothe prohibltlonon Ot81 ClOOImUnlcatlon8 bet.Mlenthfil Count)'Managet ant;l . the chairperson of ,a selection comh'lltteeabOLltapartlc\Jl.r. 8eJect1onoommlttee NJCOmrnen~, onlyabrthe commlttee .ha$8Ubrnl~a recornffiendationtothe l'.WlagerandproVld.c.t that, .shOuldany challgEi <iCcur1n the comrnltlee recommendation. the content of thecommunlcsik>n and of the col'l'e$ponding cttange shall bedeacribed In 'NritingandflJedby the MaqagerWith th8C1e~ofthe Count)'and tleincludedln any recommendation memorandumsubmltt8dby the Manager to the County CoiTImiaslOn; WHEReAS,Mlaml-D8de County'8. approvedamendmeMs . added additional exeJnptions totlleprOhlbltion on oral communlCaUons pertIiIlnlng to en1ergency ptOC!..Ii'9meftbl. WHEREAs,saidMiamr-oade countyamendmel1t8 ate~applicableto~.M~and Cit)'COmmlssloOers of the CIty of MiatnIBeach. the Pity Manager. and their ~ staffs: and In orderto extend said amendrnenbl sridtheir appllcabilltytOpotentlal vendors, se.rvlceprcMders,bidders.~lObbyists; 8i)d (lOflSUlt8nts ~oing bUSinessln the CItY of Miami Beach. the Administration and the city AttolTiey's Office herein recommends that the MliIyor and City COmmission amend theClty'sCone ofSllEtnce Ordlnance acxx>rdingly. NOW, THEREFORE,S! tt dRQAJNEf) BY THE MAYOR AND CITY COMMISSION OF THE CITY OF M1AM18EACH: SECTION 1.Sedio02~26,OfDMs1oI14 ()fMlde VII ofChaptet2 QftheMlarnl Beach City Code Is hereby amended to read as folloWs: Al'dCleVII. stand.'" Of COncluct OlVl$lOtU.PltdCUREMIENT Cone Of .......ee. Contractsfotthe .pr'bVlllioO.of gOCXfs, servl<*t, and constructlCnproj$cts..~ Uta.. alldit eoAtraete. Definition. .COne of s.el1ceioist.ereby detinedtorneariaprtihlbltion on: (a) any communication regardi"" a psrtiCtJl8r r'eQu8$tf6r propoSal("AFP"). request fOr quaIifIeatIons ("RFQ"), r'EI...etfer le&tel1l sf IAtereet f'RP..!'"), or bid between apotenltal vei'ldor, .~plQ\lldet. bldder.lObbyl$t,or cOn$ultant arid the clt)"sadmlnlsltativestaff ineludlng.butnOt Ilrnlteclto, the c:ltfmanaget and his or her staff; (b}anycommunlC8tfo11regardlriQ spartk:l.llatRF=p,m:Q, RR.lr6r bid b$tWe&nthe mayor, city c<Jmmfssioners, or1heirrespectiveataffs,and any member of the cllYsedministrative8t8ff Irrdudlng,butrd Ifmlted to. the city manager.and his other sta~; . (c)anycommunlc8tionregardlhg aJ)8tdCUlal' RFP. RFO,AR.I,6rbld between. 8 potentllllyendor. .fJ8Mceprovider.bidder.1obbyIst. or conSUlUu'lt and anymetnber Ofaclty evalu8tlona"dlorselectlon committee therefor: Md (dfanycommunlcatiol\ regardlngapartlcul8rRFP,RFQ, ~ofbfd beiwElen. the mayor,cftycommlS$ibnel'8.....Qrtheir le$pectfve etaffs.....and 8AyJ..memberof acityeV8luationaridlor "leetIol') comtnlfteetherefor: (e)anv COO\l1'llJnlcatlonreUardjfl(J8DartlclJt~rRFP.RFQ.qtbid.~.~ mavor.cltvcommlS81oners... or thefr.lUDtildlVe. staffs '.,nd . ~ ootential vendof,servlceDroldd8(,l:!ldd,..,~ Of ~n.ultttnt. Net........dlAg #Ie . fOAiigeiAtI, *'$QA',ef ,.UI....I:I8II. Aetapplvte 8GMpelllive pA!lS1lI8Bee fer thlll ll\". ef~D8g, "'OM., SHIP aAdSultaJ( FWAdB $4AMiste,.d ...~ .*8.. G~' EifIlGI$f<~....ltyl!l~eJl",.,l1Al!I sefRMWAieaUeAB v.lI11 the eitY_Meystlcl Alsor., 8IMf. BID NO. 34-02103 .DATE: March 7,2003 CITY OF MIAMI BEACH Page 78 of 116 (2) PrOcedure. a.A'fheCdne ofSilenee $hiflbeimp()'edl.lporteach RFP,RFQ'M!:r eMQLbid aftertheadvetusement of saJdRFP. RFQ, RFIdr or. bid. At the time of ill'lpoSillOnof theCOi'1eof Silence, the-cftymanager or hts or her de$lgneeshaUpI'oVIdefor publiC i10b of the cone of silence. Tfle city manager shall include In any public sollcitatlonfor g0008 and servfcesa statement dtsdosinglherequirementsof this division. b. "The cone of silence shall tenninatel. ~thetimethecitymanagermakeshtsor her written recommendaticmastoMec;tiOnof a partiCUlarRFP, RFQ, RI=bf;. or bid to the city c6mrnl8sbn.and Mid RFP, RFQ.~orbldls $W8Jtled;provk.led'howe~r,thatfotlowlngthe~makinghJs or her written recommenclatiort. the cone of s/lenceShall befitted as relates to communicationabetween theJtma~al'Mf~mbet$.of the G::g)mmiS$fonandthe~ ~ager; pn:wk.lir'tgfurther if the city commiSSIon refers the manager's recommendation back to the city managerer etafffor furtherreWlW. .thecone ofsiJenceshau continUe untl1 SUCh llmeas the managerrnake8 a subsequent written recommendation.. and the particular RFP, RFQ, RFYr or bid Is awarded~ ~ m.inth8eventotcontractsfor'essthan$25,OOb~Whenthec:lty manag&r executes the contract. .(S) (a).=~:,~:~:~Itt{l:.v~~~~~~~;~:t~:~ (b)commumcatlOtls WI.th thecitv attOmevarid his Or her Stafft ~!m.oraI cornnll.lnlC8tiOnsat pre-bfd COI1f8r&r1cls; 00 .oo..oral pl'gentatlOnsbeforeevaluation andlOrselectloncorntrlltteet; ~ntraet diScutsiQnsdllrlnganycluly nOticed.ptlblicaneetfng; ~. public presentationS made to thecltyoornrrllsslOnersdurlng any duly .l'IClticedpubllcmeetmg; 00 lm contraCt l'l8g()tfalfonswlth city staff'foIlOWfngthe aWatd Of atlRFP, RFQ.~or bid by the cltyc:ommlsslOn: .~. nllcornmunlcationsin .wntrngat anytilneWith:any l:ity.ernp/oyfle.offiCi8J or member of the city .<:ommlsslon,.unl_speCJfleallyprohlbitedbY the applicable RFP, RFQ, RFUr or bfd docUrnenl$; $F BID NO. 34-02103 DATE: March 7, 2003 CITY OF MIAMI BEACH &&mcltyoommlssiohmeetlngagehdarevfeWmeetlngs~n UleClty manager and the mayor al1d. indIVidual. city commls$loIiers where such matters are scheduled for consideratlon atthe next G-gommisslon meeting. oo.ci}CO~rcations r8ga~ina8D8rtiCU18r RFP. RFQorbld ~the orocurement di~.or .hislher .~minlstratlVe .staff resoonsibfe for admlnlsterino . f!)e. i:ln)~.Jrem$ntDrocess forsuar RFP. RFOorbld and a member of the evaluatlonfseledioi1.eqmmitteetherefor. DtOvk!~t~e . convnunl<:atiorlISlimit9d"ricltV'lomattel'Sof~ or Drocedure alreadv contained In the COI1'e8DOndifla solicitlitiondocUment: 00 dulvrlOtlCecJ slt8Vi$ltSto determln$tI1ecOmDetenCV Of bidderS ~Rflnc:1 a Dartlcular bid durinothetime De~ ~ the 9I*"ina ofblds and the time the cIN manaaermakes his orherwrll:tenrecommendatlon: IDanv emetOel1cv orocurement of aoodsor88~; tml~mmun~s reca~noal)artiCularm:P.RFO.orbld betv.,nanv Denson. and theD~rementdl~orhi8lhl!lradmlnlstnl~ _ resoonslble for admin18terfng the~rement ~ss for suChRFP.RFQ. .91' bid. Drovided th&communlcatlon>lslimrted ~ IormrttersofDrOCess or procedure a1reacfYcontalftl!Kt in the~SDOndlna ~ document !Ill. Thebldder.proposer,WJndor;servloe pnW!d8r'.iobbyist,orconsurtant shaHflle a copy of any written communications with the CIty derk.TheCity derk shall make cople8availab1e 10 any. person upon request. 00 (1) "CeRS Elf'eHMee" 18 hereby dellA8EI te meaAS prehi*-itIeA SR:(8) GAY MfMIYRltatieRI$ Jl9gaAlIRt.8lJ1,,-ewlar RS=~'.RFQ,RRJ.. Sf bldbltl""SA a })steNial. '.'sAIIsr, ~.Fvi98 pF9V198l', 1=Jiddef; .lGbByl5l. at .A8W~At . SAd the JNY9r; ~'eemIftI8SleRei8erthelrIeBJ!lesl\'8.ffe' sRdsFWmemberef the sltoIaadRllAl8CFaliVeEltdlAsllolilllA9. tilollAetllFAWletJlletitY_A-,E1FIFld hla er f:l8r liIaff, BAd (1)>. 8FlY eA!ll. eemF'''''A1GetieA .. RilgaNiIti. 8 })."Slotlar RFP. RFQ, RC(ll, S.T Bid "sk'JeSA~, Hlayw. slireemFAlilaleA8If1ertheif".peslWe aWfeariG-sRYmelRbereftJleeitY8.!tFRIRilllatMi 8Iaff IFl.~. 1MA9~ I~II .,the eItY /R8AagereAd hieer ller.., aRd ($J liFWIl8AlmwR1satiGR leuaRiIAt.8 ..PIIaul. RFP,~Q. R.l::b.I..Tla1d ti......'A.J1I1l8...llf \,'81'1"9", e8MGe pRWider, bkkIer, leIa~er GeAlloll&PtaAd.A1,,'m.Mb.ref81i!1~' evaiwatleR8AdleF eel..SA eel'llRli1le8iWld Cd} IR)'e8.MflWA1ea1eRNS_iIti apaFllaularRFP. RfQ.bIEflletv~8ft.th.Mayer)CIiY CMlmi88i1lRe"8r 1tlelr Ie8palllive 8Wff88RdalW Rl8mberefa Gily avaIl:latleAaAlflerseleGlleR sSMM_a; NetVJilllrteR4iAg 1Jte feRi)flSIAg, tRs89f'eef si18Rtae .tIalI Fl.et apply te eemlFlIlRis.,aIl.aAI wilhthuilyaUGl'fley SAs"'l. 8r tier ... . ~.plaaJlfovld8d iASYtiile8tieA8~)~) IRd (9X~)heAler;aeeFleshlleAee 'hellM Implleed "peA eaMR~, RFQ.R.~. ef bid for "Kilt 88F1.'i$88 aft... tAeadveftis81ft8F1t .fiJf saldRFF\ RFQ. RJ:1.I! ~bld. At the 1iA1e ef 11\8 IMp88ltl9Aefttle eeReef sileRee,. ~9 .Sily maMger er hie., tlerd86itRes CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 80 of 116 ,hall pFEWlde fer the pwli$Retlae eftt\sG$Aeet.leAG$.TJle MReer ,U8fl(;6 sMllteFfAIAatea)at lIle timellle.eW:.'M8Rager Alekes hlesr her .:Jl'iliteR f8GGmmsRdalieR as ~ 8s18&110'" of a paFtlGillar RFP. RFQ.R.'=U, GrillE! telke ei!:y.GElmmis6ieA,8RdeQiIlRFP.RFO, R1;\J_I.ertlid is "'laMed; pwAded. hlWJe\'8F. . that . 'sHewlRIJ Ihe. MaRaller . makiRlJhis Elf' her. \'MtteA f8GGmmeAdalieR. the $G.'" ..$f81IeR$G .."'_198 ..~ae .._8 .te .l'lmaA**F'i6betoeGR the~yeraR4MeMb8F8Gf iheCemmla8ieR 8Rd the . City MaAl18efi previdiRg. fw~.r IIth..lMly BSMmlSal8.f' AlfeAl fi:le R'l$A8s'l"a reGGFRmeRdalieAbaGk~ .the. eity managerer 6iIIff' fer M#ier FeVi&VJ, the BSReGf el18R68 ehall aantiAwe WRtIeweh time as theM8flager makes leWBe&lIWeRt ':iRtteAf8BEllMlefldlltlsRj8Ad the,aFtl8UIar RFf/, RfQ, RFl1,EIf'tlid Is 8\wRJ&d 8r b} fA the eveRt ef _RVa_fer lese thaI'1 $26.ooQ ':meR lIIe eIly maRlier .8K8Cl1Me tile llOAtrect. (3) N9t1d"$GRtaIRedhe~iA.han pJ9hlblt aAYlllGdeF.p...eeer~j'JeRd8F,.eM6e ,rcMdel',lebbylElt,er GGRey!taAt CI)fRlm makfAg pWllllepreS8_*",eat ttllly AGlieedprebid_RfereAll8&. er befere dwlyRetililEld evalwalleRGeFRmittee ..-.98;. 9i) rreMe.giAliIlfl.a8l.Vast; d.weei8R$dYMg aAydwly fleIleed PU~il _&Ii..; EJiI}frem 8APPIIIAGGI,Ls.BlRiSllJ'Ii8.tIeR8 'J1IIh 8ity 8I8ff fellewlAgile awer4 IfM RFP."FQ.RFL..l,EIf'bid fer.1I1t ~.the elly GeMmIHieRjer (I\') AM .",mwRlllRFlilIR ':_s'NiI=lanyeitye",p1eye1ll IlIr f:)ftiGial "",,,,,Ises er 81l1sklFlg s1aAtiGaUeur liIddlle..sllRfeMlaleFl flem lie ellyer reepeRdlAg ..~Ils . 6lIy'.l'8~u8&tfer s1afi1i~tieA eraddllieRaI IA{QFfAalleA. .HjelM. lie ,1e'Manse' tIIeapplleable RFP.,. RFQ. R"U, 9r 9lddeeumeRta. The ilkJder er IWpeeer eta shall file 8eepyef'sAV'JiIfittan eemmllRlsalieAl/JitIlIl.8si&yGlSrk. "'):ke eltysl8fk eMlI~'9ElpIa8a'Jallable 18 ft:legeFl8R11 ,ublle WPElARI~"st (4 ) NethiAlJ . .AtilIAeEl hBF8iA.. .hall p~aAY IElh~"bldder....pF9pe..r. '/9A"91\ 8.SNiee ple\ifflr,eeA8wMaAl, er 9I=ler PIlF$8R er 8AtilyfRNII pUtliiel)' "..liId"f8a~q t~8 ..sIty.~18aIQ~'" dwFIAg 8RydwlyRIiltls8d P"~ ""eIlRg regaAliA' eetie.. G".any dlleeR_a "'):ke 8ily "'aA8tereAall~w48 1ft aAy ,wblle . 6ell8llatleA ferawditiAg seMess a I_meAt dle1lleelAg tile 18'1"''''''8",18 sf lliadMeleR. ~ VioIat1Ol18fpenaltle$andpI'OCedLlres. A Violation Of this adoo by a particular bidder"proposer. vendor, ael'VIceprovlder, lobbyist, orcoNiUllant ahallsubjectsaid b~er,eF proposer, vendor, .selVice. rnovJder.IObbyist, orconsu1tant to the same prot:edur68aetforth In DMeiOn5; entlUed:Deb&l'I'I\8nt OfCOritr8dol1J:1rom City Work; shall rendersnyRFP awald,RF(\awa,ld, RFU 8\l:aAl. or b1da'oVard to said bldder,proposer.\l8ndor. service provider,bldder.IClbbylst. or consultant voidlbll; andeald bidder. proposer, vendor, serviceprovider.1obbylst, orconsulfanh~h811 not be consideredfoqmy RFP..RFQ, RRJ or bid for a COIltract for the proVIsIon of .QOOdsor services for a period of one 'Nr.Any person Who violates aprovi8lOnOf thlsdMslonsMII be prohibited frOrrI serving on a cJty evaluatlonandlor selection committee. Ineddltion to any other.pntty provided by law, v101atJonof any provisiOh of this diVlslOnby a city empJoyee $hall subject said employ&e to disciplinary action up to and Including dismissal. Addltlonally;sny person Who has personal knowledge oh vfoIlltion of thia dMsion.~I.report8Uch violation-to the city attomey'soffice or stateattomey'$ office... andfcirmay filelil c:ompIalrrt wIh the county ethk:s commission, 1,1.e:-99;0Id. No.~OO1-3:295.S 1,3-14-(1) . . CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7,2003 Page 81 of 116 SECTION 2.CODFICA1l01\l. It 1$ the intention of the Mayor andCItyCOmmfsslonofthe,Clly of Miami Beach,snd it Is hereby ordained that the provisions of this 6rdlnanceshall '-orne andbemade part of the Code of the CIty ofM~mi BeachIFlorlda...The8ectlOns of this ordinance may be renun'lber&dor reletrereclto abCOmpltSh8Ud1 Intention, and the word -ordinance- may be Changed to "sectiOn-, ~article-, or otherapproprl8tf1 WOrd. SECTION 3. REPEALER. AnOrtllnlll'lC8S or partS 01 ordinances in conflict herewfth be and the same. are hereby iepealed.. SECTION 4.$evERA8tUTV. Ifany~, subl5eCllon..entence,dllU$8.. phrahor portlonot'thIsQrdlnancels. fcll'any reason, held Invalid or unconstltutlOhaI'suchportion shall be deemed/:'l sepa.... dl$tiflct lll'Id Independent proviSion and such holdiflg shall not affect the validity or CQn$titutlOnality Of the remalrling portions of this, Oldil'Ianee. . SEC"tI<>HS. EFFECTIVe DATE. This Ordinance shall tekeetfedon the IS .10clsysafter adOptIOn. PASSED and ADOPTED this.. Aup*t ,2OD2,whJch 2002. ATTEST: CltyClerk .., . ...... i..... ,., ... .., .... ... . ... .. ..... .. Lettel'8ornumbersthatare $biCit$h.thrOugh' 8l'ttJeIeti6ns fn:)m~8lingotdlnance. Letters or numbers that are underllnedar'e addltlons to existing ordinanCe. F:\AnO\OlIJ\RE$.;ORo\CoNEOFSJI.ENCE.F'NL.tXX; BID NO. 34-02103 DATE: March 7,2003 CITY OF MIAMI BEACH OFFICe OF THe eri'Y "rtOANEY MVRRAVH. J>tJ>>JlJN . . . City Ariol'lle)' ~"~1/a1M , LOR 0 A eJ Telephone: (305).''13-'''0 Tdctop)': (305) 673-1002 COMM:l$SIONMElIflORANl>UM DATE:;roLY31,2002 nOM: ~C()NDRP:AnING ..PUBUC HEA.1UNQ TO: . MAYOll DAVID DEttMER. MEMBERs OFTBE em co MmlRAY DtJlI:B1N CJTYAn:~Nl JORGE M..GONZALEZ . C1TY MANAGER . . SUBJECf: AMENDMENT TO Cll'Y'S "CONE OF SILENCE" O:R.D1NANCE OIi.famwy29,2002.ilie Miatni.:Oade COulll)'Commissioa appro'VcclliD. &m~ to the COunty's "Coll~ ofSilcnce" Ordinam:e..witb. 811 effectiVe date !If February S. 2002. The app,oted amcmdrilents to the, cOUnty's Ordinanee, which the City MWpandthe City .A.ttomey'sOftice heteinrecommenli beincorpol'.clas an amendment lXl the City's own "Cone ofSilenee" 0n:IiIl&Inte; areaHonows: . . (1) ExtendinI1heptofu-bmon01l otai communic:atioDs JtP'dms apartiCuJatRPP,REQ, 8l1d bid tor the solicitation of goods and services tCl thoiebetweella ~al vCacIor. servic:e proYidcr, bidder,lobbyist or coUUJtant. and theMayor, ~ers, and their respective staffs; .. . Bxtaldingtbepro1iibitWD onOtal ~ teptdingaplrtiwlarRPP,RFQ. or bid betwecnany adininis1rativostafl'membet, and any rneinbet oran cvaluation and/or selec:lioli COIIIIlIittoe therefor; . (3) Notivith$landiqtheptObl'bitlon in aubsectioD. (2) above. providinsan ~ allowing the Maliager andlhe~ofthoevaJuatlo11 atidlor BCJciction. committee to c:omrmmicate upon a partic:ular ~tion and/or selection committee . .... . ... ... . .... ....<.. ,. ..,..,.. .... . AgenClatternASC 1700 Co~tio. Celltel' Drive - Pollrill JIoor -11&l1li Bead . Date7...JI-OJ).. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 Page 83 of 116 ORDINANCE NO 2000-3234 AN ORDINANCE OF THE MA YORANDCITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2, ARTICLE VI, ENTITLED "PROCUREMENr',BY CREATING 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 BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. Miami Beach City Code, Chapter 2,entitled "Administration", Article VI. entitled "Procurement", is hereby amended by adding the following Division 5, entitled _ "Debarment of Contractors from City Work" reading as follows: Division 5. Debarment of contractors from City work. (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 that this sanction be imposed only when it is in the public interest for the City's protection. and not for purposes of punishment. Debarment shall be imposed in accordance with the procedures contained in this ordinance. Definitions. Affiliates. Business concerns. organizations, lobbyists or other individuals are affiliates of each other if. directly or indirectly. (I) either one controls or has the power to control the other, or (ii) a third part controls or has the power to control both. Indicia of control include. but are not limited to. a fiduciary relation which results from the manifestation of consent by one individual to another that the other shall act on his behalf and subject to his control, and consent by the other so to act; interlocking management or ownership; identity of interests among family members; shared facilities and equipment; common use of employees; or a business entity organized by a debarred entity, individual, or affiliate following debarment of a contractor that has the same or similar management, ownership. or principal employees as the contractor that was debarred or suspended. BID NO. 34-02/03 DATE: March 7,2003 Page 84 of 116 Civil judgment means a judgment or finding of a civil offense by any court of competent jurisdiction. Contractor means any individual or other legal entity that: (1) Directly or indirectly (e.g. through an affiliate). submits offers for is awarded" or reasonably may be expected to submit offers or be awarded a City contract, including, but not limited to vendors, suppliers, providers, Bidders, Proposers, consultants, and/ordesign professionals, or (2) Condu::ts business or reasonable man be expected to conduct business. with the City as an agent, representative orsubcontractor of another contractor. Conviction means a judgment or conviction of a criminal offense. be it a felony or misdemeanor, by any court of competent jurisdiction. whether entered upon a verdict or a plea. and includes a conviction entered upon a plea of nolo contendere. (e) Debarment means action taken by the Debarment Committee to exclude a contractor (and. in limited instances spec:ified in this ordinance. a Bidder or Proposer from City contracting and City approved subcontracting for a reasonable, specified period as provided in subsection (j) below: a contractor so excluded is debarred. (f) Debarment Committee means a group of seven (7) individual members, each appointed by the Mayor and individual City Commissioners, to evaluate and. if warranted. to impose debarment, (g) Preponderance GrElater 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 fora criminal offense. An information or other filing by competent authority charging a criminal offense shall be given the same effect as an indictment. Legal proceeding means any civil judicial proceeding to which the City is a party or any criminal proceeding. The term includes appeals from such proceedings. . 0) List of debarred contractors means a list compiled, maintained and distribl1t eel by the City's Procurement Office. containing the names of contractors debarred under the procedures of this ordinance. Section 2-399. List of debarred contractors. The City's Procurement Office. is the agenCy charged with the implementation ofthis ordinance shall: (1) Compile and maintain a current.cons6lidated list (List) of all contractors debarred by City departments,Such List shall be public record and shall be available for public inspection and dissemination; CITY OFMIAMISEACH Bib NO. 34-02/03 DATE: March 7, 2003 Page 85 of 116 (2) Periodically revise and distribute the List and issLJesupplements, if necessary, to all departments. to the Office of the City Manager and to the Mayor and City Commissioners:. and (3) Included in the List shall be the name and telephone number of the City official responsible for its maintenance and distribution. (b) The List shall indicate: (1 ) (2) (3) 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 desc:ribed herein. or other statutory or regulatory authority; The effect of the debarment action; The termination date for each listing; The contractor's certificate of competence 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. The City's Procurement Office shall: (1 ) (2) (3) 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 Respond to inquiries concerning listed, contractors and coordinate such responses with the department that recommended the action, Effect of debartnent. 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 exists justifying such action. and obtains approval from the Mayor and City Commission, which approval shall be given by 517ths vote of the City Commission at a regularly scheduled City Commission meeting. Debarred contractors are also excluded from conducting business with the City as agents, representatives, subcontractors or partners of other contractors. Debarred contractors are excluded from acting as individual sureties. Continuation of current contracts. Commencing on the effective date of this ordinance. all proposed City contracts. as well as Request for Proposals (RFP). Request for Qualifications (RFO). Requests for Letters of Interest (RFLI). or bids isSued be the City. shall incorporate this ordinance and specify that debarment may constitute grounds for termination oflhe contract as well as disqualification from consideration on any RFP, RFO. RFLI. or bid. (b) The debarment shall take effect in accordance with the notice provided by the City Manager pursuant to subsection 2-405(h) below. except that if a City department has contracts or subcontracts in existence at the time the contractor was debarred, the debarment period may commence upon the conclusion ofthe contract. subject . to approval of same be 5!7ths vote of the Mayor and City Commission at a regularly scheduled meeting. (c) City departments may not renew or othelWise extend the duration of current contract or consent to subcontracts with debarred contractors, unless the City Manager determines that an emergency exists justifying the renewal or extension or for an approved extension due to delay or time extension for reasons beyond the contractor's control and such action is approved by 517ths vote of the Mayor and City Commission at a regularly scheduled meeting. . ., ~ (d) No further work shall be awarded to aclebarredcontractor in connection with a continuing contract where the work is divided into separate discrete groups and the City's refusal or denial of further work under the contract will not result in a breach . of such contract. Section 2-402. Restrictions on subcontracting. When a debarred contractor is proposed as a subcontractor for any subcontract subject to City approval, the department shall not consent to subcontracts with such contractors unless the City Manager determines that an emergency exists justifying such consent and the Mayor and City Commission approves such decision by 5!7ths vote at a regularly scheduled meeting. (b) The City shall not be responsible for any increases in project costs or other expenses incurred by a contractor as a result of . rejection of proposed subcontractors pursuant to subsection 2..:402(a) above, provided the subcontractor was debarred prior to bid opening or opening of proposals, where the contract was awarded be the City pursuant to 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 MIAMIBEACH BlOND. 34-02103 DATE: March 7, 2003 Page 87 of 116 any mitigating factors should beconsidersd in making any debarment decision. (b) Debarment constitutes debal1Tlent of all officsrs, directors,shar'ehOlders owning or controlling twenty-five (25) percent of the stock, partners,. divisions or other organizational elements ofthe 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 narned 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 GO\femment. Section 2-404. Causes for debarment. (a) The Debarment Committee shall debar a contractor for a conviction or civil judgment, (1 ) For commission of a fraud or a criminal offsnse in connection with obtaining attempting to obtain, performing, or making a claim upon a public contract or subcontract or a contract or subcontract funded in whole or in part with public funds; For violation of fsderalor State antitrust statutes relating to the submission . of offers; For commission of smbezzlemeht, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Which makes the City the prsvailing 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. (2) (3) (4) (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; Violation of ths terms of a City contract or subcontract or a contract or subcontract funded in whole or in part by City funds such as failure to perform in accordance with the terms of one (1) or moreeontracts as certified by the City department administering the contract; or the failure to perform or unsatisfactorily perform in accordance with the terms of one (1) or more contracts, as certified by an independent registered architect engineer or general contractor; (2) Violation of a City ordinance or administrative order which lists debarment as a potential penalty; (3) Any other cause which affects ths responsibility of a City contractor or subcontractor in performing City work. Debarment procedures. CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 (a) Requests for the debarment of contractors may be initiated by a City Department or by a citizen-at large and shall be made in writing to the Office of the City Manager. Upon receipt of a request for debarment, the City Manager shall transmit the request to the Mayor and City Commission at a regularly scheduled meeting. The Mayor and City Commission shall transmit the request to a person or persons who shall be charged by the City Commission with the duty of promptly investigating and preparing a written report(s) conceming the proposed debarment, including the cause and grounds for debarment as set forth in this ordinance. (b) Upon completion of the aforestated written report, the City Manager shall forward said report to the Debarment Committee. The City's Procurement Office shall act ,as staff to the Debarment Committee and, with the assistance of the City department person or persons which prepared the report present evidence and argument to the Debarment Committee (c) Notice of proposal to debar. Within ten working days ofthe Debarment Committee having received the request for debarment and written report, the City's Procurement Office, on behalf of the Debarment Committee shall issue a notice of proposed debarment advising the contractor and any specifically named affiliates, by certified mail. return receipt requested, or personal service containing the following information: (1) That debarment is being considered: (2) The reasons and causes for the proposed debarment In terms sufficient to put the contractor and any named affiliates on notice of the conduct or transaction(s) upon which it is based; (3) That a hearing shall be conducted before the Debarment Committee on a date and time not less than thirty (30) days after service of the notice. The notice shall also advise the contractor that it may be represented by an attorney, may present documentary evidence and verbal testimony, and may cross-examine evidence and testimony presented against it. (4) The notice shall also describe the effect of the issuance of the notice of proposed debarment, and of the potential effect of an actual debarment. No later than seven (7) working days,. prior to the scheduled hearing date, the contractor must furnish the City's ProclJrement Office a list of the defenses the contractor intends to present at the hearing. Ifthe 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. Hearsay evidence shall be admissibleafthe hearing but shall not form the sole basis for initiating a debarment procedure hor the sole basis of any determination of debarment. The hearing shall be transcribed, taped or otherwise recorded by use of a court reporter, at the election Committee and at the expense of the City. Copies CITY OF MIAMI BEACH BID NO. 34-02/03 DATE: March 7, 2003 of the hearing tape or transcript shall be furnished at the expense and request of the requesting party. Debarment Committee's decision. In actions based upon a conviction or judgment, or in which there is no genuine dispute over material facts, the Debarment Committee shall make a decision on the basis of all the undisputed material . information in the administrative record, including any undisputed, material submissions made by the contractor. Where actions are based on disputed evidence, the Debarment Committee shall decide what weight to attach to evidence of record, judge the credibility of witnesses, and base its decision on the preponderance greater weight of the evidence standard. The Debarment Committee shall be the sole trier.offact. The Committee's decision shall be made within ten (10) working days after conclusion ofthe hearing, unless the Debarment Committee extends this period for good cause. (9) The Committee's decision shall 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 a II named affiliate: affected by the decision, and the specific term, including duration, of the debarment imposed. (h) Notice of Debarment Committee'sdecisi6n. (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 Manager shall notify the contractor and any named affiliates involved, by certified mail, return receipt requested or personal service, within ten (10) working days of the decision. All decisions of the Debarrnent Committee shalf be final and shall be effective on the date the notice is signed by the City Manager. Decisions of the Debarment Committee are subject to review by the Appellate Division of the Circuit Court. A debarred contractor may seek a stay of the debarment decision in accordance with the Florida Rules of Appellate Procedure. The period of debarment imposed shaH be within the sole discretion of the Debarment Committee. Debarment shall be for a period commensurate with the seriousness of the cause(s), and where applicable, within the guidelines set forth CITY OF MIAMI BEACH BID NO. 34.02/03 DATE: March 7, 2003 (1 ) (2) (3) (4) (5) beloW, but in no event shall exceed five (5) years. The following guidelines in the period of debarment shall apply except where mitigating or aggravating circumstances justify deviation: For commission of an offense as described in subsection 2404( a)( 1): five (5) years. For commission of an offense as described in subsection 2404(a)(2): five (5) years. For commission of an offense as described in si.Jbsection 2404(a)(3): five (5) years. For commission of an offense as described in subsection 2404(a)(54): two (2) to five (5) years. For commission of an offense as described in subsections 2404(b)( 1) or (2): two (2) to five (5) years. The Debarment Committee may, in its sole discretion, reduce the period of debarment, upon the contractor's written request for reasons such as: Newly discovered material evidence; Reversal of the conviction or civil judgment upon which the debarment was based; Bona fide change in ownership ormanagemEmt; Elimination of other causes for which the debarment was imposed; or Other reasons the Debarment Committee deems appropriate. (d) The debarment debarredcontracto~s written request shall contain the reasons for requesting a reduction in the debarment period, The City's Procurement Office, with the assistance of the affected departments hall 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. If any section, subsection, clause or provisiohofthis Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 3. CODIFICATION. .It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions ofthis ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other appropriate word. SECTION 4. REPEALER. BID NO. 34-02103 DATE: March 7, 2003 All ordinances or parts of ordinances in conflict hereWith be and the same are hareby repealed. . SECTION 5. EFFECTIVE DATE. This Ordina nce shall take effect on the 3rd day of March 2000. PASSED. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH REQUIRING THAT cONTRACfORS ADOPT A CODE OF BUSINESS ETmCS.. PRIOR TO ENTERING INTO A cONTRACf WITH THE CITY OF MIAMI BEACH WlIEREAS, the Greater. Miami Chamber of Commerce ("GMCC') adopted a Model Code of Business Ethics (the "Model Code'); and WHEREAS, the City of Miami Beach in member of the GMCC; and WHEREAS, the Model Code,attached hereto as Exhibit A,is a statement of principles to help guide decisions and actions based 011 respect for the importance of ethical business standards in the community; and WlIEREAS,the GMCCencourages its members to adopt the principles and practices outlined in the Model Code; and WHEREAS, the Commission believes 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,THEREFORE BE IT. RESOLVED. BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: Section 1. Each person or entity thafseeks to do business with the Ciiy 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 minimUll1, require the contractor to comply with all applicable governmental roles and regulations. including, among others, the conflict of interest, lobbying and ethics provisions of the City Code. Section 2. The ColIllIlissionurges. the Greater Miami CIlaInber .of Commerce to require that all of its members adopt the Model Code of Business Ethics. This reSolution shall become effective immediately upon its BID NO. 34-02/03 DATE: March 7, 2003 ATIEST: ~~ CITY CLERK API'ROVEDASTO FORM a LANGUAc,': &FOREXEC!IOOr" d4J. r-.'~~ GREA:l'ERMfAM1CFfA.MSER.OF COMWiERCE MODl;L CODe OF BiJSINESSETH1CS STAteiEHfOF PtlRP()SE ThIlQrelter.Miiunl.Chamt/llfofCqmmelC.~M(1C'..$"lcs loeta'e.ndsustalni\nell1;eal.fIl,l$olnou dimale lo.rlt$m.mbel'$and thec:ammlAhity byedOplingll Cede of Bu$inouEtI1!ca;T!lllOMCC encouragos1l$ Members 10 :inc<<porlI01l11 principIIs. anll ~oliUiiled !lore '.ill 111_ indMduII ccdeoof ethlcS which wi"ll~id. t~lrlel.~iihjpsWilh cwstO_,~.nd.upPllelll.'1lt. Mode' Code can.1Id shot.d4beprlimlnli/lllYil!spl;yed at an btislnOS$ lota!fons'WldITiayIM InCl>rpOl..d into marketing mat.rlals,TheGMCCbt!ievulhallbtrnlmben .snoulduse this.Code lIS. mo40' for the dllYelopml(lt ~thell orglUliratiQns' llUsinellll ~od..of ,th~. ~~..~~~ttl'gu~ft~:~~~:o~~~.*,~G~~~:~.:~::~a:=c't:Il\::ti::~It1~~ '!:Jfdic:SjJ1he~e'ponJibilily ot~'YbvJine~,ehdpl1:l'eSS~il(9M.i1a11lltt . W.Wil. pl'Qp;lrlymailltaln ~ ~Otdnnd .~..tI.~e.nSli$ ihit ta~u In Il'ominent pia<:.. easrJy ...nby our empIO)'ee511iidCll$lo~: In ddlingwithgo'Vetnli1el'll..gllileiClSand employees, WOW/II condll<< bUSIness In aocordance willi a1lappfl<;able ru!e..lInc1 regulatloll$ ahclln the open; w. will rllllOflCOlltrlld lrrl\:ularlll.. and' othllr fmpropororullt.MlII buSIness prllcllcestolh"Etl1lcsCM)ll'llllSlon, the Olli~e. 0( lrispctar Gerier.' (It .PFol!ri~e lawenlo,*emllnt lI~llioritie$. . Rec:ri.rit~nt $elf.:lloria COlnaerisatlol'l of ".naOf~ ~!iI~aDlF.tl w. wlUavold conlllcl,ot II'lt4rut lIIld. disclilGli s~ eonlllct$ W"llnidentlti8d; Glrtiw!'lichcomprorniMiliilfrilegdtY '01. bullin"'lr1ln*tion .rjllim1~.phl.lll!; m will !lilt kid! back IilY.poItiond a ~ct p~nt 10 ~pl~".9rlhtolhtr 'contracting "lIrt~OI aeeopt suclt \I klckbacik. .. . . All oudlnanct.lJ tlal'l$aeiloriswill be properly .lIndf~rrlYrfleordeclli1~pproPrlate bcD~Q( ;oc:covnt,arld IhernwiU be Ilo .,." lh" bo'Ol<$' frallSIIClions, or $Ii<:rllt account$'. . .Pi'iWrrotloniltlcl SItos ofPrCiduijsand . SCrVI!;u . .Oui p(od\l\;l$will~Y>Mth allappllcabie$'MYan9ql.l~lity.tand.rdS; mwillllrom.:lloamr advlIrtfsoOUfbusil\ess 8l'ldiblllodi.ldl cr'ervj~s in a manner Which Is not rnlsfollditll/ and <10&$ !'let falselydi$p;tall..<M cotnpelllotS; t)olnq Business with Ihe QWerllmtnt . BID NO. 34-02103 DATE: March 7, 2003 We y,ijJ conduct bU5ll'le!i5 WilhgOVlmll\enf~llnclt(nrAoY'''in. a mllnner J\lblch avelds even Ihe.app"'llI,nceof itnproprie!y. . Eforl$ to eurlYPolilicBl r.vorili$l1lare Ui!iltCtptable; - Out b'idlWill. beeompctillve;approprilte .'10 ifill.. bid documents and. trrIVO<! .81 iMdep.ndenlly: . MYCh.lriln~rito.i:o~.!i.wai~ed Will haytllS\lbSlan!iveba$iSal'Klllorllo pu~ed merllly bllcau.. \YjI aro thllUllsucCtsstulblddllr; We wiD, to the belilof our . abllky,perfotm;overnlllonf~ awardlkl atth, plic:e ."d .under lhe~ll':IrovJdod tor Inthlc:ontzac;t.W. will ~ submit inllatecl llWOi<:9sfor gi:)odllP~ViditCl. orllervices.. performed under. sUthcontrlds, ai'ld clalmslVill be. rn4de. only tor'NOrl( . .clu"y . performed. We will. abide .by all ,C:o!lttading and 8Ubcontractin~ ltllUlatloriS. lIVeWilfnol, dtreeuy1;lflndlrectrr,otterio~Ylla1Xlbeorotl1elW1$e chartnBl *kI>>lckSflorrt Conllal:tsawardod, to govlIlrninilnt oJriclals,lhitlrf_llymembers .or busimlasa'S$Qdiata$, oW. Waf notsHitor.xpllCtpreterenllallle.tment GIl bids balled on ollr plrtieipllticJn ilipolitlcll campaiglls. Publici,Ufe iinq PoliticlIlCarn.aiGrJs WeencOlirall,.R emp1oy.,es. .top.i1idplte In eoi'J1mun!tYWfe, publle S'lll"llco alid lho. political proCesS; . W8811C011rlgo all 'lmployento rlCiUit.liUPP\!ltllll!l e1ck;tetbi;., .naqUalllied pUblic .ofllclals _n<feilQalle Ih~il1 dialogue 'lid deb..le about llu$itlM$ arid cotl1mtlnily fS$U$l!: Ov(~bnttII:JliUIll1$tllpollllcai parlies,<<lminiite'sofjl\divi4u~lsw.ilIonlybeffiade Ineeeordance wilhapplicabhllaw ancl.wiII c:om~ymh ~ requiramws toipubfie disclosUfe.AIl ~ltibttfionsmadeon behl\lfollh!l b!Jslne~ must tie repoltecl10 setlior comPai'lY l'llllNoement: . We Will nlllcon!rib'ute 10 lhe tatrlpDlgn$ofpetSw .er:acol1\1lctedfe'lonllbr lbonWhO donol61gn.lh9 faIICampaignF>racllcDsOrdfrtllr'l(;e. VII_will noi~ngIY. dlk;.trilnille fab.. .~~l9n li1f~rI1at!Cltlpr $UPPOlttl1os* who do. BID NO. 34-02/03 DATE: March 7, 2003 AN ORDINANCE OF THE MAYOR AND CITY COMMISSIOI\l OF THE CITY OF MIAMI BEACH, .FLORIDA,EST ABLlSHING PROCEDURES FOR RESOLVING BIDS (BIDS), REQUEST FOR PROPOSALS (RFP'S), REQUEST FOR QUALIFICATIONS (RFQ'S), REQUEST FOR LETTERS OF INTEREST. (RFLI'S), AND PURCHASE ORDERS BASED ON ,WRITTEN OR ORAL QUOTATIONS, BY AMENDING CHAPTER 2 OF THE CODE OF THE CITY OF MIAMI BEACH ENTITLE:D "ADMINISTRATION"; BY AMENDING ARTICLE VI THEREOF ENTITLED "PROCUREMENT; BY CREATING SECTION 2.371 ENTITLED "AUTHORITY TO RESOLVE PROTESTED BIDS AND .PROPOSED AWARDS"; PROVIDING FOR SEVERABILITY; PROVIDING FOR CODIFICATION; AND PROVIDING FOR AN EFFECTIVE DATE. . WHERl:AS,from time to time the City procures goods and services through Invitation for Bids, Requests for Proposals, Requests for Qualifications, Requests for Letters of Interest, and purchase orders based on written or oral quotations, in accordance with the public bidding procedures set forth in Florida law and the Code of the City of Miami Beach (the "City Code"); and WHERI:AS,such process may lead to protested bids aM proposed awards; and WHEREAS; it is the intent ofthe Mayor and 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 isin the best interests oftheCity and all respondents to Invitations forBids, 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 ITORDAII\lED BY THE MAYORAI\lD CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,asfollows: Section 1. . Them is hereby added to Article VI of Chapter 2 of the City Code a new Section 2-371, which shalf read as follows: Section 2-371. Authority to Resolve Protested Bids and Proposed Awards. (a) Right to Protest. Any actualbidder,qualified proposer, or interested parties (hereinafter collectively referred to as the "bidder") who has a substantial interest in, and is aggrieved in connection with the solicitation or proposed award of, a request for proposals CRFP"), request for qualifications ("RFQ'), request for letters of interest CITY OF MIAMrBEACH BID NO. 34-02/03 DATE: March 7,2003 ("RFLI') or invitation for bid for goodsand/or services ("hereinafter, collectively referred to as the bid") may protest to the City Manager or his or her designee. Protests arising from the decisions and votes of any evaluation orselection 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 procureme nt 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 ofthissection. 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 any evaluation or selection committee as provided in subsection (a) above, shall be submitted in writing to the. City Manager, or his or her designee. The City will allow such bid protest to be submitted anytime until two (2) business daysfollowilig the release of the City Manager's written recommendation to the City Commission,as same is set forth . and released in the City Commission agenda packet, for award of the bid in question. Such protest shall state the particular grounds on which it is based and shall include all pertinent grounds on which it is based, and shall include all pertinent documents and evidence. No bid protest shall be accepted unless it complies with the requirements of this section. All actual bidders shall be notified in writing (which may be transmitted by electrOnic communication, such as facsimile transmission and/or e-mail), following the release of the City Manager's written recommendation to the City Commission. Any bidder who is aggrieved in connection with the solicitation or proposed award of a purchase order based on an oral or written quotation may protest to the City Manager or his or her designee anytime during the procurement process, up to the time of the award of the purchase order, but not after such time. Such protest shall be made in writing and state the particular grounds on which it is based and shall include all pertinent documents and evidence. No bid protest shall be accepted unless it complies with the requirements of this section. The City may request reasonable reimbUrsement for expenses incurred in processing any protest hereunder,which expenses shall include, but not be . limited to, staff time, legai fees and expenses (including expert witness fees), CITY OF MIAMI BEACH reproduction of 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. (e) Responsiveness. Prior to any decision being rendered under this Ordinance with respectto 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 8etermiRatioR of the City Manager aRe tRe City I\ttomey v.<ith regard to allpreseElyral amftechRisal matters shall be final. Decision and Appeal Procedures. If the bid protest is not resolved by mutual agreement, the City Manager and the City Attorney, or their respective designees, shall promptly issue a decision in writing. The decision shall specifically state the reasons for the action taken and inform the protestor of his or her right to challenge the decision. Any person aggrieved by any action or decision of the City Manager, the City Attorney. or their respective designees, with regard to any decision rendered Linder 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 slJbjectto 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 Durin~Prc>tests.ln the 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 t()such bid must be made without delay in order to protect a substantial interest of the City. The institution and filing of a protest under this Code is an administrative remedy that shall be employed prior to the institution and filing of any civil action against the City concerning the subject matter of the protest. Q) 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. At the time the City Manager's written recommendation for award of a bid is presented at a meeting of the Mayor and City Commission, the City Attorney, or his or her designee, shall present a report to inform the Mayor and City Commission of any legal issues relative to any bid protest filed in connection with the bid in question. The determination of the City Manaaer and the City Attorney with reaard to all procedural and technical matters shall be final. All ordinances, resolutions Or parts thereof in conflict herewith be and same are hereby repealed. If any section, sentence, clal.lse or phrase of this Ordinance is held to be invalid or unconstitutional by any court of competent jurisdiction, then said holding shall in no way affect the validity ofthe remaining portions of this Ordinance. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this Ordinance shall become and be made part of the Code of the City of Miami Beach, Florida, The sections of this Ordinance may be renumbered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section," "article," or other appropriate word. This Ordinance shall take effect ten (10) days after its adoption on the 19th day of Januarv. 2002. BID NO. 34-Q2/03 DATE: March 7, 2003 AN O~DII\lANCE OF THE MAYORANOCrrVCOMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH CITY CODE CHAPTER2,DIVISION .3, SECTION 2.485 THEREFORE ENTITLED "LIST OF EXPENDITURES; FEE DISCLOSURE;REPORTING~EQUIREMENTS", BY REQUIRING OISCLOSURE OF LOBBYIST'FEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND EFFECTIVE DATE. NOW, THEREFORE. BE IT .O~DAINEDay THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: SECTION 1. That Miami Beach City Code Chapter 2 entitled "Administration", Division 3 entitled "Lobbyist", Section 2-485 thereof is hereby amended to read as follows: Sec; 2.485. List of expenditures; fee dlsclosiJre; 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 precedingcaJendar year. A . statement shall be filed even if there have been no expeliditures during the reporting period. The statement shall list in detail each expenditure by category, including food and beverage,.. entertainment, research, communication, media advertising, publications, travel, lodging and special events. f9} @ The city clerk shall notify any lobbyist (or orincioal) who fails to timely file an . the expenditure or fee disClosure reports referenced in sections (a) and (b) above. .In addition to any other penalties which may be imposed as provided is section 2-485.1, a fine. of $50.00 per day shall be assessed for reports filed after the due date. (G). fro The city clerk shall notify the. Miami-Dade County Commission on Ethics and Public Trust ofthe failure of a lobbyist(or orinciDal) to file a either of the reports referenced above and or pay the assessed fines after notification. {at ill A lobbyist (or Drincioa I) 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 fiM must be filed With the Miami-Dade Commission on Ethics and Public Trust within 15 calendar days of receipt of the notification of thefailIJre to file the required disclosure form. The Miami-Dade Commission On Ethics and Public Trust shall have the al1thorityto waive the fine, in whole or in part,. based on good. cause shown. REPEALER All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. BID NO. 34-02/03 DATE: March 7,2003 SEVERABILITY If section, sentence, clause or phrase of this ordinance is held to be invalid or unconstitutional by any court of competent jurisdiction, theh said holding shall in no way affect the validity of the remaining portions of this ordinance. CODIFICATION !tis the intention of the Mayor and City Commission oftheCity of Miami Beach, and it is heteby ordained that the provisions of this ()rdi nance shall become and be made a part of the Code of the City of Miami Beach,Flotida. The sections of this ordinance may be renumbered or reletteted to accomplish sUCh intention,and the word "ordinance" may be changed to "section", "article", or other appropriatewotd. AN ORDINANCE OF THE MAYOR .AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, CREATING DIVISION 6,TO BE ENTITLED "LIVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES", OF ARTICLE 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 of Miami Beach awards private flrms contracts to provide services for the public. The City also provides financial assistance to promote economic development and job growth. Such expenditures of public money also serve the public purpose by creating jobs, expanding the City's economic base, and promoting economic security for all citizens; and WHEREAS, such public expenditures' should be spent only with deliberate purpose to promote the creation of full-time, pennanent 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 above the poverty line. Therefore, contractors and subcontractors of City service contracts should pay their employees nothing less than the living wage herein described; and . WHEREAS, in addition to requiring living Wages for City services provided by private finns, the City wishes to serve as an example by providing a living wage to all City employees. . NOW, THEREFORE, BE IT l>ULY ORDAINEDBY THE MAYOR AND llIE CITy COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: That Division 6, to be entitled "Living Wage Requirements for City Contracts", ofArticIe VI, entitled "Procurement", of Chapter 2 ofthe Miami Beach City Code entitled "Administration" is hereby created to read as follow: Chapter 2 ADMINISTRATION * * * Artic1eVL Procurement * * * Living Wage Requirernents for Service Contracts and City Employees * * * 00 "City" means the qovernment of Miami Beach or any authorizedagetlts. any board. aoencv.commission. deeartrnent.or other entity thereof. or any successor thereto. . &l .Covered Ernoloyer" means the CitY and ah\lalldall Service Contractors. whether contracting directly or indirectly .. with the City... and subcontractors of a Service Contractor. {Q} "Service Contractor" isanv indiYid~aL business entitv. comorat/on (whether for orofit or not for erofin.eartnership:limitedliabiiity cornoany. ioint venture.. or similar business who is. conducting business in Miami Beach. or Miami Dade County. and meets one (1) of the two (2) followino criteria: caeital proiect fihds.soecial revel1uefunds.or any otherfunds either directly or indirectly. whether bv cornoetitiyebid process. informal bids. reauestsfor erop6sals. some fol'l'Tl of solicitation. neootialion. or aareenient. or any other decision to enter into a contract: or . (b) enaaged in the business6f. or Dart of. a contracttoorovide. a subcontract to provide. or similarlvsituated to provide. services. either directlvor indirectly for the benefit of the City. However. this does not apply to contracts related primarily to the sale of products or <loods. 1!ll "Covered Services" are theNPe of services purchased by the City that are subiect to the requirements of this Division which include the following: ill City Service Contracts Contracts involVing the City's expenditure of over $100.000 per vear and which include thefollowina types of services: ill food preparation and/or distribution: ru security services: . ru routine maintenance services such as custodial. cleaning. computers. refuse remoVal. repair. refinishing. and recycling: ffi clerical . Or othernoll'supervisorvoffice work. whether temporarv or permanent: !ID transportation and parkina services: @ )printing and reproduction services: ill landscaping. Lawn. and or a<lricultural services: and LID park and public place maintenance (2) Should any services thatare beinl!" nerfol11led bv City Emnlovees at the time this ordinance is enacted be solicited in the future bv the City to be nerfonned bv a Service Contractor such services shall be Covered Seivicessubiect to this Division SECTION 2..408. Reserved LIVING WAGE (a) Living WaaePaid. (1) . Service Contractors. All Service Contractors. as definedbvthis Division. entering into a contract with the City of Miami Beach shall pav to all its emplovees who provide services covered by this Division. a livina waae of no less than $8.56 an hour with health benefits. or a Iivina wa<le of not less than $9.81 an hour without health benefits. as described in this Section. (2)Citv EmDlovees. . For City Emplovees under the City pay plan. the Citv will beain to paV a lil/ing waae consistent with the aoals and terrnsof this Division on Dhas~in basis beginl1in<l in the 2001-2002 City bud<let Year. increasin<l on an annual basis incrementallY so that the LiYing Wage is fully implemented for City employees in' the 2003-2004 Citybudaet year.. as may be adiusted pursuant to subsection (e) below. Thereafter the Lillina WaDe tnbe oaid bv theCjtv to its emolovees shall not be subject to theanr'lllal indexina llsina the Consumer Price Index for all Urban Consumers (CPi-lJ) reauired under suhsection (c) below and instead shall . be. subiect tnneaotjations within. the. collective baraainina stnlctllre (b) Health Benefits... For a Covered Emoloyer Or the City to comoly with the living waae .. ... . ... .... ..'... ....... . ....... . . orovision by choosiriQ to oay the lower vaae scale available when a Covered Emoloyer also orovides health benefits. such health benefits shall consist of payment of at least $1.25 oer hour towards theorovision of health care benefits for Covered Emoloyeesand their deoendehts. . .If the health benefitsolan of the Covered Emolover or the City reQuiresari initial period of emoloyment fora new emoloyee to be eliQible for health benefits (eligibility period) such Covered Emolover orCity may Qualify to oay the $8.56 oer hour waQe scale durinQthe new emplovee's initial eligibility period orovided the new erT1oloyeewill be oaid health benefits uoon completion of the eligibility oeriOd.Proof of the orovisionof health benefits must be submitted to the awardinaauthority to Qualify for the waae rate for emoioyees with health benefits. (c) Indexlna. The Iivinawaae will be automaticallyindexedeachvearusinCl the Consumer Price . Index for all Urban Consumers (CPI-U) unless the City Commission determines it would not be fiscallv sound to imolement the CPI-U in a oarticular year. (d)Certifieation ReauiredBeforePavmeht. Anv and all CdntractsforCovered Services shall be void. and no funds may be released. unless orior to entering any aQreement with the City fora Covered Services Cdntract. the emolover certifies to the City that it will oay each of its emolovees no less than the livina wage described in Section 2-408 (at A cOOY of this certificate must bemade available to the public upon reQuest. The certificate. at a minimum. must include thefol/owing: ill the name. Address. and ohone number ofthe emolover. a local contact oerson. and the soecific proiect for which the Covered Services contract issouaht: (e )()bservationof Other Laws. Everv Covered Employee shall be paid not less than biweeklv.and without subseauent deduction or rebate on any account (except as such payroll deductions as are directed or permitted bv law or bv a collective baraainina agreement). The Covered Employer shall pav Covered Employees wage rates in accordancewithfederal and all other applicable laws such as overtime and similar wage laws. PO$ting. A copy of the !ivina waae rate shall be kept Pbsted by the Cbvered Employerat the site of the work in a prominent place where it can easily be seen and read bv the Covered Emplbyeesand shall be supplied to the employee within a reasonable time after a request to do so.Postina reauirements will not be reauired where theCoyered Emoloyer orints the followino statements on the front of the Covered Em[lloyee's first paycheck and every six months thereafter: "You are reauired by City bf Miami Beach law to be [laid at least $8.56 dollars an hour. If you are not paid this hOUrly rate. contact your employer. an attomey. or the City of Miami Beach." All notices will be printed in Enalish.Soanish. and Creole. (9) CcillectiveBaraainlna. . Nothinain this DiYision shaUbe read to reauire or authorize any Coyered EmplOYer to reduce wages set by a collectiye baraaining aoreement or are reauired under any prevailina wage law. WProcureDient Specifications. The Iivin~ Wage shall be required in the procurement specifications for all City service contracts for Covered Services on which bids or oroposals shall be solicited on or after the effective date of this Division. The procurement soecifications for aO'plicable Covered Services contracts shall include a reauirement that Service Contractors and their subcontractotslurree to produce all documents and records relating to payroll and compliance with this Divisionuoon reauest from 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. fiu Information Distributed. . All reauests for bids or reciuests. for oroposals for Covered Services contracts of $100.000 or more shall include aD\lrooriate information about the reauirements of this Division. Maintenance of Pawoll Records. Each Covered Emplovershall maintain oaYrolls for all Covered Emplovees and basic records relating theretoaild shall oreserve them for a oeriod of three (3) vears or the term of the Covered Services contract. whichever is greater. The records shall contain: @ 'Renorth12 Pavroll.Everv six (6) mcmth!t the Covered Emnlover shalIfile with the Procurement Director a comnlete navrollshowinlZ the Covered Emnlover's oavroll . records for each Covered Emolovee workinl!' on the contract( s) for Covered Services for one DaYroll Deriod Upon request from the City. the Covered Emplover shall produce for insvection and copying its payroll records for any or all onts Covered Emplovees for any period coveted by the Covered Service contract. The City mavexamine navroll records as needed to ensure comDliance (a) ServiceCofitrador to Cooperate. The Service Contractor shall penriit City emolovees. agents. or representatives to observe work being performed at. in or on the project or matter for which the Service Contractor has a contract. The City representatives may examine the books and records of the Service Contractor relatin~ to the emolovment and paYroll to determine if the Service Contractor is in compliance with the provisions of this Division. (1) An 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) Anv individual or entity mavalso file a compla.int with the Procurement Director of the Citv on behalf of an emplovee for inveStigation by the City. (3) It shall be the responsibility Of the CitV'to investiga.te all allegations of violations of this Division within thirty(30) davs. If. at any time. the City. upon investigation determines that a violation of this Division has occurred. it shall. within ten (10) workin!;! davs of afmdin!;! of non-compliance. issue a notice of corrective action to the emolover soecifvin!;! all areas of nOIl'-compliance and deadlines for resolutions of the identified violations. If a Service Contractor fails tocomplv with any notiCe issued. the City Manager or the City Manager's designee may issue an order in writing to the Service Contractor. by certified mail or hand delivery. noti1Ying the Service Contractor to appear at an administrative hearing before the City Manager or the City Manai!er's desimee tobe held at a time to be fixed in such order. which date shall be not less than five (5) days after service thereof. (4) The proceedings shall be infonnal.but shall afford the. Service Contractor the rililit to testify in the Service Contractor's own defense. present witnesses. be represented bv counsel. submit relevant evidence. cross examine witnesses and obiect to evidence. (S) The oroceedingsshalIbe recorded and minutesket>t by the City. Anv Service Contractor requiring verbatim minutes for iudicia.l review may arrange. for the . services of a court reporter at the expense of the Service Contractor. (6) Within tell (10) davs of the close of the hearing. the City Manager or the City Manager's designee shall render a decision in writin~ determining whether or not the Service Contractor is in compliance. or whether other action should be taken. or whether the matter should be continued. as the case maybe. and stating the reasons and fmdings of fact. (7) The City Manager or the City Mahager'sdesimeeshallfile fmdings with the City Clerk. and shall send a true and correct COpy of his order bv certified mail. return receipt requested. or by hand delivery. to the business address as the Service Contractor shall desimate in writing. (8) The City Manager's or designee's findings shall >constitnte the final administrative action of the City forpumoses ofiudicial review under state law. . (9) If a Service Contractor fails to seek timelvappeIlate review of an order of the City Manager or the City Manager's desimee. or to comply timely with such order. the City may pursue the enforcement of sanctions Set forth in Section 2- 410 (c). ie). Priva.teR.il!ht of Action Aga.lnst ServiceContractllr Ar\VCovered EmTlloYee of or formerCoYered Emplovee of a Service Contractor' may instead of utilizinl!:th~ Ci~ administrative procedure set forth in this Division but nOt in a.ddition to such nroced~~~ brinl!: an actionbvtilinl!: suit al!:ainst the Covered Emplover in allv court of com~;t~~t iurisdiction to enforce the provisions of this Division and mav be awarded back ~;~ benefits. attornev' s fees and costs The anplicable statute oflimitations for such a cl;hn ~ill retwo (2) vears as nrovided in Florida Sta.tutes Section95 1] (4)(c) for an action for ~~~~~t ofwal!:es The court mav also imnose'sanctions on the Service Contractor jnc]udi~~ th~;e nersons or entities aidin!! or abettin!! the Service Contractor to include w~!!e restitution to (l)TheCity mavimpose darllages in the sum of $500 for each week for each emoloyee found to have not been paid in accordance with this Division: and/or (3) The City may declare the employer ineligible for future service contracts for three (3) years or until all penalties and restitntionhave been paid in full. whicheveris longer. In addition. all employers shall be ineligible under this section where principal officers of the employer were principal officers of an emoloyer who violated this Division. Sanctionsfor Aiding a Ild Abetting. The sanCtions in Section 2-410 (c ) shall also apoly to any party or parties aiding and abetting in any violation of this Division. (g) Retaliation. and Discrimination Barred.. A Covered Employer shall not discharge. reduce the compensation. or otherwise discriminate against anv Covered Emolovee for making a complaint to the City. or otherwise assertiDlt his or her rights under this Division. particioatingin any of its proceedings or using anv civil remedies to enforce his or her rights under this Division. Allegations of retaliation or discrimination. if found true in a t'roceeding under naragraph (b) or by a court of co~etent jurisdiction under oatalrraph (c). shall result in an order of restitution and reinstatement of a discharged Covered Emolowe with back oay to the date of the violation or such other relief as deemed ap.,prooriate. (11) Enforcement Powers. If neceSSary for the enforcement of this Division. the City ~8FBBV Commission may issue subooenas.. comnel the attendance and testimony of . witnesses and production of books. papers. records. and documents relatiDl! topavroll records necessary for hearing. investigations. and oroceedings. In case of disobedience of the subpoena. the City Attornev may 30nly to a court of comnetent iurisdiction for an order reauiring the attendance and testimony of witnesses and oroduction of books. papers. records. and documents. Said court. in the case of the refusal toobev such subooena. after notice to the person subooena.ed. and uoOn finding that the attendance or testimonv of such witnesses of the oroduction of such books. l'a.l'ers. records. and documents. as the case may be. is relevant or necessarvfor such hearings. investigations. or l)foceedings.1Ilay issue an order requirin2 the attendance or testimony of su::h witnesses or the oroduction of such documents and any violation of the court's order maybe punishable bv the court as contemot thereof. (i) Rell1ediesHerein Non-Exclusive.. No remedvset forth in this Division is intended to be exclusive or a prereauisite for asserting a claim foneliefto enforce the rights under this Division in a court of law. This Division shall not be construed to limit an employee's right to brinl! a common law cause of action for wrongful termination. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABILITY. Ifany section, subsection, clause, or provision ofthis Ordinance Is held invalid,theremainder shall. not be affected by such Invalidity. SECTION 4. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this Ordinance shall become and be made a part of the Code of the City of Miami Beach. Florida. The sections of this Ordinance may be returned. SECTION 5. EFFECTIVE DATE. This Ordinance shall take effect on the PASSED and ADOPTED this .t21tU.Je~Lti~ CITY CLERK 1't 1IIadlna 2mt1'llllllbl& xx Ol:d1#aRel! !fo. ~OOI-~301 AN ORDINANCE OF THE MAYORAND C!TY COMMIsSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH CITY CODE CHAPTER 2, ARTICLE VII BY CREATING DMSION 5 THEREOF ENTITLED "CAMPAIGN FINANCE REFORM", AND FURTHER AMENDING CITY CODE .. SECTION 38-6 ENTITLED "PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS" AND CITY CODE CHAPTER 2BY TRANSFERRING SAID SECTION FROM CHAPTER 38 OF THE CODE TO CITY CODE CHAPTER 2, ARTICLE VII, DIVISION 5, RENUMBERING CODE SECTION 38-6 TO CODE SECTION 2-487; AMENDING SAME BY MANDATING THAT THE CITY PUBLISH NOTICE REQUIREMENTS OF TmS ORDINANCE, ESTABLISHING RESPONSIBILITY OF CANDIDATES FOR ELECTED OFFICE TO DETERMINE STATUS OF POTENTIAL DONOR AS VENJ)OR, CLARIFYING AND CREATING DEFINITIONS, 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,. BElT ORDAINED 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 herebYalllended by the creation of Division 5 thereof entitled "Campaign Finance Reform" and is furtheralllended by transferring Section 38-6 entitled "Prohibited Call1paign 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: General. DIVISION 5. CAMPAIGN FINANCE REFORM Sec. ~ 2-487 . Prohibited Campaign Contributions by Vendors !Al No peiseR ,..Ale isavendortotheeity shall give a campaign contribution directly,or' t!H:l:Hlgha HI_eer ef the peiSBR's imHIediate family, er tlKeagk a pEilitieal setiGR eeHlffiittee, er tlH:eagh RH')'. ether pBiSen, 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.allorooosed citvcontracts, as well as requests for proposals (RFPt requests for aualifications WO). requests for letters ofinterest ffiFLJ), or bids issuedbv theCitv.shall incomorate this Ordinance so as to notifY Dotential vendorsofthei;)roscription embodied herein. (Q) No candidate; or campaign committee of a: candidate forthe offices of mayor Or commissioner, shall selieit ar reeei'ie deposit inta such candidate's campaign accaunt any campaign contribution directly or indirectlv from a persall. wlla is a vendaTta the eity, ar tiH:eugh a member afthe pilfsaR's immediate family, ar ~ apalitieal aetieR eemmittee, er tffi:eaga MY ether peFSea ea behalf Elf the }lllfSOB. This prehibitieR applies fa natural pel'Seas ana te perseas whe ll.eld a eeBtrelliag fiBiUllilial interest ia businessemities. .. Candidates (or thase acting an their behal1) shall ensure campliance with this cOde section bv cOnfirming with the Pracurement Divisian's City records (including City of Miami Beach website) ta verify the vendor . status of anv patential danor. A fine af upta $500.00 shall be imposed on every persan who vialates this pr.ehibitieR sectian. .Each act af selieitatiefl,giving or Feeeh'iBg depositing a contributian in vialatian af this paEagFBpll.section shall canstitute a separate vialation. All contributians. reeeived deoosited by a calldidatein violation of this pamgr.aph sectian shall be forfeited to the city's general revenue fund. . A person or entity who directly ortht.eugh a member ef the peFSea's iRIHI.ediate family, Sf threugh a Jlslitieal aetiotl eemmittee, ef thfeugh any et:her persea indirectly makes a cantribution to a candidate who is elected ta the office of mayor or commissianer shall be disqualified. fora period of 12 months fallawing the . swearing in of the subject elected afficial fromtFaflSaeHBg bllSiaess serving as a vendor with the city. This prehieitieB 8Btffmsaeaageusiaess wHh the eity may ee wab'ed eBly ill the m8IlBer pr.eviaea hereiaeela'l: in sabsestiea (b). (4) As used in this section: (a) 1.. A "vendar" is a persanandlorentity whotmnsasts 9asiaesswith the sity, Elf' has been appreved by the sit)' eemmissien tekaBsaet business with the eity, erislisted 8a theeitym!fftager's appre'/ea '/'eaderlist. selected bv the City as the successful bidder on aoresent .orpending bid for goads. equipment ar services. or has beenaooroved bvtheCity on a present or pending award for I!:oads.equiornent or services. oriar ta or upan executian of a contract. ourchase arder or standing arder. 2. "Vendar" shall includellaturalpersonsandlor entities who hold a cantralling financial interest ina vendar entity. The term "cantrolling financial interest" shall mean theownershio. directlv or indirectlv. af 10% or . more of the autstanding capital stack in anv comoration ar a direct or indirect interest af 10% or more ina fmri. The term "firm" shall mean a comaration. partnership. business trust Or any legal entity ather than a natural oersan. 3. . For~m:p6ses . of this ordinance. ';veridor" status' shall terminate upan camoletion of the agreement far the tlfavision of goods. equioment ar services. Forptirposes of this section,thetenn"services"shaliInean. the rendering by a vendor throul!:h competitivebiddinl!: or otherwise. of labor, professional and/or consulting serVices to the City of Miami Beach. 1'. gift,. s$serlfltJes., eeR'f~'EMiee,. Befl9Sit, laaa,.. payffieHt, . ar iiiSki9litiElR ef m9Heyer EMiytBmg ef 'falue, ifleluEling eeHtriaatieRs iR kiHd Ba'fiag !Hi lKtffilatiiale lfleBetary 'lalue. i\B speR m all sealed eSlBfletitive bid srprapeslll has BeeR S\iBlBitteB aHa the sit)' sffieialMeBee has iH He way paitieipatea ifl the BeteFIBiflatias. ef the. aid speeifieatiaas at aiB IP.vard; The prallerty l!:oods. eauipment or services to be involved in the proposed transaction are unique and the City cannot avail itself of such preperty goods. eauiprtient or services without entering into a transaction which would violate this section but for waiver of its requirements; or The busin.ess entity involved in the proposed transaction is the sole source of supply y:ithin the eity as detennined bvtheCity's Procurement Director in accordance with procedures established in section 2-367( c) of the Miami Beach City Code; or An emergency contract(asauthorized by the City Manager oursuant to section 2-396 of the Miami Beach City Code) must be made in order to protect the health, safety or welfare of the citizens of the city, as determined by a five-sevenths vote of the city commissioIh~ Any grant of waiver by the city commission must be supported with a full disclosure of the subject campaign contribution. Applicability. This section shall be applicable only toprospectivdransactions, and the city commission may in no case ratify a transaction entered into in violation of this section. If anyseetion, sentence, clause or phrase ()fthis ordinllI1ce is heldiobe invalid or I1I1constitutional 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 CityCottltnission of the City of Miaini 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 renUIl1bered or relettered to accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other appropriate word.