Best's Maintenance & Janitorial
/fP4j" f; '2-00' 9" ~ 18-, 2. .4
MiarniBeach
*****
lei
. AII-Amerlca CIIy
"1 11.'
-
AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH AND
BEST'S MAINTENANCE & JANITORIAL
SERVICE, INC.
FOR CITYWIDE JANITORIAL SERVICES
PURSUANT TO BID # 34-02/03
4 Outstanding Agency
OAAccreditation Achievement Award
CITY CLERK
CITYWIDE JANITORIAL SERVICES AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH
AND. BEST'S MAINTENANCE & JANITORIAL SERVICE, 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 BEST'S MAINTENANCE & JANITORIAL SERVICE, INC. (hereinafter referred to as
Contractor), whose address is 3290 N.w. 29th Street, Miami, Florida 33142.
SECTION 1
DEFINITIONS
Agreement:
This Agreement between the City and Contractor.
Bid:
Bid No. 34-02/03 for Citywide Janitorial Services and Contractor's bid
in response thereto.
City Manager:
The Chief Administrative Officer of the City.
Contractor:
For the purposes of this Agreement, Contractor shall be deemed to be
an independent contractor, and not an agent or employee of the City.
Services:
All services, work and actions by the Contractor performed pursuant
to or undertaken under this Agreement, as described in Section 2 and
Exhibit "A" of this Agreement.
Compensation:
Amount paid to the Contractor to cover the costs of the Services.
Risk Manager:
The Risk Manager of the City, with offices at 1700 Convention Center
Drive, Third Floor, Miami Beach, Florida 33139, telephone number
(305) 673-7000, Ext. 6435, and fax number (305) 673-7023.
I
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 after
seven (7) days, the City, upon three (3) days' notice to Contractor, may terminate this
Agreement and the City shall be fully discharged from any and all liabilities, duties and
terms arising out of/or by virtue of this Agreement.
Notwithstanding the above, the Contractor shall not be relieved of liability
to the City for damages sustained by the City by any breach of the Agreement by the
Contractor. The City, at its sole option and discretion, shall additionally be entitled to
bring any and all legal/equitable actions that it deems to be in its best interest in order
to enforce the City's right and remedies against the defaulting party.
4
The City shall be entitled to recover all costs of such actions, including
reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives
its right to jury trial and its right to bring permissive counter claims against the City in
any such action.
4.6.2 Termination for Convenience of City
THE CITY MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT
CAUSE, TERMINATE THE SERVICES THEN REMAINING TO BE PERFORMED AT
ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO
CONTRACTOR OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE
FORTY.FIVE (45) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF THE
WRITTEN TERMINATION NOTICE. IF THE AGREEMENT IS TERMINATED BY THE
CITY AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHALL BE PAID FOR
ANY SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BY THE CITY
AT ITS SOLE DISCRETION, UP TO THE DATE OF TERMINATION.
4.6.3 Termination for 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 NoncomDliance with Nondiscrimination Provisions
In the event ofthe 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. I n 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 iffully
set forth herein, in connection with the Agreement conditions hereunder.
The Contractor covenants that it presently has no interest and shall not
acquire any interest, direct or indirectly which should conflict in any manner or degree
with the performance of the Services. The Contractor further covenants that in the
performance of this Agreement, no person having any such interest shall knowingly
be employed by the Contractor. No member of or delegate to the Congress of the
United States shall be admitted to any share or part of this Agreement or to any
benefits arising therefrom.
4.14 PATENT RIGHTS; COPYRIGHTS: CONFIDENTIAL FINDINGS
Any patentable result arising out of this Agreement, as well as all
information, design specifications, processes, data and findings, shall be made
available to the City for public use.
No reports, other documents, articles or devices produced in whole or in
part under this Agreement shall be the subject of any application for copyright or
patent by or on behalf of the Contractor or its employees or subcontractors.
4.15 NOTICES
All notices and communications in writing required or permitted
hereunder may be delivered personally to the representatives of the Contractor and
the City listed below or may be mailed by registered mail, postage prepaid (or
airmailed if addressed to an address outside of the city of dispatch).
Until changed by notice in writing, all such notices and communications
shall be addressed as follows:
TO CONTRACTOR:
Best's Maintenance & Janitorial Service, Inc.
Attn: Jose Chaviano
3290 NW 29th Street
Miami, Florida 33142
7
TO CITY:
City of Miami Beach
Attn: Robert Parcher/City Clerk
1700 Convention Center Drive
Miami Beach, Florida 33139
Notices hereunder shall be effective:
If delivered personally, on delivery; if mailed to an address in the city of dispatch,
on the day following the date mailed; and if mailed to an address outside the city of
dispatch on the seventh day following the date mailed.
4.16 LITIGATION JURISDICTIONNENUE
This Agreement shall be enforceable in Miami-Dade County, Florida, and if
legal action is necessary by either party with respect to the enforcement of any or all of
the terms or conditions herein, exclusive venue for the enforcement of same shall lie in
Miami-Dade County, Florida.
4.17 ENTIRETY OF AGREEMENT
This writing and the Services embody the entire Agreement and
understanding between the parties hereto, and there are no other agreements and
understandings, oral or written with reference to the subject matter hereof that are not
merged herein and superceded hereby. The Services and the Bid are hereby
incorporated by reference into this Agreement.
4.18 LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place
a limit on the City's liability for any cause of action for money damages due to an
alleged breach by the City of this Agreement, so that its liability for any such breach
never exceeds the sum of $1,000. Contractor hereby expresses its willingness to enter
into this Agreement with Contractor's recovery from the City for any damage action for
breach of contract to be limited to a maximum amount of $1 ,000.
Accordingly, and notwithstanding any other term or condition of this Agreement,
Contractor hereby agrees that the City shall not be liable to the Contractor for damages
in an amount in excess of $1 ,000 for any action or claim for breach of contract arising
out of the performance or non-performance of any obligations imposed upon the City
by this Agreement. Nothing contained in this paragraph or elsewhere in this
Agreement is in any way intended to be a waiver of the limitation placed upon the City's
liability as set forth in Section 768.28, Florida Statutes.
[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]
8
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed by their appropriate officials, as of the date first entered above.
FOR CITY:
ATTEST:
By: ~~p~
City Clerk
FOR CONTRACTOR:
ATTEST:
By:
~~(?tf/ A. )Ct{t1J1!<.
Print Name
Corporate Seal
CITY OF MIAMI BEACH, FLORIDA
/~ - JU LL(- oil
Date
~~
'..J \ c.e- President
S ~M~ '\),' rJ:L
Print Name
OIl 'D~l ()y
Date
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
9
EXHIBIT "A"
BEST'S MAINTENANCE AND JANITORIAL SERVICES, INC.
SCOPE OF SERVICES:
The Ja11itorial Services Contractor ("Best's Maintena11ce") shall provide all labor, equipment,
tools, chemicals, paper products, supervision, a11d 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 attachment "A" and "C"):
*Note: Attachment "B" as specified in the Bid Documents was for beach restrooms, which were
not awarded.
CitvProperties
Bid Item 4 - Historic City Hall ,
1130 Washington Ave, Miami Beach
Bid Item 9 - 21st Street Recreation Center
2100 Washington Avenue, Miami Beach
Bid Item 16 -- Fairway/Crespi Park
Fairway & North Shore Drive, Miami Beach
Bid Item 29A-:flamingoPark, Baseball Stadium
II th Street & Jefferson Ave., Miami Beach
Bid Item 29B--Flamingo Park, Football Stadium
11th Street & Jefferson Ave., Miami13each
.I
Garal!e' Properties
Bid Item A -- 7th Street Parking Garage
Collins Avenue & 7th Street, Miami Beach
Bid Item D - 17th Street Parking Garage
Collins Avenue and I ih Street, Miami Beach
Bid Item E - 42nd Street Parking Garage
42nd Street & Royal Palm Ave., Miami Beach
10
QJiltU*€hanw
, 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 shalLincludecosts for janitorial'
workers, supervisors, payroll, 'taxes, insurance, fringe ben~fits, 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 RIGtfr TO AWARD A CONTRACT OR CONTRACTS '.
;.,.'., ." ..,ASDEEMED ,BY THE CITY TO BE IN THE BEST INTERESI.OFTHE CITY.
, .. ".' . .'-' ". . - ~. . - . . . . ,,- . -, .' ., - .. -..' - . - .' -' .-.. ~~ . -:".- '. ,.. . ,.,,' ':.. ,.,' ,".
," .:...~.';,::;".< ,:
, : -,.".' ~ '. -~.,~",..." ,'."
.;: ....::;;0~~I~fj::.
" .,',' ..... ,,~.-...:,.. ..:.;.,..;;... -'.'
i ~~.~',-._;.';;~:~.:~~~~~~~,..~, -
I';,:",::-~.: "-,:>:~.:-;J~~~'~Y,'
:'~:.~.'.'-~;::~.~~!3~{';' -
", ~.. ,. ",
". ":':::,:",~,.;:.;.:,.;.:.
'. . .... .
BE.6.DVlSED: UNDER1"HE LlVINGWAGE 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 EMPL()YEE'SHEALTH
BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
ALSO PROVIDE BILL RATE J=OR EACH CLASSIFIATION THAT THE CITY WILL
BILLED.
'::"':J.
E.BILLRATE for Supervisors
. .
.. -.,..,......,-.'-.......--,--- '".. .
. . - , ."..,..,",,: ~.~, .,
.::::~.:",:::.'::':':,,-,,;,..'..
'\'1:1~~~;f,.eIDITEMIf1":'. '. ". . .' ....... .... ........ ....... ....x,
..: . .((~~~:;,\: · .'. CITY OF MIAMI BEACH CITY HALL .1700 Convention Center Drive,' ~Iarnl Bea~~;1~\
.~':z.::;:;s;:::-:: '. Florlda.":/'?'"'= .."'.
..:~~~~;~' . . . "'-;~;~~>:'
. ..,,~~~,' 'Exterlor'Glass 'Cleanii1g:.':~~;/:"::~~.~~~~~:~~": .
(Quarterly) ',,,-. .\
. .~"';~~;'.'
....., "..::~' .'~..~:',-1'"'" - - .
..". "~'--";~ ,:~:~Sfi\~~-:
. ...::.
. . Additional as needed Hourly Rate
-.. ...._-,..'... ...~_._..
.. ,':;;- '-'-.' .. '-'~"."
;....--......
ATTACHMENT "A" CONTINUED
~,A{.,{~Lct
BIDrrEM "2": .
scon RAKOW YOUTH CENTER 2700 Sheridan Avenue, Miami Beach, Florida.
Exterior Glass Cleaning:
(Quarterly)
Total MClnthlyCostto City (Night Cleaning)
.
$
Daily Charge:
(Day Cleaning Crew) $
. Special Charge: Strip & Resurface Special Use Floors. (Gymnasluin
. Floor If required more than seml-annuaUy:$ .
!llDITEM"3" .' .... ..'... ..... . .' .....,..
POUCE DEPARTMENT 1100 Washington Avenue, MiamI Beach, Florida
" I ." ....j,.:...,.:....
Five (5) personnel shall be required Monday through Friday from 8:00Ati t()4:00F'M.'():'~' .
. ..... ..'... ." ........ ........ .,.... ". . . .... ....... .' ."";<':;S+::.;,,};,;:~.,:';:W;;t.i'
One person shall be required on Saturdays and Sundays for four (4) 't\ourseach;aay':, .
.. Janitorial personnel will be assigned responsibilities dally by the PoliCe prCljlertyMan~ger.
,".-~; ...:....._....-.
", -','-' ~, ~'-.~',' .~,
___,_'n_ ... .
,~,' , .'""
E!IDITEM "4" ..,,:. .
..HISTORIC CITY HALL 1130 Washington Avenue, Miami Beach,FlorJda 'Z'
. ...."..(~:.~i~:?~~*./:-'2;;t;q~;};.iaj~.
_ ,_"':_".""._' .1'"
.- .....-- - '.- .".: ----". "-....-,.-.....: :........-'..'"
. "..:< :-;.;.~, . . '.... :', " .".. - ,~'~. ,-.:',/:'-': .'. .;":...>~:.; ':.~ ~
:~-:.~:.;. 0"{E~"~~~;>' ,.., :. , e'_ ..,.".,. ..',':~."",~.~
. :-;'::;i;;:'?lj!7..;:~';:i,tt~\~~~T
':.: ._:,'{~,..:] ~'.. _. ._',.~.:',::;:=-:<~-~~'~::~ :i;: .'. ~.- T:~""
. .. ,.., , ,'. ',",: .~-. ',:L~.
'..',:!'::'1r",~,;;'-::',~.~':',~>~;1~~: .;..
.' ~" .~~. ,.'~'i"'-'
. ;:'. ~~,".!,~> ".
.:'_.: .,,>:~":;.:'-
. ~..-. ',,~' ::-
: ,':'..';,~. '~::c."
Exterior Glass Cleaning:
(Quarterly)
. ~. _.:".". '"_.. ". --..- .
.~' ;': "{.: -~../ ~~~~i;~?~~,;~:!i~~.
~'.~_._''-..:: ,7::;:;::~,;:-)-Zj;' :';~..-._.
, '
. BID ITEM "5" MIAMI BEACH PUBLIC RESTROOMS - SEE ATTACHMENT "B"
BID ITEM "6"
BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue, MiamI Beach, Florida
..
&i-Ua~QWrlt
BID ITEM "8"
FIRE STATION #2, 2300 Pine Tree Dr., Miami Beaeh,Florlda(2Bldgs)
Exterior Glass Cleaning:
(Quarterly)
.
BID ITEM "12"
NORTH SHORE RECREATION CENTER 501 . 72nd Str~et, Miami Beach, Florida
TO BE ADDED AFTER COMPLETION OF CONSTRUCTION
. ' . .
'. " ..' . '.
.
BID ITEM "13"
MUSS PARK Chase Ave. & 44th$treet,Miaml Beach, Florida
gJ~J~~cc
4'
.,.... ~,-,.;",r.""
. . .>f.::.:~':;;:~:"
'"', ~"~'.:. ~,:": ;-.- -t;".......
....,.;:...:
_';.:~ii~~~.L:i2::Jl~;"'~" ';,.~? .~, 2
: :--.~ ~.,.: ";~~~ :;~; :~~.;t:6 ~,;'_'.:.: :,,; ~ :'i.~~~
- ;"", -~-,: ';;:.~
.' ~~-~'..: .:'~:_--'~:~ ~~;;'~~~!,\~~if~~:~ '",
;-::~~{~~f:~~~~iI'
',- :..>~ 'i':(l..r",
-,,:. '
'.- .'.",-'
-~ ...._~_...- -~ .--.."--..-.'
. . . '.
.' :~'~~.~~~r. ;'~:.~~.:~~~~~f<-'.~:'u" ~.:~c ;'
j;~'::'-o .~,~~;~~:~~~~~~;:{~:~~>_.
1~~t~1'z":
~..:.::.{~;~f:;~.::: ':
....--;-.~1~~t-
.' ~ ~.;: ~~;;~~]rri~~-',~
.-." '.
-- ,';" -c'":"' '..,-- -.-:-""-'''''q,,
.. .:',__ ::..~_<::'~5~~';~ ~:::~?~.~:~~:~~'~7 .: .
'-:',," '..'-- """',",,
;_::~~,~',: Lf ,;~;~~;~'~~,:~~~\4P~~:<-~
~~,t~~
"
_>C,';,'
.,.~,-:,;:~:' t~T~~~~{J~~:<-~.'
.- ,C~~":,?;:~.~.5'.::':--~:l;~' ~<;
i.:,"~'~' a):~:.:'~'.
. ,.:.-1;~~.~:..'~..
;'.:.~;i:-it:E.~:::E .
r:' '/~~':3]f1>~~:~"'~::~:;: :
; :':5~:~>'~',::,::':~:'~:~;:! 'i~*~~-~',::~.~,.. .--
; ~g2,~:_e'f:f:A~i/" .
. ..... :'''~,:' .:\'<tz.-~':-
PRlNTNAME.9F,AUTHd~IZE[) REF'RESENT ATIVE:
..<....-;:-.;',...':':<::-,~~.:~;, ' ., ;.::'",'~." .
. ,~..~. ..-...... ,,- - "-~.
~...,;,;-,' ", '..,
-i'g~~~~:.:.J~~~'~~~~-::~'KEx;::t/Ec(~'", .
, .; ._,:-/:.:'::.~:t,::"Y'7/, :,:~' ':'~",l~';;'f'~':~;rv.tQ:~~~1E~}:"'>;~;~~'~!::;-:::.';~1i:~~~;:~~~~:;:;'::.
-.~:,;':~::. .....'. ':,:~';:';,:;'f:".f~;.:::~:::.\."-':. :"'.''-'''''~,'''
':1 " ..-" '<F:~:.,~~:~':",;,::'.-:'
, , ":}i'E{l~~~f;
;jl
'. '-';'f ~.~.~';
- ," ~",
~.~~
, ,
ATTACHMENT "C"
COST WORKSHEETFORPA~KING GARAGES OF THE CITY OF MIAMI BEACH
,Weproposeahd agree,ifthisProposal 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,lnsurance, 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 wit.l1 an option
to renew on an annual basis for up to four (4) additional one year periods.-
THE CITY SOLEY Rt:SERVES THE RIGHT TO AWARD ACONTRACT OR CONTRACTS
,AS DEEMED BY THE CITYiO BEIN THE BEST INTEREST OF THE CITY."
. .
' ,
BE ADVISED: 'UNDER THE LMNG WAGt: ORDINANCE tONTRACTO~'S EMPLOYEES
MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A '
MINIMUM OF $1.25 AN HOUR MOST BE PAID TOWARDS EMPLOYEE'S HEALTH
BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
29 street,
FL 33142
635-5555
635-5383
" ......, '''Em' . it.. '
~',":::~"-'- :'~\''''~~':';'''7.';,:,,~;<,' '..8. ,~:'--::
","'---'--"-""""'--"">'-'-,'''',-.,''",- 'n 'M:.'."
~ :-..,-,.) ~;;...:~,~_:~:~,~]
.,;;'_....~............_........,;.:...'-.
nlOl.~:;/,-.-
--~..
,t):t:': _C::-,m~j(1\_',:'t',....tn;'i:',,1'p~'1.r-:~
____ ........'.........'.....'.;i..,U.._,.-..__
It Is understood alld agreed by Proposer that tile City reserves the righlta reject any
and all Bids, to make awards on all items or any items according to the best interest
of the City, and to waive any irregularities in the RFP or In the Bids receIved as a
result of the BID. It is also understaod and agreed by the Proposer that by
subinittlnga Bid, Proposer shall be deemed to understand and agree than no
property interest or legal right of allY kind shall be created at any point during tile
.'aforesaid evaluation/selection process until and unless a contract has been agreed
to and signed by both parties.
Prop()sercertifiesthat all delinquent and currently due fees, and taxes have been
paId. No individual or entity who is in arrears in any payment under a contract,
promissory note or other loan document with the City, either directly Or Indirectly
through a firm, corporation, partnership or joint venture shall be allowed to receive
any additional City contracts, purchase orders or extensions of City contracts until
either the arrearage has been paid in full or the City has agreed in writing to a
payment schedule. Failure to meet the tenns and conditions of any obUgatlonor
repayment schedule shall constitute a default of the' subject contractand may be
cause for enslon,termination and debarment, in accordance with the terms of
the con r ct.
" <.,>~<:~;t~;.~;.._
...:,;:'~7"'::;".;::
'.- ,:'.:~:~Y.5:!::<-.
'-,~;~.~".'.:':{,i:;:;'-,:::::'."
.<. .~. , ,.,. '-'-'-", .s~-~A:i~:~~\.
:,'-:~;:~'~:}r;;~~~~j~i~~::'f'L>,. " ._ <'. ~:> -'-
..~i;~,;~~:;;)~~~j3Il~'
" ".""".'..-_..~..~:.
. ';:_";'i..:J.:.i~~:':...;i..
o'~';f}~~~z:'."
. ".:~~~~~~~.:.:
- ~:..~~~-:}r:~7f~~':t-";.
. , . ~'7 ,.,:-,.
j
.,..,:-rheundersigned,asflropdser,'declaresttlaftheonly persons interested in this Bid are
named herein; that no other person has any interest In this Bid or in the contract to which
this Bid pertains; that this Bid is made without connection or arrangement with any other'
person; and that this Bid is in every respect fair and made in good faith, without collusion or
fraud.
The Proposersgreesif 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 lJponthedoeuments.identified by the following
:number: Bid No. 34-02103 .' ". " ,
.,' ~;l_:,:i.,,~:..{:.:~~:;~:~: "
, -'~',.~>;':~;",>: '..:'\'-,::~:>;".,~..':X~,~'.;;:-.
: ;'J~~fP~:'..-~.'.~.~..'~'..:~'.'._:';;:;:~::;'
.. ...~;.~...~..~.:;.;....'~.t.~.:(..,,,, ."... .". .. -- '. :' ';"\: -~
~ .. .. .-:' _'." "'.~" ~:. ',_ .;:. ...: ,:_', :. ~ ,;-,.... ~,"1. .:" ,.,
.' . ':::;2~~:~~-~r:": :~:~'.:;:, .....-",,;.:,.;;;;=::
-,'~.. ".... :,"""..... .
."..,~~.':f. ..
'.<':';':"_...~'. "r:""'-:; ,:'0.
.. .
.'.:'.; ~': ;~; :",::";:-",:',,,~,:,::~.-:;:;'.~',,;:. .
.- _.;~':~:,.,~..: y:..:::......r!-:~':E.', --,.-,"..::.':;;....~~~fr.~.
. - ,. .. O'
: " . :.::- ':'-'~,;:,_;"~'~""~~~:,;'.:~>
Has the Proposer or any of its principals ever been declared bankrupt 'or',:r:'if
reorganized under Chapter 11 or put intorecetvership?Yes( ) N.o '..~ )':f;:;};;i;g~::.',:
': ,: ',..:__ ~ ._:." ._' ,:,':,_-' ::,"'_' _ _""-'.-'_: _",,,-'___ ,_ ;_ -~. :.--.~, ,;,.;..::~:~~~';~::~~:-'X>:~;-,;,,:'i!i?r~~;f~~~g/:t<-;
If yes,give date, court jurisdiction,actiontaken,and any otherex'plaruitiol1e.if':>
deemed necessary on a separate sheet. . '''<i~:f-:t~:~':.>
'-.~, _ - , .,"~. '1, _0 ',"
. . "', ' '-
" , - ". ,"'-_'" .''''''''''_'-<:,"'',">",,'''',"..r-
Person or persons interested 111 this bid and Bid Formha\fe( )havenot(fj}/S
been convicted by a Federal, State, County, or Municipal Court of a~yylolat~~f.1.<:l~.'
. of law,other than traffic violations. ,To include stockholders ov:er ten percent ,:r;,
(10%). (Strikeout inappropriate words) , :'..'
Lawsuits (any}periding or completed involving the corporation, partnership Or
individuals with more than ten percent (10%) Interest:
List all pendinglawslJits:
WE HAVE THREE PENDIN~LAWSUITS
FALL AT METR.o STATIONS.
judgments'
. .- . .
Listal'lY criminal violations and/or convictions of the Proposer and/or
any of its principals: '
. ,NONE
VendorCarnpaignContributiorl. You must' provide .the hames of all
Individuals or entities (ineluding your sub-consultants) With a controlling
financial interest. The term "eontrolJingfinaneial interest" shall mean the
oWnership, directly or indirectly, of 10% or more of the outstandirlgcapitai
stock in any corporation or a director indirect interest of 10% or more in a
firm. The term "firm" shall mean any corporation, partnership, business trust
or any legal entity other than a natural person. -
SUSANADIAZALMANSAPEDRO M.DIAZ JOSE A. CHAVIANO
, ,
The ProposeruFlderstands 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
il1formation, prior to acceptance of aJiyBid relatingtothe Bids of the Proposer, as may be
required by the City Manager. The Proposer further'understands that the information
- contained 'in this questionnaire may beconfirrned through a ,background investigation_
conducted by the Miami Beach Police Department. By submitting this questionnaire the
Proposer agrees to eooperatewith this investigation, including but not necessarily limited to
"fingerprinting and providing information for credit check. . ,
'," .-....".-.'-.-
..:.: ".:: .~,<,.; , - .. '.'
fZ;}~;~t~.\~,-- -.
MAINTENANCE & . JANITORIAL .
Print Name of Corporation
N.W 29 street,Mlami' Florida 3
Address
By: ,..~'..~ ~
.,0A ~~AZA~~~_ pr~sld~nt .
/"/' _e-Z ~ L-Y::?) - Secreta.ry.
DIAZ.
BID NO. 34-02/03 . ......'
,'DATE: . MarCh 7,2003;:
. - /~ .~:_~:..~~~~~:,=~-:-:-. --. ~7 .7--.:; ; - .: ,;.,~-- 'I'~' .0.-
From: Kann Carrion At: Gateway Insurance Agency FaxlD: 9547352852 To: .A.ttn: Susie
Date: 6/22/2004 10:13 AM Page: 2 of 2
ACORD. CERTIFICATE OF LIABILITY INSURANCE OP 10 K9 OA TE (MMJOOIVYVV)
BESMA02 06/22/04
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Gateway Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2430 W. Oakland Park Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fort Lauderdale FL 33311 I INSURERS AFFORDING COVERAGE
Phone: 954-735-5500 Fax: 954-735-2852 NAIC#
INSURED I,j:;rl~-i=: l>. Proaressive Insurance 24260
Best's Maintenance & I'J:;:IP~I:;:& ArIIl::~ Praf.:rrld In.u:r..nc. Co.
Janitorial Service Inc. hl:;.,U:':':h' (
Bestco Inc. .sc~tt.,:~,!le___It!I~un~.!: ~~~~.~:( --
3430 N.E. 6 Terrace N:::U:;'=:f1' D OmQ C..l,la.lty InluroU1Ce Co. 024074
Pompano Beach FL 33064
H:':U'::'-"1-: l
COVERAGES
Tl-E POLIC E& )F I'J:,URil,r,(E LISTED EELO'N -lAVE BEE!\ ISSUE:' T') THE 1t-13JREC 1\..:r,MEC ,1l..EC'li= F)RT'1E PC-lIe'!' PEf; (,:) Itl:.IC:"TEC' "1~JTNITH3 T.!l-.N:::'Il'JG
..!.NT P:::)I)If;ErvENT, TEf:;M or; CO'Jcn)~J CF ,1'1','( (.)W:':to.C or; OTI-Ef; DXUvBH"vITH ~':::3F-'En n \"il-l(H Tt-IS CE:'T FIU,TE Ivl'\"- BE IS:SLEC' )f:;'
r.1A' PERrl>.ltJ r "F:' I~JSIJ",AJ'.(f .I;",:;:.c'--'F~I--':FD /:iT' lHf fY)L (I~S ()E~;(FI3::D "H,Elf.j I:':. ::.rIH..'f( r 1() ,.:!J.L rHf T1:I,'t..t; FXUI.~;I(I"F, .4,I.JI) U'~Dllr}~J:', U" :'J.c ..,
Pij_ (I::::' A(,(~f;'E(''''E _IMITS :'.H)\t,I~. r<ri..~,-\- HA.V[ bEEI<J k'[jUC:EO 51' ::-"'10 CUl,lt.~S
I~TR ~SRD 'TYPE o~ INSURANCE POLlCV NUMBER I eD<iS~l,,\'~!if.l',w;. t"ftk'r'iYtMMfDDNVl LIMITS
GENERAL UABIL,TY E.c:. :HC(':i)RREi.(E I 1000000
C X ~.m ""'0,< o~.. BCSOOO7239 12/23/03 12/23/04 ,',:,~ r _ -= OJ 1100000
r-j:':::VI::E~, (EE ccurf'n:e;
c.,: r.1S F.\[':: ~ ({ :UR MEC EAF' If,''~1 r.n~ p8r:C'n) I Excluded
FE:'SOt,....L 8- 4[.'., n~JU~Y I 1000000
'",=NER.".L '\I::OGf:'E:'A.-::: 12000000
:,c:~"'L .!l-(,(;ffE:<.~:..'lllr,11 ,J\.f"f--'UES f::E~' 1-'1-' "JLI_L I~ .. l )Mj...','(j;'::' "r:~G 12000000
--leoLl".1 ;;-RC- I -I LOC - -.- --
JECT
AUTOMOBILE lIABILITY ': )~~B 1+:) Sit YAE LI VI-
--- I 1000000
A A\I\ .4,lH) 023254370 10/02/03 10/02/04 lE33Cidc''',t;
- /'
A..L C',flit-F_') bJ.nl~; E':>C'IL\ 1'L1U~'\'
- IF':r-j:;crsc.n) I
~ s :t-EDUlE[' AUW3 A'fr:R
~ HIP:::).A.L""-CS ECfJIL'{ I'UU::')
IF';( liU d(.~,I, I
~ t-1)t....O'^''J=OALT(:~ /0 'f
e , r,;. FF~'PER-v C,A.r.1.4(~E I
Ip"r".:r.dl:i'\'
GAR4.GE LIABILITY W, P.UT(' ':-tJL\ -::A. I\.(C ['::JH .1
==1 M. .~-") 0THF THr~"1 CA A(( I
P.l!Tr:\ o)~JI 'j ".;G I
EXCESSJUMBRElLA UABILll'V LA ~.Il ClCJfi'h't:r'.CL 15000000
~ ,x,cUP =.J ,:u;;"t") rAA)E -
D EX00453160161 12/23/03 12/23/04 AL~,I:~RE(.;"TE 15000000
~ I _!
['ECL(TIELE I
X P::::THITIOH 10 I
WORKERS COMPENSATION AND X 1- w'e _">.IL- T m-
-OR'r LI~ms
B EMPLOYERS' LIABILITY
,...r, Y Ff<'O::>R-IFT')R1Pf',f(Tl'ERIE;<E( JT ';F 7051801 05/19/04 05/19/05 El E."'-(H A :CIDEm 1100000
CFFICER;Io.1:t",m:~ :X(LIJSm;, El DISE:..:,::: .EAEtAP..('l:::: 1100000
If ~~S. j€<.~ribf. mdH
SPEC IA~ PJ;'('\'ISI(lfI,!; ~ ('\~) E l c-l.':,Ef,:'= F'(:L1C.- LIIV)T 1500000
OTHER
DESCRIPTION OF OPERATIONS I LOCA.TIONS J VEHICLES f EXCLUSIONS ADDED BV ENDORSEMENT 1 SPECIAL PROVISIONS
*10 Days Notice of cancellation for non-payment of premium. The Certificate
Holder is listed as Additional Insured with respects to the General
Liability Only.
CERTIFICATE HOLDER CANCELLATION
CITMIO 7 S"'iOULO AN'( OF T~E ABOVE DESCRI6ED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL * 30 DAVS WRITTEN
City of Miami Beach
1700 Convention Center Drive
Miami Beach FL 33139
ACORD 25 (2001/08) @ACORDCORPORATION 1988
The purpOse of Invitation to Biel No. 34 - 02103 (the "Bid"} is to provide janitol'ialservices
for the City of Miami Beach's facilitiesJoffices,and garages ona 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 fora periOd of two years, and maybe renewed for four
additional years. After the initial two.yearcontract, the contracts prices will .be
reconsidered for adjustment prior to thefour~yeal'rene'Mll. The contractsincr'easesshal/
not be more than the percentage increase or decrease in the Consumer Price Index (CPI-
U aI/urban areas).
The "Bid" was issued on March 24, 2003, 'With an opening date 6fMay12, 2003. Apre;.;j)id
and site visit conducted on April 9,2003. Notices Were sent to 35 prospective bidders,
which resulted in the receipt of 15 bids. Of the 15 bids received, six (6) were deemed
responsive, and nine (9) bids were deemed for non-responsive.
. Basad on the analysis of the six (Eil responsive bids received, it is recommended that the
City Commission approve multiple awards to primary and secondary vendors based on
the lOWest and best bId received for each location. One responsive bidder, AM-KO
Building Maintenance, Inc. (" AM-KOD), would riot ac::ceptan award per location sil1cetheir
bid offer was based ona total award.
Additionally,thElBid totalS do not include janitorisl services thahvillbE!ll'leeded for the
various facilities listed in Appendix A, that sre either under' construction or were not
included in the Bid at the time of issuance.
Anyadditiorialfacilitiesor' increase in the scope of worlnvillbeaccomplished via a
request for' pricing from the five (5) vendors aWarded contracts, ar'ld based on the lowest
and best bid perlocation,the respeCtive contractS Will be amended accordingly.
The bid results are tabulated and attached herein and labeled Appendix Band C.
Based on the analysis of the bid~ r'eceived,jt is in the City's best economic interest to
request for approval toawal'dcontraets to primary and secondary vendors that submitted
the lowest and best bid priceforel!lchindividusllocation:Chi-Ada Corporation,RD
Cleaning & General Mainter'lanee, Inc.,. Best's Maintenance, JanitOrial Services, Inc.,
Cleaning Systems, Inc., and Vista,pul'$uant to InVitation to Bid No. 34-02103,Jor providing
~I_ in tho esli.natecf a.r'InUSll!lmOUnt of $797,915.
JM .. M:FB:GL:JE . ,. .
.. .'. . ....' "'." '.. '
~ g ~ ~ il' ~ ~ 'Ii I; li II~ I~ IIi
" f2 Z '" '" . ~ Ii ;.. 1::11 12 I l'~ I';;; i~
rs. ~~s II : i !
U) - .,- l.L.C) ,I
~ > ~~_~~IMO~ "'M"'~M"'~"'8'" 12"''''!5!'''...'''~~~Q~t;t;~t;::I~8i
. ,. ." ;~0i~8ii~~iiii iiiiiiiiai ~iillill~i!ft~~~~_....&!
::> 0 '" Ii"'.....u Ul;Ol;O a .. .. 104
'102";;' ,
, ...~ ~ ~ ~,= !~I I;
.' _ ~~-8 ... ~ fD 1.0
, ~!2 ~ ill ~ ~ ~ it IlJl
~I ,,' s.~ ~ !!:.!!:. ,
-~g "0~ ,~ l:!ll! ~li!~~8 ~~~~~~~~~~~'~55I::151~:i~~~~~~~~'~I~~~;
<< c~~~~~:1i..~..~::t ~"'t;"'''N''I::''~'''''a~ ~"''''XPX~X~''~I::'''t;..~
... ~ S!l... M '" ~ _ -lOt _ - a . ~ ~ ~ to" Ii> " "'".. .. ri - N
c- . :- :5 CJ ts ti al - =- Iii ~;; .. ~ 4$- :; ....
. " co S ...
I ..,... ~ 9 ~ ; al'~I;- 1.1; J~ ~ ~ i
, ;$~i50 :: ~'~ 1::1 it ;;; ~
I2g~~" "!!l-
..., ~ ~ .,.,...a
,'," ::l i ~; ~!; a ~ ;;! I; ~
, 9.-;zS!l _ ~ -;;; -~ -1::1
. . ~ooc:s ~ ~ :! l;O
',' ' - ::I.... ,.' ..
.. ~ I':;; I ~ ~ ti ::l l:!::! I::! l:!
5!9Ul '.,; I~_ ~- i!!. 18 ~ &l lll8
," "&8' ~'~: ~ ".,'1; ~ ~ 1::1 ~ I ~ I~ i~~
::I O:S . e;: -
_ .~ .." "'" I
5 .. >- i t1l:!::! =1 ~ EI '" ~ a ~; i ~; i i'~ I~I~I;I~I~I~ ~ ; ; S II ~ ~ g ~ i ; ~ ~ ~;;
;!~~lR"" !~i~li~i ... ...~ Ii; N U ~~..;t;t~Ii....~.. -..li",.. -.. - ...... ."
. " . '. ii: " ~ c:s ... ~., ll'" .. .. ... .. I .... 104 15l ;;; !!
..~ 8 8 8 8 :l ::I 1i;::I8 8888"888888 '::I'" 10 1"8 8'"'''' lK E
. .~ 9!9 . ll! :;; ~ Ii? . ~ . is/. ,..: l;i '.' . ~ l::i ~ l!! . g ~ I' ';;j I . ~ Ii i g 'i: 'i: d ,
!2 .~.~~O ~ ::} N::: i ... ~ r..-i li~~a:illtliai~..: s~ ::i ..:'" :lllillt lil ...
'.' .. = f2fll~gj @ @ !~ ~ ; ;;; 1~12lf !!l- 12'" .. t... e.lf~ i,' Bs
~ ~ ....~ ,'" I 1
.... t l;; ~<lJ5!...~_I~..I~_~..~..~I~_~ l:!t:!l:!8.~l:!~l:!::!~ l:!l:!l:!~l:!~Iii!lii!l:!lii!l:!l:!t:!.~lii!~l:!l:!l:! ElI8.EI I
~ =~F~_ ...p;a~lSllI ia5~li~Ii~~i' i~iaili~iil~a~!~I~llt~ III .
. '. .... ii: a ~ l:S to . ~ ;;;;; .. ;;; .. .. l;O liJ;;;.. I!! i
<( - I. ...! Ii!
! d i ~ . i 'H F: U IIIJ; i ~ ~ ~ ~ ~ i J ~ ~ ~ II ~ Ii J i ~ ~ J . !1 j
.'~ ~:li~!' ! 1 ..
. )0,. Iii! ~ ~ ~ I~ ti II!! I!! Iii! ~ ~ I!! ::! Iii! 8.18. ~ l:! I!! EI ElI8. 8 8 8 818 8 8 8 8 8 8 8 8 8 8 8 8 8 I I
j ....j ! ~ ~ ~! II ! ~! 3 !;; ~ ~ a I ~ ! li & ~ II ~ II ~ i i i i i ~ I S ~ l:t ~ i i i 1 ~
i~II' .;;,,;~.} .. '. .. ~m_i~;i!9iS.: ,~~;!ti,~j': a-II
. ~ ,:: i~ :",:J~ j ;~n\~ ~~ ' ~ l~: j~' ' ';~ ':'J::" :':~1" ..d. ~ ' :1; :1 :,~ ~J rj:~~~~ ~~ ,I;," ." ,.
"i, ,;:o,j .'''''.' "'" "l. !,.-., ..'''''.;' ,'I, ''''.''''1 ,!.!rr" .. '.'. I~ 1!f,~".,q,"if. "" '~i "'. "." ,n '~. '1-. '," ~~.' .IE.' ',f J I J
t.~;,i :w~, :'0' Hi. ~,~ Ji! ii;,:i, ?jn It~' ~'i,~i' 1:8: :.:iij,'-1.:~.r- -~~; L~ ;~'I~,: I~~'- :t\lii :l~i""~'h~ A~i lli ."~. 4~' .~.I1!,';.', *i',:,~ r.a
: .!!""". .!~!:l, ;,",~ "f,. ,;,~: ,.!: ,'1.; ilt"r iit:,.f, .,It I;p ;),'i;, ~ti, ~r.f:: ~:' It;r:: ;,1 li!h '! 'j :r>r.~~; ~~, ~ :i'~'~' -.:ii;; !~~, l"t ,:,,-' (?'~'=' '~ j
II . C !i;l c::. =- =- !:I <::" Q!! =- <::" <::" G e: IE II! !!l iili '" l3 =- ... _ ~ I . S
.' ..:!j D!!I'l""ft",D I!iI'l~il'l~ftGI'l =EO ~ii~~G~c5~~I'l15~z~ft~ ~~~ -I
. ~ ..~ ,/ ~ i ~ f ~ f ~ f I ~ f ~ ~ f; f ~ f ~ ~ i I i ~ .. ~ ~ ! ~ ! ~ i ~ f ~ ~ ~ OJ i ~ ~ i i g i j
ffi ! .' ~ j ~ i ~ i~ i~ ~ il~ i ~ ; ~ i ~ ~ ~ ~ ! ~ I ! ! ~ ~ ~ ~ i ~ i I ~ ! i i g ~I! ~ I ... 1 ~
Q.1I ~ z ~ ~ z~, ~ z Z -- ~ -'" - ~ '5 ;is
. ~ ~ _ ~ N ~ ..!!l . ~ .. ... ~ _ r.l '" ~ ... ~ l< :: !:! ~ ~ :!ll!! t:: l!! ~ lil N lHI ~ r.lll.lllll~ !:i ~ III III 1< lD U IS -8 E
8 ~ 0~ ~ ~ ~ 0~U ~ ~ ~ ~ l3 ~ ::l~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ! ~ ~ ~ ~ :z ~ ~~Il ~ ~ ~
. e 9 ~ e e ~ g 9 ~ g 9 ~ g .-; g g 9 9 g egg 9 g g 0 g g lDl 9 g ~ c .-; g g Z .i ill
L-._ ,--O~____. IZI m (!) Q) m C) co OJ C) IZI m,C) m (!5 IZI CD CD CD at CD III CD CD CD CD ii CD co : a:II m CJ CQ l!5 CD CD :Ii . :&
r
..... ..... .' .. .... .'
lij ~ ~ ~ ! ~ i:! II:!! 1ii ll! ~ ll'~!~
~~~.~t...~;g~s~t:; .;8g
Ii ~ ~ ~;t;t ~: II a ~I~ u
I
Ii i~ ~
lit :;;lit
~ !;g.
ll!
t::
~-
;t
Ii! l:!
!!! iii
It I:;;
e:. -g
,~~ ~~~~~!~~~~~~ ~~ I.~ ~~
~I:: 1ll1ll1ll1ll1llG~ N~N ~- ~ ~m
~~ Iliaal5l~li;i ii! ;t! ~ 2i
r.. - =
.
alii ~ia.ii
lHJ ;;; ~
l:!l:!~I!!l:!~~l:!~l:!l:! l:!~ ElIii!l:!
~~~I!~~~!~~ a~ ~ ~5
1~~~0,~~"~~~1~1 ~ ~ !!:.~
....-- j... - -...-,....1 !!:.!!l-
":~ l:! ~
~~i ...
.. .. :t
n
I,
II
~~8
~~- !l
..~
::!I::! ~-ff
I!! l
-.... Gi
!!l- ..
...
::1::1::1
iUi.
;;;:4. ,
888'2
ilft'i
e;:!
1~88 888888888888888 888
ililil.il!.~~~'!.~' li~
- --
.. ....
I l:!1l!!1l!! Iii! 8. l!! I!! l!! 8. ~ 8. ~ ~ !
~~I~!!!III~I aa ~
ra.~!!!. ~a, se
108
19~
'" N
a:;;
!!:.
l:!l:! l:! III
~II! i
-
...
Weproposeal'ld agree, if this Proposal is accepted tbc6ntract With the City of Miami
Beach, Florida, bid is asa total monthly cost to the City. Bid shall include costs forjanitorial
workers,supervisors, payroll, taxes, .insurance, fringebeneflts,chemicals & supplies, tools &
equipment, expendable supplies used in.replenishingrest room dispensers such as paper
towels, roll tissue, haM soap, etc., overhead aM profit necessary for any Janitorial Services
required to maintain the premise in an acceptable condition and necessary to perform and
complete the work called for by the Specifications for the Bid for the performance of
Janitorial services at the locations listed below for the period of one (1 ) year with an option
to renew on an annual basis for up tofour(4) additional One year periods.
. .
'. ,. -' ,," ,': -, .
THE CITY SOLEY RESERVES THE RIGHT TO AWAA.D A CONTRACT oR coNTAACTS
AS DEEMED BYTHE CITY TO BE IN THE BEST INTEREST OF THE CITY.
BE ADVISED: UNDER THE IJVINGWAGE ORDINANCE CONTRAcTOR'S EMpLOYEES
MUST BE PAID A MINIMUM OF $8.56 AN HOlJRWITH HEALTH BENEFITS PLUS A
MINIMUM OF $1.25 AN HOUR MUSTBEPAI.D TOWARDS EMPLOYEE'S HEALTH
BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
Total Monthly Cost Breakdown:
a. payroll, taxes & insurance...........$
b. fringe benefits.............................$
c. chemical supplies........................$_____
d. Expendableltems........................$___
Additional Cleanings - (Cleanings not specified in the bid specifications)
$ per hour
Use of Contractors' Pressure Cleaning Equipment.
$ per hour
(Pressure Cleaning not specified in the bid specifications)
$ per hour
NAME OF COMPANY:
PRINT NAME OF AUTHORIZED REPRESENTATIVE:
SIGNATURE:
DATE:
ATTACHMENT "A"
COST WORKSHEET FOR CITY OF MIAMI BEACH BUILDINGS
We propose and agree, if this flroposal 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 tre 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 ~ESERVES THE R1GHTTO AWARD A CONTRACT OR CONTRACTS
AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY.
BE ADVlSEO: UNOE~ THE LIVING WAGE ORDINANCE CONT~CTO~'S EMPLOYEES
MUST BE PAlO A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A
MINIMUM OF $1.25 AN H)UR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH
BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
ALSo P~OVlDEI3ILL RATE FOR EACHCLASSIFIATION tHAT THE CITY WILL BE
BILLED.
A. Custodians $ p/hour
B. Supervisors $ p/hour
C. BILL RATE for Custodians $ p/hour .
E. BILL RATE for Supervisors $ p/hour
BIDrTEM "1":
CITY OF MIAMI BEACH cItY HALL 1700 Convention CenterOrlve, Miami Beach,
Florida.
Exterior Glass Cleaning:
(Quarterly)
$
Additional as needed Hourly Rate
Total Monthly Cost:
G
ATTACHMENT HA" CONTINUED
BID ITEM "2":
SCOTT RAKOW YOUtH CENTER 2700 Sheridan Avenue, Miami Beach, Florida.
Exterior Gla!iS Cleaning:
(Quarterly)
Total Monthly Cost to City (Night Cleaning) $
$
4.
Daily Charge:
(Day Cleaning CrelN) $
per hour worked j:)er person.
5. Special Charge: Strip & Re!iurface :Special Use Floors. (Gymna!ilum
Floor if required more than semi-annually:
$
per square footage.
BID ITEM "3"
POLICE DEPARTMENT 1100 Washington Avenue, Miami Beach, Florida
Five (5) personnel shall be required Monday through Friday from 8:00AM to 4:00PM.
Ohe person shall be required on Saturdays and Sundays for four (4) hours each day.
Janitorial personnellNill be assigned responsibilities daily by the Police Property Manager.
Exterior Gla.ss Cleaning:
(Quarterly)
$--,--~--
Total Monthly Cost:
$
BIDITEN! "4"
HISTORIC CITY HALL 1130 Washington Avenue, lIIIiaml Beach, Florida
Exterior Glass Cleaning:
(Quarterly)
$
Total Monthly Cost:
'"
::?
ATTACHMENT "A" CONTINUED
BID ITEM "5" MIAMI BEACH PUBUCRESTROOMS -SEE ATTACHMENT "B"
BID ITEM "6"
BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue, Miami Beach, Florida
Exterior Glass Cleaning:
(Quarterly)
Total Monthly Cost:
BID ITEM "T'
SOUTH SHORE COMMUNITY CENTER a33 Sixth Street, Miami Beach,Florida
Exterior Glass Cleaning:
(Quarterly)
Total Monthly Cost:
Total Monthly Cost to City (Night Cleaning)
Hourly Charge: (Morning Clean-Up)
Hourly Charge: (Day Cleaning)
ATTACHMENT "A" CONTINUED
BID ITEM."S"
FIRE STATION #2, 2300 Pine Tree Dr., Miami Beach, Florida (2 Bldgs)
Exterior Glass Cleaning:
, (Quarterly)
$
Total Monthly CC)st:
$----~
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 ~ECREATION CENTER 501 .; 72nd Str~et, 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
8050 Byron Avenue, Miami Beach, Florida
Total Monthly Cost:
Total Monthly Cost:
BID ITEM "1S"
STILLWATER PARK
8440 Hawthorne Ave., Miami Beach, Florida
Total Monthly Cost:
$
BID ITEM "16"
FAIRWAY PARK/Crespi Fairway & No. Shore Dr., Miami Beach, Florida
Total Monthly Cost:
ATTACHMENT "A" CONTINUED
BID ITEM "17"
NORMANDY SHORES PARK 2605 Biarritz, Miami Beach, Florida
Total Monthly Cost: $
BID ITEM "18"
NORMANDY ISLE PARK ,Miami Beach,Florida
Total Monthly Cost:
BID ITEM "19"
PARKS MAINTENANCE BLDG.. 2100 Meridian Ave., Miami Beach FlOrida
Total Monthly Cost:
BID ITEM "20"
PROPERTY MANAGEMENT BlOG..
Total Monthly Cost:
BID ITEM "21"
FLEET MGMT. & SANITATION BLDG.. 140 MacArthur Causeway, Miami Beach,
Total Monthly Cost:
ATTACHMENT "A" CONTINUED
BID ITEM "22"
BEACH PATROL OFFICE. Ocean Drive & 10th Street, Miami Beach, Florida
Total Monthly Cost:
BID ITEM "23"
PUBLIC WORKS YARD OFFICES. 2300 Pine Tree 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:
$
/2
ATTACHMENT "A" CONTINUED
BID ITEM "26"
777, 17th Street Building, Miami Beach, Florida
Exterior Glass Cleaning:
(Quarterly)
Total Monthly Cost:
BID ITEM "27"
555 Convention Center Drive Buildina
Exterior Glass Cleaning:
(Quarterly)
Total Monthly Cost:
BID ITEM "28"
Golf Course Club House.
Total Monthly Cost:
BID ITEM "29"
Flaminao Park
BASEBALL STADIUM
(once daily)
FOOTBALL STADIUM
(Ohce daily)
(once daily)
TENNIS COURTS
$
TotalMonthly Cost:
$
13
ATTACHMENT "A" CONTINUED
GRAND TOTAL FOR ALL FACILITIES QUARTERL Y GLASS CLEANING:
$
GRAND TOTAL FOR JANITORIAL SERVICES EXCLUDING PUBLIC RESTROOMS AND
GLASS CLEANING
$
Total Monthly Cost Breakdown:
a. payroll. taxes & insurailce..,........$_--'-_
b. fringe benefits.............................$____
c. chemical supplies........................$__~_
d. Expendable Items........................$
ATTACHMENT "A" CONTINUED
The following are cleaning on an as needed basis. Bid Price shall be "per cleaning"
NOTE:
1 Olh Street
Per Cleanin
14th. Street
Per Cleanin
17lh Street
Per Cleanin
RESTROOMS REQUIRE CLEANING 2 TIMES PER DAY, 7 DAYS PER
WEEK. ("ENHANCED SERVICES")
ATTACHMENT "A" CONTINUED
The following services will be on an as needed basis.
On as need basis
Pressure Clean
Concrete Walk
Areas/Restrooms
Additional Hourly
Cleaning
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 City of Miami Beach,
Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers,
supervisors, payroll. taxes, insurance, fringe benefits, chemicals & supplies, tools &
equipment, expendable supplies used in replenishing rest room dispensers such as paper
towels, roll tissue, hand soap, etc., overhead and profit necessary for any Janitorial Services
required to maintain the premise in an acceptable condition and necessary to perform and
complete the work called for by the Specifications for the Bid for the performance of
Janitorial services at the locations listed below for the period of one (1) year with an option to
renew on an annual basis for up to four (4) additional one year periods.
THE CITY SOLEY RESERVES THE RIGHT TO AWPRD A CONTRACT OR 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 CLASSII=IATION THAT THE CITY WILL BE
BILLED.
$
p/hour
A. Custodians
p/hour
B. Supervisors
p/hour
$
p/hour
F. BILL RATE fotSupervisors
Twice Daily
(7 days per
week
Twice Daily
(7 days per
week
Twice Daily
(7 days per
week
Beach
Restrobrns
TOTAL MONTHLY REQUIREMENT
NAME OF COMPANY:
Twice Daily
(7 days per
week
PRINT NAME OF AUtHORIZED REPRESENTAtIVE:
SIGNATURE:
DATE:
CITY OF MIAMI
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
hllp:\lcl.mlami-beach.fl.us
PIiOCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 34-02/03
ADDENDUM NO.5
April 21,2003
CITYWIDE JANITORIAL SERVICES is amended as follows:
Answers to Questions:
Q. What Is the currel1t windowcleal1ing cost?
A. The current service provider's pricing listed on Addendum 3 includes the
quarterly window cleaning as well a$carpet cleaning.
Q. Is the Day Porter for City Hall 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 questions concerning proCess or procedure, please contact Michelle
Cullen at michelllecullen@miamibeachfl.Qov or 305-604-4706.
Inasmuch as this change does not materially affect the bid document, proposers are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
p~
r. ~..--
Gus Lopez, CPPO
Procurement Director
PROCUREMENT DIVISION
CITY OF MIAMI
1700 CONVENTION CENTER ORIVE, MIAMI BEACH, FLORIOA 33139
http:\\ci.miami.beach.fl.us
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 Addendum3 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 LMng
Wage Ordinance.
Please be advised that although the pricing sheets have been revised, the
Original bid still contains documents to be completed and returned by your
company.
If you have any questions concemingprocess or proeedure,pleasecontact 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.
CITY OF MIAMI BEACH
(??
Gus Lopez, CPPO
Procurement Director
C I T Y 0 F M I A M I BE A C H
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl. ov
PROCUREMENT DIVISION
Telephone (305) 673-1490
Facsimile (305) 673-7851
INVITATION TO SID NO. 34-02103
ADDENDUM NO.3
(35 ;:r-"t~)
April 16,2003
CITYWIDE JANITORIAL SERVICES is amended as follows:
The bid opening due date has been changed from April 23, 2003 to May 1, 2003.
Additions or ModificatlOristo bid:
1. Page 12..LOCATIONSOF PROPERTIES:
ATTACHED PLEASE FIND REVISED LOCATION OF PROPERTIES.
2. Page 13. DESCRIPTION OF GARAGE PROPERTIES
ATTACHED PLEASE FIND 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 & . Pace 29. CITY HOURS OF
OPERATION/CLEANING
ATTACHED PLEASE FIND REVISED CITY PROPERTY DESCRIPTION AND HOURS
OF OPERATION/CLEANING.
5. ~MODIFICATION:
Page 34, item "h", All contractor's employees must go through criminal background check,
shall be amended to state:
. All contractor's employees current and new ITnlst go through criminal background
check at contractor's expense and a copy of background check shall be provided to
the City of Miami Beach before contractor's employee begins work. No new staff may
be added before background check has been completed.
6. Page 56, ATTACHMENT "C", COST WORKSHEET FOR PARKING GARAGES OF
THE CITY OF MIAMI BEACH
ATTACHED PLE:ASE 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 Insilectloh. 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
j"?_~'
~-i/'
t t;'::--
Gus Lopez, CPPO
Procurement Director
LOCATIONS OF PROpERTIES AND CURRENT AVERAGE MONTHLY COST (NOT
INCLUDING ENHANCE CLEANING AND SPECIAL EVENTS):
The properties covered herein are located as follows:
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
1.
City Hall, 1700 Convention Center Drive,
$4,864.00 mo
$1,285.00 mo
$1,318.00 mo
$3,292.00 mo
$6,000.00 mo.
$2010.00 mo.
$6,800.00 mo.
$1,300.00 mo.
5. .Miaml Beach Public Restrooms, various locations, see Attachment "B". $15 per
cleaning per restroom 2 times daily.
2.
Scott Rakow Youth Center, 2700 Sheridan Avenue.
$2,150.00 mo.
$1,610.00 mo.
$775.00 mo
$1,164. 00 mo.
$892.00 mo.
$192.00 mo.
11. North Shore Community Center, 7250 Collins Avenue. UNDER CONSTRUCTION
12. .North Shore Recreation Center, 501 ~ 72nd Street. UNDER CONSTRUCTION
3.
Police Department, 1100 Washington Avenue.,
4.
Historic City Hall, 1130 Washington Avenue,
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 Recreatiol1 Center,2100Washington Avenue.
Rec. Center
Park & Offices
10.
Ocean Front Auditorium, 1001 Ocean Drive
13.
Muss Park, Chase Ave. & 44th Street,
14.
Tatum Park, 8050 Byron Avenue.
15.
Stillwater Park, 8440 Hawthorne Avenue.
16.
Fairway ICrespi Park, Fairway & No. Shore Dr.
$447.00 mo
$300.00 mo
$300.00 mo
$300.00 mo.
17.
19.
20.
Normandy Shores Park,. 2605 Biarritz.,
Normandy Isle Park, 7030 TrolJville Esplanade.
Guardhouse
Parks Maintenance Bldg., 2100 Meridian Ave.,
Trailers
Property Management Bldg., 1245 Michigan Ave.
21. Fleet Mgmt./Sanitation Bldg., 140 MacArthur Causeway.
22.
23.
24.
25.
26.
Beach Patrol Office,
Ocean Drive & 10th St.
& 73 street,
$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
$23:2.00 mo
$:232.00 mo.
$ 715.00 mo.
$450.00 mo.
$1;260.00 mo.
27. 555 Con'lention Center Drive Building
Code Compliance Office $490.00 mo
and ACE Office $315.00 mo.
28.
Public Works Yard Offices, 2300 Pine Tree Dr.
. Police Dept. Special Invest. Unit Office, 1831 Bay Rd.
Marine Patrol Office, .1900 Purely Ave., Average
77717 Street Building.
2nd Floor Offices
41h Floor Office
Common Areas (151_ 5th. Floor)
Golf Course Club House, 2103 Alton Road;
29. Flamingo Park 1435 Michigan Avenue;
Tennis Courts:
Baseball Stadium
Football Stadium
$1,450.00 mo.
$390.00 mo
$816.27 mo
$816.27 mo
DESCRIPTION OF GARAGE PROPERTIES & HOURS OF OPERATIONS/CLEANING:
(A) 7th Street Parking Garage; a six (6) story, 649 space parking garage.
(1) There are three (3) elevators and four (4) stairways which require clel:ming.
(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 Oberation/CleaninCl:
1. Ooeratina Schedule The garage operating schedule is 24 hours a day 7
days a week.
2. Night Cleanina Hours: Not required.
3. Dav Cleaning Hours
3a. 7 Days per Week (11 Hours per Day).
3b. 4 Days per Week (6.5 Hours per Day)
3c. 1 Day per Week (4 Hours per Day)
(B) 12th Street Garage; a four(4) story, 134 space garage
(1) All parking rarnps, 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 Ooeration/Cleaning:
1. Operatina Schedule: 7 days a week 24 hours a day.
2. Night Cleanina Hours Not required.
3. Day Cleaning Hours:
3a. 7 days per Week (4 houts per Day).
(C). 13th Street Parking Garage; a five story, 264 space public parking garage.
(1) All parking ramps and spaces shall be cleaned bflitter 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/Cleaning
1. Ooerating Schedule The garage operating schedule is 7 days a week
24 hours a day.
2. Night CleaninQ Hours: Not Required
3. Day Cleanina Hours:
3a. 7 days per Week (4 hours per Day).
(0) 17th Street Garage and Surface Lots; a five story 1,460 space garage and two (2) surface
lots consisting of 506 spaces.
(1) All parking ramps,. aisles and spaces to be cleaned of litter and debris.
(2) Four (4) Elevators and four (4) stairwells which will 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 Ooeration/Cleaning:
1. Ooeratino Schedule: Garage and Lots, 7 days a week 19 hours a day.
2. Night Cleanina Hours: Not Required
3. Dav Cleanina Hours:
(E) 42nd Street Parking Garage; a five story 620 space garage
(1) All parking ramps, aisles and spaces to be cleaned of litter and debris.
(2) Two (2) Elevators and four (4) stairwellswhich will require cleaning.
(3) One (1) parking office and two (1) restrooms will be cleaned daily.
(4) All trash receptacles will be emptied daily
A. Hours of Ooeration/Cleanino
1. Ooerating Schedule The garage operating schedule is 7 days a week
24 hours a day.
2. Niaht Cleaning Hours: Not Required
3. Day Cleanina Hours:
3a. 7 days per Week (4 hours per Day).
DESCRIPTION & HOURS OF OPERATION/CLEANING FOR CITY PROPERTIES:
CITY HALL; Four-Story Structure. 1700 Convention Center Drive (109,000 sq. ft.)
(1) . The floors of the building to be serviced consist of carpeted and tile areas.
(2) There are Twenty-three (23) bathrooms located in the following areas;
Fourth Floor-nine (9), Third Floor- six (6), Second Floor-four (4), First Floor-
four (4).
(3) There are fourteen (14) water fountains to be cleaned located in the following areas;
Fourth Floor _ three (3), Third Floor -four (4), Second Floor - four (4), First Floor-
three (3).
(4) There are four (4) elevators and four (4) stairways which require cleaning.
Hours of Ooeration/Cleanina:
. 1. Ooeratina Schedule The City Hall operating schedule will primarily be Monday through
Friday from 8:30AM to 5:00PM; however, evening meetings will occur on an ongoing basis.
The successful bidder will be provided with a schedule of such meetings on a monthly basis.
Night Cleanina Hours Night cleaning shall be between the hours of closing and 8:00AM the
following moming.
Dav Cleanina Hours 5 Days per Week approx. 80 - 90 hl'S 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 crew for monthly, semi-annual,
etc. cleaning during this regularly assigned work time period, unless otherwise requested by
the City.
Computation of Daily Charge:
For purposes of adjustment due to unforeseen closing of the facility, holiday closing when
services are not required, and other such closing for reasons within or beyond the control of
the City; the charge for services shall be per the following method of computation.
The monthly lump sum cost to the City shall be diVided by the number of days in that month.
The per day rate received from this method will be deducted from that months bill for the
number of days when services are not required.
(2) SCOTT RAKOW YOUTH CENT~R; 2700Sheridah Avenue (55,118 sq. ft.)
Two-Story Structure with a separate single-story locker room building.
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.
There are eight (8) bathrooms located in the following areas; Locker Rooms -two (2),
Upstairs - two (2), Ice R.ink - two (2), Concession - one (1), and Gymnasium -one
(1). .
There is one (1) elevator and three (3) stairwayslhat require cleaning.
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 OoerationlCleanino
1. OperatinaSchedule of Center. The Youth Center operating schedule will vary during the
year, dependent on activity and need of the Center.
2. Niaht Cleanino Hours & Contractor Reoorting Resoonsibilitv. Night cleaning shall be between
the hours of closing and 8:00AM the following moming. 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 cleaning charge.
3. Day Cleanina Hours (while Center is ooen) The following shall be the hour schedule for the
day cleaning employee.
Total 5-Hour Days..260 @ 5 Hrs. Day=1300 Hrs. total.
Total 7.5 Hour Days..70 @ 7.5 Hrs. Day=525 Hrs.total
TOTAL ANNUAL HOURS WORKED (DAY CLEANERS) 1825 hrs.
The above is subject to operational adjustment by the City without penalty based on dates of
school holidays, special events and other activities and closing not known at the time of
specification preparation.
Facilitv 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.
Dailv/Quarterlv Cleanina:
1. Maintenance personnel assigned to the facilitydJring. its operating. hours shall circulate
throughout the facility performing such janitbrial functions as detailed herein, or as directed
by the Youth Center supervisor to maintain the facility in a clean, litter-free, safe condition.
Contractor shall be required to provide and install in this facility an operational Time Clock
for the daily cleaning personnel. Time Cards shall be provided by the contractor. Time Cards
must be turned in to the Youth Center supervisor for invoice verification information.
Holiday closing shall not interrupt night cleaning schedules. Should the facility be closed D
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.
All catpetsand windows shall be clElaned ana quarterlY basis.
Hours of Ooeration/Cleanina:
1. Operatina Schedule: The Police Departmel1toparating 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.
Niaht Cleanina Hours: NOT REQUIRED
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.
Bidder's Hourlv Rate:
The rate for the personnel provided during operating hours shall be bid as an hourly charge.
One person is contemplated on an as-needed basis for this function. Should the City
determine that more or less personnel are required for this daily function, the requirements
shall be changed accordingly at no penalty to the City.
(3) POLICE DEPARTMENT; (100,000 sq. ft.) 1=ive"Story Structure with Public Parking Facility
(2 levels), Restricted Police Parking Facility (9 levels), Firing Range, Detention Cells, Jail
Facilities, Gymnasium and Locker Rooms. 232 weekly man hours.
(1) The floors of the building to be serviced consisfof carpeted and tile areas. Special use
floors in the following areas; (a) Firing Range, (b) Gymnasium.
There are 31 bathrooms located in the following areas; Fifth Floor4wo (2), FourthFloor-
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).
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.
Additional Areas: There are four (4) additional areas which require janitorial services once
weekly. These locations are one story sub-stations. Contractor's personnel will be
transported to these locations by the Miami Beach Police Department. (Normally on
Wednesdays)
Facility Closina:
Facility shall be closed during Major Holidays at the discretion of the City. Holiday closing
shall not interrupt cleaning schedules. Should the facility be closed for a holiday, the
contractor shall schedule his normal cleanup CreW for monthly, semi-annual, etc. cleaning
during this regularly assigned work time period, unless otherwise requested by the City.
Daily Cleanina:
Maintenance personnel assigned to the facility during its operating hours shall circulate
throughout the facility performing such janitorial functions as detailed herein, or as directed
by the Police Property Manager to maintain the facility in a clean, free, safe condition,
including the Police parking garages.
Bidders Note:
The rate for the personnel provided during operating 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) personX 4 hours per day X 2 days per week. (Sat. & Sun.)
(4) Historic City Hall; 1130 Washington Avenue. (31,200 sQ. ft.){Justice Center) Nine-Story
Structure with janitorial requirements in the Public Areas on the first thro~h eighth floors, the main
stairways, elevators, restrooms, etc. All floors with exception to the 2 . Floor.
(1) The floors of the building to be serviced consist of carpeted and tile areas.
(2) There are six (6) bathrooms located in the following areas: Eighth Floor (1), Seventh Floor
(1), Sixth Floor (1), Fifth Floor (1), Fourth Floor (1), and Third Floor (1).
(3) There are two (2) elevators and three (3) stairways which require cleaning. One stairway is
first and second floor only. The other two go from the second to the ninth.
(4) There are six (6) water fountains to be cleaned, located in the following areas: One on
each floor from the third through the eighth.
Hours of Operation/Cleaning:
1. 'Operating Schedule: Historic City Hall operating schedule will primarily be Monday through
Friday from 8:30AM to 5:00PM.
2. Night Cleaning Hours Night Cleaning shall be between the hours of closing and 8:00AM the
following morning.
3. Dav Cleanina Hours: Not Required
B. Facility Closina: Facility shall be closed during Major Holidays at the discretion of the City.
Holiday closing shall not interrupt night cleaning schedules. Should the facility be closed for
a holiday, the contractor shall schedule his normal cleanup crew for monthly, semi-annual,
etc. cleaning during this regularly assigned work time period, unless otherwise requested by
the City.
CITYWIDE PUBLIC RESTROOMS, TWICE. DAILY.
(6) BASS MUSEUM DEVELOPMENT OFFICE, 2100 Park Avenue (1048 sq. ft.) One-Story
Structure.The floors of the building to be serviced consist of carpeted areas. There are two
(2) bathrooms requiring cleaning.
. Hours of bperation/Cleaning:
1. Operatina Schedule The Development Office operating schedule will primarily be Monday
through Friday from 8:30AM to 6:00PM.
2. Night Cleanina Hours- Not required.
3. Day Cleanina 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.
The floors of the building to be serviced consist of carpeted and.tile areas.
There are six (6) bathrooms located in the following areas; First Floor _ four (4), Second
Floor - two (2),
There are five (5) water fountains to be cleaned located in the following areas; First Floor-
three, Second Floor - two
There is one (1) elevator and one (1) stairWay which require cleaning.
Hours of ODeration/Cleaning:
1. ODeratina Schedule The SSCC operating schedule Will primarily be Monday through Friday
from 8:30AM to 5:00PM.
Niaht Cleaning Hours Night cleaning shall be between the hours of closing and midnight.
Day Cleanino Hours (While SSCC is open) The follOWing shall be the hour schedule for the
day cleaning employee. Begin at 12:00 PM. (Noon)
TotalS-Hour Days...260 @5 Hrs. Day= 1300 Hrs.
4. Momina Clearrup One person shall be required to.c1ean the entranceways, breezeway and
exteriot stairways by means of sweepingand/or hosing down as required and empty
garbage. This requirement must be completed not later than 8:00 AM each morning,
Monday through Friday
Facility Closing:. Facility shall be closed duting 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 wotk time period, unless otherwise requested by the
City.
Daily Cleanin9:. Maintenance personnel assigned to the facility during its operating hours shall
circulate throughout the facility performing such janitorial functions as detailed herein, or as
directed by the Building supervisor to maintain the facility in a clean, free, safe condition.
The primary function of the day personnel Will be pteparing and cleaning up from the Jewish
Vocation feeding of the elderly program.
Bidders Note: The rate for the personnel provideddliring operating hours (daily cleaning) shall be
bid as a part of the monthly lump sum cost for the entire project requirements.
(8) Fire Station #2, 2300 Pine Tree Drive; Two story building, 90regulat employees.,
10 offices,2 toilets, 10 p:lrsons dormitory and the fire bays are not included. 2 Sty.
Support Services Bldg, 6 offices, 4 tOilet5,10 persons5hop area not included.
Hours of OperatibnlCleaning:
1. Ooeratina Schedule primarily Monday through Friday from 8:30AM to 5:00PM.
2. Matt Cleaning Hours: Night cleaning shall be between the hours of closing and 8:00AM the
following moming.
3. Dav Cleaning Hours 5 Days per Week
(9) 21st STREET RECREATION CENTER; 2100 Washington Avenue. One Story Structure
(Multi-Purpose Room, Bandshell/Ampitheatre, Theatre, Chess Club/Office,
atios/Entranceways/ Alcoves,.. Bathrooms)
(1) The floors of the building to be serviced consistof carpet, \Nodd, 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 Building has two (2) batlTooms.
. (2) There are eight (8) water fountains which require. cleaning. Theatre Building has one (1),
and Main Recreation Building has seven (7).
Hours of Operation/Cleaning:
1. Ooeratina Schedule Monday thru Thursday':' 9:00 AM -9:00 PM, Friday - 9:00 AM -10:30
PM, Saturday - 6:00 PM - 10:30 PM.
"Time Certain Cleanina": Prior to 8:30 AM on Mondays thru Fridays all areas and entryways
must be cleaned for program start. Saturdays all areas and entryways must be cleaned
prior to 5:30 PM.
Dailv Services: Remove leaves, seagrapes, litter,etc. from all walkways, patios, stairs and
exterior foyers. (Includes removing cobwebs, cocoons, and dirt from foyer walls).
OCEAN FRONT AUDITORIUM; 1001 Ocean Drive (11,884sq.ft.) One Story Structure
(Multi-use large room, Stage areas, Dressing rooms, Stairwells, bathrooms, Entry and
Lobby. Outside entranceways should be included for the cleaning of litter and washed
down.
(1) The floors of the building to be selVicedconsist of terrazzo, linoleum, and
concrete areas.
There are three (3) bathrooms which require cleaning.
a. Lobby has two (2) bathrooms,
b.Backstage has one (1) bathroom which require cleaning.
There are two (2) water fountains which require Cleaning.
a. Lobby has one (1),
b. Backstage has one (1).
Hours of Ooeration/Cleaning: .
1. OoeratinaSchedule Monday thru Thursday -9:30 AM -12:30 PM., Friday & Saturday-
6:00 PM - 12:00 midnight., Sunday - 6:30 PM -10:00 PM.
''Time Certain Cleanina": Completed by 4:00 PM, prior to all program hours.
Scheduled thorough cleaning one time pet 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.
UNDER CONSTRUCTION, COMPLETION DATE.DUE AT END OF 2003.
(12) NORTH SHORE RECREATION CENTER; 501 -72nd Street One Story Structure
UNDER CONSTRUCTION, COMPLETION DATE DUE AT END OF 2003.
(13) Muss Park: Chase Ave. & 44th Street
1 Floor building, 2 toilets, one office. 10 employees.
Hours of Operation/Cleaning:
1. Ooeratina Schedule: Monday - Friday, 8:00 AM - 6:00 PM.
B. Cleaning:
1. After closing of facility.
C Cleaning/Janitorial needs:
1. Office (daily)
2. Shelter (daily)
3. Restrooms (daily)
Hours of Ooeration
1. Operating Schedule: Monday - Friday, 8:00 am- 6:00 pm
B. Cleaning
1. After closing of facility.
C. CleaninalJanitorial needs:
1. Office (daily)
2. Shelter (daily)
3. Restrooms (daily)
Tatum Park: 8050 Byron Avenue; 1 Floor building, 2 toilets, one office. 10 employees
Stillwater Park: 8440 HawthomeAve.; 1. Floor building, 2 toilets, one office. 10
employees
Hours of Ooeration
1. Operating Schedule:
B. Cleanina
1. After closing of facility.
C. Cleanina/Janitorial needs:
1. Office (daily)
Shelter (daily)
Restrooms (daily)
Fairwav/CreSDiPark: Fairway & No. Shore Or.; 1 Floor building, 2 toilets, one office. 10
employees.
Hours of Operation
1. Operating Schedule: Monday -' Friday, 8:00am ~6:00 pm
Cleaning
1. After closing of facility.
Cleanino/Janitorial needs:
1. Office (daily)
2. Two indoor shelters (daily)
3. Restrooms (daily)
NormandvShores Park: 2605 Biarritz;1 Floor building, 2 toilets, one office. 10
employees.
Hours of Ooeration
1. Operating Schedule: Monday - Ftiday, 8:00 am. 6:00 pm
Cleaning
,1 . After closing of facility.
Cleanino/Janitorial needs:
1. Office (daily)
2. Indoor shelter (daily)
3. Restrooms (daily)
Normand" Isle Park: 7030 Trouville Esplanade; 1 Floor building,2 toilets, one office,
pool, 10 employees.
Hours of Oberation
1. Operating Schedule: Monday - Friday, 8:00 am- 6:00 pm
B. Cleaning
1. After closing of facility.
C. Clean/no/Janitorial needs:
1. Office (daily)
2. Shelter (daily)
3.' Restrooms (daily)
4. Locker Rooms (daily)
. Parks Maintenance Blda: (900 sq.ft) 2100 Meridian Ave.; 1 FloorbUilcJing,6toilets,two
offices. 1 Kitchen 20 employees.
Hours of Ooeration
1. Operating Schedule: Monday - Friday, 8:00 am .,;' 6:00 pm.
Cleaning
After closing of facility.
Cleanina Janitorial needs:
Offices (daily)
Restrooms (daily)
Floor mopping (twice a week fortheoffice & daily for the restrooms)
ProDertv Manaaernent Blda~ 1245 Michigan Ave.; (2) One storybuiJding$, 2' trailers, 6
toilets, 10 offices, 20 employees
Hours of Ooeration
1. Operating Schedule: Monday - Friday, 8:00 am .. 6:00 pm.
B. Cleaning
1. After closing offacility.
C. Cleaning Janitorial.needs:
1. Offices (daily)
2. Restrooms (daily)
3. Floor mopping (twice a week for the offite& daily for the restrooms)
Fleet Mamt.& SanitationBlda~140 MacArthur Causeway; Two story building, 2
kitchens, 10 toilets, 4 showers, 40 employees
Hours of Ooeration
1. Operating Schedule: Monday - Friday, 8:00am - 6:00 pm.
B. Cleaning
1. After closing of facility.
C. Cleanina Janitorial needs:
1. Offices (daily)
2. Restrooms (daily)
3. Floor mopping (twice a week for the office & daily for therestrooms)
Beach Patrol Office: Ocean Drive & 10th Street, One story buiJding,2 toilets, 2
showers, 4 offices, 12 employees
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 the restrooms)
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.
9. Cleanina Janitorial needs:
1. Offices (daily)
2. Restrooms (daily)
3. Floor mopping (twice a week for the office & daily for the restrooms)
24. Police Deot.(SIU1. Office: 1831 Bay Road.; Two story bUilding 3,000 sJ. per floor (6,000
total s.f.), 6 toilets, 12 employees, 2 kitchens
Hours of Ooeration
1. Operating Schedule: Monday - Friday, 8:00 am l 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 8.. daily for the restrooms)
25. Marine Patrol Office: 1900 Purdy Ave.; Two story bUilding top floor Only, 2 toilets, 4
employees.
Hours of Operation
1. Operating Schedule:Monday.. Friday, 8:00am - 6:00 pm.
B. Cleaning
1. After closing of facility.
C. Cleanina Janitorial needs:
1. Offices (daily)
2. Restrooms (daily)
3. Floor mopping (twice a week for the office. & daily for the restrooms)
26. 717, 17th Street BUILDING (3 offices On the 2nd Floor, one office on the.fh floor.
(Medical Clinic) and the restrooms andcornmon areas on the1ot,~, 4th and 5h
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:
Offices (daily)
Restrooms (daily)
Floor mopping (twice a week for the office & daily for the restrooms)
27. 555 Convention Center Drive Building;. ACE and Code Compliance only. 1 floor
approx. 20,000 sJ. total. 15,000 sJ. currently being used, 8 toilets.
Hours of Ooeration
1. Operating Schedule: Primarily, Monday - Friday, 8:30 am - 5:30 pm.
2. Day Cleaning: 5 Days a week
3. Night Cleaning: Night cleaning shall be between the hours of closing and 8:00 a.m. the
following morning.
Cleanino 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 remote from the clubhouse.
.. Hours of Ooeration
1. Operating Schedule: Primarily,. Monday - Friday, 8:30 am - 5:30 pm.
3. Day Cleaning: 7 Days a week
Cleaning Janitorial needs:
1. Offices (daily)
Restroorris(daily)
29. FlamingoPark: includes 6 restrooms, 3 toilets & 3 urinals in each restroom
Hours of Ooeration
1. Operating Schedule: Primarily, Monday -Friday, 8:30 am - 5:30 pm.
4~ Day Cleaning: 7 Days a week
Cleanina Janitorial needs:
1. Offices (daily)
Restrooms (Twice daily)
ATTACHMENT "C"
COST WORKSHEET FOR PARKING GARAGES OF THE CITY OF MIAMI BEACH
We propose and agree, if this Proposal 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 lilt 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 AWARDACONTRACT OR CONTRACTS
AS DEEMED BY THE CITY TO BE IN THE BEST INTEREST OF THE CITY.
BE ADVISED: UNDER THE LMNG WAGE ORDINANCE CONTRACTOR'S EMPLOYEES
MUST BE PAID A MINIMUM OF $8.56 AN HOUR WITH HEALTH BENEFITS PLUS A
MINIMUM OF $1.25 AN HOUR MUST BE PAID TOWARDS EMPLOYEE'S HEALTH
BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
ALSO PROVIDE BILL RATE FORE;ACH CLASSIf:IATIONTHATTHE CITY WILL BE
BILLED.
B. Supervisors
$
p/hour
A. Custodians
p/hour
C. BILL RATE for Custodians
p/hour
D. BILL RATE for Supervisors
p/hour
E. Ratio of Supervisors to workers:
BID ITEM "A"
7th ST. PARKING GARAGE. Collins Ave. & 7th St., Miami Beach, Florida
TOTAL MONTHLY COST TO THE CITY: $
SID ITEM 'is''
12th ST. PARKING GARAGE Drexel Ave. & 12thSt., Miami Seach, Florida
SID ITEM "C"
13th ST. PARKING GARAGE.. Collins Ave. & 13th St., MiamlSeach, Florida
, . .
TOTAL MONTHLY COST TO THi: CITY: $
BID ITEM "0"
17th ST. PARKING GARAGE.. Collins Ave. & 17th St., Miami Beach, Florida
TOTAL MONTHLY COST TO THE CITY: $
SID ITEM "E"
42 Street Parklna Garaae, 42nd Street & Royal Palm Ave
TOTAL MONTHLY COST TO THE CITY: $
ATTACHMENT"C" CONTINUED.
Total Monthly Cost Breakdown:
a. payroll, taxes & insurance...........$
b. fringe benefits.............................$--'--___
c. chemical supplies........................$_____
d. Expendable Items........................$___
Additional CI&anitlgs - (Cleaningsnot specified in the bid specifications)
per hour
Use of Contractors' Pressure Cleaning Equipmetlt .
per hour
(Pressure Cleaning not specified in the bid specifications)
NAME()F COMPANY:
per hour
PRINT NAME OF AUTHORIZED REPRESENTATIVE:
SIGNATURE:
AnACHMENT "A"
COST WORKSHEET FOR CITY OF MIAMI BEACH BUILDINGS
We propose and agree, if this Proposal is accepted to contract with the City of Miami
Beach, Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial
workers, supervisors, payroll, taxes, insurance, fringe benefits, chemicals & supplies, toofs &
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 OFTHE CITY.
BE ADVISED: UNDERTHE 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 PAID TOWARDS EMPLOYEE'S HEALTH
BENEFITS OR $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
ALSO PROVIDE BILL RATE FOR EACH CLASSIFIATION THAT tHE CITY WILL BE
BILLED.
A. Custodians
p/hour
B. Supervisors
p/hour
E. BILL RATE for Supervisors
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
ATTACHMENT "A" CONTINUED
BID ITEM "2":
SCOTT RAKOW YOUTH CENTER .2700 Sheridan Avenue, Miami Beach, Florida.
Exterior Glass Cleaning:
(Quarterly)
4.
Daily Charge:
(Day Cleaning Crew) $
per hour worked per person.
Total MOrlthly Cost to City (Night Cleaning)
5. Special Charge: Strip & Resurface Special Use Floors. (Gymnasium
Floor if required more than semi-annually: $
BID ITEM "3"
POLICE DEPARTMENT 1100 Washingtorl AverlLJe, Miami Beach,Florida
Five(S) personnelshall be required Monday through Friday from 8:00AM to 4:00PM.
One person shall be required bn Saturdays and Sundays for four (4) hours each day.
Janitorial personnel will be assigned responsibilities. daily by the Police Property Manager.
Exterior Glass Cleaning:
. (Quarterly)
Total Monthly Cost:
BID ITEM "4"
HISTORIC CITY HALL 1130 Washirlgton Avenue,Miami Beach, Florida
Exterior Glass Cleaning:
(Quarterly)
ATTACHMENT "A"CONTINUED
BID ITEM "5" MIAMI BEACH PUBLIC RESTROOMS '- SEE ATTACHMENT "B"
BID ITEM "6"
BASS MUSEUM DEVELOPMENT OFFICE 2100 Park Avenue, Miami Beach,Florida
Exterior Glass Cleaning:
(Quarterly)
Total Monthly Cost:
BID ITEM "7"
SOUTH SHORE COMMUNITY CENTER 833 Sixth Street, Miami Beach, Florida
Exterior Glass Cleaning:
(Quarterly)
TotalMonthly Cost:
Total Monthly Cost to City (Night Cleaning)
Hourly Charge: (Morning Clean-Up) $
Hourly Charge: (Day Cleaning)
ATTACHMENT "A" CONTINUED
BID ITEM "S"
FIRE STATION #2, 2300 Pine Tree Dr., Miarnl 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)
$
BID ITEM "10"
OCEAN FRONT AUDITORIUM 1001 Ocean Drive, Miami Beach, Florida
Total Monthly Cost:
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 Str&et, 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
$
8440 HawthomeAve., Miami Beach, Florida
BID ITEM "17"
NORMANDY SHORES PARK 2605 Biarritz, Miami Beach, Florida
ATTACHMENT "A" CONTINUED
Total Monthly Cost:
BID ITEM "18"
NORMANDY IsLE PARK 7030 Trouvllle Esplanade, Miami Beach,.Florida
Total Monthly Cost:
BID ITEM "19"
PARKS MAINTENANCE BLDG.. 2100 Meridian Ave.. Miami Beach Florida
Total Monthly Cost: $
BID ITEM "20"
PROPERTY MANAGEMENT BLDG.. 1245 Michigan Ave., Miami Beach, Florida
Total Monthly Cost:
BID ITEM "21"
FLEET MGMT. & SANITATION BLDG.. 140 MacArthur Causeway, Miami Beach,
ATTACHMENT "A" CONTINUED
BID ITEM "22"
BEACH PATROL OFFICE. Ocean Drive & 10th Street, Miami Beach, Florida
BID ITEM "23"
PUBLIC WORKS YARD OFFICES. 2300 Pine Tree Drlv&, Miami Beach,Florida
Total Monthly Cost:
BID ITEM "24"
POLICE DEPT. SPECIAL INVEST. UNITOFFICE.1831Bay~d., Miami Beach, Florida
Ext&rlorGlass Cleaning:
(Quarterly)
Total Monthly Cost:
BID ITEM "25"
MARINE PATROL OFFICE. 1900PurdvAve.. Miami Beach,Florlda
Total Monthly Cost:
ATTACHMENT "A" CONTINUED
BID ITEM "26"
777, 17th Street Building, Miami Beach,Florida
Exterior Glass Cleaning:
(Quarterly)
Total Monthly Cost:
BID ITEM "27"
555 Conv~ntion Center Drive. Buildina
Exterior Glass Cleaning:
(Quarterly)
Total Monthly Cost:
BID ITEM "28"
Golf Course Club House
Total Monthly Cost:
BID ITEM "29"
Flamlnao Park
BASEBALL STADIUM
FOOTBALL STADIUM
TENNIS COURTS
Total Monthly Cost:
$
ATTACHMENT "A" CC>NTINUED
GRAND TOTAL FOR ALL FACILITIES QUARTERLY GLASS CLEANING:
$
. , c
GRAND TOTAL FOR JANITORIAL SERVICES EXCLUDINGPUBLlCRESiROOMS
$
Total Monthly CostBreakdown:
a. payroll, taxes & insurance.......,...$
b. fringe benefits.............................$~_----o.
c. chemical supplies...................l....$
d. Expendable Items........................$_____~_
ATTACHMENT "A" CONTINUED
> >
The following are cleaning on an as needed basis. Bid Price shall be "per cleaning"
NOTE:
Per Cleaning
RESTROOMS REQUIRE CLEANING 2 TIMES PER DAY, 7 DAYS PER
WEEK. ("ENHANCED SERVICES")
NAME OF COMPANY:
PRINT NAME OF AUTHORIZED REPRESENTATIVE:
SIGNATURE:
ATTACHMENT "B"
COST WORKSHEET FOR CITY OF MIAMI BEACH RESTROOMS
We propose and agree, if this Proposal is accepted to contract with the City of Miami Beach,
Florida, bid is as a total monthly cost to the City. Bid shall include costs for janitorial workers,
supervisors, payroll, taxes, insurance, fringe benefits, chemicals & supplies, tools &
equipment, expendable supplies used in replenishing rest room dispensers such as paper
towels, roll tissue, hand soap, etc., overhead and profit necessary for any Janitorial Services
required to maintain the premise in an acceptable CClndition 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 EACHCLASSIF=IATlON THAT THE CITY WILL. BE
BILLED.
A. Custodians
p/hour
C. BILL RATE for Custodians
F. BILL RATE for Supervisors
TOTAL MONTHLY REQUIREMENT
NAME OF COMPANY:
PRINT NAME OF AUTHORIZED REPRESENTATIVE:
SIGNATURE:
DATE:
OF MIAMI
1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139
http:\\cl.miami-beach.fl.us
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 34-02/03
ADDENDUM NO.2
March 31, 2003
CITYWIDE JANITORIAL SERVICES is amended as follows:
Answers to Questions:
Q. Please provide previous award information.
1. List of companies who have been sent copies of the solicitation;
2. Name of company currently performing the service;
3. List of companies and their bids from the last time the solicitation
was Issued; and
4. Pricing of the current contract.
A. 1.
2.
This invitation to bid was advertised in the Daily Business Review and
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 Serviceprbvider for City locations and City garages is
Best Maintenance.
F'reviously, 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 OF MIAMI BEACH
...~ ~~;~4
t. l.....
Gus Lopez, CPPO
Procurement Director
rm
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
hltp:\\cl.mlami-beach. fl.us
PROCUREMENT DIVISION
INVITATION TO BID NO. 34-02/03
Telephone (305)673-7490
Facelmlle (305) 673-7851
ADDENDUM NO.1
March 28, 2003
. CITYWIDE JANITORIAL SERVICES is ameillledas follows:
I. The Bid Opening date is changed from April 11 to April 23, 2003 at 3:00 P.M. Also, the
Site VisitJPre-Bid date has been changed form March 28, 2003 to April 9, 2003 at9:30
A.M. Transportation will be provided from City Hall, 1700 Convention Center Drive,
. transportation will depart at 9:45 A.M. The Pie-Bid Conference will follow in the City
Manager's small conference room 4111 floor, located at City Hall, 1700 Convention Center
Drive.
Inasmuch as this change does not IIlateria1ly affect the bid docwnent, proposers are not required to
acknowledge tbis addendum to be deemed responsive.
Gus Lopez, CPPO
Procurement Director
rm
INVITATION FOR BIDS
CITYWIDE JANITORIAL SERVICES
BID # 34-02/03
BID OPENING: APRIL 23, 2003
Gus Lopez, CPPO, Procurement Director
City of Miami Beach - Procurement Division
1700 Convention Center Drive
Miami Beach, FL 33139
F: \PURC\$ALL \michelle\bids02/03 .armor car.doc
BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page 1 of 116
CITY.OF MIAMI BEACH
la
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\mlamibeachfl.gov
INVITATION TO BID NO. 34-02103
PUBLIC NOTICE
Sealed 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. on April 23,
2003 for:
CITYWIDE JANITORIAL SERVICES
Scope of Work: The City seeks tocoritract a responsible firm to provide janitorial services
to the City of Miami Beach's offices and garages. The contractor shall provide all labor,
equipment, tools, chemicals, paper products, supervision, and other items or service
necessary to perform the work as defined in this Bid. The City of Miami Beach reserves the
. right to add, delete and/or modify locations and/or services as deemed necessary. Payment
for additional or modified locations and/or services will be at the agreed upon price, based
on the quoted bid price for comparable locations and/or services. Deductions from payment
for deleted locations will also be made as per the quoted bid price for comparable locations
and/or services.
At time, date, and place above, bids will be publicly opened. Theresponsibilityfor
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.BIDCONFERENCE WILLSE HELD ON
APRIL 9, 2003 AT 9.30 A.M. TRANSPORTATION WILL BE PROVIDED FROM CITY
HALL,1700 CONVENTION CENTER DRIVE. < TRANSPORTATION WILL DEPART
CITY HALL AT 9:45 A. M. THE PRE-BID CONFERENCE WILL FOLLOW IN THE CITY
MANAGER'S SMALL CONFERENCE ROOM, LOCATED AT CITY HALL,1700
CONVENTION CENTER DRIVE, FOURTH FLOOR, MIAMI BEACH, FLORIDA
BID NO. 34-02/03
DATE: March 7,2003
Site visit shall begin at 10:00 A.M. on Apl'il9, 2003,attheScott RakoW Youth Center,and
. continue as follows:
1. Scott Rakow Youth Center......~..............,..
2. Historic City Hall..............................
3. Police Facility.................................
4. South Shore Community Center..................~.
5. 21 st Street Recreation Center..............."..
ONE HOUR BREAK
6. 777 17 Street
7. 555 Convention Center
8. City HaiL......................................
10:00 A.M.-10:15 A.M.
10:30 A.M. -- 11 :45 A.M.
11:45 A.M. ~ 12:00 P.M.
12:15 P.M. --12:30 P.M.
12:45 P.M. -- 1:00 P.M.
2:00 P.M. - 2:15 P.M.
2:30 P.M. --2:45 P.M.
2:45 P.M. ~3:00 P.M.
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 MiarniBeach Public Restrooms will not be visited during this inspection. Each bidder
is responsible. prior to submitting the bid to visit each location and acquaint themselves
with the needs and requirements of thesel'vice for each location.
. The City has contracted with DemandStar by Onvia as our electronic procurement service
for automatic notification of bid opportunities and document fulfillment. We encourage you
to participate in this bid notification system. To find out how you can receive automatic
bid notifications or to obtain a copy ofthls Bid, go to www.demandstar.comor call
toll-free 1-800-711-1712, and request Document #343. Subscribing to DemandStar by
Onvia's bid notification system is nota requirement. You will stiD be able to find bid
informaticm and download documents throughthEi City's wabsite (http://miamibeachfl.gov)
From the City's home page, click on Procurement and follow the instructions.
Any questions or clarifications concerning this Bid shall be submitted in writing by rnail 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 raceivedno 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 Miarni.Beach rasel'vas.the right to accept any proposal or bid deerned to be in
the best interest of the City of Miami Beach, or waive any informality in any proposal or bid.
The City of Miami Beach may reject any and all proposals or bids.
YOU ARE HEREBY ADVISED THAT THIS BlOIS SUBJECT TO THE "CONE OF
SILENCE, " IN ACCORDANCE W.ITH ORDINANCE NO. 2002-3378. A COpy OF ALL
WRITTEN COMMUNICATION (S) REGARDIN(; 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.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE
CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FORBID IS SUBJECT TO THE
BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECTTOTHE
CAMPAIGN. CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389.
LOBBYIST, PURSUANT TO THE CITY CODE, you ARE REQUIRED TO REGISTER AS
A LOBBYIST,AND AS OF MAY 18,.2002, ACCORDING TO ORDINANCE NO. 2002-
3363,ALL LOBBYISTS AND PRINCIPALS MUST FILE AFINANCIAL DISCLOSURE
STATEMENT WITH THE CITY CLERK'S OFFICE.
. yOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE
LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES WHO PROVIDE
SERVICES COVERED BY THE BID, SHALL BE PAID A LIVING WAGE OF NO LESS
THAN $8.56 AN HOUR WITH HEALTH BENEFITS,OR A LIVING WAGE OF NO LESS
THAN $9.81 AN HOUR WITHOUT HEAL THBENEFITS.
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 thatthe successful proposer intends to use sub-
Consultants, the successful proposer shall require such sub-consultants to comp Iy with the
City's Living Wage Ordinance.
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
hllp:\\miamibeachflgov
Telephone (305) 673.7490
Facsimile (305) 673-7851
\ NOTICE TO PROSPECTIVE BIDDERS I
NO BID
If not submitting a bid at this time, please detach this sheet from the bid
documents, complete the information requested, and return to the address listed
above.
NO BID SUBMlnED 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.sirnply not interested in bidding at this time. .
_Due to prior commitments, I was unable to attend pre-Bid meeting.
----,-OTHER. (Please specify)
We do _. do not ~ want to. be retained on . your mailing list for future bids for the. type or
, . product and/or service.
Company:
Signature:
Title:
Note: Failure to respond, either by submitting a bid or thisc:ompJeted form, may result In
your company being removed from the City's bid list.
A. BID SUBMISSION
An original plus THREE (3)eopies of complete bid must be received by, April 23,
.2003, at 3:00 p.m. and will be opened onthat day at that time. The original and all
copies must be submitted to the Procurement Division in a sealed envelope or
contliiner stating on the outside the Bidder's name, address, telephone number, BID
number and tit/e, and Bid due date.
The responsibility for submitting a response to this BID to the Procurement Division
on or before the stated time and date will be solely and strictly that of the Bidder.
The City will in no way be responsible for delays caused by the U.S. Post Office or
. caused by any other entity or by any occurrence. . BIDS RECEIVED AFTER THE
BID DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE
CONSIDERED.
PRE-BID CONFERENCE
A Site Visit/Pre-Bid conference has been scheduled as follows:
. Date: APRIL 9, 2003
Time: 9:30 A.M.
Place: Transportation to site visit will leave City Hall at 9.45 a.m.
1700 Convention Center Drive
First Floor
Miami Beach,Florida.
Pre-Bid Conference will follow in the City Manager's Small Conference Room
1700 Convention Center Drive
Fourth Floor
Miami Beach, FlOrida.
c. CONTACT PERSONJADDITIONAlINFORMATI()N/ADDENDA
The contact person for this Bid is Michelle Cullen, Procurement Coordinator. The
Procurement Coordinator may be reached by phone: 305.673.7490; fax: 305.673.7851; or
e-mail: michellecullen@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, stlitements, or explanations other than those
BID NO. 34-02/03
OA TE: March 7. 2003
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.
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 Iodations 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 fora twenty-four (24) month period, at which time
they will be reconsidered for adjustment prior to renewal as follows;
Change shall not be more than the percentage increase or decrease in the
Consumer price Index CPI-U (all urban areas) computed 60 days prior to the
anniversary date of the contract.
MODIFICATION/WITHDRAWALS OF BIDS
A Proposer may submit a modified Bid to replace aU or any portion of a previously
submitted Bid up until the Bid due date and time. Modifications received after the
Bid due date and time will not be considered.
Qualifications shall be irrevocable until oontractaward unless withdrawn in writing
prior to the Bid due date or after expiration 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.
BIDPOSTPONEMENT/CANCELLA liON/REJECTION
The City may, at its sole and absolute discretion, reject any and all, or parts of any
and all, Bids; re-advertise this Bid; postpone or cancel, at any time, this Bid process;
or waive any irregularities in this Bid, or in any Bids received as a result of this Bid.
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.
Paae 7 of 116
EXCEPflONS TO BID
Proposers must clearly indicate any exceptions they wish to take to any of the tenns
in this Bid, and outline what alternative is being offered. The City, at its sole and
absolute discretion, may accept or reject the exceptions. In cases in which
exceptions are rejected, the City may require the Proposer to furnish the services or
goods originally described, or negotiate an alternative acceptable to the City.
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 "Govemment in the Sunshine
Law".
NEGOTIATIONS
The City may award a contract on the basis of initial offers received, without
discussion, or may require Proposers to give oral presentations based on their
qualifications. . The City reserves the right to enter. into negotiations with the top-
ranked Proposer, and if the City and the top-ranked Proposer cannot negotiate a
mutually acceptable contract, the City may terminate the negotiations and begin
negotiations with the second-ranked Proposer. This process may continue until a
contract has been executed or all Bids have been rejected. No Proposer shall have
any rights in the subject project or property or against the City arising from such
negotiations.
t=INANCIAL STABILITY AND SfRE:NGTH
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 submitfinaTlcial 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 BidderlProposer 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; lJCENSING REQUIREMENTS
Proposers are expected to be familiarwith, and comply with, all Federal, State and
local laws, ordinances, codes, and regulations that may in any way affect the
services offered, including the Arnericans With Disabilities Act, Title VII of the Civil
Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines.
Ignorance on the part of the Proposer will in no way relieve it from responsibility for
compliance.
DEFAULT
Failure or r13fusa.lofa Prop6serto 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 thatporti6n of any surety required as liquidated
damages to the City. Where surety is not required, such failure may result in a claim
for damages by the City and may be grounds for removing the Proposer from the
City's vendor list.
CONFLICT OF INTEREST
All Proposers must disclose with their Bid the name(s) of any officer, director, agent,
or immediate family member (spouse, parent, sibling, child) who is also an
employee of the City of Miami Beach. Further, all Proposers must disclose the
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 LOaBYlST LAWS
All Proposers are expected to be or become familiar with all City of Miami Beach
Lobbyist laws, as amended from time to time. Proposers shall ensure that all City of
Miami Beach Lobbyist laws are complied With, and shall be subject to any and all
sanctions, as prescribed herein, in addition to disqualification of their qualifications,
in the event of such non-compliance.
PROPOSER'S RESPONSIBILITY
Before submitting Bid, each Proposer shall make all investigations and examinations
necessary to ascertain all conditions and requirements affecting the full performance
of the contract. Ignorance of 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 andwith 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 heretbthat the successful Proposer be legally
considered to be an independent contractor and that neither the Proposer nor the
Proposer's employees and agents shall, under any circumstances, be considered
employees or agents of the City.
PUBLIC ENTITY CRIME (PEC)
A person or affiliate who has been placedonlheconvicted vendor list following a
conviction for publiC entity crimes may not submit abid 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. 34-02103
DATE: March 7. 2003
perform work as a contractor, supplier, sub-contractor, or consultant under a
contract with a public entity, and may not transact business. 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.
DEBARMENT ORDINANCE
Proposers are hereby advised that this Bid is further Subject to City of Miami BeaCh
Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised
to review the City's Debarment Ordinance. Debarment may constitute grounds for
termination of the contract, as well as, disqualification from consideration on any
City of Miami BeachRFQ, RFP,RFLI, or bid.
U. CODE OF BUSINESS ETHICS
Pursuant to Resolution No.2000-23879 each person or entity that seeks to do
business with the City shall adopt a Code of Business Ethics ("Code") and 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, reC!Uiteyour firm or you asasole proprietor, to
comply with all applicable governmental Jules 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 mayprotestany recommendation for Contract award
in accordance with City of Miami Beach Ordinance No. 2002-3344, which
establishes procedures for resulting protested bids and proposed awards. Protest
not timely made pursuant to the requirements of Ordinance No. 2002-3344
shall be barred.
AMERICAN WITH DISABILITIES ACT
Call (305) 673-7490NOICE to request material inaccessible format; sign language
interpreters (five days in advance when possible), or information on access for
persons with disabilities. For more information on ADA compliance please call Heidi
Johnson Wright, Public Works Department, at 305.673.7080.
ACCEPTANCE OF GIFTS,FAVORS,SERVICES
Proposers shall not offer any gratuities, favors. or anything of monetary value to any
official. employee, or agent of the City, forthe pUrpose of influencing consideration
of this Bid.
Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall
accept any gift, favor or service that might reasonably tend improperly to influence
him in the discharge of his official duties. .
Y. LOBBYISTS
Pursuant to the City Code, you are required to register ass Lobbyist, and as of May
18, 2002, according to Ordinance No. 2002-3363, all Lobbyists and Principals must
BID NO. 34-02/03
DATE: March 7. 2003
CITY OF MIAMI BEACH
file a financial disclosure statement with the City Clerk's Office.
DEFINITION:
Lobbyists means all persons employed onetained, whether paid or not, by a
principal who seeks to encourage the passage, defeat or modification of any
. ordinance, resolution, action or decision of any commissioner; any action, decision,
recommendation of any city board or committee; or any action, decision or
recommendation of any personnel defined in any manner in this section, during the
time period of the entire decision making process on such action, deCision or
recommendation that foreseeably will be heard orreviewed 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 anassociate,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 ergaged as a lobbyist for and on
behalf of a third person with respect to any official action by any public officer
sought by such third person.
Failure to comply with the Lobbyists Ordinances shall be handled by the Miami-
Dade CountyCommlsslol1 on Ethics and Public Trust.
For additional information, please visit oufwebsite at hUp:llmiamibeachfl.gov
BID NO. 34-02/03
DATE: March 7.2003
SECTION II. SCOPE OF SERVICE
The purpose of this. Bid is. to establish. a. contract, by means. of sealed bids toa
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 Carage, Collins Ave. & 7th St.
B. . 12th Street Parking Garages, Drexel Ave. & 12th St.
C. 13th Street Parking Garage,CoUins Ave & 13th St.
D. 17th Street Parking Garage, Pennsylvania Ave & 17th 8t
1. City Hall, 1700 Convention Center Drive.
2. Scott Rakow Youth Center, 2700 Sheridan Avenue.
3. Police Department, 1100 Washington Avenue.
4. Historic City Hall, 1130 Washington Avenue.
5. Miami Beach Public Restrooms, see Attachment "B", page 53
6. Bass Museum Development Office, 2100 Park Avenue.
7. South Shore Community Center, 833 Sixth Street
8. Fire Station No.2, 2300 Pine Tree Dr.
9. 21st Street Recreation Center, 2100 Washington Avenue.
10. Ocean Front Auditorium, 1001 Ocean Drive.
11. North Shore Community Center, 7250 Collins Avenue.
12. North Shore Recreation Center, 501 - 72nd Street.
13. Muss Park, Chase Ave. & 44th Street
14. Tatum Park, 8050 Byron Avenue.
15. Stillwater Park,8440 Hawthorne Avenue;
16. Fairway Park, Fairway & No. Shore Dr.
17. Normandy Shores Park, 2605 Biarrltz.
18. Normandy Isle Park, 7030 Trouville Esplanade.
19. Parks Maintenance Bldg., 2100 Meridian Ave.
20. Property Management Bldg., 1245 Michigan Ave.
21. Fleet Mgmt.JSanltation Bldg., 140 MacArthur Causeway
22. Parking Dept. Bldg., 777, 17thSt. (2nd Floor)
23. Beach Patrol Office, Ocean Drive & 10th S1.
24. Flamingo Park Tennis Court, 1100 Michigan Ave.
25. Public Works Yard Offices,2300Pine Tree Dr.
26. 7th Street Parking Garage Office's & Elevators, Collins Ave. & 7th S1.
27. 13th Street Parking Garage Offices & Elevators, Collins Ave & 13th 81.
28. 17th Street Parking Garage Offices & Elevators, Pennsylvania Ave & 17th St.
29. Police Dept. Speciallnvest.UnitOffice, 1831 Bay Rd.
30. Marine Patrol Office, 1900 Purdy Ave.
77717 Street Butlding . . . .
555 Convention Center Drive Bulldillg
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 at conditions and requirements that may in any
manner affect the work to be performed under this contract. No additional
allowances will be made because of lack of knowledge of these conditions.
DESCRIPTION.OF GARAGE pROPERTIES:
7th Street Parking Garage; a six (6) story, 649 space parking garage.
(1) There are three (3) elevators ahd four (4) stairways which require
cleaning.
(2) All garage ramps aM Spaces to be cleaned of litter and debris daily,
seven days per week.
(3) Once each week stairwells Will be washed and swept out.
(4) One Parking Office with bathroom will be cleaned daily, seven days a
week.
(5) All trash receptacles will be emptied daily, seven days per week.
(6) Monthly Pressure washing to include ceilings and walls twice per year.
12th Street Garage; a four(4) story, 134 space garage
(1) All parking ramps, aisles and spaces to be cleaned of litter and debris.
(2) One (1) elevator and two (2) stairwells which will require cleaning.
(3) All trash receptacles will be emptied daily.
(4) Quarterly pressure washing of the garage to include walls and ceilings
once per year.
13th Street Parking Garage; a five story, 286 space public parking garage.
(1) All parking ramps and spaces shall be cleaned of litter and debris
daily.
(2) Two(2) elevators and two (2) stairWells which require cleaning.
(3) One (1) parking office will be cleaned daily.
(4) All trash receptacles will be emptied daily. .
(5) Quarterly pressure washing to include walls and ceilings once per
year,
17th Street Garage and Surface Lots; a five story 1 ,460 space garage and two (2)
surface lots consisting of 506 spaces.
(1) All parking ramps, aisles and spaces to be cleaned of litter and debris.
(2) Four (4) Elevators and four (4) stairwells which will reqlire cleaning.
(3) One (1) parking office and two (2) public restroomswill be cleaned
daily.
All trash receptacles will be emptied daily
Quarterly pressure washing of the garage to include walls and ceilings
once per year.
7th Street Garaae Cdllins A..,e~ & 7th Street
A. Hours of Ooeration/Cleanina:
1. Ooerating Schedule The garage oper~ting schedule is 24 hours a day
7 days a week.
NiClht Cleanina Hours: Not requited.
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)
12th Street Garaae: Drexel and 12th Street.
A. Hours of Ooeration/Cleaning: ....
1. OoeratinaSchedule: 7 days a week 24 hours a day.
2. Niaht Cleaning Hours Not required.
3. Day Cleanina Hours:
3a. 7 days per Week (4 hours per Day).
13th Street Garaae: Collins and 13th Street
A. Hours of Ooeration/Cleanina
1. Ooerating Schedule. The garage operating schedule is 7 days a week
24 hours a day.
2. Night Cleanina Hours: Not Required
3. Day Cleanina Hours:
3a. 7 days per Week (4hollrs per Day).
17th Street Garaae andSurfacelots:Pellllsylvanla and 17th Street.
Hours of Ooeration/Cleanina:
1. Ooeratina Schedule: Garage and Lots, 7 days a week 24 hours a day.
2. Niaht Cleanina Hours: Not Required
3. Day Cleaning Hours: .
3a. 7 days per Week (9 hours per Day)
3b. 5 days per Week (2 hours per Day)
GARAGE HOUSEKEEPING SPEGIFIC::ATIONS
A. Dailv Services:
1. Collect and dispose of all waste materials.
2. Empty and wipe all ashtrays.
3. Dry mop all VAT, wood and cOmposition floors with chemically treated
dust mops.
4. Dust desks, . chairs and othElroffice 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.
Weeklv Services:
1. Perform low dusting of all areas not included in daily services.
2. Clean electrical switch/receptacle covers and surrounding areas.
3. Dust baseboards.
4. Dust all vertical surfaces on furniture.
5. Dust all louvers, ventilation grills and dampers Within reach.
. Monthly Services:
1. Perform high dusting (ie. door header and trim, top and edge of
partitions). .
Dust all picture frames, charts and similar wall hangings in addition to
daily or weekly cleaning.
Strip, clean and apply new finish to resilient floors.
Dust all coverings to include blinds and shades.
D. Quarterlv Services:
1. Dust walls, partitions,. doors and all vertical and horizontal surfaces
not included in monthly, weekly or daily services.
2. Dust and vacuum all high surfaces to include wood panels. HVAC
diffusers/vents and ceiling tiles surrounding the vents.
Dailv Services:
1. Clean and sanitize restrClOlTlS, Wash basins, dispensers, chrome pipe,
fittings and supports.
.2. Clean Mirrors and Frames.
3. . Wet mop and disinfect floors.
4. Clean and sanitize toilets, urinals and sanitary napkin receptacles.
5. Dust ledges and partitions.
6. Promptly advise the Building Manager's office of any inoperative,
missing or damaged restroom fixture.
7. Damp mop walls, partitions, doors and frames,ledges, sills and
counters.
8. Refill all dispensers (tOWelS, tissue, hand soap, napkins).
BID NO. 34-02/03
DATE: March 7, 2003
Collect and dispOse of all waste material.
Turn off all lights.
Spot wash partitions, Walls and doots.
B: Monthly Services:
1. . Wash toilet partitions and ceramic tile walls.
2. Scrub walls.
3. Perform high dusting and/or washing,including walls.
C. Quarterly Services:
1. Clean and vacuum diffusers/vehtsandceilingtiles.
Elevators. Lobbies and Buildina Corridors
A Daily Services:
1. Dust ledges within reach.
2. Damp mop as heeded.
3. Empty and clean cigarette receptacles.
4. Spot clean walls and doors.
6. Clean, wipe and sanitize drinking fouhtains.
B. Weekly Services:
1. Machine polish and/or apply finish to all nOl'l-'carpeted areas to
maintain excellent appearance.
Quarterly Services:
1. Clean and vacuum diffusers/vehts and ceiling tiles.
Garaae Ramos. Aisles. Soaoos
A. Daily Services:
1. Pick up debris litter.
2. Sweep thoroughly.
B. . Quarterlv Services:
1. Pressure wash floors.
Stairways
A. DailyServices:
1. Sweep thoroughly.
2. Remove all debris.
Buildino Service Areas
A. Dailv Services:
1. Clean all janitor closets at end of shift and promptly switch off all
BID NO. 34-02/03
DATE: March 7, 2003
2.
lights.
Place waste paper, cardboard
receptacles or assigned rooms.
in approved
BuildinaExterior. Entrances and Main Lobby
A. Dailv Services:
1. Sweep sidewalks adjacent to the building.
2. Wash door glass and door frames.
3. Wipe down horizontal entrance ledges.
4. Remove gum and other adhesive material.
5. Sweep or flush clean exterior entrance to maintain in a good
condition.
6. Clean and/or polish all metal finished entrances to the building.
Other Reauirements
Provide owner daily with a Jistof 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. .
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 aM tile
areas.
(2) There are Twenty~three (23) bathroomsloeated in the following areas;
Fourth Floor -nine (9), Third Floor - six (6), Second Floor -four (4),
First Floor - four (4).
There are fourteen (14) waterfountains to be cleaned located in the
following areas; Fourth Floor- three (3), Third Floor- four (4), Second
Floor - four (4), First Floor -three (3).
(4) There are four (4) elevators and four (4) stairways which require
cleaning.
SCOTT RAKOW YOUTH CENTER;. (55,118 sq. ft.)
Two-Story Structure with a separate single;.story locker room building.
(1) The floors of the buildings to be serviced consist of carpeted and tile
areas. Special use floors in three (3) distinct areas of operation; (a)
gymnasium, (b) ice rink perimeter; (c) patio.
There are eight (8) bathrooms. located in the followingareas;.Locker
Rooms -two (2), Upstairs - two (2), Ice Rink - two (2), Concession _
One (1), and Gymnasium -one (1).
There is one (1) elevator and three (3) stairways which require
cleaning.
There are seven (7) water fountains to be cleaned loeatedin the
. CITY OF MIAMI BEACH
following areas; Concession-one (1), Upstairs-two (2), Pool-two(2),
Ice Rink -one (1) and Gymnasium -one (1).
POLICE DJ:PARTMENT;(100,000 sq. ft.) Five-Story Structure with Public Parking
Facility (2 levels), Restricted POliceParking Facility (9 levels), Firing Range,
. Detention Cells, Jail Facilities, Gymnasium and Locker Rooms.
(1) The floorsofthebuilding to be serviced consist of carpeted and tHe
areas. Special use floors in the following areas; (a) Firing Range, (b)
Gymnasium. .... .. .
(2) There are 31 bathrooms located inthefollbwing 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 isa lead poison danger involved in cleaning the
firing range. Cleaning personnel who work in this area will have to
take certain precautions. This will include periodic blOod tests and the
wearing of OSHA approved safety equipment.(Silicone Half Mask
Respirator) All cost incurred will be at c:ontractors expense.
(6) Additional Areas: There are four (4) additional areas which require
janitorial services once weekly. These locations are one story sub-
stations. Contractor's personnel will be transported to these locations
by the Miami Beach Police Department. (Normally on Wednesdays)
Historic: City Hall; (31 ,200 sq. ft.) (Justice Center) Nine-Story structure with
janitorial requiremsnts in the Public Areas on the first through eighth floors, the main
stairways, elevators, restrooms, etc.
The floors ofthebuilding tObe serViced consist of carpeted and tile
areas.
There are six (6) bathrooms located in the following areas: Eighth
Floor (1), Seventh Floor (1), Sixth Floor (1), Fifth Floor (1), Fourth
Floor (1), and Third Floor (1).
There are two (2) elevators and three (3) stairways Which require
cleaning. One stairway is firSt and second floor only. The other two go
from the second to the ninth:
(4) There are six (6) water fountains to be cleaned, located in the
following areas: One on each floor from the third through the
eighth.
CITYWIDE PUBLIC RESTROOMS, see Attachment"B", page 53, Cost Worksheet.
BASS MUSEUM OEVELOPMENTOFFICE;(1048 sq. ft.) One-Story Structure.
(1) The floors of the building to be serviced cOnsist of carpeted areas.
(2) There are two (2) bathrooms requiring cleaning.
SOUTH SHORE COMMUNITY CENTER, (42,000 sq. ft.) Two-Story Structure.
(1) The floors of the building to be serviced consist of carpeted and tile
areas.
(2) There are six (6)bathroomslocated ,"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 StoryStrudure
(Multi-Purpose Room, Bandshell/Ampitheatre, Theatre, Chess Club/Office,
Patios/Entranceways/Alcoves, Bathrooms)
The floors of the building to be serviced consist of carpet, wood,
linoleum, concrete, and tile.
There are eight (8) bathrooms which require cleaning. (a. Interior of
Theatre Building has two (2) bathrooms, b. Social Hall Building
exterior has two (2) bathrooms which require cleaning during events
only, c. Exterior of Theatre Building has two (2) bathrooms requiring
cleaning during events only, d. Main Building has two (2) bathrooms.
There are eight (8) water folintains which require cleaning.
a. Theatre Building has one (1), and Main Recreation Building has
seven (7).
OCEAN FRONT AUDITORIUM;(11 ,884sq.ft.) One Story Structure
(Multi-use large room, Stage areas; Dressing rooms, Stairwells,bathrooms,
Entry and Lobby. Outside ehtranceways should be Included for the
cleaning of litter and washdown.
The floors of the building. to be serviced consist of terrazzo, linoleum,
and concrete areas.
There are three (3) bathrooms which require cleaning.
. a. Lobby has two (2) bathrooms,
b. Backstage has one (1) bathroom which reqLire cleaning.
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-thestre, 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 forthe cleaning of litter and
washdown.
(1) The floors of the buildings to be serviced consist of linoleum,
(1)
(2)
(3)
(1 )
(2)
Terrazzo and Cement.
There are six (6) bathrooms which require. cleaning.
a. "Activity Building" has two (2) bathrooms,
b. Dance Floor Perimeter has two (2) bathrooms,
c. Backstage has two (2) bathrooms.
There are four (4) water fountains which require cleaning.
a. Backstage has one (1),
b. Dance Floor Perimeter has two (2),
c. "Activity Building" has one (1).
NORTH SI-lORE RECREATION tENtER; One Story Structure
Outside entranceways should be Included for the cleaning of litter and
. washdown.
(1) The only cleaning requiredatthislocation is two (2) bathrooms located on
the exterior of the building. Requires nightly cleaning of both bathrooms
and locking both when completed.
HOURS OF OPERAtiON/CLEANING
CitvHall:. 1700 Convention Center Drive.
A. Hours of Ooeration/Cleanina:
1. Operatina Schedule The City Hall operating schedule will primarily be
Monday through Friday from 8:30AM to 5:00PM; however, evening
meetings will occur bnan ongoing basis. The successful bidder will
be provided with a schedule of such meetings on a monthly basis.
2. Niaht Cleaning Hours Night cleaning shall be between the hours of
closing and 8:00AM the following morning.
3. Dav Cleaning. Hours 2 Hrs.a Day / 5 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 hisnormal cleanup crew for monthly,semi-annual,etc.cleaning
during this regularly assigned work time period, unless otherwise requested
by the City. .
Comoutation of Dailv Charae:
For purposes of adjustment due to unforeseen. closing of the facility, holiday
closing when services are not required, and other such closing for reasons
within or beyond the control of the City; the charge for services shall be per
the following method of computation.
The monthly lump sum costto 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 Ooeration/Cleaning
Ooeratina Schedule of Center The Youth Center operating schedule
will vary during the year, dependent on activity and need of the
center... ... .. .. .. ... . .... . ..... ...
Niaht Cleanina 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 tirne.Failureto report with ten (10) minutes after
closing time shall result in a penalty assessment of 50% against
contractor for that night's cleanirg charge.
DayCleanina Hours (while Centerisooen) The following shall be the
hour schedule for the day cleaning employee.
Total5-Hour Days..260 @ 5 Hrs. Day=1300 Hrs. total.
Total 7.5 Hour Days..7D @ 7.5 Hrs. Day=525 Hrs.total
TOTAL ANNUAL HOURS WORKED (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.
FacilitvClosir\(r
Facility shall be closed during the following periods:
1. .... Major holidays at the discretion of the City.
2. Approximately 27 caleJidar 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.
Dailv/Quarterly 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
supervisor to maintain the facility in a clean, litter-free, safe condition.
Contractor shall be required to proyideand 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.
A. Hours of Ooeration/Cleanina:.. . ..... . . ..
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. Night Cleanina 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 assiglled responsibilities daily by the Police Property
Manager.
S. Facility Closing: FaCility shall be closed during Major Holidays at the
discretion of the City. Holiday closing shall not interrupt cleaning schedules.
Should the facility be closed fora holiday, the contractor shall schedule his
normal cleanup crew for monthly; semi-armual, .etc.cleaning during this
regularly assigned work tinie period, unless otherwise requested by the City.
Daily Cleaning: Maintenance personnel assigned to the facility during its
operating hours. shall circulate throughout the facility performing such
janitorial functions as detailed herein, or as directed by the Police Property
Manager to maintain the facility in a Clean, free, safe condition, including the
Police parking garages.
Bidders Note: . The rate for the personnel provided during operating hours
shall be bid as a monthly charge based on the following: Five (5) personnel X
8 hours per day X 5 days per week and One (1) person X 4 hours per day X
2 days per week. (Sat. & Sun.)
Historic City Hall:(Justice Center) 1130 Washington Avenue.
Hours of Ooeration/Cleanina:
1. Ooeratina Schedule: Historic City Hall operating schedule will
primarily be Monday through Friday from 8:30AM to 5:00PM.
Niaht Cleanina Hours Night Cleaning shall be between the hours of
closing and 8:00AM the following morning.
Dav Cleanina Hours: Not Required
Facility Closina: Facility shall . be closed during Major Holidays at the
discretion of the City. Holiday closing shall not interrupt night cleaning
schedules. Should the facility be closed for a holiday, the contractor shall
schedule his normal cleanup crew for monthly, semi-annual, etc. cleaning
during this regularly assigned work time period, unless otherwise requested
by the City.
BID NO. 34-02/03
DATE: March 7,2003
CITY OF MIAMI BEACH
Bass MuseumDevelooment Office: 2100 Park Avenue
A. Hours of Ooeration/Cleanina:
1. Ooeratinq Schedule The DeveloprnentOffice operating schedule will
primarily be Monday through. Friday from 8:30AM to 6:00PM.
Niaht Cleanina Hours- Notrequired.
Day Cleaning Hours:~TwiceWeekly on Mondays and Thursdays in
the mornings.
South Shore Community Center (SSCC): 833 Sixth Street.
A. Hours of Ooeration/Cleanina:
1. ODeratina Schedule TheSSCCoperating schedule will primarily be
Monday through Fridayfrorn 8:30AM to 5:00PM.
2. Niaht Cleanina Hours Night cleaning shall be between the hours of
closing and midnight.
Day Cleanina Hours (WhileSSCC is open) The following shall be the
hour schedule for the day cleaning employee. Begin at 12:00 PM.
(Noon)
Total ~HourDays...260@5 Hrs. Day= 1300 Hrs.
Mornina Cleall'uD One person shall be required to clean the
entranceways, breezeway and exterior stairways by means of
sweeping and/orhosing 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. Facility elosina: 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.
Daily Cleanina: Maintenancepersonnelassigned to the facility during its
operating hours shall circulate throughout the facility performing such
janitorial functions as detailed herein, or as directed by the Building
supervisor to maintain the facility in a clean, free, safe condition. The primary
function of the day personnel will be preparing and cleaning up from the
Jewish Vocation feeding of the elderly program.
Bidders Note: The rateforthe personnel provided during operating hours
(daily cleaning) shall be bid asa part of the monthly lump sum cost for the
entire project requirements.
21st. Street Recreation Center: 2100 Washington Avenue.
A. Hours of Operation/Cleaning:
1. Ooeratina ScheduleM6ndi::ty thru Thursday -9:00 AM -9:00 PM,
Friday - 9:00 AM - 10:30 PM, Saturday - 6:00 PM -10:30 PM.
BID NO. 34-02/03
DATE: March 7, 2003
8. Ocean FrontAuditbril.lm: 1001 Ocean Drive.
A. Hours of Ooeration/Cleaning:
1. Operating Schedule Mondaythru Thursday ~ 9:30 AM -12:30PM.,
Friday & Saturday - 6:00 PM - 12:00 midnight., Sunday -6:30 PM _
10:00 PM.
2. "Time CertainCleanina": Completed by 4:00 PM, prior to all program
hours.
Scheduled thorough cleaning one time per week.
"Cutrentjanitorial needs are mbStlyoutside the large room, performing
weekly, monthly, quarterly and annual tasks only.
North Shore CommUnitv Center: 7250& 7275 Collins Avenue.
A. Hours of Operation/Cleanino: .
1. Operatina Schedule Monday and Saturday -( Closed); Wednesday,
Thursday, Friday and Sunday - 6:00 PM - 10:00 PM.
1 (a.) Activity Center: Monday thi'U Thursday "8=30 AM - 9:00 pM., Friday
8:30 AM - 5:00 PM,and Saturday 9:00 AM - 1 :00 PM.
2. "Time Certain Cleaning": Completed by 5:30 PM, at Community
Center (Bandshell) and prior to 8:00 AM in the Activity Center.
North ShOre Recreational Center: .501 - 72nd Street.
A. (1) The only cleaning required at this location is two (2) bathrooms
located on the exterior of the building. Requires nightly cleaning of
both bathrooms and locking both when completed. All entranceways
and doorways must be cleaned
11. Muss Park: Chase Ave. & 44th Street
Hours of Operation/Cleanino:
.1. Operatino Schedule: Monday - Friday, 8:00AM - 6:00 PM.
B. Cleaning:
1. After closing of facility.
C Cleanino/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, 8:00 am - 6:00 pm
Cleaning
1. After closing of facility.
BID NO. 34-02/03
DATE: March 7, 2003
"Time Certain Cleanina": Prior-to 8:~OAM on MondaysthruFridays 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 ahd exterior foyers. (Includes removing
cobwebs, cocoons,and dirt from foyer walls).
C. Cleanina/Janitorial needs:
1. Office (daily)
2. Shelter (daily)
3. Restrooms (daily)
Stillwater Park: 8440 Hawthome 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. CleaninC}IJanitorial needs:
1. Office (daily)
2. Shelter (daily)
3. Restrooms (daily)
Fairwav Parle Fairway & No. Shore Dr.
Hours of Operation
1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm
Cleaning
1. After closing of facility.
Cleanina/Janitorial needs:
1. Office (daily)
2. Two indoor shelters (daily)
3. Restrooms (daily)
Hours of ODe ration
1. Operating Schedule: Monday - Friday, 8:00am -6:00 pm
Cleaning
1. After blosing of facility.
Cleanina/Janitorial needs;
1. Office (daily)
2. Indoor shelter (daily)
3. Restrooms (daily)
Cleanina
1. After closing of facility.
Cleanin<;l Janitorial needs:
1. Offices (daily)
2. Restrooms (daily) .. . . ..
. 3. Floor mopping (twice aweek for the office & daily for the restrooms)
. ProoertY ManaaementBldg:. 1245 Michigan Ave.
A. Hours of Operation
1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm.
Cleariino
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)
Fleet Mamt./SanitationBJdas: 14b MacArthur Causeway
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 bffice& daily for the restrooms)
20. Parkina Deo!. Bldg: 777, 17th Street (2nd Floor).
A. Hours of Operation
1. Operating Schedule:
Cleaning
1. After closing of facility.
Cleaning Janitorial needs:
1. Offices (daily)
2. Restrooms (daily)
3. Floor mopping (twice a week for the office & daily for the restrooms)
Monday - Friday, 8:00 am ~6:00 pm.
BID NO. 34-02/03
DATE: March 7,2003
Page 26 of 116
1. Operating Schedule:
Cleanina
1. After closing of facility.
Cleanina Janitorial needs:
1. Offices (daily)
2. Restrooms (daily)
3. Floor mopping (twice aweekfortheoffice & daily for the restrooms)
Public Works Yard Offices:2~00 Pine Tree Drive.
Hours of Operation
1. Operating Schedule: Monday - Friday, 8:00 am - 6:00pm.
Cleanina
1. After closing offacility.
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 AvenlJe & 7th Street.
A. Hours of Operation
1. Operating Schedule: Monday - Friday, 8:00 am - 6:00 pm.
Cleanina
1. After closing of facility.
Cleanina Janitorial needs:
1. Offices (daily)
2. Restrooms (daily)
3. Elevators (daily)
17th Street Garaae Offices&. Elevators: Collins Ave. & 17th Street.
A. Hours of Operation .
1. Operating Schedule: Monday - Friday, 8:00 am- 6:00 pm.
Cleaning
1. .... After closing of facility.
Cleaning Janitorial needs:
1. Offices (daily)
2. Restrooms (daily)
3. Elevators (daily)
BID NO. 34-02/03
. DATE: March 7, 2003
Hours of Ooeration
1. Operating Schedule:
Cleahina
1. After closing of facility.
Cleaning Janitorial needs:
1. Offices (daily)
2. Restrooms (daily)
3. Floor mopping (twice a week for the office & daily for the restrooms)
.. Marine Patrol Office:
A. Hours of Ooeration
1. Operating Schedule: Monday -Friday, 8:00 am -6:00 pm.
Cleaning
1. After closing of facility.
CleaninC) Janitorial needs: .
1. Offices (daily)
2. Restrooms (daily)
3. Floor mopping (twice aweekfor the office & daily for the restrooms)
. .
CITY HOUSEKEEPINGSPECIFICATI()NS
Dailv Services:
1. Collect and dispose. of all waste materials.
2. Empty and wipe all ashtrays.
. 3. Dry mop all VAT, wood and composition floors with chemically treated
dust mops.
Vacuum all traffic paths.
Oust desks, chairs and other office furniture.
Spot clean doors and door frames.
Spot clean partition door glass.
Clean, wipe and sanitize drinkingfouhtains.
Oust aU vertical and horizontal surfaces within reach.
Spot clean VAT, wood and composition floors, including all carpeted
areas.
11. Promptly turn off all lights upon completion of cleaning.
12. Lock and check all entrance doors to all f1oors...suites and/or special
areas in accordance with special security instructions.
Weeklv..Services:
1. Perform low dusting of all areas not included in daily services.
2. Clean electrical SWitCh/receptacle covers and surrounding areas.
3. Dust baseboards. .. .
4. Dust all vertical surfaces on furniture.
5. Dust all louvers, ventilation grills and dampers within reach.
6. Vacuum all carpeted areas.
C.
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 sirnilar 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 fumiture.
Quarterly Services:
1. Lift pile of carpeting.
2. Dust walls, partitions, doors and all vertical and horizontal surfaces
not included in monthly, weekly or daily services. ..
3. Dust and vacuum all high surfaces to include wood panels. HV AC
diffusers/vents and ceiling tiles surrounding the vents.
E; Semi-Annual Cleaning:
1. Carpeted floors will be steam Cleaned and shampooed.
Monthly Services: ...
1. Wash toilet partitions ahd ceramic tile walls.
2. Scrub walls.
3. Perform high dusting and/orwashing,including walls.
Quarterlv Services:
1. Clean and vacuum diffusers/vents and. ceiling tiles.
Elevators. Lobbies and Buildina Corridors.
A Dailv Services: .. ... .. ..
1. Vacuum all carpeted floors andspot 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.
Dailv 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 and sanitary napkin receptacles.
Dust ledges and partitions. .
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.
Refill all dispensers (toWels, tissue, hand soap, napkins).
Collect and dispose of all waste material.
Tum off all lights.
Spot wash partitions, Walls and doors.
ElevatOrs
A. Dailv 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-carpeted floors.
. StairiNaVs
A. Dailv Services:
1. . Sweep thoroughly.
2. Remove all debris.
3. Vacuum all carpeted stairs.
6. Clean, wipe and sanitize drinking fountains.
Weeklv 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.
QUarterlv Services:
1. Clean and vacuum diffusers/vents and ceiling tiles.
Monthlv Services:
1. Polish all metal surfaces.
Quarterly SerVices:
1. Clean and vacuum diffusers/ventsand ceilings.
WeeklvServices:
1. Dust thoroughly and wet mop stair treads, risers, and landings.
Quarterly Services:
1. Wipe down walls.
Buildino SerVice Areas
A. Dailv Services:. . . . ...
1. Clean all janitor closets at end . of shift and promptly switch off all
lights.
Place wastepaper, cardboard and rubbish,etc.in approved
receptacles or assigned rooms.
Daily Services:
1. Sweep sidewalks adjacent to the building.
2. Wash door glass and door frames.
3. Wipe down horizontal entrance ledges;
4. Remove gum and other adhesive material.
5. Sweep or flush clean exterior entrance
in a good
CITY OF r.1IAMIBEACH
Windows
A. Quarterlv Services:. ... . . ... . ..
1. Wash all windows, interior and exterior surfaces. These cleanings are
to be scheduled on a quarterly basis. These are to be scheduled for
June 1, 1998, September 1,.1998, December 1,1998 and March 1,
1999. Contractor shall notify the Contract Administrator seven (7)
calendar days prior tt) 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.
condition.
Clean and/or polish all metal finished entrances to the building.
Soecial Use Floors .. .
A. Manufacturer's cleanina recommendations: . ... ... . .
1. Gymnasium- cleaned daily and resurfaced(*) semi-annually, per
manufacturer's reqUirements.
other Reauirements
Provide owner daily with a ..list of maintenance problems which need
correction.
Physically check all soap dispensers daily to make sure they are operating
properly.
Bidder's offer should Include all the servicesUsted anclall 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.
Resurfacing shall be permanllfacturer'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 asinglestrip/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 aM chemicals approved by the
manufacturer. It is the bidder'srespotisibility to prove to the City's satisfaction
that approved methods will be used.
Cost quoted for a single strip/re-application sl1all be in additionto the monthly
rate charged for general nightly cleanings.
2. Ice Rink Perimeter cleaned daily.
City Aoorovals 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
without the approval of the City of Miami Seaeh.
Should the City be dissatisfied with the results of supplies provided by the
Contractor, the City shall have the right to require the removal of said product(s) and
its replacement with an acceptable item of supply.
It is the intent of the 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.
Sidder Ouestionnaire:
Attached to the Bid is a. Bidder Ouestionnaireform 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:
.Inthe event the successful bidder cannot provide the required services covered by
the Contract at any particular time, the City will then reserve the right to go to the
next lowest responsive and responsible bidder, or to any other Contractor or firm
which supplies janitOrial service, for the City's requirements as provided in these
specifications. However, failure on the part of the successful bidder regularly to
provide the services needed by the City, shall be grounds for cancellation by reason
of default.
DEFAULT:
It is understood by the parties of this contract that thesuceessful bidder's obligation
hereunder shall be to meet the specified requirements of the City of Miami Beach.
In the event that the successful bidder is unable to furnish such janitorial service, the
City shall go to the open market,including, but not exclusively to the next highest
bidder, or successive bidders in order, in this bid; which event the successful bidder
will reimburse the City for the additional cost between the rates quoted in this
contract and whatever rate the City is required to pay for such janitorial service;
provided that the successful bidder shall have no obligation to furnish service (1) in
the event it is unable to do so because of hurricanes, floods, or other acts of God,
war, riots, legal strikes, or other causes beyond its control; of (2) to replace City
Workers on legal strike.
. 16. 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 reasons within
BID NO. 34'02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page320f116
or bey6nd the control of the City; the charge for serVices shall be per the following
method of computation.
A. Night Cleaning Charge:
The monthly lump sum cost to the City shall be divided by the number of
days in that month. The per day rate received from this method will be
deducted from that months bill for the number of days when services are not
required.
B. Dav Charae:
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 contractbr.
(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' br 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 ofthe company or by wearing appropriate badges which
contain the contractor's company name and employee's name. The contractor is
responsible for acquiring an appropriate number of badges to meet their needs at
his own expense.
CONTRACTOR'S EMPLOYEES: All emplbyees employed by the contractbr shall
be considered to be at all times the sole ernployeesofthe contractor under his sole
direction and not an emplbyee or agent bf the City.
(1) The contractor shall supply competent and physically capable employees and
the City rnay 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 interest of the City.
(2) The contractor shall supply list of ernplbyee names that will be prOViding
. services in accordance with the terms and conditions of this contract. These
employees shall be covered under the contractors' Insurance Policy in accordance
with the "Insurance Requirements" (State of Florida Workers' Compensation and
Employer's Liability) of this contract. These will be the only employees authorized to
work in the City of Miami Beach facilities.
a. All contractor's employees shall present a positive and professional
appearance and demeanor.
CITY OF MIAMI BEACH
Page 33 of 116
b. All contractor'sernployees 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.
All contractor's employees shall wear nametags.
All contractor's employees shall be trained in custorner service.
All contractor's employees shall understand their role as an ambassador of,
and partner to the City.
All contractor's employees of the shall be bonded and insured.
All contractor's employees must go through criminal background check.
LOSTANDFOUND PROPER.TY: It is the responsibility of the 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.
BID NO. 34-02/03
DATE: March 7, 2003
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 Ptogram shall be provided to the City Pre-
Performance Conference. An updated copy must be provided to the City on contract
start date and as changes occur. The program shall include, but not be limited to the
following:
(1) An inspection system covering all the services to beperforrned under the
contract. It must specify areas to be inspected on either a scheduled or
unscheduled basis and the title of the individual(s) who will do this inspection.
(2) A minimum of two (2) documented inspections shall be. performed by the
Contractor's Project Manager each month.A completed inspection checklist shall be
forwarded to the City of Miami Beach Contract Administrator within five (5) calendar
dates after completion of this Inspection Checklist.
. (3) A method for identifying deficiencies in the quality of services performed
before the level of performance becomes unacceptable.
(4) A file of all inspections conducted by the contractor and the corrective action
taken. This documentation shall be made available to the City during the term of the
contract.
QUALITY ASSURANCE:. The City will monitor the contractors performance under
this contract using a Contract Administrator.
PER.FORMANCE 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.
Page 34 of 116
KEY CONTROL: The Contractor shall establish and implement methods of
ensuring that all keys issued to the contractor by the City are not lost, or misplaced,
. and are not used by unauthorized persons. No keys issued the contractor by the
City shall be duplicated. The contractor shall develop procedures covering key
control that will be included in his/her quality control plan.
a. LOST KEYS: The contractor 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 ofa 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 only in areas INhere 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' employrnent from this contract.
FIRE AND SECURITY: Contractor is to comply with all fire regulations and is
responsible for securing the buildings during and after clean up. The City may have
security personnel on duty during night cleaning hours.
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 "equipmenf' and "organization" as used herein
BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
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: Thesuccessful bidder shall not assign, transfer,
convey, sublet or otherwise dispose of this contract, or of any or all of his or its
rights, title or interest herein, or its power to execute such contract to any person, .
cbmpany, corporation, without prior written consent of the City.
RESOLUTION OF DIFFERENCES ON ACCI:PTABLE PI:RFORMANCE: TheCity
reserves the right to withhold payment in an amount equal to what the City
determines to be reasonable, when the contractor, in the City's opinion, fails to
perform to the contract standards. Payments withheld under this section shall be
computed as a percentage of the monthly payment normally due the contractor
reflecting in the opinion of the City a fair representation of the work performed below
standards or not performed in accordance with the specifications. Should the
contractor feel that the City is withholding payment in excess of the degree of non-
performance, the matter shall be referred to the Procurement Director of the City of
Miami Beach for a decision as to the validity of the contractors claim.
CONTRACT VARIANCES: 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, but shall not be limited to: Bathrooms,
Hallways, Stairways, Eating Areas, Offices, Closets, Lobbies, Elevators, other
miscellaneous rooms, and all paved surfaces contiguous to building, (including
parking lot).
DEFINITIONS
1. Definitions: As used throughout this statement of work, the following terms shall
have the meaning set forth below:
A. AQL: Acceptable Quality Level. The maximum 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 sometimes happens unintentionally. As long as
unsatisfactory performance does not exceed the AQL the service will not be
subject to payment reduction by the City. The Contractor, however, must re-
perform all unsatisfactory work unless eXCUsed by the City.
B. Contract Administrator: TheCitypersonresponsible for checking contractor
performance.
C. WINDOWS: Windows are the glass surfaces which are.an integral part of
the outer surface of the building.
BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMIBEACli
Page 36 of 116
1. Clean Interior Window Surfaces: After window has been cleaned all
traces of film, dirt, smudges, water and other foreign matter shall be
removed from frames,casings, sills, and glass.
2. Clean Exterior Window Surfaces: After a window has been cleaned
all traces of film,dirt, smudge, water and other foreign matter shall
have been removed form frames, casings, sills and glass. Screens
shall be clean to the same standard.
D. REMOVETRASH:AII wastebaskets, 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: After being vacuumed, the carpeted floor shall be free
of all visible litter and soil. Any spots shall be removed as soon as noticed.
All tears, burns, and raveling shall be brought to the attention of the QAE.
F. FLOOR MAINTENANCE: All floors assessable to floor machines shall be
maintained by use of such machine unless otherwise stated in the bid
specifications. After receivingfloormaintenancethe 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. Floormaintenance includes the techniques of dry buffing, spray
buffing, stripping, a nd waxing as required to achieve the above stated results.
The techniques used depend upon the materials, equipment, and personnel
used to do the job. The Contractor need not apply the techniques ,to the
entire floor, unless necessary, only to the portion of the floor needing work to
bring the entire floor up to the standard.
G. MOP FLOORS: All accessible areas shall be mopped. Chairs, trash
receptacles, and easily moveable items shall be moved to mop undemeath.
After being mopped, the floor shall have a uniform appearance, with no
streaks, swirl marks, detergent residue, or any evidence of soil, stains, film,
debris or standing water. There shall be no splash marks or mop streaks on
fumiture, walls, baseboards, etc. or mop strands remaining in the area. Do
not mop wood or carpeted floors.
H. SWEEP FLOORS: After the floor has been swept, the entire floor surface,
including corners and abutments, shall be free of litter, dust and foreign
. BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page 37 of 116
debris. Chairs, trash receptacles, and easily moveable items shall be tilted or
moved to sweep underneath.
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 underneath entrance mats shall be
removed and mats returned to their normal location.
J. LOW DUSTING: After low duSting all dust, Iint,litter, and dry soil shall be
removed from the horizontal surfaces of desks, chairs, file cabinets, and
other types of office furniture and equipment and from horizontal ledges,
window sills, hand rails, etc. toa line 7'-0" above floor level.
K. HIGH DUSTING: After high dusting all dust, lint,litter,and dry soil shall be
removed from all surfaces above
7'-0" from the top of the floor surface. Venetian blinds, whereirtstalled, are
included in high dusting.
L. SPOT CLEANING: Remove smudges, fingerprints, marks, streaks, etc.,
from washable surfaces of walls, partitions, doors, and fixtures. Germicidal
detergent shall be used in rest rooms, locker rooms, break areas, and
drinking fountains. Brass hardware, aluminum bars, and other metal on
doors and cigarette urns shall be pOlished with a polishing compound. After
spot cleaning, the surface shall have a clean, uniform appearance, free of
streaks, spots and other evidence of removed soil.
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.
CLEANING OF GROUNDS: Interior courts, grounds and sideWalks shall be
free of trash and refuse. Paper, empty bottles, and cans shall be removed.
CLEAN LIGHT FIXTURES: After cleaning, light fixtures shall be free of bugs,
dirt, dust, grease, and other foreign matter.
GLASS CLEANING: Includes all glass partitions, interior and exterior glass
doors, display cases, directory boards, draft shields on windows, mirrors and
adjacent trim. After glass cleaning there shall be no traces of film, dirt,
smudges, water and other foreign matter.
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.
BASIC CLEANING: Tasks normally done together on a weekly or more
frequent basis.
PERIODIC CLEANING: Tasks done at less frequent intervals. Normally
done as project work.
CLEANING IN CONCESSION AREAS: Contractor is required to clean
concession areas only to the extent indicated herein.
CITY FO~NISH1:D PROPERTVAND SERVICES
Premises and utilities: The City shallfumish,without cost to the Contractor,
designated space in buildings and a reasonable amount of utilities from existing
sources. These utilities are to be used only in connection with the performance of
this contract.
A. The contractor shall maintain such building space to the same standards as
similar areas occupied by the City.
B. The contractor will not make any alterations to the space except with the
written approval of the City.
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 allrnaterials necessary to perform the tasks
specified in the contract.
Equipment and Tools: The Contractor shall fumish all equipment and tools
necessary to properly perform the work defined in this contract.
A. All equipment shall have bumpers and guards to prevent marking or
scratching of fixtures, furnishings,or building surfaces.
B. All electrical equiprrientused by the Contractor shall meet all safety
requirements of this contract and shall beUL 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 furtish and use beater bar type vacuums for carpeted
floors.
All vacuum cleaners shall have HepaFilters.
3. Plastic Trash Can Liners: The Contractor shall furnish plastic trash can liners for
each trash can.
BID NO. 34-02103
DATE: March 7,2003
Rest Room Suoolies: The Contractor shall furnish the following restroom supplies.
Samples of materials shall be submitted to the City for approval prior to contract
start and whenever a change occurs.
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.
Chemicals Used Bv Conlractor:AII chemicals used by the Contractor must be
approved by the City and all MSDSheets shall be submitted to the City, prior to the
usage of any/all chemicals.
Bib NO. 34-02/03
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 fumish all necessary materials, tools, equipment, transportation,
chemicals, labor andsupervisors 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 bidasa total monthly cost to the City. Bid shall include
costs for janitOrial workers, supervisors, payroll, taxes, insurance, fringe benefits,
Chemicals & supplies, tools & equipment, expendable supplies used in
replenishing rest room dispensers such as paper towels, roll tissue, hand soap,
etc., overhead and profit.
BID ITEM '~A":
CITY OF MIAMI BEACH CITY HALL 17()() Convention Center Drive, Miami Beach,
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 to City $
BID ITEM 'iB":
SCOTT RAKOW YOUTH CI:NTER 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-arlnually:
$
BID ITEM "C"
POLICE DEPAR.TMENT 1100 Washington Avenlle, Nliarrli Seach, Florida
Five (5) personnel shall be required Monday through Friday from 8:00AM to 4:00PM.
One ~rson shall be required on Saturdays and Sundays for four (4) hours each day.
Janitorial personnel will be assigned responsibilities daily by the Police Property Manager.
1.
Cost Breakdown:
a. payroll, taxes & insurance......;...
b. fringe benefits............................
c. chemical supplies.......................
d. Expendable Items....................;.
Total Nlonthly Cost to City
$
$
$
$
$
BIOITENI "0"
HISTORIC CITY HALL 1130Washington Avenue, Miami Beach, Florida
1. Specify Crew Site:
2. Ratio of Supervisors to workers:
3.
Cost Breakdown:
a. payroll, taxes & insurance..........
b. fringe benefits............................
c. chemical supplies...................;...
d. Expendable Items......................
Total Monthly Cost to City
BID ITEM"E"
MIAMI BEACH PUSUC RESTRCONlS City Wide
3.
1. Specify Crew Size:
2. Ratio of Supervisors to workers:
Cost Breakdown:
a. payroll, taxes & insurance.........
BID NO. 34-02/03
DATE: March 7,2003
CITY OF MIAMI BEACH
$
$
$
$
$
$
Page 42 of 116
b. fringe benefits....................... .....
c. chemical supplies......................
d. Expendable Items......................
Total Monthly Cost to City
BIOITEIIiI "F"
BASS MUSEUIIiI DEVELOPI\IIENTOFFICE 2100 Park Avenue, MiallliBeach,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
BIO ITEIIiI"G" .
SOUTH SHORE COIIiIMUNITY CENTER 833 Sixth Street, Miami Beach, Florida
1.
2.
3.
Specify CreW Size:
Ratio of Supervisors tb workers:
Cost BreakdoWn:
a. payroll, taxes & inslirance......
b. fringe benefits................
c.chemical supplies...,...........
d. Expendable Items................
$-~
$
$
$
Total Monthly Cost to City (Night Cleaning) $~-,---,---,-_
4. Hourly Charge: (Morning Clean-Up) $
5. Hourly Charge: (Day Cleaning)
$
BIO.ITEI\II"H"
FIRE STATION #2,2300 Pine Tree Dr., lIiIiami Beach, Florida (3 Bldgs)
1. . Specify Crew Size:
2. Ratio of Supervisors to workers:
3.
Cost BreakdOwn:
a. payroll, taxes & insurance..........
$
BIDND.34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page 43 of 116
b. fringe benefits..............,............. $
c.chemical supplies...................... $
d. Expendable Items....................,.. $
Total Monthly Cost to City
$
BID ITEM "I"
21st STREET RECREATIONCl:NTER 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 benefits..............,.............
c. chemical supplies......................
d. Expendable Items....................:..
$
$
$-~-
$---
Total Monthly Cost to City
BID ITEM "J"
OCEAN FRONT AUDITORIUM 1001 Ocean Drive, Miami Beach, Florida
1. Specify CreW Size:
2. Ratio of Supervisors to workers:
3. CO$t Breakdown:
a. payroll, taxes & insurance......,..
b. fringe benefits..................,.........
c. chemical supplies......................
d. Expendable Items......................
Total Monthly Co$tto City
$~---,--
$
$
$--
$
BID ITEM ..K"
NORTH SHORE CONlMUNITY CENTl:R 7250coll1ns Avenue, Miami Beach, Florida
1. Specify Crew Size:
2. Ratio of Supervisors to workers:
3.
Cost Breakdown:
a. payroll, taxes & insurance.........
$
BID NO. 34-02103
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page 44 of 116
b. fringe benefits..............:.............
c. chemical supplies.......................
d. Expendable Items.......................
Total Monthly Cost to City
$-~
810 ITEM "L"
NORTH SHORE RECREATION CENTER 501 - 72nd Street, 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 "M" .
MUSS PARK Chase Ave. & 44th Street, MianliBeach, Florida
1. Specify Crew Siz:e:
2. Ratio of Supervisors to workers:
3. Cost BreakdoWn:
a. payroll, taxes & insutance......... $
b. fringe benefits..........................;. $__~
c. chemical supplies....................... $~~
d. Expendable Items.................;.... $
Total Monthly Cost to City $~_
BID ITEM "N"
TATUM PARK
B050Byron Avenue, Miami Beach, Florida
1. Specify Crew Size:
2. Ratio of Supervisors to workers:
3. COst Breakdown:
a. payroll, taxes& inslIrance.........$
BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAIIIII BEACH
Page 45 of 116
b. fringe benefits................ $
c. chemical supplies............... $_
d. Expendable Items.................." $
Total Monthly Cost to City
$
SID ITEM "0"
STILLWATER PA~K
8440 Hawthorne 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 ."p"
FAIRWAY PARK FairWay & No. Shore Dr., Miami Beach, Florida
1. SpeCify Crew Size:
2. Ratio of Supervisors to workers:
3. Cost BreakdoWn:
a. payroll, taxes & insOrance.........$_~'--
b. fringe benefits........................... $___
c. chemical supplies......................$
d. Expendable Items.....................$
Total Monthly Cost to City
aiD ITEM "Q"
NORMANDY SHORES PA~K 2605 Biarritz, Miami Beach, Florida
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
Page 46 of 116
c. chemical supplies...................... $
d.Expendable Items...................... $
Total Monthly Cost to City $__~_
BID ITEM "R"
NORMANDY ISLE pARI( 7030 TrollvilleEsplanade, Miami Beach, Flc>rida
Specify Crew Size:
Ratio of Supervisors tc> workers:
3.
Cost Breakdc>wn:
a. payroll, taxes & insurance.........
b. fringe benefits..............;.............
c. chemical supplies......................
d. Expendable Items......................
$--
$--
$
$
Total Monthly CosttoCity
BID.ITEM "S"
PARKS MAINTENANCE BLDG.. 2100 Meridian Ave., Miami Beach Florida
1. Specify Crew Size:
2. Ratio of Supervisors to workers:
3.
Cost Breakdc>wo:
a. payroll, taxes & insurance........:
b.fringe benefits............................
c. chemical supplies.....................:
d. Expendable Items............,.........
$
$
$
$
Total Monthly CC>sttc> City
$
BID NO. 34-02/03
DATE: March 7,2003
CITY OF MIAMI BEACH
Page 47 of 116
BID ITEM "T"
PROPERTY MANAGEMENT BLDG.. 1245 MichlganAve., Mial'l1i 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./SANITATION BLDG.. 140 MacArthur Causeway, MlarnlBeach, 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 "V"
PARKING DEPT.8LDG.. 777, 17th Street, Mial'l1iBeach, Florida
1. Specify Cr'ewSize:
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 NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page 48 of 116
BID ITEM'W'
BEACH PATROL OFFICE. Ocean Drive & 10th Street, Mial11iBeach, Florida
1.
2.
3.
Specify CreW Size:
Ratio of Supervisors to workers:
Cost Breakdown:
a. payroll, taxes & insurance........:
b.fringe benefits............................
c. chemical supplies......................
d. Expendable Items......................
$
$
$
$
Total Monthly Cost to City
$
BID ITEM "X" .. .
FLAMINGO PAR.KTENNIS COURT. 1100 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.................;....
$
$
$
$
TotalMonthly Cost to City
$
BID ITEM "V"
. PUBLIC WORKS YARD OFFICES. 2300 Pine Tree Drive, Miami BeaCh, Florida
1. SpecifyCrElw Size:
2. Ratio of Supervisors to workers:
3.
Cost. Breakdown:
a. payroll, taxes & insuranbe.........
b. fringe benefits............................
c.chemical supplies......................
d. Expendable Items......................
Total Monthly Cost to City
$
BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
$
$
$
$
Page 49 of 116
BID itEM "2"
7th ST. PARKING GARA(;E OFF.! ELEV.. Collins AVe. &1th St., Miami Beach, Florida
1. Specify Crew Size:
2. Ratio of Supervisors. tb workers:
BID ITEM "M"
13th ST. PARKING GARA(;E OFF.! ELEV.. Collins Ave. & 13th St., Miami Beach,
Florida
1.
2.
Specify GreWSiie:
Ratio of Supervisors to Workers:
3.
Cost Breakdown:
a. payroll, taxes & insurance.........
b.fringe benefits............................
c. chemical supplies......................
d. Expendable Items....................;..
BID ITEM "BB"
17th ST. PARKING GARA(;E OFF.r ELEV..Collins Ave. & 11th St., Miall"liBeach,
. Florida
$
$
$
$
Total Monthly Cost to City
$
1. Specify Crew Size:
2. Ratio of Supervisors tb workers:
3. Cost BreakdoWJ"l:
a. payroll, taxes & insurance.........
b. fringe benefits..................;.......;.
c. chemical supplies....;.................
d. Expendable Items......................
Total Monthly Costto City
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 BEACH
page 50 of 116
aiD ITt:M "CC"
POLICE DEPT. spt:CIALlNVt:ST. UNIT OFfiCE. 1831 aay Rd.,lIiIiami Beach, Flc>rida
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........;.............
$
$
$
$
Tc>tal Monthly Cost to City
$
BID ITEM "DO"
MARINE PATROLOFFICt:, 1900 Purdy Ave.
BID NO. 34-02/03
DATE: March 7,2003
CITY OF MIAMI BEACH
Page 51 of 116
COSTWORKSHEET FOR CITY OF IIIUAMI BEACH RESTROOM MUSTBI: INCLUDED
WITH YOUR PROPOSAL PAGESIl
BID NO. 34-02f03
DATE: March 7, 2()Q3
CITY OF MIAMI sEAcl-I
Page 52 of 116
ATtACHMENT "B"
COST WORKSHEET FOR CITY OF MIAMI BEACH RESTROOMS
. BUILDING ADDRESS MONTHLY STATUS
.. n . .. .. 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 .' . 3ru Street Twice Daily
4. $ . (7 days per
. . . . . .. . week)
5. Beach Restrooms . 6th Street Twice Daily
$ . (7 days per
. . . . . week)
6. Beach Restrooms 1 Oth Street Twice Daily
$ . . (7 days per
. . . week)
7. Bch. Patrol HQ . 101 Ocean Dr. Twice Daily
$ . .. (7 days per
. . week)
8. Beach Restrooms 14"' Street . Twice Daily
$ . - (7 days per
. . . . . .. . , week)
9. Beach Restrooms 17th Street Twice Daily
$ (7 days per
. . , .. week)
Pk Swimming RR's Jeff. Ave. & 12fh 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 davs Der
BID NO. 34-02103
DATE: March 7, 2003
I TOTAL MONTHLY REQUIREMENT. 1 $_~___ ./
BID NO. 34-02/03
DATE: March 7, 2003
. Th&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
. .. L .
Holtz Tennis Flamingo Park Per Cleaning
Stadium . $
Baseball/Flm. Pk. 1435 Michigan Ave. Per Cleaning
. . . $
Football Stadium Flamingo Park per Cleaning .
.. $ -
Normandy Isle Pool 7030 Trouville Esplanade Per Cleaning
. . $
.ATT ACHMENr "C"
COST WORKSHEEi FOR PARKING GARAGES OF THE CITY OF MIAMI BEACH
BID ITEM "A"
7th ST. PARKING GARAGE. . Collins Ave. & 7th St., Miami Beach,Florida
Total CostP&rMonth
BID ITEM "B"
12th ST. PARKING GARAGE Drexel Ave. & 12th St.,MiamiBeac:h,Florida
Total Cost Per Morith
BID ITEM "C"
13th ST. PARKING GARAGE.. Collins Ave. & 13th St., Miami Beach, Florida
Total CostP&r Month
$
BID ITEM "D"
17th ST. PARKING GARAGE.. Collins Ave. & 17th St., MiamiB&ach, Florida
Total Cost Per Month
GRAND TOTALPERMC>NiH
Additional CI&anil'lgs . (CI&anlngs not specified In the bid specifications)
$
P/H
Use of Contractors' presslIreCleaningEquipl11&nt .
$
P/H
(Pressure Cleaning not specified in the bid specificationS)
$
P/H
BID NO. 34-02/03
DATE: March 7, 2003
CITY OFMIAMIBEACH
Page 56 of 116
BID FORMAT
Bids must contain the following documents, each fully completed and signed as required.
Bids, which do not include all required documentation or are not submitted in the required
format, or which do not have the appropriate. signatures on each document, may be
deemed to be nOl'}-responsive.Nol'}-responsive bids will receive no further consideration.
1. Table of Contents .
The table of contents should outline in sequential order the major areas of
the submittal, including enclosures. All pages must be consecutively
numbered and correspond to your table of contents.
Bidders sh~:ill include at a rninimum thefoll6wing elements,in this order, with
tabbed-labeled dividers. Faxed Bids will not be accepted.
A. INTRODUCTION - An introductory letter On firm letterhead indicating
name of firm, contact person, phone, fax, e-mail, type of business
entity, and a short staternent summarizing the strengths of the
firm/team as it relates to this Bid.
B. EXPERIENCE/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 may be deemed nOl'}-responsive.
3. Acknowledgment of Addenda and Respondent Information Forms (Section
BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page 57 of 116
SECTION JIl .. SPECIAL TERMS AND CONDITIONS
INSURANCE:
Successful Bidder shall obtain,pr6vide and maintain during the term of the Agreement the
following types and amounts of insurance as indicated on the Insurance Checklist which
shall be maintained with insurers licensed to sell insurance in the State of Florida and have
a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Name the City
of Miami Beach as an additional insured on all liability policies required by this contract.
When naming the City of Miami Beach as an additional insured onto your policies,the
insurance companies hereby agree and will endorse the policies to state that the City will
not be liable for the payment bf any premiums or assessments.
Any exceptions to these requirements must be approved by the City's Risk Management
Department.
FAILURE TO PROcuRE INSURANCE:
Selected Bidder's failure to procure or maintain required insurancepr09ram shall constitute
a material breach of Agreement under WhiCh City may immediately terminate the proposed
Agreement.
BID NO. 34-02/03
DATE: March 7,2003
CITY OF MIAMI BEACH
Page 58 of 116
SJ:CTION V -GJ:NJ:RALPROVISIONS
A. ASSIGNMENT
The successful bidder shalll'lot enter into al1ysub-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 assighment shall constitute defaUlt by the successful bidder.
B. INDEMNIFICATION
The succesSfUl bidder shall be required to agree to indemnify and hold harmless the
City of Miami Beach and its officers, employees. and agents; from and against any
and all actions, 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 and judgments which may issue from any
lawsuit arising from such claims and losses, and shall pay all costs expended by the
City in the defense of such claims and losses, including appeals.
. C. TJ:RIVIINA nON t=()R DEFAULT
If through any cause Within the reasonable control of the successful bidder, it shall
fail to fulfill in a timely manner, .or otherwise violate any of the covenants,
agreements, or stipulations material to the Agreement, the City shall thereupon have
the right to terminate the services then remaining to be performed by giving written
notice to the successful bidder of such termination which shall become effective
upon receipt by the successful bidder of the written termination notice.
In that event, the City shall cClmpensate the successful bidder in accordance with
the Agreement for all services performed by the bidder prior to termination, net of
any costs incurred by the City as a consequence of the default.
Notwithstanding theab6ve, the sUccessful bidder shall not be relieved of liability to
the City for damages sustained by the City by virtue of any breach of the Agreement
by the bidder, and the City may reasonably withhold payments to the successful
bidder for the purposes of set off until such time as the exact amount of damages
due the City from the successful bidder is determined.
BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page 60 of 116
D. TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be
performed at any time without cause by giving written notice to successful bidder of
such termination, which shall 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 costs of successful bidder for assembling
and delivering to City all documents. ... No compensation shall be due to the
successful bidder for any profits that the successful bidder expected toeam on the
balanced of the Agreement. Such payments shall be the total extent of the City's
liability to the successful bidder upon a termination as provided for in this section.
BID NO. 34-02/03
DATE: March 7, 2003
CITY OF MIAMI BEACH
Page 61 of 116
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 Ethic:s Resolution No. 2000~23879
. 5. Protest Protedure Ordinance No. 2002-3344
6. Living Wage Ordinance No. 2001-3301
7. Campaign Contributions byVehdor Ordinance No. 2003-3389
The following words, terms and phrases, when used in this division, shall have the
meanings ascribed to them in this section, except where the context clearly indicates a
different meaning:
Advisory personnel means the members of those city boards and agencies whose sole or
primary responsibility is to recommend legislation or give advice to the City commissioners.
Autonomous personnel includes but is not limited to the members 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 attorney,chiefdeputy City attorney and all assistant City
attorneys; however, all departmental personnel when acting in connection with
administrative hearings shall not be included for purposes ofthis division.
Lobbyist means all persons employed orretained, whether paid or not, by a principal who
seeks to encourage the passage, defeat or modification of any ordinance, resolution, action
or decision of any commissioner; any action, decision, recommendation of any City board
or committee; or any action, decision or recommendation of any personnel defined in any
manner in this section, during the time period of the entire decision-making process on
such action, decision or recommendation that foreseeably will be heard or reviewed by the
City commission, or a City board or committee. The term specifically includes the principal
as well as any agent, attorney, officer or employee of a principal, regardless of whether
such lobbying activities fall within the normal scope of employment of such agent, attorney,
officer or employee.
Quasi-judicial personnel means the members of the planning board, the board of
adjustment and such other boards and agencies ofthe 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, 2,6-11-92)
Cross reference(s)--Definitions generally, ?I-2.
Sec. 2-482. Registration.
All lobbyists shall, before engaging in any lobbying activities, register with the City
clerk. Every person required to register shall register on forms prepared by the clerk,
pay a registration fee as specified in appendix A and state under oath:
(1) His name;
(2) His business address;
(3) The name and business address of eachpersoh 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.
Any change to any information originallyfiled. or any additional City commissioneror
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.
Ifthe 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.
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 tobid,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.
Each person who withdraws as a lobbyist for a particular client shall file an
appropriate notice of withdrawal.
In addition to the registration feefequiredin subsection (a) of this section,
registration of all lobbyists shall be required prior to October 1 of every
even-numbered year, and the fee for biennial registration shall be as specified in
appendix A.
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 or a trade association or
trade union), without special compensation or reimbursement for the appearance,
whether direct, indirect or contingent, to express support of or opposition to any
item, shall not be required to register with the clerk as required by this section.
CITY OF MIAMI BEACH
BID NO. 34-02/03
DATE: March 7,2003
Page 74 of116
. Copies of registration forms shall be furnished to each comrnissioneror other
personnel named on the forms.
(Ord. No. 92-2777, 13,3-4-92; Ord. No. 92-2785,13,6-17-92)
Sec. 2-483. Exceptions to registration.
AnY public officer, employee. or appointee or any person or entity. in contractual
privity with the City who only appears in his official capacity shall not be required to
register as a lobbyist.
Any person who only appears in his individual capacity at a public hearing before
the city commission, planning board, board of adjustment, or other board or
committee and has no other communication with the personnel defined in section
2-481, for the purpose of self-representation without compensation or
reimbursement, whether direct, indirect or contingent, to express support of or
opposition to any item, shall not be required to register as a lobbyist. including but
not limited to those who are members of homeowner or neighborhood associations.
All speakers shall, however, sign up on forms available at the public hearing.
Additionally, allY person requested to appear before any city personnel, board or
commission, or any person compelled to answer for or appealing a code violation, a
nuisance abatement board hearing, a special master hearing or an administrative
hearing shall not be required to register, nor shall any agent, attorney, officer or
employee of such person.
(Ord. No. 92-2777,~, 5, 3-4-92; Ord. No.92-2785,~, 5, 6-17-92)
See. 2-484. Sign-in logs.
In addition to the registration requirements addressed above, all city departments, including
the offices of the mayor and city commission, the dfices of the city manager, and the
offices of the city attorney, shall maintain signed sign-in logs for all noncity employees or
personnel for registration when they meet with any personnel as defined in section 2-481.
(Ord.No. 92-2785, '1>,6-17-92)
8ec:.2-485. List of expenditures.
On October 1 of each year, lobbyists shall submit to the city cieri< 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 logsona quarterly andannuatbasis 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 thElstate 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
are reported to be in violationofthis 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, 1),3-4-92; Ord.No. 92-2785, 11,6-17-92)
AtU)RDINANCE OF THE MAYOR AND CrNCOMMI$SIONOF 'tHScnYOF
MIAMI BEACH.PLORlDA,AMI:NDING CIiAP'l'ER2 OF THE (X)DE()fTHE CITY.
OFMlAMI8I!ACH,ENTITI.EO -ADMINI$lRAnON-,BYAMEt.iDINGARTIC1.EVlI
THEREOF, ENTITLED ~STANDARD801=COND'UCT'"IB"AMENDI..GDMSJON
4.EtnlTLEQ-PROCUREr.tENT":,BYAP.tENDINGSECTION .2...ae,ENTITLEO
"CONE OF SlLENce"l u$AlDAP.t~NDMENT. .IN PART. EXTENDING THE
PROHJBrrlONSONORALtQMMUNICATlONSONALLREQUEST FOR
.PItOPQSAL$ ....(RFP.S),REQUEST .F()R...~UAUFlQATION$(ru=c;a'.),AND
INVlTAnONFORBlDS(8IDS)J.erweENTHEMAYORAND ,CITY
t:OMMISSlONER,S AND THEIRRESPECTJVES'rAFFANDANYpoTENTlAL
. VENDOR, SERVICE PROVIDER, BIDDER. LOBBYIST. OR CQNSULTANTj
PROVIDlt,lGFORADOmoNALEXCEPTIONS ,RELATIVE TO ORAL
COMMUNICAnONS;PROVIDING FUR1ltERFORREPEALER,SEVERASIUTY,
AND AN EFFECTIVE DATE.
WHSREAs.on Januaty~9,2002, ~e MI8I'1'1I-Dade Counlyeommisalon approved
Otdirl8nceNo. 02-3, amending section 2-11.1 (t)of the Miemj,.oadeCoUrityCQde, the
County'aConeof SIIenC8 Ordinance. With an effeclivedate of February 8. 2002; and
WHERE,\$. Ml8mf,Dade(:Oumy's ap(lr6VedalMridiTI8nt$ 8xleridfld the prohibitiOn.
(l11.oral communications regarding a particular. Rf=P' RFQ,a~ bid for the soIk:ltatlon of
goods arid 8$rvices to thOse. between a poten~vendor. ...~ prbYlder,bldder,lC'Jbbylst
Or consultant, and the Mayor. COunty CommissiOner8and their respeCtive etaffs;and
WHEREAS. MIamf..Dl!IdeCoUntyaapproVed&rnendment8addecfl!lddltiorl8l
.~totheprohtitlonon oral communlcilllofisregardlng apantcularRFP. RFQ.or
bldfor thesoflCitafiOn of gOO(JsandRMcetl betwtlehanypetaoriand the PR)tUrement
~Irectororhlslher designated staff responsible fOr admIniateringIhe pm~ment ~s
'for.suchRfP.RFQorbld.Md betW'eena member ofthere&~e8tlectlc:Jhcornmiltee,
provided the communICatiOn be6rmted &ttlctIyto matterSofprbcEiss or procedure already
contaiMdll'lthe correspondlngsoDclt8tlondocument; and.
WHSREAs.IIAiami.OadeCountYsapprovedamen<tmentsaddecfadClltfonat
extn1ptions to the prohibition on etal communlcailonsb8lweerttheCoumy Ma~erand
the chairperson ofa seldoncommltteeabolJt. apartlcUlar ..-cuon.. committee .
recommendatlon~ only after. thecommltteeh8s$Ubmitfed a recommendafionto. the
Manager and provided that,ahOuld anydlange ocCUr In ,the committee AJCOrnhiendatiorl.
theconfent of thecommun1catkm and of fhe ccm;esporidfngchange shall be de8Crlbed In
wrltll'lg and filed by the Man8g$r With the CIe~Of the CQuntyandceinClrJded In any
recommendation memorandumsubrnltted. by the Managerto the. CountyCOml'l'llsalOn:
WHStEAS.MIaI11I-Q8deCOUntys approWd.m~i1I8nt$ 8ddedadditiCll'laJ
exemptions to thepl'ohibitlon onoraJ CClIMt\InlcatlOnspertalnlng to emergency
pI'OCUret1l8f1".
. ...WHEREAS. said Miamj..l).8deCouiltyamendmentsare~totheMayorand
CityCOmmlsSloIiers of the CIty Of M18m1BeeCh' the City Manager-. andtheJt~ve
BI staffs; and In oroerto extend saidamenclments and their app1lcabllit)l top0t8ntlal vendots,
D.
ftrVlceprOvlders. blddrH'S,'lobbylsts; and corl$Ult8nts doing business in thftCfty of Miami
Beach.ihe Administration and the City Attomey'sOffice hefelnrecommencls that thft
M$YOI'and City Comrnlssfon amend the City's Cone of SIIEmCeOrd.inance8ccOrdinQIY.
NOW.1HOl:fORe,$l!ITORl)A1NI:08YTHEMAYORANDCITY
,COMIlIlI$SlONOF THE CITY OF MIAMI 8EAC..:
seCtlON1.sectlon2-426. of DivISion 40f Article vn d Chapter 20f the Mlal'niBeach
CltyCodelshtnby amendecl1Dread asfoRows:
ArtJCtevu; S1arld.... Of COndUct .
OMSlON4.PROClJRI!MENT.
s.c. 2..... Con. Of SSlenC4t.
(a)eontractsf<<the provlslonot gOOd.; sentlC8$,and ConStr\ICtiOnprojtCl$~ ~
than alllflt eeMMEltil.
(1) D&l'il'iltion. -cone of $lIenee. is. hereby defined to rneanaprohlbltiOn On:
(8) anycornit1unl'catior'l regardlngapatlicular tfCju.fOtpi'QpOSa' ("RFP"),
requestfol' quafiflc8tlons("RFQ.), .."weeUer Ie.,. "Mte... rARl"),
otbld betwel8n apotentlel. ~or.aeMce pnwlder, bidder, lobbyist, or
conlUftantanQ the. city's admlnlsfr8tivettaff 11'ICkldfng. but notllrnlted to.
the citymaMager and. his or her staff;
(b) anycommunk:atlOntegafttmgapartlCtil8t ~FP. RJ:'Q. J$Uyor bid
~etween the mayor. eltyc:ornrnlssioner$.ortheir I'8$pectIve staffi$,al'ld
any rnemberof thecity'88dmfnlatrative $t8ff Including, but not f1mlted to.
the city manager, and his or Mrstaff;
, (c) any corMWn1c8tionregal'dinga~rtlcuI8rRFP.~,. ~orbld
between . e pofentialvendor,servlceprovJder.bldder,IobbyIsC,or
CONIuttant arid any memJ>er of a cIIy $V8Iuat/onandlClr s8Jecti()n
. corrlll'lltteetherefor. BAd
(d)anycommunatlOn.n:f1rtg a ~rliCular RFP, RJ:'Cl,RFY,Orbld
between the' mayor, #.lYcommlSSfoners;\.orthalrrespecUve Sfa1fs...arld
MY ltmember of a eityevaruatlon l!lndlbr s81eclloit cornmlltee therefor:
(~Oanvcoml'nUll~ reaaminoamli'tlClJlatRFP.RFd.qtbid~~
mavor.cItv commissioners. or thejr ...~~ .tII'Id a .~
vendor. serviceDn)~8{t bldder.~orconsu"nt. -'MhSCIAIliA9
lilt fetegalA8.lle tlGA.ef8ll.A8.....Re'.Pp&y ..tla.. 8BlI4p.~8
P~&'8888ferll. lIit.llllA efCgaQ; t<<)MIi. ''''IPaRdS_x FuMe
=:v1:Il:~::a:=8rt=.fRe~ aM
CITY OF MIAMI BEACH
BID NO. 34-02/03
DATE: March 7,2003
Page 78 of 116
(2) PrOcedure,
a, ATheCdneof$ll$nC$shaUbelmpoted upon each RFP.RFQ'RFIdr
~ m.,bld after theadvertfsement of said Rr=P.. RFQ, RFU, or bid. N-
the time Of Imposition Of the cone .of sirence. thfI, city manager orhis
or her de$lgf1H ahallproVldefOr publlcno1fce oftheeone of 8lIence.
The city manager shall incrude.lnany public soIlc1tatkm for gooctsand
services a statement dlsdosfng the reqUirement$Of thisd"MsIon.
b. the cane ofsllenceshall tennlnatel
~thetimethe city manager makes hfsor ,her written
recommendations. to.ecUonofa- particUijrRFP, RFQ. r:u:u.. or
bId tattle cityoomtnlssion.andsaidRFP,RFQ,~Orbldis
awarded;P!'OVided. however.thatfollowlngthe~managerrnalcing his
orherwritteli f8commendaliol1,.thfloone of sll8nceshall be lifted as
relates to communications belween the J.4,mayorAAdM-membel1 of
the G:gommls$ion and the~ty M-JDanager: PI"O\IIdIng fulttter lfthe
city commission refers the manager's recomrnendatlOnback to the
city manager.. &teffforfu~rrevieW.the.. cone Of . srJenceshaU
continue until $UChtimeasthe manager make8 a sUb88quentwrltten
recomnlendation. andthepartfc:lJlar RFP. RFQ. RRdrorbldls
awaIQed1
~ .aU)" the event of cantractsforlessthen$25,0004 When the city
manager executes the contract.
(3) Exceptions. 1hePRrAsiehi ef llieolUlnaAGe COhe Of denc88haB not apply
to:
(a)c:orn~6~sHfOrttleaYIard ()fQDBG.HOME.SM,pa:~~~
Funds admlnistet8dbv the atvoffk:eof communItY develoDm .
. .
(b) cotnmunlcatl6nsYllththeCItV attor'l'l8\iandhl;lOt'het'~.
{a},{gtOraJcomrnunlC8tl6nsatPrHld~;
(tiJ6f).oral pl1lsentatlonsbefore evaluationSndJor.lectfq" eornrnitte8l;
~ntr8ct dlSCU$8ic)n$ dutJIlg81'1ydUIy nOticedpubtlcmeetrng;
~ pUbJlopresentallOristnade to the city Corl'lmlSsion&radUrli1g 81'1Yduly
"otlcedpubllc meetll'lg;
{e)!91 contract negotfationsWith c:IlysblfffolOW/rtQthe $W8ftfofan RFP,
RFQ..RFIdr 0( bid by the city commi8s1on; ..
~hilcommunicatlonsiitwriUngat anytime Wlthalt)' city emproyee.oft'k:ia1
or~mber of theCftycommlssl()n.unl8$SspeClfleallyprohlblted by the
applicable RFP. RFQ,AIiUr orbld dOCOments;w
CITY OF MIAMI BEACH
BID NO. 34-02/03
DATE: March?,2003
Page 79 of 116
{IHU..Clty commIsSIon .~. agenda nwtew.. meetlngsbetwfin the CIty
manager and the mayor and indMdualclty commissioners .Vllh&re8UCh
mattel'8are.scheduled for consideration at the next ~lsslonmeeting.
oo.ci)p6mrllunJtations retJartllnqa o8rtIcutlit ~P.RFQor tlId~the
Dr~i'8rneiltdlrectcr.OI' . hls/her~m1nfstt8tille . staff. resDOnSibfe for
adrninlSterinathe .~ntDrotesa for luth. RFP,RFQbr bid and a
m,n,berof the evaluatlonfs8leeyoncommittee th,rel'Qr. .. ~$dthe
communlcationl. nmIkW strICIl'tlO.matt&rs.of~. or DI'OCedure alreadv
CO(\1ainedlnthe correscondlna sOlicitation document:
00 dul'll'lOtk::ed .hVlSltsto deterrnrnethe tOmDetel'lcv of blddni80ardfna
acartfcular bid durina 1J1etime oeriod betweentheooenlna ofblds and the
~ theclt\l manaderma1<~s hiller her writt8n recommendation:
{lr .anv amem&ncv DIOCt.IntmentofaOOCls or seJ\l1ceS:
(mr~mun~sreaarJflnq al)..lttcufarRFP.RFQ.orbIsJb~a'W
~t80n. and ~Drbeu1'8l'1*)tdll8ctor,CW hislheradmlnl8lnltrv,.
retmonslble for adiTlinlsterln9 the ~mentDrocess forauCh RFP.RFa.
orbfd. qrovIdedt/je CO!'lmunJcatfoolslfmlted striCivto{l1~of~or
DI'Cl~realreadvcon.lnedln theco~soUclt8tIOn docum8nt.
mLThebidcler. ,ptOpC)$er.vendOf. 'ser\1l~provider.lobbyilrt.orCOO$ult8nt
shall fife a copy of any Wtltt6n communic:atlonswlththecily e1erk.The city
cIerl< sh$lImake CC)ples available to any personupc:ln. request.
ti 1M. _.t~J&IJ.
(1) "teReefelleruira-lehere@de#AedlirFResfJ .. ,iekitiitieAeR:(a) aAY
eemmu"'IEJalleR8f18I1lAfiRg a ,1t4i$l:lJlir R.~P'RFQ' RRJ..erlHlI If...", a
pQteAllal'jaAder. ."Mee.. ,r9Vld8f. .blEkl8F. .1e&l~er89A'.Fit andlhe
fMY8F. 8ityM~MI8.leJle"Grtl1llrreeP8.8 8&aff8. BRd BAYMlmber 8f tile
sIt1e~hl&tFa1We"ffm"dl"'9.~wt.R8t Iimlterito.".Glty~.rlM his
sr ~er &Ia#; BAd (lllany8f81 M"'MYflklalleRMgSM'''9 ape....I... RAA.
RF(}.RFLl.er bid ~etweeA *''"~' .siIy .88",rni8tlfeFleF8 .ttllelr....pelllM
ltaffe.aRfi BRYIM\Ulilref"~ ...~~.AlIRI811litWeetaffiR.d.~wtFlst
IIMIt!MI Ie. tile eitJ Fn8Rager.,*Adh'IJsrher.8I8#i BRd (8) 8AYeeAlllbllsali.a.A
r-egaAillAgapaFlihfarRFP.RFQ.RF&.'...ra.IIiI "~'Il.Jiet'.~a'V$Rd'r.
.eFltill8jHe'i'ider.. bkkle',''*byiel.~rGOf18..~ 8RdaRYR!leWl)itret . $My
8'l8lwIll8Fl8JId(er ,.stief! ee~8iaJlcl (4J8RY89mmllAi~RMg..1Ag
a JUi~elilllr.RFP...R.fQ.t bid&l.:le8RtIl.~. City~~"eFl.F8 8r
"elrreepeotive &taff8aRd aAY ",eAlbersf a sily 8'.IWtlsA8Ad1erselesIIeA
.... gemAl1le'~ NetmtAstaREI""tIl8fe~81Ag, theM". ef eReR!l811!f:1a11 Retapply
to G8AlAlWRkl.atklFl8 with 1heGity deMey eAd hfeer hlr steft,
~'s.pta8pRl'JfdeEiiR~&le8.J1.(t.)E3JMd~(") hllNaf. a 89Ae efei'eR89
$!:lallle_plllell WpeR ee.MRFP.RFQ. RP....j..lilli:lfGrawlt..FVI$8. atle;
.""eelWefties~MefsaldRJ:P, . RFQ, R~..I. ... ..IIi", At tAe tiMe. eftAe
IAlpOilltkilA iilf the _e.&I slsRee; ."... 8iIy FAllFl.Berer tile 8t hef deeltRse
CITY OF MIAMI BEACH
BID NO. 34-02/03
DATE: March 7. 2003
Page 80 of 116
eJ:lllJ pAMdefer tI'Ie PuBIi6RetiEl8~ *e El8R8 efelenGe.lhe eeneef8ll8hEl8
StlallteARiAatea)at tttetime. the mtyma~S9rmakM.hle wh.r '...-.n
FlBeeRlFReAElatieR .te sele$li.9A Bf 8 paftiGlilar RFP, R~. Rt;::U,erbid te the
slty eeRllJlissieFl, andsaidRFP,R.eQ, RFU, 9r laid leEWIRed:prevlded,
h9\'Je\Wo 'that fElIIEMiRlJ.. 'ha . MaFl.8f.tllrFRatdRghie.. . herwRtteR
reG8IJ1FReMatleFl, th,.Re Bfelt'RM etIa11 Jag lifted 88 F81atee te
aemFJIYRiealief16 h..." Ule.Mayet'aRd UeMb.,.ef ttleCeFRmkl8i9FI aAd
the CIlyM8Fl8geFiP~RgfyFller lite elly' lleFRMies1e" Rlfefa tRe
IMR.ser's rSllElFFlIMFlElatIeR laaekte thse!tymaFl8lJer a'" fer fuftI:Ier
FlB'Aew, tR.9 eeReefelllRse el\alleeAtiRQsQRtilsweh tlRl8 aa theRUlRsger
M8k.u8ubee...eAtvJRtleR FIlsSFRMsRdiitlSFI, aRd thsJll8ltiOYlarRmRfQ,
RFL.1,. sr hid ifl 8l:18Fd.sd sr ~ iA the'-JeJlt ~ __&tefsr leB8 thaA f2i .000
':MAttle .sity RUlAilger 8ltesIM8the ssRlfaet.
(3) ~lotR1R9aeAtaIRed hereiR~lItpFG..ltilftaAY ~ddsr,pIeJl ner, ''''''IIf', 88fVi.
Pl&VIdsr,leblJyi&t;.sr eeneYllaFll (I) fiem Rlakl"8.pYblie PIe&8.t1SRSat dwly
Retieadpretlid _Rfef8A886erJasf0F8 duly Ratleed8\'slwatieR &eRlfRiUes
fMetiA98:91)ffeM eAil8(1iAglAeeAtFaet dMum&si8f\e fiARg SAY .awl)' Aetiesd
..plia.IIe.1JI88tiRg; (il} ffem eRg." iFl.8llintiaat FiegetiatleA8 tt4lh tIity 8IaI
fellewlFlgth88\'JlFd 8taA RFP. RFQ, RFIJ, IIr "1'- fer aulfira.yth8 liIity
lMNMll88ieR; .IM fiem e8MFRUAhillltiFlg iA ':JfiUAg ',".!Ill lIAYllil)'em!a1eyea sr
_!Mal fGrpurpB8S8 sf &8BklRg e1arlfiGaUeRoraddlUeAallRfamlatIeR fiem1he
Sly .. sr ... .~psAdiFlllte ~8 ...&itYe .RMllI&&t . fer . MFililJatieA ... sr addliOAaI
lAfsFMatlefll IYltjeM te the ,f&VieIeR8 9f tReapPllollble RFP, RfQ, AFU, sr
hkl d88\lmeAte.TAe1*lder er pFGPaaer8lG. etIaH tile a -'18fSAYWfitteR
ClllIMfRIlAts&tieA.VJlttlltellit}'e1s*, 'lhe oily sled( &MIl make eeplee 8'J8llablo .
_*t ileA.reI ,.lIillle WP$R f8qutsl. .
(4) NotRlAg&8ll4l11lRelf IttFiIR .halI pFOhiBlta"yleJa~"'lilldd8r..JII9PQ8eF,
V$AdeF, .eeMee. prevld8f, QQAIH!&aAl,er QlRer p8fMAer 8At1y fRilmfil"llIle1y
.1KId..~lAiI tM8Ity 98fR..~IoA"''''FiAg8Aydwly Aetil8dp~lliI Med..
. "ri8Ai1if1l'1 aeIleFleR BAY liI:tdlt GeFlIRlGt. 1lIe eIty fMRBf8r shalllR,*,de 1Ft aRY
pUr,llltGellllltatieRferSl:ldltlAg 8SMI88 8. stateFR8flt dle$leelAg the .
",,"MeAte efthill dhrieisA.
,{e}@ VlOIatlontlpenaltleSandProCedul'e$. A V1oIation of thlll section by a patlk:ular
bldder.~proposer, vendor, service provider, lObbyist, orconsultant shan $Ubjecteald
bJdder.- prt)pOsef, vendor,servlceproyider.lobbyist, ()rconsultant mthe same
procedures set forth In DMaioo.5;elltltled 1Debannent()f~ from CIty
Work;$halltEmderanyRFPawaltl. RFQ awam, RqJ 8\IVlIFd,ot bld.-ward to .Id
bldder,proposer,\I8ndor, .SeMce provtder.bidder, .lObbyisJ.or CClf1su~ntvoldGll;
aoossldbldder. prOposer, vendor. service provider, lobbYist, orccmsultant $hall not
be con&lderedfor any RFP. RFQ,.RRJ or .bId. for a ~ .tract for the provisiOn of
.goodsor services for a period of one year. Any personWl\OvJolates a provision of
thisdMslonshall be prohibited from eervlrigon acily evalUation artdlor selection
committ8e.1naddltlori to any <Jtherpenalty provided bylaw,vIola1Jonof any
provision of this divlsklnby a dtYemployettshall aubjeetsaldempiOyee to
. disciplinary actkln up to and including dismISsal, Additionally, any person whO has
pe,.onal knowledge ofa violation ()f II1lsdMsion8hl1lU~8Uch vIoiatJontoll1e
dtYattotney's OffIce or state attomey's offlce...;,and/or may flies complaint with lI1e
county ettricscommlsslon.
(Ord,No,fi..3164, f 1,1-6-99; Old. No. 2001..3295, S 1,3-14-(1)
BID NO. 34-02/03
DATE: March 7, 2003
. sectiON 2. CODIFICATION.
Itisthelntentk)n()f lhe Mayor andClty CommIsSIon dflt1eClty of MI8mi Beach. and ltis
herebyoldainecl that the provisions Of this ordinance ShaU becOme ",ndbemadepart of the
Code of the CIty of MlamJ Beach, Florida... The sectIOns of thlsold1nance may be
renumbered or relettered to l\ICCOmpllsh$upillnteniion, and the word "ordinance" may be
ch8nged to "section", ~artlcle", or other appropriate WOrd.
SECTION 3~_PEAL.ER.
All ()rdlnallC$$ or partsafordlnanC$S in conlriCthereWlth be and thesarne are hereby
repealed.. .
BEeTlO... 4. SEVER.ABIUTY.
If anyseelion, 8ubSeetlon, S8rltence, c:laus&,phl'8$8 orportlon ()fthlsOrdtnancels.forany
reas()n. held invalid or unconstitutlonai,8t!c:h portiQri slUill be deemed a S$p8rate, dl$tinct
and independetlt proviSIon .,dsuch bOIdklgshaU not affect the vaHdrty or constItutIOnality
aUhe . remaining portions of this OnIInanee.
SEC"nON 5. EFFECTIVE DATE..
Tt1fs Ordlnanc:e $haJI take effect on the
Is 10 (fays after adoption.
Alar-t
.2002.whlch
ATTEST:
CIty Clerk
L.... Or numbehl..thatare..atriCkenthl'Ougha_derMiOria~8XIstlngOftlli1ance.
L&ttersor numbel'$that are undertinedare additlOnato exlstlngol'dlnance.
F:VlTTO\Oi..iJIREs;oRo\cONE6Fsl.J:NCEFNi..Dbe
..
~~ob~
DaIa
CITY OF MIAMI BEACH
BID NO. 34-02103
DATE: March 7, 2003
Page 82 of 116
OFFlC!OF THEC:!TY AtTOAN~
MtJWYlLDW8IN
Cit)' .Adome)'
~IfJl(bml7Jt;qM
r \. 0 MD A
$
TeltptilUle:(305)"S.7470
TeJeeGpy:(3G5) 6'3-1001
COMMISSION MEMORANDUM
DATE: JULY 31.10ln
TO:MAYORDAVlDDERMER
MEMBERs OFTBEClTYC6MMIss
noM: .MURRAY DUBBIN
.CJTY A11;ORNEYtM
JORGE M~GONZALEZ
ClTYMANAGIll
SUBJECT:AMlNDMENt TO crt'Y'$ "CONE oP'sn..ENcE- ()Rl>xNANCE
SECONrHU~ADING .
. PUB, T~ ~ARJNG
on)'ll'1uary'2!>.2002,theMWni-DadeCountYCoIIIInissiott.~ an ~fOthc
COunty'" "Cone of Silence" Ordinance, with lIleft'dve date ~f:February 8,2002. The apptOired
.lamendmciitstotl1CCOunty's.~ wbiChtheCity.MWBer IIldJheCity~sOf!ice
herein recommend beincoJporatedas an amendment to the atrs own"Conc ofSilcmce" orom--e,
lI.l'e aSfoDo\lVs: . .
(2)
J:-rl""'dil1gthe Pl'OfullitioltdnoralC<xiinlDllic:atkms u~ ApartiCuIat~,'R:FQ,
and bid for the solic:i.tation of SQOdsliJtd services to tb.osebetweeo. potciUial vCIidot,
service proVider.biddet, l~byist orCOllSU1tant, and th.eMqor, Comnaissioners, and
their respective staffs;
~thepro1iibitiOl1onotal.~.~.~RFP~RPQ.
or bid be(ween.any administrativestaff' membet. and iny membet cran evIIlJlldon
andfor sCl.c!:tion c;ommitte8therefor; .
Notwi~theprohibiti01tinsubsection.(2) above. providing 111 ~
allowing the Manager end the. ~ of the. eVi1Uation..llIldIor .~.
committee to.c:omrmmicate upon a1*tiCularevalUation and/or Rlection ~
(1)
(3)
..... ....... . .. .... .... ...Agonct,ltemIiSC
.,00 COlIVeiItlo1l C..terDrtve- l'oIaitJiJ1Oor-MIaIa11Jead .Date7JH:J-
BID NO. 34-02/03
DATE: March 7, 2003
Page 83 of 116
ORDINANCE NO 2000-3234
AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2, ARTICLE VI,
ENTITLED "PROCUREMENT", BY CREATING DIVISION 5, ENTITLED
"DEBARMENT", SECTIONS 2-397 THROUGH 2-406 OF THE CODE OF
THE CITY OF MIAMI BEACH, 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.
Section 2-397.
Purpose of debarment.
(a) The City shall solicit offers from, award contracts to, and consent to subcontractors
With responsible contractors only: To effectuate this police, the debarment of
contractors from City work may be undertaken.
(b) The serious nature of debarment requires that this sanction be imposed only when it
is in the public interestforthe City's protection. and not for purposes of punishment.
Debarment shall be imposed in accordance with the procedures contained in this
ordinance.
Section 2-398.
Definitions.
(a) Affiliates. Business concerns. organizations, lobbyists or other individuals are
affiliates of each other if, directly or indirectly. (I) either one controls or has the
power to control the other, or (Ii) a third part controls or has the power to control
both. Indicia of control include, but are not limited to. a fiduciary relation which
results from the manifestation of consent by one individual to another that the other
shall act on his behalf and subject to his control, and consent by the other so to act;
interlocking management or ownership; identity of interests among family members;
. shared facilities and equipment; common use of employees; or a business entity
organized by a debarred entity, individual, or affiliate following debarment of a
contractor that has the same or similar management. ownership, or principal
employees as the contractor that was debarred or suspended.
BID NO. 34-02/03
DATE: March 7, 2003
(b) Civil judgmentmeans a judgment or finding of a civil offense by any court of
competent jurisdiction.
(c) Contractor means any individual or other legal entity that:
(1) Directly or indirectly (e:g. through an affiliate). submits offers for is awarded"
or reasonably may be expected to submit offers or be awarded a City
contract, including, but not limited to vendors, suppliers, providers, Bidders,
Proposers, consultants, and/or design professionals, or
(2) Conducts business or reasonable man be expected to conduct business. with
the City as an agent, representative or subcontractor of another contractor.
(d) . Conviction means 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 specified in this ordinance. a Bidder or Proposer
from City contracting and City approved subcontracting for a reasonable, specified
period as provided in subsection 0) below: a contractor so excluded is debarred.
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,
Preponderance Greater weight of the evidence means proof by information that,
compared with that opposing it, leads to the conclusion that the fact at issue is mOre
probably true than not.
(h) Indictment means indictment for a criminal offense. An information or other filing by
competent authority charging a criminal offense shall be given the same effect as an
indictment.
(I) Legal proceeding means any civil judicial procesding 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 compilad, maintained and distributed by the
City's Procurement Office. containing the names of contractors debarred under the
procedures of this ordinance.
Section 2-399.
List of debarred contractors.
(a) The City's Procurement Office. is the agency charged with theimplementationofthis
ordinance shall:
(1) Compile and maintain a current. consolidated list (List) ofall contractors
debarred by City departments, Such list shall be public record and shall be
available for public inspection and dissemination;
BID NO. 34-02/03
DATE: March 7, 2003
Periodically revise and distribute the List and issue supplements, if
necessary, to all departments. to the Office of the City Manager and to the
Mayor and City Commissioners: and
(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 shan indicate:
The names and addresses of all contractors debarred. in alphabetical order;
The name of the department that recommends initiation of the debarment
action;
The cause for the debarment action, as is further described herein. or other
statutory or regulatory authority;
The effect of the debarment action;
The termination date for each listing;
The contractor's certificate of competence or license number,. when
applicable;
The person through whom the contractor is qualified, when applicable;
The name and telephone number of the point of contact in the department
recommending the debarment action.
(c) The City's Procurement Office shall:
(1)
(2)
(3)
Section 2.400.
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 Iisted,contractors and coordinate such
responses with the department that recommended the action,
Effect of debarment.
Debarred contraCtors are excluded from receiving contracts, and departments shall
not solicit offers from award 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 5/7ths 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.
(a) Commencing on the effective dateofthisordinance. all proposed City contracts. as
well as Request for Proposals (RFP). Request for Qualifications (RFO). Requests
for Letters of Interest (RFLI). or bids issued be the City. shall incorporate this
ordinance and specify that debarment may constitute grounds for termination of the
contract as well as disqualification from consideration on any RFP, RFO. RFLI. or
bid.
(b) The debarment shall take effect in accordance with the notice provided by the City
- Manager pursuant to subsection 2-405(h) below. except that if a City department
has contracts or subcontracts in existence at the time the contractor was debarred,
the debarment period may commence upon the conclusion of the contract. subject
to approval of same be 517ths vote of the Mayor and City Commission at a regularly
scheduled meeting.
(c) City departments may not renew or otherwise extend the duration of current
contract or consent to subcontracts with debarred contractors, unless the City
. Manager determines that an emergency exists justifying the renewal or extension
or for an approved extension due to delay or time extension for reasons beyond the
contractor's control and such action is approved by 517ths vote of the Mayor and
City Commission at a regularly scheduled meeting.
(d) No further work shall be awarded to a debarred contractor in cOl"lnecti()n with a
continuing contract where the work is divided into separate discrete groups and the
City's refusal or denial of further work under the contract will not result in a breach
of such contract.
Section 2-402.
Restrictions on subcontracting.
(a) When a debarred contractor is proposed as a subcontractor for any subcontract
subject to City approval, the department shall not consent to subcontracts with such
eontractors unless the City Manager determines that an emergency exists justifying
such consent and the Mayor and City Commission approves such decision by
517ths vote at a regularly scheduled meeting.
The City shall not be responsible 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.
Debarment.
(8) The Debarment Committee may, in the public interest debar a contractor for any of
the causes listed in this ordinance using the procedures outlined below. The
existence of a cause for debarment however, does not necessarily require that the
contractor be debarred; the seriousness of the contractor's acts or omissions and
CITY OF MIAMI BEACH
BID NO. 34-02/03
DATE: March 7, 2003
Page87of116
any mitigating factors should be cOl'lsideredin making any debarment decision.
Debarment constitutes debarment of all officers, directors, shareholders owning or
controlling twenty-five (25) percent of the stock, partners, divisions or other
organizational elements of the debarred contractor, unlesS the debarred decision is
limited by its terms to specific divisions, organizational elements or commodities.
The Debarment Committee's decision includes any existing affiliates of the
contractor if they are (I) specifically named and (ii) given written notice of the
proposed debarment and an opportunity to respond. Future affiliates of the
contractor are subject to the Debarment Committee's decision.
(c) A contractor's debarment shall be effective throughout City Government.
Section 2-404. Causes for debarment.
(a) The Debarment Committee shall debar a contractor for a conviction or civil
judgment,
(1 )
For commission of a fraud or a criminal offense in connection with obtaining
attempting to obtain, performing, or making a claim upon a public contract or
subcontract or a contract or subcontract funded in whole or in part with
public funds;
For violation of federal or State antitruststatutes relating to the submission
of offers;
For commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
Which makes the City the prevailing party in a legal proceeding and a court
determines that the lawsuit between the contractor and the City was
frivolous or filed in bad faith.
(2)
(3)
(4)
The Committee may debar a contractor, (and, limited instances set forth herein
below a Bidder or Proposer) based upon a preponderance the greater weight of the
evidence, for;
(1) Violation of the terms of a City contract or subcontract or a contract or
subcontract funded in whole or in part by City funds such as failure to
perform in accordance with the terms of one (1) or more contracts as
. certified by the City department administering the contract; or the failure to
perform or unsatisfactorily perform in accordance with the terms of one (1)
or more contracts, as certified by an independent registered architect
engineer or general contractor;
(2) Violation of a City ordinance or administrative order which lists debarment as
a potential penalty;
(3) Any other cause which affects the responsibility of a City contractor or
subcontractor in performing City work.
Debarment procedures.
BID NO. 34-02/03
. DATE: March 7, 2003
Requests for the debarment of contractors may be initiated by a City Department or
by a citizer;.atlarge 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 prompUy investigating and
preparing a written report(s) concerning the proposed debarment, including the
cause and grounds for debarment asset forth in this ordinance.
(b) Upon completion of the aforestated VIIritten 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
Notice of proposal to debar. Within ten working days of the Debarment Committee
having received the request for debarment and written report, the City's
Procurement Office,on behalf of the Debarment Committee shall issue a notice of
proposed debarment advising the contractor and any specifically named affiliates,
by certified mail. return receipt requested, or personal service containing the
following information:
(4)
That debarment is being considered:
The reasons and causes for the proposed debarment in terms sufficient to
put the contractor and any named affiliates on notice of the conduct or
transaction(s) upon which it is based;
That a hearing shall be conducted before the Debarment Committee on a
date and time not less than thirty (30) days after service of the notice. The
notice shall also advise the contractor that it may be represented by an
attorney, may present documentary evidence and verbal testimony, and may
cross-examine evidence and testimony presented against it.
The notice shall also describe the effect of the issuance of the notice of
proposed debarment, and of the potential effect of an actual debarment.
(d) No later than seven (7) working days, prior to the scheduled hearing date, the
contractor must fumish the City's Procurement 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 oftime, 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 admissible at the hearing but shall not form the sole
. basis for initiating a debarment procedure nor the sole basis of any determination of
debarment. The hearing shall be transcribed, taped or otherwise recorded by use of
a court reporter, at the election Committee and at the expense of the City. Copies
CITY OF MIAMI BEACH
BID NO. 34-02/03
DATE: March 7, 2003
Page 89 of 116
of the hearing tape or transcript shall be furnished at the expense and request of
the requesting party.
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 fhe evidence standard. The Debarment
Committee shall be the sole trier of fact. The Committee's decision shall be made
within ten (10) working days after conclusion ofthe hearing, unless the Debarment
Committee extends this period for good cause.
(g) the Committee's decision shall be in writing and shall include the Committee's
factual findings, the principal causes of 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's decision.
(1) If the Debarment Committee decides to impose debarment, the City
Manager shall give the contractbr and any named affiliates involved written
notice by certified mail, retumreceipt requested, or hand delivery, within ten
(10) working days of the decision, specifying the reasons for debarment and
including a copy of the Committee's written decision; stating the period of
debarment, including effective dates; and advising that the debarment is
effective throughout the City departments.
(2) If debarment is not imposed, the City Manager shall notify the contractor and
any named affiliates involved, by certified mail, return receipt requested or
personal service, within ten (10) working days of the decision.
(i). All decisions of the Debarment Committee shall be final and shall be effective on
the date the notice is signed by the City Manager. Decisions of the Debarment
Committee are subject to review by the Appellate Division of the Circuit Court. A
debarred contractor may seek a stay of the debarment decision in accordance with
the Florida Rules of Appellate Procedure.
Section 2~406. Period of debarment.
The periOd of debarmentirnposed shall be within the sble discretion of the
Debarment Committee. Debarment shall be for a period commensurate with the
Seriousness of the cause(s), and where applicable, within the guidelines set forth
CITY OF MIAMI BEACH
BID NO. 34-02/03
DATE: March 7, 2003
Page 90 of 116
below, but in no event shall exceed five (5) years.
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 subsection 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.
(b)
The Debarment Committee may, in its. sole discretion, reduce the period of
debarment, upon the contractor's written request for reasons such as:
(1)
(2)
(3)
(4)
(5)
Newly discovered material evidence;
Reversal of the conviction or civil judgment upon which the debarment was
based;
Bona fide change in ownership or management;
Elimination of other causes for which the debarment was imposed; or
Other reasons the Debarment Committee deems appropriate.
The debarment debarred contractor's written request shall contahi the reasons for
requesting a reduction in the debarment period, The City's Procurement Office, with
the assistance of the affected department shall have thirty (30) days from receipt of
such request to submit written response thereto. The decision of the Debarment
Committee regarding a request made under this subsection is final and non-
appealable.
. If any section, subsection,clause or proviSion ofthisOrdinance is held invalid, the
remainder shall not be affected by such invalidity.
SECTION 3. CODIFICATION.
It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is
hereby ordained that the provisions of this ordinance shall become and be made a part of
the Code of the City of Miami Beach, Florida. The sections of this ordinance may be
renumbered relettered to accomplish such intention, and the word "ordinance" may be
changed to "section", "article," or other appropriate word.
SECTION 4.. REPEALER.
All ordinances or parts of ordinances incohflictherewith be and the same are hereby
repealed.
BID NO. 34-02/03
DATE: March 7, 2003
A RESOLUTION OFTBE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT
A CODE OF BUSINESS ETHlCSPRlOR TO ENTERING INTO A
CONTRACT WITH THE CITY OF MIAMI BEACH
WHEREAS, the Greater Miami Chamber of Commerce ("GMCCj adopted. a
Model Code of Business Ethics (the "Model Code''); and
WHEREAS. the City ()fMiami Beath is a member of the GMCC; and
WHEREAS, the Model Code, attached hereto as Exhibit A, isa statement of
principles to help gUide decisions and actions based on respect for the importance of
ethical business standards in the community; artd
WHEREAS, the GMCC encourages its members to adopt the principles and
practices outlined in the Model Code; and
WHEREAS, the Cotnrnission 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,.THEREFOREBEITRESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA:
Section I. EaCh person or entity tbat.seelc:s to do busineSs with the City shall
adopt a Code of Bilsiness Ethics ("Code'') and submit that Code to the City Manager or
his or her designee prior to execution of any contract between the conlraCtor and the City.
The Code of Business shall, at a minimun1,. 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 Conunission urges the Greater Miami Chainberof Commerce
to require that all of its members adopt the Model Code of Business Ethics.
This resolution shall becomeeffeetive immediately upon its
PASSED and ADOPTED this
day of April 2000
WfLYOR
A TrEST:
~~flitC~--
CITY CLERK
CR~TER MlAlVlfCHAMBEROFCC>J.1MERCE
. MODEL.CODE OF BUSINESS ETHICS
STA1'eNetn'Cll=PllRPOSE ·
Tn. Orailler t.liwenarnbGrQfC*",,",~('GMQC' s"ksto~at, and sUs..lnllneth1etl b4Slt\U$
dItrIate fOl'i!$l1'IM'lbllr$~nd tll.cllI\'IrI1U1li1ybvl1doptll'fQ 11 COd,of BltSl~estEthlcs, Tht GMCC
ilncoul'lgesHs memlliers IoROI'poral.tII,pliticlphlsand ~ti~$.OIiIfned..h.l:'jll thliltindMdu81
~'$Ofethlc:li"'hid1 wiAllqide t"'ir,.,llli<lll.hipswrlff~om.....clr.ms.nd suPl'ller,s. ..ThiB Model
Code ~. and sllOUld IltprornlmmtlydtSPlaye4 at lIll bUSllltulocat10ns~d~Y.be I~p~ed inlo
marte-ling mat.rl.. theaMCC bel,_ilhal Ib !'nllmblnshoulQ use.tllisCode.. e mod., for tile
d....'lopment of !hItlr olllanltallCll\$' business. ~od..of elhic:s.
~~"~~~II:..~::~~::~~~t::o~~~.~~~'G<tM~rJI~~.~~J=:I:llle~:;J~:
tl',,*iesis lberespIlnsiblllty ol~rybvlin'si: 1lndplOreSS~ CJlgllllllIlliO/h
earilllllane.WllhOc:lliilrruTt4tf,tftUJil.&R.aUlatlOlts'
. W. YIillprqper!VIl\3Ii1Ia!I''- tecotd$iIIndpclshll 'e.n$fland eerliiicatlts
Itlll<<'rTlineill pllIees .lillys.." byouI empley'eslIndc:u~lomefS.:
.In dealing wilh llovemlilenfagencm and~ploye1lS.W.Wlll concIuct bl.l$/l1IIssln
l!OeoldlIDl::e witll all epplli..b1. rl.!!es and rll1ll1laUoM end.1n lhe. 0JMlll;
We. Wltlt8ll011 . cOlItractlrrlllularillOs . aJIClolherlmprop.er.orll1ltaWrul. buSlnlCs
.pr'dlcesto "'e.,lhicsCQIIlfI'1iSSlOl\. tile O~of. ImPeclIll'G""UiIQl'
approp","e tawenlorc-ementlullllll'l!ies,
W.Wlll avoid co~otll1tllr.sllll'ld disdclsD sud. eOl'lnlClt wn.nt'dentitl.d;
<01ll'wN=hCOinptol11ill1.lh'I!1I~Qi .allll$lriess lI;llMGtiorJ'lIllIHlIl:#e'-.bl!!;
.W!! will net kidtbechnyporlion of il comnlct Pl}'rTllnllo employe" orlhil olhllf
COl\trac:tl119parlyor llCc:eplsuch lIldckbllCk. ..
AU our 1!llanefaltrWiletlon$wl11 be propi!'1111ndl~iIlYrec;Or~cf lllllPprOjlIble
boa~.o1 ac;i:;....nl,. am! lh,r.wllf blr no "<r<< Ih, 110Q1a". nnncliOf)sor seci1!1
>lI(;eO\ll1lro. ... .
Promotion ..ndS.itleSorp\o~i.lc~ ll.ldlSctVke.
OurptQllutl$oMH~yWllll. a~appllcabiil$a1etY IIl1d Qllajj({$lilJldilrlts;
w. wilfprorTiOtealld ad'iGniJoolllbusinbund ilsprocluctl orservlC*llnll
nlanMr wtoich (& net mlstea<:llnslil'ld do.sno! fai$elydisp;tfllgoouo eompali~r$;
Oolnq.8u$ine. {wilh thtOOVl:rtlmcnt
.w. Will conducl busIness WilhllOltetrllr\tl'llilg.lICMlI Illd Ol1IpIoYtftlna rt1IRUler
whkhll\IQlds: .Y!Illthe.p~alllncll ot impropriety. . EIfOl1s to curry pOlitk:al
fav/lfili$ll1 aieunacceptable;
. OUt bidS wili .b!tcOlTIpetilive;apj)ropi"letetolhe bid dl)CUI'l1lIIlI$lndarrlVedllt
indePendl!lttly, .
Afrt. ehllllill'll1-' toeQ~.llWardedWlilh'IIVl!.<sllbstalilJ\l.ba$1$andnot IMl
pursued merely beclluseWlt1lf91hl\Unsucc:aSltul bidder;
We will, IotM .bCstof oui' ability,. petfat"'gOv.niril.nr~ aWard~atthe
pnc. and llnderlheletms Jii'ovidod .rorln Ihec;lll!lractW.~lnot&llbmilil'lnattct
Invoic-. forgoocl$prcyidtdOl .servicespertOrmed under $uc:hconlr~I, IlI'Id
clllJrnswlll be~ol1lVror WO/1(: aclualypelfClmed.We.V'tiIl abid. by d
C'OrJtrading..m. iIlbCClIllractrng t'lJ\.l1aIi9n,.
. -
. We wil1lOt, dtrecIlY .1ndit~try.oirer logt'nabrlbeorolh8lWi5edulnnCII
kle~cksJrom comrild$ .warded,togovemnwnl oIIiciala,lhilir flllli/Y m.mQ.F$
.or blt5lllllS$ as$Qcjate$.
W~wBlnot n~ onxpaclpret~nentill lJea1ITlet'ltWl bid~ based on our
par1icipalmil1 political campaigns.
~bllcl.Lff.;i~PQliCr"IC.moli~ri&
.' We~liVr.ge demplo1ee$101>Iutldpiit';lri coirIrrl\mitY fite, pubKc semc.atld
theJl~ ptO<;ellS;
VV.lincOllrllGelll.mployeolto r~t,$Uppc!lt.ndlll\l~ ltt&i~"on<lqU.lili.d
llUbrlC otliciall amI ling_g... th~ . in . dia!oglleand dtbat e. .bout llVsln.l.llrid
~mmutlltyfS$\Ies:
.. .
OisrcOllltlbuttonlilQPbllllcaf partil!S, . commilte,sor indMdlll\$YiDIOIllybe .l'nluJe
in accordance will1 eplllicable law and WiD c:omptyv.;th ltiIIIlCll.lirtl'Mnts forllublic:
diSC10SIHe...AIl ~nlributlonsmade On j)ehalf01 t1ie IliUSlneiSS mUS! ~ereporled to
senior comPIil'!Y ll'1Ilnajfement: .
We Will not contributlitoitre carnpaignaofpeiSohsWho .~c~l'IIIict.ed felorl56r
Ulc:lllwhodonol.5ignthe Fair <:amp;;,lgnf"la<<lc:'ll$Ordlna(K:e.
We wllJ:not~nwY. illslltimln~lefalu campaIgn rll(o,rriailcl1 orsuppoittho5'
Wnodo.
BID NO. 34-02/03
DATE: March 7, 2003
AN ORDINANCE OFTHEMAYOR AND CITY COMMISSION OF
THE CITY OF MIAMI BEACH, . FLORIDA, .. ESTABLISHING
PROCEDURES FOR RESOLVING BIDS (BIDS), REQUEST FOR
PROPOSALS (RFP'S),.REQUESTFOR 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 ENTITLED "ADMINISTRA nON"; BY
AMENDING ARTICLE VI THEREOF ENTITLED "PROCUREMENT';
BY CREATING SECTION 2-371 dENTITLED !'AUTHORITY TO
RESOLVE PROTESTED BIDS AND PROPOSED AWARDS";
PROVIDING .. FOR . SEVERABILITY; ..PROVIDING .. FOR
CODIFICATION; AND PROVIDING FOR AN EFFECTIVE DATE.
. .
WHEREAS,from time to time the City. procures goods and services through
Invitation for Bids, Requests for Proposals, Requests for Qualifications, Requests for
Letters of Interest, and purchase orders based on written or oral quotations, in
accordance with the public bidding procedures set forth in Florida law and the Code of
the City of Miami Beach (the "City Code"); and
WHER:EAS, such process may lead to protested bids and proposed awards; and
WHEREAS, it is the intenfof the 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, iUs in the best interestsofthe City and all respondents to Invitations
for Bids, Requests for Proposals, Requests for Qualifications, Requests for Letters of
Interest, and purchase orders based on written or oral quotations, to have a clear and
unequivocal procedure for resolving such protests in a timely and expeditious manner.
NOW,THEREFORE,BEltOR:DAINED BY THE MAYOR: AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,.as follows:
Sectl0111 ~ Them is hereby added to Article VI of Chapter 2 of the City Code a new
Section 2-371, Which shall read as follows:
Section 2-371. Authority to Resolve Protested Bids and Proposed Awards.
(a) Rlghtto Protest. AnyactLial bidder, qualified proposer, or interested parties
(hereinafter collectively referred to as the "bidder") who has a substantial interest in,
and is agg rieved in connection with the solicitation or proposed award of, a request for
proposals CRFP"), request for qualifications ("RFQ'), request for letters of interest
CITY OF MIAMI BEACH .
("RFU') or invitation for bid for goods and/or services ("hereinafter, collectively referred
to as the bid") may protestto the City Manager or his or her designee. Protests arising
from the decisions and votes of any evaluation or selection committee shall be limited
to protests based upon alleged deviation(s) from established purchasing procedures
set forth in this Code, any written guidelines of the Procurement Department, and the
specifications, requirements and/or terms set forth in any bid.
. Any protest concerning the bid specifications, requirements, and/or
terms must be made within three (3) business days (for the purposes of
this ordinance, "business day" means a day other than Saturday,
Sunday or a national holiday), from the time the facts become known
and, in any case, at least two (2) business days prior to the opening of
the. Such protest must be made in writing to the City Manager or his or
her designee, and such protest shall state the particular grounds on
which it is based and shall include all pertinent documents and
evidence. No bid protest shall be accepted unless it complies with the
requirements ofthis section. Failure to timely protest bid specifications,
requirements and/or terms isa waiver of the ability to protest the
specifications, requirements and/or terms.
(2) Any protest after the bid opening, including challenges to actions of
any evaluation or selection committee as provided in subsection (a)
above, shall be submitted in writing to the City Manager, or his or her
designee. The City will allow such bid protest to be submitted anytime
until two (2) business daysfoUowing 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 aU pertinent documents and evidence. No
bid protest shall be accepted unless it complies with the requirements of this
section.
The City may request reasonable reimbursement for expenses incurred in
processing any protest hereunder, which expenses shall include, but not be
limited to, staff time, legal fees and expenses (including expert witness fees),
CITY OF MIAMI BEACH
Page 98 of 116
reproduction of documents and other out-of-pocket expanses.
Authority to Resolve Protests.Tha City Ma nager or his or her designee shall
have the authority to settle and resolve a protast concerning the solicitation or
award of a bid.
Responsiv~ness. Prior to any decision being rendered under this Ordinance
with respect toa bid protest, the City Manager and the City Attomey, or their
respective designees, shall certify whethar 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 E!etel'R'liRatioFl sf the City Mana!iler ME! the City
Attorney with regaFd to all pr:ocMur-a1 aRe teshFliool matters shall ge fiRal.
Decision and Appeal Procedur~s.lf the bid protestis not resolved by mutual
agreement, the City Manager and the City Attomey, or their respective
designees, shall promptly issue a decision in writing. The decision shall
specifically state the reasons for the action taken and inform the protestor of his
.or her right to challenge the decision. Any person aggrieved by any action or
decision of the City Manager, the City Attorney, or their respective designees,
with regard to any decision rendered under this section may appeal said
decision by filing an original action in the Circuit Court of the Eleventh Judicial
Circuit in and for Miami-Dade County, Florida, in accordance . with the
applicable court rules. Any action not brought in good faith shall be subject to
sanctions including damages suffered by the City and attorney's fe~s 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 otherwisefumishad immediately to the protestor.
Stay of Procurements During Protests; In 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 to such bid must be made without delay in
,order to protect a substantial interest of the City.
TMinstitution 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 subjac:t matter of the protest.
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 recommefldatiClnfor award Clf 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 ofthe CitvManaaer and the City Attorneywithreaard to all
orocedural 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, clause or ph rase of this Ordinance is held to be
invalid or unconstitutional by any court of competent jurisdiction, then
said holding shall in no way affect the validity of the remaining portions
..of this Ordinance. It is the intention of the Mayor and City Commission
of the City of Miami Beach, and 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.
AN ORDINANCE OF THE MAYOR AND Crry COMMISSION OF
THE CITY OF MIAMI BEACH, FLORIDA, AMENDING MIAMI BEACH
CITY .. CODE . CHAPTER 2,. DIVISION 3,SECTION2-485
THEREFORE ENTITLED "LIST <OF EXPENDITURES; FEE
DISCLOSURE; REPORTING. REQUIREMENTS", BY REQUIR.ING
DISCLOSURE OF LOBBYIST' FEes; PROVIDING FOR REPEALER,
SEVERABILITY, CODIFICATION, AND EFFECTIVE DATE.
NOW,THEREFORE, BE IT ORDAINED BY THE MAYOR AND
COMMISSION OF THE CITY OF MIAMI BEACH, FLOR.IDA:
Sec. 2.485. List of expenditures; fee disclosure; reporting. requirements.
SECTION 1. That Miami Beach City COdeChapter2 entitled "Administration", Division 3
entitled "Lobbyist", Section 2-485 thereof is hereby amended to read as follows:
a. On October 1 of each year, lobbyist subjectt() lobbyist registration
requirements shall submit to the city clerk a signed statement under oath as provided
herein listing all lobbying. expehditures in the city for the preceding calendar year. A
statement shall be filed even if there have been no expenditures during the reporting
period. The statement shall list in detail each expenditure by category, inCluding food and
beverage, entertainment, research,communication, media advertising, publications,
travel, lodging and speCial events.
{9} @ Thecityclerk 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 allY other penalties whichmaybeimposed'as provided is section 2-485.1, a
. fine of $50.00 p~r day shall be assessed for reports filed after the due date.
fGt !ID The city clerk shall notify the Miami-Dade County Commission on Ethics and
Public Trust ofthe failure of a lobbyist(or orincioar)to file a either ofthe reports referenced
above and or pay the assessed fines after notification.
{d}!fl A lobbyist (or orincioal) may appeal a fine and may request a hearing before
the Miami-Dade Commission on Ethics and Public Trust. A request for a hearing on the
fine must be filed with the Miami-Dade C6mmission6n Ethics and Public TrLJst within 15
calendar days of receipt of the notification of the failure to file the required disclosure form.
The Miami-Dade Commission onEthicsand PublicTrust shall have the authority to 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.
Page 102of116
Ifsection, sentence, clause or phrase of this ordinance is held to be invalid or
unconstitutional by any court of corripetentjurisdiction, then said holding shall in no way
affect the validity of the remaining portions of this ordinance.
CODIFICATION
It is the intention ofthe Mayor and City Commission ofthe City of Miami Beach, and
it is hereby ordained that the provisions of this ordi nance shall become and be made a part
of the Code of the City of Miami Beach, Florida. The sections of this ordihance may be
renumbered or relettered to accomplish such intention, and the word "ordinance" may be
changed to "section", "article", or other appropriate word.
EFFECTIVEDA TE
AN ORDINANCE OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,
. . CREATING DMSION 6, TO BE ENTITLED "LMNG WAGE
REQUIREMENTS FOR CITY SERVICE CONTRACTS AND
CITY EMPLOYEES", OF ARTICLE VI, ENTITLED
"PROCUREMENT", .OF;CHAPTER2 OF THE MIAMI
BEACH CITY CODE ENTITLED "ADMINISTRATION", BY
ESTABLISHING A LMNG WAGE REQUIREMENT FOR
CITY SERVICE CONTRACTS AND ESTABLISHING A
LMNG WAGE FOR CITY EMPLOYEES; PROVIDING FOR
REPEALER, SEVERABILITY, CODIFICATION, AND AN
EFFECTIVE DATE.
WHEREAS, the City of Miami Beach awards private firms contracts to provide services for
the public. The City also provides financial assistance to promote economic development and job
. growth. Such expenditures of public money also serve the public purpose by creating jobs,
expanding the City's economic base, and promoting economic security for all citizens; and
WHEREAS, such public expendifures.shouldbe spent only with deliberate purpose to
promote the creation of full-time, permanent jobs that allow citizens to support themselves and their
families with dignity. Sub-poverty level wages do not serve the public purpose. Such wages instead
place an undue burden on taxpayers and the community to subsidize employers paying inadequate
wages by providing their employees with social services such as health care, housing, nutrition, and
energy assistance. The City has a responsibility when spending public funds to set a community
standard that permits full-time workers to live above the poverty line. Therefore, contractors and
. subcontractors of City service contracts should pay their employees nothing less than the living wage
herein described; and
WHEREAS, . 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 DULY ORDAINED BY THE MAYOR AND THE CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS:
That Division 6, to be entitled "Living Wage Requirements for City Contracts", ()fArticle
VI, entitled "Procurement", of Chapter 2 of the Miami Beach City Code entitled "Administration" is
hereby created to read as follow:
{Q) "Covered.EmDloyee".means aiwone.emDloyed bv theCitv or any Service
ContrCIctor.asfurther defined in this Division. either full or Dart time. as an emolovee
with or without benefits or as an indeoendent contractor.
IQ) "Covered Emoloyer" means the City' and anvand all Service Contractors.
whether contractino directly or indirectly with the Citv. and subcontractors of a
Service Contractor.
@ "Service Contractor"isanV individuaL business entitv. corporation (whether
for orofit or not for orofit). oartnershio.limited liability company. ioint venture. or
similar business who is conducting business in Miami Beach. or Miami Dade
Countv. and meets one (1) of the two (2) following criteria:
(1) The SerVice Contractor is:
(a) paid in Whole or oart from one or more of the Citv'soeneral
caoitalproiect finds. special. revenue funds. or any other fUnds
either directly or indirectlv. whether by comoetitivebid orocess.
informal bids. reouests for oroDosals. some form of solicitation.
neaotiation. or aareement. or anv other decision to enter into a
contract: or
ill City Service Contracts
Contracts involvinc the Citv'sexDenditul'e of over $100.000Der year and
which include the folloWino.types of services:
ill food oreoarationand/or distribution:
Q)security services: .. ... ... . . . ...... . .. .. ... ...
Q) routine maintenance serviC'es such as custodial..cleanina.
comouters.refuse removal. reoair. refinishino. and recvcling:
@ clerical or other .non-suoervisorv office. work. Whether
temoorarv
or oermanent:
1.5) transDortation and pai1<ihgservices:
@ orintinoand reproduction services:
ill landscaoino.. Lawn. and or agricultural services: and
@ Dark and oublic olace maintenance
(2) Should any services that ate beiiu!: oerforrned bv City EmDlovees atthe time this
ordinance is enacted he solicited in the future bv theCitv to be nerrorrned bv a
Service Contractor. such services shall be Covered Servicessubiect to this Division.
(a) LivinaWaae Paid.
(1) . Service Contractors.
All Service Contractors. as defiriedbv this Division.enterinainto a contract
. with the City of Miami Beach shall oav to all its emolovees who orovide
services covered by this Division. a Jiving wage of no less than $8.56 an hour
with health benefits. or a · living wage of not less than $9.81 an hour without
health benefits. as described in this Section.
(2) City EmDlovees.
For City Emolovees under the Cityoayolan.the CityWiII beain tODav a living
waoe consistent with the goals and terms of this Division on phase-in basis
beainninQ in the 2001-2002 Citv budaet vear. increasing on an annual basis
incrementallv so that the Uvinc Wace is fullv implemented for Citv emDlovees
in the 2003-2004 City budcetvear as mav be adiusted pursuant to
subsection (cl below. Thereafter the Livina Wane to benaid bvthe Citv to
. its emnlovees shall not be subiect tn the annual indexinn llsina the Consumer
Price Index for all Urban Consumers (CPlcU\ reauired under subsection (c)
below and instead shall be. subiect to nenotiations within the C'.ollective
baraainina . stmcture
(b) Health Benefits. Fora Covered Employer or the City to comply with the Iivina
wage
provision by choosing to pay the lower ....ace scale available when a Covered
Employer also provides health . benefits. such . health benefits shall consist of
payment of at lesst $1.25 per hour towards the provision of health care benefits for
Covered Emplovees and their dependents. If the health benefits plan of the
Covered Employer or the City reauires an initial period of employment for a new
emplovee to be eliaible for health benefits (eligibility period) such Covered Employer
or City mavcualifv to pay the $8.56 per hour wage scale durina the new employee's
initial eligibility period provided the new employee will be paid health benefits upon
completion of theeliaibility periOd. Proof of the provision of health benefits must be
submitted to the awarding authoritv to aualify for the wage rate for employees with
health benefits.
(c)lndexina.Thelivintl waae will beautomaticallv indexed each \fear using the
Consumer Price Index . for all Urban Consumers (CPI-U) unless the City
. Commission determines it would not be fiscally sound to implement the CPI-U in
a particular year.
(d)CertiticationReauired Before Pavmetlt.Anyand all contracts for Covered
Services shall be void. and noJunds may be released. unless prior to enterina
anv aareement with the City fora Covered Services contract. the employer
certifies to the City that it will pay each of its employees no less than the Iivina
. waae described in Section 2-408 lal. iA copvof this certificste must be made
available to the public uponreauest. The certificate. at a minimum. must include
the following:
ill the name. Address. and phone number of the emoloYer. a local
. contact person. and the specific proiect for which the Covered
Services contract is souaht:
12) the amount of the Covered Services corltractand the City
Department the contract will serve:
(e)ObserVlItibn of Other Laws. . EveN Covered Em[)lovee shall be paid not less
than biweeklv.and withOut subsequent deduction or rebate on any account.
(exceot as such payroll deductions as are directed or permitted by law or by a
collective bargaining aQreement). . The Covered Emoloyer shall oav Covered
Emoloyees waQe rates in accordance with federal and all other aoolicable laws
such as overtime and similar wage laws.
(f) .Postina..A coov of the 1ivina waQerate shall bekeot oosted bv the Covered
Emolover at the site of the work in a orominent place where it can easily be seen
and read bv the Covered Emoloyees and shall be suooliedto the emoloyee
within a reasonable time after aret:Juest to do so. Posting requirements will not
be reQuiredwherethe Covered Emoloyer orints thefollowino statements onthe
front oftheCovered Emoloyee's first oavcheckand every six months thereafter:
"You are required by Citvof Miami Beach law to be oaid at least $8.56 dollars an
hour. .If vou are not oaid this hourly rate. cOntact your emoloyer. an attorney. or
the City of Miami Beach." All notices will be printed in English. Spanish. and
Creole.
(g) Collective . BarClalnina. Nothino in.. this. Division. Shall be read to reQuire or
authorize any Covered Emolover to reduce wa~es set by a collective baraainina
a~reement or are reauired under any prevailing waQe law.
. IMPLEMENTATION
~ProcurementSpecifications; The Iivinl!WlIg:e shall be reQuired in the procurement
sl'lecificatioIis for all City service contracts for Covered Services on which bids or proDosals
shall be solicited on or after the effective date of this Division. TheDrocurement
specifications for aDDlicable Covered Services contracts shall include a reauirement that
Service Contractors and their subcontractors al!I'ee to produce all documents and records
relating: to Davroll and comDliance with this DivisionuDon request from the City. All
Covered Service contracts awarded subseouent to the date when this Division becomes
effective. shall be subiect to the reQuirements of this Division.
!Ji) Information Distributed. All requests for bids or reQuests for oroposals. for Covered
Services contracts of $lOO.OOOot more shall include appropriate infonnation about the
reQuirements of this Division.
(2) the iob title and classification:
(3) the number of hours worked each day:
(4) the gross wageS earned and deductions made:
(5) annual wages paid:
.. (6) a copy of the social security returris and evidence of payment
thereof: ... .. .... . . ... .. .
(7) a record offringe benefitpavments incIudingc()ntributions to
approved plans: and. .
(8) anv other data or infotmation this Division should require from
time to time.
@ReDortin2 Payroll. Everv six (6rmonths the Covered Emnlo\lershall file with the
Procurement Director. a comnlete pavroll showinl!: the Covered Emnlover's navroll
records for each Covered Emploveeworkinlton the contract( s) for Covered Services for
one pavroll period. Upon request from the City. the Covered Employer shall oroduce
for ins~ction and copying its payroll records for any or all of its Covered Employees for
anv period covered by the Covered Service contract. The City mav examine oavroll
records as needed to enstu'e comnliance
(a) Service Contractor to Cooperate. The Service ContractOr shaIlpennit City employees.
agents.orrepresentatives to observe work beingoerformed at. in or on the proiect or matter
for which the Service Contractor has a contract. The City representatives may examine the
books and records of the Service Contractor relating to the employment and payroll to
determine if the Service Contractor is in compliance with the provisions of this Division.
COMPLIANCE AND ENFORCEMENT.
(b) ComDlaint Procedures and Sanctions.
(I) An employee who believes that this Di\lision 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) Any individual or entity mayalso file acomplaint with the Procurement Director
of the City on behalf of an employee for investigation by the City.
(3) It shall be the responsibility of the City to investigate 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 a findingofnon-comoliancedssue a notice of corrective action to
the emplover sl'eCifving all areas of non-compliance and deadlines for resolutions of
the i.dentified violations. . If a SetviceContractof fails to comply with any notice
issued. the City Manager or the City Manager's designee may issue ail. order in
writing to the Service Contractor. bv certified mail or hand delivery. notifying the
Service Contractor to appear at an administrative hearing before the City Manager or
the City Manager's desigm:eto be held at a time to be fixed in such order. which date
shall be not less than five (5) days after service thereof.
(4) The proceedings shallbeinfonnal. but shall afford the Service Contractor the
right to testify in the Service Contractor's own defense. present witnesses. be
represented bv counsel. submitrelevant evidence. cross examine witnesses and
obiectto evidence.
(5) The proceedings sha.ll be retarded and minutes kept bv the City. Any Service
Contractor requiring verbatim minutes for iudicial review may arrange for the
services of a court reporter at the expense of theSetvice Contractor.
(6) Within ten (l0) days of the close of the hearing. theCitv Manageror the City
Manager's desil!:llee shall render a decision in writing determining whether or not
the Service Contractor is in compliance. or whether other action should be taken.
or whetherthe matter should be continued. as the case may be. and stating the
reasons and findingS of fact.
.. (c)PtivateRil!ht of Attion Agllinst Service Contrilctor An" Covered Employee of or
fom'ler Covered Emnloyee of a Service Contractor mav.instead of utilizinl! the City
administrative nrocedure set forth in this Divisioriblltnot in.addition to such nrocedure
brim! an action bv filing suit al!ainst the Covered Emnlover in any court of comnetent
iurisdiction . to enforce the provisions of this Division and may be . awarded back pay .
benefits.attomey's fees and costs . The 3.pplicablestatute of1imitations for such a claim will
be two (2) years as nrovided in Florida Statutes Section 95.1 ](4)( c) for an action for navment
of vval!es The court may also imnose sanctiohson the Service Contractor includinizthose
.nersons or entities aidinl! or abettinl!the Service Contractor. to include wal!e restitution to
(2) The City may suspend orterrhinate payment under the Covered Services
contract or terminate the contract with the Service Contractor: and/or
(3) The City may declare the el'l1t)l()yer inelil!ible for future service contracts
for three (3) years or until all penalties and restitution have been paid in full,
whichever is lonl!:er. In addition. all emplovers shall be inelil!:ible under this
section where prinCipal officers of the emplover were principal officers of an
employer who violated this Division.
AN ORDINANCE OF THE MAYOR AND CITY COMMISsION OF THE CITY
OF MIAMI BEACH,. FLORIDA, AMENDING MIAMI BEACH CITY CODE
. CHAPTER 2, ARTICLE VII BY CREATING DIVISION 5 THEREOF ENTITLED
"CAMPAIGN FINANCE REFORM" ,AND FURTHER AMENDING CITY CODE
SECTION 38-6 ENTITLED "PROHmITED CAMPAIGN CONTRIBUTIONS BY
VENDORS" AND CITY CODE CHAPTER 2 BY TRANSFERRING SAID
SECTION FROM CHAPTER 38 OF THE CODE TO CITY CODE CHAPTER 2,
ARTICLE VII, DMSION 5, RENUMBERING CODE SECTION 38-6 TO CODE
SECTION 2-487; AMENDING SAME BY MANDATING THAT THE CITY
PUBLISH NOTICE REQUIREMENTS OF TmSORDINANCE, ESTABLISllING
RESPONSmILITY OF CANDIDATES FOR ELECTED OFFICE TO DETERMINE
STATUS OF POTENTIAL DONOR AS VENDOR, CLARIFYING AND CREATING
. DEFINmONS,CREATING ADDITIONAL WAIVER PROVISION WHEN
TERMINATION OF EXISTING CONTRACT WOULD BE ECONOMICALLY
ADVERSE TO CITY'S BEST INTERESTS; PROVIDING FOR REPEALER,
SEVERABILITY, CODIFICATION AND AN EFFECTIVE DATE.
NOW, THEREFORE, BE 11' OIU>AlNEDBY THE MAYOR
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA:
SECTION 1. That Miami Beach City Code Chapter 2, Article VII, is hereby amended by the
creation of Division 5 thereof entitled "Campaign Finance Reform" and is further amended by
transferring Section 38-6 entitled "Prohibited Campaign contributions by Vendors" from City Code
Chapter 38 to City Code Chapter 2, Article VII, Division 5 and renumbering said Section 3 8-6 to
Section 2-487, to read as follows:
DIVISIONS. CAMPAIGN FINANCE REFORM
Sec.~2-487.Prohibited CllmpaignContributions by Vendors
General.
W No parseR who is a vendorta theeity shall give a campaign contribution
directly,or throogh a memeer afthe pefs9R'S immediate family, ar thr.eagh a palitieal
lletiaB eemmittee, er thr9l:lgh 9.Byether perseR, indirectly to a candidate, or to the
campaign committee of a candidate, for the offices of mayor or commissioner.
Commencing on the effective date of this ordinance. all oroposed city contracts. as
well as requests for proposals (RFPt requests for aualifications ~Q). requests for
. letters of interest lRFLn. or bids issued bv the City. shall incomorate this Ordinance
so as to notify potential vendors of the proscriotion embodied herein.
.Qil No candidate;, or campaign committee of a candidate for the offices of may or
or commissioner, shall selieit er teeeive deposit into such candidate's campaign
account any campaign contribution directly or indirectly from a pemea '.v-ha is a
vendor ta the eity, ar thfeugh a member af the pefsaa's immediate family, er throogh
a politieal aetiea eemMittee, erthroaghaay ether peFSaa aa behalf of the persea.
This Ilrohil3itiBa llflJllies to aatufallletsaas anti ta ller.sBa8'.vha held a eamralliag
fin.lIReial interest in 9:asiaess entities. . Candidates . (or those acting On their behalf)
shall ensure comoliance with this code section bv confInning with the Procurement
Division's City recOrds (including City of Miami Beach website) to verify the vendor
status of any potential donor.
A fine of up to $500.00 shall be imposed on every personwhoYiolates this
prahibitisR section. Each act of sa lie ita tie a, . giving or reeej.viBgdepositing a
contribution in violation of this.. pafagraphsection shall constitute. a . separate
violation. All contributions reeeivea deposited by a candidate in violation of this
. paragmph section shall be forfeited to the city's general revenue fund.
A person or entity who directly or thf:e1:tgh 3 memeetaf the pemoa'simmeiliate
family, ar flu'e. apelitieal 3etieB. eamm.ittee,. or tbr-ellga any ather persoa
indirectly makes a contribution to a candidate who is elected to the office of mayor
or commissioner shall be disqualified for a period of 12 months following the
swearing in of the subject elected official from tfansaetiagbusiBess servin!!: as a
vendor with the city. This pfBBillitiaaeati'lHlsaetiag 9:asiaess '!lith the eit)' may be
'.vai';ed oRlyin the MaBIler IlfOyided hefElifiBelow in sllllseetian (h).
.L. A "vendor" isa person and/or entity who traBsaets 9:asiness with the aity,
ef has been approved by the eit)'eaHHBissiel'l. to tFansaet Busiaess with the
ei!)', or is listed OR theeityMafiager's appreved vBaaarlist. selectedbv the
City as the successful bidder on . a uresent or pendin.llbid for Iloods.
equipment or services. or has been auoroyed by the City on anresent or
uendingaward for goods. equipment or services. prior to or upon execution
of a contract. purchase order orstandin!!: order.
2. "Vendor" shall include natural persons andJorentities who hold a
controllini!:financial interest in a vendor entity. The term "controlling
financial interest" shall mean the ownership. directlv or indirectly. of 10% or
more ofthe outstalldill!!: capital stock in anycoq)oration ora direct or indirect
interest of I 0% or more in a fim. The term "[Inn" shall mean a corooration.
partnership. business trust or anY lellal entity other than a natural nerson
If an)' section,sentence, <:lauseor phrase of this ordinance is held to be invalid or
unconstitutional by any court of competent jurisdiction, then said holding shall in no way affect the
validity of the remaining portions of this ordinance.
It is the intention of the Ma)'orandCity Commission of the City of Miarrli Beach, and it is
hereby ordained that the provisions of this ordinance shall become and be made a part of the Code of
the City of Miami Beach, Florida. The sections of this ordinance may be renumbered or relettered to
accomplish such intention, and the word "ordinance" may be changed to "section", "article," or other
appropriate word.