Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
PSA with Able Business Services, Inc.
9oi -3O35 ' PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ABLE BUSINESS SERVICES, INC. (PRIMARY CONTRACTOR FOR ZONE 4 AND ZONE 6, SECONDARY CONTRACTOR FOR ZONE 2 AND ZONE 3) FOR JANITORIAL SERVICES, PURSUANT TO RFP 2017-070-JC This Professional Services Agreement (Agreement) is entered into this CZ day o 2019, between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the "City"), and ABLE BUSINESS-SERVICES, INC, a FLORIDA PROFIT CORPORATION, whose address is 1234 Northwest 79 Street, Miami, FL 33147 ("CONTRACTOR"). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and CONTRACTOR, including any - exhibits and amendments thereto. City Manager: The chief administrative officer of the City. City Manager's Designee: The City staff member who is designated by the City Manager to administer this Agreement on behalf of ,the City. The City Manager's designee shall be the Property Management Department Director. 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 or undertaken pursuant to the Agreement. Fee: Amount paid to the CONTRACTOR as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach Request for Proposals (RFP) No. 2017-070-JC for JANITORIAL SERVICES, together with all amendments thereto, issued by the City in contemplation of this Agreement, RFP, and the CONTRACTOR's proposal in response thereto ("Proposal"), all of which are hereby incorporated and made a part hereof; _ provided, however, that in the event of an express conflict between the Proposal Documents and _this Agreement, the following order of precedent shall prevail: this Agreement; the RFP; and the Proposal. 1 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. SECTION 2 SCOPE OF SERVICES 2.1 CONTRACTOR shall serve as the Primary Contractor for Zone 4 and Zone 6, and as Secondary Contractor for Zone 2 and Zone 3. The City may utilize secondary contractor in the event that the primary contractor is not in compliance with any contract requirement or it is in the City's best interest, as determined by the City Manager, regardless of reason. 2.2 In consideration of the Fees to be paid to CONTRACTOR by the City, CONTRACTOR shall provide the work and services as described in the RFP and, more specifically, ip Exhibit "A" hereto (the "Services"). All Services provided by the CONTRACTOR shall be performed in accordance with the terms and conditions set forth in Exhibit "A" and to the reasonable satisfaction of the City Manager. If there are any questions regarding the Services to be performed, CONTRACTOR should contact the following person: Adrian Morales Property Management Department Director 1833 Bay Road Miami Beach, FL 33139 Office: (305) 673-7631 Email: AdrianMorales@miamibeachfl.gov 2.3 CONTRACTOR's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit A hereto. SECTION 3 TERM The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties hereto, and shall have an initial term of THREE (3) YEARS, with TWO (2) additional one (1) YEAR renewal options, with an effective date of , 2019, to be exercised at the City Manager's sole option and discretion, by providing CONTRACTOR with written notice of same no less than thirty(30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, CONTRACTOR shall adhere to the Scope'of Services for completion and delivery of the Services, attached hereto as Exhibit A. 2 SECTION 4 FEE 4.1 In consideration for performance`of the Services, CONTRACTOR shall be compensated in accordance with the rates referenced in Exhibit B attached hereto. 4.2 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be-made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). - Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City, on a monthly basis, at the following address: City of Miami Beach Finance Department—AP Division 1700 Convention Center Drive 3rd Floor Miami Beach, FL 33139 EMAIL: Pavables(amiamibeachfl.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the CONTRACTOR shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the CONTRACTOR of its violation of the particular term(s) of this Agreement, and shall grant CONTRACTOR ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to CONTRACTOR. Upon termination, 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 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 rights and remedies against CONTRACTOR. The City shall .be entitled to recover all costs of such actions, including reasonable attorneys' fees. 3 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS 'CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO ,A VERBAL OR _ WRITTEN NOTIFICATION TO CONTRACTOR, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement 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 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION CONTRACTOR agrees to indemnify and hold harmless the,City of Miami Beach and its officers, employees, agents, and CONTRACTORs, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the CONTRACTOR, its officers, employees, agents, CONTRACTORs, or any other person or entity acting under CONTRACTOR's control or supervision, in connection with, related to, or as a result of the CONTRACTOR's performance of the Services pursuant to this Agreement. 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 CONTRACTOR expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the CONTRACTOR shall in no way limit the CONTRACTOR's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. 4 The parties agree that one percent (1%) of the total compensation to 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. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The CONTRACTOR shall maintain and carry in full force during the Term, the following insurance: 1. Comprehensive General Liability, in the amount of$1,000,000 per occurrence; and 2. Professional Liability, in the amount of$1,000,000; and 3. Automobile Liability, in the amount of$1,000,000 per occurrence; and 4. Workers Compensation/Employers Liability, as required pursuant to Florida Statutes. The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All of CONTRACTOR's certificates shall contain endorsements providing that written notice shall be given to the City at least thirty(30) days prior to termination, cancellation or reduction in coverage in the policy. The insurance certificates for General Liability shall include the City as an additional insured and shall contain a waiver of subrogation endorsement. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the CONTRACTOR specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. _ The CONTRACTOR is also solely responsible for obtaining and submitting all insurance certificates for any sub-Contractors. Compliance with the foregoing requirements shall not relieve the CONTRACTOR of the liabilities and obligations under this Section or under any other portion of this Agreement. The CONTRACTOR shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. 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. By 5 entering into this Agreement, CONTRACTOR and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or'arising out of this Agreement. SECTION 8 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 $10,000. 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$10,000. 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$10,000 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 section 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. SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS; COPYRIGHT; AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the work and/or service contemplated herein, CONTRACTOR shall exercise that degree of skill, care, efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the work and/or services, CONTRACTOR shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, the State of Florida, and the federal government, as applicable. 9.3 PATENT RIGHTS; COPYRIGHT; CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by CONTRACTOR, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed 6 ' t i I pursuant to Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of,the City, and shall not be subject to any application for copyright or patent by or on behalf of the CONTRACTOR or its employees or sub-contractors, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to CONTRACTOR, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. CONTRACTOR shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 ASSIGNMENT, TRANSFER OR SUBCONSULTING CONTRACTOR shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shallbe void. 10.3 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the CONTRACTOR shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.4 NO DISCRIMINATION In connection with the performance of the Services, the CONTRACTOR shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, CONTRACTOR shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political.affiliation. 7 10.5 CONFLICT OF INTEREST CONTRACTOR herein agrees to adhere to and-be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter. and Code, as may be amended from time to lime; both of which are incorporated by reference as if fully set forth herein. CONTRACTOR covenants that it presently has no interest and shall.not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. CONTRACTOR further covenants that in the performance of this Agreement, CONTRACTOR shall not employ any person having any such interest. 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. 10.6 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) CONTRACTOR shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C) Pursuant to Section 119.0701 of the Florida Statutes, if the CONTRACTOR meets the, definition of"Contractor" as defined in Section 119.0701(1)(a), the CONTRACTOR shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the CONTRACTOR does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the CONTRACTOR or keep and maintain public records required by the City to perform the service. If the CONTRACTOR transfers all public records to the City upon completion of'the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 8 J _ (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the CONTRACTOR of the request, and the CONTRACTOR must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) CONTRACTOR's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. (3) A CONTRACTOR who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is filed against a CONTRACTOR to compel production of public records relating to the City's contract for services, the court shall assess and award' against the CONTRACTOR the reasonable costs of enforcement, including reasonable attorneys'fees, if: a. The court determines that the CONTRACTOR unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the CONTRACTOR has not complied with the request, to the City and to the CONTRACTOR. (2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the CONTRACTOR at the Contractor's address listed on its contract with the City or to the CONTRACTOR's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A CONTRACTOR who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. (F) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT 'THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER, DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOa,MIAMIBEACHFL.GOV PHONE: 305-673-7411 9 SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall,be delivered • personally to the representatives of the CONTRACTOR and the City listed below or may be' mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Able Business Services, Inc. 1234 Northwest 79 Street Miami, FL 33147 Attn: William Berry, President/CEO TO CITY: Property Management Department City of Miami Beach 1833 Bay Road Miami Beach, FL 33139 Attn: Adrian Morales, Property Management Director WITH A COPY TO: City Manager's Office City of Miami Beach ' 1700 Convention Center Drive Miami Beach, FL 33139 - • Attn: Jimmy L. Morales, City Manager Notice, may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the date of an acknowledged receipt, or, in all other cases, on the date of receipt or refusal. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 10 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 WAIVER OF BREACH Aparty's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A party's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The City and CONTRACTOR agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. [REMAINDER OF THIS PAGE LEFT,INTENTIONALLY BLANK] 11 • • IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: City Clerk woo.%• A p ,4 Date: IT ,4In =�_ ` , �,�",i rte-•=.�. -� t*:',NCORP O NC0) top FOR CONTRACTOR: �f .. : ABL SINESS SERVICES, INC. ATTEST: f�t �(�'^I `29 �C~ v. I • 4 By: ffl ,�.. � ��.,, / �/ f / •.j.r __ k 1-ts'4ev\A- \AY, c.----?sem) rint_Narne and Title Print Name and Title Date: APPROVED AS TO • FORM & LANGUAGE &FOR EXECUTION City Attom yW) Date • 12 EXHIBIT A SCOPE OF SERVICES The Contractor(s) shall provide all supervision, administrative and technical support, labor, materials, supplies and equipment, and shall plan, schedule, coordinate and assure effective completion of all cleaning services described herein. The Contractor(s)shall provide services to all-areas requiring services within each Zone including, but not limited to, cleaning of all offices, conference rooms, and common areas, lobbies, hallways, waiting areas, kitchens, break rooms, entrances, sidewalks, janitorial closets, elevators (passenger and freight, if applicable), stairwells and landings (if applicable), restrooms and restroom lobby areas, beach facilities, beach showers, lifeguard stands and boardwalk. All work shall be performed in accordance with the highest cleaning and environmental standards including: • ISSA CIMS-GB • Greenseal GS-42(services) • Greenseal GS-37 and GS-37(products) C3.SCOPE REQUIREMENTS The Contractor(s) shall provide janitorial services consistent with meeting and exceeding the requirements of the RFP, and in accordance with the approved Comprehensive Cleaning Plan, BAFO proposal, and/or any City-mandated cleanliness index. During evening services, lights shall be turned off as areas are completed, except in the immediate area where work is being performed The City of Miami Beach reserves the right to adjust work hours to serve the specific needs of the facility. When a City-observed holiday falls on a regularly scheduled service day, and the City facility is not accessible to the Contractor(s), the Contractor(s) shall perform the regularly scheduled services on the next workday following the holiday closure. Exceptions will require arrangements with the City's Property Management Director, or designee in advance. C3.01 SCHEDULE OF JANITORIAL SERVICES — OFFICES, WORKSPACES, LOUNGES, LOBBIES, ENTRANCES, COMMON AREAS, HALLWAYS, EXTERIORS,CORRIDORS A. Each Visit 1.Empty wastebaskets,trash cans, and recycling bins in dedicated containers. 2.Replace bag liner if ripped, soiled or wet for wastebasket and trashcans(Recycling bins should not have liners). 3.Dispose of all collected refuse to an outside dumpster. • 4.Empty recycle containers and deposit material into dedicated, outside recycling collection container. 5.Empty and clean all ashtrays and cigarette receptacles (including those on stairwell landings and outside of building entrances). • 6.Clean all table and counter surfaces not having paper or materials stored on them 7.Dispose of any cardboard packing or discarded materials or items left , for removal to outside dumpster. 8.Clean any area or item that obviously needs immediate attention due to incidental spills, leaks or debris. 9.Clean all glass main entry doors. 13 10.Sweep and damp mop all hard flooring (including elevators and stone surfaced flooring;spot clean any dirt or stains with appropriate cleaners and solvents as needed to maintain an acceptable appearance.) 11.Vacuum all carpeted areas, including walk-off mats,entrance mats, and rugs. 12.Refill hand towel dispensers. 13.Clean and sanitize drinking fountains. 14.Sweep clean all landings and stairwells. 15.Spot clean any obvious stains or spills in carpeted areas with appropriate/approved cleaner(s). 16.Clean all doors (including glass doors) and frames, sweep mats, remove spider webs, remove gum. 17.All glass and metal surfaces of facility entrance/exit doors and lobbies interior and exterior'shall be cleaned. 18.Dust all wall hangings and decorative light fixtures. 19.Wooden surfaces shall be maintained with a City approved polish. Every effort must be made so no rings,spills,or noticeable dust is visible. 20.Clean and/or polish tables, benches, and chairs. Wet cleaning may be required with germicidal cleaner. 21. Spot clean light switches and walls. 22. Collect and dispose of debris and litter in parking areas,sidewalks,and breezeways. 23.Monitor exterior trash receptacles, removing trash as-needed, and replacing liners. B. Weekly 1. Polish furniture. 2. Clean and polish all table and counter surfaces which are free of material. 3. Wipe down all interior window frames, and sills with damp cloth. 4. Clean all non-glass doors and door frames 5. Wipe down all shelving with damp,cloth. 6. Vacuum all fabric covered furniture and partitions 7. Wipe down elevator walls, polish interior cab with all purpose cleaning spray or furniture polish. 8. Clean all elevator hand railings and metallic wall panels with stainless steel cleaner/polish. 9.. All first floor exterior windows shall be cleaned as needed. C. Bi-Weekly 1. Clean all blinds,wall plates,door hardware and stairwell railings D. Monthly 1. Dust and clean all air conditioning registers and airreturn vents. 2. Clean all vinyl furniture with vinyl cleaner. 3. Scrub, rinse, spray buff and wax hard floors (excluding stone surfaced flooring, utilizing proper floor care machinery). 4. Wipe down all walls and clean any spider webs from corners or ceilings. 5. Clean interior window glass. 6. Clean baseboards. 7. Detail clean all horizontal or vertical surfaces so that no visible dirt, dust, cobwebs, or streaks are visible, including all furniture, edges, corners, baseboards, walls, air vents, and door frames (high and low dusting, etc.) from floor to ceiling. Include,all custodial 14 closets, stairwells, entrance areas, and planters, and any other item or area within the scope of this Contract. 8. Telephones must be periodically cleaned using a'germicidal cleaner disinfectant. E. Quarterly - 1. Scrub and recoat hard floors (excluding stone surfaced flooring, utilizing proper floor care machinery. (This service is to be provided within fifteen days of start-up of contract or trial period and performed quarterly thereafter). F. Semi-Annually 1. Strip and wax hard floors, 3-coat minimum (excluding stone surfaced flooring, utilizing proper floor care machinery. (This service is to be provided within fifteen days of start-up of contract or trial period and performed quarterly thereafter). 2. Vacuum fabric partitions throughout the City facilities. G. Annually 1. Clean all blinds. Cleaning shall occur at the same time interior window surfaces are cleaned. -2. After cleaning, all blinds shall operate properly and contain no visible streaks, smears or dust. Vertical blinds may be cleaned in place using chemicals designed for vinyl cleaning. H. Carpet Spot Cleaning 1. Spot cleaning-will be performedutilizing extraction method. 2. Carpet will be free of any dirt, dust, lint, stain or foreign matter as determined by the Zone Manager, Facility Manager or designee. 3. Cleaning procedures and chemicals shall be used in accordance with manufacturer's recommendations and warranty conditions. 4. Spot clean any spotted and stained areas, as needed or as requested. 5. When spot cleaned, affected carpet areas shall blend with adjacent areas. 6. Leave no dirt on carpets, in corners, near baseboards, behind doors,or under any furniture. 7. Wipe baseboards in carpeted areas free of dust. I. Day Porters The Contractor(s), in addition to standard janitorial services,shall provide daily porter services at City of Miami Beach Police Department Headquarters (40 hours per week) and Scott Rakow Youth Center (7 days per week, 12 hours daily), City Hall (40 hours per week), North Shore Park Youth Center(7 days per week, 35 hours per week), Flamingo Park(pool,tennis, restrooms are 7 days per week, 28 hours per week), PAL building (weekdays Monday-Friday 20 hours per week), and weekend dedicated porter service and weekday roving service for public restrooms, as identified in Exhibit E of Addendum No. 14, shall meet or exceed the following requirements: 1. Maintain entrances and lobbies, (including parking garage)windows,doors, and dusting. 2. Maintain cleanliness of water fountains. 3. Complete restroom service; minimum once for a 4-hour shift and twice for an 8-hour shift,and as needed throughout the day. Restock.and empty trash as needed. 4. Dust all interior signage including lobby and common areas. 5. Kitchenettes: Empty trash, dust window sills, wipe down exterior and interior of cabinets,wiping down counter and sink areas. 6. Maintain custodial storage areas, keeping active inventory of supplies and all custodial closets clean and neat. 7. Facility exterior cleaning: Check all entrances and parking garages for paper and trash,empty all trash and smoking containers. 15 8. Report any maintenance items needing repair in the Control Book. 9. Report any custodial issues arising from tenants and to the City's Zone Manager via the Control Book. 10.Remove recyclable waste if needed. 11.Assist vacuuming office areas and spot cleaning as needed. 12.Healthcare and related Facilities: Immediate response to all clean-ups, including full custodial cleaning of affected areas if required by the City. 13.Day custodians shall provide ongoing service for entrances, common areas, restrooms, emergency spill removal from carpets and hard flooring, rainy.day safety precautions (put out mats, signs and keep floors mopped dry),\and other cleaning- related duties. 14.The City's Zone Manager will have authority to direct the day porters to perform special cleaning duties between the hours of 8:00 a.m. and 5:00 p.m., not to exceed five(5)hours per week, per day porter. C3.02 SCHEDULE OF SERVICES—RESTROOMS A.Each Visit 1. Clean all mirrors. 2. Replenish soap,toilet tissue and hand towels. 3. Sweep, mop with disinfectant cleaner and rinse bathroom floors. 4. Clean urinals and commodes(inside and out). 5. Check deodorizer block and replace if necessary. 6. Wipe down all partitions. 7. Clean and disinfect basins and counter tops. 8. Empty and clean all waste receptacles, replace liners if necessary. 9. Polish all chrome and stainless steel. 10.Clean baby changing stations in conjunction with restroom cleaning schedules. 11.Parks Restrooms-Contractor is expected to clean each restroom at a minimum of once,every 4- hours, and shall be tracked on a service log. Restrooms are expected to be left clean every evening and ready for use the following morning. 12. The contractor is responsible for all garbage collected from the restrooms citywide. Contractor may use their own vehicle to transport garbage to designated points as established by the City's Sanitation Department. , B.Weekly 1. Clean all doors, including entry doors, metal kick plates, door handles or push plates. 2. Clean all interior window glass,frames and sills. 3. Clean showers(if applicable). 4. Clean locker tops(if applicable). 5. Wipe clean(with tile cleaner)all tiled wall areas. C.Monthly 1. Dust and clean all air conditioning registers and air return vents. D.Quarterly 1. Scrub and rinse all tile surfaces with a non-toxic tile cleaner. ' - 2. Detail clean all restroom floors and grout to a clean and uniform appearance, machine scrub floors, and entirely clean walls,and doors 100% by the end of the first quarter of the Contract and no less than quarterly thereafter. 16 C3.03 SCHEDULE OF SERVICES—KITCHENS AND BREAK ROOMS A. Each Visit 1. Clean all counter space. 2. Sweep floors 3. Wet mop floors 4. Wipe clean all appliances. 5. Clean and disinfect sink. 6. Refill hand towel dispensers. 7. Remove all trash and recyclables. 8. Replace liners, as needed. B. Quarterly 1. Scrub and rinse all tile surfaces with a non-toxic tile cleaner. C. Annually 1. Strip and wax hard floors,with a 3-coat minimum wax application method. C3.04 SCHEDULE OF SERVICES—PARKING GARAGES A. Each Visit 1. Collect and dispose of debris and litter in parking areas, ramps, decks, sidewalks, and breezeways. 2. Monitor exterior trash and recycling receptacles, removing'trash as needed, and replacing liners, while maintaining all recyclable material separate from trash to avoid contamination. 3. Policing of public areas in all garages,between the daily cleaning requirements, is required. 4. Elevators, entrance and exit doors, stairwells (including handrails, steps, landings and lights), parking decks,all must remain free of trash,dust,dirt, litter,fluids,and odors. 5. Garbage cans in the public areas need be clean and able to except additional trash at all times. 6. Floor drains need to be free on any debris,sand or litter. 7. Garages shall be cleaned in accordance within the service frequency and staffing established in the final accepted proposal. C3.05 SCHEDULE OF SERVICES—ADDITIONAL SERVICES Steam Cleaning 1. Steam cleaning of chairs. 2. Steam cleaning of sofas. Carpet Deep Cleaning 1.Clean carpet during the first six(6) months of the Contract and quarterly thereafter. 2.Carpets shall be deep cleaned using an extractor. 3.Special spotting kits may be needed to remove difficult stains. 4.Clean carpet where visible and accessible, which will require moving some furniture. Moving heavy furniture,such as filing cabinets, is not required. 5.Edges and baseboards must not have fibers,debris,or spills visible after cleaning. 6.Apply a Teflon-based protector to all carpeting after cleaning 7.Give all empty containers of carpet protector to the Zone Manager as a control. 17 8.Schedule time with the Zone Manager to operate air handlers overnight in the section to be extracted to reduce drying time. 9. The use of at least two (2) commercial carpet dryers supplied by Contractor(s) should be used to assist drying. Janitorial Services for Special Events 1. Special Events hours may include, but not be limited to,the following schedule: Special Event Extended Schedule* 4th of July Memorial Day Weekend Art Basel Week Art Deco Weekend Food and Wine Festival Gay/Lesbian Pride 8:00 a.m. — Midnight on a sixteen (16) hour shift. Polo on the Beach Sleepless Nights Martin Luther King Weekend Veteran's Day Weekend Spring Break New Year's Eve 8:00 a.m. — 3:00 a.m. on a nineteen (19) hour shift *Schedule may be adjusted by the Property Management Director,or designee. • 2. During the above events, contractor will be expected to provide staffing levels suitable for the demands to upkeep these facilities. At a minimum, contractor will be required to provide a porter at each City Beachfront Restroom and a supervisor, responsible for all locations,during the above events. 3. For Special Events, as indicated above and/or those added in writing by the Property Management Director, the Contractor shall be compensated based on the following hourly rate schedule: A. Hourly rate is$22.96 4. The supervisor(s)shall be available at all times while contract work is in progress to receive notices, reports, or requests from either the Zone Manager or the designated Zone Manager's Representative. The supervisory employee(s) must be able to read, write, and speak English. No City employee is authorized to exercise either direct or indirect supervision over the Contractor's employees, unless designated by the Property Management Director, or designee. C3.06 MATERIALS AND EQUIPMENT. The Contractor shall,provide all materials, supplies, and equipment as required to properly maintain the facilities and areas in an acceptable condition, according to the minimum standards of the RFP. This shall include all required maintenance and cleaning products, including, but not limited to: cleaners, disinfectants, bleach,floor care cleaners and protective coatings,etc. It shall also include brooms, mops 18 (wet and dry/dry dust mops), mop handles, dust mop handles, dust pans, bowl mops, bowl brushes, putty knives, dusters, sponges, rags, window squeegees, floor pads, rubber gloves, for trash removal, spray bottles,floor machines,vacuum cleaners,etc., needed to perform the cleaning. Vacuum cleaners shall be equipped with a beater bar or double row of brushes with high suction. The bar or brush setting should be approximately 1/8" below the vacuum cleaner casing. It is recommended that vacuum cleaners are equipped with special HEPA (high-efficiency particulate air) or ULPA (Ultra Low Particulate Air) type filters that collects at least 99.97%, or that lose no more than 1/10 of one percent of dust collected to the atmosphere. All equipment used in the cleaning operation of any City of Miami Beach facilities must be in good safe operating condition as required by OSHA. Equipment with broken or exposed electric wires will not be allowed to be used. Supplies The Contractor(s) shall install all hand soap and hand towel dispensers, if deemed necessary by the City. The City's Zone Manager shall approve all new hand soap and hand towel dispensers prior to installation by the Contractor(s). The City shall also approve in advance the exact location of all new hand soap and hand towel dispensers, including the height from finished floors, proximity to other fixtures, and other accessibility concerns. Hand soap dispenser shall be plastic with foam cartridge, and Property Management Department shall approve type/model in advance of installation of paper towel dispensers. Toilet paper dispensers shall be Plastic Mini Jumbo Roll, 750ft, unless otherwise specified by Property Management Department. All cleaning equipment, supplies and materials shall be approved by the City's Zone Manager prior to use and stored in a clean, neat and safe manner within designated areas in each facility. Contractor's employees must use protective gloved clothing when using (harsh) skin- irritating chemicals. No flammable products, including propane or gasoline, shall be stored in the facility. NOTE: All supplies must be used in accordance with the manufacturer's recommendations and instructions. All containers must be labeled with the manufacturer's brand name, name of product, and its recommended use. Green Cleaning Requirements As part of the City's Sustainable & Resilient Procurement Policy, it is the intent of the City to reduce greenhouse gas (GHG) emissions to combat climate change; decrease the use of hazardous materials to improve community and environmental health; and decrease waste and inefficiencies,in electricity, fuel, paper, water and other consumption to relieve pressure on natural resources. To advance these goals, products and services contracted will be evaluated in part based on their environmental attributes to reduce risks to health, safety, and the environment. Strict adherence to the following standards is required. Prior to commencement of work, the Contractor(s) is required to submit a list of the products they intend to use. The Contractor(s) shall update the product list annually. The Contractor(s) is responsible for providing invoices confirming compliance with environmentally- preferable requirements. Product invoices are to be submitted as part of the Contractor(s) monthly payment request submittal. Any deviation from these standards and requirements must be prior approved in writing by the City's Zone Manager. 19 The Contractor is encouraged to use green cleaning products and processes, to the degree feasible, and shall demonstrate such capability by submitting a green cleaning plan, that describes methods, materials, and equipment used under the contract. The contractor shall use products offered that are certified or in compliance with at least one of the following five standards. The manufacturer's name, brand name and item number must ` be shown for each item being bid. Two copies of the certificate or other appropriate affidavit for each product offered must accompany the bid as documentation of certification or compliance as a green product. The certification or compliance standards required for these products in no way exempts compliance with other applicable occupational health and environmental standards.The standards required are set out below: 1. Certified by Green Seal 2. Certified by Environmental Choice EcoLogo Program 3. (For Chemicals) Recognized by the U.S. Environmental Protection Agency Design for the Environment(DfE) Formulator Program 4. Safer Choice Standard by the Environmental Protection Agency(EPA) 5. (For Paper Products) In compliance with the U.S. Environmental Protection Agency Comprehensive Procurement Guidelines for Commercial and Industrial Sanitary Tissue For those categories not covered by the above standards preference will be given to those products meeting the California Code of Regulations maximum allowable VOC levels for the appropriate cleaning product category(California Air Resource Board/California Code of Regulations (CCR), Tile 17 CCR Section 94509 — (Topic cited; Standards for consumer products at www.calregs.com). If cleaning products that meet these criteria are not available only then can the cleaning Contractor use other type products. In such cases the Contractor shall continue to use to the extent possible the safest and most environmentally friendly products and products must be prior approved in writing by the City's Zone Manager. . Contractor's staff must be trained and knowledgeable in the Contractor's green cleaning procedures. The Contractor is strongly encouraged to use the following environmental attributes for products offered for bid: 1. Containing ingredients from the EPA's Safer Chemical Ingredients List 2. Use of renewable resources such as citrus,seeds,vegetables and oils 3. Biodegradable by standard methods and definitions 4. Designed for use in cold Water in order to conserve energy 5. Concentrated formulas in product dispensers that measure quantities dispensed 6. Recycled-content product packaging and product shipping materials 7. Reusable or recyclable shipping boxes 8. Refillable bottles or drums Packaging and Labeling: Packaging shall be comprised of recycled-content materials, shall be recyclable, or shall be returnable to the distributor for refilling. Packaging shall be constructed to assure safe delivery.All products shall be manufactured and packaged under modern sanitary conditions in accordance with federal and state law and standard industry practice. Each case, bottle and container shall have the following markings: Name and address of manufacturer Brand name of product. Net contents in U.S. standard pounds, ounces, gallons, or fluid ounces directions for use, including recommended use dilution and precautionary handling instructions. The reduction of packaging is highly encouraged 20 through the purchasing of larger product containers/packaging. Any items that need to be refilled must be properly labeled with the corresponding product. C3.07 SAFETY REQUIREMENTS. The Contractor(s) shall comply with all applicable requirements of OSHA's "General Industry Standards." These requirements shall include all primary and refresher training mandated under the OSHA guidelines. Material Safety Data Sheet The Contractor(s) shall provide to the City's Zone Manager a Material Safety Data Sheet (MSDS) and description literature for each chemical/compound/mixture used in the performance of the Contract before the commencement of any work hereunder. All MSDS shall be of the latest version and comply with 29 CFR 1910.1200. In 2012, OSHA modified the HAZCOM program to conform to the United Nations Globally Harmonized System (GHS) of classification and labeling of chemicals. By December 1, 2013, the standard requires all employers with covered employees to provide compliance training on new label elements and material safety data sheet format. Hazardous products shall not be used, • except with prior approval of the Zone Manager, and must be disposed of properly by the Contractor(s) in accordance with the U.S. Environmental Protection Agency(U.S. EPA)40 CFR 260265. The Contractor(s) shall maintain and have readily accessible on-site a complete MSDS book of all chemicals, compounds/mixtures used in the execution of the Contract. Environmental and Hazardous Materials Requirements The following define the minimum requirements the Contractor(s) is to follow for Environmental Health, Safety, Hazardous Substances, Recycling, Hazardous Materials, • Hazardous Waste Characterization and Disposal, Waste Minimization, Personnel Training, Required Notifications, and'Permits and Records Retention: Hazardous Substances/Hazardous Materials The Contractor(s) shall submit to the Zone Manager, MSDS for approval of products to be used prior to any use in the facility. The.Contractor(s) is not to use any product not approved by the Zone Manager anywhere in the facility. The Contractor(s) shall not use any product that has a pH level of less than 3 or a pH level greater than 11. The Contractor(s) is not,permitted to use any product that the MSDS rates as "Flammable or Toxic"without approval from the City's Zone Manager. Proper Disposal of Spent or Used Products. The EPA and Florida Department of Environmental Protection (Florida DEP) require the proper disposal of certain chemicals/compounds/mixtures after they have been spent or used. The Contractor(s) is required to establish discrete waste streams for'any chemicals that require proper disposal according to 40 CFR 260-265. The Contractor(s) must also arrange to have a licensed, "Part B Permit" Hazardous Waste & Universal Waste oContractor(s)to properly characterize, manifest, dispose and transport waste or recyclable materials. The waste hauler must be licensed by the U.S. Department of Transportation as a Hazardous Waste/Universal Waste Hauler under the Series 49 CFR (Code of Federal Regulations). The Contractor(s) must provide contact information of the Hazardous Waste/ Universal Waste Hauler utilized. 21 Waste Minimization Programs. The EPA and Florida DEP require the minimization of waste by the use of water-soluble materials. The Contractor(s) is expected to utilize to the extent feasible the use of water r soluble and user-friendly products that are available. Personal Protective Equipment. All personnel are required to wear personal protective equipment in the performance of their duties, which involve the use Hazardous Substances and Hazardous Materials including protective eyewear or face shields, respiratory protection as necessary and applicable leak proof gloves or as prescribed by the MSDS. 1 C3.08 PERSONNEL AND SUPERVISION. The Contractor(s)is required to and shall train all of the Contractor(s)'s personnel prior to a job assignment with the City of Miami Beach. Supervisors Experienced on-site supervisors must be on-site during all hours work is performed. The on-site supervisor must be available between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, to inspect the facility with the City's Zone Manager, or designee, and to handle related problems when required. Additionally, the supervisors must be available, and on-site, after normal business hours to monitor and respond to janitorial services issues,oversee staff and close down facility following completion of daily services. The Proposer shall submit, as Building Access: The City's Zone Manager, Facility Manager or designee shall direct and control access to the facility. Each individual employee will be required to sign in and out of the facility in the designated logbook. Under no circumstances will anyone enter times for another employee. Only authorized Contractor(s)employees and sub-contractor(s) are allowed on premises. 1. Uniforms: The Contractor(s) shall supply all employees with identification and uniforms (i.e. shirt, smock, etc.) that must be worn at all times while on the premises, and shall at all times present a neat and professional appearance, with clean uniforms. 2. Access Cards: The Contractor(s) shall report any lost access cards to the City's Zone Manager immediately upon discovering such, and shall be liable for the costs of replacement and programming. 3. Identification: The Contractor(s) shall submit a list of employees with the required background checks as stated in Section 1.9 and a photocopy of a valid picture I.D. to the Zone Manager prior to commencement of services hereunder. I.D. badges shall show company name, employee name and a photo of the employee. I.D. badges must be worn at all times while performing services under this Contract. 4. Training: ,In an attempt to improve sustainable waste management, the city requires janitorial employees to receive training on appropriate recycling practices. This training must be obtained within 6 months of an employee's hire date and must be coordinated through the Environment and Sustainability Department. 22 Industry Certifications and Training The City desires that, Contractor(s) obtain proper industry"certification and/or industry licensing such as ISSA Cleaning Industry Management Standard (CIMS), and/or ISSA Cleaning Industry Management Standard (CIMS-GB) Green Building Certified, or similar certification and licensing,during the term of the Contract. The Contractor(s) shall provide verifiable documentation that supervisors have completed a minimum of eight (8) hours of Hazardous Materials Emergency Response "Operations Level" training, and nonsupervisory employees have completed a minimum of four (4) hours of Hazardous Materials "Awareness Level" training, from an approved training provider. C3.09 REPORTING REQUIREMENTS The Contractor(s) shall keep, maintain, and make available to the City upon request all training records and certifications, MSDS, first report of injury and illness requiring first aid or additional medical professional treatment. Additionally, all injuries shall be recorded on the "OSHA 300 Log" and 300-A according to 29 CFR. C3.10 SPECIAL PERMITS, LICENSE AND PRODUCT NOTIFICATIONS. Certain cities, counties and municipalitie's require hazardous materials licenses prior to the use of certain products. The Contractor(s) is responsible to obtain and make available to the City upon request all necessary licenses and permits regarding any hazardous materials prior to execution of this Contract. The Contractor(s)'s day custodian(s) and on-site supervisor must carry direct means of communications provided,by the Contractor(s) at all times during work shifts. A Control Book shall be maintained on-site and be accessible to both the City's Zone Manager and the Contractor(s) Manager. The Contractor's on- site supervisor shall review the Control Book daily/nightly for specific cleaning issues. The Contractor(s) should indicate in the Control Book on a daily/nightly basis items needing repair (e.g., plumbing in restrooms). C3.11 MEETINGS WITH PROPERTY MANAGEMENT. The Contractor(s)'s on-site supervisor shall meet with the City's Zone Manager, Facility Manager, or Designee at least weekly, and as-needed, on a more frequent requested basis by the City,to inspect any facility and to resolve cleaning issues. The owner or senior manager in the Contractor(s)'s organization, acceptable to the City, shall meet, at a minimum, monthly with the City to review the Monthly Cleaning Report and Quality Evaluation Form, discuss cleaning issues, and address any related problems, to the City's Zone Manager. C3.12 QUALITY CONTROL. The Contractor(s)'s on-site supervisor(s) shall perform during each cleaning shift, a detailed inspection, covering a minimum of twenty percent (20%) of the maintained space and report each inspection on a Shift Cleaning Report. The Contractor(s) shall inspect one hundred percent (100%) of the maintained space at a minimum for each week of the Contract term. The Contractor(s) shall maintain a written report regarding these inspections and submit a copy to the City's Zone Manager weekly. A Control Book shall be maintained on-site and be accessible to the City and Contractor(s) personnel. The Contractor(s)s on- site supervisor shall review the Control Book daily/nightly for specific cleaning issues. The Contractor(s) shall indicate in the Control Book on a daily/nightly basis items needing repair (e.g., plumbing in restrooms). The Contractor(s) shall provide a.sample of its Control Book for review as part of the RFP. The Control Book shall be accessible to all City and Contractor(s) personnel and used to identify specific cleaning issues,and report any maintenance deficiencies. The Control Book shall also contain the Contractor(s) Sign-In/Sign-Out Sheets, all MSDS for the respective facility, cleaning and staffing plans, as 23 well all other'documents such as special permits and training certifications deemed appropriate by the City. C3.13 GARAGE AND RESTROOM INDEX. The City has recently implemented a garage and restroom index program. This program is utilized to communicate the status of the level of service regarding public garages and restrooms for the City of Miami Beach facilities. The results, ranging from 1.0 (very well maintained) to 6.0 (not maintained), provide an understanding of what criteria perform well and which do not. By analyzing the results, change can be made in areas in need of improvement so that the City of Miami Beach may provide better quality public garages and restroom facilities. Quarterly data is shared with the Commission with input from responsible department(s) regarding opportunities to improve,performance. Proposers should become familiar with this City program, and incorporate it into their Comprehensive Cleaning Plan. C3.14 PRIOR WRITTEN APPROVAL OF ADDITIONAL AND I OR AS-NEEDED SERVICES. The Contractor(s) shall be required to obtain in writing, approval to perform any additional and/or as- needed services, by the Property Management Director, or designee, prior to performing the actual work. The City shall not be obligated to pay for additional and/or as-needed services not approved in advance. r C3.15 MISCELLANEOUS ITEMS. 1. Non-beachfront parking: The City will provide paid parking, during scheduled service hours, to staff of the janitorial services contractor. 2. Beachfront parking: Nocourtesy parking is available. Parking for employees shall be the responsibility of the contractor. 3. Personal items of City staff and City equipment on desks should not be touched by cleaning staff; however, it is acceptable to clean and dust around said items. 24 EXHIBIT B BAFO PRICE FORM/PRICING SCHEDULE 1 25 ' ZONE2 Description Quantity U I M ABLE BAFO Total , SFM BAFO Total Item 1 Fleet Maintenance 3 buildings 52 Weekly ' $ 22826.96 $ 18,716.00 P 2 Sanitation Administration Offices 52 Weekly $ 22,826.96 ,$ 19,277.00 ( ,R 3 MBPD Internal Affairs 52 Weekly $ 5,706.48 $ 10,118.00 M, 4 Police Station Headquarters 52 Weekly $ 210,006.16 •$ 203,042.00 A (includes dedicated porter) R 5 Police Garage 52 Weekly $ 15,978.56 ,$ 18,529.00 Y 6 Historic City Hall 52 Weekly $ 68,480.36 $ 17,296.00 7 555 Building(17th St) , 52 Weekly $ 17,119.96 ,5 20,710.00 8 South Shore Community Center 52 Weekly $ 25,680.20 $ • 40,973.00 S 9 PAL Building(includes dedicated porter) 52 Weekly $ 100,437.48 -$ 69,073.00 F 10 10th Street Beach Patrol 52 Weekly $ ' 15,978.56 $ 5,022.00 M 11 10th Street Auditorium 52 Weekly $ 23,967.84 $ 13,570.00 12 City Hall(1700 Convention Center Dr)(includes dedicated porter) 52 Weekly $ 159,787.16 $ 233,711.00 13 1755 Meridian Ave 52 Weekly $ 51,360.40 '$ •' 63,303.00 ( 14 777 Building/1701 Meridian Ave 52 Weekly $ 39,946.92 $ 55,054.00 ZONE 2 TOTAL $ 780,104.00 $ ' 788,394.00 FP ZONE 3 Description Quantity U 1 M ABLE BAFO Total- SFM BAFO Total R Item , I M 16 Marine Patrol 52 Weekly $ 7,831.72 $ 15,396.00' A'- 17 Property Management 52 Weekly $ 5,594.16 -.$ 15,464.00 R 18 Public Works Operations 52 Weekly $ 22,376.12 $ 22,679.00 Y 19 Scott Rakow Youth Center(includes dedicated porter) 52 Weekly $ 139,291.88 - $ 147,725.00 • 20 Scott RakowYouth Center-ICE RINK 52 Weekly $ 15,663.44 - $ 10,414:00 _ 21 Police Sub Station North Beach 52 Weekly $ 11,188.32 - $ ' 10,890.00 S. 22 Normandy Shores Guardhouse 52 Weekly $ 7,831.72 - $ 3,907.00 M23 Parking Meter Shop Facility(Bay Road) 52 Weekly $ 11,188.32 -$ 7,964.00 ZONE 3 TOTAL $ 220,965.68 -•8 234,439.00' ZONE 4 ( P Description Quantity U 1M "ABLEBAFO Total SFM BAFO Total R Item M 24 7th Street Parking Garage ' 52 Weekly . $ 35,816.56 $ 83,389.00 A 25 12th Street Parking Garage 52 Weekly $ 35,816.56 $ 83,389.00 R 26 13th Street Parking Garage 52 . Weekly $ 35,816.56 $ 83,389.00 Y , 27 16th Street Parking Garage 52 Weekly $ 35,816.56 $ 83,389.00 28 17th Street Parking Garage. 52 Weekly $ 31,837.00 $ 83,389.00 29 Pennsylvania Parking Garage 52 Weekly $ . 47,755.76_ $ 83,389.00 31 A 30 •42nd Street Parking•Garage 52 Weekly• ,$ 47,755.76 $ 83,389.00 B 31 Sunset Harbour Parking Garage - 52 Weekly. $ _ 31,837.00_ '_ _�$_ 83,389.00 444_ L ' 32 1755 Meridian Garage 52 Weekly $ 31,837.00 $ 83,389.00 ZONE 4 TOTAL 4, . 334,288.76 $ 750,501.00 ZONE 6 ,- ,. Description Quantity U I M ABLE BAFO Total SFM BAFO Total Item ` 33 Flamingo Pool Facility(includes dedicated porter) 52 Weekly 5 3.8,019.80 _ $ 12,391.89 34 Normandy Isle Park Pool Facility 52 Weekly $ 8,825.96 $ 24,888.39 35 Crespi Park Building _ 52 Weekly $ 8,825.96 $ _ 24,888.39 36 Muss Park Building,Pavilion&Restrooms _ '' 52 Weekly $ 13,578.24 $ 24,870.06 37 Stillwater Park Building _ 52 Weekly '5 8,825.96 $ 24,870.06 38 Tatum Park Building 52 Weekly ,$ 8,825.96 $ 24,870.06 39 North Shore Park Band Shell-Amphitheatre 52 Weekly '$ 97,764.68 $ 24,870.06 . ' 40' North Shore Park Youth Center/Tennis(includes dedicated porter) - 52 Weekly '$.' 8,825.96' $ 49,560.80 41 Fairway Park Center&Restroom _ 52 Weekly ;$• ' 8,825.96 $ 24,870.06 42 North Shore Park Restroom(New FY18) 52 Weekly ;$ 26,477.88 $ 24,870.06 ' 43 Normandy Shores Park Restroom&Storage 52 Weekly $ 56,738.24 $ 24,870.06 South Pointe Park Restroom and Facilities(includes dedicated ti P 44 weekend porter)1st Street 52 Weekly 5 13,578.24 $ 47,749.62 45 Marjorie Stoneman Douglas-Beach Restroom-3rd Street 52 . Weekly 5.'' ' 48,494.16 $ 47,749.62 Lummus Park-Beach Restroom;6th Street(includes dedicated I • 46 weekend porter) 52 Weekly $ 48,494.16 $ 47,749.62 Lummus Park-Beach Restroom-10th Street(includes dedicated A 47 52weekly '5 48,494.16 $ 47,749.62 R weekend porter) . ,Y Lummus Park-Beach Restroom-14th Street(includes dedicated • 48 weekend porter) 52 Weekly $'., 48;494.16 $ 47,749.62 I.•7..' Collins Park-Beach Restroom-21st Street(includes dedicated 1 ,q 49 52 Weekly $" 13,578.24 $ 47,749.62 weekend porter) L `' 50 Pancoast Park:Beach Restroom-35th Street 52 Weekly ,$. 13,578.24' $ 47,749.62 t E 51 Indian Beach Park-Beach Restroom-46th Street 52 Weekly ,$ 13,578.24 $ 47,749.62 ° /52 Beach View Park-Beach Restroom-53rd Street 52 Weekly 1 . . 26,477.88 $ 47,749.62 53 Allison Park-Beach Restroom-64th Street 52 Weekly $ 8;825.96 $ 47,749.62 u54 North Shore Open Space Park 52 Weekly $ •'8,825.96, $ .47,749.62 1, 55 Parks Maintenance Facility 52 Weekly !$ 38,019.80 $ 14,016.65 i56 Flamingo Park Tennis Center(includes dedicated porter) 52 Weekly ,$ 38,019,80 $ 12,382.76 57 Flamingo Park Baseball,Softball,&Football Field Restrooms(includes 52r weekly $,' 56,73824 $ 12,382.76 ¢"" , dedicated porter) 58 71st St.Unidad Public Restroom (includes dedicated weekend porter) 52 Weekly $ 8,825.96' $ 47,749.62 j 59 North Shore Open Space Trailer Offices 52 Weekly $ 8;825,96 $ 24,870.06 60 Altos del Mar Park—Restroom Building 52 Weekly :$, ' 8;825.96 • $ 24,870.06 4 61 Maurice'Gibb Memorial Park—Restroom Building 52 weekly $, 8,825:96. $ 24,870.06 62 Mid Beach Community Park—Restroom Building(Opening TBD) 52 Weekly ;$. 8182596' $ 24,870.06 "° 63 Park Ranger Facility 52 Weekly $ • 8,82596 $ 10,382.70 k, ZONE 6 TOTAL•;$, . 763,687,60 $ 1,007,460.44 ADDITIONAL SERVICES(THESE ARE FOR AS NEEDED SERVICES,OUTSIDE OF ANY ESTABLISHED PERIODIC Able BAFO SEM BAFO FREQUENCIES REQUIRED IN THE RFP) Unit Cost Unit Cost 64 Deep Cleaning Carpet Cost Per Square Foot ,• $ 0.30 $ 0.22 65 r Steam cleaning of chairs ' Cost Per Unit Cleaned $ 5.00 $ 4.16 66 Steam cleaning of sofas Cost Per Unit Cleaned $ 17.00 $ 8.32 67 Strip and Wax Cost Per Square Foot $ 0.35 $ 0.42 I 68 _Scrub and Recoat • Cost Per Square Foot $ 0.50 $ 0.39 . 69 Post-Construction Cleanup (i.e., removal of heavy dust, wipe down Cost Per Square Foot $ 5.00 $ 0.35 fixtureslfumiture,vacuum carpets,clean air vents) 70 Janitorial Services for Special Events(for Cleaners) • Cost Per Hour $ 22.96 '$ 22.96 71 Janitorial Services for Special Events(for Supervisors) Cost Per Hour $ 28.28 $ 28.28 , • r 1 r , ( EXHIBIT C LOCATION STAFFING HOURS 26 • • • APPROACH&METHODOLOGY $1 OF EMPLOYEES/TOTAL WKLY HRS ' LOCATIONS #OF Em — Total Hours Per Week ' ZONE 2 Fiat Maintenance 3 buildings 140 MacArthur Causeway 2 20 Sanitation Admin Offices 140 MacArthurCauseway 2 20 OCEAN RESCUE 5313 COLLINS AVE 1 20 MBPD INTERNAL AFFAIRS 275 WASHINGTON AVE 1 5 POUCE STATION 1100 WASHINGTON AV 5 184 ' POLICE GARAGE 1100 WASHINGTON AV 1 14 HISTORIC OTT HALL.1130 WASHINGTON AVE , 2 60 CITY HALL 1700 CONVENTION CENTER DR 5 140 777 BUIDING/1701 77717TH STREET / 1 35 1755 BUILDING 1755 MERIDIAN AVE 2 45 55$BUILDING 555-17TH STREET 1 15 SOUTH SHORE COMMUNITY CENTER 833 STH STREET 1. 225 PAI.BUILDING 999-11TH STREET 3 88 10TH STEET BEACH PATROL 1001 OCEAN DR 1 14 SOUTH PONTE PARK OCEAN RESCUE FACILITIES 10TH STREET AUDITORIUM 1001 OCEAN DR 1 21 ITOTAL HRS 29 703.5 ZONE-3 - Marine Patrol 1790 Purdy Ave 1 14 Property Management 1833 Bay Road 1 10 Public Works Operations 451 Dade Blvd 1 40 PARKING METER SHOP FACILITY 11833 BAY RD) 1 20 Scott Rakow Youth Center 2700 • Sheridan Ave 3 231 Scott Rakow Ice Rink 2700 Shedders • Ave 1 28 Police Sub Station N Beach 6800 Indian Creek Dr 1 20 Normandy Shores Guardhouse 2000 Biarritz Dr 1 14 • TOTAL HRS 10 • 377 . ZONE 4 iLOCATIONS 7TH Sr.11TH 120 HOURS,WIC INCLUSNE FOR .,; 7TH:,#REOPIRIgNq'0AgikqE210-:'',..$VT3`100746114;r47TH Sr hrs (3J SI-lIFTS 24 hrs. 7TH ST.12Th ST.13FHST.16TH ST ." •••. 12TRIT,A4tP441:KR14PigIA!S!:522.', ; ;.. "•"; . - EzrosiREEt Z.. ITTOSTREErPARKH*'4ARAAt3,304..": COLLINS AVE 16'ns'S:tkWETV4iikl.:q41*9'kgc57 :""; •`•''', " WASHINGTON AVE • • • , 3'STAFw3 SHIFT :PER • aA1 TOSER 1,03' • LOCAi1f3N5 '}ly126A0110016*3S11EEoR 17935*-.1!ARKMIGGA,. 4i00- 17 N0500.0.0..0nSE[ 4 + '3 5A10910k4 173143ik� 4f►►S i i 4 3€ 1155 PARIQi4G6ARAGE'1755vt - t T MERtW1A8fAVE . a SO�N�SECNARBtURPAi }iARIVG 19088AY ROAD. • 2�TAR PER DAY W SERYliE2LOCATT S 3 PENNPARK1N:0ARAGE 8OI 1I fC1C ll'011E^YbT PONSYLVANUI.PARifNGGAIIAGE AND 42ND'ST`f2S$I1F{'S PARICTSARAfANt142NE . 1861PENNSYLVAN3AAif,E•:• '::: 243us;; � 53 �d1riS 42NSSSRF.EtPAR K1NG_GARAGE400. Y{(E Sr42ND'ST (TOTAL HRS WKLY 8 320 C • 1 • • • 1 i i ZONE 6 Flamingo Pool Facility 1205 Michigan (1)DEDICATED PORTER 641 WKLY WORK HOURS TO BE Ave (2)SHIFTS TO SERVICE 3 DEVIDED BETWEEN JAN-TORyAL • LOCATIONS SUN TFHRU TECHS FOR ALL OF ZONE 6 SITES SAT INCLUDES AU.DAY PORTERS Flamingo Park Baseball,Softball,& Football Field Restrooms 1455 Michigan Ave Flamingo Park Tennis Center 1235- , . 1255 Michigan Ave , Muss Parking Bldg 4400 Chase Ave (1)DEDICATED PQRTER (2)SHIFTS TO SERVICE 9 LOCATIONS SUN THRU SAT IMCWDES DEDICATED WEEKEND ) PORTER SERVICE Mar)ario Stoneman Douglass Beach Restroom 3rd sST3rd&Ocean Dr . Lummus Park Beath Restroom 6th St • &Ocen Dr Lummus Park Beach Restroom 10th St&Own Dr . • tummies Park Beach Restroom 14th St&Ocen Dr Collins Park Beach Restroom 21st . Street&Collins Ave - Pancoast Park Beath Restroom 35th Street&Collins Ave Indian Beach Park Beach Restroom 46th St&Collins Ave Beach View Park Beach Restroom 53rd St 7 Collins Ave • . Normandy Shores Park Restroom& (1)DEDICATED PORTER Storage 2605 Biarrkz Dr (2)SUFIS TO SERVICE 4 . south LOCATIONS SUN THRU SAT INCLUDES . DEDICATED WEEKEND PORTER • Pointe Park Restroom One Ocean Drive " Ruin Park Bildt Restroom 64th St &Cabins Ave tided Public Restroom 7231 Collins ve , ( • Tt9 M3dSI41V1OL 31,1ed swot uad0 quota Gov ulippen con Alum eauemotelAl we 3AV NQISNIHSVM • SUALTIDVA 1139NV1I 3AV 301Vad ssa V4001.1,53N NtiVel)4.11N0W1A103 10V3S GIN 3AV MThrld 06LT 90111 lAtOONIS321 NNW lelauucIN 9819 3AV SNIT10.7 TOLL 9NICI1I09 MONISM MAW MMI 130 SOL1V JO OOT tutpagssu •re!awe,uomyted ved AeAute4. auV=IWO V ZS MEL :ARAL caedS uad0 cultiSlimoN uulte301 cuV sung0 OSZL ulucc.lianua3 awaas'nuns 411110A Wed cultIS 33.1.110d Gamma't cuV=UM SaL aneaqiNdullf lictiS quell Wed 40016 IPJON AAV00,149 OSO2 Via Ved sav • aluMmell orte sPia*led memos PAN Visa°108 Oultalluil Wed tdac0 LYS fWRLNflSSP1OIJYO1 ET 3:WiN3S OJ.SLIIHS(Z) cPcucids3 vathod aaltr31a30(T) mac AstiPaki wed ms:APtieuutm 031110.1.NIOD 9 3NOZ ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM AAIA/\AI ;BEACH' REQUEST FOR CITY MANAGER APPROVAL PROCUREMENT DEPARTMENT Requested Action Piggyback Approval Award of ITQ Contract Execution. Request forContract Terni Renewal Change Order Approval I X Other SELECTION OF FINAL PROPOSER(S)DEEMED TO OFFER THE BEST OVERALL TERMS AND SERVICETO THE CiTY;PURSUANT TO RESOLUTION NO.201830535 FOR REQUEST FOR PROPOSALS RFP NO.2017-070-JC,JANITORIAL SERVICES Why is requested action necessary? On October 17,2018, the City Commission, through Resolution No.2018-30535, approved the recommendation of the City Manager, • pursuant to Request for Proposals (RFP) Na. 2017-070-JC, for Janitorial Service% which authorizes the Administration to enter:into simultaneous negotiation%with.Able Business_Services,Inc.,as the top ranked proposer,and SFM Services, inc., as the second ranked proposer. On November 28,2018,the first negotiation meeting was conducted with Able.Business Services,Inc,;:and,SFM Services,inc. During this meeting,both proposers were provided with an overview of the Best and Final Offer(BAFO)process,including the cost proposal structure and BAFO. proposal submittal timelines. Additionally, staff discussed the following nine (9) negotiation areas: 1) living wage, 2) staffingltransition plan;3)training/supervision,4)equipment supplies and paper products 5)employee backgrounds,6)service frequencies, 7)quality control,8)'interviews of incumbent contractors staff,and 9)cost The Administration requested that both proposers consider and respond to these nine(9)key areas for the purposes of the BAFO proposal. On December 21,2018,the City received BAFO proposals from Able Business Services,Inc.,and SFMServices,Inc.On January 14,2019, at the request of the Property Management Department,the Administration conducteda teleconference meeting with both firms to clarify certain portions of the BAFO submittals,The pricing analysis pursuant to the BAFO proposals is included in Attachment A. After reviewing the results`of the submitted BAFO proposals,the Property Management Department has determined that 1. SFM Services, Inc,. has provided the City the best overall proposal for Zone 2 and Zone 3, when the following areas are considered;1)combination of pricing,2)services,and 3)terms. Further,the Property Management Department determined that SFM provided a better proposal that addressed supervision and allocation of personnel,quality assurance and control, and a robust transition plan. With respect to the personnel and transition plan,SFM wilLlailor a seamless transition plan for each City facility.SFM operators follow a step-by-step,guide for transitioning, including identifying keyresources for transition tasks, accountability for transition team members by reporting'the completion of tasks to the City,establishing a base of communication between SFM and City staff, and;su`ccessful service'implementation. SFM will set up an expectations meeting with.City staff:to-establish parties'goals and ,. expectations for the first ninety(90)days of services.During this meeting communications channels Will be identified,invoicing structure discussed, introduction to individual roles and responsibilities, storage areas for equipment delivery and placement identifiied,the inspection report will be standardized,and cultural integration addressed. Additionally,:SFM will allocate and recruit staff for the City's service byway of SFM's 700 employeesin the local market,and will place advertisements locall , if required SFM will also and select project su ervisor candidates byperforminga 2-panel anel ' Y � . q identify P1 P P interview process, followed by application review, job offer, orientation, criminal background and drug screening and I-9 verification. Further, SFM will provide employee training to each staff member assigned to the City. This training will include bloodborne pathogens,terminal cleaning, OSHA-based chemicals training, floor care training, restroom maintenance, sexual 'harassment training,slipltriplfallprevention,lifting training,closures procedures,and hazard communication SFM has also commiittedto a vigorous program of_environmental conservation and sustainability through their corporate and operational practices.SEM will promote and;maintain;a recycling program throughout the duration of the:contract:_SFM will conduct a waste audit within each zone and;further refine their recycling plan for the Citybased on the audit outcome.. For Zone 2 and Zone 3,the pricing difference between the two.proposers was determined to benominal.SFM's pricefor Zone 2 is $8,000 higher and Zone 3 pricing is$13,000 higher than Able's, respectively,,However, Property.Management has determined. that,when both cost and services are considered,.SFM is a better value for these zones,given that SFM provided a more robust personnel,quality.control and transition plan. !:i J 2. Able Business Services, 'Inc., provided the.City the best overall proposal for Zone 4 and Zone 6 (Attachment A), when a. combination of pricing and services are considered.Specifically,Able provided a better proposal in dedicated service hours and responding to emergencies at the heavily used facilities in these zones. With respect to Able's dedication of service hours to Zone 4, it will dedicate an impressive 320 hours per week to service all • garages including utilizing three (3)shifts per day in seven(7):of the highest demand locations, and 2 shifts per day at the i. remaining three(3)locations.Concerning Zone 6,Able will dedicate 641 hours per week for City parks and restrooms.Dedicated porters will be utilized at Flamingo Pool Facility,Muss Park,South Pointe Park,Lummus Park,Normandy Shores,Normandy Isle. I Park,and North Shore Park,among others. - i Additionally,Able has committed to set aside$30,000, for the duration of the contract term, to be used for the hiring benefit of special needs persons,including displaced veterans from'.the City of.Miami Beach community.Able has committed that the costs associated with hiring and supervising these individuals will be their goodwill contribution to the community and the City of Miami Beach: For Zone 4 and Zone 6,Able's pricing represents a significant difference in cost to the City,and is an overall better value therein. For Zone 4 alone,Able'.offered pricing that is $416,000 less than that offered by SFM Similarly, Able's pricing for Zone 6 is $243,000,less than offered by SFM, Given the vast pricing separation between Able and SFM for Zone 4 and Zone 6, Property Management determined that Able was the clear and best value for these respective zones.. Further, Property Management Staff believes that splitting the City's janitorial zones between these two (2) contractors will enable the contractors to respond more promptly,and with greater effectiveness,than if a single contractor were to be awarded all zones,and will allow the City to have:a backup contractor in the event that either was to default The respective distribution of awards per zone to each contractor provides for a cost effective and fiscally responsiblesolution,In the event that either contractor is not meeting the services,terms and City's standards of cleanliness and performance,the award wilt be transferred to other contractor. In anticipation of improvement to present services, and based on the recommended levels of services and tears as provided in RFP No. 2017=070-JC,the City budgeted$2,903,000.00 for janitorial services citywide,for FY 2019, Inconsideration of cost the proposed annual total of$2,120,809,36(Attachment A)for all respective zones,results in $128,353.92 projected reduction in the City's janitorial costs,when compared to the City's FY 2018 janitorial expenditures of$2,249,163.28;and an overall$782,190.64 savings to the City's FY 19 budget Therefore,staff recommends that the City Manager approve,pursuant to RFP No.2017-070-JC,far Janitorial Services,the award of Zone 2 and Zone 3 to SFM Services, Inc.,:as the primary contractor,and to Able Business Services, Inc.,as the secondary contractor for Zone 2 and Zone 3;and approve the award of Zone 4 and Zone 6 to Able Business Services,Inc.,as the primary contractor,and to SFM Services, Inc.,as the,secondary contractor for Zone 4 and Zone 6. ' Previous Action(s) - Resolution No.2018-30535 Authority Resolution No.2018-30535 Fiscal Impact _ F $2,120,809.36 Term Initial three 3 ears,with two 2 additional 1 one ear renewals. Attachments Resol in No.2018=30535 Atte f fent A:Recommendation Anal sis I Approval rep Head: Procure.ir'J Actmiairlakm, anager Daly ITHEVIIMU'Date: �,� �110® :Dater1Tii►�11111111113SiRIE � E Attachment A:Recommendation Analysis BAFO RFP 2017-070-JC Janitorial Services Location Recommendation Fiscal Impact Total Zone 2 SFM $ 788,394.00 $ 1,022;833.00 Zone'3 SFM $ 234,439.00 Zone 4 Able $ 334,288.76 1,097,976:36 Zone 6 Able $ 763,687.60 $ 2420,809.36 Individual Zone Pricing Comparison-BAFO Location Able SFM Zone 2 $ 780,104.00 $ ,, n3V 7 3 X400 Zone 3 $ 220,965.68 ,$ i; 3 -284.433 , Zone 4 $,.�,w .. f288, ! $ 750501.00 Zone 6 3_X3.....,. ,_.,;rt 76367`60, $ 1;007;460,44 Total $ 2,099,046.04, $ 2,780,794:4:4 } { yf� J E /t€ f 3 Resolution No. 2018-30535 A RESOLUTION OF THE MAYOR- AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (REP) NO. 2017-070-JC, FOR JANITORIAL SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO SIMULTANEOUS NEGOTIATIONS WITH ABLE BUSINESS SERVICES, INC., THE TOP RANKED PROPOSER, AND SFM SERVICES, INC., THE SECOND RANKED PROPOSER; FURTHER, AUTHORIZING THE CITY MANAGER TO SELECT THE FIRM,THAT WILL SERVE AS THE PRIMARY CONTRACTOR, BASED ON THE CITY MANAGER'S DETERMINATION OF THE FINAL NEGOTIATED PROPOSAL THAT OFFERS THE CITY THE BEST COMBINATION OF PRICING, SERVICES, AND TERMS, WITH THE REMAINING FIRM TO SERVE AS THE SECONDARY CONTRACTOR; AND FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH PROPOSER UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, the City seeks to preserve Miami Beach as a world-class destination, and has established a high standard for the cleanliness of its facilities;and WHEREAS, the City utilizes a janitorial services company to meet and exceed the daily cleaning needs of City buildings, properties and public spaces; and WHEREAS,the current janitorial services contract expires on February 23, 2019;and ' WHEREAS, in anticipation of the expiration of the current janitorial services contract, the Administration determined that a replacement contract is required; and WHEREAS, On July 26, 2017, the City Commission approved the issuance of the RFP No. 2017-070-JC, Janitorial Services; and WHEREAS, on July 27,2017, the RFP was issued to 255 firms; and WHEREAS, 134 prospective proposers accessed the advertised solicitation;and WHEREAS, a voluntary pre-proposal conference was held on August 9,2017; and WHEREAS, a facilities site visit was scheduled on August 24, 2017, and was attended by ten (10)firms; and WHEREAS,the Administration determined to offer a second site visit to further clarify questions. related to scope of services, department density, and facilities area square footage; and WHEREAS, the second site visit was conducted on October 20, 2017, and was attended by seven (7)firms;and WHEREAS, RFP responses were due and received on February 14, 2068; and WHEREAS,the City received a total of twelve(12)responsive proposals; and WHEREAS, on March 1, 2018, the City Manager, pursuant to LTC No. 116-2018, appointed an Evaluation Committee (the "Committee"), comprised of: Miguel Beingolea, Operations Manager, Parking Department; Michael Clark, Sanitation Operator, Public Works Department; Carlos DaCruz, Project Manager, Parks and Recreation Department; Rene Guerra, Zone Manager, Property Management Division; Leslie Rosenfeld, Chief of Learning Development, Organizational Development and Performance Initiatives; and WHEREAS, the Committee convened on June 13, 2018, to consider the proposals received; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, as well as general information on the scope of services and a copy of each proposal,and was instructed to.score and rank each proposal pursuant to the evaluation criteria established in the RFP; and WHEREAS,the evaluation process resulted in the following order of ranking: 15t ranked proposer:Able Business Services, Inc.;and 2"d ranked proposer:SFM Services, Inc.;and 3td ranked proposer. EnDirt, LLC; and 4th ranked proposer: United Services, Inc.; and 5th ranked proposer- Maverick Building Services;and 6th ranked proposer. JDL Cleaning Services;and 7th ranked proposer: Miami Janitorial Supplies, Inc.;and 8th ltle>ranked proposer: National Cleaning Contractors USA, Inc.;and 8t"ote)ranked proposer:American Facility Services;and 8u,(t'e>ranked proposer: JLS Professional Cleaning Services;and • 11th ranked proposer: D&A Building Services, Inc.;and 12th ranked proposer: Chi-Ada Corporation;and WHEREAS, after reviewing the results of the evaluation committee process, and the proposals received, the City Manager exercised his due diligence and recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into simultaneous negotiations with the two (2) top ranked proposers, Able Business Services, Inc., and SFM Services, Inc.; and further recommends that the City Commission delegate to the City Manager the authority to make the final determination as to which firm will serve as the primary contractor, and which firm will serve as the secondary contractor, based on the City Manager's evaluation of the best and final overall pricing, services and other terms or benefits offered by the two firms (including, without limitation, employee retention incentives). NOW,THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request for Proposals (RFP) No. 2017-070-JC, for Janitorial Services; authorizing the Administration to enter into simultaneous negotiations with Able Business Services, Inc., the top ranked proposer, and SFM Services, Inc.,the second ranked proposer; and further authorize the City Manager to select the firm that will serve as the primary contractor, based on the City Manager's determination of the final negotiated proposal that offers the City the best combination of pricing, services, and terms, with the remaining firm to serve as the secondary contractor; and, further, authorizing the Mayor and City Clerk to execute an agreement with each. proposer upon conclusion of successful negotiations by the Administration.- l PASSED AND ADOPTED this 17 day of 2©18. e6j.....z..............._ Dan Gelber, Mayor, ATTEST: , 7A1 - ( r l� Rafael;E.Granado, Cit Cle k ,..,,A, Mk 141 +rtIi, APPROVED AS TO ♦�': ..'• '',. 44► FORM&LANGUAGE Y .S; � `=4'..5 &FOR EXECUTION ti OSP Or��E0 Cdr s _ (� �;, ��` + (f (s i i 1 1 ` ,: <9 •-/��yN CityAttorney t"�'�2 � Resolutions-C7 Q MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 17,2018 • SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE-RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST,FOR PROPOSALS (RFP) NO. 2017-070- JC, FOR JANITORIAL SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO SIMULTANEOUS NEGOTIATIONS WITH ABLE BUSINESS SERVICES, INC., THE TOP RANKED PROPOSER, AND SFM SERVICES, INC., THE SECOND RANKED PROPOSER; FURTHER, AUTHORIZING THE CITY MANAGER TO SELECT THE FIRM THAT WILL SERVE AS THE PRIMARY CONTRACTOR, BASED ON THE CITY MANAGER'S DETERMINATION OF THE FINAL NEGOTIATED PROPOSAL THAT OFFERS THE CITY THE BEST COMBINATION OF PRICING AND SERVICE, WITH THE REMAINING FIRM TO SERVE AS THE SECONDARY CONTRACTOR; AND FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE FINAL AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS In an effort to preserve Miami Beach as a world-class destination, the City has established a high standard for the cleanliness of its facilities.As such, the City is seeking a qualified contractor(s) to provide outstanding janitorial services for City facilities and public spaces. The City currently has approximately fifty (50) locations requiring daily and/or periodic janitorial services. These facilities include administrative buildings, parking garages, community recreation and tennis centers, parks, sports facilities, police stations, and beachfront public restrooms. The selected contractor(s) shall coordinate janitorial services, as well as periodic and additional services,with Property Management staff, in an effort to maintain the health,safety and cleanliness of City properties. It is in the City's best interest to enter into an agreement(s)with a firm(s)that have the capability and flexibility to provide janitorial services and as-needed emergency service availability, twenty-four (24) hours a day, seven (7) days per week. The awarded firm(s) will be responsible for maintaining superior levels of cleanliness to commons areas, offices, restrooms, corridors, sidewalks, stairways, stairwells, elevators, carpeted areas, glass surfaces, and other areas; as required by the RFP. Additionally, the awarded firm(s) shall be responsible for regular monthly inspections, daily supervision and training of cleaning staff, monitoring response times, reporting and correcting of any deficiencies discovered and mitigating future occurrences. The awarded firm(s)shall furnish all labor, materials, supplies, tools, and equipment in an effort to deliver total quality control of cleanliness, Page'454 of 1637 promote and maintain environmental health and safety standards to City facilities, its employees, and visitors. Currently, under Contract No. 13-269-ME, the City has coverage to provide for janitorial services through February 23, 2019. In consideration of the above, the Administration prepared Request for Proposals (RFP)2017-070-JC to seek proposals from qualified firms to provide janitorial services to the City in order to replace the expiring City contract. On July 26, 2017, the City Commission approved the issuance of the RFP No. 2017-070-JC, Janitorial Services, which was issued on July 27, 2017. The Procurement Department issued solicitation notices to 255 firms utilizing www.publicpurchase.com. 134 prospective proposers accessed the advertised solicitation.A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on August 9, 2017. Additionally, a facilities site visit was scheduled on August 24, 2017, and was attended by ten (10)firms. Following the requests from several firms, the Administration determined to offer a second site visit to further clarify questions related to scope of services, department density, and facilities area square footage.The second site visit was conducted on October 20, 2017 and was attended by seven(7)firms. RFP responses were due and received on February 14, 2018. The City received a total of twelve (12) proposals from the following firms: • Able Business Service, Inc • American Facility Services • Chi-Ada Corporation • D&A Building Services, Inc • EnDirt,LLC • • JDL Cleaning Services • JLS Professional Cleaning Services Maverick Building Services • Miami Janitorial Supplies, Inc • National Cleaning Contractors USA, Inc • SFM Services, Inc • United Services, Inc On March 1, 2018, the City Manager appointed the Evaluation Committee via LTC# 116-2018.The Evaluation Committee convened on June 13, 2018 to consider proposals received. The Committee was comprised of the following: Miguel Beingolea, Operations Manager, Parking Department; Michael Clark, Sanitation Operator, Public Works Department; Carlos DaCruz, Project Manager, Parks and Recreation Department; Rene Guerra, Zone Manager, Property Management Division; Leslie Rosenfeld, Chief of Learning Development, Organizational Development and Performance Initiatives. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score each proposal pursuant to the qualitative evaluation criteria established in the RFP. The RFP stipulated that points for cost would be added to the qualitative scores established by the Evaluation Committee to determine an overall ranking for all proposals evaluated.The evaluation process (qualitative and initial costs as stipulated in the RFP)resulted in the ranking of proposers as indicated in Attachment A.The following is a brief summary of the qualifications of the two top-ranked proposers: Able Business Service. Inc. Able Business Service, Inc. specializes in providing innovative equipment and methods in order to Page 456.of 1637 deliver superior cleaning techniques in servicing client facilities.Able Business Service has been in business eighteen (18) years providing clients with services directed at government entities, banks, hospitals, and commercial clients, generating annual gross income of over$4 million. Such clients include Jackson Health System, US Department of Agriculture, ;City of Miami, and the State of Florida. The company is certified by the U.S. Small Business Administration in Janitorial, Facility Management, and Vocational Rehabilitation Services. They are also certified as a DBE by the State of Florida, and SBE by Miami-Dade County and Broward County, Florida. Able Business Service has over 135 employees on staff. SFM Services. Inc. According to their proposal, SFM Services, Inc. is a facilities maintenance company that offers business owners, property managers, healthcare facilities, government municipalities, educational- institutions and large venues,a one-stop shop for facility maintenance services. Rather than dealing with separate firms, SEM offers its customers one company to work with and one local phone call to make. Clients include Baptist Health Systeme;City of Coral Gables, and Town of Miami Lakes, as well as the Ultra Music Festival. The firm has over 750 employees on staff in Miami-Dade County. CONCLUSION I have reviewed the proposals and the results of the evaluation committee process. I note that the City is fortunate to have received twelve (12) responses to the RFR All of the companies that responded appear to be well qualified to assist the City with janitorial services. However, after reviewing the results of the evaluation committee process, I note that Able Business Services and SFM Services appear to be closely ranked es the first and second ranked firms, respectively.With regard to Able Business Services, the evaluation committee noted its solid employee training program, its plan for supervision and its experience with parking garages. With regard to SFM Services, the evaluation committee noted its performance tracking program and software and its experience with large venues and events., Additionally, Able Business Services and SFM Services have provided relatively close cost proposals as indicated in Attachment A. Considering the available budget and the need for a high level of service,I have asked staff to look closely at the level of service being offered in each area to assure that the;level of service is neither excessive or deficient, and that, whenever possible, cost savings be identified. To do so, I believe that it is in the City's best interest to enter into negotiations with the two;top ranked proposers to fine tune the level of service and identify cost savings wherever possible. Finally, in consideration of a transition from one contractor to another,aside from the usual service transition issues that must be worked out, it is important to consider the employees of the current contractor and.whenever possible,assure that they can be retained by the new contractor(s). Therefore, I recommend that the Mayor and City Commission authorize the Administration toenter into negotiations with Able Business Services, Inc.,the 1st ranked proposer,and SFM Services,Inc., the 2nd ranked proposer,in order to determine the best combination of service and cost,with the goal of identifying any cost savings opportunities, as well as addressing current contractor employee retention; and further authorize the City Manager to select the proposer offering the best combination of pricing and service, as the primary contractor, and the remaining proposer, as the secondary contractor; and, further, authorizing the Mayor and City Clerk to execute the final agreements upon conclusion of successful negotiations by the Administration. • ; KEY INTENDED OUTCOMES SUPPORTED Improve Cleanliness, City Beaches Page 456 of 1637 J ', FINANCIAL INFORMATION Grant funding will not be utilized for this project. Legislative Tracking Property Management/Procurement ATTACHMENTS: Description o Attachment A Page 457 of 1637 • • Attachment A k RFP211174704C Miguel m Michael ' of Carlos m Rene a c Leslie m Low ot c C c Aggregate c Janitorial Services Baingolea c Clark DaCruz = Guerra I Rosenfeld c Totals o rX a a _ra cc5- \ __ o2 Able Business Service.Inc 76.00 . 1 J� 96.00 1 _ 90.00 2 79.00- 3 78.00 ' 2 _ 9 1 American Facility Services 66.00 4 77.00 _ 10 1 68.00 11 72.00 _• 7 77.00 5 _ 37 6 Chi-Ada Corporation 26.00 12 71.00 11 _70.00 10 61.00 11 61.00 _p 12~. 56 _12 0&A Building Services,Inc 56.00 _ 8 81.00 7 76.00 9 66.00 9 . 71.00 9 _ 42 _ r 11 EnDirt.LLC _ 68.00 3 80.00•_ 9 79.00 7 79.00 3 78 00 __2 • _ 24 3 .JCL Cleaning Services 50.00 11 70.00 12 78.00 8, 85.00 2 78.00 2 . 35 _ 6 • JLS Professional Cleaning Services 72.00 2 81.00 ' 7 66.00 12 70.00 6 73.00 8 37 8 Maverick Building Services 58.00 7 93.00 2 60.00 5 78.00 5 _ 66.00 11 30 _ 5 Miami Janitorial Supplies,Inc 51.00 10 86.00 5 80.00 5 63 00 10 76,00 6 _ • 36 7 National Cleaning Contractors USA,Inc 56.00 8 92.00 3 86.00 . , 4 60.00 12 69.00 •• _ 10 37. 1 8 SFM Services,Inc 65.00 4 89.00 4 _ 94.00 1 93,00 1 _92.00 1 i 11 2 United Services,Inc 59 00 6 I 85.00 6 j 88.00 3 j73.00 6 - • 76.00 6 L 27 4 ' .. Cost Copes=Mao 2QU*M1ts1Ine Proposer- i Coat Propalal Maximum Points Taw Points Awarded Mk 0ualneaa Service,Inc $2,102.TD6.D0 2521 Anudcan Fac@M 5.161106 ,'5 3,555.395.00 25! •. 12 ChLAds C0a o1ation S 5702.655.0* 25 16 1266 Sultans Serc Icon,Inc S 2,911,752.14 25 ;6 En 1249.LLC •.• S 2,002,91036 - 25 16 - JCLCleaning S*hkea _ $2.226.61450 25- - 20 J1.5 Prafeaslonal CtaaninS Scrac65 0 2.163.61540 2$ 16 Maverkkkaul3wd'm0ilc*s 1120Z,525.65 25 ., 23 Miami Janh07bl Supp562,Inc S 2,027,001.00 _ 25 _ 21 3E iltuarmIt _,_Nstwnet Cloantnp Cawrectars USA.Inc 1$1,763,67990 I}}I. - 23 25- SFMSarvlcea,Inc I 2100.1+4505 25 I 21 - UnitadSorvtca,Inc S 2,416,526,64 25 IS • QlfA!N'A fV'E AND QUANTITATIVE 1 1 • r-v-r—( 1---r-- . � r I l7 N t3upiuwN blr'OD oitelW' _O."1 ' l ` ,Nn( momrculNNrrv' Ja_'N1lvvo N rot c,M V cti- N I } t 11 . L , ' mir)'� 10 0' r)„ � u111u2a,m,N o m1^ '. • . 1 , . i a • 2wooa-o0ci0000io p 0000c+goo.oQ (D Nu oog tri dl Ir.ND ND N°.c7 a,M1 Nn;Nn' Iw'1�° ' ' ° ND NDND NR V ND 1 Bu(lueN in viaia M NNco to co Io : C 't' o:aoQ0O0o000.c �el COICD 0.11J'V00W10NUD0)cC)NNNc`� • fOUNU )3.0F��Ntw�cnnuiN-N Z 0 I I ZI co N p • 0 0 0 0 0 0 0 0 0 0 0 o ED 00 d 0 0 0 P 0,0 0 0 co CDN btp N•Nun ul N~N'ON Or Octn `^( W i w :I QBu+7(t{8`a,_t`7_0.CO r W N,W•c r)o h } • in 1 a NN a N.i _ 000p 00000.0 , Cr) ▪ A 0 0 0 0 0 0 0 0 0 0 • vi tri ad Ci vi C b cd r. 1 0 . 41 uD O NDCOh CD cu DUD In m Cl- ButittellNrr,tio.vor Cba00 1 a ' S m O o O G 0 0 0 0 0 4 0 • - o0�}0oa(Oo0000CD ui: 4 C m j . 1 ; • 2 N ta m .7 I U N u Ui W aci 0 !� w g 2-9 U W m a• y fluiI :fl.` to-&U 6: iliil OTI Resolution No. 2018-30535 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2017-070-JC, FOR JANITORIAL SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO SIMULTANEOUS NEGOTIATIONS WITH ABLE BUSINESS SERVICES, INC., THE TOP RANKED PROPOSER, AND SFM SERVICES, INC., THE SECOND RANKED PROPOSER; FURTHER, AUTHORIZING THE CITY MANAGER TO SELECT THE FIRM THAT WILL SERVE AS THE PRIMARY CONTRACTOR, BASED ON THE CITY MANAGER'S DETERMINATION OF THE FINAL NEGOTIATED PROPOSAL THAT OFFERS THE CITY THE BEST COMBINATION OF PRICING, SERVICES, AND TERMS, WITH THE REMAINING FIRM TO SERVE AS THE SECONDARY CONTRACTOR; AND FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH PROPOSER UPON .CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. \_, WHEREAS, the City seeks to preserve Miami Beach as a world-class destination, and has established a high standard for the cleanliness of its facilities; and WHEREAS, the City utilizes a janitorial services company to meet and exceed the daily cleaning needs of City buildings, properties and public spaces; and WHEREAS, the current janitorial services contract expires on February 23, 2019; and WHEREAS, in anticipation of theexpiration of the current janitorial services contract, the Administration determined that a replacement contract is required; and WHEREAS, On July 26, 2017, the City Commission approved the issuance of the RFP No. 2017-070-JC, Janitorial Services; and WHEREAS, on July 27,(2017, the RFP was issued to 255 firms; and WHEREAS, 134 prospective proposers accessed the advertised solicitation; and WHEREAS, a voluntary pre-proposal conference was held on August 9, 2017; and WHEREAS, a facilities site visit was scheduled on.August 24, 2017, and was attended by ten (10)firms;and WHEREAS, the Administration determined to offer a second site visit to further clarify questions related to scope of services, department density, and facilities area square footage; and WHEREAS, the second site visit was conducted on October 20, 2017, and was attended by seven (7)firms; and WHEREAS,'RFP responses were due and received on February 14, 2018; and WHEREAS,the City received a total of twelve (12) responsive proposals; and WHEREAS, on March 1, 2018, the City Manager, pursuant to LTC No. 116-2018, appointed an Evaluation Committee (the "Committee"), comprised of: Miguel Beingolea, Operations Manager, Parking Department; Michael Clark, Sanitation Operator, Public Works Department; Carlos DaCruz, Project Manager, Parks and Recreation Department; Rene Guerra, Zone Manager, Property Management Division; Leslie Rosenfeld, Chief of Learning Development, Organizational Development and Performance Initiatives; and WHEREAS, the Committee convened on June 13, 2018, to consider the proposals received; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and'the Government Sunshine Law, as well as general information on the scope of services and a copy of each proposal, and was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP; and WHEREAS, the evaluation process resulted in the following order of ranking: 1st ranked proposer: Able Business Services, Inc.; and 21d ranked proposer: SFM Services, Inc.; and 3,d ranked proposer: EnDirt, LLC; and 4th ranked proposer:United Services, Inc.; and 5th ranked proposer: Maverick Building Services;and Stn ranked proposer: JDL Cleaning Services;and 7 'ranked proposer: Miami Janitorial Supplies, Inc.; and 8th(tie)ranked proposer: National Cleaning Contractors USA, Inc.; and ath(be)ranked proposer: American Facility Services; and 8th(se) ranked proposer: JLS Professional Cleaning Services; and 11thranked proposer: D&A Building Services, Inc.; and 12th ranked proposer: Chi-Ada Corporation; and WHEREAS, after reviewing the results of the evaluation committee process,and the proposals received, the City Manager exercised his due diligence and recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into simultaneous negotiations with the two (2) top ranked proposers, Able Business Services, Inc., and SFM Services, Inc.; and further recommends that the City Commission delegate to the City Manager the authority to make the final determination as to which firm will serve as the primary contractor, and which firm will serve as the secondary contractor, based on the City Manager's evaluation of the best and final overall pricing, services and other terms or benefits offered-by the two firms (including, without limitation, employee retention incentives). NOW,THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH! FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request for Proposals (RFP) No. 2017-070-JC, for Janitorial Services; authorizing the Administration to enter into simultaneous negotiations with Able Business Services, Inc., the top ranked proposer, and SFM Services, Inc., the second ranked proposer; and further authorize the City Manager to select the firm that will serve as the primary contractor, based on the City Manager's determination of the final negotiated proposal that offers the City the best combination of pricing, services, and terms, with_ the remaining firm to serve as the secondary contractor; and, further, authorizing the Mayor and City Clerk to execute an agreement with each proposer upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 17 day of OdOLWr 2018. • Dan Gelber, Mayor ATTEST: t r Rafael E. Granado, Cit Cle k .......... ,9 % APPROVED AS TO 4,0 FORM&LANGUAGE &FOR EXECUTION iNCOR PRA1 ELS: . �` , rl l ' G( b •-• NN. city AttOrney itpe Data fit+ � TM 96 L Resolutions- C7 Q MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 17, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2017-070- JC, FOR JANITORIAL SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO SIMULTANEOUS NEGOTIATIONS WITH ABLE BUSINESS SERVICES, INC., THE TOP RANKED PROPOSER, AND SFM SERVICES, INC., THE SECOND RANKED PROPOSER; FURTHER, AUTHORIZING THE CITY MANAGER TO SELECT THE FIRM THAT WILL SERVE AS THE PRIMARY CONTRACTOR, BASED ON THE CITY MANAGER'S DETERMINATION OF THE FINAL NEGOTIATED PROPOSAL THAT OFFERS THE CITY THE BEST COMBINATION OF PRICING AND SERVICE, WITH THE REMAINING FIRM TO SERVE AS THE SECONDARY CONTRACTOR; AND FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE FINAL AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS In an 'effort to preserve Miami Beach as a world-class destination, the City has established a high standard for the cleanliness of its facilities. As such, the City is seeking a qualified contractor(s) to provide outstanding janitorial services for City facilities and public spaces. The City currently has approximately fifty (50) locations requiring daily and/or periodic janitorial services.,These facilities include administrative buildings, parking garages, community recreation and tennis centers, parks, sports facilities, police stations; and beachfront public restrooms. The selected contractor(s) shall coordinate janitorial services, as well as periodic and additional services,with Property Management staff, in an effort to maintain the health,safety and cleanliness of City properties. It is in the City's best interest to enter into an agreement(s)with a firm(s)that have the capability and flexibility to provide janitorial services and as-needed emergency service availability, twenty-four (24) hours a day, seven (7) days per week. The awarded firm(s) will be responsible for maintaining superior levels of cleanliness to commons areas, offices, restrooms, corridors,, sidewalks, stairways, stairwells, elevators, carpeted areas, glass surfaces, and other areas, as required by the RFP. Additionally, the awarded firm(s) shall be responsible for regular monthly inspections, daily supervision and training of cleaning staff, monitoring response times, reporting and correcting of any deficiencies discovered and mitigating future occurrences. The awarded firm(s)shall furnish all labor„ materials, supplies, tools, and equipment in an effort to deliver total quality control of cleanliness, Page 454 of 1637 promote and maintain environmental health and safety standards to City facilities, its employees, and - visitors. Currently, under Contract No. 13-269-ME, the City has coverage to provide for janitorial services through February 23, 2019. In consideration of the above, the Administration prepared Request for Proposals(RFP) 2017.070-JC to seek proposals from qualified firms to provide janitorial services to the City in order to replace the expiring City contract.. On July 26, 2017, the City Commission approved the issuance of the•RFP No. 2017-070-JC, Janitorial Services, which was issued on July 27, 2017. The Procurement Department issued solicitation notices to 255 firms utilizing www.publicpurchase.com. 134 prospective proposers accessed the advertised solicitation.A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on August 9, 2017. Additionally, a facilities site visit was scheduled on August 24, 2017, and was attended by ten (10)firms. Following the requests from several firms, the Administration determined to offer a second site visit to further clarify questions related to scope of services, department density, and facilities area square footage. The second site visit was conducted on October 20,2017 and was attended by seven (7)firms. RFP responses were due and received on February 14, 2018. The City received a total of twelve (12) proposals from the following firms: • Able Business Service, Inc • American Facility Services • Chi-Ada Corporation • D&A Ouilding Services, Inc ` • EnDirt, LLC • JDL Cleaning Services • JLSProfessional.Cleaning Services • Maverick Building Services • Miami Janitorial Supplies, Inc • National Cleaning Contractors USA, Inc • SFM Services, 'Inc • United Services, Inc On March 1, 2018, the City Manager appointed the Evaluation Committee via LTC # 116.-2018. The Evaluation Committee convened on June 13, 2018 to consider proposals received. The Committee was comprised of the following: Miguel Beingolea, Operations Manager, Parking Department; Michael Clark, Sanitation Operator, Public Works Department Carlos DaCruz, Project Manager, Parks and Recreation Department; Rene Guerra, Zone Manager, Property Management Division; Leslie Rosenfeld, Chief of Learning Development, Organizational Development and Performance Initiatives. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score each proposal pursuant to the qualitative evaluation criteria established in the RFP. The RFP stipulated that points for cost would be added to the qualitative scores established by the Evaluation Committee to determine an overall ranking for all proposals evaluated.The evaluation process(qualitative and initial costs as stipulated in the RFP) resulted in the ranking of proposers as indicated in Attachment A.The following is a brief summary of the qualifications of the two top-ranked proposers:. Able Business Service.Inc. Able Business Service, Inc. specializes in providing innovative equipment and methods in order to Page 455 of 1637 deliver superior cleaning techniques in servicing client facilities. Able Business Service has been in business eighteen (18) years providing clients with services directed at government entities, banks, hospitals, and commercial clients, generating annual gross income of over $4 million. Such clients include Jackson Health System, US Department of Agriculture, City of Miami, and the State of Florida. The company is certified by the U.S. Small Business Administration in Janitorial, Facility Management, and Vocational Rehabilitation Services. They are also certified as a DBE by the State of Florida, and SBE by Miami-Dade County and Broward County, Florida. Able Business Service has over 135 employees on staff. SFM Services. Inc. According to their proposal, SFM Services, Inc. is a facilities maintenance company that offers business owners, property managers,. healthcare facilities, government municipalities, educational institutions and large venues, a one-stop shop for facility maintenance services. Rather than dealing with separate firms, SFM offers its customers one company to work with and one local phone call to make. Clients Include Baptist Health Systems, City of Coral Gables, and Town of Miami Lakes, as well as the Ultra Music Festival. The firm has over 750 employees on staff in Miami-Dade County. CONCLUSION I have reviewed the proposals and the resultsof the evaluation committee process. I note that the City is fortunate to have received twelve,(12) responses to the RFP. All of the companies that responded appear to be well-qualified to assist the City with janitorial services. However, after reviewing the results of the evaluation committee process, I note that Able Business Services and SFM Services appear to be closely ranked as the first and second ranked firms, respectively. With regard to Able Business Services, the evaluation committee noted its solid employee training program, its plan for supervision and its experience with parking garages. With regard to SFM Services, the evaluation committee noted its performance tracking program and software and its experience with large venues and events. Additionally, Able Business Services and SFM Services have provided relatively close cost proposals as indicated in Attachment A. Considering'the available budget and the need for a high level of service, I have asked staff to look closely at the level of service being offered in each area to assure that the level of service is neither excessive or deficient, and that, whenever possible, cost savings be identified. To do so, I believe that it is in the City's best interest to enter into negotiations with the two top ranked proposers to fine tune the level of service and identify cost savings wherever possible. Finally, in consideration of a transition from one contractor to another, aside from the usual service transition issues that must be worked out, it is important to consider the employees of the current contractor and,whenever possible, assure that they can be retained by the new contractor(s). Therefore, I recommend that the Mayor and City Con-mission authorize the Administration to enter into negotiations with Able Business Services, Inc.,the 1st ranked proposer, and SFM Services, Inc.,, the 2nd ranked proposer, in order to determine the best combination of service and cost,with the goal of identifying any cost savings opportunities, as well as addressing current contractor employee retention; and further authorize the City Manager to select the proposer offering the best combination of pricing and service, as the primary contractor, and the remaining proposer, as the secondary contractor; and, further, authorizing the Mayor and City Clerk to execute the final agreements upon conclusion of successful negotiations by the Administration. KEY INTENDED OUTCOMES SUPPORTED Improve Cleanliness, City Beaches Page 456 of 1637 FINANCIAL INFORMATION Grant funding will not be utilized for this project: Legislative Tracking Property Management/Procurement ATTACHMENTS: Description o Attachment A • c - Page 467 of 1637 Attachment A • RFP 2017-070-JC Miguel co Michael co Carlosat e e Rene to Leslie co Low Aggregate c Janitorial SerViteS Beingolea Y.c Clark c c;2DaCruz Guerra I Rosenfeld Totals c C C c C c C c Able Business Service,Inc 76,00 1 96.00 1 90.00 2 79.00 3 78.00 2 i 9 , _ 1 American Facility Services 66.00 4 77.00 10 68,00 11 72.00 7 77.00 5 , 37 8 Chi-Ada Corporation 26.00 -12 71.00 11_ 70.00 10 61.00 11 61,00 _ 12 56 12 r•-_ D&A Building Services,Inc 56.00 _ - 8 81.00 776.00 9 66,00 9 71.00 9 42 _ 11 E.nDirt,LLC _ 68.00 3 80.00_ 9 79.00 7 79.00 , 3 78:00 2 _, _ 24 3 JDL Cleaning Services 50.00 11 70.00 12 78.00 8 85.00 2 78,00 __ 2 35 _ 6 _ JLS Professional Cleaning Services 72.00 2 81.00 7 66,00 12 70.00 8 73.00 8 37 8 Maverick Building Services 58.00 7 93.00 2 I 80.00 5 78.00 5 - 68.00 11 _ 30 - 5 Miami Janitorial Supplies,Inc 51.00 10 $6.00 _ 5 80.00 5 63.00 10 76.00 6 _ 36 7 National Cleaning Contractors USA,Inc 56,00 - 8 . 92.00 3 86.00 I 4 - 60.00 12 69.00 w _ 10 s 37 1 8 SFM Services,Inc 56.00 4 89.00 4 94.00 1 93.00 1 92.00 111 _ 2 United Services,Inc 59.00 6 I 85.00 6 I 88.00 3 73.00 J 6 76.00 6- _.L. 27 4 -- i ... .... .. COetPro m=Step 2 quan/1250Ma- . Proprerm Cost Proposed' - Maximum Paints Total PolntsAwerded Able Business Service,Inc •S 2,141706.90 25 21 American Facility.ServIcee"; ,S 2,655,395,00 25 •_ 12 C6i.Ada Caseation S 2J626e9.04 25 16 - , MA Building Serviced,lac S 2,811,75234 25 .!6 EnDIn,LLC S 3.052,51028 25 15 JDL Clem nine Services 5 2.226.914.00 - - 25 20 .ILS Pratomise al Cleaning Smites 5 2.761515.46 25 16 _ Maverick Building Services f 1,902,535.90 25 23 Miami JanSorlel SupPliee.Inc _ S 2,094,006.00 25 _ 21 __•_ Netlannt Cleaning Contractors USA,Inc 51,707,67980 _ 25 25 SFM Soivlcen,Nc S 2.102.544.05 25 _ 21 United Servtcoe.Inc $2N9,536.64 25 _�• 19 - K QUrAtITALIIE AND QUANTITATIVE 1 1 a-Nn lw f v f--,ti T2 Sid •K — C P.> .CD l0 c.Nm3-� -HammEim CO M W.P.F O N.r C•d•7.y. co 2:(-) a, , r a- T 5-' Fi`� 5Ocu_r= dN H I Et n• rR n 0 C 2 D 1 o) 1 O 1 W .. A y(. W CD co CD A 0,0 W.3 0000000100000 m Q 0 00 0 0 o a0 0 0 0 0 m e I sa • . • 1 1 m m 0 o m o a r7.1'Ca ro Ranking ID • i I tQ - - -. CD 3 i a3 0000 O P 40 cn_0 Ln Cin N FT tD o'0000en00000o Xw' 0 0 1 t WA W A m•N Cn tv m',z;m--•Ranking i 1 -4 -4 rn.O w Cnm m m CT Ulm d W ..1 ow� m-iOm•Ao .cCO !a n;' / O O OCD Ca 0 0 03 O O O I 0 0 2 ° 1ri -' �Zi 1 Q i • Z IQ, -+OyCpNCla-pG1 7.:8w'Ranking i i • 0 4 W A CD Cn palign Cn A 010 0 tit 1,a CR i.}CD .g., OCn O07 c 0 0 d 0 0 0 O 0 0 O O+O O O 0 0'00 0100 OO Q. A 0 m-,:N-`m co'Nw OIoIA cnRanking • 1 - I w,;. A9 ce ., m5.4 nCnCn .+1 m, 0 0 0 0:0 0 0 0 0 0 0 0 0 00:0000.000:000 ii m • 1 E. ,cFrL.._ i�ICnIo rn ..o-lc,) o n7'm&Ranking I .. � ii • 1. . 1• �a A C.0 W Ca N w 0 INI 0 ajN N CJi L4 0') Ol m A m'v I 3I 1 I I CO47 I I 1 iD • 1 d-.1„t,..1-,..,,,, Ica imica W,NIm N Ranking N 1 1 1 1 i 'I •, J i ATTACHMENT B REQUEST FOR PROPOSALS (RFP) AND ADDENDA REQUEST FOR PROPOSALS ( RFP) JANITORIAL SERVICES 2017-070-JC RFP ISSUANCE DATE: JULY 27, 2017 PROPOSALS DUE: SEPTEMBER 6, 2017, 3:00 PM EST ISSUED BY: MIAMIBEACH JASON CROUCH, CONTRACTING OFFICER II PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR, MIAMI BEACH, FL 33139 305.673.7000 x6694 I jasoncrouch@miamibeachfl.gov I www.miamibeachfl.gov MIAMI BEACH] TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS 3 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 PROPOSAL EVALUATION 15 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO PROPOSAL" FORM 24 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26 APPENDIX D SPECIAL CONDITIONS 39 APPENDIX E COST PROPOSAL FORM 42 APPENDIX F INSURANCE REQUIREMENTS 47 APPENDIX G FACILITY LOCATIONS 49 APPENDIX H GARAGE AND RESTROOM INDEX MANUALS 50 RIP 2017-070-JC 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently,the successful Proposer(s)(the"contractor[s]")if this RFP results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any,addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2..PURPOSE. The purpose of this RFP is to establish a contract with qualified firm(s)to provide janitorial services to City of Miami Beach (the "City") locations identified herein, in accordance with the prescribed specifications and requirements. Interested proposers are invited to submit proposals in response to this RFP. For facilities management purposes, the City is divided into zones as indicated below. The scope of this RFP may include janitorial services for buildings and/or facilities within Zones 2-6. The facilities within each zone are listed in Appendix G.The City reseives the right to award one contractor per zone, one contractor for all zones,.or any award combination deemed by the City to be in its best interest. Interested parties are not required to.bid on all zones; however, in event that the City intends to make an award to a single contractor for all zones, responses that do not include proposals for all zones will not be considered. • 3.ANTICIPATED RFP TIMETABLE.The tentative schedule for this solicitation is as follows: RFP Issued JULY 27, 2017 Pre-Proposal Meeting" AUGUST 9,2017 at 10:00 AM Deadline for Receipt of Questions AUGUST 25,2017 at 5 PM Responses Due SEPTEMBER 6,2017 at 3 PM Evaluation Committee Review TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000 X6694 'asoncrouch• miamibeachfl.•ov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado a,miamibeachfl.gov; or via facsimile: 786-394-4188. RFP 2017-010-it 3 MIAMI BEACH] The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. / All responses to questions/clarifications will be sent to all prospective.Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City,a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department 1755 Meridian Ave,3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal.Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov Balance of Page Intentionally Left Blank REP 2017-070-JC 4 MIAMI BEACHI 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.00v/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES _ CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or 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. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics("Code")and submit that Code to the.Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. RFP 2017-070-JC 5 MIAMI BERCI-( 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters(five (5)days in advance when possible),or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. NOT USED. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374,the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and,such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step' 1 &2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability, capacity and skill of the Proposer to perform the contract. ,- (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. RFP 2017-070-JC , 6 MIAMI BEACH 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City; and executed by the parties. 21. Postponement/Cancellation/Acceptance/Rejection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and,examinations, as it deems necessary,to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in,connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense),of the Proposer, and,shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section.38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. AFP 2017-0704C - 7 } MIAMI BEACH 26.TAXES.The City of Miami Beach is exempt-from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications,free of damage or defect, and,are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS &ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors,and/or agents,from liability of any nature or kind,including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the'proposal prices shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform.its duties and obligations in a professional manner and in accordance with all applicable Local, State,County, and Federal laws, rules, regulations and codes. Lack of ' knowledge or ignorance by the Proposer with/of applicable laws will in no way be a` cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the'term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence. of the Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, 'relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,and age or disability. RFP 2017-070-JC 8 MIAMI BEACH 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: • A.'Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F.The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging; and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to. 'any person,company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The' Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchasethe goods and services,specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The Proposer's proposal in response to the solicitation. REP 2017-070-JC 9 MIAMI BEACH, 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and\losses.in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all,costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from,public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening- of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to„ agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt frompublicrecords disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rples and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act,,Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling,and 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 entity or any of its affiliates. RFP 2017-0704C 10 MIAMI BEACH! 45. MODIFICATIONIWITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date,and letters of withdrawal received after contract award will not be considered. 46. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated,in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to(as said term and/or condition was originally set forth on the RFP). 47.ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities;favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencingconsideration of this Proposal. 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. 48. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process, unless otherwise noted herein. 49. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall,be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary. . to add additional items through a formal amendment to the Contract,to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RIP 2017-070-JC 11 MIAMI BEACH; SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received elpctronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. . 3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non- responsive and will not be considered. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. Balance of Page Intentionally Left Blank RIP 2017-070-JC; 12 MIAMI BEACH] TAB 2 Experience&Qualifications - 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that,the Proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email,and year(s)and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants/sub-contractors to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each Proposal team member to be assigned to this contract. 2:3 Certifications. Provide copies of any current cleaning industry certification(s)..Examples of such certifications may include ISSA Cleaning Industry Management Standard (CIMS), and/or ISSA Cleaning Industry Management Standard (CIMS-GB)Green Building Certified,among others industry certifications. 2.4 Hazardous Materials Training. Provide verifiable documentation that supervisors have completed a minimum of eight (8) hours of Hazardous Materials Emergency Response "Operations Level" training, and non-supervisory employees have completed a minimum of four(4)hours of Hazardous Materials"Awareness Level"training. 2.5 Financial Capacity. Upon request from the City, each Proposer shall arrange, upon request of the City, for.Dun & Bradstreet to,submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:/lsupplierportal.dnb.com/webapp/wcs/stores/servlet/Suppl ierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for.accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun&Bradstreet at 800-424-2495. J Balance of Page Intentionally Left Blank J REP 2017-070-JC 13 MIAMI BEACH- • TAB 3 Approach and Methodology Proposer shall address how its approach and methodology for complying with the scope and requirements of this RFP, including addressing the following areas in detail. 3.1 Cleaning Plan & Standards. Submit a Comprehensive Cleaning Plan & Standards, in accordance with the standards referenced herein, that addresses how the proposer will complete the requirements of the RFP, including hours of service, staffing allocation by Zone, supervision approach by Zone, management methods, daily, monthly and periodic services, additional services, mitigation plans, supplies,tools,equipment and quality control methodology. 3.2 Chemicals & Products. Submit the full list of chemicals and products, including paper products, that the Proposer intends to utilize to carry out the requirements of the RFP. Demonstrate compliance with the standards and requirements of the RFP. After award, any,change to the chemicals or products submitted shall be approved in writing by the city prior to'the change being enacted. 3.3 Equipment List. Include a list of all tools and equipment in direct inventory of the Proposer, including new and used equipment, but not to include rental equipment. Include brooms, mops (wet and dry/dry dust mops dust pans, mop buckets, cleaning carts, dusters, window squeegees, floor pads, brushes, floor machines (e.g., scrubbers, burnishers, extractors, auto scrubbers, air blowers, vehicle and equipment trailers, pressure washers, vacuum cleaners, required to perform the services under the RFP. Include quantity of each item identified. 3.4 Quality Assurance Plan.Submit quality assurance plan for determining whether cleaning service requirements are met and for identifying improvement opportunities that commits the contractor to attaining the highest level of service in performing the scope of work and includes significant and meaningful performance metrics to which the contractor will hold itself accountable. Indicate any independent and third party assessments or surveys to be utilized.Surveys delivered by contractor staff are prohibited. 3.5 Control Book. Provide a sample of firm's "Control Book" in of the RFP, to include a sample Sign-In/out Sheet, sample Cleaning Report, sample Inspection Form, and sample Quality Evaluation Form,which-the Contractor will utilize 'for the performance of services under the contract. 3.6 Suppliers & Sub-Contractors. Identify current supplier relationship accounts (locally and nationally) from which Proposer utilizes, or will utilize, for the placement of cleaning supplies orders for products and equipment fulfillment, in order to fully support the requirements of the RFP. 3.7 Human Resources. Provide a detailed plan for hiring, retaining,and training that identifies the methods for ensuring Contractor's staff, including management personnel, are maintaining industry standards in training and best practices. 3.8 Environmental Stewardship. Submit Proposer's plan to be in full compliance of the environmental standards and requirements set forth herein assuring that environmentally preferable cleaning practices,chemicals,equipment and supplies are maximized. TAB 4 Cost Proposal Submit a completed Cost Proposal Form (Appendix E). Only one,(1)copy is required of the Cost Proposal Form. Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFP 2017-070-JC 14 MIAMI BEACH' SECTION 0400 PROPOSAL EVALUATION 1..Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee.The evaluation of proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. The. Evaluation Committee does not make. an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management.An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so,'the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1 -Qualitative Criteria Maximum Points Experience and Qualifications 35 Approach and Methodology 40 TOTAL AVAILABLE STEP 1 POINTS 75 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additionalquantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1,as follows. Step 2-Quantitative Criteria Cost Proposal ` 25 Veterans Preference 5 TOTAL AVAILABLE STEP 2 POINTS 30 4. Cost Proposal Evaluation.The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Vendor Vendor Example Maximum Formula for Calculating Points Total Cost Allowable Points (lowest cost I cost of proposal Points Proposal (Points noted are for being evaluated X maximum Awarded Illustrative purposes only. allowable points=awarded Actual points are noted above.) points) Round to Vendor A $100.00 20 $100!$100X2020 20 Vendor B $150.00 20 $100!$150 X 20=13 13 Vendor C $200.00 20 $100!$200 X 20=10 10 R1 P 2017-070-JC 15 MIAMI BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C Step 1 Points 82 '76 80 Step 2 Points 22 15 s 12 Committee Total 104 91 92 Member 1 Rank 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member 2 Rank -1 2 3 Step 1 Points 80 74 66 Step 2 f Points 22 15 12 Committee Total 102 89 78 Member 2 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,which may be different than final ranking results. • REP 2017-070,1C 16 APPENDIX A Proposdi Certification , Questionnaire.. & Requirements Affidavit 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 RFP 2017-070-J.0 17 MIAMI BEACH Solicitation No: Solicitation Title: 2017-070-JC Janitorial Services Procurement Contact: Tel: Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: - TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: • ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to:any firm or principal information,applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. kFP 2017-070-JC 18 MIAMI BEACH 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and 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 t Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact. Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment orContract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions: Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible'for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City 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 Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement!. RFP 2017-070-JC 19 NIIAMI BEACH; 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code,as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft.Lauderdale,issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). • Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wagerequirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional-submittal is required.By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO c. Please check all benefits that apply to your answers above and list in the `other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave , Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. RFP 2017-070-JC 20 MIAMI BEACH . 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document; Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance,Requirement. Beginning on December 1, 2016,the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies,practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. ' Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase:com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt _ Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 _ Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. REP 2017-070-JC / 21 MIAMI BEACH DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses.At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission_of a Proposal,-the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information`contained.in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer.shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and-construed in accordance with the laws of the State of Florida. 22 MIAMI BEACH PROPOSER CERTIFICATION I hereby certify that I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representatiye: Date: • State of FLORIDA ) On this day of ,20_,personally appeared before me - who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation.by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: kFP 2017-070-JC 23 I i APPENDIX B • " No Bid " Form 2O1 7-070-J C Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 Note: It is importantfor those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid.' The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a, "Statement of No Bid" may result In• not being notified of future solicitations by the City. RFP 2017-070-J C 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond _Specifications,unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to.meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_do not_.want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed.from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Jason Crouch PROPOSAL#2017-070-JC Janitorial Services 1755 Meridian Ave, 3rd Floor Miami Beach, FL 33139 RFP 2017-070-JC 25 APPENDIX C a r 11` A,. 1 y Minimum Requirements & Specifications 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 i . RFP 2017-070-JC 26 Cl.MINIMUM ELIGIBILITY REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement.' Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Proposer(defined as submitting)shall have currently under contract,or within the last five(5)years from the date of the issuance of the RFP, a minimum of three (3)janitorial services contracts, of 100,000 square feet or more,with commercial and/or governmental entities. Required Submittals: For each client reference submitted (minimum of 3), the following information is required: 1) client name, 2) contact individual name & title, 3) address, 4) telephone, 5) contact's email, 6) narrative on scope of services provided; 7) number of square feetunder contract;7)contract dates. C2.STATEMENT OF WORK REQUIRED The City of Miami Beach is seeking a qualified Contractor(s)to provide citywide janitorial cleaning services for City facilities and City public spaces, identified as follows:Zone 2 South,Zone 3 North,Zone 4 Parking, Zone 5 Beach Maintenance,and Zone 6 Parks. (For the purposes of this RFP,Zone 1 does not apply.) The Contractor(s) shall provide all supervision, administrative and technical support, labor, materials, supplies and equipment,and shall plan,schedule,coordinate and assure effective completion of all cleaning services described herein. The Contractor(s) shall provide services to all areas requiring services within each Zone including,but not limited to,cleaning of all offices,conference rooms,and common areas,lobbies,hallways, waiting areas, kitchens, break.rooms, entrances, sidewalks, janitorial closets, elevators (passenger and freight, if applicable), stairwells and landings (if applicable), restrooms and restroom lobby areas, beach facilities, beach showers,lifeguard stands and boardwalk. All work shall be performed in accordance with the highest cleaning and environmental standards including: • ISSA CIMS-GB • Greenseal GS-42(services) - • Greenseal GS-37 and GS-37(products) The Contractor(s) shall be fully responsible for providing customer service, quality control and all other services listed herein. The Contractor(s)will determine, by way of their proposal, and in accordance to the minimum requirements of the RFP,the manner in which.services are to be.performed by Zone and location, allocation of labor hours needed to perform the task(s), cleaning methods and required supplies, materials and equipment,in order to successfully complete the required work. C3.TECHNICAL SPECIFICATIONS The facilities will be occupied as indicated by the City-in Appendix G, Facility Locations, of the RFP. The , Contractor(s)shall provide janitorial services consistent with meeting and exceeding the requirements of the RFP, and in accordance with the approved Comprehensive Cleaning Plan,which shall detail the proposer's project approach, indicating the means and methods for meeting the City's janitorial services requirements, and shall be provided by all proposers with their RFP submittal response package, as identified in Section 0300,TAB 3,of the RFP. RFP 2017-070-JC 27 During evening services, lights shall be turned off as areas are completed, except in the immediate area where work is being performed The City of Miami Beach reserves the right to adjust work hours to serve the specific needs of the facility.At a minimum,the Contractor(s)shall performservices on each of the specified days of operation, except, as directed, for City-observed holidays.When a City-observed holiday falls on a regularly scheduled service day, and the City facility is not accessible to the Contractor(s),the Contractor(s) shall perform the regularly scheduled services on the next workday following the holiday closure.Exceptions will require arrangements with the City's Property Management Director,or designee. A complete listing of facilities and current operating hours within the facility is provided and attached as Appendix G, Facility Locations. The list provides estimated square footage and times for completion of the required services.Times of operation may be subject to change at the City's discretion. The Contractor(s) shall, at a,minimum, provide the City with janitorial and related services in accordance with the following standards and frequency expectations: C3.01 SCHEDULE OF JANITORIAL SERVICES — OFFICES, WORKSPACES, LOUNGES, LOBBIES, ENTRANCES,COMMON AREAS,HALLWAYS, EXTERIORS,CORRIDORS A. Daily 1. Empty wastebaskets,trash cans,and recycling bins in dedicated containers. 2. Replace bag liner if ripped,soiled or wet for wastebasket and trashcans(Recycling bins should not have liners). 3. Dispose of all collected refuse to an outside dumpster. 4. Empty recycle containers and deposit material into dedicated, outside recycling collection container. - 5. Empty and clean all ashtrays and cigarette receptacles(including those on stairwell landings and outside of building entrances). 6. Clean all table and counter surfaces not having paper or materials stored on them 7. Dispose of any cardboard packing or discarded materials or items left for removal to outside dumpster. 8. Clean any area or item that obviously needs immediate attention due to incidental spills,leaks or debris. 9. Clean all glass main entry doors. 10. Sweep and damp mop all hard flooring (including elevators and stone surfaced flooring;spot clean any dirt or stains with appropriate cleaners and solvents as needed to maintain an acceptable appearance.) 11. Vacuum all carpeted areas,including walk-off mats,entrance mats,and rugs. 12. Refill hand towel dispensers., 13. Clean and sanitize drinking fountains. 14. Sweep clean all landings and stairwells. 15. Spot clean any obvious stains or'spills in carpeted areas with appropriate/approved cleaner(s). 16. Clean all doors(including glass doors)and frames,sweep mats,remove spider webs, remove gum. , 17. All glass and metal surfaces of facility entrance/exit doors and lobbies interior and exterior shall be cleaned daily. 18. Dust all wall hangings and decorative light fixtures. 19. Wooden surfaces shall-be maintained with a City approved polish. Every effort must be made so no rings,spills,or noticeable dust is visible. 20. Clean and/or polish tables, benches, and chairs. Wet cleaning may be required with germicidal cleaner. RFP 2017-070-JC 28 21. Spot clean light switches and walls. 22. Collect and dispose of debris and litter in parking areas,sidewalks,and breezeways. 23. Monitor exterior trash receptacles,removing trash as-needed,and replacing liners. B. Weekly 1. Polish furniture. 2. Clean and polish all table and counter surfaces which are free of material. 3. Wipe down all interior window frames,and sills with damp cloth. 4. Clean all non-glass doors and door frames 5. Wipe down all shelving with damp cloth. 6. Vacuum all fabric covered furniture and partitions 7. Wipe down elevator walls, polish interior cab with all purpose cleaning spray or furniture polish. 8. Clean all elevator hand railings and metallic wall panels with stainless steel cleaner/polish. 9. All first floor exterior windows shall be cleaned as needed. C. BI-Weekly 1. Clean all blinds,wall plates,door hardware and stairwell railings D. Monthly 1. Dust and clean all air conditioning registers and air return vents. 2. Clean all vinyl fumiture"with vinyl cleaner. 3. Scrub,rinse,spray buff and wax hard floors(excluding stone surfaced flooring, utilizing proper floor care machinery). 34. Wipe down all walls and clean any spider webs from corners or ceilings. 5. Clean interior window glass. 6. Clean baseboards. 7. Detail clean all horizontal or vertical surfaces so that no visible dirt, dust, cobwebs, or streaks are visible, including all furniture, edges, corners, baseboards,walls, air vents, and door frames (high and low dusting, etc.)from floor to ceiling. Include all custodial closets, stairwells, entrance areas, and planters,and any other item or area within the scope of this Contract. 8. Telephones must be periodically cleaned using a germicidal cleaner disinfectant. E. Quarterly 0 1. Scrub and recoat hard floors(excluding stone surfaced flooring,utilizing proper floor care machinery.(This service is to be provided within fifteen days of start-up of contractor trial period and performed quarterly thereafter). F. Semi-Annually 1. Strip and wax hard floors,3-coat minimum(excluding stone surfaced flooring,utilizing proper floor care machinery.(This service is to be provided withinfifteen days of start-up of contract or trial period and performed quarterly thereafter). 2. Vacuum fabric partitions throughout the City facilities. G. Annually 1. Clean all blinds.Cleaning shall occur at the same time interior window surfaces are cleaned. 2. After cleaning,all blinds shall operate properly and contain no visible streaks,smears or dust. 3. Vertical blinds may be cleaned in place using chemicals designed for vinyl cleaning. 0 RIP 2017-070-JC 29 H. Carpet Spot Cleaning 1. Spot cleaning will be performed utilizing extraction method. 2. Carpet will be free of any dirt, dust, lint, stain or foreign matter as determined by the Contract Manager,Facility Manager or designee. 3. Cleaning procedures and chemicals shall be used in accordance with manufacturer's recommendations and warranty conditions. 4. Spot clean any spotted and stained areas daily,as needed or as requested. 5. When spot cleaned,affected carpet areas shall blend with adjacent areas. 6. Leave no dirt on carpets,in corners, near baseboards,behind doors,or under any furniture. 7. Wipe baseboards in carpeted areas free of dust daily. I. Day Porters The Contractor(s),in addition to standard janitorial services,shall provide daily porter services at City of Miami Beach Police Department Headquarters and Scott Rakow Youth Center; and shall meet or exceed the following requirements: 1. Maintain entrances and lobbies, (including parking garage)windows,doors,and dusting. 2. Maintain cleanliness of water fountains. 3. Complete restroom service daily;minimum once for a 4-hour shift and twice for an 8-hour shift,and as needed throughout the day.Restock and emptytrash as needed. 4. Dust all interior signage including lobby and common areas. 5. Kitchenettes: Empty trash daily, dust window sills, wipe down exterior and interior of cabinets, wiping down counter and sink areas. 6. Maintain custodial storage areas, keeping active inventory of supplies and all custodial closets clean and neat. 7. Facility exterior cleaning: Check all entrances and parking garages for paper and trash, empty all trash and smoking containers. 8. Report any maintenance items needing repair in the Control Book. 9. Report any custodial(issues arising from tenants and to the City's Zone Manager via the Control Book. 10. Remove recyclable waste if needed. Daily. 11. Assist vacuuming office areas and spot cleaning as needed. 12. Healthcare and related Facilities: Immediate response to all clean-ups, including full custodial cleaning of affected areas if required by the City. 13. Day custodians shall provide ongoing service for entrances,common areas,restrooms,emergency spill removal from carpets and hard flooring, rainy day safety precautions (put out mats,signs and keep floors mopped dry),and other cleaning-related duties. 14. The City's Zone Manager will have authority to direct the day porters to perform special cleaning duties between the hours of 8:00 a.m. and 5:00 p.m., not to exceed five (5) hours per week, per day porter. C3.02 SCHEDULE OF SERVICES—RESTROOMS A.Daily, a 1.-. Clean all mirrors. 2. Replenish soap,toilet tissue and hand towels. 3. Sweep,mop with disinfectant cleaner and rinse bathroom floors. 4. Clean urinals and commodes(inside and out). 5. Check deodorizer block and replace if necessary. . 6. Wipe down all partitions. 7. Clean and disinfect basins and counter tops. RFP 2017-070-JC 30 L. 8. Empty and clean all waste receptacles,replace liners if necessary. 9. Polish all chrome and stainless steel. 10. Clean baby changing stations in conjunction with daily restroom cleaning schedules. B.Weekly 1. Clean all doors,including entry doors, metal kick plates,door handles or push plates. 2. Clean all interior window glass,frames and sills. 3. Clean showers(if applicable). 4. Clean locker tops(if applicable). 5. Wipe clean(with tile cleaner)all tiled wall areas. C. Monthly 1. Dust and clean all air conditioning registers and air return vents. ' D.Quarterly 1. Scrub and rinse all tile surfaces with a non-toxic tile cleaner. 2. Detail clean all restroom floors and grout to a clean'and uniform appearance,machine scrub floors, and entirely clean walls and doors 100% by the end of the first quarter of the Contract and no less than quarterly thereafter. C3.03 SCHEDULE OF SERVICES—KITCHENS AND BREAK ROOMS A.Daily 1. Clean all counter space. 2. Sweep floors 3. Wet mop floors 4. Wipe clean all appliances. 5. Clean and disinfect sink. 6. Refill hand towel dispensers. 7. Remove all trash and recyclables. 8. Replace liners,as needed. B.Quarterly- 1. Scrub and rinse all tile surfaces with a non-toxic tile cleaner. C.Annually 1. Strip and wax hard floors,with a 3-coat minimum wax application method. C3.04 SCHEDULE OF SERVICES—PARKING GARAGES Daily 1. Collect and dispose of debris and litter in parking areas,ramps,decks,sidewalks,and breezeways. 2. Monitor exterior trash and recycling receptacles, removing trash as needed, and replacing liners, while maintaining all recyclable material separate from trash to avoid contamination. 3. Policing of public areas in all garages,between the daily cleaning requirements,is required. 4. Elevators; entrance and exit doors, stairwells (including handrails, steps, landings and lights), parking decks,all must remain free of trash,dust,dirt,litter,fluids,and odors. 5. Garbage cans in the public areas need be clean and able to except additional trash at all times. 6. Floor drains need to be free on any debris,sand or litter. RFP 2017-070-JC 31 C3.05 SCHEDULE OF SERVICES—ADDITIONAL SERVICES Pressure Cleaning 1. Pressure cleaning shall be performed three(3) times per year during the months of April, August and December,and shall include all paved areas(bricks,planters,sidewalks,curbs and concrete), other than asphalt parking lots and drives. The a following specifications will be used for pressure cleaning: a. Use pressure washers having a minimum working pressure rating of 3,500 PSI. b. Thoroughly clean all surfaces and remove all dirt, mold, mildew, chalking, oil residues, scale, stains and other contaminants. c. Pressure cleaning action shall be constant and uniform to provide a restored or like new appearance. d. No swirl marks,streaks or stains shall show in the finish. e. Any stubborn stains,mold,or mildew remaining after pressure cleaning shall be re-cleaned by applying a City approved mildew/stain remover. Before applying any type of chemical based removers for use on stain or mildew, the Contractor(s) shall provide manufacturer's material safety data sheets to the Contract Manager for approval. f. Pressure cleaning shall be performed without interruption to normal operations of the Facilities. g. Operators shall be trained on proper use of equipment, personal safety, and chemical handling/disposal. h. Training documentation shall be available for inspection by the Contract Manager and retained for five(5)years. Steam Cleaning 1. Steam cleaning of chairs. 2. Steam cleaning of sofas. Carpet Deep Cleaning 1. Clean carpet during the first six(6)months of the Contract and quarterly thereafter. 2. Carpets shall be deep cleaned using an extractor. 3. Special spotting kits may be;needed to remove difficult stains. 4. Clean carpet where visible and accessible,which will require moving some furniture. Moving heavy furniture,such as filing cabinets, is not required. 5. Edges and baseboards must not have fibers,debris,or spills visible after cleaning. 6. Apply a Teflon-based protector to all carpeting after cleaning 7. Give all empty containers of carpet protector to the Contract Manager as a control. 8. Schedule time with the Contract Manager to operate air handlers overnight in the section to be extracted to reduce drying time. 9. The use of at least two (2) commercial carpet dryers supplied by Contractor(s) should be used to assist drying. Balance of Page Intentionally Left Blank RFP 2017-070-JC 32 C3.06 MATERIALS AND EQUIPMENT. The Contractor shall provide all materials, supplies, and equipment as required to properly maintain the facilities and areas in an acceptable condition,according to the minimum standards of the RFP. This shall include all required maintenance and cleaning products, including, but not limited to: cleaners, disinfectants, bleach, floor care cleaners and protective coatings, etc. It shall also include brooms, mops (wet and dry/dry dust mops), mop handles, dust mop handles, dust pans, bowl mops, bowl brushes, putty knives, dusters, sponges, rags, window squeegees, floor pads, rubber gloves, for trash removal, spray bottles,floor machines,vacuum cleaners,etc.,needed to perform the cleaning. Vacuum cleaners shall be equipped with a beater bar or double row of brushes with high suction.The bar or brush setting should be approximately 1/8" below the vacuum cleaner casing. It is recommended that vacuum cleaners are equipped with special HEPA (high-efficiency particulate air) or ULPA (Ultra Low Particulate Air) type filters that collects at least 99.97%, or that lose no more than 1/10 of one percent of dust collected to the atmosphere. All equipment used in the cleaning operation of any City of Miami Beach facilities must be in good safe operating condition as required by OSHA. Equipment with broken or exposed electric wires will not be allowed to be used. Supplies The Contractor(s) shall_furnish all cleaning supplies, including but not limited to, paper products, cleaning products, equipment, liners, hand soap, tools and devices, floor finishes, floor sealer, floor stripper, germicidal cleaner, disinfecting cleaner, carpet cleaner,supplies, detergents, defoamer, metal and wood polishes.All cleaning equipment,supplies and materials shall be approved by the City's Zone Manager prior to use and stored in a clean, neat and safe manner within designated areas in each facility. Contractor's employees must use protective gloved clothing when using (harsh) skin-irritating chemicals. No flammable products,including propane or gasoline,shall be stored in the facility. The Contractor(s) shall furnish and install all hand soap and hand towel dispensers, if deemed necessary by the City. The City's Contract Manager shall approve all new hand soap and hand towel dispensers priorto installation by the Contractor(s). The City shall also approve in advance the'exact location of all new hand soap and hand towel dispensers, including.the height from finished floors, proximity to other fixtures,and other accessibility concerns. NOTE: All supplies must be used in accordance with the manufacturer's recommendations and instructions.All containers must be labeled with the manufacturer's brand name, name of product, and its recommended use. Green Cleaning Requirements As part of the City's Sustainable & Resilient Procurement Policy, it is the intent of the City to reduce greenhouse gas(GHG)emissions to combat climate change; decrease the use of hazardous materials to improve community and environmental health; and decrease waste and inefficiencies in electricity, fuel, paper, water and other consumption to relieve pressure on natural resources. To advance these goals, products and services contracted will be evaluated in part based on their environmental attributes to reduce risks to health, safety, and the environment. Strict adherence to the following standards is required. Prior to commencement of work, the Contractor(s) is required to submit a list of the products they intend to use. The Contractor(s). shall update the product list annually. The Contractor(s) is responsible for providing invoices confirming compliance with environmentally- RFP 2017-070-JC 33 preferable requirements. Product invoices are to be submitted as part of the Contractor(s) monthly payment request submittal. Any deviation from these standards and requirements must be prior approved in writing by the City's Contract Manager. The Contractor is encouraged to use green cleaning products and processes, to the degree feasible, and shall demonstrate such capability by submitting a green cleaning plan, that describes methods, r materials, and equipment used under the contract. The contractor shalluse products offered that are certified or in compliance with at least one,of the following five standards. The manufacturer's name, brand name and item number must be shown for each item being bid. Two copies of the certificate or other appropriate affidavit for each product offered must accompany the bid as documentation of certification or compliance as a green product. The certification or compliance standards required for these products in no way exempts compliance with other applicable occupational health and environmental standards.The standards required are set out below: 1. Certified.by Green Seal 2. .Certified by Environmental Choice EcoLogo Program 3. (For Chemicals) Recognized by the U.S. Environmental Protection Agency Design for the Environment(DfE)Formulator Program 4. Safer Choice Standard by the Environmental Protection Agency(EPA) 5. (For Paper Products) In compliance with the U.S. Environmental Protection Agency Comprehensive Procurement Guidelines for Commercial and Industrial Sanitary Tissue For those categories not covered by the above standards preference will be given to those products meeting the California Code of Regulations maximum allowable VOC levels for the appropriate cleaning product category(California Air Resource Board/California Code of Regulations (CCR), Tile 17 CCR Section 94509 = (Topic cited; Standards for consumer products at www.calregs.com). If cleaning products that meet these criteria are not available only then can the cleaning Contractor use other type products. In such cases the Contractor shall continue to use to the extent possible the safest and most environmentally friendly products and products must be prior approved in writing by the City's Contract ` Manager. . Contractor's staff must be trained and knowledgeable in the Contractor's green cleaning procedures. The Contractor is strongly encouraged to use the following environmental attributes for products offered for bid: 1. Containing ingredients from the EPA's Safer Chemical Ingredients List 2. Use of renewable resources such as citrus,seeds,vegetables and oils 3. Biodegradable by standard methods and definitions 4. Designed for use in cold water in order to conserve energy 5. Concentrated formulas in product dispensers that measurequantities dispensed 6. Recycled-content product packaging and product shipping materials 7. Reusable or recyclable shipping boxes 8. Refillable bottles or drums Packaging and Labeling: Packaging shall be comprised of recycled-content materials, shall be recyclable,or shall be returnable to the distributor for refilling. Packaging shall be constructed to assure safe delivery. All products shall be manufactured andpackaged under modem sanitary conditions in ' accordance with federal and state law and standard industry practice.Each case, bottle and container shall have the following markings: Name and address of manufacturer Brand name of product. Net contents in U.S. standard pounds, ounces, gallons, or fluid ouncesdirections for use, including recommended use dilution and precautionary handling instructions. The reduction of packaging is RFP 2017-070-J C 34 highly encouraged through the purchasing of larger product containers/packaging.Any items that need to be refilled must be properly labeled with the corresponding product. C3.07 SAFETY REQUIREMENTS. The Contractor(s) shall comply with all applicable requirements of OSHA's "General Industry Standards." These requirements shall include all primary and refresher training mandated under the OSHA guidelines. Material Safety Data Sheet The Contractor(s) shall provide to the City's Zone Manager a Material Safety Data Sheet(MSDS)and description literature for each chemical/compound/mixture used in the performance of the Contract before the commencement of any work.hereunder.All MSDS shall be of the latest version and comply. with 29 CFR 1910.1200. In 2012, OSHA modified the.HAZCOM program to conform to the United Nations Globally Harmonized System (GHS) of classification and labeling of chemicals. By December 1,2013,the standard requires all employers with covered employees to provide compliance training on new label elements and material safety data sheet format. Hazardous products shall not be used, except with prior approval of the Contract Manager, and must be disposed of properly by the Contractor(s) in accordance with the U.S. Environmental Protection Agency (U.S. EPA) 40 CFR 260- 265.The Contractor(s)shall maintain and have readily accessible on-site a complete MSDS book of all chemicals,compounds/mixtures used in the execution of the Contract. Environmental and Hazardous Materials Requirements The following define the minimum requirements the Contractor(s)is to follow for Environmental Health, Safety, Hazardous Substances, Recycling, Hazardous Materials, Hazardous Waste Characterization and Disposal, Waste Minimization, Personnel Training, Required' Notifications, and Permits and Records Retention: Hazardous Substances I Hazardous Materials The Contractor(s) shall submit to the Contract Manager, MSDS for approval of products to be used prior to any use in the facility.The Contractor(s) is not to use any product not approved by the Contract Manager anywhere in the facility.The Contractor(s)shall not use any product that has a pH level of less than 3 or a pH level greater than 11. The Contractor(s) is not permitted to use any product that the MSDS rates as"Flammable or Toxic"without approval from the City's Zone Manager. Proper Disposal of Spent or Used Products. The EPA and Florida Department of Environmental Protection(Florida DEP)require the proper disposal of certain chemicals/compounds/mixtures after they have been spent or used. The Contractor(s) is required to establish discrete waste streams for any chemicals that require proper disposal according to 40 CFR 260-265. The Contractor(s) must also arrange to have a licensed, "Part B Permit" Hazardous Waste&Universal Waste Contractor(s)to properly characterize, manifest,dispose and transport waste or recyclable materials. The waste hauler must be licensed by the U.S. Department of Transportation as a Hazardous Waste/Universal Waste .Hauler under the Series 49 CFR (Code of Federal Regulations).The Contractor(s) must provide contact information of the Hazardous Waste/ Universal Waste Hauler utilized. Waste Minimization Programs. The EPA and Florida DEP require the minimization of waste by the use of water-soluble materials.The Contractor(s) is expected to utilize to the extent feasible the use of water soluble and user-friendly products that are available. RFP 2017-070-JC 35 Personal Protective Equipment All personnel are required to wear personal protective equipment in the performance of their duties, which involve the use Hazardous Substances and Hazardous Materials including protective eyewear or face shields, respiratory protection as necessary and applicable leak proof gloves or as prescribed by the MSDS. • C3.08 PERSONNEL AND SUPERVISION. The Contractor(s) is required to and shall train all of the Contractor(s)'s personnel prior to a job assignment with the City of Miami Beach. Supervisors Experienced on-site supervisors must be on-site during all hours work is performed. The on-site supervisor must be available between the hours of 8:00 am.and 5:00 p.m., Monday through Friday,to inspect the facility with the City's Zone Manager, or designee, and to handle related problems when required. Additionally, the supervisors must be available, and on-site, after normal business hours to monitor and respond to janitorial services issues, oversee staff and close down facility following completion of daily services.The Proposer shall submit, as part of the RFP response,a description of supervisory allocation,per Zone with days and hours of service identified. Employees - 1. Building Access: The City's Zone Manager, Facility.Manager or designee shall direct and control access to the facility. Each individual employee will be required to sign in and out of the facility in the designated logbook. Under no circumstances will anyone enter times for another employee. Only authorized Contractor(s) employees and subContractor(s) are allowed on premises. 2. Uniforms: The Contractor(s) shall supply all employees with identification and uniforms,(i.e. shirt,smock, etc.)that must be worn at all times while on the premises,and shall at all times present a neat and professional appearance,with clean uniforms. 3. Access Cards: The Contractor(s) shall report any lost access cards to the City's Zone Manager immediately upon discovering such, and shall be liable for the costs of replacement and programming. 4. Identification: The Contractor(s) shall submit a list of employees with the.required background checks as stated in Section 1.9 and a photocopy of a valid picture I.D. to the Contract Manager prior to commencement of services hereunder. I.D. badges shall show company name, employee name and a photo of the employee. I.D. badges must be worn at all times while performing services under this Contract. 5. Training: In an attempt to improve sustainable waste management,the city requires janitorial employees to receive training on appropriate recycling, practices. This training must be obtained within 6 months of an employee's hire date and must be coordinated through the Environment and Sustainability Department. Industry Certifications and Training The City desires that Contractor(s)obtain proper industry certification and/or industry licensing such as ISSA Cleaning Industry Management Standard (CIMS), and/or ISSA Cleaning Industry Management Standard (CIMS-GB) Green Building Certified, or similar certification and licensing, during the term of RFP 2017-070-JC 36 r ` the Contract. . The Contractor(s)shall provide verifiable documentation that supervisors have completed a minimum of eight (8) hours of Hazardous Materials Emergency Response "Operations Level" training, and nonsupervisory employees have completed a minimum of four (4) hours of Hazardous Materials "Awareness Level"training,from an approved training provider. C3.09 REPORTING REQUIREMENTS The Contractor(s)shall keep, maintain, and make available to the City upon request all training records and certifications, MSDS, first report of injury and illness requiring first aid or additional medical professional treatment. Additionally, all injuries shall be recorded on the "OSHA 300 Log" and 300-A according to 29 CFR. C3.10 SPECIAL PERMITS,LICENSE AND PRODUCT NOTIFICATIONS. Certain cities, counties and municipalities require hazardous materials licenses prior to the use of certain products. The Contractor(s) is responsible to obtain and make available to the City upon request all necessary licenses and permits regarding any hazardous materials prior to execution of this Contract. The Contractor(s)'s day custodian(s) and on-site supervisor must carry direct means of communications provided by the Contractor(s)at all times during work shifts.A Control Book shall be maintained on-site and be accessible to both the City's Zone Manager and the Contract(rs) Manager. The Contractor's on-site supervisor shall review the Control Book daily/nightly for specific cleaning issues. The Contractor(s) should indicate in the Control Book on a daily/nightly basis items needing repair(e.g.,plumbing in,restrooms). C3.11 MEETINGS WITH PROPERTY MANAGEMENT. The Contractor(s)'s on-site supervisor shall meet with the City's Zone Manager, Facility Manager, or Designee at least weekly, and as-needed, on a more frequent requested basis by the City, to inspect any facility and to resolve cleaning issues. The owner or senior manager in the Contractor(s)'s organization, acceptable to the City, shall meet, at a minimum, monthly with the City to review the Monthly Cleaning Report and Quality Evaluation Form, discuss cleaning issues, and address any related problems, to the City's Zone Manager. C3.12 QUALITY CONTROL. The Contractor(s)'s on-site supervisor(s) shall perform during each cleaning shift, a detailed inspection, covering a minimum of twenty percent(20%)of the maintained space and report each inspection on a Shift Cleaning Report.The Contractor(s)shall inspect one hundred percent(100%)of the maintained space at a • minimum for each week of the Contract term. The Contractor(s) shall maintain a written report regarding these inspections and submit a copy to the City's Zone Manager weekly. A Control Book shall be maintained on-site and be accessible to the City and Contractor(s) personnel. The Contractor(s)'s on-site ' supervisor shall review the Control Book daily/nightly for specific cleaning issues. The Contractor(s) shall indicate in the Control Book on a daily/nightly basis items needing repair(e.g., plumbing in restrooms).The Contractor(s) shall provide a sample of its Control Book for review as part of the RFP. The Control Book shall be accessible to all City and Contractor(s)personnel and used to identify specific cleaning issues and report any maintenance deficiencies.The Control Book shall also contain the Contractor(s)Sign-In/Sign-Out Sheets,all MSDS for the respective facility,cleaning and staffing plans,as well all other documents such as special permits and training certifications deemed appropriate by the City. C3.13 GARAGE AND RESTROOM INDEX. The City has recently implemented a garage and restroom index program. This program is utilized to communicate the status of the level of service'regarding public garages and restrooms for the City of.Miami - Beach facilities. The results, ranging from 1.0 (very well maintained) to 6.0 (not maintained), provide an understanding of what criteria perform well and which do not.By analyzing the results,change can be made RNP 2017-070-JC; 37 in areas in need of improvement so that the City of Miami Beach may provide better quality public garages and restroom facilities. Quarterly data is shared with the Commission with input from-responsible department(s) regarding opportunities to improve performance. Proposers should become familiar with this City program,and incorporate it into their Comprehensive Cleaning Plan. C3.14 PRIOR WRITTEN APPROVAL OF ADDITIONAL AND/OR AS-NEEDED SERVICES. The Contractor(s)shall be required to obtain in writing,approval to perform any additional and/or as-needed services, by the Property Management Director, or designee, prior to performing the actual work. The City shall not be obligated to pay for additional and/or as-needed services not approved in advance. RFP 2017-070-JC 38 APPENDIX D M / „, EAcH Special Conditions 2017-070-J C Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 RFP 2017-070-Jc 39 1.TERM OF CONTRACT. Three(3)years. 2. OPTIONS TO RENEW. Option to renew is at the discretion of the City Manager for two(2).additional one(1)year periods. 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. The successful proposer will be required to Hold the City of Miami Beach Harmless, provide indemnification and defend the City of Miami Beach for any causes of action or lawsuits (which shall include payment of all monetary costs associated with the Litigation)that may be filed,and such indemnification, hold harmless and defense will be applicable as to any direct or indirect causes of action or lawsuit stemming from the red-light camera program. Further,the Provider shall indemnify and hold harmless the City and its officers,employees,agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees,agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and'instrumentalities as herein provided. 6. REQUIRED CERTIFICATIONS. Not Applicable. 7.SHIPPING TERMS.Not Applicable. 8. DELIVERY REQUIREMENTS. Not Applicable. 9.WARRANTY REQUIREMENTS. Not Applicable. 10. BACKGROUND CHECKS. The Contractor(s) shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this RFP or any resulting Agreement prior to the commencement of said services. No Contractor(s) employee shall be eligible to perform services, pursuant to this RFP or resulting Agreement, if he or she: (1)has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking;forgery; burglary; robbery;theft; perjury; possession of stolen property;. identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted RFP 2017-070-JC 40 1 homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession,:sale or use. The Contractor(s) shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorneys'fees)or claims for injury or damages arising out of its failure to comply with this requirement., 11. CHANGE OF PROJECT MANAGER. A change in the Vendor's project manager(as well as any replacement)shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement(including reassignment)of an approved _ project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 12. SUB-CONSULTANTS. The Vendor shall not retain, add, orreplace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the soleresponsibility of Consultant. - 13. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the , City and the selected Proposer(s) will take_ place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. 14. ADDITIONAL LOCATIONS. The Vendor(s) shall be responsible for providing daily, monthly, quarterly,annual,and additional janitorial services to all future locations added to the City's facilities list, and at a cost consistent with that submitted in theircost proposal, in response to this RFP. RFP 2017-070-JC 41 APPENDIX E I _ M \\/// ' � E Cost Proposal Form 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 RFP 2017-070-JC 42 COST PROPOSAL FORM Failure to submit Cost Proposal Form, in its entirety and fully executed by the deadline established for the recei•t of •ro•osals will result in •ro•osal bein• deemed non-res•onsive and bein• re'ected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form shall be completed mechanically or, if manually, in ink. Cost Proposal Form completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. ZONE 2 Description Quantity U/M Unit Cost Extended Total Item (Quantiry_X_Unit_Cosq Al Electrowave Building 52 Weekly $ $ A2 Fleet Maintenance 3 buildings 52 Weekly $ $ A3 Sanitation Administration Offices 52 Weekly $ $ A4 210-2nd Street Collins Court 52 Weekly $ $ A5 South Point Police 52 Weekly $ $ A6 MBPD Internal Affairs 52 Weekly $ $ Police Station Headquarters A7 (includes porter) 52 Weekly $ $ A8 Police Garage 52 Weekly $ $ A9 Historic City Hall 52 Weekly $ $ AlaFire Station#1 52 Weekly $ $ All Boys&Girls Club 52 Weekly $ $ Al2 555 Building 52 Weekly $ $ A13 Sanitation Storage 52 Weekly $ $ A14 South Shore Community Center 52 Weekly $ $ A15 PAL Building 52 Weekly $ $ A16 10th Street Beach Patrol 52 Weekly $ $ A17 South Pointe Park Ocean Rescue Facilities 52 Weekly $ $ A18 10th Street Auditorium 52 Week! $ $ ZONE 2 TOTAL ANNUAL COST $ ZONE 3 Total Item Description Quantity U/M Unit Cost (Quantity_X_Unit_Cost) B1 Marine Patrol 52 Weekly $ $ B2 Property Management 52 Weekly $ $ ' B3 Public Works Operations 52 Weekly $ $ B4 Fire Station#2 Administrative Offices 52 Weekly $ $ B5 Fire Station#2 52 Weekly $ $ B6 Fire Station#2 Historic 52 Weekly $ $ '' ' , -, 1- 43 B7 Scott Rakow Youth Center(includes porter) 52 Weekly $ $ B8 —Scott Rakow Youth Center-ICE RINK 52 Weekly $ $ B9 Fire Station#3 52 Weekly $ $ B10 Police Sub Station North Beach 52 Weekly $ $ B11 Fire Station#4 52 Weekly $ $ B12 Byron Carlye Theatre 52 Weekly $ $ B13 Old Library 52 Weekly $ $ B14 Normandy Shores Guardhouse 52 Weekly $ $ B15 Log Cabin 52 Weekl $ $ ZONE 3 TOTAL ANNUAL COST $ ZONE 4 Total Item Description Quantity U I M Unit Cost (Quantity_X_Unit_Cost) Cl 7th Street Parking Garage 52 Weekly $ $ C2 12th Street Parking Garage 52 Weekly $ $ C3 13th Street Parking Garage 52 Weekly $ $ C4 16th Street Parking Garage 52 Weekly $ $ C5 17th Street Parking Garage 52 Weekly $ $ C6 Pennsylvania Parking Garage 52 Weekly $ $ C7 42nd Street Parking Garage 52 Weekly $ $ C8 Sunset Harbour Parking Garage 52 Weekly $ $ C9 12th Street Parking Garage 52 Weekl $ $ ZONE 4 TOTAL ANNUAL COST $ ZONE 5 Total Item Description Quantity U/M Unit Cost (Quantity_X_Unit_Cost) D1 Rope and Post 52 Weekly $ $ D2 Beach-South Pointe to 87th Terrace 52 Weekly $ $ D3 Mobi-Mats 52 Weekly $ $ D4 Boardwalk 52 Weekly $ $ D5 Beachwalk 52 Weekly $ $ D6 Sand Fence 52 Weekly $ $ D7 Beach Showers 52 Weekly $ $ D8 Lifeguard Stands 52 Weekl $ $ ZONE 5 TOTAL ANNUAL COST $ ZONE 6 Total Item Description Quantity U/M Unit Cost (Quantity_X_Unit_Cost) El Flamingo Pool Facility 52 Weekly $ , $ E2 Normandy Isle Park Pool Facility 52 Weekly $ $ E3 Crespi Park Building 52 Weekly $ $ E4 Muss Park Building 52 Weekly $ $ E5 Stillwater Park Building 52 Weekly $ $ RFP 2017-070-JC 44 E6 Tatum Park Building 52 Weekly $ $ E7 North Shore Park Band Shell-Amphitheatre 52 Weekly $ $ E8 North Shore Park Youth Center/Tennis 52 Weekly $ $ E9 Fairway Park Pavillion 52 Weekly $ $ El0 North Shore Open Space Park Pavilion#1 52 Weekly $ $ E11 North Shore Open Space Park Pavillion#2 52 Weekly $ $ E12 North Shore Open Space Park Pavillion#3 52 Weekly $ $ E13 North Shore Open Space Park Restroom#1 52 Weekly $ $ E14 North Shore Open Space Park Restroom#2 52 Weekly $ $ E15 North Shore Open Space Park Restroom#3 52 Weekly $ $ E16 Normandy Shores Park Restroom&Storage 52 Weekly $ $ E17 South Pointe Park Restroom 52 Weekly $ $ Marjorie Stoneman Douglas-Beach E18 Restroom -3rd Street 52 Weekly $ $ E19 Lummus Park-Beach Restroom-6th Street 52 Weekly $ $ E20 Lummus Park-Beach Restroom-10th Street 52 Weekly $ $ Lummus Park-Beach Restroom -14th E21 Street 52 Weekly $ $ E22 Collins Park-Beach Restroom -21st Street 52 Weekly $ $ Pancoast Park-Beach Restroom -35th E23 Street 52 Weekly $ $ Indian Beach Park-Beach Restroom-46th E24 Street 52 Weekly $ $ Beach View Park-Beach Restroom-53rd E25 Street 52 Weekly $ $ E26 Allison Park-Beach Restroom -64th Street 52 Weekly $ $ E27 North Shore Open Space Trailer Offices 52 Weekly $ $ E28 Parks Maintenance Facility 52 Weekly $ $ E29 Flamingo Park Tennis Center 52 Weekly $ $ Flamingo Park Baseball,Softball,&Football E30 Field Restrooms 52 Weekly $ $ E31 Unidad Public Restroom 52 Weekly $ $ E32 North Shore Open Space Trailer Offices 52 Weekly $ $ E33 Parks Maintenance Facilit 52 Weekl $ $ ZONE 6 TOTAL ANNUAL COST $ ALL ZONES (2-6) TOTAL ANNUAL COST $ ADDITIONAL SERVICES(AS NEEDED) G1 Carpet Deep Cleaning Cost Per Square Yard $ G2 Steam cleaning of chairs Cost Per Unit Cleaned $ G3 Steam cleaning of sofas Cost Per Unit Cleaned $ RFP 2017-070-JC. 45 G4 Pressure Cleaning Annual Cost at 3x Per Year $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: RFP 2017-070-JC 46 APPENDIX F M Am ' BEAc !. Insurance Requirements 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 RFP 2017-070-JC 47 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ .00 _Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. kFP 2017-070-JC 48 APPENDIX G m Am IBE Ac Facility Zone Locations 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 '� 1 -1 1- 49 ZONE 2 SOUTH Water Occupancy Load Property Nalco Location Address Hours of Operation Square Feet Floors Elevators Stairwells Restrooms Fountains .Daily Other Electrowave Building 140 Macarthur Causeway Monday-Friday 8:00 a.m.-5:00 p.m. Fleet Maintenance 3 buildings 140 Macarthur Causeway Monday-Friday 8:00 a.m.-590 p.m. 14,0001 0 0 2 1 locker Rooms.Restrooms. Sanitation Administration Offices 140 Macarthur Causeway Monday-Friday 8.00 a.m.-5:00 p.m. 20,0002 0 1 2 1 210-2nd Street Collins Court 210-2nd Street at Collins Court South Point Police 1st Street Washington Avenue MBPD Internal Affairs 225 Washington Avenue Mondry-Friday 6:00 a.m.-5:00 p.m. 2,2001 0 0 2 . Police Station 1100 Washington Avenue 365 days a year/24 hours a day 100,0005 3 5 31 13 1_0t. l,x kyr Rooms,lad Cell,Fitness Center,Shower, Police Garage 1100 Washington Avenue 365 days a year/24 hours a day 24,000 Historic City Hall 1130 Washington Avenue Fire Station 51 1051 Jefferson Avenue Boys&Gids Club 1200 Michigan Avenue City Hall 1700 Convention Center Drive Monday-Friday 8:00 a.m.-6.10 p.m. 99,0004 4 4 24 14 1,500 :.,,,,nrg Jock 777 Building/1701 777-17th Street Monday-Fnday890 a.m.-6:00 p.m. 28,0005 2 2 0 300 1755 Building 1755 Meridian Avenue Monday-Friday 7:30 a.m.-5:00PTA- 121,0005 5 2 12 12 500 555 Building 555-17th Street Monday-Friday 8:00 a.m..6:00 p.m. 10,7251 0 0 5 200 Sanitation Storage 640-17th Street South Shore Community Center 833-6th Street Monday-Friday 8:00 a.m.-6:00 p.m. 18,7302 1 2 6 5 500 Monday-Friday 7:00 a.m.-9:00 pm. PAL Building 999.11th Street Saturday 800 a.m.-5.00 pm. 20,0002 1 1 .t 250 Locker Rooms,Gymnasium.Patio,Fitness Center 10th Street Beach Patrol 1001 Ocean Drive Monday-Sunday 890 a.m.-590 p.m. 850 2 0 1 2 100 locker Rooms,Showers South Pointe Park Ocean Rescue Facilities Monday-Saturday 8:00 a.m.-6:00 p.m. 2.544 1 locker Rooms.Showers 10th Street Auditorium 1001 Ocean Drive Monday-Sunday 8:00 a.m.-4:00 p.m. 1:.334 2 1 1 .1 50 Locker Rooms,Showers r Water Occupancy Load Property Name Location Address Name of Operation Square Feet Floors Elevators Stairwells Restrooms Fountains •Daily Other Marine Patrol 1790 Purdy Avenue Monday-Sunday 8:00 a.m.-590 p.m. 1 350 2 0 1 4 100 Property Management 1833 Bay Road Monday-Friday 790 a.m.-5.10 p.m. 30002 I I 4 30 Public Works Operations 451 Dade Blvd. Monday-Friday 7:00 a.m.-5:00 p.m. 19 900 2 0 2 4 2 250 Locker Rooms,Showers Fire Station 52 Administrative Offices 2300 Pine Tree Orive Monday-Friday 790 a.m.-490 p.m. 11,305 2 1 4 5 150 Fire Station 82 2300 Pine Tree Drive Monday-Friday 790 a.m.-400 p.m. 3,400 3 1 1 1 50 Fire Station e2 Historic 2310 Pine Tree Drive 'Monday-Friday 000 a.m.-9:00 p.m. 'Hours Change depending on programs offered. Saturday 9:00 a.m.-1010 pm. Locker Rooms(6),Bowling lanes(6).Gymnasium, Scott Rakow Youth Center 2700 Sheridan Avenue Sunday 1010 a.m.-5:30 p.m. .5'182 1 3 I1 10 500 Patio,Fitness Center - - Wednesday 910 am.-10:30 p.m. Thursday-Saturday 9:00 am.-10:00 p.m. Scott Rakow Youth Center-ICE RINK Sunday 900 a.m.-710 pm. Ice Rink Perimeter Fire Station d3 5303 Collins Avenue Police Sub Station North Beach 6800 Indian Creek Drive Monday—Friday 8:00 a.m.-4:00 p.m. 2,3001 0 00 3 SO Locker Booms,Showers Fire Station e4 6880 Indian Creek Drive Byron Carlye Theatre 700-71st Street Old Library 7301 Collins Avenue Normandy Shores Guardhouse 2000 Biarritz Drive 365 days a year/24 hours a day 2001 0 a1 10 log Cabin 8129 Collins Avenue Monday—Friday 6:30 a.m.-3:00 p.m. 4,0001 0 0 2 0 ZONE 4 PARKING Wafer Occupancy Load Properly Name Location Addsass Nauta of Operation Seuare Feel Floors Elevators Stairwells Restmoms Fountains Daily Other overall appearance of cleanliness to include odor 7th Street Parking Garage 210.7th Street 365 days a year/24 hours a day 209.950 6 3 2 1 0 646 spaces control.All sidewalks including planters sunounding the overall appearance of cleanliness to intrude odor control.NI sidewalks including planters surrounding the 12th Street Parking Garage 512-12th Street 365 days a year/24 hours a day 43,500 4 1 1 0 134 waves garage must be free of litter,debris and othe1 foreign overallNY.Alappearancel sidewaof ddteeianhnese to include odor 13th Street Parking Garage 1301 Collins Avenue 365 days a year/24 hours a day 85.800 5 2 2 1 0 264 spaces conlks edug pasters sunounding Ne overall appearance of cleanliness to include odor 16th Street Parking Garage 1557 Washington Avenue 365 days a year/24 hours a day 226100 5 .3 4 1 0 803 spaces mntrd.All sidewalks intruding planters surrounding lie overall appearance of cleanliness to include odor 17M Street Parking Garage 640.17th Street 365 days a year/24 hours a day 474,500 5 5 4 0 1,460 spaces control.All sidewalks including planters surrounding the overall appearance of cleanliness to ncrode odor 1755 Parking Garage 1755 Meridian Avenue 36S days a year/24 hours a day 211250 I 2 3 1 0 650 control.All sidewalks including irg planters wrtounding the overall appearance of deanlness to include odor Pennsylvania Parking Garage 1661 Pennsylvania Avenue 365 days a year/24 hours a day 162.500 ti 4 3 1 0 500 spaces control.All sidewalks including planters surrounding the overall appearance of dearlmess to include odor 42nd Street Parking Garage 400 West 42nd Street 365 days a year/24 hours a day 201.500 5 2 _ _ 0 620 spaces control.Al sidewalks including planters surrounding the Sunset Harbour Parking Garage 1900 flay Road 365 days a year/24 hours a day 171 r r 4 2 1 0 435 spaces 10 Elevator tabbies ....vbBEACH MAINTENANCE +. „41 /. Warr r Property Name Location Address touts of Operation Square Feet ...Reotrootes Fountain, Other Rope and Post Beach-South Pointe to 87th Terrace Mobi-Mats Boardwalk Beachwalk Sand Fence Beach Showers Life Guard Stands ZONE 6 PARKS Water Occupancy Load Properly Nara Location Address Hours of Operation Square Fol Floors Elevators Stairwells Rostrums Fountains -lady Other Flamingo Pool facility 1205 Michigan Avenue Monday-Sunday 6:45 a.m.-9:00 p.m. 10,0001 0 0 2 1 150 locker Rooms,Showers Normandy Isle Park Pool Facility 7030 Trouville Esplanade Monday-Sunday 6:4599 a.m.- 0 p.m. 17,0421 0 0 5 1 1150 Crespi Park Building 801 Crespi Boulevard Monday-Sunday 8:00 am.-830 p.m. 5001 0 0 2 1 500 Muss Park Budding 4400 Chase Avenue Monday-Friday 8:00 a.m.-500 p.m. 9001 0 0 2 1 500 Stillwater Park Building 8440 Hawthorne Avenue Monday-Sunday 8.'00 a-m.-8:30 p.m. 4001 0 0 2 1 500 Tatum Park Building 8050 Byron Avenue Monday-Friday 8:00 a.m.-S:00 p.m. 5001 0 0 2 1 500 North Shore Park Band Shell-Amphitheatre 7275 Collins Avenue No regular hours;Used for special Events 4,5001 0 0 4 1 North Shore Park Youth Center/Tennis 7250 Collins Avenue Monday-Sunday 8:00 a.m.-890 p.m. 33,800 2 1 2 10 1 SW locket Room;Showers Fairway Park Pavillion 100 Fairway Drive Monday-Sunday 8:00 a.m.-8:30 p.m. 4001 0 0 2 50 North Shore Open Space Park Pavillion 01 7929 Atlantic Way Monday-Sunday 7:00 a.m.-8:00 p.m. North Shore Open Space Park Pavillion 02 7929 Atlantic Way Monday-Sunday 700 a.m.-800 p.m. North Shore Open Space Park Pavillion 03 7929 Atlantic Way Monday-Sunday 700 a.m.-8.90 p.m. North Share Open Space Park Restroom 41 7929 Atlantic Way Monday-Sunday 7:00 a.m.-890 p.m. 1 0 0 2 1 North Shore Open Space Park Restro82 7929 Atlantic Way Monday-Sunday 7:00 a.m.-8:00 p.m. 1 0 0 2 1 om North Shore Open Space Park Restroom 03 7929 Atlantic Way Monday-Sunday 7:00 a.m.•800 p.m. 1 0 0 2 1 Normandy Shores Park Restroom&Storage 2605 Biamt2 Drive Monday-Sunday 8:00 a.m.-8:30 p.m. 950 1 0 0 2 50 South Pointe Park Restroom One Ocean Drive Monday-Sunday 700a.m.-8:00 p.m. 8001 0 0 2 1 Marjorie Stoneman Douglas-Beach Restroom 3rd&Ocean Drive Monday-Sunday 790 a.m.-800 p.m. 6001 0 0 2 1 Lummus Park•Beach Restroom.6th Street 6th Street&Ocean Drive Monday-Sunday 700 a.m.-1000 p.m. 1,000 1 0 0 2 4 lumenus Park-Beach Restroom-10th Street 10th Street&Ocean Dnve Monday-Sunday 7:00 a.m.-10:00 p.m. 520 1 0 0 2 0 lummus Park•Beach Restroom-14th Street 14th Street&Ocean Drive Monday-Sunday 700 a.m.-10:00 p.m. 1,500 1 0 0 2 0 Collins Park-Beach Restroo -21st Street 21st Street&Collins Avenue Monday-Sunday 700a.rn.-800 p.m. 8641 0 0 2 1 m Pancoast Park-Beach Restroom-35th Street 35th Street&Collins Avenue Monday-Sunday 700 a.m.�800 p.m. 512 1 0 0 1 1 m Indian Beach Park-Beach Restroom-46th Stre 46th Street&Collins Avenue Monday-Sunday 7:00 a.m.-8.90 p.m. 650 1 0 0 2 I Beach View Park-Beach Restroom-53rd Strec 53rd Street&Collins Avenue Monday-Sunday 7:00 a.m.-800 p.m. 864 1 0 0 2 1 Allison Park-Beach Restroom 89 -64th Street 64th Street&Collins Avneue Monday-Sunday 7:00 a.m.- 0 p.m. 512 1 0 0 2 1 North Shore Open Space Trader Offices 79th Street&Collins Avenue Monday-Friday 7:00 a.m.-4:00 p.m. 5601 0 0 1 Parks Maintenance Facility 2100 Meridian Avenue Monday-Friday 7:00 a.m.-400 p.m. 5.5001 0 0 4 i4 Flamingo Park Tennis Center 1235-1255 Michigan Avenue Monday-Sunday 80m a.m.-5:00 p.m. 6,3001 0 0 4 lOtl 1o:3.r Room,.. Flamingo Park Baseball,Softball,&football Field Restrooms 1455 Michigan Avenue Monday-Sunday 8:00 a.m.-S:00 p.m. 1,8001 0 0 10 l:lr, Unldad Public Restroom 7231 Collins Avenue Monday-Friday 700 a.m.-800 p.m. 555 1 0 0 2 1 APPENDIX H M M Garage and Restroom Index Manuals 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 RFP 2017-0 70-JC 50 MIAMIBEACH City of Miami Beach Garage Index Manual Table of Contents Introduction .3 Objective 4 Background 4 Scheduling 5 Procedure 5 Data Analysis 6-7 • Calculations 7 • Sample Reports 7-13 Training 14 • Training PowerPoint Slides 14-23 Conclusion 24 11411 - e fir. E Introduction The purpose of this manual is to provide information regarding the city's Garage Index program. This includes information on the areas assessed, assessment instructions, data analysis and collection, and next steps. Garages that are assessed include: • 1900 Bay Road (Sunset Harbour) • 5th Street and Alton Road • 7th Street and Collins Ave • 12th Street and Drexel • 13th Street and Collins Ave • 16th Street and Collins (Anchor Shops) • 17th Street and Pennsylvania Ave • 17th Street and Meridian Court • 42nd Street and Sheridan Ave • 18th Street and Meridian Ave (City Hall Garage) aiA Itr. � ■ Objective To monitor impacts of recently implemented initiatives in order to identify areas of improvement and assure the quality of services. Background The Miami Beach Garage Index is an objective measurement of performance ranging from 1.0 (Very Well Maintained) to 6.0 (Not Maintained) and includes appearance and cleanliness assessments for interior (parking areas, stairwells, and elevators) and exterior (entrance and surroundings) areas. Criteria for each area are listed below: Cleanliness Parking Area / Stairwells/ Elevators • No trash on ground • No graffiti on walls • Odor Free • Garbage Cans well-maintained • No organic material (vomit/sand/cobwebs) Appearance Parking Area / Stairwells / Elevators • Signage well-maintained • All lights working • No damage (leaks/rust/concrete spalling) and painted areas crisp • Pavement stain free • Ticket burster/payment station/exit verifier in good working condition or stairwell doors/railings or elevator doors/buttons Appearance / Cleanliness Exterior • Planters/grassy areas/sidewalk entrance well maintained • Graffiti free • No unpleasant odor • No trash • Signage clean and useable The results of the assessments are used to monitor the impacts of recently implemented initiatives to target areas for future improvements, and assure the quality of services. Quarterly sample sizes are set to ensure no greater than ± 7.0 percentage point sampling error given the 95% confidence level. Scheduling All garages operate 24 hours a day, 7 days a week. Garage index assessments are scheduled as follows: Monday to Sunday: 8:00AM to 12:00PM II. 12:00PM to 4:00PM III. 4:00PM to 8:00PM IV. 8:00PM to 12:00AM V. 12:00AM to 4:00AM VI. 4:00AM to 8:00AM Shifts are scheduled in 4 hour increments based on time of the day to enable statistically valid sample. For statistical validity, each assessment must be properly distributed; otherwise the sample size would be small and produce inaccurate results. Shifts can occur during the weekday and/or the weekend. Assessors can sign-up for shifts or be assigned; any changes to the schedule must be made at least 24 hours prior to the date of the assessment. Based on the calculated sample size (see page 7), 45 assessments per quarter are required. The following distribution results in 45 assessments per quarter, so we meet the sample size requirement. The times between 12:00PM and 12:00AM have an extra shift since these times are generally busier and less consistent than the rest. I II III IV V VI Total # of shifts 7 8 8 8 7 7 45 Mon - Fri Sat - Sun Total I II III IV V VI I II III IV V VI # of shifts 6 6 6 6 3 3 3 3 3 3 2 1 45 Procedure For every quarter, a schedule is created based on the shifts distribution so that assessors may sign up for a shift or multiple shifts in the schedule. Garage assessments are to be done in the city vehicle and use the access cards provided. There are 3 garages so far where the access cards do not work (12th Street and Drexel, 42nd Street and Sheridan Ave, and 13th Street and Collins Ave). For these garages, assessors will have to retrieve a ticket upon arrival and sign out with the ID upon exit. Data Analysis Scores: Quarterly reports help to monitor the data collected. We review average scores that range from 1.0 to 6.0, with 1.0 being the best possible score. The city's goal is for 90% of the assessments to receive a score of 2.0 or better and all assessments to score 1.5 or better. The data reports are used to identify positive/stable performance and criteria. We are able to identify issues in garages relating to cleanliness and appearance to address poor performance and implement strategies to improve. Sample Size: To determine the sample size to be utilized, three factors were taken into account: population size, confidence level, and margin of error. • Population: There are a total of 10 garages assessed over 6 different shifts and 365 days in a year. However, because all 10 garages are assessed in one shift, the population is determined by multiplying the number of shifts and number of days in a year; the number of garages would only be a factor if it required multiple shifts to cover all garages. Multiplying the number of shifts and the number of days in a year yields 2,190. In other words, to assess every garage, every available shift and every day of the year, it would take 2,190 assessments per year. This number is much too large and that is why a valid sample size is needed. • Confidence Level: A confidence level is a percentage that expresses how sure the results can be. This tells us how often the true percentage of the population would lie within the confidence interval that is to be calculated. For example, a 90% confidence level allows us to claim that 90% of the time, the true mean would be within the confidence interval. The most common confidence level is 95%. A higher confidence level requires a larger sample size. • Margin of Error: The margin of error (also known as the confidence interval) is a percentage displayed with a plus or minus symbol. This is what allows the data to have some room for acceptable error. For example, if we claim the mean score is 2.0, we would be wrong whenever the mean is not 2.0. But a confidence interval allows us to say the true mean lies within an interval (such as between 1.8 and 2.2) and this claim would be least likely to be incorrect. A higher margin of error results in a larger interval and this would require a smaller sample size. A lower margin of error is preferred to obtain more accurate results since the data would be within a smaller interval, however it would require a larger sample size. Together, these factors can determine a proper sample size and present the data in a way so that we can claim that we are, for example, 95% confident the true mean score of a population lies within 1.8 and 2.2. The sample size is determined through the following formulas: The first formula determines a sample size when the population is unknown. (Z — score)2 x 0.25 SS = ME2 The second formula determines a new, or updated, sample size that takes population into account. SS New SS = 1 + ((SS— 1)/Pop) • SS = sample size • Z-score = number that corresponds to a given confidence level. For 95%we use 1.96 • 0.25 = product of the standard deviation times 1 minus the standard deviation. Because the standard deviation is unknown, we use 0.5 and the product of 0.5 x (1 - 0.5) = 0.25 • ME = margin of error; 5% is 0.05, 7% is 0.07, etc. • Pop = population Once we have a final sample size, we divide that number by 4 to determine our quarterly sample size. SS per Quarter = New SS4 If we choose our margin of error to be 7%, then our required sample size is 45 assessments per quarter. By completing 45 assessments per quarter, data can be presented with a ±7% margin of error. Calculations: For sample size Population: 2,190 Z-score: 1.96 (for 95%) ME: 7% SS: 196 New SS: 179.9 SS per Quarter(rounded up): 45 SS = (1.96)2 x 0.25 — 196 0.072 196 New SS = 1 + (195/2,190) = 179.9 179.9 SS per Quarter = 4 = 44.9 Sample Reports: The following are sample reports to serve as an example of how the data is presented. The following formulas are assigned a color arrow and letter to clarify which formulas are being used in the sample reports. A subcategory score (such as the parking area score, stairwells score, and elevators score) is determined by adding all the individual scores for that subcategory and dividing by the total number of individual scores. Subcategory Score = X= sum of all sub-factor scores N = number of assessments The overall cleanliness score and the overall interior score are determined by taking the average of the subcategories (parking area, stairwells, and elevators). Overall Score = (sl+s2+s3) 3 BS1 = parking area score S2 = stairwells score S3 = elevators score The overall Garage Score is determined by taking the average of both the overall cleanliness score and the overall interior score. Overall Garage Score = 2 z CX1 = Overall cleanliness score X2 = Overall interior score A fiscal year average tells us the overall performance for a certain year. Similar to the overall garage score, the FY Average is determined by taking the average of the 4 quarters within the given fiscal year. (q1 + q2 +q3 + q4) FY Average = 4 Q1 = score from 1st quarter Q2 = score from 2nd quarter Q3 = score from 3rd quarter Q4 = score from 4th quarter The "% change in prior Quarter" shows by how much the current quarter improved or decreased from the previous quarter in terms of percentage. %change in prior Qtr = (x-Y) Y Ex = current quarter score Y = previous quarter score The"% change in prior FY Quarter" shows by how much the current quarter improved or decreased from the same quarter a year prior. For example, if we are looking at quarter 1 from the FY16/17, we are comparing it to quarter 1 from the FY15/16. x %change in prior FY Qtr = Y- 1 X = current quarter score F' Y = score from same quarter one year prior The "% change from base year Quarter" shows by how much the current quarter improved or decreased from the same quarter in the base year. If the base year is FY 15/16 then we are comparing whatever is the current quarter's score to that same quarter's score in the base year, FY 15/16. For example, if we are looking at quarter 1 from the FY 17/18, we are comparing it to quarter 1 from the FY 15/16 and not from the FY 16/17 because the base year is FY 15/16. change from base year Qtr = r - 1 GNo* X = current quarter score Y = score from same quarter from the base year ,vn D j E F 11 GI Garage Index Score For NI City Garages Overall Garage Index(Target=l.5) FY16/17 %change in %change %change C Q1 Q2 Q3 Q4 FY Average in prior FY from base prior Qtr Qtr year Qtr Overall_Garage Score 2.3 r 3% -3% -3% B Cleanliness 94 10% -9% -9% Parking Area 2.16 15% 1 3% -16%3% Stairwells 1.84 8% -16% Elevators 1.82 ' 7% -15% -15% B Appearance Interior IQ 2.66 -1% 3% -15% Parking Area 2.93 -9% - , Stairwells 2.46 -44% � -9% -9% A Elevators 2.58 -2% 0% 0% Appearance Exterior ~ 1 81 ' 3% ' -23% -23% Overall Garage Index(Target=l.5) FY15/16 01 Q2 03 Q4 FY Average g4Overall City arag_e Score P 4V'"'' C 2.36 2.34 2.33 2.23 2.31 Cleanliness 2.14 2.05 1.97 1.76 1.97 Parking Area,lls 2.02.199 2.09 2.91.88 .98 Stairwe2.09 1.9991 1.70 1.98 Elevators 2.13 2.03 1.91 1.70 1.94 B Appearance Interior A 2.59 2.62 2.69 2.69 2.65 2.72 , P Parking Area 2.5 2.66 2.80 2.9 Stairwells 2.7 2.68 2.58 2.56 2.63 A Elevators 2.58 2.53 2.69 2.62 2.60 Appearance Exterior 2.36 2.06 2.03 1.75 2.04 1.0-1.4999 1.5-1.999 D 2.0-6.0 The following tables show percentages instead of index scores. Because we are dealing with percentages, the following formulas are altered: Subcategory Score% = x 100 X = number of sub-factor scores with a score of 2.0 or better Il-_I N = number of assessments (xl x 3) + (x2 x 3) +x3 Overall Garage Score = 7 X1 = Overall cleanliness score IX2 = Overall interior score X3 = Appearance Exterior score Diir ' - E FG V FY16/17 ) Overall Garage Index 2.0 or better(Target 90%) %change in %change %change 01 Q2 Q3 04 FY Average in prior FY from base prior Qtr Qtr year Qtr ink Overall I 62.4% -6% ' 12% 12% B Cleanliness 75.2% -7% 15% 15% Parking Area 66.7% r 82%% r 4% 4% iiikStairwells 75.8% -8% 21% 21% Elevators 83.1% -2% 20% 20% B Ilk Appearance Interior H 42.8% ' -7% I. -10% -10% Parking Area 23.8% ; 34% r -53% -53% in* Stairwells 54.1% 2% 34% 34% Elevators 50.5% 2% 0% 0% Appearance Exterior H 82.6% ' 0% r 55% 55% Overall Garage Index 2.0 or better(Target 90%) FY15116 Q1 Q2 Q3 Q4 FY Average B Overall _ 55.5% 57.9% 60.50% 66.3% 60.3% Cleanliness I 65.4% 66.6% 69.80% 81.1% 71.0 Parking Area 62. % 65.4% 69.30% 75.5% 70.2% Stairwells 62.6% 65.0% 69.30% 82.8% 70.2% Elevators 69.4% 67.4% 72.30% 84.9% 73.8% B 1110 Appearance Interior H 474 i 46.9% 48.20% 46.2% 47.1 � Parking rea 4510 50% 44.3% 43.10% 35.9% 43.2% Stairwells 40 5% 43.3% 52.70% 53.3% 47.5% Elevators so 7% 53.2% 48.90% 49.4% 50.6% Appearance Exterior H 53.2% 65.0% 69.30% 82.6% 68.0% 79.999 and bebwIT 80.0-89.999 D 90.0-100 The following table shows the percentage score of individual garages. The Overall Score is determined by the following: Overall Score = X i 0 J T,' "d ' X = Sum of all individual garage scores. D Percentage of Assessments scoring 2.0 or better(Target 90%) _10, FY15/16 J Q1 Q2 Q3 Q4 FY Average Overall 55.9% 57.9% 60.5% 66.3% 60.3% Garage Location 1900 Bay Road(Sunset Harbour) 72.4% 82.2% 88.8% 86.9% 82.9% 5th Street and Alton Road 53.7% 57.7% 58.5% 67.5% 59.6% 7th Street and Collins Ave. 48.0% 35.2% 41.6% 53.2% 44.5% 12th Street and Drexel 34.4% 39.9% 45.2% 58.5% 45.2% M01111. 13th Street and Collins Ave. 51.7% 41.3% 42.5% 55.0% 47.6% 16th Street and Collins(Anchor Shops) 44.3% 45.6% 40.9% 45.6% 44.1% H 17th Street and Pennsylvania Ave 74.5% 82.2% 88.0% 80.6% 81.2% 17th Street and Meridian Court 52.8% 56.2% 52.2% 58.9% 55.2% 42nd Street and Sheridan Ave. 56.1% 52.5% 66.9% 73.0% 62.4% 18th Street and Meridian Ave.(City Hall Garage) 72.6% 89.4% 86.1% 85.7% 83.7% Percentage of Assessments scoring 2.0 or better(Target 90%) FY AVERAGE %change from change from 14115(Q4 only) 15/16 16/17 17/18 18/19 prior FY average base average •>ssr Overall 2.68 2.27 4__. Garage Location 1900 Bay Road(Sunset Harbour) 2.31 1.8 __ 5th Street and Alton Road 2.49 2.26 -9.2% 7th Street and Collins Ave. 2.89 2.62 -9.3% 12th Street and Drexel 3.13 2.68 -14.4% F 13th Street and Collins Ave. 2.97 2.56 -13.8% 16th Street and Collins(Anchor Shops) 3.05 2.63 -13.8% D 17th Street and Pennsylvania Ave 2.37 1.76 -25.7% 17th Street and Meridian Court 2.87 2.44 -15.0% 42nd Street and Sheridan Ave. 2.75 2.23 -18.9% 1. 18th Street and Meridian Ave.(City Hall Garage) 1.93 1.68 -13.0% FY16/17 01 Q2 03 Q4 FY Average %change from%change from%change from prior Qtr prior FY Qtr base year Qtr Overall 62.4% -6.0% 12% 12% Garage Location i 1900 Bay Road(Sunset Harbour) 80.8% -7.0% 12% 12% 5th Street and Mon Road 62.4% -7.5% 16% 16% 7th Street and Collins Ave. 59.7% 12% 24% 24% 12Street and Drexel. 48.5% 1% 71% % 1/11111110. 13th Street and Collins Ave. 48.5% -11.8% �.2.2% -6�% 16th Street and Collins(Anchor Shops) 36.1% -20.8% -18.5% -19% H 17th Street and Pennsylvania Ave 77.3% -20.8% 4% 4% 17th Street and Meridian Court 58.3% -1.0% 10% 10% 42nd Street and Sheridan Ave. 53.6% -26.6% -4.5% -4% 18th Street and Meridian Ave.(City Hall Garage) 83.2% -2.9% 15% 15% - 1.0-1.4999 At * Afr At 1.5-1.999 2.0-6.0 D E F G 79.999 and below 80.0-89.999 90.0-100 I. FY15/16 D Nsir Q1 w w w• FY Average Overall Garage Location 1900 Bay Road (Sunset Harbour) 85.64% - 88.34% 5th Street and Alton Road 73.32% 76.32% 76% 79.44% 76.36% 7th Street and Collins Ave. 71.12% 67.3% 70.98% 77.9% 71.88% 12th Street and Drexel • 73.52% 75.62% 13th Street and Collins Ave. . ••• 75.18% 74.84% 82.48% 77.26% " 16th Street and Collins (Anchor Shops) 74.94% 73.74% 70.66% 76.08% 73.82% 17th Street and Penns Ivania Ave 89.98% 92.88"/ 93.5% •s ,.,,`3i,:• _ 93.36% H 17th Street and Meridian Court 76.58% 80.86% 76.34% 79.3% 78.38% 42nd Street and Sheridan Ave 78.82% 78.9% 84.56% 87.94% 82.72% 18th Street and Meridian Ave. (City Hall Garage) 87.54% 93.02% 94.74% 93.78% 92.34% FY16/17 Q1 Q2 Q3 04 FY Average %change from%change from%change from prior Qtr prior FY Qtr base year Qtr Overall Cleanliness Gara ge Location 1900 Bay Road(Sunset Harbour) 86% -7.0% 3.8% 5th Street and Alton Road 76.24% -4.0% 4.0% 7th Street and Collins Ave. 78.82% 1.2% 10.8% 12th Street and Drexel 78.14% -5.4% 14_0% 13th Street and Collins Ave. 78.94% -4.3% 3.8% Mk 16th Street and Collins(Anchor Shops) 69.3% -8.9% -7.5% H 17th Street and Pennsylvania Ave -3.3% 3.9% 1 17th Street and Meridian Court 77.22% -2.6% 0.8% I 42nd Street and Sheridan Ave 82.08% -6.7% 4.1% �__ 18th Street and Meridian Ave.(City Hall Garage) ,y-3.2% 3.7% Art „,Li -fr t 79.999 and below D E F G 80.0-89.999 1111 90.0-100 D ir FY15/16 Q1 Q2 Q3 Q4 FY Average Overall Appearance Garage Location 1900 Bay Road (Sunset Harbour) 81.42% 81.26% 79.74% 75.92% P 79.59% 5th Street and Alton Road 71.38% 72.64% 70.52% 69.64% ' 71.05% 7th Street and Collins Ave. 65.56% 60.7% 58.52% 62.22% ` 61.75% 12th Street and Drexel 55.78% 57.8% 60.78% 63.42% 59.45% 13th Street and Collins Ave. 64.74% 59.26% 56.52% 59-58% 60.03% 16th Street and Collins (Anchor Shops) 60.34% 60% 53% 52.32% ' 56.42% H 17th Street and Pennsylvania Ave 80.8% 80.32% 80.5% 70.42% > 78.01% 17th Street and Meridian Court 62.48% 67.28% 59.84% 62.36% ' 62.99% 42nd Street and Sheridan Ave. 69.4% 64.74% 68.06% 70.06% ' 68.07% 18th Street and Meridian Ave. (City Hall Garage) 78.26% 83.74% 76.86% 76.12% 78.75% FY16/17 Q1 02 03 Q4 FY Average %change from%change from%change from prior Qtr prior FY Qtr base year Qtr Overall Appearance, Garage Location 1900 Bay Road(Sunset Harbour) 76.26% -6.34% 5th Street and Alton Road 71.44% 0.C5 7th Street and Collins Ave. 68.46% 12th Street and Drexel 54.82% 13th Street and Collins Ave. 59.82% -7.60% III410' 16th Street and Collins(Anchor Shops) 51.3% -14.92% 17th Street and Pennsylvania Ave 72.5% -10.22% 4.35 -10.55% H 17th Street and Meridian Court 65.2% 42nd Street and Sheridan Ave. 62.08% 18th Street and Meridian Ave.(City Hall Garage) 75.04% -1.42% -4.11% ok t IA Aa At 79.999 and below 80.0-89.999 - 90.0-100 D E F G Training The following are training slides on how each area should be assessed. AGE \ DEX ,. LEANLINESSPM < . , \GAREA The fo owing index wi be used to rate the c can iness of pub is garage parking areas, stairwe s, and elevators. Garage Index - No Trash on No graffiti on Odor Free Garbage Cans No organic material Parking ground walls (no urine) well-maintained (vomit/sand/ Area cobwebs) cleanliness Extremely..i r _ I‘litl .....,,,,..3/4 sf.,. j, Well ' j �• 1_ .. A aintaine1. la i,., t - A. MIAMIBEACH t IF , - . ...„ ,...,„ . low lir . , p r.w. AAGH\ DEX ,,.,. ... ,..:: LEANLINESSSTAR WELL , , - , - - -- - -- - ' The fo owing index wil be used to rate the c eanliness of aublic garage parking areas, stairwe Is, and elevators. Garage Index — No Trash on No graffiti on Odor Free Garbage Cans No organic material (vomit/sand/ Stairwell ground walls (no urine) well-maintained cleanliness cobwebs) it . ,, xtreme" ` �,, �. Well : +0 t,. , t , $ . Maintained I►l . :. t► MIAMI BEACH ,, • . . ,, ,,,, , AAGE \ DEX ‘.,, , LEANLINESSELEVA1O. The fo owinc incex wi be usec to rate the c can iness of pub is garace parkin, areas, sta i rwe s, anc elevators. Garage No organic material Index— No Trash on No graffiti on Odor Free Garbage Cans (vomit/sand/ Elevator ground walls (no urine) well-maintained cobwebs) cleanliness '''' jt4 - '77---- :' Extreme) k ,< <{n �, J {{ 4. 8 ` s �� Well t � "Maintainer ` i "p., 0 MIAMIBEACH , _ , , ... --ow ,. , MAGE \ DEX PPEARANCE \THOPARKINGMEA The fo lowing incex wi l be used to rate the interior appearance of pubic garage parking areas, stairwells, and elevators. Ticket Garage bursters/payment Index - No Painted areas crisp station/exit verifier damage in good working Parking Signage well Lighting (leaks/rust/ and clear (no rush condition) or Area maintained sufficient concrete and pavement stairwell appearance spoiling) stain free doors/railings or interior elevator doors/buttons . : MI , rippeami 'Extremely,� i 11 . , � _ - Well1111.4."1 Itilk . aintaines FE to MIAMIBEACH . . ' , NI .. ,„ ,, . MAGH\ DEX l PPEARANCE \TFROSTAIRWELL Tle fo owing index wi 3e used to rate the interior appearance of pub is Garage Dar<ing areas, stairwe Is, and e evators. Ticket bursters/payment Garage No station/exit verifier Painted areas crisp Index — Signage well Lighting I akmage and clear (no rust) in condition)ditio orking inkg Stairwell r maintained sufficient / / and pavement L appearance concrete stain free stairwell interior spelling) doors/railings or elevator doors/buttons /10. nom I" i , 4 .. ' igt , Extremely; ;®,I ', Well ()mimeo' ,i g) MIAMIBEACH • , .... ,, , ,,,, , ; A „,. MAGH\DEX ,A PPEARANCE \TPIORELE VAlOR „,.: , , .. . ,:, The fo owing incex wi be usec to rate the interior appearance of oub is garage aar<inc areas, stairwe s, anc e evators. Ticket bursters/payment Garage No station/exit verifier Index — damage Painted areas crisp in good working Elevator Signage well Lighting (leaks/rust/ and clear (no rust) condition) or appearance maintained sufficient concrete and pavement stairwell interior spoiling) stain free doors/railings or elevator doors/buttons .� I, , '''Extremely, 9: - � � Well 7 _ .,.� e I - k.4+intaine.' ” mH qe*� c 111.. MIAMI BEACH ...,., ,, _. . .. „ MAGE \ DEX #,A PPEARANCE EXTERIOR ,., The fol owing incex wi pe usec to rate the appearance of EXTERIOR of the pubic garage Garage Planters/Grassy No Index— Areas/sidewalk Graffiti Free unpleasant No trash Signage clean and Exterior entrance well odor useable Appearance maintained) gin,4. i Extremelyr+ E "" 7 J, Well n ,;, f zut ,. 11101111illil ID MIAMIBEACH ', g ..„... .1 liko_\ o-rmAINTAINED ,, ...,,.,1 :14110 , . . 7. , . E ,.. .. _ , , ..... .... .4.i,,, . . .... . • .. '. .„,41 .�.. . ..^* 'fit: ` , ., ..... . . ,, .1 ,_, N ,....„.n., • . . . , u . • . . ) .., , 1 , .. / . . ..Vii. �4 ...,'''''.1 q. 43'`'4,h.,,:if..'.,4 ,f`• ' . / •.,„. ',..„.,,,,....,„4, r « ..,. .r '. N f ,, ' 4 S • m MIAMI BEACH "s - A A ..: t IC is , ( t,:r,,i, r II4 ''' \' ,. -..., A ' a: 1 ) I , IOW _ 1 ,dt _ - , f , s ily,"' .,..:__. 14 m MIAMIBEACH '-'1a ' . , , . ,o. ,, _\ 0TmAINTAINED . . .. _________ ______ , .. .. , .. -1111 '4., ' V k A.\ 1 l IJ,lIf/ lit \. J, , .,. i„, r4 i tc.„ „ ,,. 1 , ,_ ....L.110, , , SO' . .,„ ,,. ,,,, .,,, 44, Iv ' 11 , null . .,,_ • .” 744i,kk ( 44N,#.410, 11(if ... 0 MIAMIBEACH Conclusion The Garage Index program is utilized to communicate the status of the level of service regarding public garages in Miami Beach. The results, ranging from 1.0 (very well maintained) to 6.0 (not maintained), provide an understanding of what criteria perform well and which do not. By analyzing the results, change can be made in areas in need of improvement so that the City of Miami Beach may provide better quality public garages. Quarterly data is shared with the commission via LTC with input from responsible department(s) regarding opportunities to improve performance. �� k .. r - .c MIAMIBEACH City of Miami Beach Restroom Index Manual Table of Contents Introduction .3 Objective 3 Background 4 Scheduling 5 Procedure 5 Data Analysis ..6 • Calculations 7 • Sample Reports 7-11 Training 12 • Training PowerPoint Slides 12-16 Conclusion 17 Introduction The purpose of this manual is to provide information about the city's Restroom Index program. This includes information on the areas assessed, assessment instructions, data analysis and collection, and next steps. Restrooms that are assessed include: • South Pointe Park (M-S 7am-8pm) • Majory Stoneman Douglas (M-F 7am-8pm/SS 8am-12am) • 6th Street & Ocean — Lummus Park (M-F 7am-10pm/SS 8am-12am) • 10th Street & Ocean — Lummus Park (M-F 7am-10pm/SS 8am-12am) • 14th Street & Ocean — Lummus Park (M-F 7am-10pm/SS 8am-12am) • 21st Street & Ocean — Collins Park (M-F 7am-10pm/SS 8am-12am) • 35th Street & Ocean — Pancoast Park (M-S 7am-8pm) • 46th Street & Collins — Indian Beach Park (M-S 7am-8pm) • 53rd Street & Collins — Beach View Park (M-S 7am-8pm) • 64th Street & Collins —Allison Park (M-S 7am-8pm) • Unidad Beachfront (7am-8pm SS) • NSOSP 80th Street & Collins (M-S 7am-8pm) • NSOSP 83rd Street & Collins (M-S 7am-8pm) • NSOSP 84th Street & Collins (M-S 7am-8pm) • Stillwater (M-S 8am-8pm) • Crespi (M-S 8am-8pm) • Tatum (M-S 8am-8pm) • North Shore Park Youth Center (By Tennis) (M-F 8am-9pm/SS 8am-8pm) • Fairway Park (SS 8am-8pm) • Normandy Isle (Restrooms by field) (M-S 8am-8pm) • Muss (M-F 8am-5pm) • Maurice Gibb Park (M-S 8am-5pm) • Soundscape (W/R 7pm — 10pm) • Flamingo Baseball Stadium (M-S 8am-5pm) • Flamingo Outside Tennis (M-S 8am-8pm) • Flamingo Football Stadium (Concession Area) (M-S 6am-9pm) • South Point Drive and Pier Park (7am-Sunset) Objective To monitor impacts of recently implemented initiatives in order to identify areas of improvement and assure the quality of services. Background The Miami Beach Restroom Index is an objective measurement of performance ranging from 1.0 (Very Well Maintained) to 6.0 (Not Maintained) and includes appearance and cleanliness assessments for interior (toilet and sink areas) and exterior areas. Criteria for each area are listed below: Cleanliness Toilet Area • Floors mopped/clean/no stains • Toilets/urinal clean/no litter visible/ no leaks • No unpleasant odor • Toilet paper available/usable • No graffiti Cleanliness Sink Area • Floors mopped/clean/no stains • Sink and/or mirror clean/no leaks • Trash can no more than 3/4 full • Walls clean/no graffiti • Soap dispenser clean Appearance Interior • Stable/operable toilet/urinal partition enclosures • Stall doors rust free/fully painted/latch and hinge functional • Sink faucets and soap dispenser functional • Hand dryer or paper dispenser functional • All interior lights functional Appearance / Cleanliness Exterior • Signage visible and clean • No graffiti • No unpleasant odor • No trash/litter • Entrance door rust free/fully painted/functional (rollup or traditional) The results of the assessments are used to monitor the impacts of recently implemented initiatives to target areas for future improvements, and assure the quality of services. Quarterly sample sizes are set to ensure no greater than + 7.0 percentage point sampling error given the 95% confidence level. Scheduling The hours of operation vary from restroom to restroom. Restroom index assessments are scheduled as follows: Monday to Sunday: 8:00AM to 12:00PM II. 12:00PM to 4:00PM III. 4:00PM to 8:00PM IV. 8:00PM to 10:00PM Shifts are scheduled in 4 hour increments based on time of the day to enable statistically valid sample. For statistical validity, each assessment must be properly distributed; otherwise the sample size would be small and produce inaccurate results. Shifts can occur during the weekday and/or the weekend. Assessors can sign-up for shifts or be assigned; any changes to the schedule must be made at least 24 hours prior to the date of the assessment. Based on the calculated sample size (see page 7), 46 assessments per quarter are required. The following distribution shows that 46 assessments need to be split evenly between male assessors and female assessors so that each complete 23 assessments per quarter. The 8:00pm to 12:00am shift has a smaller number of shifts scheduled because during this time, most restrooms are already closed and not much data can be collected. Mon - Fri Sat - Sun Total I II III IV I II III IV # of Male shifts 4 4 4 1 3 3 3 1 23 # of Female shifts 4 4 4 1 3 3 3 1 23 Total 8 8 8 2 6 6 6 2 46 26 20 Procedure For every quarter, a schedule is created based on the shifts distribution so that assessors may sign up for a shift or multiple shifts in the schedule. Restroom assessments are to be done using the city vehicle. Data Analysis Scores: Quarterly reports help to monitor the data collected. We review average scores that range from 1.0 to 6.0, with 1.0 being the best possible score. The city's goal is for 90% of the assessments to receive a score of 2.0 or better and all assessments to score 1.5 or better. The data reports are used to identify positive/stable performance and criteria. We are able to identify issues in locations relating to cleanliness and appearance to address poor performance and implement strategies to improve. Sample Size: To determine the sample size to be utilized, three factors were taken into account: population size, confidence level, and margin of error. • Population: There are a total of 54 restrooms (27 male and 27 female) assessed over 4 different 4 hour shifts and 365 days in a year. However, because all 27 restrooms of a given gender are assessed in one shift, the population is determined by multiplying the two types of restrooms (male and female), the number of shifts in a day, and the number of days in a year, which yields 2,920. In other words, to assess every restroom, every available shift and every day of the year, it would take 2,920 assessments per year. This number is much too large and that is why a valid sample size is needed. • Confidence Level: A confidence level is a percentage that expresses how sure the results can be. This tells us how often the true percentage of the population would lie within the confidence interval that is to be calculated. For example, a 90% confidence level allows us to claim that 90% of the time, the true mean would be within the confidence interval. The most common confidence level is 95%. A higher confidence level requires a larger sample size. • Margin of Error: The margin of error (also known as the confidence interval) is a percentage displayed with a plus or minus symbol. This is what allows the data to have some room for acceptable error. For example, if we claim the mean score is 2.0, we would be wrong whenever the mean is not 2.0. But a confidence interval allows us to say the true mean lies within an interval (such as between 1.8 and 2.2) and this claim would be least likely to be incorrect. A higher margin of error results in a larger interval and this would require a smaller sample size. A lower margin of error is preferred to obtain more accurate results since the data would be within a smaller interval, however it would require a larger sample size. Together, these factors can determine a proper sample size and present the data in a way so that we can claim that we are, for example, 95% confident the true mean score of a population lies within 1.8 and 2.2. The sample size is determined through the following formulas: The first formula determines a sample size when the population is unknown. (Z — score)2 x 0.25 SS = ME2 The second formula determines a new, or updated, sample size that takes population into account. SS New SS = 1 + (SS— 1/Pop) • SS = sample size • Z-score = number that corresponds to a given confidence level. For 95%we use 1.96 • 0.25 = product of the standard deviation times 1 minus the standard deviation. Because the standard deviation is unknown, we use 0.5 and the product of 0.5 x (1 - 0.5) = 0.25 • ME = margin of error; 5% is 0.05, 7% is 0.07, etc. • Pop = population Once we have a final sample size, we divide that number by 4 to determine our quarterly sample size. New SS SS per Quarter = 4 If we choose our margin of error to be 7%, then our required sample size is 46 assessments per quarter. By completing 46 assessments per quarter, data can be presented with a ±7% margin of error. Calculations: For sample size Population: 2,920 Z-score: 1.96 (for 95%) ME: 7% SS: 196 New SS: 183.7 SS per Quarter(rounded up): 46 SS = (1.96)2 x 0.25 — 196 0.072 196 New SS = 1 + (195/2,920) = 183.7 183.7 SS per Quarter = 4 = 45.9 Sample Reports: The following is a sample report to serve as an example of how the data is presented. The following tables show index scores of different categories for a given quarter. A subcategory score (such as the toilet area score and sink score) is determined by adding all the individual scores for that subcategory and dividing by the total number of individual scores. Subcategory Score = '3- A A X = sum of all sub-factor scores 1111.1111* N = number of assessments The overall cleanliness score is determined by taking the average of the subcategories (toilet area and sink area). Overall Score = (sl+s2) 2 BS1 = toilet area score S2 = sink area score The overall Restroom Score is determined by taking the average of the subcategories (toilet area and sink area) as well as the interior and exterior scores. Overall Restroom Score = (si+s2+s3+s4) 4 CS1 = toilet area score S2 = sink area score S3 = bathroom interior score S4 = bathroom exterior score A fiscal year average tells us the overall performance for a certain year. Similar to the overall restroom score, the FY Average is determined by taking the average of the 4 quarters within the given fiscal year. FY Average = (Qi+q2+Q3+q4) 4 DMilli Q1 = score from 1st quarter Q2 = score from 2nd quarter Q3 = score from 3rd quarter Q4 = score from 4th quarter The "% change in prior Quarter" shows by how much the current quarter improved or decreased from the previous quarter in terms of percentage. %change in prior Qtr = (x-Y) Y EMEX= current quarter score Y = previous quarter score The"% change in prior FY Quarter" shows by how much the current quarter improved or decreased from the same quarter a year prior. For example, if we are looking at quarter 1 from the FY16/17, we are comparing it to quarter 1 from the FY15/16. %change in prior FY Qtr =-- 1 Fx . current quarter score Y = score from same quarter one year prior The "% change from base year Quarter" shows by how much the current quarter improved or decreased from the same quarter in the base year. If the base year is FY 15/16 then we are comparing whatever is the current quarter's score to that same quarter's score in the base year, FY 15/16. For example, if we are looking at quarter i from the FY 17/18, we are comparing it to quarter 1 from the FY 15/16 and not from the FY 16/17 because the base year is FY 15/16. G -- change from base year Qtr = 1 X = current quarter score Y = score from same quarter from the base year When dealing with percentages instead of index scores, the following formulas are altered: Subcategory Score% = --,ix 100 NE* H X. number of sub-factor scores with a score of 2.0 or better N = number of assessments Overall Restroom Score = (Xi x2)+x2+x3 4 IX1 = Overall cleanliness score X2 = Bathroom interior score X3 = Bathroom exterior score Restroom Index Score For All Public Restrooms Citywide Overall Public Restroom Index(Target=l.5) FY15/16 B 01 02 Q3 Q4 FY Average Overall City Restroom Score2.08 2.06 1.99 1.79 2.00 _ Cleanliness 7 2.51 2.50 2.31 2.01 2.37 Toilet Area 246 2.48 2.31 1.97 2-33 "-' Sink Area 2.57 2.52 2.31 2.05 2.40 ' '°V Bathroom Interior 1.55 1.67 1.51 A Bathroom Erener 1.80 1.83 1.77 1.73 Overall Public Restroom Index(Target=1.5) FY16117 %change %change %change 01 02 03 04 FY Average from prior from prior,from base BQtr Fy Qtr year Qtr Overall City Restroom Score'S. _ 1 89 I ' 6% -9% -9% Cleanliness C 2.17 v 8% ' -14% -14% Toilet Area 2.11 ' 7% -14% -14% ENE" Sink Area 2.23 ' 9% ' -13% -13% Bathroom Interior 1.86 11% 26% 26% A Bathroom Exterior ' -7% '' -24% -24% Overall Public Restroom Index 2.0 or better FY15116 B (Target 90%) 01 Q2 03 04 FY Average Overall City Restroom Score 66.6% 66.0% 73.1% 80.2% 70.4% Cleanliness ( 47.7% 47.1% 60.0% 72.1% 54.7% ED C] Toilet Area 50.6% 48.1% 62.1% 72.9% 56.6% 1 Sink Area 44.8% 46.0% 57.9% 71.2% 52.9% 11111114 Bathroom Interior 88.5% 86.5% 84.1% 88.0% H Bathroom Exterior 82.4% 78.5% 86.0% 84.2% FY16/17 Overall Public Restroom Index 2.0 or better %change %change %change (Target 90%) 01 02 03 Q4 FY Average from prior from priorlfrom base Qtr FY Qtr 1 Year Qtr B Overall City Restroom Score 76.0% - . Mk Cleanliness ) 64.4% -10.7°' 35.0% 350', Toilet Area 65.8% -9.7% 30.0% 30.0% Sink Area 63.0% -11.5% 40.6% 40.6% Bathroom Interior 79.7% -5.2% -9.9% -9.9% H Bathroom Exterior 3.2% 16.0% 16,0% fD The following table shows the percentage score of individual restroom locations. The Overall Score is determined by the following: J , , Overall Score =n n X = Sum of all individual restroom location scores. N = amount of individual locations jD Percentage of Assessments scoring 2.0 or better(Target 90%) FY15/16 Percentage of Assessments scoring 2.0 or better(Target 90%) Q1 Q2 Q3 Q4 FY Average Overall 66.60% 66.00% 73.1% 80.2% 70.4% 1 Bathroom Location South Pointe Park(M-S 7am-8pm) 79.1% 67.2% 88.0% 85.6% 79.0% Majory Stoneman Douglas(M-F7am-8prnlSS8am-12am) 58.1% 46.8% 50.0% 68.5% 55.6% 6th Street&Ocean-Lummus Park(M-F7am-10prrVSS8am-12am) 74.4% 66.7% 77.2% 75.0% 72.7% 10th Street&Ocean-Lummus Park(M-F7am-10pMSS8am-12am) 61.1% 56.3% 50.9% 66.2% 59.1% 14th Street&Ocean-Lummus Park(M-F7am-10pm/SS8am-12am) 40.2% 50.0% 38.0% 51.0% 44.6% 21st Street&Ocean-Collins Park(M-F7am-1 oprn/SS8am-12am) 68.3% 69.9% 77.3% 76.7% 72.2% 35th Street&Ocean-Pancoast Park(M-S7arn-8pm) 73.1% 75.8% 84.5% 81.3% 77.7% 46th Street&Collins-Indian Beach Park(M-S7am-8pm) 81.1% 75.0% 83.7% 84.6% 80.7% 53rd Street&Collins-Beach View Park(M-S7am-bpm) 85.0% 87.0% 64th Street&Collins-Allison Park(M-S7am-8pm) 63.8% 68.2% 60.2% 87.0% 68.9% Unidad Beachfront(7am-8pm SS) 88.9% 88.5% NSOSP 80th Street&Collins(M-S7am-8pm) 36.9% 42.0% 46.4% 52.0% 43.2% NSOSP 83rd Street&Collins(M-Slam bpm) 43.8% 44.2% 65.9% 68.5% 53.4% NSOSP 84th Street&Collins(M-Slam bpm) 51.2% 80.7% 80.3% 73.7% 67.2% H Stillwater(M-S 8am-8pm) 64.7% 66.9% 86.1% 74.8% Crespi(M-S 8am-8pm) 49.3% 53.2% 83.3% 66.2% Tatum(M-S 8am-8pm) 75.7% 73.3% 92.1% _ 81.0% North Shore Park Youth Center(By Tennis)(M-F8am-9priVSS8am- 69.1% 64.3% i 100.0% 81.0% Fairway Park(SS8am-8pm) 82.0% 64.3% 100.0% 942% 81.4% Normandy Isle(Restrooms by field)(M-S8am-8pm) 88.2% 82.4% 87.6% Muss(M-F 8am-5pm) 58.3% 52.1% 70.0% 59.4% 58.3% Maurice Gibb Park(M-S8am-5pm) 46.2% 31.3% 75.0% 75.0% 46.0% Soundscape(W/R 7pm-10pm) 62.5% 62.5% Flamingo Baseball Stadium(M-Seam-spm) 50.0% 50.0% Flamingo Outside Tennis(M-S8am-8pm) 80.1% 86.1% 75.0% 83.8% Flamingo Football Stadium(Concession Area)(M-S6am-9pm) 83.3% 83.7% 75.0% 86.2% South Point Drive and Pier Park(7am-Sunset 38.8% 25.0% 33.7% 43.0% 35.0% FY16117 Percentage of Assessments scoring 2.0 or better(Target 90%) %Change %Change %change Q1 Q2 Q3 04 FY Average from prior FY from base from prior Qtr Qtr year Qtr Overall 76.00% -5.2% 14.1% 14.1% J Bathroom Location South Pointe Park(M-S 7am-8pm) 89.3% 4.3% 12.9% 12.9% Majory Stoneman Douglas(M-F7am-8pnJSS8am-12am) 75.7% 10.5°o 30.3% 30.3% 6th Street&Ocean-Lummus Park(M-F7am-lOprnlSS8am-12am) 77.4% 3.2% 4.0% 4.0% 10th Street&Ocean-Lummus Park(M-F7am10prdSS8am12am) 81.8% 23.6% 33.9% 33.9% 14th Street&Ocean-Lummus Park(M-F7am-loprdSS8am-12am) 48.2% -5.5% 19.9% 19.9% 21st Street&Ocean-Collins Park(M-F7am-l0pmISS8am12am) 65.7% -14.3% -3.8% -3.8% 35th Street&Ocean-Pancoast Park(M-S7am8pm) 77.9% -4.2% 6.6% 6.6% 46th Street&Collins-Indian Beach Park(M-S7am-8pm) 73.5% -13.1% -9.4% -9.4% 53rd Street&Collins-Beach View Park(M-S7am8pm) 85.7% -1.5% -9.3% -9.3% 64th Street&Collins-Allison Park(M-S7am8pm) 78.4% -9.9% 22.9% 22.9% Unidad Beachfront(7am-8pm SS) 83.6% -15.1% -6.0% -6.0% NSOSP 80th Street&Collins(M-S7am8pm) 54.8% 5.4% 48,5% 48.5% INS NSOSP 83rd Street&Collins(M-S7am-8pm) 65.6% 49.8% 49.8% NSOSP 84th Street&Collins(M-Slam$pm) 63.5% -13.8% 24.0% 24.0% H Stillwater(M-S 8amSpm) 74.1% -20.1% 14.5% 14.5% Crespi(M-S 8am-8pm) 82.8% -14.4% 68.0% 68.0% Tatum(M-S 8am-8pm) 77.5% -15.9% 2.4% 2.4% North Shore Park Youth Center(By Tennis)(M-F8am9pn4SS8am- -4.6% 38.1% 38.1% Fairway Park(SS8am8pm) 87.5% -7.1% 6.7% 8.7% Normandy Isle(Restrooms by field)(M-S8am8pm( 85.3% -5.8% - -3.3% -3.3% Muss(M-F Bam5pm) 63.3% 6.6% 8.6% 8.6% Maurice Gibb Park(M-S8am-5pm) 75.0% 0.0% 62.3% 62.3% Soundscape(W/R 7pm-10pm)- 60.0% 60.0% Flamingo Baseball Stadium(M-S8am-5pm) Flamingo Outside Tennis(M-S8am-8pm) 0.9% 14.9% 14.9% Flamingo Football Stadium(Concession Area)(M-S6am-9pm) 68.3% -27.6% -18.0% -18.0% South Point Drive and Pier Park(7am-Sunset 40.2% -6.5% 3.6% 3.6% Dt 4 t__.1 t Training The following are training slides on how each area should be assessed. IATHOOM \DEX OILET/UR \AJAREACLEANLINESS The fol owing index wi be used to rate the pub is bahroom interior area, toilet area, sin< area, and exterior. Bathroom Floors Toilets/urinal No Toilet paper Index mopped/clean dean/nole/ litter visible/ unpleasant available/usable No Graffiti Toilet/urinal /no stains no odor in dispenser CLEANLINESS leaks „ ! 11 xtremely Wel Maintained Y m MIAMIBEACH I 3AT- ROOM \ DEX .. .. . .., . _ SI \ < \THCRAREACLEANLINESS The fo owinc index wi oe used to rate the pubic bathroom interior area, toilet area, sink area, anc exterior. Bathroom Floors Sink and/or Trash can mirrors Walls clean/no Soap dispenser Index — Sink mopped/clea no more CLEANLINESS n/no stains cleanno than 3/ full Graffiti clean leaks 6 R. .i ., .. , ,. . _ . . ,. . _. ,. _ Extremely Well ! j ':" " Maintaned tli 14 CD MIAMI BEACH IATHOOM \ DEX „. : TERIORAREAAPPEARANCE ra;. ' • The fo owinc incex wil ae usec to rate the cub is bathroom interior area, toi et area, sink area, anc exterior. Bathroom Stable/operab Stall doors Sink faucets Index — le toilet/urinal rust free/fully and soap Hand dryers or All interior lights Interior partition panted/latch dispenser paper disposal functional APPEARANCE enclosure &hinge functional functional functional iiim Valli • S Extremely ,� Well ,Maintained n M AM BEACH ATHOOM \ DEX ,ip: iir v, ORAREAAPPEARANCE&C N SSLEANLXTHI E Tie fo owinc incex wi ae usec to rate tie aua is oathroom interior area, toi et area, sink area, anc exterior. Bathroom Signage No Entrance door rust Index Exterior visible/legible No Graffiti unpleasant No trash/litter free/full APPEARANCE& &clean odor painted/functional CLEANLINESS (rollup or traditional) ",,,,,,,.: . Extremely , :..,, ,, „, Well ; ` Maintained ' kit ' . . ,, ,. ... 11iiiiiinAllit41 , 't : 1 ,. , MIAMIBEACH W' II IR IP 1/ „•- ,' 4 , t (41)” \ oTmAINTAINED , . .. . ".• . ..• *I • •41' ....1 . -...... •, '. , lAit ." • . 1 # , ,c• -, •• i ,\ !"11 , sin iairo '... : Pi.:. ..!'• . Ili . ,. SWF, 1 ,4„,,‘I Al*..., ••• • •,4Ikn . .44 i N .... • . .;. If 4.a i _ • • ••• . t imm...._. r _ ,„ ..,,. . .... . .., se. i• 1 '" 11 •• 11 1 4 • 1 ••• • 1 ' b 1• , • .41)1 . ....,• . .. . _ . . r ,.. • .....,_ _ . . ..„..., . . . ,i 41. ... .• * r. • 111164•40.;•", e' ' 1141,411411 .. . , .., J • -41bN r, - . II ilo . allir' "11....% i k I 1111111141r' 04 ,N ift. I . ..,. a MIAMIBEACH ie. Conclusion The Restroom Index program is utilized to communicate the status of the level of service regarding public restrooms in Miami Beach. The results, ranging from 1.0 (very well maintained) to 6.0 (not maintained), provide an understanding of what criteria perform well and which do not. By analyzing the results, change can be made in areas in need of improvement so that the City of Miami Beach may provide better quality public restrooms. Quarterly data is shared with the commission via LTC with input from responsible department(s) regarding opportunities to improve performance. • • MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT • , Tel:305-673-7490. • ADDENDUM NO. 1 • REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES AUGUST 18, 2017 This Addendum to 'the above-referenced RFP is issued in response. to questions from issued b . the City.. The RFP is prospective proposers, or other clarifications and revisionsY Y amended in the following particulars only (deletions are shown by strikethrough and additions ' are underlined). - , I. MODIFICATIONS: • I. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Wednesday, September 20, 2017, at the following location: City • of Miami. Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 331.39. 2, DEADLINE FOR RECEIPT OF QUESTIONS DATE AND TIME. The deadline for the receipt of questions is extended until 5:00 PM, on Thursday, August 31, 2017. 3. RFP SOLICITATION TIMETABLE REVISED BELOW:. i RFP Issued JULY 27, 2017 ' Pre-Proposal Meeting • . AUGUST 9, 2017 at 10:00 AM Facilities Site Visit AUGUST 24, 2017 from 8:30 AM to3:30PM Deadline for Receipt of Questions AUGUST 26 31, 2017 at 5:00 PM Responses Due • SEPTEMBER 6 20, 2017 at 3:00 • PM • Evaluation Committee Review TBD • -. Tentative'Comri ssion.Approval TBD • Authorizing Negotiations Contract Negotiations otiations Following Commission Approval 4i ADDENDUM NO.1 REQUEST FOR PROPOSALS(RFP)2017-070.JC JANITORIAL SERVICES • {• 4. SITE VISITS. Voluntary site visits of key facilities will be conducted on Thursday, August 24, 2017, from 8:30 AM until 3:30 PM, assembling at 8:15 AM in front of Miami Beach City Hall, 1700 Convention Center Drive, Miami Beach, FL 33139. Please meet in the 1st Floor breezeway, outside the City Hall main entrance, adjacent to the elevator bank. Additionally, at the conclusion of the City Hall Campus/1755 Offices site visit, the City will provide bus service transportation to and from all remaining sites for attendees. Below is the schedule of locations, I times, and contact information: Location Site Address Time of Site Visit Contact Person Contact#. 1755 Offices/Garage 1755 Meridian Ave 8:30 a.m.-8:55 a.m. OnieIToledo 305-613-7823. City Hall1700 Convention Center • 9:00 a,m.-9:25 an, OnieIToledo 305-613-7823 Miami Beach Police Station Headquarters 1100 Washington Ave 9:40 a.m.-10:10a,m. OnleIToledo 305-613-7823 Police Garage 1100 Washington Ave 9:40 a.m.-10:10 a.m. OnieiToledo 305-613-7823 Historic City Hall 1130 Washington Ave 10:15 a.m.-10:35 a.m. Onlel Toledo 305-613-7823 7th Street Garage 210-7th Street 10:50 a.m.-11:10 a.m. Mark Morgan 305-401-2605 Flamingo Pool Facility 999-11th Street 11:20 a.m.-11:35 a.m Onlel Toledo 305-613-7823 12th Street Garage 512-12th Street 11:45 a.m.- NOON Mark Morgan 305.401.2605 17th Street Garage 640-17th Street 12:15 p.m.-12:35 p.m Mark Morgan 305-401-2605 Ocean Front(Auditorium,Beach Patrol, 305-..613.7823 ' South Pointe Park) 10010cean Drive 12:50 p.m.—1:10 p.m. Oniel Toledo Public Works Operations 451 Dade Blvd 1:25 p.m.-1:40 p.m. Rene Guerra 305.389-9688 • Scott RakowYouth Center and SRYCIce.Rink 2700 She Man Ave 1:55 p.m.-2:20 p.m. Rene Guerra 305-389-9688 42nd Street Garage 400-42"d Street 2:35 p.m. 2:50 p.m. Mark Morgan 305-401-22605 ; North Shore Park Youth Center/Tennis 501-72nd Street 3:05p.m.-3:25p.m. Rene Guerra 305.389.9688. A FORTHCOMING ADDENDUM WILL BE ISSUED WITH RESPONSES TO ANY ADDITIONAL QUESTIONS RECEIVED. . . Any questions regarding this Addendum should besubmitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCc�miamibeachfl.qov. . Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov ' Proposers are reminded to acknowledge receipt of this addendum as part of your RFP i submission. i i 'icvrely., pi kr- - Al.-►• De, ' Precut': ent Director • ...vu 1 ADDENDUM NO.I ' REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES • S MIMIBEACH J4 • City of Miami Beach,1755 Meridian Avenue,3'd Floor,Miami Beach, Florida 33139,www.miamibeachfl.dov PROCUREMENT DEPARTMENT Tel:305.673-7490. • • ADDENDUM NO.2 REQUEST FOR PROPOSALS (RFP) 2017-070-JC • JANITORIAL SERVICES September 7, 2017 This Addendum to the above-referenced. RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Wednesday, October 11, 2017, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami ' Beach, FL 33139 ; U. ANSWERS TO QUESTIONS RECEIVED. 0 Q1.: When will the City answer vendor questions received? Al: The City will issue a forthcoming addendum with responses to proposers' , questions, as answers are received from the respective department. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual, named below, with a copy to the City Clerk's Office at RafaelGranado cr,miamibeachfl.gov_. Procurement Contact: Telephone: Email: Jason.Crouch 305-6737000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission.,/7 erely Ale lienis Pr• rement Director ADDENDUM"NO.2 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES 1 • • MIAMBEACH • City of Miami Beach, 1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 3 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES October 2, 2017 • This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP,is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). • I. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Wednesday, November 1, 2017, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department.to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.00v, • Procurement Contact: Telephone: Email: • Jason Crouch 305-673-7000, ext. 6694 JasonCrouch©miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. • Si c rF y, •• 1 • A ' i-cis rocu -ment Director • • . • I • ADDENDUM NO.3 ; REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES • • • ' y , MIAMBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel:305-673-7490. ADDENDUM NO. 4 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES • October 13, 2017 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposalsis extended until 3:00 PM, on Thursday, November 9, 2017, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. • 2. DEADLINE FOR QUESTIONS RECEIVED. The deadline for the receipt of . questions is extended until 5:00 PM, on Monday, October 30, 2017. 3. PRESSURE CLEANING. All RFP references for pressure cleaning and/or pressure washing services 'shall be removed, and will not be consideredfor this RFP. The City may include these services on.a future solicitation. Pressure /'`leaning - 1 A a--- --e- - _- - e- - - -- C. _ - - - - - e - - -e-- - - - _ -- e e e • - - . t 1 ADDENDUM NO,4 REQUEST FOR PROPOSALS(RFP)2017-070-JC • JANITORIAL SERVICES I e. --- - - , • _, - ••• _ -••-••••* - - - - - • f. - - - •- _ ..-- - - •• - -- •- - ..• operations of the Facilities. g. Qpe - e - - •-- - • - - - - - -- - • , - e•- . • • • h. - - - --- •' - - - - - -• - - - - • - - - • - • •- Contract Manager and retained for five (5) years. Gq Pressure Cleaning Annual-Cost at 3x Pcr Year $ Il. REVISED ATTACHMENT. Appendix E: Revised Cost Proposal Form . Failure to submit the attached Revised Cost Proposal Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. III. SITE VISITS: A second voluntary site visit of key facilities will be conducted on: Friday, October 20, 2017, from 8:30 AM until 12:45 PM. Please assemble at 8:15 AM in front of Miami Beach City Hall, 1700 Convention Center Drive, Miami Beach, FL 33139, Ground Floor breezeway, main entrance, adjacent to the elevator bank. Additionally, the City will not be responsible for the cost of parking and/or transportation for attendees. Below is the schedule of locations, times, and contact information: location Site Address Time of Site Visit Contact Person Contact# 1755 Offices/Garage 1755 Meridian Ave 8:30.a.m..-9:00 a.m.. Oniel Toledo 305-613-7823 City Hall 1700 Convention Center 9:00 aim.-9:30 a.m. Oniel Toledo 305-613-7823 Miami Beach Police Station Headquarters 1100 Washington Ave 9:40 a.m.-10:10 a.m. Oniel Toledo 305-613-7823 Police Garage 1100 Washington Ave 10:10 a.m.-10:20 a.m. Oniel Toledo 305-613-7823 Historic.City Hall 1130 Washington Ave 10:25a.m..-10:45a.m. Oniel Toledo 305-613-7823 12th Street Garage 512 12th Street 10:50 a.m.- 11:05 a.m Mark Morgan 305-401-2605 Flamingo Pool/Tennis Facility 999 11th St 11:20 a.m.-11:45 p.m. Oniel Toledo 305-613-7823 Public Works Operations 451 Dade Blvd 12:00 p.m.-12:20 p.m. Rene Guerra 305-389-9688 Scott Rakow Youth Center and SRYC Ice Rink 2700 Sheridan Ave 12:25 p.m.-12:45 p.m. Rene Guerra 305-389-9688 Additional questions received will. be answered in a forthcoming addendum. Any questions • regarding this Addendum should be submitted in writing to the Procurement Department to the 2 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a,miamibeachfl.gov. Procurement Contact: Telephone: Email: � Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Si ly, A xDe rocur ent.Director % J 3 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES • APPENDIX E • • Olt; 5.wzifeg --N1 A 4 # , I '1 1 V I a v be 4A Revised Cost Proposal Form • 2017-070-JC Janitorial Services Failure to submit the attached Revised Cost Proposal Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. • PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 • • ..... _Ks. • . b • L11.• • 42 • COST PROPOSAL FORM . Failure to submit Cost Proposal Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, • specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices,delivery delays,taxes, insurance,cost indexes or any • other unless a cost escalation provision is allowed herein and, has been exercised by the'City Manager in advance:The Cost Proposal Form shall be.completed mechanically or, if manually, in ink.Cost Proposal Form completed in pencil shall be deemed non-responsive.All corrections ; on the Cost Proposal Form shall be initialed. . I ZONE 2 Description Quantity U/M Unit Cost Extended Total Item _(Quantity_X_Unit_Cost) 1 Al Electrowave Building . 52 Weekly $ $ • A2 Fleet Maintenance 3 buildings 52 Weekly $ $ A3 Sanitation Administration Offices 52 Weekly $ $ ' A4 210-2nd Street Collins Court 52 Weekly $ . $ A5 South Point Police 52 Weekly $ , $ A6 MBPD Internal Affairs 52 weekly $' $ Police Station Headquarters A7 (Includes porter) , 52 ' Weekly $ $ A8 Police Garage 52 Weekly $ $ A9 Historic City Hall 52 Weekly $ $. ' . A10 Fire Station#1 52 Weekly $ $ All Boys&Girls Club 52 Weekly $ . $ Al2 555 Building 52 Weekly $ $ A13 Sanitation Storage 52 ' Weekly $ $ A14 South Shore Community Center 52 Weekly $ $ A15 PAL Building ' 52 Weekly $ ' $ A16 10th Street Beach Patrol 52 Weekly $ $ All. South Pointe Park Ocean Rescue.Facilities 52 Weekly $ $ A18 10th Street Auditorium 52 Weekl $ $ . . ZONE 2 TOTAL ANNUAL COST $ ZONE 3 Total Item . * Description • Quantity U I M Unit Cost (Quantityx_Unit_Cost) E31 , Marine Patrol. 52 Weekly $ • $ B2 Property Management 52 Weekly $ $ B3 'Public Works Operations 52 Weekly $ $ . B4 Fire Station#2 Administrative Offices 52 Weekly $ ' . $ B5 Fire Station#2 52 Weekly $ $ • B6. Fire Station#2 Historic 52 Weekly $ $ -� �- 43 • f I B7 Scott Rakow Youth Center(includes porter) 52 Weekly $ $ B8 Scott Rakow Youth Center-ICE RINK 52 Weekly $ $ B9 Fire Station#3 52 Weekly $ $ B10 Police Sub Station North Beach 52 weekly $ $ B11 Fire Station#4 52 Weekly $ $ B12 Byron Carlye Theatre 52 Weekly $ $ B13 Old Library 52 Weekly $ $ B14 Normandy Shores Guardhouse 52 Weekly $ $ B15 Log Cabin 52 Weekly $ $ ZONE 3 TOTAL ANNUAL COST i ZONE 4 Total Item Description Quantity U1 M Unit Cost (Q uantityX_Unitcost) Cl 7th Street Parking Garage 52 Weekly $ $ C2 12th Street Parking Garage 52 Weekly $ $ C3 13th Street Parking Garage 52 weekly $ ' $ C4 16th Street Parking Garage52 Weekly $ $ C5 17th Street Parking Garage 52 Weekly $ $ C6 Pennsylvania Parking Garage 52 Weekly $ $ C7 42nd Street Parking Garage 52 Weekly $ $ C8 Sunset Harbour Parking Garage 52 Weekly $ $ C9 12th Street Parking Garage 52 Weekly $ $ - ZONE 4 TOTAL ANNUAL COST .$ ZONE 5 ° ' Total Item •Description Quantity U!M Unit Cost (Quantity_)(Unit_cost) D1 Rope and Post 52 Weekly $ $ D2 Beach-South Pointe to 87th Terrace 52 Weekly $ $ D3 Mobi-Mats , 52 Weekly $ $ D4 Boardwalk 52 Weekly $ $ D5 Beachwalk 52 Weekly $ - $ D6 Sand Fence 52 Weekly $ $ D7 Beach Showers 52 Weekly $ $ D8 Lifeguard Stands 52 Weekly $ $ ZONE 5 TOTAL ANNUAL COST $ 'ZONE 6 Total Item Description Quantity U I M Unit Cost (Quantity X_Unit Cost) El Flamingo Pool Facility 52 Weekly $ $ E2 Normandy Isle Park Pool Facility 52 Weekly $ $ E3 Crespi Park Building 52 Weekly $ $ E4 Muss Park Building 52 Weekly $ $ E5 Stillwater Park Building 52 Weekly $ $ I • E6 Tatum Park Building 52 Weekly $ $ • E7 North Shore Park Band Shell-Amphitheatre 52 Weekly $ $ . E8 North Shore Park Youth Center/Tennis , 52 Weekly $ $ E9 Fairway Park Pavillion 52 Weekly $ $ E10• North Shore Open Space Park Pavillion#1 52 Weekly $ $ E11 North Shore Open Space Park Pavillion#2 52 Weekly $ ' $ E12 North Shore Open Space Park Pavillion#3 52 Weekly $ $ El 3, North Shore Open Space Park Restroom#1 52 Weekly $ $ E14 North Shore Open Space Park Restroom#2' 52 - Weekly $ $ E15 North Shore Open Space Park Restroom#3 . 52 Weekly $ $ E16 Normandy Shores Park Restroom&Storage 52 weekly $ $ E17 South Pointe Park Restroom 52 Weekly $ $ Marjorie Stoneman Douglas-Beach E18 Restroom -3rd Street 52 Weekly $ $ E19 Lummus Park-Beach Restroom-6th Street • 52 Weekly $ $ E20 Lummus Park-Beach Restroom 10th Street 52 Weekly $ $ Lummus Park-Beach Restroom 14th E21 Street 52 Weekly $ $ ! E22 Collins Park-Beach Restroom.-21st Street 52 Weekly $ $ Pancoast Park-Beach Restroom -35th E23 Street 52 . Weekly $ $ Indian Beach Park-Beach Restroom-46th • E24 Street 52 Weekly $ $ Beach View Park-Beach Restroom-53rd E25 Street 52 Weekly $ $ , E26 Allison Park-Beach Restroom -64th Street 52 Weekly $ $ • E27 North Shore Open Space Trailer Offices 52 Weekly $ $ E28 Parks Maintenance Facility 52 Weekly $ $ E29 Flamingo Park Tennis Center 52 Weekly $ $ • Flamingo Park Baseball,Softball,&Football E30 Field Restrooms . 52 Weekly $ $ E31 Unidad Public Restroom 52 Weekly $ $ E32 North Shore Open Space Trailer Offices . 52 Weekly $ $ E33 Parks Maintenance Facili 52 Weeki $ $ ZONE 6 TOTAL ANNUAL COST $ •ALL ZONES (2.6) TOTAL ANNUAL COST $ ADDITIONAL SERVICES'(AS NEEDED), ' • G1 Carpet Deep Cleaning Cost Per Square Yard $ G2 Steam cleaning of chairs Cost Per Unit Cleaned $ G3 Steam cleaning of sofas S Cost Per Unit Cleaned $ 45 G4 • Pressure-Gleaning Annual-Gest at 3x Por YO3K $ Bidder's Affirmation • Company: Authorized Representative: • • Address:. Telephone: Email: • Authorized Representative's Signature: a:.=.=.grfryurrzymr.=.ttt....a. mme.m.sserenor 46 • MIAMI BCH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 5 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES November 2, 2017 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. RFP DUE DATE AND TIME: The deadline for the receipt of proposals is extended until 3:00 PM, on Tuesday, November 28, 2017, at the following location: City of Miami .Beach, Procurement Department, 1755 Meridian Ave, 3`d Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado c@miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch©miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. c•re i A'ex D -nis Pro/ement Director 1 ADDENDUM NO.5 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES M 1 EACH . • ,, . City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 6 REQUEST FOR PROPOSALS (RFP) 2017-070-JC - JANITORIAL SERVICES November 20, 2017 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). . I. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Friday, December 8, 2017, at the following location: City of' Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the , City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. Procurement Contact: Telephone: Email: • • Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov . Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. - ' 1 S' c r'ly IFo Mk exD/ment ' i !roc Director ' I , ADDENDUM NO.6 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES . •i Iv' •iAMEEAcH • City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami/Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 7 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES December 1, 2017 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by. the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: • 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Friday, December 15, 2017, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming. addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to ' the City Clerk's Office at. RafaelGranado(a miamibeachfi.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. /11 er lex nis ro ement Director 1 + ADDENDUM NO.7 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES / / iAM1.E..L. .ACH.. City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490: ADDENDUM NO. 8 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES December 8, 2017 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, ,or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. REP DUE DATE AND TIME. The deadline for the receipt of proposals is extended . until 3:00 PM, on Thursday, December 21, 2017, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139.. Additional questions received will be answered in a forthcoming addendum. Any questions. regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado( miamibeachfl.gov. Procurement Contact Telephone: Email: Jason Crouch 305-673-7000., ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sincerely, Alex Denis Procurement Director ADDENDUM NO.8 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES MIAMI .,..... EACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 9 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES December 13, 2017 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Thursday, December 28, 2017, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Si�/ncerely, J Alex Denis Procurement Director I ADDENDUM NO.9 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 10 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES December 19, 2017 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Tuesday, January 9, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. , Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoamiamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sincerely, Alex Denis Procurement Director ` I ADDENDUM NO. 10 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES , , MIAM1BEACH , ,,, City of Miami Beach, 1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT•DEPARTMENT Tel:'305-673-7490. ADDENDUM NO. 11 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES . January 2, 2018 _ This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the:receipt of proposals isextended until 3:00 PM, on Friday, January 19, 2018, at the following location: City of Miami 'Beach, Procurement Department, 1755 Meridian Ave, 3`d Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum.. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado c(D.miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sincerely, ' Alex Denis Procurement Director 1 ADDENDUM NO.11 , REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES • M.IAMIB.EACH • • • City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami.Beach, Florida 33139,www.miamibeachfl;ciov • PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 1.2 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES • January 12, 2018 This Addendum to the above-referenced RFP is issued in response to questions from. prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. REP DUE DATE AND TIME. The deadline for the receipt of proposals isextended until 3:00 PM, on Friday, January 26, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave,:3`d Floor, Miami Beach, FL 33139. • Additional questions received will be answered in a forthcoming addendum.. Any questions regarding this Addendum should be submitted in writing to=the Procurement Department to the ' attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado c@miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamib.eachfl.goV Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. I e� , Alexnis Pro rement Director • . I ADDENDUM NO.12 REQUEST FOR PROPOSALS(RFP)20.17-070-JC JANITORIAL SERVICES • MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfimov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 13 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES January 19, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Friday, February 2, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch • miarnibeachfl.Nov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Si -rely Libre Denis " curement Director I ADDENDUM NO.13 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139, www.miamibeachfl.gov,Tel:305-673-7490. • ADDENDUM NO. 14 REQUEST FOR PROPOSALS (RFP) 2017-070-JC JANITORIAL SERVICES January 26,2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined . No further que'stions_will be considered;and no further extensions will be made. MODIFICATIONS: t RFP DUE DATE AND TIME. The deadline for the receipt of proposals is.extended until 3:00 PM, on Friday, February 9, 2018, at the following location: City of Miami Beach, Procurement Department; 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. II. REVISED ATTACHMENT. Exhibit B: Revised Facility Zone Locations Exhibit C: Revised Cost Proeosal Failure to submit the attached Revised.Cast Proposal Form shall render proposal non-responsive, and said non-responsive proposal shall not he considered by the City. Exhibit D: Revised Special Conditions Exhibit H: Revised Scope of Services Ilk NEW ATTACHMENT.The following attachments have been added to the RFP. Exhibit A: Employees by Location Exhibit E: Beachfront Restrooms Porter Service Exhibit F,: Ordinance 2017-4143, Living Wage Requirements Exhibit G: Section C3.06 Materials and Equipment - IV. RESPONSES TO QUESTIONS RECEIVED. 01: I am part owner of a disabled owned veteran company. Could we joint venture with another company to pursue this bid? Al: Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. ADDENDUM NO.14 • REQUEST FOR PROPOSALS(RFP)2017-070-JC - JANITORIAL SERVICES MIAM I E AC H PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139, www.miamibeachfl:gov,Tel:305-613-7490. Q2: What is Miami Beach's current monthly cost of janitorial supplies? A2: The City cannot provide the monthly cost of janitorial supplies. The cost ,of janitorial supplies is included in the current contractor's monthly cost for janitorial services, but is not itemized. Q3: What is the distribution of employees cleaning in each zone or property that the' current company is utilizing? • A3: The current contract is performance based. The current contractor must staff each location as necessary to maintain standards. The City does not mandate a specific number of cleaning staff. 04: How many City of Miami Beach employees are there in each facility zone location? A4: Please see attached Exhibit A, Employees by Location: Q5: Zone 2, South Facility Zone :Locations have City Hall, 777 Building/1701,1755 building but these buildings are not on.the cost proposal form under Zone 2 . • A5: Please refer to Exhibit C, Revised Cost Proposal Form. Q6: Is it possible to get all the Zones in an Excel format? A6: No, but all Zones are provided in PDF format. Please refer to Exhibit B. Q7: Is there a monthly estimate of the consumable supply consumption? (Toilet tissue paper, hand towel, hand soap, toilet seat cover, hand sanitizer)? A7: No, there is not.. Q8: Isthere a breakdown of the flooring type in each building? For example how much carpet, vinyl ceramic tile,terrazzo, cement, etc. is in each building? A8: No, there is not. Q9: What is the current city's living wage pay rate? Will the contractor be permitted to increase the billing rate if the City Increases the living wage rate after award of contract? • A9: Please refer toattached Exhibit F, Ordinance No. 2017-4143.. Q10: In reference to Miami Beach. Restroom Index, under the paragraph' titled "Scheduling" it makes mention of 4 different shifts divided by Male and Female. Is this describing how many cleaners there should be checking restrooms per shift? 2 ` ADDENDUM NO.14 REQUEST FOR PROPOSALS(RFP)2017-070-JO '_, JANITORIAL SERVICES • W:iAAi 1. EAH PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139, 'www,miamibeachfl,gov,Tel:305-673-7490. For example Mon-Fri Shift I there should be 4 Male & 4 Female cleaners checking restrooms. A10: No. Proposer must determine how many cleaners are needed per shift to fulfill requirements. Q11: Page 46 asks fpr a Annual Cost for G4 Pressure Cleaning. Is this suppose to be a price per square foot? All: Pressure cleaning has been removed from the RFP. Please see Addendum No. 4. Q12: Are we to assume that the frequency of cleaning each facility is the same amount of days listed in the Hours of Operation column? For example, PAL Building in Zone 2 states hours of operation are Monday through Saturday. Does this mean it should be cleaned 6 days per week? Al2: No, the cleaning frequency and hours vary by location, and are not necessarily concurrent to the normal operating hours. Q13: Do all parking garages have functioning drainage systems? • A13: Yes. Q14: Hours of operation for garages are listed as 24 hours per day. How many times per day does the City expect the contractor to clean/check common areas? If city does not specify a frequency bidders will all price this differently and bids will be all over . the board? .A1.4: City garages operate on a 24 hours per day, 7 days per week basis. The expectation is that the garage shall be clean at all times, to include cleaning of spills,,cobwebs, litter, human or animal waste, and free fromall debris. Frequency for cleaning the common areas of garages is 3 per day, with 2 per day at lesser used garages, such as Penn and 42nd Street garages. Q15: Do all facilities and garages.have dumpsters where cleaning staff can take collected • debris? if not,where can contractor dispose of collected debris? A15:-Yes, dumpsters are available at each location. In the event one is not available, collected trash can be disposed of at Pennsylvania Garage, Sunset Harbour. Garage, or 12th Street Garage, 016: Zone 5 Beach Maintenance. Please provide addresses, hours of operation, square • feet, and all other necessary info to be able to provide an estimate? 3 ADDENDUM NO.14 ' REQUEST FOR PROPOSALS(RFP.)2017-070-JO JANITORIAL SERVICES iv '1A!\A:1 PROCUREMENT DEPARTMENT, 3rd.Floor,Miami Beach,Florida 33139, www.miamibeachfl.gov,Tel: 305-673-7490. • A16: Zone 5 has been removed from"the RFP. J Q17: Zone 2 and Zone 3 have several locations that do not provide address, square footage, etc. Can you please provide this info tocome up with an estimate? A17: Please refer to Exhibit B, Revised Facilities Zone Locations. • Q18: Zone 6 Parks. Most locations are open 12 hours per day 7 days per week. How many times per day is the contractor expected to clean/check up on restroom? A18: Contractor is expected to clean each restroom at a minimum of once every 4-hours, and shall be tracked on a service log. Restrooms are expected to be left clean every evening and ready for use the following morning. Q19: Page 33 states "Contractor shall furnish and install all hand soap and hand towel dispensers, if deemed necessary by the City." This is too open ended to estimate. • Can the city cap this at a certain amount of dispensers? 'What type of dispensers are specified?(Battery, stainless steel, manual, etc.)? A19: Scope of services have been revised. Please see attached Exhibit G. Only installation .is required, but not to furnish. Type of dispensers utilized is as follows: Hand soap dispenser (plastic with foam cartridge), Paper towel dispensers (None battery, stainless or Plastic for roll and C-fold 'type), Toilet paper dispensers (Plastic Mini Jumbo Roll, 750ft). Q20: Please confirm 'that as discussed at the meeting, on page 13, 2.5 Financial Capacity requirement is removed, and vendors need not respond to that section. A20: Upon request of,the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement contact for the RFP. At this time, the "SQR is not a required, submittal document for TAB 2. • Q21: Page 20 deals'with the living wage yet reflects wages from fiscal year 2012-2013. What are the current living wage rate requirements? A21: Please refer to Q9/A9 of this addendum. Q22: There is a living wage requirement. With the cost of future living wage rate increases an unknown, does the city of f Miami Beach reimburse the vendor for all costs associated with any future increases in the living wage or is the vendor - required to guess at an anticipated cost to factor into our proposals? A22: Please refer to Q9/A9 of this addendum. 4. ADDENDUM.NO. REQUEST.FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139, www.miamibeachfl.gov,Tel: 305-673-7490. Q23: There is no mention of days of service at each facility. Currently as I mentioned in • the.meeting, the incumbent is providing abbreviated services at the majority of buildings with two days of full cleaning and just garbage and restrooms the remaining days. Will this continue.or are you adjusting schedules in all buildings? • A23: Unless otherwise specified by the RFP, proposers shall provide a • recommended level of service, to include frequency of service (i.e., days and hours), staffing plans, and supervision for each facility, which shall be contained within the submitted Comprehensive Cleaning Plan in TAB 3, Approach and Methodology. Q24: Is the pressure cleaning referenced on Page 32 for all buildings in the contract? A24: Pressure cleaning has been removed from the RFP. Please see Addendum No. 4.• Q25: With respect to page 44, "Zone 5," will this,zone be removed? A25: Zone 5 has been removed from the RFP, and will not be considered at this time. Please refer to Exhibit C, Revised Cost Proposal Form. Q26: Item D1, please define what rope and post is,-how much of it there is and what are our responsibilities and task frequencies? • A26: Zone 5 has been removed from the RFP. • Q27: Item D2, please define what Beach-South Pointe to 87th Terrace constitutes, how much of it there is and what are our responsibilities and task Frequencies will be? A27: Zone 5-'has been removed from the RFP. Q28: Item D3, please define what Mobi-Mats are, how many of them there are, the square footage of themats, what you wish done with them, (ie; vacuumed, blown, scrubbed) and what the task frequencies are? A28: Zone 5 has been removed from the RFP. j Q29: Item D4, please define what the Boardwalk is, which ones, where, what you wish• done to them and how many times per day your frequency will call for the task? A29: Zone 5 has been removed from the RFP. Q30: Item D5, please define what the Beachwalks are,which ones, where, what you wish done to them and how many times per day your frequency will call for the task? 5 ADDENDUM NO.14 • REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES MIAMI3 PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida33139, www,miamibeachfl.gov,Tel:305-673-7490. A30: Zone 5 has been removed from the RFP. Q31: Item D6, please define;what the Sand Fence is, how much of it there is, how much of it we will be responsible for, and what our responsibilities are and the frequency you wish the task to be performed. If I am not mistaken the fence runs from South Pointe to 87 Street? A31: Zone 5 has been removed from the RFP. Q32: Item D7, Beach Showers; please define, how many, the locations, and what are our responsibilities and task frequencies will be? A32: Zone 5 has been removed from the RFP. Q33: item DO, please define what we will be doing at the Lifeguard Stands, how many there are`and how many days per week we will be providing service? A33: Zone 5 has been removed from the RFP. 034: Who is responsible for the garbage collected from all bathrooms from south, pointe to 87th street, as well as around the fence line, boardwalk, beachwalk, sand fence, lifeguard stands, etc. Are there dumpsters located or does it need to be hauled away and if so, who is responsible for the hauling, and how is the hauling to be performed? If there is a vehicle involved, is it provided by the city? A34: The contractor' is only responsible for all garbage collected from the • restrooms. Contractor may use their own vehicle to transport garbage to designated points as established by the City's Sanitation Department. Q35: Page 33, Supplies. You have proprietary dispensers throughout some of your facilities. Are you mandating specific, soap, paper and plastic products, and if so what are they as they will directly impact our pricing? i. 1 A35: The City does not mandate a brand of'soap, paper, or plastic product under this RFP; however, green chemical standards are required, Please refer to Section 3.06, Green Cleaning Requirements, for further guidance :on The City's standards for cleaning products and processes. 036: What is the current value of the current contract? A36: Contract expenditures for FY17 totaled $2,119,716.44 Q37 What hours are required and times to clean the restrooms at the beaches and the parks'? 6 ? ADDENDUM NO.14 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES • MIIAAA! H PROCUREMENT DEPARTMENT,3rd Floor,Miami:Beach,Florida 33139, www.miamibeachfl.gov,Tel:305-673-7490. A37: Please refer to attached Exhibit E, Beachfront Restrooms Porter Service. Q38: On the pricing page 45, are the entries "E28" and E"33" the same, or for different buildings? A38: E33 is a duplicate line and is removed in the Revised Cost Proposal Form. Q39: On the pricing page 45, are the entries "E27" and "E32" the same or for different buildings? A39: E32 is a duplicate line and is removed in the Revised Cost. Proposal• Form. Q40: On the pricing page 44, are the entries "C2" and "C9" the same or for different garage buildings? A40: C9 is a duplicate line and is removed in the Revised Cost Proposal Form. • 4 Q41: The City of Miami Beach Garage Index Manual introduction page lists 10 garage addresses, yet the pricing page 44, "Zone#4" lists only 9 for pricing. Please clarify. A41: Please refer to Exhibit C, Revised Cost Proposal Form. 1755 Meridian Garage has been added. Q42: On page #32 of the specifications you request pressure cleaning to be performed three (3) times per'year and you ask for an annual cost on page 46. Can we be provided the square footage being requested to be cleaned, or can the city simply insert a line item asking for a cost per square foot to pressure.clean, rather than an 'annual cost since there is no square footage available. A42: Pressure cleaning has been removed from the RFP. Please see Addendum No. 4. Q43: is the winning vendor required to purchase any or all dispensers and how long will reimbursement be? A43: The City will purchase all dispensers. Please refer to attached Exhibit 0, Section C3.06, Materials and Equipment. Q44: Will the City provide us with specific amount of employees wanted and specific frequency of visits at each location? The more information all bidders have, the more accurate the bid will be? ADDENDUM NO.14 REQUEST FOR PROPOSALS(RFP)2017-D70-JC JANITORIAL SERVICES . ,, _ ) AIAIv EEACH PROCUREMENT DEPARTMENT, 3rd Floor,Miami Beach,Florida 33139, www.miamibeachfLgov,Tel: 305-673-7490. A44: Unless otherwise specified by the City, the proposers should provide a recommended level of service for each facility. Q45: Will the City provide the cleaning/janitorial employees with paid parking during their cleaning visits at each location? . • A45: The City will provide paid parking, during scheduled service hours, to • _ staff of the janitorial services contractor. ..- Q46: Intentionally Deleted. ' Q47: is there courtesy parking for all beachfront cleaning available to cleaners and if not, . where do the cleaners park? A47:, No courtesy parking is available. Parking for employees shall be the responsibility of the contractor. Q48: Where will all the refuse from beachfront cleaning go, and how do we get it there? A48: Contractor shall use their own vehicles to transport garbage to designated points approved by the Sanitation Department. Q49: City Hall. Is the 99,000 sq ft all the interior space or does that include the exterior walkway/common areas on each floor? ' A49: Interior space only. , Q50: City Hall. We were told there were 2 common area main restrooms per floor plus 3 on 4th floor, 1 in mayor's office, and 1 in city manager's office. This equals 13 restrooms but Bid document states there are 24. Please clarify. A50: There are two (2) common area restrooms per floor, for a total of eight (8). One (1) in the mayor's office. One (1) in the City Manager's office. Two (2) next to the Commission, Chambers. One (1) next to City Clerk's office. Thirteen (13) total. Exhibit B, Revised Facilities Zone Locations reflects this correction. Q51: City Hall. Common area restrooms had paper towel dispensers that were empty but there were also electric hand dryers. is the intention of the City to replace the hand towel with hand dryers? A51: There is currently no plan to replace all towel dispensers. fl ADDENDUM NO.14 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES 1 f BE •CH PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139,. • www.miamibeachfl..gov,Tel:305-673-7490. Q52: City Hall, 1755 Meridian, 1701 Meridian are not listed in the price sheet? A52: Please refer to Exhibit C, Revised Cost Proposal Form. Q53: 1701 Meridian Building. 4th floor has a couple suites (40.1 and 402) thatare leased ' out and not.part of the contrast.What is the square footage of these suites? A53: Suite 401 is required in the contract, but not Suite 402. Suite 401 is approximately 2,000 square feet. • Q54: 1701 Building: Are the suites not included in this contract included in the 28,000 sq ft listed in the bid document? A54: No they are not 'included. The 28,000 square feet is what needs to be serviced. Q55: Police Dept. How many hours per week is the porter required to be onsite cleaning? A55: 40 hours per week. Q56: Police Dept. Is there night cleaning and if so how many days per week? A56: Yes. Everyday. Q57: Parking Garages. How many times per day do they need to be cleaned? A57: 7th, 12th, 13tH, i6 Street Garages are currently being cleaned 3 times per day. 17th, 42nd, Penn Garage, 1755 Meridian, and Sunset Harbor are currenty being cleaned 2 times per day. Q58 10th Street Auditorium. Is the Welcome Center part of the 11,884 sq ft stated in the bid? if so how manysquare feet is the Welcome Center so we can reduce it? A58: Yes, the Welcome Center is included. Exact square footage of the Welcome Center is unknown. Q59: Flamingo Park Baseball, Football. There were 2 large open rooms that had VCT flooring but did NOT have any floor finish on it at all. Is this intentional or will the contractor have to apply floor finish to these rooms as per the specifications? A59: Contractor shall maintain all;floor types according to the periodic floor services,as identified in the RFP. 9 ; ADDENDUM INO.14 REQUEST FOR PROPOSALS(RFP)2017=070-JC JANITORIAL SERVICES M1AIA . - ' PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139, www.rnianibeachfl.gov,Tel:305-673-7490. Q60: Flamingo Park Baseball, Football. Is the cleaning performed 5 days or 7 days per week? A60: Current being cleaned at 7 days per week. Q61: Scott Rakow Youth Center. Is the outdoor patio included in the 55,118 sq ft listed in the bid document? A61:Yes. Q62: Flamingo Pool. Is the 10,000 sq ft stated In the bid include the flooring all around the pool? Does this area need to be cleaned? Bathrooms and small office are what was said to be part of the contract and these areas measure a lot less than 10,000 sq ft. A62: Yes, flooring area around the pool ("pool deck") is included and needs to be cleaned accordingly. • Q63: Flaming Pool. Is cleaning 5 or 7 days per week? A63: 7 days per week. • Q64: Scott Rakow Youth Center. Is the basket ball court included? A64:Yes. Q65: Scott Rakow Youth Center. How many day and night :porters are there and how many hours per week are they onsite? • A65 7 days per week,with a dedicated porter for 12-hours daily. 066: Scott Rakow Youth Center. Is cleaning:5 Or 7 days per week? A66: 7 days per week. Q67: Public Works. How many days per week is:the cleaning? A67: 4 days: Tuesday, Friday, Saturday, and Sunday. Q68: What was the 1st, 2nd &3rd lowest bid submitted last time this contract was bid? A68 Bid award results of ITB 269-2013ME were as follows: Groups 1 and 2, Primary Award to United Services, Inc. at $1,358,869; Group 1, Secondary Award to. Service Keepers Maintenance at $905,526.96; and Group 2, Secondary Award to ISS Facility at$564,379.20. 10.i ADDENDUM NO.14 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES ACH tA1AJV .1 i i PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139, www.miamibeachfl.gov,Tel: 305-673-7490. Q69: During the site visit we were told Zone 1 was now included in the scope of work. Can you provide details of it, locations, hours of operation, square footage, elevators,.floors, restrooms, stairwells, layouts, occupancy load, etc.? A69: Zone I will not be included in this RFP. • Q70: Please confirm, for the Historic City Hall, the scope of work just includes 7th & 8th ' floor, and restrooms from 3rd & 8th floor, 1 per floor. A70: Correct. Also, cleaning of all commons areas throughout buildingis required. • Q71: Does every facility hpve a storage room for janitorial purposes? A71: Yes. Q72: Who is the current vendor? A72: United Services, Inc. Q73: There are several buildings that don't have any square footage in this RFP (Historic City Hall, Fire Station #1) are these going to be provided? A73: Historic City' Hall is 34,880 sq ft. Fire stations have been removed from the RFP. Please refer to Exhibit C, Revised Cost Proposal Form, attached. • Q74: What is the frequency of service at each location? A74: Unless otherwise specified by the City, the proposers should provide a recommended level of service for each facility. Q75: During the pre-bid meeting a discussion took place whereby the breakdown of floor types would be researched and presented to potential bidders. A75: No additional flooring specifications are available at this time. • • Balance of Page Intentionally Left Blank. • • 11 t ADDENDUM NO.14 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES IAMIBEACH AA PROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139, www.miamibeachfl,gov,Tel: 3.05-673-7490. Q76: The floor care as listed in pages 29-32 is to be included according to the frequency listed correct? A76: Correct. The frequency listed is the minimum expectation for floor care services. Additionally, in Exhibit C, Revised Cost Proposal, the City requires floor care pricing for future "as-needed" services, which may be required by the City. Q77: Is parking provided by access or permit at the garages and other locations? Al: Parking will be provided by access to the respective locations. Q77: Does the city make 12 monthly payments per year for this proposal? Al: Yes, the contractor will invoice the City monthly for janitorial services pursuant to award of contract. Q78: Does the service have to be provided during hours of operations detailed on Appendix G or out of those hours? • A78: No, services may be performed outside of the normal hours of operation depending on the requirements of the facility and the respective department needs ' Q79: What facility needs day porters if any? A79: Please see Exhibit H, Section I Day Porters. - Q80: What if frequency of service isn't dictated for a specific facility? A80: The City expects proposers to provide proposed frequency and service levels where not specified by the RFP. . Balance of Page Intentionally Left Blank 12 ADDENDUM NO.14 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES • 1 • Q81: Are all desk cleaning consider"hands off"? A81: Personal items, of City staff and City equipment on desks should not be touched by cleaning staff; however, it is acceptable to clean and dust around said items. Q82: Is there any CAP (minimum or maximum) establish for total proposal cost? A82::No. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual. named below, with a copy to the City Clerk's Office at RafaelGranado(a.miamibeachflgov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JesonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sire , Ale, De Pro, ement Director • • i J • • 12 ? ADDENDUM NO:14 REQUEST FOR PROPOSALS(RFP)2017-070-JC I JANITORIAL SERVICES • . . Exhibit A Employees by Location 1 • • • . I • • • • 1 • Employees by Location . Location Total Employees Facility Location ASSET MANAGEMENT . 3 1755Meridian 4xe,Offiors,'3rd Floor . BUDGET 10 CIty Hall-1700 Convention Drive,3rd Floor BUILDING SERV-BUILDING 6 City Hall-1700 Convention Drive2nd Floor CAPITAL IMPROVEMENT PROJECTS 31 1701Meridian Avp~2nd Floor CENTRAL SERVICES-CITY CLERK 4 City Hall 1700 Convention Drive,lstFloor. CITY ATTORNEY ' 21 City FlaIl-1700 Convention Drive,4th Floor CITY CLERK 11 City Hall'17OVConvention Drive,1st Floor CITY MANAGER 16 City Hall-1700 Convention Drive,4th Floor CODE COMPLIANCE 53 sss~17thStreet COMMUNICATIONS 17 ` 17O1Meridian Ave,5th Floor EMERGENCY MANAGEMENT 13 Fire Station#\23OVPine Tree Drive,2nd Floor EMERGENCY MANAGEMENT PSCU .53Police-1100 Washington Avenue / FINANCE 63 CIty Hall-1700 Convention Drive,3rd Floor FIRE OCEAN RESCUE 15 1001 Ocean Drive ) FIRE PREVENTION _~ 22 1701 Meridian Ave.,2nd Floor FIRE TRAIIvING COMM 12 Fire Station 02^Admin Offices'13OVPine Tree Drive FLEET MANAGEMENT ' 20 140 Macarthur Causeway HOMELESS OUTREACH 9 355`I7xhStreet .' HOUSING Cok8(0UNnYSERVICE 22 655-17thStreet HOUSING DEVELOPMENT 7 555-17tStreet . HUMAN8ES�OR�E� ' 17 City Hall-1700 Convention Drive,3rd Floor INTERNAL AUDIT 10 City Hall^17OUConvention Drive,3rd Floor . fTxPpLIcATIONu21 1755 Meridian Ave., Offices-4th Floor I 26 176SK4�rid\aoAv�, Offices 4thF\pur IT SUPPORT � ~~^_~ LABOR RELATIONS 1 City Hall^170OConvention Drive,3rd Floor MAYOR/COMMISSION 20 City Hall^�170DConnentionDdvm 4th Floor \ ORGANIZATIONAL DEVELOPMENT - 13 City Hall 1700 Convention Drive,3rd Floor PARKING ADMINISTRATION 20 175SMeridian Ave, Offices^2nd Floor PARKS ADMINISTRATION 15 17V1Meridian Ave.^2nd Floor PARKS AND RECREATION 291 Multiple-on Street _ PARKS MAINTENANCE 19 2100 Meridian Avenue _ PLANNING 26 City Hall-l7VOConvention Drive,2nd Floor 24 Police �1U8VVah(n�on�vauue �� P0U�ECH|EFOFF|C� ' , ° Floor POLICE CRIMINAL INV DIV 90 Police'1zO0'Washington Avenue,4th Floor � POUCs9ATROL2K2 MultipleStreet~on POLICE RDA CITY CENTER ' ' 1 On Stree POLICE SCHOOL GUARD 13 On Street / pOUCESUPPORT SER�CE � 77 On Straet POLICE TECH 21 On Street ' ' PROCUREMENT ` 19 1755 MeridIan Ave..,Offices-3rd Floor PUBLIC WORKS ADMINISTRATION 5 CIty HaIl 1700 Convention Drive'4th Floor PUBLIC WORKS ENGINEERING 42 City Hall-1700 Convention Drive,4th Floor PUBLIC WORKS ENVIRONMENT 11 CIty Hall-.1700 Convention Drive,4th Floor PUBLIC WORKS PROPERTY K8GMT ' 32 1833 Bay Road . PUBLIC WORKSSEWER 30 451 Dade . . ` PUBLIC WORKS STO0MVV&TER 13 4s1Dade Blvd. PUBLIC WORKS STREETS 16 451Dade Blvd. 44 ��IC�de8�d PU8�CVVORKSVV&TER — RISK BENEFITS 5 City Hall-1700 Convention Drive3rd Floor ' ENT `— ' 4 CityH�|'17nO�onxent�nQhvn 3rd Floor —ISK 112 140�uoa�6ur�uosewmy SANITATION — - SBgTSANnAToN 36 140 Macarthur Causeway TOURISM&CULTURAL DEVELOPMENT 13 1755 Meridian Ave, Offices-5th Floor TRANSPORTATION ' 10 Private facility :::- ����Pt*. l ta / ' ! \ ' ' . . Exhibit B • Revised Facilities Zone Locations • • • • • \ YVater Onouponey Prove Name LocadonAddress RITIAMIN_ `•+Wmm Feet PriElevators MERE FoiZ mlmns Load D)My Other a,. j(.Loc m..mw-co s. Ic t inn 05= r s: ad� 1s000���E�J�LOaerR.= w0me. pm-r.Rt i Y` -144 MawpaurCausaw _rx Boas aa0filM1200000111.3111MIUMNIMMIIIIIIIIIIMIUMIIMM - .. s F� a:^, -_--.�- -"fit- x c r-..e: F^ ap t.r..�e .sr-u 5-w� -an. :,at '{� - s .....c. •.1 f L�e.�t='MMra . vatMESZIMtm _ 225wasn• aver nsrnnj)7l.,F:„,a.9.194! 2200MIMEIMM'.]MIKMMIIWMIIW© 11009Ya.h a eaa 100000®MINIE1®® i 1200 IiIMMIMIMME 1100 wa07,-ton av �-...4u. &88 24000 r ©MMORM EE � r z, a•'n ktp r^, wr - s F :.>x s...c .�„ � ... •�. k'7,��`"'+"'a _: t a.,�, .n`fl--`f'�`k' -7t w a u-+> a a3 t s. :`} lr t cL 1*, S-w .r .r ...^°y t-4N +a5 r, at,.:.s,.i�•n6..*3 n :M{ t'1i.SSP.�'n7»r�I^'.� rr ar',1c ra,r z...m.. Fen;F1., 44.-,e tss ,.t 1. -*c4,,s,4.:444.4.4,4444e'44.4ems., Mond0Y F•. 8.005. 6:00 Pm -99,000�0 �°'" ` =111011=111E.' 777-1711,51,5ot m275 .251..1 20 000 Morday-FdAAY&00 !MEM®MIN ®" Sou0t Shore CommuulyCenter 837-fie Street Monday-FMa78:00 am.-690 Monday-Friday 0c.m.00a0 p.l. p.m. 250 PAL 11599, 999 77th Str Y Saturday49807550 arm-5,00 p.m ....111111111111111/1111111111111 nasotln Palo,Fimese Center t00�rr c - -_-+�- •� _ "—'ik 1 f w .ra.�s. ,rum -vw ...; rU"11 __l. T .-. - ..t-.+ str.�C,. :.cr sin„ ..e4. mow. .J` ' ':s iii€a`u,_ .k... rv"I .a ,� :c.c.s ' s-. v. lam'"' •c . >re ,. x,< ' .v 44 \ � OhruPa00y Pro•ady NLocation Noma taa Address Wows ofOperad n \ Load-Dadv Odor v 90 5.,,, -fatL1•1NIIME01311111111CIIIM®fes®�" MIIMIIIIIIIMIIMINIM 3000 451Dade 6vdMamoJ-Fdd700a.m.-8.009m9 �®' R0000.'. 2300 Pine Tree Drive 11:99. 7" 4 ,WnIIII.IMIINIMMIMIMNIMII.MMMIIIIEMEMMIIMMIEMEIIMMIIMIIIMMIMEIMIIIIIIIMMiMIIMMOMMIMIN s.- .,-.,. � -.�: :�--z-�-�.� �y_'_1�.:m..l "��r'-""'°�"_='.'i€, .� •a,._..,_� -. �.e.1u.��€ u�- x<g- k-,.�� L.. � ,s':.� a- k0 «:., vr.:.._.,-r.T..:7Y:.�r,,..: ;^wf'. 'av_�,-..a;,;.,ora_•>' .vz k?v...;.aw ..a... .c,'Cs�z .�ar.=e.u.,crs. r�,x-.aosa ,. '.N3b�. t �;a.._aFP .*- .. :..'tka, =.00x,; :ss e :.,_: ..x F-„ °'4 'Monday-0a.m..1 Wp.m. � 11111111111 Hous Rooms ),BOsI LPmtmspnrs 'Monday 990000.-10.00 Pm. Locker Chang de endin g tapas(ba,OymNd. Scott RekuwYOAh Center Sunday 100045 590000 55119 10 500 Pa8,Fatless Center 900Shendan!WengerMonday-T -'?.t' `�3` ,Y• 1".2 -,n s_�S +* Y 9m 2? x 1 4 € gr Wednesday w to30 � Thursday-Saturday SSO am. 1000 pm ( :§4 a S r`^ 6„, 3.^'1 a Soot Rakow Yeah CentICE WYKIce CNcPenmeter 6930 Indian Creels LOW Monday Fddav8500m 400900 ®��E©�© Der f1' a- r t t ^� 4t �+r .a_. .4 i i - g{E weF"'—'-V .+..�1t r •,.r s .rw^.,a.._.'?'.,s. ,ra: 9 3i- r h t .„3 he .'+^"' -,rs ` rx, _ 5: a c T 'tel M,4. s ::e t8. _'-'_d4'.0_ ,w ,6 rd < �SiET ex.. > ,+.E a. .F F•�-1 • Norman• Shores Guardhouse 20006tattke Dna - ©3=Mi'I' IMIIMENIMMINOMENNEIMINMEMMINIIIIIIIINIM ,442..t OneuvonoY ARIMMES Pro9. N3oee Location Address tours of Operation Scums Feet. PR Eevator L042.2404 Outer • n • • • • • J • • • • • • • MENNIIII!MINEM©�'�' © '94069-09'.0094,999-,•19009 9.10001006 610.3 109 93501'Dles.f^Y.TL_1 iimiimiiiiimillic909_I 'siornmlfiiili91111M '0r000:6-'10990919 0719090-:puo09 lel.' —' 000009"11'110 ,'404pe0•i>e0l �T .. - _ .. u 11.100010 v-1001.1 ,PPV vow." mem 03104094i —___.._ -- __. .—___....__ . __d_43NOZ_ 0•. 0 1:a - .;,,,...,',6.w.^t 9 a. sir ....1'0 1F '"'9 r ',. r_ ,,.. I t 9- i - .:rte y5 ,� iI,,,,-,,,,,,,,,H...,-,,,r,i.-.1,1F."•.r.: l -. =1 T '4,,,,,,,,,,,'7X,,,•,%41.11-5, 4019' m :.x, .. .4 4660 t 1 IT 9 mss,-7,4'''',1,',.''';'''',,,,,,,s K a . '. ,a x^'its C- -'+qL—__Jr iF5�` E L.....�� a rx..,i99 ,*., u, +;�..,A. 1 P, � z ,s ,41 p 9- 400(< e'-011 ,,:.9:409+'...ri a '1L`�h ,+w.-. .09.0-.0-, t• 9..k, k s -•r I a. :-<s- 1.. Ji 9- 49.1 F-_^•I i= t� d - 3Z~ - is lbo a t 3 .o- a x 1. ..lL rv.,,..•k i. e.114- ay} -c:�: I v -9 a r I^-u .. 4.x19 x:� x r _ ,,-;-,,,,:44,;,,,,,,,,,,,,,,,,,..,,,,,,,,,,,,,,,,,,,,,.,,,,,a}, 9-'" 1.99 ,1..r stmt_—...:.y14 ,•,,5.,,,,,,,-4.4..-..,74,,A;•...,,,,,,,,- .. 1>=.s ..9-9--- )I .. `,, v ,r.•44.,....,..11',ae.._..•.r :.;-s 1!awra,�Lesrt,•w-41x,6! 996 31"-Mee1�Jt'-.-"1 •ri:s ...... , y x�.AL .,,�.e�,a.c•- '?'w+:•.-+.1i. <:.t':.:s_f'ra. ,..a _ 10000&PO-P001 ®®L9ew93� tool amps 00000000900 N i:.stsuPPVt0pm0l '009990,09014 R0u0darp 51111 , .._.9090910494080100069999 0 ®�©©OOYGLI 4090.9o44Z�'0'99409099E 900900090061 0ezeg Pa p%01000014111400.0 • smma0Z9 0 ©n©©OOS LOL FAS PRA1seM 00 .r•n*.- 410.1'910 P00 09.09'000.9 90 004 00 9049 000190 • .. 0919 0999040 00091006090 90`0410 P!s00 09005 Opo 09.0910909 of 10099ue0P p 409098440 901499 ` us Was+d 9.000 map es pap sa6ve0 4 paws Vc.l ' 1961010100990 9.08 01009.'00071 to eay aq 10900 009196 0 1111111100SY99 op 9smog nail.00.409 990 0n19entleluen =4 1991, :.0100•IW04 0100s10sw004 941010P000.000049100 GwP0P19 1100 190101009 vs 0Pm19 I p 90 0020440 609.90 900081 900 00090 09pegs sa6e196IJ]00005 940011 'saauelsgns 990419098 0 ©®,osZ'ttZMr enwny 199,9.19409 9911, 1991.9 0999yga 0 Pus WO'PAPP 0099 09 Pm'sea 6:in 000011901901009414 611P0P011011100011P4440 00000 010.101.9 101 400050+9 90 996090000 1190940 9e ivasazl Pus uea es peps.06.e04 00+004 009191 09,199'990 0..0,004 0 9 0 11 009 e4> lop. ©000414 199409-J.-o>9 94eJ9g•4w9at«MSs all 4 mA 009 99091 900.020 64904000140030 999000 190 09094 4 v6Susue099 90 e 000090 700411 we 1900909194 0060106 01 suroo9007011 aea1.10ns=00 PM 0 ��I®OOt HLL e919ntl 049163szM 19St _.. 069009,9990 Poe 00005'10111110 004 001.00111.00.6 • 099 619¢9040 019920 9099 90 004 .0 49700000 ,40 099194 4 0900/190999 P 0909/04440 01,400 ua pnsad pus mop eq CVs sa6mafi 40'0090 07001 0144504090)9091 •saa9ls000 08090 499 0 ©®®009 SB 10900100190 PIe 990909'1099 10 0099 09 119.0901¢6 •...• _ -'6090009rs 01010020 60;094 094,4990 RV'P4000 001090 4 x900 9005 90 4x19090140 90+000 usp2sxd PRs asap eq 9090 00600064 sumo 00001 01310299900449909060 0 ©.®009 E4 4epe99P09ZN4s1a040P 59E 10005 VIZI.-91.9 1969.00/1049.pug swap''91119 eay est'Num 06=006 . • 199909 94 91419020 0490940 9x 05090 9 PPS 7s 09010111 9 409 9 4 000090e990 90 1 00004040 0990090 us=said9®PPP 00 1999 00601054 au0ca 01gnu/ .mss949 ©©�OS4epes019VbL00•0.eP 990 10000 99L-QlZ _ 0•10,01,01•000•10,01,01•0090.YPp0 ''090 004 0910100 000196 0 6fiOZ • 090 99099198 000100910010990 gtwe9.094 1001900 09004 4 wasps-op 10 10 masa va;m0d pue MP.11101P s09v�e64 6.00210ser l 3 t. — " k p . 111.11.11111"r a iy a N rvrvNNNNNrvrvNN. aK �N 000 oN �o bom000 0 00 ' mOo - b�b0 0 0� L',000 0 ob0ob0 yg o m o 0 0 0 §8§ v§§q'' 5M Y . ti H E Q u u �"�. 5 peC k god d ei°odoud¢n E g d d E EE �S Y .: - ^SY. oY'+�g opo o� E! d� domm��9NmFimm4.,P,ui 8$8Sflo$$MO Ill . fLL 1'# i i i i i;�.,� 0.�,9i, ,1,77711v1„ 32 1114 :ill 111', alsk �. �d pg��ag < �' 3 y bmronmrommee5g 1 121 All° ' ' 1111/1111/ 0A.1gE� . . . . . . • . . . . . . • . . . . • 1 . . . ,. . , . . . . • Exhibit Exhibit C . • Revised Cost Proposal Form. • , 1 . • . • . I . , . . . ' 1 . . i . , • • . 1 . i . • . „ , , . . • • • . . .. . . . i . .. . • ! . • .• . - . . . . . . . • . , . : • . . 1 . . . • , . , . . . . . , . . , , 1 , . 4 . . , , .,. . : . . 4 , . . . , . 1 . 1 . . . 1 1 . • • , i . .. • . ' 1 . 1 • c „ - . •, 1 . ' .., , . . . • . .. .. , . . 1 . • . . 1 , . . . • - . . . , . . . . . . . , . . . . . . . . 1 APPENDIX E 1 4. N*t :4 r- ' , r A „- ---b- .4 Ai Revised cosi Proposal 1 Form , . . .. . A .urwmw •• - . mmv .mmr...w+r.mn.nm mw.w..n.vvra._n .. ,f 2017-070-J i c Janitorial Services { .1Failure to submit the attached Revised Cost proposal Form shall render i proposal non-responsive, and said non-responsive proposal shalt not be 1 considered by the City. I PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 , I t REVISED COST PROPOSAL FORM • Failure to submit REVISED Cost Proposal Form,in its entirety and fully executed by the deadline established for the receipt of proposals,will result in proposal being deemed non-responsive and being rejected. Proposer affirms.that the prices stated on the revised cost proposal form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Revised Cost Proposal Form shall be completed mechanically or, if manually, in ink. Revised Cost Proposal Form completed in pencil shall be deemed non-responsive.All corrections on the Revised Cost Proposal Form shall be initialed. ZONE 2Description Quantity U I M .Unit Cost Extended 7`otal Item. _.. f euantity_X_unit_Cost) M aedrioffailgatlikiing 52 Vlieekly $ $ A2 Fleet Maintenance 3 buildings 52 Weekly $ $ A3 Sanitation Administration Offices. 52. Weekly $ $ MA4 0 d ot.G9llins-Court 52 Weekly $ $ AS 'South Point Patios Ocean Rescue 52 Weekly $ $ - A$ MBPD Internal Affairs 52 Weekly $ $ 'Police Station Headquarters • A7 (includes porter) 52 Weekly $ $ A8 Police Garage 62 Weekly $ $ A9 Historic City Hall 52 Weekly $ $ MG biro Station ff1 62 Weekly $ $ •Boys4rGirls-Glula 62 Weekly $ $ Al2 555 Building(17t,St) 52 Weekly $ $ . men-StoFego 62 ` Weekly $ • $ A14 South Shore Community Center 52 Weekly $ $ PAL.Building . A15 (includes porter) ,,. 52. Weekly $ $ MO 10th Street Beach Patrol 52 Weekly $ , -' $ South Pointe Park Ocean lie Front Facilities . A17 ('Includes porter) 52 Weekly $ $ A18 10th Street Auditorium 52 Weekly $ $ City Hall(1700 Convention Center Dr) • M9 (includes ported ' 52 Weekly $ $ A20 1755 Meridian Ave 52 Weekly $ $ A21 777 Building/1701 Meridian Ave 52 Weekly $ S. ZONE 2: SUS•TOTALANNUAL COST $ ZONE-3 (tens _ Description Quantity , ll/Itil Unit Cost Total(Quantity)(Jot cost) B1 Marine Patrol 62 IIM $ $ 1� B2 Prosert Manes ement 52 RN $ $ 63 Public Works 0Ierations 52 IIEN $ $ B4 Fe-Statien Administr-ative_Offisoo 62 Wee . $ $ 11 B6 St do • 62 IrM $ $ 86 fio 62 Wee $ $ Scott Rakow Youth Center B7 includes a orter 52 IIIM $ • $ BS Scott Rakow Youth Center-ICE RINK 52 111M $ ' $ B2 Firo.Stotio62 Weekt .$ $ B10 Police Sub Station North Beach ' 52 IIM $ $ 511 F4rc-Station-#4 • 62 Effli $ $ - i 64-2. L - -• .52 $ $ 813 •I- . 62 Weekl $ $ B14 Normand Shores Guardhouse 52 Ilen $ $ 814 EMIIIIMMINIMI 62 $ $ B16 P.rkin i Meter Sho.Facilit Ba Road 52 Mil $ $ • ` '..... ZONE 3:SUB=TOTAL ANNUAL COST $ . ZONE4 . Item . : •...Description. .Quantity .. 0,f M ...... . Unit Cost .;.- _ Total(Quantity.xUni ;cost}„ EMI7th Street Parkins Garage 52 len $ $ C2 12th Street Parking Garage 52 112M $ $ i 03 13th Street Parking Garage 52 E $ $ C4 16th Street.Parking Garage 52 M $ $ • C5 . 17th Street Parking Garage 52 MI $ $ CS Pennsylvania Parking Garage 52 FM $ $ C7 42nd Street Parking Garage 52 EN $ •$ CS Sunset Harbour Parking Garage 52 IIIM $ $ 52 rffil $ $ 010 1755 Meridian Garage 52 Weekly IIIIIIIIIMM $. ZONE 4:'SUi3 TOTAL ANNUAL COST,. ZONA Item _ . t lessriiptiot .. ,. Quantity U44 ._ lit ost' ` .... 1 otaI4ctuantity;X Unit_Cost} 04 Rid-Post 62 En $ $, D2 Sea6hi—So uth PQrrY ri`m47rTo .r62 MI $ 4 116 Mo to 62 we ^=7 $ $ 1 D4 Boardwalk . . 62 ell $ . .$ D6 Booshwalk 62 weekly $ $ D6 SandF-enee 62 Weekl $ $ 1 i tg Beach-Showers . 52 Weekly $ $ 8g Ufeguar l-gtatads 52 We $ I $ ZONE- OTAL-ANNUAL-COST: $ ' ZONE 6 - • Item Description. Quantity U,I M Unit Cost Total(Quanti y_X onit_cost) Flamingo Pool Facility El . (Includes porter) 52 Weekly $ $ E2 Normandy Isle Park Pool Facility 52 Weekly $ $ • E3 Crespi.Park Building .52 Weekly $ $ E4 . Muss Park Building,Pavilion&Restrooms 52 Weekly 3 $ E5 Stillwater Park Building 52 Weekly $ $ E6 Tatum Park Building - 52 Weekly $ $ E7 North Shore Park Band Shell-Amphitheatre 52 Weekly $ $ North Shore Park Youth Center/Tennis E8 (includes porter) 52 Weekly •$ $ E9 Fairway Park Pavillion Center&Restroom .52 Weekly $ E10 North Shore Park Restroom(New FYI 81 .52. Weekly $ $ Eli _ - _----_ ,,t-- __-= _ •_ _- _ $2 Weekly $ $ E12 -_-- _-:-- ..r-_ ,^-'L..--IL- ' - .t. fa Weekly $ $ E13 ,... _._ ,> ,:_-,,. - - _:..-• 62 Weekly $ $ €44 AI•rth C+ ere/yN se 2a R oireen4 1 52 Weekly $ $ ..... . 52 wee* $ E16 Normandy Shores Park Restroom&Storage 52 Weekly $ $ South Pointe Park Restroom E17 (includes porters 52 Weekly $ $ Marjorie Stoneman Douglas-Beach Restroom - E18 3rd Street 52 Weekly $ $ Lummus Park-Beach Restroom-6th Street E19 (inductee porter) 52 Weekly $ • $ Lummus Park-Beach Restroom-10th Street E20 (includes porter) 52 Weekly $ $ Lummus Park-Beach Restroom -14th Street I E21 ;(includes ported , 52 Weekly :$ . $ Collins Park-Beach Restroom -21st Street E22 (includes porter): 52 Weekly $ $ E23 Pancoast Park-Beach Restroom 35th.Street 52 Weekly $ $ E24 Indian Beach Park-Beach Restroom-46th Street 52 weekly $ $ E25 Beach View Park-Beach Restroom-53rd Street 52 Weekly $ $ iI E26 Allison Park-Beach Restroom -64th Street . 52 Weekly. .$ $ E27 North Shore Open Space Trailer Offices 52 Weekly $ $ E28 Parks Maintenance Facility 52 Weekly $ $ Flamingo Park Tennis Center E29 (Includes porter) . 52 . Weekly $ . . $ . Flamingo Park Baseball,Softball,&Football Field Restrooms E30 fincludes porter) 52 Weekly $ $ 71$'Street Unidad Pubic Restroom E31 (includes.ported 52 Weekly $ $ i Weekly $ ,52 Weekly $ $ 1 E34 Altos del Mar Park—Restroom Building 52 Weekly $ • $ E35 Maurice Gibb Memorial Park--Restroom Building 52 Weekly $ Mid Beach Community Park—Restroom Building E36 (Openlng TBD) 52 Weekly__ $ $ E37 Park Ranger Facility 52 weew $ Beach Front Restrooms Porter Service 538 (for all locations in Exhibit E) 52 , Weekl ZONE 6:SUB-TOTAL ANNUAL COST $ PLEASE ADD ALL ZONES (2,.3, 4, .6) FOR TOTAL ANNUAL COST TO CITY OF MIAMI BEACH: Fl A DDITION'AL SERVICES(AS NEEDED,AND:OUTSIDE OF THE REQUIRED PERIODIC FREQUENCIES ESTABLISHED IN THE RFP ' 01 Deep Cleaning Carpet Cost Per Square Yard Foot $ G2. Steam cleaning of chairs •• Cost Per Unit Cleaned. $ G3 Steam cleaning of sofas Cost Per Unit Cleaned $ &h P€ess Giea A nal-Gest-ae eef G5. Strip and Wax Cost Per Square Foot $ G6 Scrub and Recoat Cost Per Square Foot $ Post-Construction Cleanup(i.e.,removal of heavy dust, . wipe down fixtures/furniture, vacuum i 07 carpets,clean air vents), Cost Per Square Foot i • Btdde?s Affirmation: Company: i Authorized Representative;. Address: Telephone: Email: s Authorized Representative's Signature: • • • Exhibit D Revised Special Conditions • • i • • • • • • • ' 7 . , . . _ . _ , • . . . . . . . - . „ APPENDIX D . , • , . . . . ii k •• . , ,•„, r .ir4.1 r :, A : A, i I 7 ,.-• '' .4;' ' '' IA , . A 1 . 4' , i ' f' V C •,. :•- 4i•-• !A lg. i! ,,,, - i :. 'o, 1 • t;'-±-= ,.: ,:' A . -. ‘ d 1 A A Itz, , i– .:. xvi 1 , ' , : ;a ,...i0-- .-'''c,:,.• • , .1 %;„ too' OPr'. '' Is S: -3- ''''' i a 1%.11„.., - 1 ' 1 . , 1 . . ' - t . . —_--. i . • Revised Special . , . . , . i - Conditionsi .i. . • . . i . . i . 1 2017-0.70-JO • , • Janitorial Services . ; • • , • i . . . , PROCVREMENT DEPARTMENT • ' 1 1755 Meridian Avenue.3ro Floor 1 . . Miami.Beach, Florida-33139 . • . . . . , . .__. . . \ . . . . , • \ : . . . , • . 1.TERM OF CONTRACT. Three(3)years. 2.OPTIONS TO RENEW.Option to renew is at the discretion of the City Manager for two(2)additional one(1) , year periods. 3.PRICES,Not Applicable. 4.EXAMINATION OF FACILITIES.Not Applicable. • 5. INDEMNIFICATION. The successful proposer will be required to Hold the City of Miami Beach:Harmless, provide indemnification and defend the City of Miami Beach for any causes of action or lawsuits (which shall • include payment of all monetary costs associated with the Litigation)that may be filed,and such indemnification, hold harmless and defense will be applicable as to any direct or indirect causes of action or lawsuit stemming from the red-light camera program. Further, the Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, - which the City or its officers, employees, agents or instrumentalities may incur as a result of claims,demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims,suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay 'all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defendthe City or its officers,employees,agents and instrumentalities as herein provided, 6.REQUIRED CERTIFICATIONS.Not Applicable. 7.SHIPPING TERMS.Ni Applicable. 8.DELIVERY REQUIREMENTS.Not Applicable, . i 9.WARRANTY REQUIREMENTS.Not Applicable: 10. BACKGROUND CHECKS: The Contractors) shall conduct'a full:criminal background check at its own i expense on each of its employees engaged In providing services under this RFP or any resulting Agreement prior to the commencement of said services. No Contractor(s) employee shall be eligible to perform services, pursuant to.this RFP or resulting Agreement,if he or she; (1)has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust;embezzlement;drug trafficking;forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2)has been convicted of any sex, weapons, or violent .crime including but not limited to homicide attempted homicide; rape; child molestation; extortion;terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession,sale or use. The Contractor(s) shall,defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability; loss, expense (including reasonable attorneys'fees)or claims for injury or damages arising out of its failure to comply with this requirement.. , 11. CHANGE OF PROJECT MANAGER. A change in the Vendor's project manager (as well as any replacement)shall be subject to the prior written approval of the City Manageror his designee (who in this case shall be an Assistant City Manager). Replacement(including reassignment)of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval;of the City Manager or his designee(i.e.the City project manager). 12. SUB-CONSULTANTS. The Vendor shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant . from the Consultant to the City. The quality of services and acceptability totheCity of the services performed by sub-consultants shall be the sole responsibility of Consultant. • 13. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including final scope of services,deliverables and cost of services. 14. ADDITIONAL LOCATIONS. The Vendor(s) shall be responsible for providing dally ,Faanthly, quarterly, annual, and-additional janitorial services to all future locations added to the City's facilities list, and at a cost consistent with with that submitted in their cost proposal,in response to this RFP. • • i4 • 1 1 fl • • • • • • • • • . Exhibit E • Beachfront Restrooms Porter Service . . • . • • • • •. • I • • • 1 • • • • • Beachfront Restroom Porters, Hours of Service (IMPORTANT: Highlighted areas below must have a dedicated porter service for the times indicated. Proposers must include cost of.porter service to Appendix E, Revised Cost Proposal Form,for all respective locations below.). 71S1 Washington-South Pointe Park Monday Friday: Roving Service 7AM-_8PM ,5 a ". gdaay d eaten VM - MI 3"d&Ocean-Marjory Stoneman.Douglas Monday Sunday: Roving Service 7AM-8PM 6th Street&Ocean-Lummus Park. Monday Friday: Roving Service 7AM-10PM„ flaring:.:1ita::Dto Ma& t Mid 10th Street&Ocean-Lummus Park Monday Friday: Roving Service 7AM-10PM ` a.ur.'d"*U aMiedii at atritt A,.',:iF 14th Street&Ocean-Lummus Park Monday-Friday: Roving Service 7AM-10PM ;S tui M ltd: sr"T 'e egit aaWaiM lit 21st Street&Ocean-Collins Park I. 'Monday Friday: Rovin• Service 7AM-8PM 04fera tt"r dal aa'Eaa® io 8 wA 35th Street&Ocean-Pancoast Park Monday-Sunday: Roving Service 7AM-8PM 46th Street&Collins-Indian Beach Park Monday-Sunday:.Roving Service 7AM-8PM 63rd Street&Collins--Beach View Park Monday-Sunday: Roving Service 7AM-8PM 64th Street&Collins-Allison Park Monday-'Sunday: Roving•Service 7AM_8PM 71$t Street(UNIDAD) MondaY7 Friday: Roving Service 8AM-8PM ai da1 -6CH aEedtfeAM Ai , BAM, North Shore Open Space.Park 80th Street&Collins 83`a Street&Collins 84th Street&Collins Monday-Sunday:Roving Service 7AM-8PM • I 1 ' f f , Exhibit F , Ordinance No. 2017-4143 Living Wage Requirements { • i J i L i ' t aI ORDINANCE NO. 2017-4143 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2 OF THE CITY OF MIAMI BEACH CODE, ENTITLED "ADMINISTRATION," BY AMENDING ARTICLE VI, ENTITLED "PROCUREMENT," BY AMENDING DIVISION 6, ENTITLED "LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND CITY EMPLOYEES," BY AMENDING SECTION 2-408, ENTITLED "LIVING WAGE," BY INCREASING THE CURRENT LIVING WAGE RATE OF$11.62 PER HOUR WITH HEALTH CARE BENEFITS OF AT LEAST $1.69 PER HOUR, OR NO LESS THAN $13.31 PER HOUR WITHOUT HEALTH CARE BENEFITS, IN A "PHASE-IN" APPROACH COMMENCING ON JANUARY 1, 2018 AND ENDING ON DECEMBER 31, 2020 AS FOLLOWS: 1)A LIVING WAGE OF NO LESS THAN $11.62 PER HOUR WITH HEALTH CARE BENEFITS OF AT LEAST $2.26 PER HOUR, OR A LIVING WAGE RATE OF NO LESS THAN $13.88. PER HOUR WITHOUT HEALTH CARE BENEFITS, COMMENCING JANUARY 1,2018, 2)A LIVING WAGE RATE OF NO LESS THAN $11.70 PER HOUR WITH HEALTH CARE BENEFITS OF AT LEAST$2.74 PER HOUR, OR A LIVING WAGE RATE OF NO.LESS THAN $14.4.4 PER HOUR WITHOUT HEALTH CARE BENEFITS, COMMENCING ON JANUARY 1, 2019, AND 3) A LIVING WAGE RATE OF NO LESS THAN $11.78 PER HOUR.WITH HEALTH CARE BENEFITS OF AT LEAST $3.22 PER HOUR, OR A LIVING WAGE RATE OF $15:00 PER HOUR WITHOUT HEALTH CARE BENEFITS, COMMENCING ON JANUARY 1, 2020 AND ENDING ON DECEMBER 31, 2020; BY REQUIRING THAT COMMENCING ON JANUARY 1, 2021, AND EACH YEAR THEREAFTER, ANY INCREASE TO THE SUPPLEMENTAL HEALTH CARE"BENEFITS RATE, AS APPROVED BY COMMISSION, BE CALCULATED USING THE MIAMI CONSUMER PRICE INDEX EXCLUSIVELY FOR "MEDICAL CARE" FOR ALL URBAN CONSUMERS (CPI-U) IN THE 'MIAMI/FT. LAUDERDALE AREA; AND, PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION,AND AN EFFECTIVE DATE. WHEREAS, pursuant to Section 2-408(a) of the Code of the City of Miami; Beach, any service contractor entering into a covered service's contract with the City, as defined in Section 2-407, must pay to all its employees, who provide services'under thecovered contract; the stipulated living wage rates, as approved by the City Commission; and ' WHEREAS, pursuant to Section 2-408(d) of the City of Miami Beach Code, the living wage rate may, by resolution of the City Commission, be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft: Lauderdale area, issued by the.U.S.Department of Labor, Bureau of tabor Statistics;and WHEREAS, at its April 26, 2017 meeting, the City Commission, pursuant to Agenda Item C4-G, approved a referral to the Finance and Citywide Projects Committee (the "Committee")for a discussion on whether or not to change the current Living Wage hourly rate; and WHEREAS,at its July 10, 2017 meeting,after several discussions, and after considering all available options, the Committee recommended indexing the living wage rate cumulatively by 5:62% in a "Phase-In" approach to catch up with inflation from previous years (from January 1, 2016 .through December 31, 2016, and from January 'I, 2017 through December 31, 2017). when no living wage increases took place; and further to require that commencing on January 1, 2021,and thereafter, any annual adjustment for inflation to the supplemental health care benefit hourly rate, as approved by the City Commissiion, be calculated using the Miami Consumer Price Index exclusively for "medical care" for all Urban consumers (CPI-U), Miami/Ft. Lauderdale area; and WHEREAS, after considering the Committee's recommendation during First Reading of this Ordinance on September 25, 2017, the Mayor and City Commission directed the City's Administration to increase the health care benefit, by at least 50 cents per hour the first year, with a pathway to make the living wage rate without health care benefits at least $15.00 per l . hour using a"phase-in"approach; and { WHEREAS, using .a "phase-in" approach, the new hourly living wage rates, as approved by the City Commission,will be as follows: • Effective January 1, 2018,covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.68 per hour without,health care benefits; and • Effective January 1,2019, covered'employees must be paid a living=wage rate of no less than $11.70 per hour with health care benefits of at least $2:74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits;and • Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3;22 per hour, or a living wage rate of no less than$15.00 without health care benefits;and, WHEREAS, all existing covered service contracts and future solicitations for covered services shall reflect and comply with all provisions herein, and as may be amended from time to time, NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,AS FOLLOWS: SECTION 1: That Chapter 2, Article VI, Division 6, Section 2-408 of the Code of the City of Miami Beach is hereby amended as follows: CHAPTER 2 ADMINISTRATION * * * ARTICLE VI.PROCUREMENT . l * * DIVISION 6. LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND'CITY EMPLOYEES * * 1 l " I • • Sec.2408. Living wage. (a) Living wage paid. -•-. '. - - -- , -. -. • - _ --_ . :- -_ _ _ ' Using a "phase-in",approach; ,=-- =__== =—. ':=_= == hourly living wage rates are adopted as follows: • (1) Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $4x4 .2 •er hour with health care benefits of at least '.442 2. •er hour or a livin• wase rate of no less t an'.4-3.75813.88 Per hour without health care benefits (2) Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $42-86 11.70 ser hour with health benefits of at least $-145 214 per hour, or a living wage rate of no less than $.1&84 4• • r hour without health care benefits; e (3) Effective January 1, 2020, covered,employees must be paid a living wage rate of no less than $'t2.27. 11.78 per hour with health care benefits of at least$4-7-9 3,22 per hour, or a living wage rate of no less than $4446 15.00 per hour without health care benefits; commission, (b) Health benefits; eligibility period. For a covered employer or the city to comply with the living wage requirements of this division by choosing to pay the lower wage scale available when a covered employer also provides health care benefits, such health care benefits shall consist of payment of at least$-1.69$4' 22 per hour toward the provision of a health care benefits plan for covered employees and their dependents effective January 1, 2018, and thereafter, as provided in subsections 2-408(a)(1)-(3'). If the ;health. care benefits plan of a covered employer requires 'an initial period of employment for a new employee to be eligible for health care benefits (eligibility period) the living wage.requirements of this division' shall be deemed to have been complied with during the eligibility period, provided the covered employer commences to pay the applicable living wage rate without'health care benefits, effective as of the date of hire of the covered employee. Upon completion of the eligibility period, and provided the new employee will be provided health care benefits, a covered employer may commence to pay the applicable living.wage rate with health care benefits.. I� Proof of the provision of health care benefits must be submitted to the city's procurement, director to qualify for the wage rate for employees with health care benefits. (c) Annual open enrollment/election of benefits. If a covered employee is being paid the hourly living wage rate with health care benefits and elects, during such period of time (but no less than once during the covered employer's fiscal year) on which the covered employer permits Its employees an opportunity to change their healthbenefits plan coverage (hereinafter such election period shall be referred to as the "annual open enrollment period") to no longer continue receiving coverage under the employers health'benefits plan, then notwithstanding the covered employer's continuing to offer a health benefits plan to employees - the covered employee (electing out of coverage during the annual enrollment period) shall, by the next pay period, be paid the applicable hourly Iiving wage rate without health care benefits. The covered employer may, in its reasonable judgment and discretion, determine the length of time for the annual open enrollment period; may require employees to complete and return a benefits election form; and, in the event that a covered employee does not complete and return such election form to the covered employee during the prescribed time of the annual open enrollment period, then the covered employer may treat the covered employee as having elected to continue with the health plan benefits coverage (then in effect) and, accordingly, may continue to pay the covered employee the applicable hourly living wage rate with health benefits. (d) Indexing. The living wage rate - •-- - -- - -•- z may, by resolution of the city commission, be indexed annually for inflation using the Miami PMSA Consumer Price index for all Urban.Consumers (CPi-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Commencing ` ' •n - -1 1 2021 he su elemental health care benefits rate the ser hour rate towards health benefits) may, by resolution of the city commission, be separately indexed annually for inflation using the Miami PMSA Consumer Price Ingex for ail Urban Consumers (CPI-U)for the Miami/Ft. Lauderdale area,:for medical care only, as issued by the U.S. Department of Labor's Bureau of Labor Statistics, Notwithstanding the preceding, no annual index shall exceed three percent; nor shall an annual increase exceed the corresponding annual compensation increase (if any) provided to unrepresented (i.e., unclassified) city employees. The city commission may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same an a particular year), The determination to index (or not index) the living wage rate shall be considered annually during the city commission's review and approval of the city's annual operating budget. in the event that the city commission h'as determined, in:any particular fiscal year (or -years), to not index the living wage rate, and thereafter determines that making lap all or any part of the prior year's (or years') unindexed percentagewould not have an adverse'fiscal impact upon the city, then the city commission shall also have the right, but not the obligation,to cumulatively index the living,wage rate to "make-up for any deficiencies in the prior year (or years) where there was (were) no increase(s) (the "catch up" election). The"catch-up" election must be approved by resolution, and:may only be considered during the city commission's rev_iew and approval of the city's annualoperating budget. * * I SECTION 2. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed, SECTION 3. SEVERABILITY. If any section, subsection, clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 4. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this Ordinance shall become and be made part of the Code of the City-of Miami Beach, Florida. The sections of this Ordinance may be renumbered or re- lettered to accomplish such intention, and the word "ordinance" may be changed to "section," "article," or other appropriate word. SECTION 5. EFFECTIVE DATE. This Ordinance shall take effect on theist day of January, 2018:. PASSED AND ADOPTED this 01 day of PGtd 6Q ,2017, ATTEST. •.i • f ',�vow►ea®r,�\NSI /•', 4444 k LAI qt Cci '{i er. iayor .46 Rafael E.Granada, ity Clerk. • tiA Underline denotes additions 1 � )4'4 APPROVED AS TO Strike thrro denotes...deletions' ':.�: ... `�`�' � ::,4�" r ' FORM&LANGUAGE Double underline denotes additions\after'Ftrst lep ;tn,e &FOR E UTION denotes deletions atter t✓'Irst:ReadingZ ', t 7 City Attorney. Dote (Sponsored by: Commissioner Ricky Arriola) .. I Ordinances- R5 H • MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 18, 2017 • 10:35 a.m. Second Reading Public Hearing SUBJECT:AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2 OF THE CITY OF MIAMI BEACH CODE, ENTITLED "ADMINISTRATION," BY AMENDING ARTICLE VI, ENTITLED "PROCUREMENT," BY AMENDING DIVISION 6, ENTITLED "LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND CITY EMPLOYEES," BY AMENDING SECTION 2-408, ENTITLED "LIVING WAGE," BY INCREASING THE CURRENT LIVING WAGE RATE OF $11.62 PER HOUR WITH HEALTH CARE BENEFITS OF AT LEAST $1.69 PER HOUR, OR NO LESS THAN '$13.31 PER HOUR WITHOUT HEALTH CARE BENEFITS, IN A "PHASE-IN" APPROACH COMMENCING ON JANUARY 1, 2018 AND ENDING ON DECEMBER 31, 2020 AS FOLLOWS: 1) A LIVING WAGE OF NO LESS THAN $11.62 PER HOUR WITH HEALTH CARE BENEFITS OF AT LEAST $2.26 PER HOUR, OR A LIVING WAGE RATE OF NO LESS THAN $13.88 PER. HOUR WITHOUT HEALTH CARE BENEFITS, COMMENCING JANUARY 1, 2018; 2) A LIVING WAGE RATE OF NO' LESS THAN $11.70 PER HOUR WITH HEALTH CARE BENEFITS OF AT LEAST $2.74 PER HOUR, OR A LIVING WAGE RATE OF NO LESS THAN $14,44 PER HOUR WITHOUT HEALTH CARE BENEFITS, COMMENCING ON JANUARY 1, • 2019, AND 3)A LIVING.WAGE RATE OF NO LESS THAN $11.78 PER HOUR WITH • HEALTH CARE BENEFITS OF AT LEAST $3.22 PER'HOUR, OR A LIVING WAGE RATE 'OF $15.00 PER HOUR WITHOUT HEALTH CARE BENEFITS, COMMENCING ON JANUARY 1,2020:AND ENDING ON DECEMBER 31, 2020, BY REQUIRING THAT COMMENCING ON JANUARY 1, 2021, AND EACH YEAR THEREAFTER, ANY INCREASE TO THE SUPPLEMENTAL HEALTH CARE BENEFITS RATE, AS APPROVED BY COMMISSION, BE CALCULATED USING THE MIAMI CONSUMER PRICE INDEX EXCLUSIVELY FOR "MEDICAL CARE" FOR ALL URBAN CONSUMERS (CPI-U) IN THE MIAMI/FT, LAUDERDALE AREA; AND, PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. RECOMMENDATION Adopt the Ordinance. ,ANALYSIS. I In the current fiscal year, the .minimum hourly ("Living Wage") rate paid to covered employees of applicable City service contractors is$11.62 per hour, with health benefits of at least$1.69 per hour, or$13.31 per hour without health benefits. These rates were last indexed by the City Commission on September 30, 2014 with an effective date of January 1, 2015. No increases were approved for Page 500 of 1633 •J • the following periods between January 1., 2016 — December 31, 2016 and January 1, 2017 — December 31,2017.. Pursuant to Section 2-408(d) of the City of Miami Beach Code, the living wage rate may, by • resolution.of the City Commission, be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale area, issued'by the U.S. Department of Labor, Bureau of Labor Statistics. According to the City Code, the City Commission may: '1) index the Living Wage rate annually; 2) index the Living Wage rate cumulatively to "catch-up" for any prior year(s)where there was/were no increase(s); or 3)may elect to forego any increases if it determines it would not be fiscally sound to do so. • At its April 26, 2017 meeting, the City Commission, pursuant to Agenda Item C4-G; approved a referral to the Finance and City-Wide Projects Committee (the "Committee") for a discussion on whether or not to change.the current Living Wage hourly rate, The discussion item was originally presented to the Committee at its May 19,'2017, meeting for indexing the living wage rate. At that time, representatives of the Service Employees International Union (SEIU) also presented recommendations to the Committee that it proposes for both the living wage rates and amendments to the language and requirements of the Living Wage Ordinance (the "Ordinance"). Following the discussion of the information presented by both the Administration and SEIU, the Committee deferred the discussion to 'Its June 30, .2017, meeting and- requested staff to meet with the representatives of SEIU to determine thefiscal impacts of the different rates proposed and to provide an analysis of the amendments to the City's living wage ordinance proposed by SEIU. At its June 30, 2017, meeting, the Committee considered the information requested, which included the proposed living wage rates, each rate's potential fiscal impact as noted in the table below. Option Agency LW Health LW Potential Rate Benefit Rate Fiscal with Minimum without Impact Health Amount Health Benefits Benefits Miami 1 Beach $11.91 $1.73 ' $13.64 $ 3.51,622 (single year option) Miami 2 Beach $12.27 $1.79 $14.06 $ 799,140 (catch up option) 3 SEIU $13.00 `$3.16 $16.16 . $3,036,732. On June 30, 2017, the Committee directed staff to consider any circumstances that may reduce the fiscal Impact of the living wage rate options noted above, In carrying out the direction of the Committee, staff considered two scenarios that may reduce the fiscal Impact of any increase: 1 Are any contractor employees at or above any proposed rate and,,therefore, not eligible for an increase? In this :scenario, only the fiscal impact from reimbursing contractors for those employees that would actually receive the increase is considered in the Revised•Potential Fiscal impact. 2, Is the City cnnsideriny reductions in the current level of service for any of the contracts to which the living wage rate currently applies? Since the City is,. In fact, considering reductions in the Page 801 of 1633 { current level of service for the contracts noted below in 2a-2c, the fiscal impact of the living. wage rate increase may be reduced by the corresponding reduction in the level of service. The portion of Revised Potential Fiscal Impact indicated in the table below has been adjusted for the estimated reduction in the level of service in the following contracts: a . Security Guards. The Emergency Management Department is currently working on a plan to reduce a percentage of security guards deployed city wide. b . Temporary LaborServices. The Sanitation Divisionof the Public Works Department has been and is planning to continue to reduce the number of temporary workers it utilizes because it plans to continue filling the full-time positions already allocated in its budget. c . Tennis Management. Pursuant to Resolution 2017-29897 approved by the City Commission on June 7, 2017, the Parks and Recreation Department Is implementing a reduction in the level of service for the tennis management contract. d.. Other areas. The impact of any increase can be further mitigated by the reduction of service in other contracts that may be currently being considered. For example, the deployment of the gated revenue control system In the City parking garages may result in a reduction in the number of parking garage attendants required. The same is the case.for the number of temporary office personnel contracted through one of the City's temporary services (clerical and para-professional) contracts. However, the potential reduction in these areas is not yet known and the Revised Potential Fiscal Impact indicated in the table below has not been adjusted for any potential future reduction. . Based on the foregoing, the table below provides Revised Potential Fiscal Impacts for the options being considered by the Committee on July 10, 2017. Option Agency LW Health LW Potential Revised Rate Benefit Rate Fiscal Potential with Minimum without Impact Fiscal Health Amount Health (Maximum) Impact • Benefits Benefits (Based on Current '• • Employee Rates and Service Reductions) 1 Miami Beach (single $11.91 $1.73 $13.64 $ 351,622 $ 234,985 year option) 2. Miami • Beach $12.27 $1.79. $14.06 $ 799,140 $ 586,364 (catch up option) 3 SEIU $13.00 $3.16 $16.16 $3,036,732 1..$2}395,681 1There are no City employees whose hourly rates are.below Options 1 and 2, .A number of City employee hourly rates are below the rate in Option 3. These figures do not include any adjustments that may be required in the hourly rates of employees currently below the rate stipulated in Option 3. Page 502 of 1633 • That figure is estimated at approximately$150,000. On June 30, 2017, the Committee also requested options for staggering the implementation of rate increases to mitigate the impact on any given year. One approach for doing so is a phased-in option over three (3) years. The tables below shows some potential options for phasing in the rate increases for Options 2 and 3. A longer phase-in period (e.g., five years) is also an option at the Committee's discretion, especially for Option 3. Phase-in for Option 2 Current Option 2 Difference 2018 2019 2020 Rate Rate $13.31 $14.06 $.75 $13.56 $13.81 $14.06 (.25/year for 3 (13.31+.25) (13.56+.25) (13.81+.25) years) plus any plus any . increase in increase in CPI for .CPI.for 2019 2020 Fiscal impact: $586,364 $195,455 . $195,455 $195,455 ° plus the plus the ($195,455/year impact of :impact of for 3 years) any rate any rate increase in increase in in 2019 in 2020 • Phase-in for Option.3 Current Option 3 Difference 2018 2019 2020 Rate Rate $13.31 $16.16 $.2,85 ) $14.26 $16.16 (.95/year for 3 (13.31+:95) $15.21 (15:21+.95) years) plus any (14.26+.95) increase in pips•any CPI for increase`In : 2020 CPffor2019 Fiscal impact $798,560 $798,560 $798,560 $2,395,681 . plus:the plus the impact of impact of ($798,560.33/year any rate any rate for 3 years) increase in increase in i in•2019 in.2020 After considering all options, the Committee recommended approval of the Option 2 Phase-in. This option consists of indexing current living wage rates by a 5,62% cumulatively increase In a "Phase- In" approach to catch up with inflation from previous years When no living wage increases took place; and further to require that commencing on fiscal year 2019 and thereafter, .:any annual adjustment for inflation to the supplemental health care benefits hourly rate, as approved by the City Commission, be calculated using the Miami Consumer Price Index exclusively for"medical care".for all Urban consumers(CPI-U)in,the MiamijFt.Lauderdale area. On September:25,2017, after considering the Committee's recommendation during First Reading of this Ordinance, the Mayor and City Commission directed the City's Administration to increase the Page 503 of 1633 health care benefit; by at leaet 50 cents per hour the first year, with a pathway to make the living wage rate without health care benefits at least $15.00 per hour using a "phase-in" approach. The new pathway or "Phase-in" approach will take effect as reflected in the revised Ordinance (attached). CONCLUSION The Mayor and City Commission directed the City Administration to increase the current health care benefit, by at least 50 cents per hour the first year, with a pathway to make the living wage rate without health care benefits at least$15.00 per hour using a"phase-in"approach. Using a "phase-in" approach commencing on January 1, 2018 and ending on December 31, 2020, the new living wage rates, as approved by the Mayor and City Commission,will be as follows: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least$2.26 per hour, ora living wage rate of no Jess than$13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than • $11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits, 3. Effective January,1, 2020, covered employees must be paid a living wage rate of no less than EE $11.78 per hour withhealth care benefits of at least$3.22 per hour, or a living wage rate of no less than$15.00 f+vithout health care benefits. Furthermore, commencing on January 1, 2021, and each year thereafter, any increase to the supplemental health care benefits rate, as approved by Commission, be calculated using the Miami Consumer Price Index exclusively for "Medical Care" for all Urban Consumers (CPI-U) in the Miami/Ft. Lauderdale area. KEY INTENDED OUTCOMES SUPPORTED Improve City's Managerial Leadership To Remiard Innovation And Performance Ii FINANCIAL INFORMATION 1 The Phase-in approach will help mitigating the total estimated budget impact of$1,339,129, which will have an annual estimated impact of$446,376 commencing on January 1, 2018 and ending.on December 31,2020.. Legislative Tracking Procurement Sponsor Vice-Mayor Ricky Arriola ATTACHMENTS: Description D Ordinance • • Page 504 of 16.33 . . . • . . . . . . - . . . s . • . ) , . . , • . . • Exh-ilort G . ., , • Section 03.06 Materials' and Equipment . . . , . . , . . „., . . . . . . • , .. . . ) . . . • .... . .. . , 1 • ) , . . - . s 1 _ . .. . ; . ; . . . . i . . 1• . • , , . ! . , • , 1, J . . . . . . . 1 . . i . I . , •! . ) . . „. • , . . . . . • . . . • , ill , . ._ . • , i . 1 . i , • ' i . . , I . , • . . . . , . ,,. ,. . . . • , . . . . • • • • • • • •• II • • ‘• • • ••'•••• '••• • "•• • • • • • '•• • " ••• . . . 41100.0040 V.'00411:490 th4U JJ0 UPW iQORIV.O$V. $1 () UO3 SILLA116-114tte 44,Prigard out enapt.u o puetut.400,,A06.paid 1,0 110(.104. PROb.0.4 N10-1***e1it l*MP IAPIIIP3UOti00-‘014W4::•.00j01* SPOPPOt.' 610114.11141. 04 09 4i$400:114(10:....eof MLat 04qsp.'etlipol.eveetricipile- - ifetuomonN%419111 w patcl:Pedu 1).9101PO. q 1110.PPlaWitm 0.q114asH.013.-$10nPold:1810•11.:: • 'esotit..e6MApt0j sanoeJ jnu itoOinteNci.e00:pt LioadtuntM5 440-p.M.410:i60 (riton : . .], , . , Apploojelli ielfalfeRUNI pue tliSOW 0$1;t409 Pin.IFNI liquawue4tre pile:41=11100 4,4[0,1d11.11 . . . . • 't[PPOTeLli S`TIOPIR0411.0 n01410gPPOIV-Oue:44..elewlial?T0I s1191ss.P0 O .HO)t 000400.04 • tuetUi.001. t4olitkt tuOtuenopfdlutIneeti refqeutemps:s,40:ey.n.19.pea OV: SlOttatUintlot:'1 olitueol 'Uowo;' . . . • 'ell.PeOuOW.woqe)sn.. putttionPoicl otuO0..etueu ppe.400aivei.nuotif out unm pomet tepat..tetnetucaliV.o4Oli6aqi.ut pue;suoitepueuxuomi.ciainrootinimu,sq qi .0.1yeAleo.ba.•41pari oq ISTIVJ .Pefick.10 iLV aLON. • `%ti0110.`31iittgiSVW10.10410 1:10.1#5.11.4X0-4410 Alaii040:- .. . . . 'S.M 04.10(0q‘'014 OUIPC104 4..S.0$00d:SIP FMO PUN pu OG UBI4 ioieu lie OPRObt Paq.eitt.9.oueitgeu otoid os v RsiAllaPi4L*0.10e1104J7E,40A3F1141,W1749.1e.illegmtl$113 troo1;pulettpk4iges-putitt-thoultOttelOde-neEts-40610enise406.6t404tti•110.*4 Aq posoo6o: petueop 'sjosuedsip fem, pMq-pue quad fl3 goisui.pitei.ispin neutijePoetIM0.ota . • mei eq Ut po4op eq H.us eulie.iet..,aeutoop.:.0 P:Pul siDnPul PlquumwrIgN Uunegu!..inns,(y4 )dupn maim*nolo peAtn6 seAnowuci esnISflWSWPFIWO Sj01.0q4.00 Input uort3e lin seen peleu5Isop Jeumem Nee pue 4eou'uteto q1.mots pue esri 044o,pd Jeavuevi epozieiilio out Aq peAelcitte.eq pogo stepeituJ me eeiftlee'itiotirdpbe Blnueep Hy tegsneri.poomkpue • Rau°Jewealop'stuoletep isolidte`leueep Aso 1Joutieta 6.0lioejulstp JaUaIOle,p4ogue5 siockipts Joel) ',mien.1001/1904$1,14.,109$•'`.$0019P. puo-sigoi rdeoS pueit WEIgidjnIA 'spopo.glfkleep 'storiptud Aad pentium.tim.Buipri0.111 'penddns equeep lie-tioAitlf lieue (s)JolOeituoo:eta • *PM,eq.olPettAPIV-- , eq 40UtliM.Sten.m.eivoie•poeedxe10 tioxo./ unm,weiudiriba .vHg0.6q pOnboi se uoinpue.1 6tnte4966. • otos'pee tn eq;sow ft!IP.olttouesiu.:V1 40 .46a:JO uoge.ied6 Otsjueeto N.) in peen tifei:udinbe • '4441so!mie 64.1.01.P0P211001$31) JIl wooled euo Jo ueig wow ou esotOtp.lo l%586 issol $1001110 wa1111.ed4 oVinotPeci EVkO in) vcrinio ydigH 'erects unm, pelnt* eie oieueoptwe - qj PP:Mtukugoat '51 'Wpm 4e.t.meia,'liunnotm mu:emfaqi ZINewpIckle eq Worts Ouges tiewq iscreqj 1Uoli6ns 0314 tIJIPA r0110 eNnop Jeteeq g tag&peddlobe eq lleus sleueop • 'iqueep out tu.toped 04 pepeau'.ole'smeep uittnoo'seumew Jaen tome(' • iwd 'iputuel Ivan.not 'stAo0.:Jeqoru 'epd Joog.laa6@arkba mopumsttAse6uode 'siets,rtp 'SeNtni • 4411.11Ci'setprtiq pAoq 1st).*pioq'sued imp!selpUett dow is*`sOlPumi dour Isc,loul PRP 41[174 Pe 1.04. .ectotu-fewoo,4 opnioq OJ e'pipit.os's6intoo3:OlitIOKOJCUPP.0 gleueele 0-10 Jots kpeet4 isivalogiulg[P '1.e1auteio :0.1)441 tell Inc!.16Upinout±sionpaid.6u0e,op pue eaueueluittu pannbei jj epoput nous.elqL ,c1d8 einjo-spApuois ulluntniu sin øj Bootoinpuea elqq.clooae ue. seelepuotelinioej. etn vieluRt.0 Apeciegi o.pegrbai so tuetudinpocua iseilpidne'S1131,04BW lig epfrati Deus JNPRAUQO all. • 31,11d11103.CINVS1VitiaLINI 9.01.a • ' Exhibit H Revised Scope of .Services; Sections C27C3.05 1 • • C2.STATEMENT OF WORK REQUIRED The City of Miami Beach is seeking a qualified Contractor(s) to provide citywide janitorial cleaning services for City • facilities and City public spaces, identified as follows: Zone 2 South,Zone 3 North,Zone 4 Parking, Zone 5 Beach Maintenance,'and Zone 6 Parks. (For the purposes of this RFP, Zone I and Zone 5 does not apply.): The Contractor(s) shall provide all supervision, administrative and technical support, labor, materials, supplies and equipment, and shall plan, schedule, coordinate and assure effective completion of all cleaning services described herein. The Contractor(s) shall provide services to all areas requiring services within each Zone including, but not limited to,cleaning of all offices, conference rooms, and common areas, lobbies, hallways,waiting areas, kitchens, break rooms, entrances, sidewalks,janitorial closets, elevators (passenger andfreight, if applicable), stairwells and • landings (if applicable), restrooms,and restroom lobby areas, and any applicable beach facilities,beach showers, lifeguard-stands and boardwalk: All work shall be performed In accordance with the highest cleaning and environmental standards including: • !SSA CIMS-GB • Greenseal GS-42(services) • Greenseal GS-37 and GS-37(products) The Contractor(s)shall be fully responsible for providing customer service,quality control and all other services listed herein.The Contractor(s)will determine,by way of their proposal,and inaccordance to the minimum requirements of the RFP,the manner in which services are to be performed by Zone and location,allocation of labor hours needed to perform the task(s), cleaning methods and required supplies, materials and equipment, in order to successfully complete the required work. C3.TECHNICAL SPECIFICATIONS The facilities will may be occupied as indicated by the City in Appendix 0, Facility Locations, of the RFP. The Contractor(s) shall provide janitorial services consistent with meeting and exceeding the requirements of the RFP, and in accordance with the approved Comprehensive Cleaning Plan, which shall detail the proposer's project approach, indicating the means and methods for meeting the City's janitorial services requirements, and shall be provided by all proposers with their RFP submittal response package, as identified in Section 0300, TAB 3, of the RFP. During evening services,lights shall be turned off as areas are completed,except in the immediate area where work is being performed Thee City of Miami Beach reserves the right to adjust work hours to serve the specific needs of the facility.At a minimum,fh- - •. •: .. -•. :• •.. - - directed, for City-observed holidays:When a City-observed holiday falls on a regularly scheduled service day,and the City facility is not accessible to the Contractor(s),the Contractor(s)shall perform the regularly scheduled services on the next workday following the holiday closure. Exceptions will require arrangements with the City's Property. Management Director,or designee. Acomplete listing of facilities and current operating hours within the facility is provided and attached as.Appendix G, Facility Locations. The-list-provides-estimatod sgaare-feetage-and ti• :. ••_ = .e• - •• - _'red--ser-vtces. Times of operation may be.subject.to change at the City's discretion. The Contractor(s) shall, at a minimum, provide the City withjanitorial and related services in accordance with the following standards.and:frequency expectations: Balance of Page Intentionally Leff Blank C3.01 SCHEDULE OF JANITORIAL SERVICES - OFFICES, WORKSPACES, LOUNGES, LOBBIES, ENTRANCES,COMMON AREAS,HALLWAYS,EXTERIORS,CORRIDORS A. Daily-AtEach Visit 1. Empty wastebaskets,trash cans,and recycling bins In dedicated containers. 2. Replace bag liner if ripped, soiled or wet for wastebasket and trashcans (Recycling bins should not have liners). 3. Dispose of all collected refuse to an outside dumpster. 4, Empty recycle containers and deposit material into dedicated,outside recycling collection container. 5. Empty and clean all ashtrays and cigarette receptacles(including those on stairwell landings and outside of building entrances). 6. Clean all table and counter surfaces not having paper or materials stored on them • 7. Dispose of any cardboard packing or discarded material's or items left for removal to outside dumpster. 8. Clean any area or item that obviously needs immediate attention due to incidental • spills,leaks or debris. 9. Clean all glass main entry doors. 10. Sweep and damp mop all hard flooring(including elevators and stone surfaced flooring;spot clean any dirt or stains with appropriate cleaners and solvents as needed to maintain an acceptable appearance.) 11. Vacuum all carpeted areas,includingwalk-off mats,entrance mats,and rugs. 12. Refill hand towel dispensers. , 13.•Clean and sanitize drinking fountains. 14. Sweep clean all landings and stairwells. ' 15. Spot clean any obvious stains or spills in carpeted areas with appropriate/approved cleaner(s). 16. Clean all doors(including glass doors)and frames,sweep mats,remove spider webs,remove gum. 17. All glass and metal surfaces of facility entrance/exit doors and lobbies interior'and exterior shall be cleaned daily. 18. Dust-all wall hangings and decorative light fixtures. 19. Wooden surfaces shallbe maintained with a City approved polish.. Every effort must be made so no rings, spills,or noticeable dust is visible. I 20. Clean and/or polish tables,benches,and chairs.Wet cleaning may be required with germicidal cleaner. 21. Spot clean.light switchesand walls. 22. Collect and dispose of debris and litter in parking areas,sidewalks,and breezeways. 23. Monitor exterior trash receptacles,removing trash as-needed,and replacing liners. B. Weeltly 1. Polish furniture. 2. Clean and polish all table and counter surfaces which are free of material. 3. Wipe down all interior window frames,and sills with damp cloth. 4. Clean all non-glass doors and door frames 5. Wipe down all shelving with damp cloth. i 6. Vacuum all fabric covered furniture and partitions •• 7. Wipe down elevator walls,polish interior cab with all purposecleaning spray or furniture polish. 8. Clean all elevator hand railings and metallic wall panels with'stainless steel cleaner/polish'. 9. All first floor exterior windows shall be cleaned as needed. C. Bi-Weekly 1. Clean all blinds,wall plates,door hardware and stairwell railings D. Monthly 1. Dust and clean all air conditioning registers and air return vents, 2. Clean all vinyl furniture with vinyl cleaner. 3, Scrub, rinse, spray buff and wax hard floors (excluding stone surfaced flooring, utilizing proper floor care machinery). 4. Wipe down all walls and clean any spider webs from corners or ceilings. 5. Clean interior window glass. 6. Clean baseboards. 7. Detail clean all horizontal or vertical.surfaces so that no visible dirt, dust, cobwebs, or streaks are visible, including all furniture, edges,corners,baseboards,wails,air vents,and door frames(high and low dusting, etc;)'from floor to ceiling. Include all custodial closets, stairwells, entrance areas,.and planters, and any i other item or area within the scope of this Contract. . 8, Telephones must be periodically cleaned using a germicidal cleaner disinfectant. E. Quarterly 1, Scrub and recoat hard floors(excluding stone surfaced flooring,utilizing proper floor care machinery.(This service is to be provided within fifteen days of start-up of contract or trial period and performed quarterly thereafter). • F. Semi Annually 1. Strip and wax hard floors,3-coat minimum(excluding stone surfaced flooring,utilizing proper floor care machinery.(This service is to be provided within fifteen days of start-up of contract or trial period and performed quarterly thereafter). J 2. Vacuum fabric partitions throughout the City facilities. C. Annually 1. Clean all blinds.Cleaning shall occur at the same time interior window surfaces are cleaned. 2. After cleaning,all blinds shall operate properly and contain no visible streaks,smears or dust. 3. Vertical blinds may be cleaned in place using chemicals designed for vinyl cleaning. H. 'Carpet Spot Cleaning_ 1. Spot cleaning will be performed utilizing extraction method. 2. Carpet will be free of anydirt, dust, lint,stain or foreignmatter as determined by the Contract Manager, Facility Manager or designee. 3. Cleaning procedures and chemicals shall be used in accordance with manufacturer's recommendations and warranty conditions. 4. Spot clean any spotted and stained areas daily,as needed oras requested. 5. When spot cleaned,affected carpet areas shall blend with adjacent areas. 6. Leave no dirt on carpets,in corners,near.baseboards,behind doors,or under any furniture. 7. Wipe baseboards in carpeted areas free of dust daily. I. Day Porters The Contractor(s),in addition to standard janitorial services,shall provide daily porter services at City of Miami Beach Police Department Headquarters and Scott Rakow Youth Center, City Hall, North Shore Park Youth Center, Flamingo Park(pool, tennis, restrooms are.7 days per week),PAL building (weekdays Monday-Friday), and *porter service for public restrooms during weekends at South.Pointe Park, 1si Street, 6th Street, 10th Street, 14th Street,21st Street,and 72nd Streets shall meet or.exceed the following requirements:. - I i I • 1 ' 3 1. Maintain entrances and lobbies,(including parking garage)windows,doors,and dusting. • 2. Maintain cleanliness of water fountains,. 3. Complete restroom service-daily; minimum once for a 4-hour shift and twice for an 8-hour shift, and as needed throughout the day.Restock and empty trash as needed. 4. Dust all interior signage including lobby and common areas. 5. Kitchenettes: Empty trash daily;dust window sills,wipe down exterior and interior of cabinets,wiping down counter and sink areas. 6. Maintain custodial storage areas, keeping active inventory of supplies andall custodial closets clean and neat. 7. Facility exterior cleaning:Check all entrances and parking garages for paper and trash,empty all trash and smoking containers. 8, Report any maintenance items needing repair in the Control Book. 9. Report any custodial issues arising from tenants and to the City's Zone Manager via the Control Book. 10. Remove recyclable waste if needed.Doily. 11. Assist vacuuming office areas and spot cleaning as needed. 12. Healthcare and related Facilities: Immediate response to all clean-ups, including full custodial cleaning of affected areas if required by the City. 13. Day custodians shall provide ongoing Service for entrances, common areas, restrooms, emergency spill removal from carpets and hard flooring, rainy day safety precautions (put out mats, signs and keep floors mopped dry),and other cleaning-related duties. 14, The City's Zone Manager will have authority to direct the day porters to perform special cleaning duties between the hours of 8:00 a.m.and 5:00 p.m.,not to exceed five(5)hours per week,per day porter. C3.02 SCHEDULE OF SERVICES—RESTROOMS A.-Daily-At Each Visit ' 1. Clean all mirrors. 2. Replenish soap,toilet tissue and hand towels. 3. Sweep,mop with disinfectant cleaner and rinse bathroom floors. 4. Clean urinals and commodes(inside and out). 5. Check:deodorizerblock and replace if necessary. 6. Wipe down all,partitions, 7. Clean and disinfect basins and counter tops.. . 8, Empty and clean all waste receptacles,replace liners if necessary. .9. Polish all chrome and stainless steel. 10, Clean baby changing Stations in conjunction With daily-restroom cleaning schedules. • B.Weekly 1. Clean all doors,including entry doors,metal kick plates,door handles or push plates. 2. Clean all interior window glass,frames and.sills.. • 3. Clean showers(if applicable). 4. Clean locker tops(if applicable). 5. Wipe clean(With tile cleaner)all tiled wall areas. C.Monthly 1. Dust and clean all air conditioning registers and air return vents. D.Quarterly • • f Scrub and rinse all the surfaces with a non-toxic tile cleaner. 1 • • 2. Detail clean all restroom floors and grout to a clean and uniform appearance, machine scrub floors, and entirely clean walls and doors 100% by the end of the first quarter of the Contract and no less than quarterly thereafter. C3.03 SCHEDULE OF SERVICES—KITCHENS AND BREAK ROOMS A.Daily At Each Visit • 1-. Clean all counter space. 2. Sweep floors 3. Wet mop floors 4. Wipe clean all appliances. 5. Clean and disinfect sink. 6. Refill hand towel dispensers. ' 7. Remove all trash and recyclables. 8. Replace liners,as needed. . B.Quarteriv. 1. Scrub and rinse all tile surfaces with a non-toxic tile cleaner. C.Annually 1. Strip and wax hard floors,with a 3-coat minimum wax application method. C3.04 SCHEDULE OF SERVICES—PARKING GARAGES DailvAt Every Visit 1. Collect and dispose of debris andlitter in parking areas,ramps,decks,sidewalks,and breezeways. 2. Monitor exterior trash and recycling receptacles, removing trash as needed, and replacing liners, while maintaining all recyclable material separate from trash to avoid contamination. 3. Policing of public areas in all garages,between the daily-cleaning requirements,is required. 4. Elevators,entrance and exit doors,stairwells(including handrails,steps,landings and lights),parking decks, all must remain free of trash,dust,dirt,litter,fluids,and odors. 5. Garbage cans in the public;areas need be clean and able to except additional trash at all times. 6. Floor drains need to be free.on any debris,sand or litter. 1 C3.05 SCHEDULE OF SERVICES—ADDITIONAL SERVICES • Pressure-Gleaning, - � 1. Pressure cleaning shall be performed three (3) times—per-year during the months of April, August and December—and—shall-include all paved areas(briefs—planters,sidewalks, curbs and concrete), othor than asphalt parking lots and drives. • 1 The-fvilewing-speetfisatiens-will be uaed4er pressure cl ening: S a. Use ssrewaebers-h a , • • '•g--pressure rating of 3,500--PSI b Ther ean-all-sur€aces and remove all-d+rt,m: =, •• =, ail-residues,a ether-centaminants, S c. Pressure cleaning-action shall be-se orm to-previa- ,• - •.les-er-stains ll-show'm-the410} • {fern ct ins m g'+ c. Any utub�,-�-r�;�eid,er-�+tidew-fernaidin ressure-sicanin= - - . . ..:lying • a-City.appreved-t ildewistain-rremover:-Before-applying- ►y-type of chemical based removers-far use on stain-er-mildew, the Contractor(s) shall provide manufacturer's material safety data sheets to the Contrast-Manager-for-approval: f. Pressure cleaning shall be performed-without-interruption-: •e ••- -e- - 'e• - •• --".e e e _• . c of equipment, personal safety, and chemical • handlin disposal. h. Training documentation shall be-available-for-inspectie• - - -- -- - - -•••e - (5)-gars. Steam Cleaning 1. Steam cleaning of chairs. 2: Steam cleaning of sofas. Carpet Deep Cleaning 1. Clean carpet during the first six(6)months of the Contract and quarterly thereafter. 2. Carpets shall be deep cleaned using an extractor. • 3. Special spotting kits may be needed to remove difficult stains. 4. Clean carpet where visible and accessible, which will require moving some furniture. Moving heavy • furniture,such as filing cabinets,is not required. 5. Edges and baseboards must not have fibers,debris,or spills visible after cleaning. 6. Apply a Teflon-based protector to all carpeting after cleaning 7. Give all empty containers of carpet protector to the Contract Manager as a control. 8. Schedule time with the Contract Manager to operate air handlers overnight in the section to be extracted to reduce drying time. 9. The use of at least two (2) commercial carpet dryers supplied by Contractor(s) should be used to assist drying. Balance of Page Intentionally Left Blank 1 • MIAMIBEACHPROCUREMENT DEPARTMENT,3rd Floor,Miami Beach,Florida 33139, www.miamibeachfl.gov,Tel:305-673-7490. ADDENDUM NO. 15 REQUEST FOR PROPOSALS (RPP) 2017-070-JC JANITORIAL SERVICES February 5, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). No further questloris_Will be con.sidered, and no further extensions will be made. I. MODIFICATIONS: 1. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Wednesday, February 14, 2018, at the following location: City of Miami Beach; Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139; IL REVISED ATTACHMENT: Exhibit B: Revised Facility Zone Locations Exhibit C: Revised Cost Pro sosal Failure to submit the attached Revised Cost.Proposal:i~orm shall render . proposal non-responsive, an' d said non responsive proposal shall not be considered by;the„City_.. .._..,_, • ._... :._ ,.• . v. . a....• ._, _,__._..._ • Exhibit H: Revised Scope of Services III. CLARIFICATIONS: Exhibit B has been revised to include previously omitted- locations.The Cost Proposal Form has been revised to refelect these locations. Exhibit,H has been revised to reflect day porter hours of service: Any questions regarding this Addendum should be submitted in writing, to the Procurement of the individual named below, with a copy to the City Clerk's Office Department to the.attention at RafaelGranadO miamibeachfl.gov. Procurement Contact: Telephone: .Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov ro pp osers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Si y, • lex Deni.• °pro..:, -ment Director I ADDENDUM NO.15 REQUEST FOR PROPOSALS(RFP)2017-070-JC JANITORIAL SERVICES Exhibit B Revised Facilities Zone Locations Water Occupancy Property Name Location Address Hours etOpemOon Square Fet Floors Elevators Stairwells Restrooms Fountains Load Daily Other Oednrxay4Batd 9 66 _'64 _" t40:MauaiAunCaatAW90 Monday--Fnday�&'A0we9r's54n0.pa»a:..'S t_ .[ .., 3 ., _z:4.... ,,1;.`. ,.s " a'. , Fleet Maintenance 3 buildings 140 Macarthur Causeway Monday Friday 8:00 a.m.-5:OO p.m. 14.0001 0 0 2 1 25 Locker Rooms,Resirooms. Sanitation Administration Offices 140 Macarthur Causeway Monday-Friday 8:00 a.m.-5:00 p.m. 20.0002 0 1 2 1 112 S000PoAn4Feu-.. .,,. ,ant-Suee8W0niv ea'Avanae _ . < .: ,, r 6 . . Ocean Rescue 5313 Collins Ave Montlay Friday BOO a In. 500 p.m 14 000 2 _.r 1 4-Y 4 5 unknoon MBPD Internal Affairs 225 Washington Avenue Monday Friday 8:00 a.m.- 5:00 p.rn. 2200 1 0 0 2 2 12 Police Station 1100 Washington Avenue 365 days a year/24 hours a day 100000 5 3 5 31 13 1200 Locker Rooms Jail Cell,Fitness Center,Showers Police Garage 1100 Washington Avenue 365 days a year/24 hours a day 24.000 2 2 2 2 2 pnknewn Historic City Hall 1130 Washington Avenue Monday-Friday 8:05 am-500 pm 34 800 1 2 2 5 5 unknown A,m 5t Ugf €® 44k4.lARercea.IWOPua 'v* q w Cy a 405 entAvCent Monday City Hall 1700 Convention Center Onve Mond y Friday 8'00 a m.•6:00 am. 99,000 4 4• 4 9413 14 • 1,500 Loading Dock '771 Buwldmgh17S1 Menaan Ave 777-17th Sheet Monday-Friday 8:00 a.m.-6:00 p.rn, 28.0005 2 2 8 12 300 1755Building Mandan Ave 1755 Meridian Avenue h Monday-Friday 7:30 am.-5:00 p.m. 121,0005 5 2 12 12 500 555 Building17l OhSrt 555-17045heel Monday-Friday 8.00 am.-6:00p.m. 10,7251 0 0 5 a 200 Sanitatonty519tage- _ :' ..e :r4" 411701-Sireer_'m "^" ., .r:' ':. y. � ,y. ,--„ _ , _,. . South Shore Community Center 833-6th Street Monday Friday 8:00 a.m. 6:00 pm. 18,7302 1 2 6 5 500 Monday-Friday 7:00 am.-SOS p.m. PAL Building 999-11th Street Saturday 8:00 a.m. 500 pet. 200002 1 1 4 A 250 Locker Rooms,Gymnasium,Patio,Fitness Center 10th Street Beach Patrol 1001 Ocean Drive Monday-Sunday 8.00 a.m. 5:00 p.m. 850 2 0 1 2 2 100 Laker Rooms,Showers &unknown ko0k ern owers lgtn Street Auditonum . =. 1001 .Ocean Dove hMtoenntltl ayy-Sunday y 1:1110 a.m.-4:0WB'ppm_.. 112 88844E 2 1 et 0 4 8 Z 50 Lk Ho Showers -.,}k qt~k r'ro< . � fig' , • ,..--,AL-,-;_ ._ ; -,, v.. .._an. „I' 3zt. . . b ., '' _ ,s_ A Water Occupancy Property Name Location Address Hours of Operation Square Feet Floors Elevators Stairwells Reshoame Fountains Load-Daily Other Marine Patrol 1790 Purdy Avenue Monday-Sunday 8:00 a.m.-5:00 p.m. 1,350 2 0 1 4 2 100 Property Management 1833 Bay Road Monday-Friday 7:00 am.-5:00 p.m. 3,0002 I 1 4 4 30 parking Meter Shoo Facility 1833 Bay Road Monday-Friday 7,00 a.m.-5:000 or 2,3321 0 1 1 2 10 ` Public Works Operations 451 Dade Blvd. Monday-Friday 700 am.-5:00 p.et. 19,900 2 0 2 4 2 250 Looker Rooms,Showers K,. �498g.piAhTyeelaye : '44995 2 4 } 9 6.t 469 4.. Frretlatma49 ,,. T. e,. _.,:"s 230049na-reeDrlva Montlay—friday-7:00n$an-4430pms _ ...2400 8'.,",-","," a , e s 3 50> 'Monday-Friday 9:00 a.m.-9:00 per. 'Hours Change depending on programs offered. Saturday 9:00 a.m.-10:00 pm. Looker Rooms(6),Bowling Lanes(6),Gymnasium, Seat Rekow Youth Center Sunday 10:00 a.m.-5:30 p.m. 55.118 2 1 3 11 10 500 Pato,Fitness Center 2700 Sheridan Avenue Z Monday-Tuesday 9.00 am-8:00 p.m t ., Wednesday 9.00 a.m. 1030 p.m. 3' r Thursday Saturday 900 em.-10:00 p •.� Ice Rk Perimeter Only:Square footage Included In Scott Rakow Youth Center-ICE RINK Sunday 900 a.m.-7.00 per. N/A 4 4 5159 WA WA NtA WA a.59/1"11:`12`:,.above for Youth Center Fir4Statidrn.'4M1 ^\_ S3O3CHOnrAyAnOe' S. `. _ `1`e. - ...`- Police Sub Station North Beach 6800 Indian Creek Dons Monday-Friday 5:00 4:00 am. 2.300 1 0 0 3 2 50 Looker Rooms.&taxers FhoStaaany74 ?688ghMien C.reek4'knB k� _ r a c$_ • BryNe:Gariye FkggUg _> .. - 7BB--74aE546eF ., _ _ ,. OMfibeary- _... ".Y:,.70g}CW naAy0050.. _ .:.�.: :'i. :" .,e ae.�.`_ia e._•'? ,.':� C ._. la..., Normandy Shores Guardhouse 2000 Biarritz Drive 365 days a year/24 hours a day 200 1 0 01 4 10 Leg Cabin ���i&323GoSins'Averrget .,.• tc:` =4988 3�: 8 `.6 =>2 __ '9 _, ZONE4P _ c' Water Occupancy Property Name Location Address Hours of Operation Square Feet Floors Elevators Stairwells Restr0oma Fountains Load•Daily Other Trash Roams In garages shall be clean and present en • overall appearance of cleanliness to Include odor control.M sidewalks including planters surrounding the garage must be free of fitter,debris end other foreign 7th Street Parking Garage 210-7th Street 365 days a year/24 hours a day 209,950 6 3 2 1 0 646 spaces substances. Trash Rooms in garages shall be dean and present an overall appearance of cleanliness to include odor control.M sidewalks Including planters surrounding the garage must be free of litter,debris and other foreign 12th Street Parking Garage 512-12th Street 365 days a year24 hours a day 43,500 4 1 2 1 0 134 spaces substances. Trash Rooms In garages shaft be clean and present an overall appearance of cleanliness to Include odor control.All sidewalks Including planters surrounding the garage must be free of Otter.debris and other foreign 13th Street Parking Garage 1301 Collins Avenue 365 days a year24 hours a day 95.600 5 2 21 0 264 spaces substances. Trash Rooms In garages shall bedean end present an overall appearance of cleanliness to include odor control.M sidewalks Including planters surrounding the garage must be free of titler,debris and other foreign 16th Street Parking Garage 1557 Washington Avenue 365 days a year/24 hours a day 226,100 5 3 41 0 603 spaces substances. Trash Rooms in garages shat be clean and present an overall appearance of cleanliness to include odor control.Al sidewalks including planters surrounding the garage must be free of litter,debris and other foreign 17th Street Parking Garage 640-17th Street 365 days a year/24 hours a day 174,500 5 5 41 0 1.460 spaces substances. • • Trash Roams In garages shat be clean and present an overall appearance of cleanliness to include odor control.All sidewalks including planters surrounding the garage must be tree of litter,debris and other foreign 1755 Parking Garage 1755 Meridian Avenue 365 days a year/24 hours a day 211,250' 7 5 3 1 0 650 spaces substances. Trash Roams In garages shalt be clean end present en overall appearance of cleanliness to include odor control.Al sidewalks including planters surrounding the garage must be free of litter,debris and other foreign Pennsylvania Parking Garage 1661 Pennsylvania Avenue 365 days a year/24 hours a day 162,500 6 4 3 1 0 500 spaces substances. Trash Rooms In garages shall be dean and present en overall appearance of cleanliness to include odor control.All sidewalks including planters surrounding the garage must be free of litter,debris and other foreign 42nd Street Parking Garage 400 West 42nd Street 365 days a year/24 hours a day 201,500 5 2 2• 2 0 620 spaces substances. Sunset Harbour Parking Garage 1900 Bay Road 365 days a year/24 hours a day- 171,200 171 200 4 2 2 c+ 0 435 spaces 10 evaor lobbies ;. • ,ps. ,. , % `Rv ,urirA w _arPriia _" • • • • • • 7 .T — Watar a«u y .; Properij%t4eme ' Loeatl n Address- Houra IOP retton 9quaro Fees FI ors Ele atots 464;4;6 Rasimoms: FouneNns.Load 6.111,Otho Rupaex4P4s1 -- :it y, ,s .x,. ,,,...r,_� - S. BeaG�78rTe, . '_F w Boardwalk b Water Occupancy Property Name Location Address Room of Operation Square Feet Floors levators Stairwells Restrooms Fountains Load-Daily ODwr Flamingo Pool Facility 1205 Michigan Avenue Monday-Sunday.6:45 a.m.-9:00 p.m. 10,0001 0 2 1 150 Locker Rooms.Showers Normandy Isle Park Pool Facility i 7030 Trauville Esplanade Monday-Sunday 6:45 a.m.-9:00 p.m. 17,0421 0 5 1 150 Crespi Park Building 801 Creep Boulevard Monday-Sunday 8:00 a.m.-8:30 p.m. 5001 0 2 1 500 Muss Park Building 4400 Chase Avenue Monday-Friday 8.00 am.-5:00 p.m. 9001 0 2 1 500 Stillwater Park Building 8440 Hawthorne Avenue Monday-Sunday 8:00 am.-830 p.m. 400 I 0 2 . 1 500 Tatum Park Building 8050 Byron Avenue Monday-Friday 8:00 a.m.-5:00 p.m. 500 1 0 2 1 500 North Shore Park Band Shell-Amphitheatre 7275 Collins Avenue No regular hours;Used for special Events 45001 0 4 1 unknown North Shore Park Youth Center/Tennis 7250 Collin Avenue Monday-Sunday 8:00 a.m.-8:0O p.m. 33,8002 1 2 10 4 500 Locker Rooms,Showers Fairway ParkaavillieoCenter&Restroom 100 Fairway Drive Monday-Sunday 8:00 am.-8:30 p.m. • 4001 0 0 2 1 50 8929AaanNaWay ti .. tlkarvlt1 _.•v. 0929Altnlo4Nay- ,... Monday-S unday790agv..,&.89p.le. 4� Noah Siw eonOpeoe-Park-Pevlkort#3::_.: , i 792SA8anha-Wey -. Monday—8480ay790a.rn,-8.-00.00oi. .` „" rye�ceferk-Restroem#t--; _: 92OAannas-00y�t,�. Y—Su 4 0 9 .°'2 a. Non-SM r ark Restragm#2 ..-' 4939.A5an08lJ4 y'. Mmdey=SUndey 58.0 L-SOO9unr.. _, ett. t`4 0 E 0 .i2 -.5 •y, _ NodhStore•OPatSpane Park.Resnoamdl3 2929AtMnStWay'e. Moaday-SvOduy.7.6 05r�8:O4pm. o,.... st .-0-0. O 1. --2 ' - _ •. Normandy Shores Park Restroom&Storage 2605 Blemle Drive Monday-Sunday 8:00 am.-8:30 p.m. 950 1 0 2 1 50 �. South Pointe Park Restroom One Ocean Drive Monday-Sunday 7:00 am.-8:00 p.m. 800 1 0 2 1 unknown Marjorie Stoneman Dougos-Beach Restroom-3rd Street 3rd 80cean Drive Monday-Sunday 7:00 a.m.-8:00 p.m. 6001 0 2 1 unknown Lummus Park-Beach Restroom-fire Street 6th Street&Ocean Drive Monday-Sunday7:00 a.m.-10:00 p.m. 1,0001 0 2 4 unknown Lummus Park-Beach Restroom-10th Street 101h Street&Ocean Drive Monday-Sunday7:00 am.-10:00 p.m. 5201 0 2 2 u� . Lummus Park-Beach Restroom-14th Street 14th Street&Ocean Drive Monday-Sunday 7:00 a.m.-10:00 p.m. 1,5001 0 2 2 unknown Collins Park-Beach Restroom-21st Street 21st Street&Collins Avenge Monday-Sunday 7:00 a.m.-8:00 pen. 8841 0 2 1 unknown Pancoast Park-Beach Restroom-35th Street 35th Street&Collins Avenue Monday-Sunday 7:00 a.m.-8:00 p.m. 5121 0 2 1 unknown Indian Beach Park-Beach Restroom-46th Street 48th Street&Collins Avenue Monday-Sunday 7:00 a.m.-8:00 p.m. 6501 0 2 1 unknown Beach View Park-Beach Restroom-53rd Street 53rd Street&Collins Avenue Monday-Sunday 7:00 a.m.-8:00 p.m. 8641 0 2 1 unknown Allison Park-Beach Restroom-64th Street 84th Street&Collins Avneue Monday-Sunday 7:00 em.-8.00 pm. 5121 0 2 1 unknown North Shore Open Space Trailer Offices 79th Street 6 Collins Avenue Monday-Friday 7:00en.-4:00 p.m. 5601 0 1 1 unknown Parks Maintenance Facility 2100 Meridian Avenue Monday-Friday 7:00 am.-4:00 p.m. 5.5001 0 4 1 74 Flamingo Park Tennis Center 1235-1255 Michigan Avenue Monday-Sunday 8:00 a.m.-BOO p.m. 6,3001 0 4 1 100 Locker Rooms Flamingo Park Baseball.Softball,&Football Field Restrvoms 1455 Michigan Avenue Monday-Sunday 8:00 a.m.-5130 p.m. • 1,8001 0 10 1 100 7161 Street(Unidad)Public Restroom 7231 Collins Avenue Monday-Friday 7:00 a.m.-8:00 p.m. 5551 0 2 1 unknown Poles dal Mar Park(Restroom Building) 7701 Collins Avenue Mendev-Sundae 7:05 em,.8.00 Prn 1.1401 5 - 5 2 unknown Maurice Gibs Memorial Perk(Restroom Budding) 1790 Purdy Avenue Monday-Sunday 7.50 a.m-8:00 nm 1960 0 _ 3 2 usknav5 'Mid Beach Community Park-Restroom Building , 2795 Prairie Avenue Monday-Sunday 7:00 atm-8:00 em. 2761 0 - S 3 unknown • Park Renner Facade225 W hl gto A Monday-Sunday 7'00 a.m.-8'00 0 m 500 1 0 2 18ft known Exhibit C Revised Cost Proposal Form APPENDIX E j: ,IT\ , . „ , v AiE a. . " , ,„ CostRevised 1 Form . . , , 2017-070-JC Janitorial Services Failure to submit the attached Revised Cost Proposal Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered b the Cit . • PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 . 1 REVISED COST PROPOSAL FORM Failure to submit REVISED Cost Proposal Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. - Proposer affirms that the prices stated on the revised cost proposal form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or anyother unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Revised ;Cost Proposal Form shall be completed mechanically or, if manually, in ink. Revised Cost Proposal Form completed in pencil shall be deemed non-responsive.All corrections on the Revised Cost Proposal Form shall be initialed. ZONE 2Description Quantity U/M Unit Cost Extended Total Item (Quantity_X Unit_Cost) As -€I 62 Weakly $ $ A2 Fleet Maintenance 3 buildings 52 Weekly $ $ A3 Sanitation Administration Offices 52 Weekly $ $ 44 210 2nd Stroot Collinc Court 6 week' .$ ) $ A5 South Point Police Ocean Rescue 52 Weekly $ $ A6 MBPD Internal Affairs 52 Weekly $ $ Police Station Headquarters A7 (includes dedicated porter) 52 ,Weekly $ $ A8 Police Garage 52 . Weekly ' $ $ A9 Historic City Hall 52 Weekly $. $ A42 F4re-Station41. 62 Weekly $ $ 414 Boys-8,446464 64 Weeidy $ ' $ Al2 555 Building(17th St)' 52 Weekly $ $ A13 Sailitation=Ster=ago 62 Weekly. $ $ A14 South Shore Community Center 52 Weekly $ $ PAL Building Al 5 (includes dedicated porter) 52 Weekly $ $ Al 6 10th Street Beach Patrol 52 Weekly $ $ AU fins! es ter4 g4 0.49eidy $ $ A18 10th Street Auditorium 52 Weekly $ $ City Hall(1700 Convention Center Dr) A19 (includes dedicated porter) 52 ' Weekly $. $. A20 1755 Meridian Ave 52 Weekly a $ A21 777 Building/1701 Meridian Ave 52 Weekl i i ZONE 2: SUB-TOTAL ANNUAL COST $ ZONE 3 Item Description Quantity U I M Unit Cost Total(Quantity_X_Unit_Cost) B1 Marine Patrol 52 Weekly ' $ $ B2 Property Management 52 Weekly $ $ ,B3 Public Works Operations 52 Weekly $ $ 84 52 Weekly $ $ B6, F•,,S 62 Weekly $ 3 136 Firc Station#2 Historic 52 Weekly $ $ Scott Rakow Youth Center B7 (includes dedicated porter) 52 Weekly $ $ ` B8 Scott Rakow Youth Center-ICE RINK 52 Weekly $ $ 8 Area:a#(3;42, 62 Weekly $ $ B10 Police Sub'Station North Beach 52 Weekly $ $ Firo Station#1 52 Weekly .3 3 1312 Byron--Carlys-Theatro 62 Weekly $ $ Old Library 62 Weekly $ $ B14 Normandy Shores Guardhouse 52 Weekly $ $ • 1 bin 62 Weekly $ $ B16 ParkinsMeter Shoo Facilit Ba Road 52 Weekl_ $ ZONE 3:SUB-TOTAL ANNUAL COST $ ANE4 tern Description Quantity U 1 M Unit Cost Total(Quantity_X_Unit_Cost) C1 7th Street Parking Garage `52 Weekly $ $ C2 12th Street Parking Garage 52 Weekly $ $ C3 13th Street Parking Garage 52 Weekly $ $ C4 16th Street Parking Garage 52Weekly $ $ C5 17th Street Parking Garage 52 Weekly $ $ C6 Pennsylvania Parking Garage 52 Weekly $ $ C7 - 42nd Street Parking Garage 52 Weekly $ $ C8 Sunset Harbour Parking Garage52 Weekly $ $ 52 Weekly $ 3 C10 1755 Meridian Garage 52Weekly $ $ ZONE 4:SUB-TOTAL ANNUAL COST $ _-_ qty U=PM 1;J-nit-Cost Tot 4Quaatity ualt_Eost1 TA= Repe,amkgest 62 Weekly 3 $ P2 ge,asla—SerAla-Poigte4347414-4Frese 52 Weekly $ 3 113 62 Weekly $ $ 104 Boatelwalk 52 Weekly $ $ • ;i3 86agivialli 62 Weekly $ $ 4-5)3 Saco 52 Weekly $ 3 N Beash-Shawcrs • 84 Meekly 3 $ DB "SZ --- $ i ZONE 5 TOTAL ANNUAL COST $ , ZONE 6 Item Description Quantity U I M Unit Cost Total(Quantity_X_Unit_Cost) Flamingo Pool Facility El (includes dedicated porter) 52 Weekly $ $ E2 Normandy Isle Park Pool Facility 52 Weekly $ $ E3 Crespi Park Building 52 Weekly $ $ E4 Muss Park Building,Pavilion&Restrooms 52 Weekly $ $ E5 Stillwater Park Building 52 Weekly $ $ E6 Tatum Park Building 52 Weekly $ $ E7 North Shore Park Band Shell-Amphitheatre 52 Weekly $ $ North Shore Park Youth Center/Tennis E8 (includes dedicated porter) 52 Weekly $ $ E9 Fairway Park Pasiiiii014 Center&Restroom 52 Weekly $ $ El0 North Shore Park Restroom(New FY18) 52 Weekly $ $ E-1-1. Neftla414424e4pop•Sfeee•Par44-12a44414414-#2. tg Weekly $ E12 _ 9:-- _:. - . ' 62 Weekly $ $ E $ 3 SZ any $ $ &1.6 Noctlz-Shore,--OpwSpase=Pak Roctroem#3 82, weekly $ - $ E16 Normandy Shores Park Restroom&Storage 52 Weekly $ $ South Pointe Park Restroom and Facilities E17 (includes dedicated weekend porter)1st Street 52 Weekly $ $ Marjorie Stoneman Douglas-Beach Restroom - E18 3rd Street 52 Weekly $' $ Lummus Park-Beach Restroom-6th Street El 9 (includes dedicated weekend porter) 52 Weekly $ $ Lummus Park-Beach Restroom-10th Street E20 (includes dedicated weekend porter) 52 Weekly $ $ Lummus Park-Beach Restroom -14th Street E21 (includes dedicated weekend porter) 52 Weekly $ $ Collins Park-Beach Restroom -21st Street E22 (includes dedicated weekend porter) 52 Weekly $ $ E23 Pancoast Park-Beach Restroom -35th,Street , 52 Weekly $ $ E24 Indian Beach Park-Beach Restroom-46th Street 52 Weekly $ $ E25 Beach View Park-Beach Restroom-53rd Street 52 Weekly $ $ I E26 Allison Park-Beach Restroom -64th Street 52 Weekly $ $ E27 North Shore Open Space Traiter-O#fises Park 52 Weekly $ $ E28 Parks Maintenance Facility 52 Weekly $ $ Flamingo Park Tennis Center E29 (includes dedicated porter) 52 Weekly $ $ Flamingo Park Baseball,Softball,&Football Field Restrooms ) E30 (includes dedicated porter) 52 Weekly $ $ 71st Street Unidad Public Restroom E31 (includes dedicated weekend porter) 52 Weekly $ $ E32 North Shore Open Space Trailer Offices 52 Weekly E33 ParlisAahtenatie@Faellity weekty $ $ E34 Altos del Mar Park—Restroom Building 52 Weekly $ $ E35 Maurice Gibb Memorial Park—Restroom Building 52 Weekly $ Mid Beach Community Park—Restroom Building E36 (Opening TBD) 52 Weekly $ $ E37 Park Ranger Facility 52 Weekly $ $ 638 _ _ e._ .e.. .• - .52 Weekly $ ZONE 6:SUB-TOTAL ANNUAL COST $ PLEASE ADD ALL ZONES (2, 3, 4, 6) FOR TOTAL ANNUAL COST TO CITY OF MIAMI BEACH: Fl ADDITIONAL SERVICES AS NEEDED,AND OUTSIDE OF THE REQUIRED PERIODIC FREQUENCIES ESTABLISHED IN THE RFP G1 Deep Cleaning Carpet Cost Per Square 444 Foot $ G2 Steam cleaning of chairs Cost Per Unit Cleaned $ G3 Steam cleaning of sofas Cost Per Unit Cleaned $ 64 lareisupa=Glgerting `• $ G5 Strip and Wax Cost Per Square Foot $ G6 Scrub and Recoat Cost Per Square Foot $ Post-Construction Cleanup(i.e.,removal of heavy dust, wipe down fixtures/furniture, vacuum - G7 carpets,clean air vents) Cost Per Square Foot $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: Exhibit H Revised Scope of Services, Sections C2-C3.05 C2.STATEMENT OF WORK REQUIRED The City of Miami Beach is seeking a qualified Contractor(s) to provide citywide janitorial cleaning services for City facilities and City public spaces, identified as follows: Zone 2 South, Zone 3 North, Zone 4 Parking, Zone 5 Beach Maint nseand Zone 6 Parks. (For the purposes of this RFP, Zone 1 and Zone 5 does not apply.)_ The Contractor(s) shall provide all supervision, administrative and technical support, labor, materials, supplies and equipment, and shall plan, schedule, coordinate and assure effective completion of all cleaning services described herein. The Contractor(s) shall provide services to all areas requiring services within each Zone including, but not limited to, cleaning of all offices, conference rooms, and common areas, lobbies, hallways, waiting areas, kitchens, break rooms, entrances,sidewalks,janitorial closets, elevators (passenger and freight, if applicable), stairwells and landings (if applicable), restrooms,and restroom lobby areas, and any applicable beach facilities, beach-showers; lifeguard stando and boardwalk. All work shall be performed in accordance with the highest cleaning and environmental standards including: • ISSA CIMS-GB • Greenseal GS-42(services) • Greenseal GS-37 and GS-37(products) The Contractor(s)shall be fully responsible for providing customer service,quality control and all other services listed herein.The Contractor(s)will determine, by way of their proposal,and in accordance to the minimum requirements of the RFP,the manner in which services are to be performed by Zone and location,allocation of labor hours needed to perform the task(s), cleaning methods and required supplies, materials and equipment, in order to successfully complete the required work. C3.TECHNICAL SPECIFICATIONS The facilities will may be occupied as indicated by the City in Appendix G, Facility Locations, of the RFP. The Contractor(s) shall provide janitorial services consistent with meeting and exceeding the requirements of the RFP, and in accordance with the approved Comprehensive Cleaning Plan, which shall detail the proposer's project approach, indicating the means and methods for meeting the City's janitorial services requirements, and shall be provided by all proposers with their RFP submittal response package, as identified in Section 0300, TAB 3, of the RFP. During evening services, lights shall be turned off as areas are completed,except in the immediate area where work is being performed The City of Miami Beach reserves the right to adjust work hours to serve the specific needs of the facility. - ..•.•.._.., .- -,- -- : •. :-•: •• :• -..• : •- . ':•, - -: , - dircctcd, for City observed holidays. When a City-observed holiday falls on a regularly scheduled service day, and the City facility is not accessible to the Contractor(s),the Contractor(s)shall perform the regularly scheduled services on the next workday following the holiday closure. Exceptions will require arrangements with the City's Property Management Director,or designee. A complete listing of facilities and current operating hours within the facility is provided and attached as Appendix G, Facility Locations. ' - - - • -- - - - -., • - - • - - - - • Times of operation may be subject to change at the City's discretion. The Contractors) shall, at a minimum, provide the City with janitorial and related services in accordance with the following standards and frequency expectations: Balance of Page Intentionally Left Blank C3.01 SCHEDULE OF JANITORIAL SERVICES - OFFICES, WORKSPACES, LOUNGES, LOBBIES, ENTRANCES,COMMON AREAS,HALLWAYS, EXTERIORS,CORRIDORS A. Daily-At Each Visit 1. Empty wastebaskets,trash cans,and recycling bins in dedicated containers. 2. Replace bag liner if ripped, soiled or wet for wastebasket and trashcans (Recycling bins should not have liners). 3. Dispose of all collected refuse to an outside dumpster. 4. Empty recycle containers and deposit material into dedicated,outside recycling collection container. 5. Empty and clean all ashtrays and cigarette receptacles(including those on stairwell landings and outside of building entrances). 6. Clean all table and counter surfaces not having paper or materials stored on them 7. Dispose of any cardboard packing or discarded materials or items left for removal to outside dumpster. 8. ' Clean any area or item that obviously needs immediate attention due to incidental spills,leaks or debris. 9. Clean all glass main entry doors. 10. Sweep and damp mop all hard flooring (including elevators and stone surfaced flooring; spot clean any dirt or stains with appropriate cleaners and solvents as needed to maintain an acceptable appearance.) 11. Vacuum all carpeted areas,including walk-off mats,entrance mats,and rugs. 12. Refill hand towel dispensers. 13. Clean and sanitize drinking fountains. 14. Sweep clean all landings and stairwells. 15. Spot clean any obvious stains or spills in carpeted areas with appropriate/approved cleaner(s). 16. Clean all doors(including glass doors)and frames,sweep mats,remove spider webs,remove gum. 17. All glass and metal surfaces of facility entrance/exit doors and lobbies interior and exterior shall be cleaned 18. Dust all wall hangings and decorative light fixtures. 19. Wooden surfaces shall be maintained with a City approved polish. Every effort must be made so no rings, spills,or noticeable dust is visible. 20. Clean and/or polish tables, benches,and chairs.Wet cleaning may be required with germicidal cleaner. 21. Spot clean light switches and walls. 22. Collect and dispose of debris and litter in parking areas,sidewalks,and breezeways. 23. Monitor exterior trash receptacles,removing trash as-needed,and replacing liners. B. Weekly 1. Polish furniture. 2. Clean and polish all table and counter surfaces which are free of material. 3. Wipe down all interior window frames,and sills with damp cloth. 4. Clean all non-glass doors and door frames 5. Wipe down all shelving with damp cloth. 6. Vacuum all fabric covered furniture and partitions 7. Wipe down elevator walls,polish interior cab with all purpose cleaning spray or furniture polish. 8. Clean all elevator hand railings and metallic wall panels with stainless steel cleaner/polish. 9. All first floor exterior windows shall be cleaned as needed. J C. Bi-Weeklv 1. Clean all blinds,wall plates,door hardware and stairwell railings D. Monthly 1. Dust and clean all air conditioning registers and air return vents. 2. Clean all vinyl furniture with vinyl cleaner. 3. Scrub, rinse, spray buff and wax hard floors (excluding stone surfaced flooring, utilizing proper floor care machinery). 4. Wipe down all walls and clean any spider webs from corners or ceilings. 5. Clean interior window glass. 6. Clean baseboards. 7. Detail clean all horizontal or vertical surfaces so that no visible dirt, dust, cobwebs, or streaks are visible, including all furniture, edges, corners, baseboards,walls, air vents, and door frames (high and low dusting, etc.) from floor to ceiling. Include all custodial closets, stairwells, entrance areas, and planters, and any other item or area within the scope of this Contract. 8. Telephones must be periodically cleaned using a germicidal cleaner disinfectant. E. Quarterly 1. Scrub and recoat hard floors(excluding stone surfaced flooring,utilizing proper floor care machinery.(This service is to be provided within fifteen days of start-up of contract or trial period and performed quarterly thereafter). F. Semi-Annually 13 Strip and wax hard floors,3-coat minimum(excluding stone surfaced flooring,utilizing proper floor care machinery.(This service is to be provided within fifteen days of start-up of contract or trial period and performed quarterly thereafter). 2. Vacuum fabric partitions throughout the City facilities. G. Annually 1. Clean all.blinds.Cleaning shall occur at the same time interior window surfaces are cleaned. 2. After cleaning,all blinds shall operate properly and contain no visible streaks,smears or dust. 3. Vertical blinds may be cleaned in place using chemicals designed for vinyl cleaning. H. Carpet Spot Cleaning 1. Spot cleaning will be performed utilizing extraction method. 2. Carpet will be free of any dirt, dust, lint, stain or foreign matter as determined by the Contract Manager, Facility Manager or designee. 3. Cleaning procedures and chemicals shall be used in accordance with manufacturer's recommendations and warranty conditions. 4. Spot clean any spotted and stained areas daily,as needed or as requested. 5. When spot cleaned,affected carpet areas shall blend with adjacent areas. 6. Leave no dirt on carpets,in corners,near baseboards,behind doors,or under any furniture. 7. Wipe baseboards in carpeted areas free of dust daily. I. Day Porters The Contractor(s), in addition to standard janitorial services, shall provide daily porter services at City of Miami Beach Police Department Headquarters (40 hours per week) and Scott Rakow Youth Center(7 days per week, 12 hours daily), City Hall (40 hours per week), North Shore Park Youth Center(7 days per week, 35 hours per week), Flamingo Park (pool, tennis, restrooms are 7 days per week, 28 hours per week), PAL building (weekdays Monday-Friday 20 hours per week), and weekend dedicated porter service and weekday roving service for public restrooms, as identified in Exhibit E, during weekends at South Pointe Park, 14-Street;-6th - . . - - - _ fid),shall meet or exceed the following requirements: 1. Maintain entrances and lobbies,(including parking garage)windows,doors,and dusting. 2. Maintain cleanliness of water fountains. 3. Complete restroom service daily; minimum once for a 4-hour shift and twice for an 8-hour shift, and as needed throughout the day.Restock and empty trash as needed. 4. Dust all interior signage including lobby and common areas. 5. Kitchenettes: Empty trash daily,dust window sills,wipe down exterior and interior of cabinets,wiping down counter and sink areas. 6. Maintain custodial storage areas, keeping active inventory of supplies and all custodial closets clean and neat. 7. Facility exterior cleaning: Check all entrances and parking garages for paper and trash, empty all trash and smoking containers. 8. Report any maintenance items needing repair in the Control Book. 9. Report any custodial issues arising from tenants and to the City's Zone Manager via the Control Book. 10. Remove recyclable waste if needed.iDaily: 11. Assist vacuuming office areas and spot cleaning as needed. 12. Healthcare and related Facilities: Immediate response to all clean-ups, including full custodial cleaning of affected areas if required by the City. 13. Day custodians shall provide ongoing service for entrances, common areas, restrooms, emergency spill removal from carpets and hard flooring, rainy day safety precautions (put out mats, signs and keep floors mopped dry),and other cleaning-related duties. 14. The City's Zone Manager will have authority to direct the day porters to perform special cleaning duties between the hours of 8:00 a.m.and 5:00,p.m.,not to exceed five(5)hours per week,per day porter. C3.02 SCHEDULE OF SERVICES-RESTROOMS j A.-Daity-At Each Visit 1. Clean all mirrors. 2. Replenish soap,toilet tissue and hand towels. 3. Sweep,mop with disinfectant cleaner and rinse bathroom floors. 4. Clean urinals and commodes(inside and out). 5. Check deodorizer block and replace if necessary: 6. Wipe down all partitions. 7. Clean and disinfect basins and counter tops. 8. Empty and clean all waste receptacles,replace liners if necessary. 9. Polish all chrome and stainless steel. 10. Clean baby changing stations in conjunction with daily-restroom cleaning schedules. B.Weekly 1. Clean all doors,including entry doors,metal kick plates,door handles or push plates. 2. Clean all interior window glass,frames and sills. 3. Clean showers(if applicable). 4. Clean locker tops(if applicable). 5. Wipe clean(with tile cleaner)all tiled wall areas. C.Monthly 1. Dust and clean all air conditioning registers and air return vents. r D.Quarterly , 1. Scrub and rinse all tile surfaces with a non-toxic tile cleaner. 2. Detail clean all restroom floors and grout to a clean and uniform appearance, machine scrub floors, and entirely clean walls and doors 100%by the end of the first quarter of the Contract and no less than quarterly thereafter. C3.03 SCHEDULE OF SERVICES—KITCHENS AND BREAK ROOMS A.Daily At Each Visit 1. Clean all counter space. 2. Sweep floors 3. Wet mop floors 4. Wipe clean all appliances. 5. Clean and disinfect sink. 6. Refill hand towel dispensers. 7. Remove all trash and recyclables. 8. Replace liners,as needed. B.Quarterly 1. Scrub and rinse all tile surfaces with a non-toxic tile cleaner. C.Annually 1. Strip and wax hard floors,with a 3-coat minimum wax application method. C3.04 SCHEDULE OF SERVICES—PARKING GARAGES s, OaityAt Every Visit 1. Collect and dispose of debris and litter in parking areas,ramps,decks,sidewalks,and breezeways. 2. Monitor exterior trash and recycling receptacles, removing trash as needed, and replacing liners, while maintaining all recyclable material separate from trash to avoid contamination. 3. Policing of public areas in all garages,between the daily-cleaning requirements,is required. 4. Elevators,entrance and exit doors,stairwells(including handrails,steps,landings and lights),parking decks, all must remain free of trash,dust,dirt,litter,fluids,and odors. 5. Garbage cans in the public areas need be clean and able to except additional trash at all times. 6. Floor drains need to be free on any debris,sand or litter. C3.05 SCHEDULE OF SERVICES—ADDITIONAL SERVICES Pr urn Cleaning 1 , a. a. Use pressure washers having a minimum working pressure rating of 3,500 PSI. ATTACHMENT C CONTRACTOR'S RESPONSE TO THE REQUEST FOR PROPOSALS (RFP) Detail by Entity Name Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS IzAUJ ; OF • .«_...'k �, lei,Ff91 .d. 5fra Department of Slate / Division of Corporations / Search Records / Detail By Document Number I Detail by Entity Name • Florida Profit Corporation ABLE BUSINESSSERVICES,INC. Filing Information •• Document Number P01000113131 FEIIEIN Number 65-1156551 Date Filed 11/28/2001 State FL • Status ACTIVE Last Event CANCEL ADM DISS/REV • Event Date Filed 10/19/2004 Event Effective Date NONE Principal Address 1234 NW 79 STREET MIAMI 33147 UN Changed:04/03/2016 • Mailing Address 1234 NW 79 STREET MIAMI,FL 33147 ' Changed:04/03/2016 Registered Agent Name&Address BERRY,WILLIAM L• 14265 SW 108TH COURT MIAMI,FL 33176 Officer/Director Detail Name&Address . • Title PRES BERRY,WILLIAM L 14265 SW 108 COURT MIAMI, FL 33176 • Annual Reports • Report Year Filed Date 2016 04/03/2016 • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 10/4/2018 Detail by Entity Name Page 2 of 2 2017 02/09/2017 2018 03/18/2018 Document Images • 0311 8/201 8—ANNUAL REPORT View image in PDF format 02/09/2017--ANNUAL REPORT View image in PDF format 04/03/2016--ANNUAL REPORT View image in PDF format 04/26/2015—ANNUAL REPORT View image in PDF format 04/2212014—ANNUAL REPORT View image in PDF format 04/20/2013—ANNUAL REPORT View image in PDF format 04/08/2012—ANNUAL REPORT View image in PDF format 04/04/2011—ANNUAL REPORT View image in PDF format 06/09/2010—ANNUAL REPORT View image in PDF format 03/17/2010—ANNUAL REPORT View image in PDF format 05/17/2009—ANNUAL REPORT View image in PDF format 03/25/2009--ANNUAL REPORT View image in PDF format 03/13/2008—ANNUAL REPORT View image in PDF format • 05/30/2007—ANNUAL REPORT View image in PDF format 01/27/2006—ANNUAL REPORT View image in PDF format 04/04/2005—ANNUAL REPORT View image in PDF format 10/19/2004—REINSTATEMENT View image in PDF format 03/10/2003—ANNUAL REPORT View image in PDF format 05/21/2002—ANNUAL REPORT View image.in PDF format 11/28/2001--Domestic Profit View image in PDF format Honda Department of State,Division of Cerporatlons • • • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 10/4/2018 _ i ■ . 1 :- 1ioo ■ Inc, ,:.0„.A-.,,,,,. ...0, : .,,,.. -,-, - ' `—: : " ' ‘. - ' , .. ..,, - ,,,,0 , Able.. . BusinsService,00,....., ,..:,:-.,„ ,.......E, ,,0,„..., ;.- ,,„._„, „..,,,,0- ,-.. „ , .:0 , • .. ,,, ,: ,,,,....:- :-' . .,,,... . ;„0---,-.; .2,,., ;,0. ,-:,,,,,,....,; ,..,, .,,,,, -„,„,,..: , .., ,f,,.-,,-:..,, .. - ,L.-. ,,, ..- , ,. --,..:• . ,,... .,., ,... , 1234 North West 79th Street Miami,Florida 33142 Phone:305-636-5099 Fax:305-638-8082 December 21,2018 To: Jason Crouch,Procurement Contract Officer From:William Berry,President,Able Business Services,Inc. Re: BAFO Pricing,Janitorial Service#1;RFP 2017-070-JC , Mr.Crouch, please find our pricing/cost proposal in response to the November 28, 2018, BAFO negotiation meeting. Additionally, Able Business Services, Inc. is committed to developing and implementing a program for the promotion of the City of Miami Beach's benefit during the term of our Janitorial Service Agreement. We are proposing to set aside the amount of$30,000.00 to be used for the benefit of special needs persons, such as displaced veterans from City of Miami Beach community. Primarily:through outreach with your Community Development Division, we hope to identify and hire/train (1-5) persons per year for our janitorial vacancies within the parameters of our RFP Service-.Agreement. Individuals who do not meet the City of Miami Beach hiring guidelines per our RFP will be assisted in securing employment with our other contracts and/or like janitorial companies.Because our Supervisor will be dedicated to job shadowing/training/placement of these individuals their value to this Service Agreement will be diminished; resulting in additional expenses associated with salary in executing our contractual obligations. Training these individuals add additional expense to our training costs, along with loss productivity. Accordingly, the costs associated with supervising these individuals will be our contribution to the City of Miami Beach. As you may be aware, before starting my business I was the Regional Administrator for the Florida Vocational Rehabilitation/Miami Division of Blind Services office, and my Vocational Rehabilitation expertise was in job training and development of special needs persons. We believe ABS community service interest objectives is in keeping with the City of Miami Beach's tradition of being a welcoming "World Class City"for advancement and inclusion for the up ard;s• ••i 'ty for all. 4,:i.,,,.., •;.,,, / I F'I iam r-rry,Fresdent Able Business.Services,I . We experts in our fields and we don't make excuses!!! h S Facility ManagementSerdices/Commercial Cleaning Products 1234 NW 791' Street Miami, FL 33147 Ph: (305)636-5094 Fax: (305)838-8082 December 21, 2018 City of Miami Beach Procurement Department Mr.Jason Crouch Procurement Contracting Officer ' 1755 Meridian Avenue 3rd Floor Miami Beach,Florida 33139 RE: Request for Proposal No.2017-070-JC,For Janitorial Services and BAFO Notification of Proprietary Information (Green Cleaning Training Program;Health Based Cleaning Program;and Restroom Cleaning Program) Mr. Crouch, Able Business Services, Inc., notifies the City of Miami Beach that the following information and materials submitted with our response is proprietary and should not be made available for public inspection/copies: 1. Green Cleaning Training Program; 2. Health Based Cleaning Program; 3. Restroom Cleaning Program;and 4. Garage and Parking Lot Cleaning Program S'•c= el`,/ lliam Berry ir President/CEO Cc: Files ABLE BUSINESS SERVICES, INC. 1234 NW 79th Street Miami, Florida 33147 TECHNICAL PROPOSAL & EVALUATION GUIDE FOR CITY OF MIAMI BEACH BEST AND FINAL OFFER,RFP 2017-070-JC, JANITORIAL SERVICES PROPOSER COMPANY NAME: Able Business Services,Inc. 1234 NW 79th Street Miami, Florida 33147 (786) 291-6686 (Cell) (305) 636-5099 (Office) (305) 638-8082 (Fax) Email: ablmaintl@bellsouth.net Website: www.ablebusinessservices.com INTRODUCTION: In response to the City of Miami Beach City Commission's request for negotiations with Able Business Services, Inc (ABS) (1st Ranked Proposer) and the second-ranked proposer,we are submitting our.Best and Final Offer(BAFO)for your consideration. We are, a local, minority-owned commercial janitorial business that has been providing quality janitorial services to governmental entities in this area and have been doing so for approximately 20 years. We havesubstantial experience managing governmental janitorial. contracts for large, high-traffic, heavy-use,highly-sensitive, and 24-hour facilities, venues, and events. A few of our clients we provide these services for include a variety of large , and multi-facility projects including Miami Dade Water and Sewer (five (5) locations), U.S. Army (two (2) locations), TIB Banks Administrative Offices and four (4) branches, Carrie P. Meek Technology Center, City of Miami (46 sites), City of South Miami (10 sites), and Miami Dade County Transit(three (3) main terminals), and eleven (11) satellite. locations, Jackson Health Systems; and Baptist Hospital. These projects highlight the diversity of our experience and signify the breath of our operations knowledge in relation to managing the unique demands of large,high traffic facilities. We have also provided event cleaning services for Super Bowl(s) (Dolphins Stadium), Coconut Grove Goombay Festival, and Little Haiti Cultural Arts Center as well as numerous other City of Miami • community events and Hurricane clean-up for Miami-Dade County, City of Miami and Jackson Health Systems. As an additional benefit to our government clients, we are equipped to handle hurricane-related disaster situations, as we own and operate large industrial debris removing equipment. We provide Green Cleaning Commercial Janitorial Services which are proven to make facilities cleaner, healthier and greener while reducing carbon\footprints and reducing operating costs by as much as 30%. We are also industry trained in.Health Based Cleaning. Additionally, we have a Pressure Washing Best Management Practices Program, which was necessary as part of our City of Miami parking garage cleaning service program (Ex "A”). Our company consists of a truly "diverse workforce," with gender and racial diversity across all levels of the company that reflects both the local community in South Florida and the City of Miami Beach's tradition of being a welcoming "World Class City" for advancement and inclusion across all demographics. _ ABS is committed to providing the best possible service and the best possible value to the City of Miami Beach. We look forward to discussing our BAFO proposal with you and answering any questions you may have. • KEY AREAS OF INTEREST PER NEGOTIATIONS MEETING REF KEY ITEM #A, LIVING WAGE - Able Business Services, Inc. (ABS) affirms that its initial pricing offer and it's BAFO offer are in compliance with the pricing requirements of the initial RFP Exhibit F, Ordinance No. 1017-4143 regarding the City's Living Wage Ordinance for the entire duration of the contract term. RFP at 20; Addendum 14, Q 9. ABS' BAFO price incorporates the 2019 living wage and it is understood future living wages will be in compliance with RFP Exhibit F, Ordinance No. 1017-4143. REF KEY ITEM #B, STAFFING/TRANSITION PLAN - We will be customizing our team cleaning approach to fit the needs of each building within the various zones. The key to successful services revolves around thoroughly orienting and training team members on all aspects of our contract and exactly what will be expected of them. Our cleaning efforts will be based on a"team cleaning" concept whereby our staff will work together with specific team members having certain 'responsibilities as necessary to accomplish the daily,weekly and monthly specifications of our contract. When repetitive conditions exist for the same team member to do the same job within the team, there is a lot more cost efficiency and effectiveness with a systematic approach. Usually our cleaning teams are overstaffed by at least one to two team members, to allow for additional personnel to account for no-shows to ensure that the work can be accomplished in the time allotted. and to make sure we meet our performance objectives. We will maintain a database on file of experienced staff as well,as graduates of our training program along with veterans interested in employment and or training. We will be working closely with community based employment and veteran's programs such as the City of Miami Beach Career Source South Florida Office and the US Department of Veterans Affairs to hire and train our future employees. Our Special Projects Coordinator will have a dedicated staff for floor care, window washing, pressure washing, deep cleaning carpets, steam cleaning and chairs/sofas. As stated in the negotiations meeting,we will be working through Mr.Adrian Morales' Office in coordinating the hiring and retention of certain staff from the incumbent contractor. We are also committed to giving every incumbent staff person an opportunity to interview,with the goal of retaining every qualified,capable employee. Below are samples of our three Team Cleaning concepts to be utilized for cleaning multiple size buildings within various zones,as follows: TEAM CLEANING MODELS TeL Member Pulls Team M1mber Vacuums Team Member Clean Team Member Details Trash and Dusts and Mops All Restrooms and other functions STANDARD.TEAM'CLEANING MODEL TeamMember One Team Member Two Vacuums Team Member Three Team Member Four Dusts Pulls All Trash and Mops All Areas Clean All Rest Rooms and Details DIRECTED TEAM MEMBER CLEANING TEAM ONE Team Member One Pulls Team Me ober Two Team Member Three Team Member Four DI sts TrashFloors 1-5 Vacuums and Mops Floors 1-5 Restrooms Floors 1-5 and Detail Floors 1-5 TEAM TWO Team Member One Pulls Team Member Two Team Member Three Team Member Four Dusts Trash Floors 6-10 Vacuums and Mops Floors 6-10 Restrooms Floors 6-10 and Detail Floors 6-10 1 - TRANSITION #B- We understand that the key to providing gnality services starts with preparation. One key objective in the preparation process involves ensuring that all employees are properly trained and that we have the proper equipment along with the necessary supplies on hand to get the job done. Our founder, Mr. William Berry,has a professional background in vocational rehabilitation and training, and ABS prides itself in attracting, training,. and retaining an exceptionally qualified and hard-working workforce;the best in the industry. After having had subsequent site/location visits to all locations (as identified in the RFP),to further • our understanding of the existing cleaning problems, goals, and resources that will be needed to perform at our optimum;we have reassessed and revised our cleaning strategies. Accordingly,with the current contract expiring February 19, 2019, we will have more than an ample time for the planning process leading up to the implementation of this contract. Leading up to the date we take over this contract,we will be engaging in the following activities: A.From today's date up to on or about the date of February 19,2019,we will have had preliminary discussions with our suppliers regarding purchasing additional equipment and goods Also, we would have toured your facilities again to reacquaint ourselves to each building cleaning needs, _ schedule and frequency for cleaning. B. 15 to 30 days prior to start of contract,we will be meeting with Mr. Morales in coordination for hiring of staff from the incumbent contractor. Additionally, we will be identifying new potential employees for hiring from our existing roles and through the City of Miami Beach's Career Service Office in ensuring that we have all the necessary staff. With our new hires we will be introducing them to their work areas,establishing work schedules and setting goals to include the following: * With staff coordinate times/dates for periodic quality assessment meetings *Reassess,and acquire additional supplies,and equipment * Coordinate and communicate plans with lead workers/supervisors * Introduce new hires to work areas and their work expectations. * Introduce staff to our Contractor Emergency Plans in case of natural disaster, such as a hurricane or to deal with issues regarding the spread and containment of infectious diseases. * Go over security procedures and how they are to be implemented.Team member must be clear on these requirements and the consequences for not following them. C. 5 to 15 days prior to starting contract * Meet again with Mr.Morales to discuss and communicate our start up plans * Have orientation/training meetings with our new hires to get them acquainted with their specific work areas and their responsibilities.Establish production expectations. * Review priorities for startup with our supervisors * Meet with supervisors/team members and confirm start up information * Introduce team member work Contact team members and confirm start up information * Again,confirm start time,duty location,and individual responsibilities D. 5 to 15 days before starting contract *Again,review assignments and coordinate with all team members first day * Complete tasks from priority list;equipment,supplies,staffing * Confirm assignments again and grouping of team members to supervisors * Implement quality control program and self-monitoring procedures to establish accountability. E. Day after starting contract * Meet with supervisory staff to get feedback and resolve issues and make adjustments as needed to ensure that quality control measures are being implemented. * Continue to monitor all aspects of janitorial program and discuss relevant issues and concerns and make adjustments as needed to ensure quality services are being provided. F.Week after starting contract supervisors will continue to monitor daily team member performance to ensure that performance objectives are being met. G. Continue communication meetings with.Mr.Morales as needed and at least monthly. EMPLOYEES BACKGROUND/HIRING- Able Business Services conducts in person, face-to- face interviews with all applicants and a database is maintained for individuals meeting our employment standards for consideration at a later date when other vacancies' occur. During the time between. the interviews with key ABS staff, references are checked; and criminal background checks are completed with the local Police Department. We are cognizant of the fact that "Level Two Criminal Background Checks" are required for individuals working in sensitive secure work environments, such as in police related facilities. When an individual is selected salary is discussed along with our benefit package.Administrative related e-verification work is done, orientation meetings scheduled, Employee Handbooks are disseminated. During orientation, our company rules, policies, and regulations are discussed. All new staff must present two forms of identification and complete.an Employment Application, W-9 form and sign agreements acknowledging their consent to comply with our Drug and Alcohol Policy, OSHA Training, Safety Rules, and our Sexual Harassment Policy. We provide all our staff with company uniforms and.ID badges. Our personnel selection process complies with all applicable laws to meet federal, state and local requirements and guidelines. We are an Equal Opportunity Employer (EOE) and hiring is conducted regardless of race, gender, ethnic origin, religion, or sexual orientation.Key essential aptitude skills we look for with our new hires,include; Initiative and Follow Through, Motivational Leadership, Ability to Think and Suggest/Implement Solutions, Verbal/Written Communication Skills, Interpersonal Skills, Creativity, Priority Setting, and Technical Janitorial knowledge. REF KEY ITEM#C, TRAINING/SUPERVISON- All new employees are required to participate in a three to five-day classroom training program,followed by one-on-one technique instructions in the field for up to 4 weeks. We utilize the latest technology available in training our personnel to include on site instruction, online courses, refresher courses, in-house training, and use of videos. ABS training program(s) covers the following subjects; Green Cleaning (Ex. "B"), Bloodborne Pathogens, Hazardous Materials Emergency Response Awareness Level and Operations Level, Equipment, Chemicals and Supplies, Restrooms, Carpet Care, Windows, Hard Floor Care, Health and Safety, Garage and Parking Lot; and Team Cleaning concepts. Team members are crossed trained in all areas. Additionally, Alicia Tucker-Marie, (Janitorial Contract Manager) will be conducting on-going site supervision visits to include training if needed. to reinforce proper cleaning techniques as well as to review, reinforce and discuss the City of Miami Beach's specific scope of services. Ms. Tucker-Marte or on-site supervisor will meet with the designated City of Miami Beach Official(s) at least weekly, and as-needed, on a more frequent requested basis by the City,to inspect any facility and to resolve cleaning issues. We will also meet monthly with the City to review the Monthly Cleaning Report and Quality Evaluation Form, discuss cleaning issues, and address any related problems,to the City's Zone Manager. Additionally, we have invested additional resources in training our team members in cleaning restrooms which are a primary source of infectious disease causing organisms in a building,creating the perfect breeding ground for disease and other causing bacteria.For optimum cleaning we use the KaiVac (No Touch Cleaning System) for interior/exterior cleaning for toilets, sinks, walls, and flooring. For the other trainings we do, we have included our Restroom Cleaning Program and literature on the KaiVac(No Touch Cleaning System)(Ex."C);Health Based Cleaning Program (Ex. "D"); Garage and Parking Lot Cleaning Program (Ex. "E") and HAZARDOUS MATERIALS EMERGENCY RESPONSE AWARENESS. LEVEL AND OPERATIONS LEVEL TRAINING/CERTIFICATION (Hazwoper Training) '(Ex. "F"). Also, certain employees also have received training by Stericycle for Blood borne Pathogens (Ex. "G"); and Biohazardous Waste (EL "H") training. All employees are routinely trained periodically (as needed and/or annually) on new cleaning techniques/practices, regulations, and state, local, and federal laws. We use a ATP Surface Tester in the field to test surface areas to ensure proper cleaning techniques are being met. Also, to be in compliance with the initial RFP requirement we had twenty-five (25) staff pre- qualified for HAZARDOUS MATERIALS EMERGENCY RESPONSE AWARENESS LEVEL AND OPERATIONS LEVEL CERTIFICATION (Hazwoper Training). They completed an eight (8)hour course,which included the four(4)hour"Awareness Level"training. Therefore, all of our (25) key staff members are certified and trained in Hazardous Materials Emergency Response Awareness and Operations in accordance with OSHA 1910.120(q)(6)(i) and(q)(6)(ii). ABS is also certified by Miami Dade County to provide medical waste management and disposal services (Florida Dept. of Health Biomedical Waste Operating Permit #13-64-1867816) and Miami- Dade County Liquid Waste Transporters Operating Permit#LW-000952)(Ex."I"). VETERAN EMPLOYMENT TRAINING PROGRAM In conjunction with professional janitorial services, as stated we will be pro-actively working with community based organizations to employ and train US Veterans with chronic employment issues. We understand that Veterans unemployment is double the national average and a lot of the issues that necessitate unemployment aren't being addressed. We believe our 30 plus years of professional Vocational Rehabilitation experience coupled with practical work experience would enable us to effectively deal with various employability issues to effect competitive employment of these persons. We have hired (5) special needs veterans in our City of Miami Janitorial Contract. Veterans who are referred for employment will be hired directly or trained for future positions with our company. Training will consist of classroom and on the job training. REF KEY ITEM #D, EQUIPMENT, SUPPLIES and PAPER PRODUCTS- Our team will include Clean All Supply,Clean &Green Supply,Inc., and their partnership with leading supply, paper products, equipment, and chemical manufacturers. Through these relationships we have preferred equipment,cleaners and coatings to address health, safety,and environmental concerns of today's market to hire and train our future employees. We will provide vehicles for our employees to facilitate and comply with the City of Miami Beach's Janitorial RFP, and scope of services(i.e.,removal of trash and disposition). We will utilize the following standard four(4) routine/basic Green Seal Certified chemicals to accomplish daily cleaning in accordance with the RFP: 1)Elements E07 All Surface Cleaner; 2) Simple Green 11101 Clean Building Bathroom Cleaner Concentrate; 3)Terragreen Blue Glass Cleaner; and 4)Terragreen Hyper Maxx. (Ex."J"—SDS for chemicals). Additionally,we will use an ATP Measurement Meter (which shows our team members how clean surfaces are by providing information on the level of contamination in just,seconds) (Ex. "K"). We will also use Green Label Certified 15 inch duel motor vacuums with heap filters as required by the City of Miami Beach's RFP, in conjunction with our previously listed equipment and supply lists which were submitted with our initial response. Environmentally Friendly Paper; we understand 100 % usual friendly paper is extremely difficult to obtain, but we will vigorously endeavor to seek out these paper products using Native Forest Network guidelines, such as ; (1)paper sourced from alternative fiber, such as hemp, bagasse, wheatstraw, rice straw, (2) paper that has minimal pulp and papermaking emissions-and does not use chlorine bleaching and manufactured in a closed loop system, (3) paper sources from ecologically managed eucalypt or pine plantations. REF KEY ITEM#D EQUIPMENT-All equipment must contribute to an efficient environment and all materials must be kept in good working order. We understand each and every facility contains variables that dictate specific equipment and supply needs. Additionally, inappropriate use or dilution of cleaning chemicals can adversely affect job quality. Typical equipment and supplies we will be using in the team method: • KaiVac Restroom cleaning System • Back Pack Vacuums with attachments • Germicidal cleaners/spray bottles • Wide area vacuums • Portable standard and,spot carpet extractors • Dilution control system/stainless steel polish/bowl cleaners • Equipment caddies and trash movers • High and low speed burnisher/buffer with various pad • Wet/Dry Vac • Dust Mop/pan/broom/static nylon dusters • Various color coded micro-fiber cleaning cloths • Various sizes trash liners • Disposable gloves,safety goggles,base board stripper • Wet floor signs • Gum Remover, scrappers, • Flat mops/pads KEY ITEM#E, SERVICE FREQUENCIES-We will comply with all service frequencies for all zones and locations as detailed and identified in the RFP, Appendix C, Section 3.01, and as requested by the City of Miami Beach supervisory staff. KEY ITEM#F, QUALITY ASSURANCE CONTROL Our philosophy has been to provide our services in a context whereby the wellness. of tenants that occupy the buildings we service are foremost. In_an unclean facility bacteria and germs are everywhere and can spread and infect building tenants and its patrons. If these germs aren't killed and removed they can cause serious illnesses and even death.Able Business Services provides Green Cleaning Commercial Janitorial Services and is industry trained in a Health Based Cleaning System, in the art of employing innovative, science based products, equipment and methodology to provide the City of Miami Beach with superior levels of cleaning services. We use a complete rnicrofiber system that includes dust mopping; color coded cloths and flat mop systems, and back pack vacuuming filtration systems. Color coding programs helps to eliminate cross contamination from surface to surface transfer. Facility cleanliness is not just determined by its appearance; this has been proven by today's technology and science. Cleanliness is determined by a combination of proper products, proper usage with proper training. All employees are required to participate in a three to five-day classroom training program, followed by one-on-one technique instructions in the field for up to 4 weeks. We utilize the latest technology available in training our personnel to include on site instruction, online courses, refresher courses, in-house training, and use of videos. ABS training program(s) covers the following subjects; Green Cleaning, Bloodborne Pathogens, Hazardous Materials Emergency Response Awareness Level and Operations Level, Equipment, Chemicals and Supplies, Restrooms, Carpet Care,Windows,Hard Floor Care,Health and Safety, Garage and Parking Lot; and Team Cleaning concepts. Additionally, Alicia Tucker-Marte, (Janitorial Contract Manager) will be conducting on-going training to reinforce proper cleaning techniques as well as to review, reinforce and discuss the City of Miami Beach's specific scope of services. HEALTH BASED CLEANING TECHNIQUES WE WILL BE USING (a) Color Coding to Prevent Cross Contamination- Typically, with traditional cleaning methods, bacteria are moved from room to room from using the same cleaning cloth and/or mop head. We will be not only change cleaning cloths and mop heads from room to room, but also we will be using a color-coded system for various surfaces.For example,1)Dark blue for common areas,2) Red for restrooms 3)Green for cafeteria and Food Service,4)Yellow for fixtures,and 5)Blue for general purposes. (b) Flat Surface Cleaning-To reduce cross contamination we have found the best technique require that we use microfiber cleaning cloths on flat surfaces.We will use window squeegees as well as chemicals to remove harmful germs from flat surfaces. (c) Chemicals and Disinfectants- Hospital grade disinfectants are essential in cleaning harmful organisms and bacteria. We will use the safest and most effective products that are approved by MDAD;or either phenolic or quaternary ammonium compounds. (d) Microfiber Cleaning Equipment-Most traditional cleaning equipment, such as cotton mops and cloths do not have the capacity to pick up organisms and bacteria killed by disinfectants. Your more traditional cleaning tools merely move around dead bacteria instead of removing them. A microfiber mop and cloth have tiny fibers that allow the dead organism to be trapped and removed. Industry standards recommend that microfiber be made of 80% Polyester and a 20% Polyamide split. Thismixture allows for a greater amount of soil to be absorbed. (e) Flat Mopping and Vacuuming-A regular vacuum merely vacuums up germs,and allergens from your floor only to be released into the air. We use a high filtration back pack vacuum which improves air quality by removing most of the germs/allergens by trapping them and holding them inside the vacuum.Microfiber flat mopping uses microfiber pads attached to a pole for both.dry and wet mopping. Fresh cleaning/disinfectants solutions are applied directly onto the floor,insuring that no area is contaminated by dirty solutions. (1) Restroom Cleaning Without Touching-A KaiVac spray and vacuum system is used to do your deep cleaning without having contaminated surfaces touched. The vacuum and spray machine combines indoor pressure washer, chemical injection and a powerful wet vacuum into a multipurpose cleaning machine. SWEPT JANITORIAL OPERATIONAL MANAGEMENT TECHNOLOGY We utilize SWEPTWORKS, a "real-time" janitorial operational management system which allows us to demonstrate our commitment to quality(Ex. "L"). • Inspectors cannot only complete regular inspections, but easily communicate to our clients directly through the app. • Cleaners can read instructions and respond in their native language and we are able to communicate with them through Enhanced Translation which consists of 100 + languages. • This program insures that our clients have a simple and efficient way of letting us know the things they need to feel satisfied. Client messaging allows our clients to use this free app or simply text a message with late notifications when cleaners have not signed into a shift, allowing us time to do something about it. • Cleaners can report any problems at the end of each shift. All reported problems are immediately sent to management. • We also are able to know what cleaner is at what location in real time. • Additionally,this allows us to know what supplies are running low or completely out. • 'Improves process by allowing us to dump the unspoken policies, unfulfilled promises, and paper logs. • This system keeps our staff accountable and monitors all restroom maintenance activity in real-time along with actionable metrics consisting of clearly presented data allowing us to spot problem locations, shifts, employees and restroom, so we can create steps needed for corrective action and easier implementation. O1, l % , William Berry,President/C • Able Business Services,Inc 1234 N.W. 79 Street Miami,Florida 33147 (305)636-5099 _. (786)291-6686(Cellular) Email: ablmaintl@bellsouth.net AtN Y f Best and Final Offer ( BAFO ) 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 INSTRUCTIONS TO RESPONDENTS 1. PURPOSE.This Best and Final Offer(BAFO) process is issued by the City of Miami Beach, Florida (the "City"), as the means for Proposers to submit their BAFO cost proposals(the"proposal") to the City for the City's final consideration in achieving the required scope of services and requirements as noted in the RFP. All documents released in connection with the solicitation, including all appendixes, addenda and BAFO, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[sj") if this RFP results in an award. Following the receipt of BAFO proposals, the City Manager, pursuant to Resolution No. 2018-30535, will perform his due diligence review of each proposal, and subsequently, select the firm that will serve as the primary contractor, based on the City Manager's determination of the final negotiated proposal that offers the best combination of pricing, services and terms, with the remaining firm to serve as the secondary contractor. Proposers will be notified by email of the City Manager's selection. 2. BAFO TIMETABLE.The schedule for this BAFO is as follows: BAFO ISSUED November 29,2018 BAFO DEADLINE December 7,2018,AT 5:00 PM EST 3. DELIVERY. BAFO Proposals received electronically, either through email or facsimile, are not acceptable and will be refected. Please deliver the BAFO by the established deadline to: City of Miami Beach, Procurement Department 1755 Meridian Avenue,3rd floor Miami Beach, FL 33139 Attn:Jason Crouch, RFP 2017-070-JC BAFO 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this BAFO request shall be submitted to the Procurement Contact noted below: Jason Crouch, Procurement Contracting Officer City of Miami Beach Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x6694 I jasoncrouch@miamibeachfl.gov I www.miamibeachfl.gov Bidder affirms that the prices stated on the BAFO cost proposal form (Excel attached)represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein. The BAFO Cost Proposal Form shall be completed electronically or, if manually, in ink.All corrections on the BAFO Cost Proposal Form shall be initialed. Bidder's Affirmation ABLE BUSINESS SERVICES, INC. Company: Authorized Representative: WILLIAM BERRY Address: 1234 N.W. 79 STREET, MIAMI, FLORIDA 3147 Telephone: 305-636-5099 Email: ablmaint1Sbellsouth.net / Authorized Representative's Signature: X , 1 i/PC J BAFO Cost Proposal Form RFP 2017-070-1C,Janitorial Services Submit Pricing Below Based Submit Pricing Below Based on on Award of All Zones Award of Only individual Zonets1 ZONE 2 Description Quantity U I M Unit Cost Extended Total(Quantity X Unit Cost) Extended Total(Quantity X Unit Cost) Item 1 Fleet Maintenance 3 buildings 52 Weekly $ 438.98 $ 22,826.96 $ 22,826.96 2 Sanitation Administration Offices 52 Weekly $ 438.98 $ 22,826.96 $ 22,826.96 3 MBPD Internal Affairs 52 Weekly $ 109.74 $ 5,706.48 $ 5,706.48 210,006.16 $ 210,006.16 4 Police Station Headquarters 52 Weekly $ 4,038.58 $ (includes dedicated porter) $ - $ - 5 Police Garage 52 Weekly $ 307.28 $ 15,978.56 $ 15,978.56 6 Historic City Hall 52 Weekly $ 1,316.93 $ 68,480.36 $ 68,480.36 7 555 Building(17th St) 52 Weekly $ 329.23 $ 17,119.96 $ 17,119.96 8 South Shore Community Center 52 Weekly $ 493.85 $ 25,680.20 $ 25,680.20 9 PAL Building(Includes dedicated porter) 52 Weekly $ 1,931.49 $ 100,437.48 $ 100,437.48 10 10th Street Beach Patrol 52 Weekly $ 307.28 $ 15,978.56 $ 15,978.56 11 10th Street Auditorium 52 Weekly $ 460.92 $ 23,967.84 $ 23,967.84 12 City Hall(1700 Convention Center Dr) (includes dedicated porter) 52 Weekly $ 3,072.83 $ 159,787.16 $ 159,787.16 13 1755 Meridian Ave 52 Weekly $ 987.70 $ 51,360.40 $ 51,360.40 14 777 Building/1701 Meridian Ave 52 Weekly $ 768.21 $ 39,946.92 $ 39,946.92 ZONE 2 TOTAL "$ 780,104.00: $ 780,104.00 ZONE 3 Description Quantity U I M Unit Cost Total(Quantity X Unit Cost) Total(Quantity X Unit Cost) Item 16 Marine Patrol 52 Weekly $ 150.61 $ 7,831.72 $ 7,831.72 17 Property Management 52 Weekly $ 107.58 $ 5,594.16 $ 5,594.16 18 Public Works Operations 52 Weekly $ 430.31 $ 22,376.12 $ 22,376.12 19 Scott Rakow Youth Center(includes dedicated porter) 52 Weekly $ 2,678.69 $ 139,291.88 $ 139,291.88 20 Scott Rakow Youth Center-ICE RINK 52 Weekly $ 301.22 $ 15,663.44 $ 15,663.44 21 Police Sub Station North Beach 52 Weekly $ 215.16 $ 11,188.32 $ 11,188.32 22 Normandy Shores Guardhouse 52 Weekly $ 150.61 $ 7,831.72 $ 7,831.72 23 Parking Meter Shop Facility(Bay Road) 52 Weekly $ 215.16 $ 11,188.32 $ 11,188.32 ZONE 3 TOTAL $ 220,965.68 $ 220,965.68 ZONE 4 Description Quantity U I M Unit Cost Total(Quantity X Unit Cost) Total(Quantity X.Unit Cost) Item 24 7th Street Parking Garage 52 Weekly $ 688.78 $ 35,816.56 $ 35,816.56 25 12th Street Parking Garage 52 Weekly $ 688.78 $ 35,816.56 $ 35,816.56 26 13th Street Parking Garage 52 Weekly $ 688.78 $ 35,816.56 $ 35,816.56 27 16th Street Parking Garage 52 Weekly $ 688.78 $ 35,816.56 $ 35,816.56 28 17th Street Parking Garage 52 Weekly $ 612.25 $ 31,837.00 $ 31,837.00 29 Pennsylvania Parking Garage 52 weekly $ 918.38 $ 47,755.76 $ 47,755.76 30 42nd Street Parking Garage 52 Weekly $ 918.38 $ 47,755.76 $ 47,755.76 31 Sunset Harbour Parking Garage 52 Weekly $ 612.25 $ 31,837.00 $ 31,837.00 32 1755 Meridian Garage 52 Weekly $ 612.25 $ 31,837.00 $ 31,837.00 ZONE 4 TOTAL $ 334,288.76 $ 334,288.76 ZONE 6 Description Quantity U I M Unit Cost Total(Quantity X Unit Cost) Total(Quantity X Unit Cost) Item - 33 Flamingo Pool Facility(includes dedicated porter) 52 Weekly $ 731.15 $ 38,019.80 $ 38,019.80 34 Normandy Isle Park Pool Facility 52 Weekly $ 169.73_$ 8,825.96 $ 8,825.96 35 Crespi Park Building 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 36 Muss Park Building,Pavilion&Restrooms 52 Weekly $ 261.12 $ 13,578.24 $ 13,578.24 37 Stillwater Park Building 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 38 Tatum Park Building 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 39 North Shore Park Band Shell-Amphitheatre 52 Weekly _$ 169.73 $ 8,825.96 $ 8,825.96 40 North Shore Park Youth Center/Tennis(includes dedicated porter) 52 Weekly $ 1,880.09 $ 97,764.68 $ 97,764.68 41 Fairway Park Center&Restroom 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 42 North Shore Park Restroom(New FY18) 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 43 Normandy Shores Park Restroom&Storage 52 Weekly $ 509.19 $ 26,477.88 $ 26,477.88 South Pointe Park Restroom and Facilities(Includes dedicated weekend44 52 weekly $ 1,091.12 $ 56 738.24 $ 56,738.24 porter)lstStreet 45 Marjorie Stoneman Douglas-Beach Restroom-3rd Street 52 Weekly $ 261.12 $ 13,578.24 $ 13,578.24 46 Lummus Park-Beach Restroom-6th Street(includes dedicated weekend porter) 52 weekly $ 932.58 $ 48,494.16 $ 48,494.16 47 Lummus Park-Beach Restroom-10th Street(Includes dedicated weekend 52 Weekly $ 932.58 $ 48,49416 $ 48,494.16 porter) 48 Lummus Park-Beach Restroom-14th Street(includes dedicated weekend 52 weekly $ 932.58 $ 48,494.16 $ 48,49416 porter) 49 Collins Park-Beach Restroom-21st Street(Includes dedicated weekend porter) 52 Weekly $ 932.58 $ 48,494.16 $ 48,494.16 50 Pancoast Park-Beach Restroom-35th Street 52 Weekly $ 261.12 $ 13,578.24 $ 13,578.24 51 Indian Beach Park-Beach Restroom-46th Street 52 Weekly $ 261.12 $ 13,578.24 $ 13,578.24 52 Beach View Park-Beach Restroom-53rd Street 52 Weekly $ 261.12 $ 13,578.24 $ 13,578.24 53 Allison Park-Beach Restroom-64th Street 52 Weekly $ 509.19 $ 26,477.88 $ 26,477.88 54 North Shore Open Space Park 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 55 Parks Maintenance Facility 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 56 Flamingo Park Tennis Center(includes dedicated porter) 52 Weekly $ 731.15 $ 38,019.80 $ 38,019.80 57 Flamingo Park Baseball,Softball,&Football Field Restrooms(includes dedicated 52 Weekly $ 731.15 $ 38,019.80 $ 38,019.80 porter) 58 71st St.Unidad Public Restroom(includes dedicated weekend porter) 52 Weekly $ 1,091.12 $ 56,738.24 $ 56,738.24 59 North Shore Open Space Trailer Offices 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 60 Altos del Mar Park-Restroom Building 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 61 Maurice Gibb Memorial Park-Restroom Building 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 62 Mid Beach Community Park-Restroom Building(Opening TBD) 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 63 Park Ranger Facility 52 Weekly $ 169.73 $ 8,825.96 $ 8,825.96 ZONE 6 TOTAL $ 763,687.60 $ 763,687.60 Fl TOTAL ANNUAL COST(Award of AU Zones) $ 2,099,046.04 N/A ADDITIONAL SERVICES(THESE ARE FOR AS NEEDED SERVICES,OUTSIDE OF ANY ESTABLISHED PERIODIC FREQUENCIES REQUIRENNTHE RFP) 64 Deep Cleaning Carpet Cost Per Square Foot $ 0.30 $ 0.30 65 Steam cleaning of chairs Cost Per Unit Cleaned $ 5.00 $ 5.00 66 Steam cleaning of sofas Cost Per Unit Cleaned $ 17.00 $ 17.00 67 Strip and Wax Cost Per Square Foot $ 0.35 $ 0.35 68 Scrub and Recoat Cost Per Square Foot $ 0.50 $ 0.50 69 Post-Construction Cleanup(i.e.,removal of heavy dust,wipe down fixturesifumiture, Cost Per Square Foot $ 5.00 $ 5.00 vacuum carpets,clean air vents) Bidder's Affitnation Company:ABLE BUSINESS SERVICES Authorized Representative:WILLIAM BERRY Address:1234 NW 79th St MIAMI,FL 333147 Telepho ne:305-63&5099 Email:AeLMAINTt@BELLSOUTH.NET ,!:v I" ! i Authorized Representative's Signature: J Y' ' APPROACH&METHODOLOGY #OF EMPLOYEES/TOTAL WKLY HRS LOCATIONS #Of Em to ees Total Hours Per Week ZONE 2 Flet Maintenance 3 buildings 140 MacArthur Causeway 2 20 Sanitation Admin Offices 140 MacArthur Causeway 2 20 OCEAN RESCUE 5313 COWNS AVE 1 20 MBPD INTERNAL AFFAIRS 225 WASHINGTON AVE 1 5 POLICE STATION 1100 WASHINGTON AV 5 184 POLICE GARAGE 1100 WASHINGTON AV 1 14 HISTORIC CITY HALL 1130 WASHINGTON AVE 2 60 CITY HALL 1700 CONVENTION CENTER DR 5 140 777 GUIDING/1701 777-17TH STREET 1 35 1755 BUILDING 1755 MERIDIAN AVE 2 45 555 BUILDING 555-17TH STREET 1 15 SOUTH SHORE COMMUNITY CENTER 833 6TH STREET 1 22.5 PAL BUILDING 999-11TH STREET 3 88 10TH STEET BEACH PATROL 1001 OCEAN DR 1 14 SOUTH PONTE PARK OCEAN RESCUE FACILITIES 10TH STREET AUDITORIUM 1001 OCEAN DR 1 21 • TOTAL HRS 29 703.5 ZONE 3 • Marine Patrol 1790 Purdy Ave 1 14 Property Management 1833 Bay Road 1 10 Public Works Operations 451 Dade Blvd 1, 40 PARKING METER SHOP FACILITY (1833 BAY RD) 1 20 Scott Rakow Youth Center 2700 Sheridan Ave 3 231 Scott Rakow Ice Rink 2700 Sheridan Ave 1 28 Police Sub Station N Beach 6800 Indian Creek Dr 1 20 Normandy Shores Guardhouse 2000 Biarritz Dr 1 14 TOTAL HRS 101 377 ZONE 4 3 STAFF/3 SHIFTS PER DAY TO SERVICE 4 LOCATIONS 7TH ST,12TH 120 HOURS/WK INCLUSIVE FOR 7TH STREET PARKING GARAGE 210- ST,13TH ST,16TH ST 24 7TH ST,12TH ST,13TH ST,16TH ST 7TH ST hrs (3)SHIFTS 24 hrs 12TH STREET PARKING GARAGE 512- 12TH STREET 13TH STREET PARKING GARAGE 1301 COWNS AVE 16TH STREET PARKING GARAGE 1557 WASHINGTON AVE OZ£ 8 Al)IM S8H 11/101 IS aNZt 153M 0017 391/11V9 9N1)18Yd 133815 SNZ17 sJ4 4Z SIJIHS Z/IS SJ417Z 3AV YINYAlASNN3d 198I ONZ4 0NV 39V8V9 9NI88Vd NN3d S1j1HS Z/IS QNZV 0NV 39Y21V9 9NIH01Vd YINVAIASNN3d 803 3AISf11DN1 NM/5811OH 08 391/81/9 ONDI8Vd NN3d SNOIIYDO1 Z 31IA213S Ol AVO 83d d3VIS Z aYOB AVG 0061 39V10/9 9NIM8Yd Hf1O98VH 13SN11S 3AY NY1a183811 SSLT 39Y8V9 9N01dVd SSLT sit;4Z SJ31HS E/8f OH8YH v417Z 8f1O88YH 15 HILT 13SNfS NV14183114 SSLT'IS HILT 13SNIlS'NV101831N SSLT -049 39Y8V9 9NDI8Yd 1332115 HILT 8O1 3AISOlDNI)IM/S8f2OH OZT 'IS HILT SNOLLYDOI £3DIA83S UAW) 83d 5131HS S/iIYIS S ZONE 6 Flamingo Pool Facility 1205 Michigan (1)DEDICATED PORTER 641 WKLY WORK HOURS TO BE Ave (2)SHIFTS TO SERVICE 3 DEVIDED BETWEEN JANITORIAL LOCATIONS SUN THRU TECHS FOR ALL OF ZONE 6 SITES SAT INCLUDES All DAY PORTERS Flamingo Park Baseball,Softball,& Football Field Restrooms 1455 Michigan Ave Flamingo Park Tennis Center 1235- 1255 Michigan Ave Muss Parking Bldg 4400 Chase Ave (1)DEDICATED PORTER (2)SHIFTS TO SERVICE 9 LOCATIONS SUN THRU SAT INCLUDES DEDICATED WEEKEND PORTER SERVICE Marjorie Stoneman Douglass Beach Restroom 3rd sST 3rd&Ocean Dr Lummus Park Beach Restroom 6th St &Ocen Dr Lummus Park Beach Restroom 10th St&Ocen Dr Lummus Park Beach Restroom 14th St&Ocen Dr Collins Park Beach Restroom 21st Street&Collins Ave Pancoast Park Beach Restroom 35th Street&Collins Ave Indian Beach Park Beach Restroom 46th St&Collins Ave Beach View Park Beach Restroom 53rd St 7 Collins Ave i Normandy Shores Park Restroom& (1)DEDICATED PORTER Storage 2605 Biarritz Dr (2)SHIFTS TO SERVICE 4 LOCATIONS SUN THRU SAT INCLUDES DEDICATED WEEKEND ;PORTER South Pointe Park Restroom One IAOcean Drive Ilison Park Beach Restroom 64th St &Collins Ave Unidad Public Restroom 7231 Collins ZONE 6 CONTINUED Normandy Isle Park Facility 7030 (1)DEDICATED PORTER Trouville Esplanade (2)SHIFTS TO SERVICE 13 LOCATIONS SUN THRU SAT Crespi Park Building 801 Crespl Blvd Stillwater Park Bldg 8440 Hawthorne Ave Tatum Park Bldg 8050 Byron Ave North Shore Park Band Shell Amphitheatre 7275 Collins Ave 1 DEDICATED PORTER M- North Shore Park Youth Sun to service this Center/Tennis 7250 Collins Ave location North Shore Open Space Trailer Offices 79th St&Collins Ave Fairway Park PaviIlion Center& Restroom 100 Fairway Dr ALTOS DEL MAR PARK RESTROOM BUILDING 7701 COWNS AVE MAURICE GIBE Memorial PARK RESTROOM BLDG 1790 PURDY AVE MID BEACH COMMUNITY PARK RESTROOM 2795 PRARIE AVE PARK RANGER FACILITY 225 WASHINGTON AVE Parks Maintenance Facility 2100 Meridian Ave North Open Spaces Park TOTAL HRS PER WK 641 PER FECING THE SCIENCE OF MEASURES LEVELS CLEANING OF CLEANLINESS Do you know how clean your surfaces are? Want to show clients how well you're cleaning their facility"? Do you have a way to measure cleanliness? Until recently,these were difficult questions for Facility Managers and Facility Service Providers to answer.Now.Kaivac has partnered with Hygiene to deliver the industry's first turnkey cleaning delivery and measurement program.This unique partnership combines the cleaning capabilities of the patented No-Touch Cleaning systems with Hygiene's new SystemSURE Plus rapid ATP measurement technology. MO How Does 11 V'Iork> Whether in a restaurant,school,office building,food processing facility or hospital, the Hygiene system makes it possible to show just how clean surfaces are by providing information on the level of contamination in just seconds.Designed with state of the art electronics the SystemSURE PLUS palm sized system is easy to use, extremely sensitive and very affordable. SystemSURE PLUS measures Adenosine Triphospate(ATP),the universal energy molecule found in all animal,plant,bacterial, 11;(/ yeast,and mold cells.After cleaning,all sources of ATP should be significantly reduced.When ATP comes into contact with Hygiena's unique liquid stable luciferase/luciferin reagent in the Ultrasnap testing swab,light is emitted in direct proportion to the amount of ATP present.The higher the reading,the more contamination present. ATP hygiene monitoring provides accurate and traceable ' .,( verification of the hygienic status of a surface,which is a key component of a good hygiene program.ATP testing is a universally recognized tool used by organizations of all sizes for measuring the hygiene levels of surfaces in order to ensure consistent sanitation practices as well as public safety. r!�:1~rt nt dew`ftnr �.rxcfit>><.= Alr� F'�">r..�3;ti � -Helps BSCs(Building Service Contractors)to win and keep business -Demonstrates proof of service -Enables FSPs(Facility Service Providers)to measure performance -Rapid scientific results improve credibility ii -Facilitates continuous improvement -Complements the ISSA CIMS(Cleaning Industry Management Standard)program -Provides alternative business opportunities for consultants,distributors and BSCs Kaivac,Inc. kaivac cleaning systems 401 South Third Street Hamilton,OH 45011 Complete Cleaning For Healthy Results 1_800-287-1136 www.keivac.com w07'3A!S){•MMM 9£LL-L9Z-008-L sHnseaAyJteat{Jog Bu+veers aIatduro0 t- LLOS4 HO'uo}I!weH 4$OJ}S pa!y1 4i^oS LOP llwe14AS Buiintel**envoi '3U!‘3eAIe)4 s;#nsa8 pea}j pasui azaanas 98 •eus gems ueao 014 spuooes sde s Asoe •d{gigionpolda pue Xaernooe leuoridaoxe sra;;0 4ue6eei eu4Azue aigets-p!nb!i enb!un au'-uogeA!toe .(sea 40;4(6o 0uya+i eA{en deuS patuated pue:4ue6ee • ewdzue a{gets-pmbii enb!un e'!eAowa pos U pie pue si{aa toetu!'Cue ww;diy esea!a 04 jOe6 o!uo!teo e yt!M pnq gems peuatsioward a;0 do pew sr tse;at{,�,',gems 6ui4sa4 diy peu!e;um-;las'Atpueu4-4asn e sr deuser;!n 0 4e±20��afis dId douspiiiin 0 x7d..- ,etsAy Lemli$ .z ,„, ;�41t xnagd peuor;do)aeM;;Os sIsd!eue puai1-3tifls t qi stsal+000'£ pataxod-Nat;eq VV xZ 0 dn{rets ie uor4e.4gyea-1105 f tt 13 spuooes gL ut s4nse8 e t peclAm ww;u054eJado uenup-nuaw'as)r 04 a,dw!S . stlnsar 0002 sa)o4S ." 01 uo4eaot a!rawnue4dty ..* suerd eldwes eigewwe460rd 02 d ueld a!dwes red suoi{eao!o!gewwe46oAd 052 ,F dly bo a!owOtWei l 0;uMop s;oatep-eAI;csueS 44b,aMt46!t Sue flews t .. S2J n4@a� • WOOAF:!3u!;e;!u0N cruCY6AH tlt� .snid J t..if S W a4SAs !----'4'-' ' -,-,„..*z.' ,44,c, -‘,-,•:' s ',..,.A . . .i'girt`.44.!4,.'"'"''-• '*'.'i''''',•:=,*Y. ' -* '. , -,'";::4.4''','4;40' *ri.'"i''''',;,,' :::.. '*+''''':4;*•; ;".7''''' ''''''''Wiik,'::::);:*:-.S4134.*:::fl4'',;i:';71*' 4:'1' ***:*si:t''...:: ':7*";41';;'4*o::'*$f'':ci:;t.'-r,'''',,.,:''',i'..,;',L'''--':':::.::',''-7'f*::..ti''':',. v ,-,:,-e N',•":".V,7 rr:, 4".'-'*it •-''';:r- ,„.- .,„ .4:,P, ..,,t..11,„te . -t.,,..,- 1.**!,', 'tt,',,,:-,$#1*- • -vo,--„Ar IY:=I', -,t, _ ..,,,,liv.10.,A..iittsts,,- , ,,,,,,,,,,; ,;. ,1,152 16;;.„.., .. 4 ,'4,- .0,- 4, 4.1„,*,'".-;e" ,'''. „: :7T;i13‘1.,;t,„, All#41.,'- .:.= , ',t:.'c, , r', ..,;.: ,,,, ...4 e ., *7 ', ,,,,.',1., , ,' v."1- .'• cl,.,', • .,„; -m,',.,7.4,,,,,1,,11.7'.:$4,. n„ ,%. ,* '1N1, ,` 44i,.r,..,,,,, I,--,:-.,,:.0. ;‘, k'.,,,4 r ,-*r v: . *Lk,,,,''r"; ".' '" ":4 '., •- '"* r., t.. `,. ...'\"`A 7,.'s,p1.14,, ..."- '''' l' ' '41 t` ''‘''"° ""k 4'iolk-N"- 1 ,' 1: , ", k,''. *. * ,A' ' 'ot, .s4 s .A '''.0... 4 . ''''' ' - ' - , -, • •,. .*,' • , ',1,-", ' '5':',1/4 ''+''''^V . ' •'•*N. ''.."44' t4 t' ik,,,i' ilisH,.(60:.;%mi.r.. .,•,. •I-, .• 4"44V'',A.,-*. :- '4W•Altii$ - '','-.:t. .5.t --4' !"‘"'.:3:„4,:ki•'''','',...". ,,,,1 , , * ,•• - . '4, :"Xibir '* ... •• 4,, litrAt ?I.l'/W';4' 4ii.,,•.•4i4:14:kvli 4'' % * '4 , ' ' „y--,, ' . -=-• -z- -. •os,...-..-,' .. ..,,) + , .,, .„.,. ,.<.7., . ..„,,.., ,' •-•'... ' -.. ''''''. ....',"...:: 471W.•..,:,,' . ...: ..,..-‘,. , is,,. pi>,, ,..-,-.-,..,..,P''‘P...•`,„.,1,,,,.f , -,.., ;` .14.4. 14;e,. ,,t, r •4,-,,,, p . Ex. 44L,, . . , .. . .. . 14,''r:Ift$F/ °i°,4*.i 1,-.7. 1:. ''°:' ''1•14°. ‘rf"4",k, . ',*4,-* 14.'4,,. 's'r.,,.1.. ',;1.4", 4,,,t.,`„;*,i1i,11,„ .k,,, .' • . :'4,,,,V,,,, ' ". `,° !t° `,.. ' : ,,P ,,1. ,.t.. ,r.o.,,e.„',.,,74,,-; ,.,-;,,,i,v.,,,,,e „,w.-. .4,4,q,,,,„f" ,,,,i,, • ., ,4,,.v. ,f4tv-41;1,,.:sw,k 44z, Ilk: -,,,,-- :,.-.•4, - -.,: • :.,, ...*•,! ,, 41,-; ,,,,ileft.tp --Atet. p.'. 4. tri,:a.i.4- „..;-. ..,/,::,:e., .,...$4.• ,,,,,,,,<r ',t...=.4.:.,1, 1- 4,.„,,..%,„',t;-r.t: ....e44,e, 4,,,,7, IA,- 41.*: ,,,,A.,-,,:"ii.,,,--!..,,,v*•,..4;4,2 4 0.%,‘',.. 01, '-'1.-- 47"'h,!'..,4; ',,,,4, ' ;., 40„„''.1-1,kr,..0 '.- kt.'• It ,:',2:,: t ''''.44 ..:.'• *1 ?e,,',4*Alq, •::>. '",-rr' „r.4.'74'?r, ‘',;-.;..-r- ',...,,,,-”.141,"zov,i-tt4." - -:, ef, t s., - 3, ,,..i I ,-,7,r-.. .- ,.. , ,,,, m . -, ,;,. ..,,1 •„„,„,..t.,N., . .., - ,.,...-. •„,,:..4 . ' "4e, ,-, ,41.,...Nx: , --, r,.. -: : ‘,•'4 ,fikt;r' ' *, ''' ,.. ,• =( , ' , ' 41,. ;,•••.,. t,f' ; ,,,,,, 4,:*-4, 41177" ' -.,, T- ""-r'''.t, "k' :'1".0' ,t. >' . *"f"''X.4.1, 't4,, '''''; ' . .P.." , ' 41' Pk% ., ,t. 'e. 1'4,0,, °'f" :. ° * "if,.' ; ,°,,,.° ",,41,.. #41,0*,t, r' ,;,..ft„ , ,,, , ,:,"., ,.,,k; 4..r. 1;4, ..,.;..°'.,,,,";,,,". 1; tk"tk,‘,,,,,,4 ..,,, , 4'.°4" ,t., .444:4;t.',,,,,,,,.4.*.„, •<„ „_..., <4 4„,..= ,t,i„,, 7''"',"4.' '''''' -:' lit:::'4 4715'.* "!,-, ''': 4 „ -,.*7:4 -:-.*-'',.*. , '. 4,•.*',,,•>'1'e,i;,,' ''':', .",... ' .' •!,P,<Itsit,4$ ..4,1fT'u,' **<I44....kil, „,„.* *''''` , . Si.kw;,*"*"/ t,;...4.,,,,,,/,,,-.t. t;,, ;t4Ak_., ,,,,„,...„.; .. ,,, r .,,,4, 4i,o' •, t;' ,. , v,„, * ;,,k - t',4,' ,,, ;'•"1,4 ,,, ',. 1,„,..zitiv .„....,,,.,.*-4., „,,,.. .--, .,-,.‘,,-. ,-,,..., , ,,,st ,, ,,.,,,, .. ,;., ,trio„,..41,,,,4.;2 •1', x4c: •••'4.11 i; ":',*4.•.44' • ,Yrft,,,, •f\.-',4,''', <, '•‘•4P„t 7.,':'%,.' ;'1.st,!-;,, ' SP..'''.* ; 1,'' :444,,',r,;3,.'e::''' ,A **" ,01 '47441"t'''!41. .t4". '';-3:111""'1,-, " ';',4•'%;'41-7,.'4-A,‘„ "';''...4 41,4.4-. ': 4.1...tfi.:^1X* ,;,''t`''' .44'4: ' *.e;‘"-*--7 ":•';',,. -*--;<'' ','*'''''''''1',$-P.:;,.4.1•-'1-7 i',,,ri ..;-.1 :q4.1. '...,,,r, ;.',.i',4P, 4-, 1•4',Te;<;.. :s;. ., ';','",','1'.',:°''''''It *71%4'ww 4'...4 -,flr:Pf;', ,.: ;',„‹',„,, - !74`.1"1„ ,,,.:j,,,:'-',4 ',i, *4'1.,.: ',"•,-'.'''''t,t,,,, ' ,,,,-„,..,.. =.4• ir!,,,:s-4,-0,, ., •44/,1',' -'0^,' k`,"'? ,°,'„,!1,, t,' ,-t,`"/4,;‘,.' ;07,,,,i, , 4,,°k*°.‘„';'-', ,:.lirrr:k, .,;.1., ''.i'4:f1411`- ,'•,„',Vil,K.p- :•.,, :-41'','' ','-':. -.':;`,' ' '' ,f ' r ''':'',,, * ....,. ''''';','-'s ,,ifa •-t-: r-„,; ,-,;;;;:, ,,,i., -,,,A -,.., .,„.. . ..,, *:,„ft ‘.'fiw ,---.‘, -- .--,--1 -.., ,,k, -,-, ,,,,g, . ,• ii a , ,,, \ _ ,,,,:. -;z,,......44 't->: ', _ ,'''.'iizi....:'V'Ir4,„ %.4.'',.A •.., ,,,,. , , ,1,..,,:-,"Ii4 ., -t - '„ = „, „,,,,, • , -.,,, , -•,, „-- ''. ,:• -; , •,•'''' ,'', , ,•4%4,2 ,-,kr' ,.r :, - ', '* •t,, •..„., ,, ,.,,,. ''"1. -','''.-.k" ir.444:: , „""‘4.7e,,+.`, *-„,.*:... ;: 0.,'4, , "„ •,"#.(4%.. ,,crit ri; , r•-`, I.'' ", ', . `,,,, r"` ,P, -IV''. ' 1;" •.,,, °--.;.,<",1 ;kr, ",,Z• ,,,V„, s;,;,,... r,itift:M41‘,.tgl.;",,,..0:°'' -,t,°,„' 4 T.„ °„ ".., i :,, *!,,1 :r.'s°° "..;",: ''''pv":',...»,k'° k°.- • ,° '.';' . '''...''°4 • ' '° '','•' °'; '.. ,.° SZ:. 'r'.''''4,', ,'1 f'.! .,:,,;,...P„ :- ,,,', ,.'-,I', ,,,.,,, :- ': -1:- '-4:14','`-e,,,-,,,,,, eu,„4t.. , .,.. 4'1, ? ,,);'--* i.,',t,,"''.,:'-' „, ":*, ':'.' , •,),,' ;`,' . , - ,„. , ,. ..,:,,„. ,,,.f. ,„:..-1',' '..7-4„. ,01,:‘,„., ,-.,,.,,„-'` ‘-',„ ,,,,,,7:;,, 3, - ;,;' • •, ,', - ,,-7;',"':4 ",,',,` •F.' ,-ly...,;, ot. *.;.,...,,,,, - •, 4,,,-„,'A ..,.4 ti,ri,-,1* '"',`,i‘ ;=,' kY,--, ''i,,,, ' •., ," , ., $:14.3-eid,,liv,A'sz,- ‘1,.,,•0,44,...0 ,,ort ;',, . ,-,,...4::' ',,*- .,- .•<\`, ',,." . ,, ', '.• .,A-' • /-;,,,, txtss• •'`,. t ', " • , ,, ''- . z.:,.' ), ' - ' *- •' -`,'i, ' ",-, 1, - 7;1',,,„ .;..t.z1-,o;:.', ' .%,,,.,. ,' . - ,, ;„ ' '- t,' ,.' --- , , t4‘,.r. ' '•',., ' .,' ,. '''--'-'; ,-. '‘:, ,..,, ,v,... -.. , .'•4:4' A ,' '' : *. ',,4," -., - - „,, < . r = , ,.,A, , ,-,'•,, .,, at,i'e., ,,..,„'A4-* ''..",A ' -‘:` `t:Pk '. "'•`=." ,:.' .,,,,' ,::,* ' (,' 4t,•* ',....,'• ' • - ,. f , ....' . . , , . - -' k°.,.`. k* e.1."*"..':;,k,,i. ''"'''. 'r'k - 'Ill ,°'," ' -w.‘"°,4°'-`',/, '-'.` "k?'" -..„C''' ,4°,'''t: • '' -- • , , ''' ...0&..,,, .,",,,,,* ,< ` ...! ; ,.. - »s- rt'*Xt'4.4,e 'f'kW"°' '° .- ,'.'"t,'". ' '*,' '.''' ' `'.'' '**s', '' ''' ,'4,-' "' ° ,4,- ," -.-^ <.t., '`•w°"j*.‘r , '.t ,..., ›,,,,ki ,,,..'... ' ,. , 4"Irrks. .`',,,:40..V.1."`' ., ''''4'.`',,/'.;..,4. i‘ >a.. • ''''';;,*‘' ...' '. ' .4 i.:' `'?$""''s tt ,,.*\'S '''* ' ' "..* ' ' ' ' , ' '' T; 7%.• , '4,'',.. '' ,*', „ ',, * ,',, t 4, . '',4. , •. :- '''1,,,,/ ".*:,, ' ' '' ' ' - "' ' '' ,. ' • ,'?!.',4.4?: !;11;•,''''4,`''' .' ,'''' ''''*1 ';42:4, :' C`"> ''' '''?*:: .'''''t 4?,r"!'°' '',' ,':':' ''": ' '','.,:,: ' , ,,, ,'',, al ':',". .'e,'IA,',.N.•'. ' if'",.' : .: , ' .' :" ;',.:'*'',‘ : 4,:':,,,:, "',.z1^;.:2 *',;,:'..,,"! , ' ,;!,;,: *,,. ,i: .‘s' ' ' 7,' 4%, .-‘• . .', ,-•'.,4i,,. "'""' ,N; , - . ',*' •‘.,'„,'.. , «,. ''' ,:,!', ,,,., , 'I,)..,<, 4,'.... ''' 'N ',,. : . '" ('' '4'‘.. ',,,,k-:.• "l''''' li,q. :'' '',r, !,4.4, ,,4;,,,• 4i,'ii*.;,4:,:r''• '%AN' '''',,:', ; '.:',"'''',‘,14,+4*,*,,,•4-.\''q.,;* ''•" ` ''. ,'',:„„ .,e '' - : * ''' ' .1"' ' ,,,`',. 1.674'` ` '1 '4'4it3q,4.t" vel 44,i; ",t a A"... ..E.' ' ,e' •4:'''''''*•li,, •''1:7 i'A.,i,, ., 14 r, "'4,.'',,' ke..,., '4`'r i•..''t 4,,, 4, ., . :4,k,'',1;i'"k a OP 3', t i.l.'";,.44'‘ " .,"( "•.:;v1,;`,4 ', . ..,- . ,, <J.`,•,,, '4,1, •,414 • <,.,A ' . ,i4 , -4,,..>4.4,y1-,0 -44-. 1 • ,.r<r; :,;.- -,. , ,-' ..... .<4, .: ,..-i; ,<•, o< , ,,:'r",...." ....'4.ti,-4:,.,-..,., ,0.** • )^. .. , : 1-' 't-.,:-.`..< 4'< ‘, vAtv.„. • 4.),' ,.,<., .e•-',..44" '.., '1' ,r,-* :.<,". ',.-- ''''' •,•" ', .N,N..." -. '4' °--LTA4'y'J- •••••orA,-7,4,1#'`Wl?W‘4,1'''',-10e:'':,,vii'50#;:40'evitiA'1'144 ,9:,:f.,,,,,,';',,,3,3=,`,ft.,.'F','"`YAi',;•,,fAr:,,;!,4:.'''. '', .. ..:*4)4,':'Aft,L4...:*,tt 7.'YI:V%,,:,':VC,t'''',':1:: :;044.1i,V;fr,4.,14, -At!:4 4.,6•1,,',"Fio.','" ,, ,Y-,I;44:4•4„‘, tii',":!',',44: '','''‘I'Z''';`,.X7::'''' A .1-1,?.,41,' lo•11,,te; „:)1-7, `,-;I: .li:''''',"<.:4115'::',#t-, 11$1'=.4,,,-;e1;4-,,/,'p--,74P-tk •:".1::::V.,:,',-1:i::::..r;i4 lz,:4-4,,,,8, 74IN:474;;Z :‘';'4; '4‘41.:.'',:''''‘ '":":40.441#41,p! 'A:. ..X., 4.1.2.,';',41.• -4'v-e.:`,1,.', „,„ „t14 ,,„; 4m,, 40<, ..,„,,, ty+,;.t. ,,,,, ...,),e,,vi,,,,, f-.„„„ ,N..,,,,,,f,‘1,,,i,,r.4,.:',4>Y, ' *444 tye.-ets„„,.,f“- !,;4..‘ .‘ .4.4<, ,:'. ' `<lieg,• 34...4:?-.4ivil <-,s,q tAl."'''.; ,. :. A.q§g. 1, ,..,,,,s,:„4„,4,, 1 ,4,... ,1,11. :-,,.. 1,4,.,, ,„,,... -,t- - ,... r, ., . sz,,,ors. ,,.,,•,„,,,,,, ,-- :„ ,, 0.., . ,'..0),,, ';' ', ..,0,. .' ,,,,,. 1' V i„,V•''itft,,,j,;43."" '*, t`..., r Aii, tV% ki#„''`: „;,*:„%I.,Sra. 4,4 ' ' ;,,r4 ,4" ""e• ,,"4 4* a, s,,,, ,,.,,,.. 4 a„ .' ... . Features&Benefits of Swept Janitorial Software for Cleaning Businesses I Swept—Trust... Page 1 of 9 sweptMENU = Discover How Swept Can Transform Your Commercial Cleaning Business Reality of Today Your Future with Swept Late Cleaner Alert Inecs Taq e , A cleaner has not signed in at a _ - location for a scheduled cleaning t ' efe, aixxcup imagine coceuan: , > how much easier > HfllpointAccountants ' your day would be ifowele.glow ... Cleanest MOM*II emsm Jonathan Middleton savetiiecr f nieleer 4101!9 it Fri,June 4,2016 at 9:30am en moo owe eami r' '.;; ,• Time Tracking Time Tracking that is Accurate and Location Aware Swept's time tracking feature is accurate to the second. Easily track your cleaners'time from anywhere,on any device! It's mobile,GPS-enabled,and payroll ready! https://www.sweptworks.com/features-2/ 12/7/2018 Features& Benefits of Swept Janitorial Software for Cleaning Businesses I Swept—Trust... Page 2 of 9 sweptMENU = Scheduling Made for Commercial Cleaning Companies Swept makes shift planning easy!Schedule your cleaners efficiently and faster, increase profitability, reduce scheduling errors,and keep everyone in the loop with better communication. I MORE INFO Reality of Today Your Future with Swept �,,'iCA W"... s !we k EIbfbeth WtterMid }"' y ..Q, 1 4 p 0 A text 70,60 <'„ c e 6 4 lh. is'2Y t 2. nY 4 l7. �1 +, 1 '.7•6 6' t�•6`1 t4R. le=t4EOrlw•42a16 .p r. 176 pc,ESE70' Gumhfa IniMutlMil 600pm E 4.01.^.74 wry �4.80477.+r Sc rfS Tis RMdrNi Sc.newSdMel ''" .+ "^•"tr ��ai.E7 2`500 6 Superfudia Star* 0Y-60401-11A0am 4,.• 26. 4gi404 imPiagiae 12$4 Main st.r,t«awu w c ,�r 1u4.t ct.,ll,irTM ; how much easier OM.772M6 "ex :.,-.-r se'. your day would be if„. .,,,,t<f �a�,R,S W iA m': Montan tntem+4ond 6:Onpm•9:Ohom CB,vat.,Mui:J t"*47'j✓s7"i': 7166e'dt7•111476.7 7t:t[Crn & Guml» ttrn +1 600p•9:GOp ",,w iu'u t3 ..: _G a 071474.0.477701071474.0.477701071474.0.477701m 715 P.n.ss St new 000600 5wr'" .x II' '67q. x Sumbah5arnfua al tO 31pm000716•11 . , =-5t Ed wtw.......an N.,.a.nr.n https://www.sweptworks.com/features-2/ 12/7/2018 Features& Benefits of Swept Janitorial Software for Cleaning Businesses I Swept—Trust... Page 3 of 9 swept MORE INFO Speak Your Cleaners' Language Do you want to speak your cleaner's language?With Swept,your cleaners can read instructions in their native language with just a click!You'll be able to speak 100+ languages.De Nada! MORE INFO l ) Imagine `al` > how much easier > https://www.sweptworks.com/features-2! 12/7/2018 Features&Benefits of Swept Janitorial Software for Cleaning Businesses I Swept—Trust... Page 5 of 9 swept MENU Support your Cleaners... From Anywhere Swept's cleaning instructions feature is designed to help commercial cleaning companies improve profitability helping cleaners understand what success looks like on site.With Swept you can send your cleaning instructions to your team anytime,from anywhere. MORE INFO Make replenishing Supplies a Breeze Swept's supply tracking feature allows you to track and order any supplies your cleaners need on site. No more phone calls or spreadsheets! • MORE INFO https://www.sweptworks.com/features-2/ 12/7/2018 Features&Benefits of Swept Janitorial Software for Cleaning Businesses I Swept—Trust... Page 6 of 9 swept MENU = Reality of Today Your Future with Swept 1 ftt,asel izamatunatut -( 1 (�qy, Custamei E 1..1d au We ter extra carer paw at the ``JJ Sot*/Cioset I �4 Cleaner 1 0 51„A„ Imagine M:sxw.�r i:ri how much easier > GremttanRyw. t,f, Cleaner 2 :zuara your day would be if... 0400 MOON r . Customer 2 swnexe cook of the soap l,� �, '.s7'2i ixJ {t affAvoSOf ftt the wm tWhrooflt Cali you tit h II Better Communication with Your Staff and Customers Kean your team connected.We make messaging between your cleaners. managers and https://www.sweptworks.com/features-2/ 12/7/2018 Features& Benefits of Swept Janitorial Software for Cleaning Businesses I Swept—Trust... Page 7 of 9 swept MENU Better Information Means Better Business Swept's problem reporting feature will help you address on site issues proactively, rather than hearing about it from your clients.Swept makes it easy to manage,track, and resolve problems.When problems are reported,your managers will know immediately. MORE INFO Reality of Today Your Future with Swept iii 0,401£17 AlW5 0 Problem reported by Jim U Smith at Super Stereo Shop i( Imagine l ( 0 Problem Reported be Mary p how much easier Lopez at Super Stereo Shap your day would be if... ,,,,,,,E.„,,,0 0 Problem Reported by Donnie p Fitzpatrick at ABC Auto Parts https://www.sweptworks.com/features-2/ 12/7/2018 Able Business Services , Inc. City of Miami Beach Janitorial organizational Chart City of Miami Beach Representative f Alicia Tucker-Marte Janitorial Contract Manager 1 I 1 I l Zone 2 Zone 3 Zone 4 Zone 6 Special Projects Supervisor Supervisor Supervisor Supervisor Manager Safety .--\ Team Members Restroom Porters Quality Control Garage Potters `— Manager APPROACH&METHODOLOGY k Of EMPLOYEES/TOTAL WKLY HRS LOCATIONS #Of Em• . Total Hours Per Week ZONE 2 Flat Maintenance 3 buildings 140 MacArthur Causeway 2 20 Sanitation Admin Offices 140 MacArthur Causeway 2 20 OCEAN RESCUE 5313 COLLINS AVE 1 20 MBPD INTERNAL AFFAIRS 225 WASHINGTON AVE 1 5 POLICE STATION 1100 WASHINGTON AV 5 184 POLICE GARAGE 1100 WASHINGTON AV 1 14 HISTORIC CITY HALL 1130 WASHINGTON AVE 2 60 CITY HALL 1700 CONVENTION CENTER DR 5 140 777 BUIDING 11701 777-17TH STREET 1 35 1755 BUILDING 1755 MERIDIAN AVE 2 45 555 BUILDING SS5-17TH STREET 1 15 SOUTH SHORE COMMUNITY CENTER 833 6TH STREET 1 22.5 PAL BUILDING 999-11TH STREET 3 88 10TH Si tt i BEACH PATROL 1001 OCEAN DR 1 14 SOUTH PONTE PARK OCEAN RESCUE FACILITIES 10TH STREET AUDITORIUM 1001 OCEAN DR 1 21 TOTAL HRS 29 703.5 ZONE 3 • • Marine Patrol 1790 Purdy Ave 1 14 Property Management 1833 Bay Road 1 10 Public Works Operations 451 Dade Blvd 1 40 PARKING METER SHOP FACIUTY (1833 BAY RD) 1 20 Scott Rakow Youth Center 2700 Sheridan Ave 3 231 Scott Rakow Ice Rink 2700 Sinkian Ave 1 28 Police Sub Station N Beach 6800 Indian Creek Dr 1 20 Normandy Shores Guardhouse 2000 Blarritz Dr 1 14 TOTAL HRS 10 377 ZONE 4 3 STAfft aONIFISPER' DAY TO 4 rLOCATIONS 7TH ST,12111 .120 HOURS/WK INCLUSIVE FOR 7TH STREET PARKING GARAGE 210- ST,130)ST,16TH ST 24 7TH ST,12I1{ST,1311{ST,16TH ST • : 7TH ST . }hr . .` (3T SHIFTS 24 hr5 12TH STREET PARKING GARAGE 51 12TH STREET 1371#STREET PARKING GARAGE 1301 GOWNS AVE 16TH STREET PAREIM6 1357 WASHINGTON'AVE 3 STAFF/3 SHIFTS PER °0µY TO SERVICE 3 iOCA71ONS 17TH ST 120 F1Ql11§.5/fl fintiGit7S E E FOR • 17TH STREET PARKING GARAGE 640- 1755 1.6XAN s 1.... ST.1755 f4ER1D{AN SUNSET 17Th ST HARBOUR 24 hrs • : flARR.ouRi 3 si TS 24 lk. 1755 PARKING GARAGE 1755 MERIDIAN AVE SUNSET HARBOUR PARKING GARAGE 1900 BAY ROAD 2 STAFF PER DAY TO SERVICE 21.0CATIONS PENN PARKING GARAGE 8�0H�OURS/WK INCLUSIVE FOR tL `` PENNSYLVANIA PARKING GARAGE AND 42NEYST/Y SHIFTS N.PARKING GARAGEANG42 - 1861 PENNSYLVANIA AVE 24hrs ST 12 SH4FIS24hrs 42NS STREET PARKING GARAGE400 WEST 42ND ST 'TOTAL HRS WKLY 8 320 I • ZONE 6 Flamingo Pool Facility 1205 Michigan (1)DEDICATED PORTER 641 WKLY WORK HOURS TO BE Ave (2)SHIFTS TO SERVICE 3 DEVIDED BETWEEN JANITORIAL LOCATIONS SUN THRU TECHS FOR ALL OF ZONE 6 SITES SAT INCLUDES ALL DAY PORTERS Flamingo Paris Baseball,Softball,& Football Field Restrooms 1435 Michigan Ave Flamingo Park Tennis Center 1235- 1255 Michigan Ave Muss Parking Bldg 4400 Chase Ave (1)DEDICATED PORTER (2)SHIFTS TO SERVICE 9 LOCATIONS SUN THRU SAT INCLUDES DEDICATED WEEKEND PORTER SERVICE Manacle Stoneman Douglass Beach Restroom 3rd s5T 3rd&Ocean Dr Lummus Park Beach Restroom 6th St &Ocen Dr Lummus Park Beach Restroom 10th St&Ocen Dr Lummus Park Beach Restroom 14th St&OcenDr Collins Park Beach Restroom 21st Street&Collins Ave Pancoast Park Beech Restroom 35th Street&Collins Ave Indian Beach Park Beach Restroom 46th St&Collins Ave Beach View Park Beach Restroom 53rd St 7 Collins Ave Normandy Shores Park Restroom& (1)DEDICATED PORTER Storage 2605 Biarritz Dr (2)SHIFTS TO SERVICE 4 LOCATIONS SUN THRU SAT INCLUDES DEDICATED WEEKEND PORTER ,South Pointe Park Restroom One 'Ocean Drive 1Alltson Park Beach Restroom 64th St • &Collins Ave nidad Public Restroom 7231 Collins gg g0 off . 6d illi ' UM ill m Rf . EllgW wN / 11 v Ri wv6 4 ' 1 4gli W ; w0IN 4 54! fF5 i E Bili P " 1121 2 [ it r 1 . 1312 gh i g o Oi illF • kms' g:< , 4 0.t-r F ;,,, sem4/4.?',VM‘',,,,, 'r,eti gg5 *�.� "� ,i. s ro.q Ex. 44/k,, , :,,,,, ,,,...;„„„,„,,,,,.,,,.....,....,,,,,.,,,,,,„,„,,,,,,, ,,,,,,„.„,„,,,,,::„.,,,,,,,,),..,,,,.,,,,,,,,,,,..,, j-P,-:!,').`;'",r.:.`-`'4.41ii4S,W.g.fit0.1-',.,`",:l.,'.4441:70'4Mr;f4i. 1.2ti.'let,°,z.,0*;'04°4?*1.1.,iO4.i.'4....',.,...f,,,,i;i! ;',.'"'",''; ' A,‘"T:4,1-g,t, "•,,,tk•:•::#41efi..Sit:42:--i174%•!^Zir-•Ttikik.. . 4,;-'4'''0'-:-:-A,:-1,3i- V4'••'::•''c.:"4--4,T&ate -It'''''''' ,„.'"i„.„*''','''j;ket,'',:''d-Aif,-:,,,flpsi,4,*tsfiiii°,:; '-:r. ,,,ii:q-,d :, ..' s' s; �` ter '. mss. & a, a *a� ny x ,4,,,„14.,,;•,,4k-;;;`,,,,:• s _ _ uhf, ' «, ' z `b, �� 7 �' „. s ' € + ' xs gyp, a} yea re r:.l PRESSURE WASHING BEST MANAGEMENT PRACTICES SKU: C-933 Course Details Specs Compatibility: Desktop, Tablet, Phone Based on: Industry Standards and Best Practices Pressure washing generally refers to the practice of using water sprayed through a nozzle at high pressure to clean or strip material from various surfaces. This technique typically produces contaminated wastewater that can flow into a nearby waterway without proper intervention. This is bad for the environment and also illegal in the United States. This module will introduce the topic of pressure washing and cover how to accomplish it in a safe and environmentally friendly manner. This course describes pressure washing best practices and steps to take to avoid polluting open water. Learning Objectives At the end of this module, you will be able to: • Define pressure washing • Describe the equipment used for pressure washing • Describe some of the hazards present during pressure washing • Describe the primary environmental hazard posed by pressure washing • List some best management practices to mitigate the environmental impact of pressure washing • List some of the techniques used to increase the efficiency of pressure washing • Describe some methods of wash water collection • Describe some methods of wastewater disposal Additional Resources Use the additional resources and links below to learn more about this topic: • Occupational Safety and Health Administration(OSHA)-www.osha.gov • OSHA Decontamination - https://www.osha.gov/SLTC/hazardouswaste/training/decon.html • Environmental Protection Agency(EPA) -www.epa.gov • EPA Water Pollution Prevention& Control -http://water.epa.gov/polwaste/ , v _ ,„ Ex. 44B /, , d g p+9 -! V � BAble Business Services Inc lir FAci1iti4x Management Services Commercial Cleaning Products GREEN CLEANING TRAINING PROGRAM Green cleaning means the use of those products and services that have a lesser or reduced impact on human health and the environment when compared with competing products or services that serve the same purpose. This definition comes from terms laid out in U.S. President Barack Obama's Executive Order No. 13514. While simple in its approach, this definition incorporates the following three key concepts. Human Health.Of course, the principle purpose of cleaning is to protect human health so any definition of green or environmentally preferable should address human-health considerations. In the realm of green cleaning, this means we must give due deference to the health impacts cleaning has on custodial personnel and the occupants of the built environment where we are performing our cleaning activities. Special consideration should be given to more vulnerable populations, such as children,the elderly, and those with suppressed immune systems. Comparative in Nature.Note that the above definition of green cleaning is comparative in nature. In other words, it does not set an absolute or final endpoint of what is environmentally preferable. Instead, it makes a comparison to competing products and services and thereby encourages continual improvement along the green spectrum. Performance.Lastly, implicit in this definition is the concept that green products and services must perform their intended function of cleaning. It goes without saying that a cleaning product that cannot clean is a waste of resources altogether and is therefore the antithesis of environmentally preferable. More importantly, the performance of cleaning products is critical to maintaining a safe and healthy indoor environment. B Able Business Services, Inc FactSi s Management Services Commerciai Cleaning Preduee'. EMPLOYEE TRAINING PROGRAM Cleaning is the process of locating, identifying, containing,removing and properly disposing of an unwanted substance from a surface or environment.Healthy High Performance Cleaning is a process that reduces any negative impact of cleaning on health and the environment. While product selection is important, procedures for a Healthy High Performance Cleaning program are equally important, and perhaps more so. This section elaborates on those important procedures in 14 key areas: a People with Special Needs a Dusting and Dust Mopping a Entryways ■ Floor Care ■ Carpet Care ■ Restrooms ■ Food Areas:Cafeterias, Break Rooms,Etc. ■OSHA Blood-Borne Pathogen Standard ■ Measuring/Diluting Concentrated Cleaning Products ■ Indoor Plants a Integrated Pest Management a Recycling a Spills a Trash The issue of product preferability is not one of"good"new products versus"bad"traditional products. Rather the issue is defined as opportunities to reduce impact on health and the environment. When addressing procedures for a Healthy High Performance Cleaning program,the same approach must be followed. In general. Healthy High Performance Cleaning procedures are similar to traditional procedures. The differences are more a matter of focus than technique. This section discusses source reduction and pollution prevention strategies in addition to specific opportunities to modify traditional procedures to reduce impact on health and the environment. With the use of any cleaning chemical or janitorial equipment, it is important that appropriate personal protective equipment (PPE) be used and product directions followed. Furthermore, proper disposal of all cleaning wastes is required. SPECIFIC PROCEDURE MODIFICATIONS The first issue to be addressed is modifying the cleaning program to accommodate people with special needs within the building.This issue not only emphasizes the focus on protecting health, it also epitomizes the focus of a Healthy High Performance Cleaning program. This includes the need to identify the most vulnerable population and the method for designing programs to create the healthiest environment. B s Able Business Servieenc Fa ciliac+Management SarvicE*s Commercial Cleaning Products PEOPLE WITH SPECIAL NEEDS Action Items: I.Identify those building occupants with individual needs and sensitivities. 2.Develop a plan to address the individual needs of people with sensitivities. 3.Modify procedures and/or cleaning schedules as necessary to accommodate their individual needs. 4.Address ventilation requirements to help mitigate the problems with airflow. 5.Communicate cleaning plans to building occupants. One of the primary goals of a Healthy High Performance Cleaning program is to protect the health of building occupants.This is done in many ways including the identification and removal of harmful contaminants, such as particulates,mold spores,bacteria and viruses.And while the cleaning process can reduce exposure to these and other harmful contaminants, unfortunately, the process of cleaning and the cleaning products themselves can adversely affect the health of building occupants.This is especially true for those who are very sensitive to odors, those with pre-existing health conditions such as asthma and allergies, those with reduced immune systems such as those recovering from cancer, and other health conditions. For certain individuals, accommodations must be made relative to cleaning activities, noise levels, dust, etc. Some occupants may be very sensitive to the fragrances of cleaning products. Reported sensitivities may not even be caused by cleaning products but rather sensitivities to pet allergens from guide dogs and even from the allergens brought into the building from co-workers' household pets. Understanding the sensitivities is essential for accommodating the occupants. In some cases,the time of day that cleaning takes place may need to be altered; in other cases,occupants who are reacting to their co-workers may need to be relocated to other areas within the building. When relocating the individual or reconfiguring the workspace is necessary, this should be addressed by building management. In many situations these issues cannot be resolved by the cleaning contractor, but requires everyone, including the affected individual, to work together to achieve the best outcome. A. DUSTING,DUST MOPPING AND VACUUMING Traditional dusting and dust mopping techniques frequently move dust and other contaminants from one area to another, such as from a bookshelf to the floor. It is important to recognize that moving the dust from one place to another wastes labor and reduces efficiencies.Dusting and dust mopping activities that do not capture soils completely stir them into the air where people can then be exposed to the particles. DUSTING HHPC Requirements(cloth or vacuum) 1.Use only dusting tools that capture and remove the dust. 2.Micro-fiber,lint-free dusting cloths and vacuums are preferred instead of feather duster. 3.It is preferable to use vacuum cleaners that meet the Carpet&Rug Institutes(C&RI)Green Label Program and be fitted with appropriate bags and HEPA filters. (4 ( BSI Able Business Services? Inc €acifitfos Management Services.Commercial Cleaning Products 4.Always use a folded cloth and be sure to refold when full of soil. Refolding provides more cleaning surface area and maximizes use of the cloth. 5.Minimize the use of dusting chemicals and if required use water or water based dusting chemicals. See the Janitorial Selection Guide. Dust(micro-fiber cloth) 1.Gather equipment. 2.Wear personal protective equipment per label directions. 3. Be sure to use appropriately sized attachments if using a vacuum. 4. Dust from top to bottom. 5.Be thorough and get hard to reach areas. 6.Never move personal items. DUST MOPPING AND VACUUMING HHPC Requirements 1. A micro-fiber flat mop is preferred over a dry or chemically treated cotton mop. 2.If using a micro-fiber mop,choose the widest mop possible taking into consideration the area, obstructions,unevenness of the floor,etc. 3.If using a vacuum,be sure to use a wide area hard floor attachment to maximize soil removal and to minimize labor. 4.C&RI's Green Label Program and HEPA filters are preferred for vacuums. Dust Mopping(mop or vacuum) 1.Assemble equipment and supplies. 2. Put on appropriate personal protective equipment,as stated on the product label and MSDS. 3.Using a putty knife,carefully remove any gum or other debris stuck to the floor. 4. Start from a far corner and work toward the door. 5. When using a micro-fiber flat mop,use a continuous motion,without lifting the mop from the floor. 6.Typically begin next to the wall. When turning,pivot so that the leading edge remains the same. Overlap the previously mopped path by 2 to 4 inches to ensure complete coverage. CjBA s Able Business Services, Inc Facilities Management Services Commercial Cisaning products 7.When completely finished,pick up the collected debris using a counter brush and dust pan or vacuum. 8.When the micro-fiber no longer attracts soil,it will need to be laundered.Vacuum bags should be checked periodically and changed out when they become half-full. Entryway Maintenance Procedures(Daily) Exterior 1. Empty and clean trash cans and ash urns. 2. Clean doors,door handles,and kick-plates with appropriate cleaner. 3. Sweep exterior sidewalk and vestibule with a high quality push-broom or mechanized sweeper or vacuum. 4. Vacuum entryway matting. Interior 1. Clean walls,doors,door-handles,push plates,and kick-plates. 2. Vacuum matting in both directions. 3. Dust mop or vacuum entryway flooring. 4. Repeat more frequently if heavy soil is present. Entryway Maintenance Procedures(Periodic)Exterior Interior 1. Roll up and remove matting if possible. 2. Sweep underneath matting. 3. Clean washable entryway mats with high-pressure washer. 4. Reinstall matting once entryway is dry. Interior 1. Roll up and remove matting. 2. Place wet floor signs and caution tape. ., BusIness Servicest, Inc FacilitieManagement Serneea:Commercial Cleaning Product% 3. Damp mop entryway. 4. Remove wet floor signs and caution tape when the area is dry. Note:Periodic procedures should be repeated as needed based on weather conditions and soil loads. FLOOR CARE The procedures for the floor care in a Healthy High Performance Cleaning program are similar in most instances to those of a traditional program. Beyond the traditional issues, floor care in a Healthy High Performance Cleaning program addresses the selection of the procedures themselves.The life cycle assessment of the selected finish should factor in the durability and the frequency of stripping and recoating. In a Healthy High Performance Cleaning program the primary effort should be a pollution prevention strategy, or one that minimizes the need to strip and recoat a floor. Thus, a specific focus should be on preventative measures,such as: is Keep outside entryways clean to prevent soils from being tracked into the building.This may include sweeping,use of a power sprayer,etc. • Use matting systems at all entrances to capture soils and moisture from shoes. It is preferable that the mats be large enough for each shoe to hit the mat two times(typically a minimum of 12 to 15 feet). • Frequent vacuuming of entryway mats and grating systems. n Frequent dust mopping of resilient tile floors or vacuuming,especially close to entryways and other sources of particulates(i.e. near copier rooms). ■Periodically clean under floor mats to reduce the potential for moisture to lead to bacterial and fungal growth. When floor mats get wet,replace them with clean dry mats. •An intensive cleaning and frequent cleaning of the entryways to capture soils at the entryway rather than to remove it after it has spread throughout the entire building. FLOOR STRIPPING HHPC Requirements(floor stripping) I.Notify occupants beforehand if a strip-out is scheduled. 2. Select environmentally preferable product as outlined in the Janitorial Products Selection Guide. Mix and use products according to label directions. 3. Ventilate area and building during and after stripping. 4.Especially when stripping floors,it is preferable to conduct these activities on a weekend or some other extended time period when occupants will not be in the building.This allows maximum time for the building to be ventilated(flushed with fresh air)prior to the return of the occupants. Floor Stripping Procedures 1. Prep the area by placing wet floor signs,caution tape and other blockades around area to be stripped. 2.Assemble equipment and supplies. ,Ahle,l ... amass Ser vi Inc, sncitaiw Management Services.CommorcialCleaning Products VI Assemble two mop heads and handles. If not color coded,label"Strip Mop"and the other"Rinse Mop." ■Assemble two mop buckets and wringers.Label one bucket"Strip"and the other"Rinse." is Place the appropriate stripping pad on the rotary floor machine. Fill the strip bucket with hot water unless the product label recommends cold and mix with stripper.Fill the rinse bucket with clean,cold water. ■ Place all equipment in the area where the work will begin. 3.Remove free standing objects. Vacuum and remove walk-off mats. 4.Dust mop or vacuum the area. Remove all gum and other sticky residue from floor with putty knife. 5.Apply foaming stripper to baseboards,if necessary. Prepare to control liquid flow. 6.Apply stripper to floor. Dip"Strip"mop into"Strip"bucket.Lift mop allowing excess to drip into bucket.Apply to floor.Apply sufficient solution,but be sure not to over wet which may lead to solution traveling under doors or onto carpet.Outline a 10 x 10 foot area and fill in using an overlapping pattern. Let solution dwell for 5 to 10 minutes.Do not allow solution to dry.Re-apply as necessary to keep floor wet. 7. Use edging tool to loosen finish close to baseboards and corners. 8.Scrub the floor with a rotary floor machine after the stripping solution has had time to work. Scrub across the work area retreat as necessary. 9.Check your progress. If any floor finish remains,apply more stripper and increase dwell time.Don't let floor dry. 10.Rinse the floor using the"Rinse"mop and bucket.Use a floor squeegee to manage the slurry. 11. Pick up slurry with wet vac or mop and bucket. 12.Rinse the floor again with clean cold water. 13. When the floor dries,rub your hand over it. If there is residue on your hand,you must rinse again. 14.Once the floor is dry and free of residue and glossy areas(sign of finish or sealer),it is ready to be coated. FLOOR FINISHING HHPC Requirements(floor finish/sealer application) 1. Apply finishes or sealers with a clean rayon mop head. 2. Use clean buckets with clean wheels. 3. Line bucket with fitted trash liner. iP i� hl amass Services Inc Baca',ttictr+:A'amag+3mentSs,rvicos CammarctaiCteaningProducts 4. Use finish or sealer as recommended in the Janitorial Product Selection Guide. 5. Apply even coats. 6. Don't force dry finish with a fan. Finish/Sealer Procedures 1. Assemble equipment and supplies. 2. Put on appropriate Personal Protective Equipment, as stated on the product label and MSDS. 3. Post Wet Floor signs and blockades. 4. Prepare mop and bucket. 5. Pour enough sealer or finish into the bucket for the area. 6. Dip the mop head into the finish or sealer. a Tamp the mop head in the wringer. Do not wring out. ■ Hold above wringer and count 1-2-3.If no more drips the mop is ready. 7. Apply the finish or sealer. ■Draw a 10x10 foot frame with finish or sealer. a Using an overlapping figure 8 motion,fill in the frame. Flip the mop gently 1/2 way through the area. a Apply all the way to the baseboard on the first and last coat. 8. Allow each coat to dry. 9. Apply additional finish or sealer coats until desired appearance is achieved. a Do not apply more than 4 coats in 24 hours. 10. Remove and discard the liner and the leftover finish.Thoroughly clean the mop head,bucket and wringer. 11. Remove Wet Floor signs and other blockades after the floor is completely dry. FLOOR BUFFING HHPC Requirements(for Buffing and Burnishing) 1. Make sure that adequate floor finish exists. 2. Select the appropriate restoration products as outlined in the Janitorial Selection Guide. Water-based, low VOC products are preferred. (---A ---'\\) i ini S AbeeiBusiness Serice Inc Facttette%Ntanagernont Sorvicos{Cornansrciat C9oantno Products 3. Apply product in a stream or coarse spray instead of a wide-angle mist to minimize the amount that becomes airborne and inhaled or over sprayed. Do not over apply. 4. Be sure that the pad matches the rotary scrubbing machine speed and the finish type. Buffing Procedures 1. Assemble equipment and supplies. 2. Put on appropriate Personal Protective Equipment,as stated on the product label and MSDS. 3. Post wet floor signs or other blockades. 4. Dust mop and damp mop the floor.The use of a micro-fiber flat mop is preferred. 5. Mount a red buffing pad on the rotary floor machine. 5. Apply spray buff solution in a stream or coarse spray being very careful not to use too much or overspray. 6. If using a 175 RPM machine,make three passes using a swinging motion over the work area,using appropriate pad. 8. If using a 1000—1500 RPM machine make a single pass in a straight line over the area. 9. Change pads as necessary. 10. Dust mop the floor after the entire area has been buffed. 11. Clean equipment and return it to its proper place. 12. Remove wet floor signs and/or other blockades. Spray Buffing Tips a A "shot"of spray buff solution enhances gloss,helps remove black marks and repairs scratches.Be sure to buff before the spray buff solution has time to dry. •Try to spray buff the surface on a regular basis, 1-3 times per week. a Use restraint when applying solution.One"shot"is usually enough. ■Carry the spray bottle in a convenient place.Holsters or attachments that mount onto your rotary scrubber are available. a Take good care of your pads.Check and flip when they get soiled. Wash,rinse and hang to dry at the end of the shift. B S Able Business Services, Inc Faciiitios Managomant Sorvicss'Commorcrat Cleaning Products Burnishing Procedures 1. Assemble equipment and supplies. 2. Put on appropriate Personal Protective Equipment,as stated on the product label and MSDS. 3. Post Wet Floor signs and other blockades. 4. Dust mop and damp mop/scrub the floor. 5. Mount the appropriate pad on the UHS burnisher. 6. Make one pass over the work area. If the floor isn't glossy after one pass,THEN make a second pass. 7. Change pads as necessary. 8. Dust mop the entire area after the floor has been burnished. 9. Clean equipment and return it to its proper location. 10. Remove Wet Floor signs or other blockades. CARPET CARE General Maintenance Beyond the traditional issues, carpet care in a Healthy High Performance Cleaning program addresses the selection of the appropriate products and equipment. The program includes some minor modifications of the typical procedures, and pays special attention to moisture and ventilation. In a Healthy High Performance Cleaning program, the primary effort should be a soil prevention strategy, or one that minimizes the need to extract a carpet. HHPC Requirements 1. Keep outside/outdoor entryways clean to prevent soils from being tracked into the building.This may include sweeping,use of a power sprayer,etc. 2. Use entry mats to capture soils and moisture from shoes.It is preferable that the mats be large enough for each shoe to hit the mat two times(typically a minimum of 12 to 15 feet). 3. Frequently vacuum entryway mats and grating systems. 4. Frequent dust mopping of resilient tile floors,or vacuuming of carpeted surfaces,especially close to entryways and other sources of particulates(i.e.near copier rooms)reduces soiling on surrounding carpeted areas. 5. Establish a daily routine for cleaning carpets. 6. Develop a program of occupant education to inform tenants on how to handle small spills or who to call so that spills can be removed quickly by the cleaning personnel. 7. Establish an interim cleaning process to address the needs of high traffic areas. r ervirPc , A hie BusinFiss �.0 Fo...s o r k4rnAgomant Sarvte:a, Commercial Gteartmg Products Carpet Pre-spray&Extraction Carpets can act as a"sink"that allows particles,allergens and other unwanted material to filter down into the backing of the carpets. Once down deep in the carpet these unwanted materials can lead to damage of the fibers and the need to ultimately replace the carpets sooner than properly maintained carpeting. But from a health perspective, one of the biggest enemies of a healthy indoor environment is when moisture provides an opportunity for biological growth in the carpets.Thus,pre-spraying carpet and rinsing with an extractor should get deep down into the carpets and remove the unwanted contaminants. HHPC Requirements 1. Minimize the amount of cleaning chemicals used. 2. Use appropriate functioning equipment that will maximize the amount of water being extracted from the carpet to minimize moisture and potential for mold,mildew and bacterial growth. 3. Increase ventilation.Open windows if weather allows and use carpet fan to dry carpets quickly. 4. Dispose of cleaning solutions properly. Pre-Spray&Extraction procedures 1.Remove large debris from carpet. a Place foil under legs of heavy furniture. • Lift carefully.Get help with heavy items. 2. Vacuum and roll up walk-off mats. 3.Thoroughly vacuum the area to be extracted. • Inspect for heavy soils and spots. 4.Assemble equipment and supplies. 5. Put on appropriate Personal Protective Equipment,as stated on the product label and MSDS. 6.Treat spots. 7.Prepare pre-spray solution. •Follow label directions. a Use hot water. 8. Prepare your extraction rinse solution. 9. Post Wet Floor signs or other blockages. 10.Pre-spray the carpet. •Work a manageable section. a Allow the detergent to work 10-15 minutes. 1 1. Extract the carpet with water or extraction rinse. a Extract in overlapping paths,pulling the machine back towards you. • Make a second"dry"pass with the solution off. •Collect as much moisture as possible. 12.Empty the recovery tank when full. Refill the solution tank. CA. \\\%B Able Business Services, Inc Facilities Managomont Sorvtcos'Commercial Cleaning Products 13. Dry the carpet with a carpet fan. Y Place the fan out of traffic areas. o Turn up HVAC or open doors and windows. 14. Raise the carpet nap. ■ Finish the job with a vacuum cleaner or carpet rake. 15. Remove Wet Floor signs and other blockades after carpet is dry. 16. Clean your equipment and return it to its proper location. 17. Replace walk-off mats. ■ Check backs of mats to make sure they are clean and dry. ■Never cover wet carpeting with a mat. RESTROOMS Because of their heavy use and moisture, restrooms must be cleaned frequently using appropriate cleaning products and procedures. Make sure that cleaning is done thoroughly, including hard-to-reach areas such as behind toilets and around urinals. Periodically machine scrub or pressure wash restroom floors with a cleaner disinfectant. Make sure that label directions for appropriate dilutions and necessary dwell times are followed to allow for thorough germ-killing activity. Dwell time for many disinfectants is ten minutes. Be sure to follow the label instructions closely. Some products used in the restroom can be hazardous, such as drain cleaners and toilet bowl cleaners. Make sure that appropriate PPE is used and appropriate ventilation is provided for cleaning personnel. Never mix cleaning products. Use paper products that meet the minimum requirements for post-consumer recycled content as set by the U.S. Environmental Protection Agency's Comprehensive Procurement Guidelines for the appropriate product category. Refer to the Janitorial Paper and Liner Guidelines. Preference should be given to paper that has not been bleached with chlorine compounds. Additionally, preference should be given to paper provided on large rolls; this minimizes packaging materials and reduces the frequency in which the rolls need to be restocked. These steps will minimize waste and the corresponding environmental impact. Large trash cans should be utilized to minimize overflow of waste and reduce the frequency for policing the area. It is often beneficial to place a trash receptacle by the door for easy disposal of towels to prevent them from being thrown on the floor. HHPC Requirements 1.Make sure cleaning and disinfecting solutions are prepared and used according to label direction(e.g.,dwell time). a CA Able Services,. Inc B Pact„p„-E., *,:�na„r,U;Si."-,car.f�;�w Commercial Cleaning Product� 2. Use cleaners as outlined in the Janitorial Product Selection Guide. 3.Frequently clean surfaces that hands touch to eliminate the spread of germs(e.g.,door knobs, light switches, handles,etc). 4.Address moisture problems. 5.Keep floor dry to eliminate slip-fall injuries and prevent the build-up of bacteria,mold and mildew. Restroom Procedures 1. Put on Personal Protective Equipment. 2. Assemble equipment. 3. Mix/dispense cleaning solution. 4.Knock,announce yourself,and prop open door. 5.Sweep floor. a Pick up solid wastes. a Use a floor scraper or putty knife to remove any items stuck to the floor. • Start at the farthest corner and work toward the door. 6. Apply product to INTERIOR of toilets and urinals. • Start by forcing water down the trap below the water line. a Then apply the bowl cleaner under the rim and around the interior. a Give the bowl cleaner time to work.Check your label directions for recommended contact time. 7.Apply product to EXTERIOR of toilets and urinals. ■ Spray the outside of the toilets and urinals(including the chrome,back wall area and floor immediately around the toilets and urinals)with a disinfectant cleaner. ■ Leave the disinfectant on these surfaces so it has time to work.Check your label directions for recommended contact time. 8.Apply product to sinks and countertops. 9.Fill dispensers. • Remove gloves before refilling dispensers. a Refill dispensers in a consistent order to avoid misses. 10.Empty trash. ■Put safety gloves back on. • Remove the used liner by pulling straight up—for safety don't press down on the trash. There may be sharp objects in the trash that may cause injury if you pushed down on it. 11.Clean mirrors. •Adjust nozzles to stream vs.wide angle spray. a Spray glass cleaner onto mirror from high to low. a Wipe the mirror from low to high. 12.Clean and wipe dispensers. 13.Wipe sinks and countertops. a Micro-fiber is preferable. 14.Clean INTERIORS of toilets and urinals. •After the product has had time to work,scrub the inside of the toilets and urinals with your bowl mop. •Then rinse the bowl mop out in the clean running water of the toilet. ■ Be careful to return the toilet brush to your cart without contaminating other supplies. • • B SAble Business Services, Inc F•C1litlos Manaq rneni S. chi;GDTrttorC}at CSoaning Prcducts .. 15. Wipe EXTERIORS of toilets and urinals. ■Never use the bowl mop,since this could cause cross- contamination. • Wipe down all plumbing pipes with dry cloth to prevent spotting. 16.Clean frequently touched surfaces. ■Spray disinfectant cleaner on cloth and wipe light switches,push plates kick plates and door knobs. 17.Spot clean walls. • Spot clean the stall partitions and the walls by spraying cleaner and wiping with a damp micro-fiber cloth. 18. Mop the floors. •Make sure the Wet Floor sign is in the doorway. • Damp mop the floor with a disinfectant,general purpose or deodorant digester cleaner. 19. Remove the Wet Floor signs only after the floor is dry. FOOD AREAS:CAFETERIAS,BREAK ROOMS,ETC. I. Clean and sanitize floors,tables,etc. 2. Separate recyclables from trash and make sure recyclable areas are kept clean(i.e.rinse soda cans) so as not to attract pests. 3. Make sure that occupants understand how to properly separate trash and recyclables and the proper disposal of each. 4. Make sure that waste containers are covered and emptied at least once daily. Particular attention should be paid to food waste,trash receptacles containing food debris, recyclables such as soda cans, and other objects that contain food residue that can attract pests. Making every effort to eliminate those things that attract pests is critical to protecting occupant health by reducing or eliminating the need for pesticides inside the building. Ask occupants to rinse out food and drink containers before placing in recyclable collection. Refrigerators used by occupants for their personal use should be emptied and cleaned periodically by the occupants.Integrated pest management(1PM)should be followed. OSHA BLOOD-BORNE PATHOGEN STANDARD Action Items: 1. Use safety cones or other means to make sure that occupants do not come in contact with biological spills. 2. Use proper personal protective equipment(i.e.gloves,goggles). 3.Disinfect area with appropriate solution following OSHA's Blood borne Pathogen Standard. 4.Dispose properly in a biohazard bag. OSHA required procedures and training on the Blood-Borne Pathogen Standard'is not changed in a Healthy High Performance Cleaning program as the requirements are mandated by federal law.The Blood-Borne Pathogen Standard requires,among other things,the use of bleach at a 1:10 dilution, an EPA registered tuberculocidal product,or an EPA registered product with claims agents both HBV and HIV. Able Business Services Inc Facilities Management Services:Commercial Cleaning Products MEASURING t DILUTING CONCENTRATED CLEANING PRODUCTS 1. Use appropriate personal protective equipment when mixing concentrated cleaning products. 2. Follow manufacturer's dilution directions.Do not under-or over-dilute concentrated cleaning products. 3. Make sure that spray bottles(secondary containers)have appropriate labels. 4. Never mix different cleaning products together. Highly concentrated cleaning products reduce environmental impact from packaging and transportation, and typically reduce actual use-cost compared to less concentrated alternatives. However, to gain the environmental benefits and to protect workers exposed to these more highly concentrated products during mixing,extra care should be taken. Products should always be diluted accurately according to manufacturer's directions. This can be achieved through a variety of methods including measuring cups, simple dispensing pumps and automated dilution equipment. Dilution control equipment is highly recommended because it minimizes the potential for human error and reduces the chance of chemical exposure to concentrates. Dilution equipment should be periodically checked for accuracy. If using manual dilution, e.g. measuring cup or pump, cleaning personnel should understand that by adding extra chemical concentrate beyond recommended dilutions that the product will not necessarily perform better. In fact,surfaces can become slippery and/or take on a cloudy or streaked appearance due to chemical residue. Finally, never mix cleaning products together. Some cleaning chemicals can react when mixed to give off dangerous by-products.Rinse containers after use. INTEGRATED PEST MANAGEMENT: 1. Continually monitor the building for signs of pest infiltration. 2. Cleaning, structural repairs, mechanical repairs, biological controls, and other non-chemical methods should be used to prevent pests from entering the building and to reduce the availability of food,moisture, harborage and nesting areas. 3. If non-toxic options are unreasonable and have been exhausted, only then should pesticide be used and it should be the least toxic. 4. Occupants should be provided notification of the integrated pest management system including their role in preventing pests. Pests of all kinds can be very harmful to the building itself and can serve as vectors of disease that can affect occupant well-being and productivity. The misuse of many traditional pesticide products can present risks to the occupants, especially in buildings occupied with infants, small children and the elderly. Thus, developing strategies that prevent pests from entering the building and maintaining an indoor environment that is not welcoming to them by eliminating food,moisture, habitats and routes of entry,can minimize the necessity of pesticide use. Landscaping features should be designed in such a way to eliminate "safe havens" for pests and rodents. Barriers should be erected to prevent pests from entering the building. This may include devices to keep pests from entering through spaces under external doors and sealing cracks,crevices and holes(i.e.where pipes pass through a wall)in external walls. One simple inspection tool is a spatula,because if a spatula fits in a crack, in concrete,baseboards,wallboards,etc., insects can use that space to access the room. Food and moisture sources, which are essential for pests, should be eliminated or controlled through thorough \\Ni) Able Business Services, Inc A. Facilities Managomant Sorvicas-Commarciaf Cleaning Crodt+ctw cleaning. This is particularly true for food service areas and break rooms. Foods and food wastes should be kept in containers with tightly fitted closures.Another beneficial strategy includes educating occupants to rinse out beverage cans before placing in the recyclable-collection bins,as these containers often have food residues (i.e. sugars) that attract pests. Clearly inform occupants as to whom they should call for food spills (i.e. soft drinks,coffee,food particles from cookies and chips,etc.)so they can be cleaned up promptly. Monitoring and site inspections are important strategies to deal with pests in such a way as to minimize the need for pesticide use. Traps for both insects and rodents can be carefully and strategically placed throughout the building and monitored routinely to identify the beginning of a potential pest problem. Eliminating clutter within a building minimizes places for pests to hide and makes the space more cleanable. From a health perspective, it is important to educate occupants that a neat and organized space, even in their private offices,is essential for thorough cleaning. Prevention should typically be the first line of defense to eliminate pests. Baits and traps can be used to eliminate most problems. When necessary, the least toxic pesticide specific to the species to be eliminated should be used. Before any pesticide is applied, notification should be given to building occupants so that those especially sensitive to pesticides, pregnant women, or anyone with a pre-existing health condition can play accordingly. RECYCLING One of the primary keys to making the recycling effort work, especially in a way that is efficient for both cleaning personnel and occupants, is to develop some clear building goals and procedures.To accomplish this, it is important to work with building management to support education and other efforts to engage the occupants in this effort. It is important to enlist the occupants to sort their recyclables and to make it clear which recyclables are to be collected and where they are to be placed (the use of signs, pictures, labels, stickers, etc., can be helpful). Recyclables that contained food, such as soda or soup cans, should be rinsed out by the occupants prior to being placed in collection bins to minimize the potential for attracting pests.Cleaning personnel should not be required to separate recyclables from trash. It is important that building management work to support the recycling efforts and especially to address the issue of non-compliance by individual occupants or those that frequently contaminant the mix. Action Items: 1. Ensure that the building collection meets the guidelines from the local recycling hauler and recycling procedures. 2. Ensure that occupants understand what can be recycled and how it needs to be separated. Ongoing occupant education is the key to a successful recycling program. 3. Food containers such as soda cans should be rinsed clean by occupants before placing in recycling containers so as to not attract pests. 4. Track recycling results. Recycling is a very important pollution prevention activity to reduce our burdens on the environment as a result of both solid waste disposal and the extraction of the natural raw materials. Many recycling efforts are guided by regulations and mandated, including EPA's Comprehensive Procurement Guidelines.°Check with local waste haulers and recyclers to determine what materials are picked-up and the best sorting strategies. Able Business Services, Inc Facifltios Management Sorvlcos-Commercial Cloaninq Products Among the materials to be considered for recycling include: • Clear,green and brown glass bottles and jars ■ Plastic containers • White office paper e Mixed office paper ■Newspaper ■ Cardboard at Telephone and other books ■ Metal containers SPILLS: 1. Clean spills while still fresh. 2. Use the proper cleaning solutions and use only what is necessary. 3. Dispose properly. 4. Ensure that occupants know whom to contact in case of spills. Generally it is preferable to address spills as soon as possible to minimize impact on both health and the environment. Work with building occupants to pick-up spills themselves or to communicate quickly so that cleaning personnel can quickly address the spill. TRASH: 1. Ensure that trash especially that which contains food waste, is removed frequently and is not left in buildings over an extended period of time. 2. Dispose properly and ensure that trash does not attract pests or create litter. 3. Make sure that trash and recyclables are being separated properly. 4. Make sure occupants know how to separate recyclables. Trash should be handled as with a traditional program. If it is not disposed everyday it should be disposed before weekends ilfk:',4.-11',1;4;:\,•,. 4" -;:),IP•1-'-'•',.-"t,,,"'14° 4P,T,:c.;/-4 '''.=.=.0,,,,,v.44,1,,,,-iit14*,;..i.;:,4!. I)R,2'',,,t4i.2.4'• ,;44,..,i'4,,,,,;',,,z•,iw., ,..„,,c1141tv;•.,&::ktItt%,,;..=.r,,',--,=1,4,i74:Pitv,4,::,1'''',...' ,,,,,,,,,00114,,,,v,,,,,N„,..r.,,,,:::,„;,145.esti,•:(74:, ,;ii,v,":41:iir:447.i.,-,•,,•,••• ?).i <,:,,,,,zititi.,,,,,,,,,,,,,,,,,,ts,,,i,!,44.,„.80 1:4,4,0:,:itiA4;%!::•,s•lai, •,',',0;i1e,,,,-7,'„tOtlicii*.''WIN'!'34'`P•• iii,'; n` i A Ex, 44c ,/ _ _, 0, . .. „w.,4„:1‘, ,,,,,,,,,„ - 100A, ,a, * a „ '00 'e '..:.t ,, -gr44xa RESTROOM CLEANING PROGRAM We consider the restrooms to be a bio-hazardous waste transfer station. Restrooms are a primary source of infectious disease causing organisms in a building. Studies have shown many bio-contaminants originating in the restroom ultimately makes it's way throughout a building endangering the health of occupants and visitors. Buildings cannot be considered truly healthy, if restrooms are not hygienically clean. Through scientific research, it has been determined that the main reason restrooms are such a problem is because of cleaning approaches and tools that most janitorial services/companies use and rely upon are terribly outdated. This creates the perfect breeding ground for disease and other causing bacteria. To ensure cleanliness and optimum service levels for interior/exterior appearances of the toilets, sinks, walls, and floors and based upon scientific research; we utilize the latest breakthrough in restroom cleaning technology (No Touch Cleaning), in conjunction with our Green Cleaning Employee Training Program and in accordance with City of Miami Beach's Restroom Index. We utilize KaiVac 1250 (No Touch Cleaning Systems) in high traffic, heavy use facilities as determined by our custodians (See:Attached) . Our custodians can sanitize even the filthiest of restrooms leaving them sparkling clean and smelling fresh in one-third of the time without touching contaminated surfaces. We utilize only Eco-Friendly cleaning chemicals. This system makes floors safer and reduces slip-and-fall accidents. Additionally, we use handheld ATP meters which enable our custodians to immediately and easily 'see'the amount of invisible organic soils on a surface, even when it appears to be clean. After all, it is these invisible contaminants that pose the greatest health risk to human health. Our science based system allows us to remove the maximum amount of soil, bacteria and other bio-solutions. This revolutionary system is 60 times (600%) more effective then mops which are more likely to spread contaminants then remove them. This system performs as well as or better than the floor scrubber as measured with ATP and bacteria plates, and is twice as effective at removing E.coli than a mop. With this system, a powerful spray-and-vac approach effectively removes soils and bacteria from restroom surfaces, ideally for heavy duty, water-tolerant restrooms; Pressure washes germs and soil from touch points, grout lines and hard to reach areas. Soils are flushed out of grout lines and tight places that mops can't reach. Years of accumulated filth are rinsed away and onto the floor. Vacant floors are vacuumed dry which completely removes soils , moisture and bacteria from all surfaces, grout lines and crevices, leaving the floor virtually dry and soil free. The results are healthy restrooms that look clean, smell clean, and are ready for immediate use. Our areas of focus are: 1) Cleanliness of Toilet Areas. We will ensure pristine toilet/urinal cleanliness along with floor cleanliness in both the toilet and sink areas. We will also focus on weekday night hours. 2) Exterior Appearance. We will ensure that litter and trash during the weekday night across all restrooms is monitored during seasonal and ongoing time periods as well as ensure that the exterior of restrooms are free of liter up to 20 feet from restroom facilities. 3) Cleanliness of Sink Areas. We will ensure pristine sink and mirror cleanliness in the restrooms. 4) Bathroom Interiors. We will ensure pristine bathroom interior cleanliness in the restrooms. In concluding, our use of Kaivac's hygienic cleaning process builds upon the three primary components to the process of cleaning as established by ISSA. According to ISSA, the three components of cleaning are A<gitation, Chemical, and Time. Our use of Kaivac's process adds two more components to give our cleaning professionals better results in significantly less time: Fresh Ingredients and vacuum Suction. . ..--.. „, cl.fi';,f'cii3V 11' ' . . .,,..,.I. . '-'•,,,.., .' . . .:. .. .. , 3 kK '' . ...'..r.Zil'.: Kaivac No-Touch Cleaning • woo .... Don't Just Clean It. Kaivac It. kkv , . ..,.. — • .., . . ‘..., ',4''..:41':, '''.1 -.' ' %' .•- , ,, . . '''.,. ','• 1 i ' ' ---- i . . . . i .7 . " •: . • - . . .. , . ., . .. .. ,.. .... .. .. . . .. . . . IR . . ,.. " •-;. --. .t. .-:., -. '....„ . . . • . . ,,,, ,,, . • . - --•...-;-, - -' '., . '-':::''''.7'.'''''''......-...:IX----...,-..." .........,... .,... „. . , , '; ..t.:-,,----- _,,,....., . . • .. ...../ /- - „..........,........ ,..• � � Why Choose ' KaivacNo Touch°Cleaning .: ,3. '� " �' '' For Restrooms Over ' Traditional CleaninTools? g .._ Solve the#1 building maintenance complaint and health hazard — dirty,smelly,unsanitary restrooms 3 A Hygienically remove soil,germs,urine and other indoor pollutants that traditional cleaning tools like mops and wipes leave behind Q ,l • e,......), —I ' ir ' ' ... i--_-._ s Eliminate cross-contamination and redistribution of germs O,o s' s Stop the spread of disease-causing organisms throughout the building i, 4:, I liti t Make your restroom cleaning easier,faster,and more cost effective s Remove the stigma of restroom cleaning.Empower workers to clean without touching f I contaminated surfaces,or crawling on their hands and knees IN Clean in one-third the time of conventional cleaning methods—reducing labor costs and restroom closure time • .x <> 11 Improve equipment cost efficiencies with a multipurpose system vs.multiple single purpose tools a Control chemical cost with lower usage and less waste with automatic proportioning In Summary: Kaivac No-Touch Cleaning'produces overall better results with less cost— in less time! ', FACTOIO:Restrooms are a o.s.ness's most expensive construction and cleaning cost. Fast: 1/3rd The Time Effective: 60X More! Easy: 3 Simple Steps `�3 8 } a ''� z,� k �Ild "1c. Workers begin by simply �" a a :: r , -. spraying cleaning solution t ,, on fixtures and floors. rj 7/3 - � ,-... Next,they blast the I % soils to the floor with a � ,%. " :, high-pressure fresh water 4F7Ett of Ci.EA 'INd ' spray. No-Touch Cleaning®dramatically increases A recent scientific study compared the cleaning , productivity compared to conventional cleaning effectiveness of flat mops with the Kaivac methods.According to ISSA,it takes an average No-Touch Cleaning®process,measuring bacteria of three minutes to clean a restroom fixture.In removal in grout lines.The results showed that Then the wet floor is many restrooms No-Touch Cleaning®cuts that time No-Touch Cleaning®was 60 times more efficient in vacuumed dry,completely to one minute,leaving surfaces sparkling clean in removing bacteria from grout lines than mopping, removing soils,bacteria one-third the time. which is more likely to spread contamination than a-Id other bio-hazardous :t '-' remove it. contaminants. ROI:An Excellent Investment M Increase productivity with taster cleaning methods and tool efficiency. FACTpfp_Si resrs cosv;uc ed by an.rdependern ■ Reduce chemical cost and eliminate waste with efficient chemical metering. NELAP-aeuedir d taooratory Kalvacs sysrerns IV Replace many s ng e-purpose tools and machines to do more with a lower capital .amoved more roan 9990 of targeted bacrcra cquipmer`t+-westment when asedwrah pain tap water only ', ■ Improve safety for workers and customers. . 1 Kaivac No-Touch Cleaning' Goes Beyond the Restroom i 3 Kaivac's multipurpose No-Touch Cleaning® ' systems are built to tackle just about any kJ surface and space in any facility type. -,' f '' 3 Perform wet or dry cleaning on virtually any ti � t,"- ;surface throughout the building � ; kg Deep clean any hard surface , 0 l Quick-connectsng i ■Clean carpets with the addition of a CRI(Carpet Clean carpet with the Quickly spot clean and RugInstitute)Silver Rated Carpet Extractorreplace many CRI Silver Rated Carpetupholstered surfaces Extractor single purpose tools, •-`- ■Spot clean upholstered surfaces such as for total building furniture and automobile interiors with the cleaning. $ d Upholstery Tool .frill c ■Extract soil and revive entrance mats with the !� I f Carpet Extraction Brush Head \� ' ■ Remove standing water quickly and easily with '�" ", Ems''• ft a the Instant Drain to keep your facility safe "';°r 001. '' s Carry supplies and remove trash with on-board ' carriers ,Hard surface vacuuming / Spray,brush and squeegee is for a squeaky clean floor FACTOID:Suited for all areas of your facility regardless of industry,including: j -Education -Kitchens -. t �r`40.„...., .ksi"� -Food Service -Hallways `" " -Healthcare -Stairwells f.. 1 — -Industrial -Locker rooms ', . I -Transportation •Entryways .' -Corrections -Kennels • , `, -Pet Care •Restrooms Vacuum-powered Trash Parks&Rec and more KaiGrouter deep cleans Compactor reduces trash Conveniently clean -Stadiums grout lines volume by half or more stairwells Ergonomics & Safety: f Designed To Be Worker Friendly �z a Protects worker from exposure to contaminated surfaces and chemicals 2 r =•. a Worker operates in an upright position—no stooping or crawling on 3 , i ,.. ,,..;,,„.:i ,,, s hands and knees • L , , „:, y , Easy grip design spray gun and wand I a Balanced design combined with robust wheels and casters provides r maximum stability and maneuverability Easy-to-drain recovery tank—no lifting , :::::,:::4'vi;,. , ,4-e'4: '.'4.' a Built to move easily up and down stairs,into a vehicle,or over rough terrain : y a Size,capacity and hose length are designed to fit each machine to f ' various cleaning situations : , zr Easy to learn and easy to use ' Tangle free operation - f . t u Certified by the National Floor Safety Institute(NFSl)for providing high traction. FACTOID:We're committed to the science of cleaning.All Ka uac products undergo stringent scientific testing during development to ensure the greatest cleaning results. � �,nca �a" � \\� '� fir.- � +��, � £ �� .�� 11,„::::,14„,,r,,,,, : s ~~\a � � _ *xa ?fig "e -. o-� § i�+5 �.'�°r�+j� aux � d � +e �a ,� '"E:"'7:::::;"'" :'1;'if tilt, KgEvac No Touch Cl ,5 r 6 �" c� ' st s \ ,� �'dr, .y.,rr We make learning easy too with our On-demand, ; The KaiVaea On-the-Job"Personal Trainer"—Kai Tutor'TM `' Fits A Wide Range1750: of Facilities Training is a critical From Large to Small component ofi any quality .; This highly maneuverable mid-size system is our cleaning program,especially most popular model.It combines an ample rapacity, in an industry overwhelmed a surprisingly compact size and a compelling price k4411'44 1 Aluminum Vacuum Wand -..„, 4, by high turnover and with Dual-Purpose to deliver exceptional value and a quick return on : unskilled workers.KaiTutor, investment. Squeegee and Brush Head an on board training and # _ Dimensions: 40"x 28"x 22"(H x L x 1M documentation system, Capacity: 17 Gallon/64.35 L 4 soNes the training dilemma. Long Range `f. With KaiTutor,users can Vacuum Hose learn quickly and at their own pace—anytime,anywhere. al .Long Range Vacuum Tank (7 110 ' Spray Line Rapid Repair Feature with Dump Hose N:- All No-Touch Cleaning® • I ` � ; Spray Gun with systems are designed with High/Low Kaivac's unique removable :' Pressure Modes �f "black box"engine . 1 . compartment which r :11 3-Stage • ;� a r Y. enables rapid repair and + Vacuum Motor # exchange to minimize downtime and cost. +— , --+ 500 PSI Pump Fresh Water x:T` Tank 1� ' � �""A NEPA Fitter '',, FACTOID:Used consistently,No-Touch Cleaning'systems leave P .i Q restrooms smelling fresh by removing urine,a primarysource All Kaivac No-Touch Cleaning systems feature the components shown here. of odor,as wet/as bacteria and other contaminants. Visit kaivae.com for more details and complete current specifications. (Dimensions and capacityare approximate) Regardless of size, Chemicals: any facility can find the -afilt) perfect Kaivac No-Touch 1 i i4''�{ Simple, Fast and EffectiveCleaning system. ()/ 1:f Full range of chemicals designed for specific soils,settings and surfaces 44` A. 6' t 1 t Low foaming and free rinsing for fast,spot-free drying Kaivac'1250 Kafvae"1750 KaVac'2750 21 Accurate metering with color-coded tips and charts Deeply colored to ensure visibility in the chemical line and at the gun KaiVac'1250: a Built-in filter prevents contamination of chemical " Designed For Smaller Facilities and Budgets injector,pump and spray gun , rr This smaller system with its 12 gallon fresh water a Built-in check valve prevents spillage and leakage j capacity,delivers the same cleaning power that KaiVacs are known for.Perfect for:elementary ''.. 1 , KAKI-combines orange oil with hydrogen peroxide to make an environmentally j, schools,hospitals and clinics,nursing homes, friendly,multipurpose,pH neutral cleaner. restaurants,groceries,office buildings and more. $0 This product meets Green Sear"Standard GS-37 based on effective performance. Dimensions: 38"x22°x20"(HxLxVV) fj - s concentrated volume,minimizedlrecycied packaging and protective limits on: Capacity: 12 G8110n/45.42 L <,,,+� VOCs and human&environmental toxicity. ' KAIBLOOEY"is a low-foaming restroom cleaner that contains a blend of fast-acting mild acids to de-scale mineral deposits and remove soap scum. KAIPOW"is ageneral purpose degreaser that rapidly penetrates oils,greases,fats ---):' _- and soils. KAIBOSH"is a concentrated no-rinse Hospital Use disinfectant cleaner that ( 3 k KaiVacv 2750: disinfects,cleans and deodorizes in one labor saving step.KaiBosh is effective against Ideal For Super-Sized Cleaning Needs 1 . a broad spectrum of organisms,including MRSA,NorvvaikfNorov rus,Hepatitis B and C, f , ` .'� Avian/Bird Flu,AIDS,and many more. 1With its vast 27 gallon capacity,the Kaivac®2750 is: 'i`ity is ideal for large facilities,such as high schools, KAIDRI"helps water sheet off hard surfaces to wipe out hard water spots before they universities,airports,stadiums,factories,convention get started.It also reduces the size of the water droplets,speeding up the drying process. IN centers,warehouses,large hospitals,and more. Dimensions: 48"x 33'x 23'lH X L X W) 0 " Capacity: 27 Gallon/102:2 L FACTOID:Exclusive use of Kaivac chemicals increases the life span of our machines,so we extend your warranty! kaivac cleaning systems Don't just clean it.Kaivac it: Kaivac,Inc. I 2680 Van Hook Ave. I Hamilton,OH 45015 (800)287-1136 I (513)887-4600 I Fax(513)896-8548 www.kaivac.com I info@kaivac.com Kaivac,Inc.has multiple patents and patents pending on its C Copynght Kaivac,Inc.2018 No-Touch Cleaning equipment and methods. NTCB032018 Li..�" � ":;_�r�n..tw•ry,p.'.:,:°.�'^�'.',.x��:.. 4��,y,&'�Ss`vsy",t`'sYIY'air•,.•c..<� M.y�,,...�,.•�,, ��,.'�.-..s. s.' �t,..y.�y,:,�,r,.,���',,+,Y,;�`r rb~`.,'T,�:.'r;�."._•�"�'�Jt;�'J.'F;'o`" r. � ,x'�.r ;9'!"`��'-'.Hr1.: Mt"��v�' :;• .NT .. ma " t, 1.4nn0,r_ :trr �rC,r�d�'�sM�i, liw'':» �i>iLl'.+1,-,-.«,:�"� •�`• ""' ,y,,. • y3Y+E�" y: ,l� .:•; g',, i .7 ,'4*"" ; 4F �'4741t4,11, A ..3s>i,Y. , •>, S . a �" EiW� iy �,i' xi. � ':J:-'14;i;:,.),1,,,,,,, ' v ti.at,.„ .F • m•�":i.' ,• . ;. a,�. +,Je'r ` k �. 'F`: `{ •::::-*::,'....;',:"-,,::' tiV.,af^y' +^ 4,n . : es, £,fix .r, >r 'r „'„,,,,,'",,k.,."..-. „ F ..v r It. • Oit • • > .,., Eqvt . ,1^ >:� aT ' SJ t `, ` .>1 F'i .q'.” Fs. '7f Y,^ :!.•1 .4 ': rc i � " r "" '' �. ;is ' `:t ' '2r �i :'=•-��"^� F”' F; r +� � �� 'Fr". 'yv. �• i ,,� '•i.. `. ;:' :i ,.€' yY � V • ' ' " :� \" x v. • fi Y7 S ; r 4-'',„ • : •t.,,,,,,-, ,, !4%7w:•4,4:c.,r,,,,,,.„..:;.` ' � '" ' i> ',4'.'`:::',.;:i:' ;nF7 ,.,,,.,7=?.. - , a • .5 ' .z .` 4 .:,.s;: t^ ", 5. ,,FMs. f :si^ • <ri"t. . 0 fX4'. � S," - Ei.' „� ti " ' .=- .:.�3`-J. ls,` 4, ?it ., � `' 1'� , f ,' ,.- ..-'4,..'"' ;� s+ "t- ti` f„ •':',i'-':,•-- ' <F-,' w/..—',' . •..,,, ,,..;:,,,..,.'-•,,,,,,..',.„g,,,_.. > ' ". , ,y . .:S.z3 • -.om«. ..L;a�•` `-:' '' h�0 • .. _. .. Y..0-- , .a. , ^:1. > • yn,..4.`:'.,;4i 4 tfL.ema. . "a. ..0;° r;4.a: •,4,a. : , *$.« � , = i 5 ' .. R « hF; "t XX "`'ix''js',r h. 4y«, ^.. t .•• !a mt• E .s • ' . 0.'4 i • ir, , • ,4a . 4 , 5 ,` 'F; `'T f .s "•:. Tom'-. a "• - .s„ r ; HEALTH BASED CLEANING TECHNIQUES THAT WILL BE USED BY PROPOSER (a) Color Coding to Prevent Cross Contamination- Typically, with traditional cleaning methods, bacteria are moved from room to room from using the same cleaning cloth and/or mop head. We will be not only change cleaning cloths and mop heads from room to room, but also we will be using a color-coded system for various surfaces.For example, 1)Dark blue for common areas,2) Red for restrooms 3)Green for cafeteria and Food Service,4)Yellow for fixtures,and 5)Blue for general purposes. (b) Flat Surface Cleaning-To reduce cross contamination we have found the best technique require that we use microfiber cleaning cloths on flat surfaces. We will use window squeegees'as well as chemicals to remove harmful germs from flat surfaces. (c) Chemicals and Disinfectants- Hospital grade disinfectants are essential in cleaning harmful organisms and bacteria. We will use the safest and most effective products that are approved by MDAD; or either phenolic or quaternary ammonium compounds. (d) Microfiber Cleaning Equipment- Most traditional cleaning equipment, such as cotton mops and cloths do not have the capacity to pick up organisms and bacteria killed by disinfectants. Your more traditional cleaning tools merely move around dead bacteria instead of removing them. A microfiber mop and cloth have tiny fibers that allow the dead organism to be trapped and removed. Industry standards recommend that microfiber be made of 80% Polyester and a 20% Polyamide split. This mixture allows for a greater amount of soil to be absorbed. (e) Flat Mopping and Vacuuming-A regular vacuum merely vacuums up germs,and allergens from your floor only to be released into the air. We use a high filtration back pack vacuum which improves air quality by removing most of the germs/allergens by trapping them and holding them inside the vacuum.Microfiber flat mopping uses microfiber pads attached to a pole for both dry and wet mopping. Fresh cleaning/disinfectants solutions are applied directly onto the floor, insuring that no area is contaminated by dirty solutions. W Restroom Cleaning Without Touching- A Kaivac spray and vacuum system is used to do your deep cleaning without having contaminated surfaces touched. The vacuum and spray machine combines indoor pressure washer, chemical injection and a powerful wet vacuum into a multipurpose cleaning machine. ABSI fully understands the service specifications demands of the larger contracts are based upon performance by engaging tasks and frequencies on a continual basis to maintain a total clean facility environment,without regard to how often the effort is necessary to satisfy that requirement. Accordingly, our performance will be based on the concept of"Complete Satisfaction". We will be guided by the requirement that all surfaces will be thoroughly cleaned using health based technology. ,rxy w � ear :.:4 �f .F....a�. hk'`S ;14,441,:.,c, nfe "�..✓* N»"*"F4 3 You will be trained on... • Health Based Cleaning Components • Cleaning Green • Potentially Harmful Pathogens • Personal Safety • PPE (Personal Protective Equipment) • Equipment Handling • Slip & Fall Safety • Customer Care & Consumer Recovery 2 y., t3� -Health Based Cleaning • The use of EPA registered hospital-grade disinfectants to kill harmful organisms and bacteria * Color Coding to Prevent Cross-Contamination • High-filtration HEPA Vacuuming • Flat Surface Cleaning • Green Cleaning • Hazard Communication Program J�t'tC)sr,t�s (..°94) * Pa t z o z �yr4t rae • EPA is the Environmental Protection Agency. They monitor and standardize the guidelines for human safety. • Types of potentially harmful pathogens,organisms and bacteria: C.diff, MRSA,VRE, E-Coli,Staph Infection,Strep Throat, Salmonella, Influenza, Herpes Simplex, HIV(AIDS), Hepatitis B, Hepatitis C, & Rabies. 3 �' saw s *'4` ,-arc 'r "Color Coding Microfiber Rags, Efic. oto avoid cross contamination) Clean Mirrors Clean ClS & Clean Dispensers, Toilets/Urinals Counterean inks Taps Water Fountains &Stall Doors Rt fir• gii.::ikr ,sem Note that the colors of the rags are also closely colored to that of the chemicals they are designated for its use. • All rags can be maintained by washing them in washing machine using regular detergent(no fabric softern or bleach, it will destroy the fibers of the cloths). • The rags have a life span 400-500 washes. 4 Cleaning Technician Task Card Cleaning Bathrooms Task Material Product Step 1 Pull all trash and line all Trash Can Liners 12,30,or 60 gallon bags trash cans. Step 2 - Clean All Mirrors Glass Cleaner Step 3 Wipe Down all dispensers, Yellow Rag Brilliance Stainless Steel Handrails&Stall doors Cleaner Clean all sinks and counter Step Renown Disinfectant 4 tops Toilet Bowl Brush Renown Disinfectant Clean all toilets Step 5 Fabuloso Step 6 Mop floors out toward exit Issued Mops Neutral Cleaner Special Projects Monday High Dusting Tuesday Low Dusting/Baseboards Wednesday Doors/Kick Plates Thursday High Touch Areas/Elevator Doors Friday Kitchen Appliance Wipe Down 43 • ,, X1 GARAGE AND PARKING LOT CLEANING PROGRAM We believe a dirty or disheveled garage/parking lot can create serious problems and risks. Heavy traffic contributes to the buildup of foreign debris, oil leaks, and worn tires. Excessive litter attracts rodents and other dangerous animals. We believe that garages/parking lots need to be kept clean to improve overall sanitation and storefront appearances, as well as minimize liability issues (i.e., Oils spots on a surface are unsightly. Up against main sidewalks, oil can be tracked onto the sidewalk and into business establishments, possibly creating safety issues with possible slip and falls). Commercial parking) garage cleaning services are an overlooked aspect of building maintenance. As building maintenance experts. we know that parking garages need consistent professional cleaning services. This keeps them safe, clean, and provides a positive first impression for your tenants. employees, and guests. In accordance with the City of Miami Beach's Garage Index,our program for addressing garages/parking lots is: To ensure overall garage appearances are pristine with added focus on parking, elevator and stair well areas with additional focus on no trash on ground; no graffiti on walls, no unpleasant odors/odor free (no urine); garbage cans well-maintained and no organic material (vomit/sand/cobwebs). We will also ensure signage is well maintained; lighting sufficient; no damage (leaks/rust/concrete spalling); painted areas are crisp and clear (no rust) and pavement stain free; and ticket burster/payment station/exit verifier in good working condition) or stairwell doors/railings or elevator doors/buttons for garage appearance interior elevator and exterior; To ensure overall garage cleanliness with added focus on decreasing trash and organic material on the ground especially during the 11pm — 6am shifts (seven day per week), and during the weekend late night hours; and To ensure pristine exterior garage appearances by removing graffiti and trash on the exterior of all garages and being actively involved with trash removal in the plant beds and exterior greenspaces surrounding the garages. We will remove all consumer-created debris from the garage/lot. Our plan is a part of our routine maintenance in compliance with the scope of work and cleaning frequencies as mandated by the City of Miami Beach's RFP. We also provide additional special services to provide regular pressure/power washing and scrubbing to erase signs of grit,grime, oil spots,food stains, coffee spills,gum, bird droppings, mud or hydraulic spills and disrepair to clean garages/parking lots from top to bottom, with state of the art equipment on a fleet of custom fitted trucks and a dedicated staff/crew. Utilizing blowers and industrial sweepers, we clean up all dirt and debris. We clean up all the unsightly marks using high pressure hot water, scrubbing and treating bio-safe cleaners to renew and maintain a clean, professional appearance. We are up to date on the latest technology and equipment to capture,filtrate, collect and dispose of waste water. We understand that patrons can(and do)evaluate businesses based on peripheral elements, like garages and parking lots. They may not notice a clean garage/parking lot,but a dirty one can drive them away. A clean garage/lot also improves employee morale, demonstrates positive and community-minded business practices, and discourages littering. Garages and Parking Lots: We believe that proper preventative maintenance to every garage and parking lot create longevity and unnecessary repairs. Sweeping helps remove trash and light surface debris on a consistent basis. This keeps the garage/parking lot presentable to the patrons. Our day porters will clean trash, report vandalism, change out trash can liners, greet patrons with a smile and maintain general up-keep of the cleanliness of the property. We will remove all loose dirt and debris from the surface area on a regular basis, which will allow the striping to last longer with less chipping and grinding. • We Clean Up! • Dirt&Tire Marks, Oil Leaks, Hydraulic Spills • Mineral Deposit Stains • Graffiti, Tack, Slurry Removal • Spills, Marks, Gum and other other sticky messes • Expansion Joints • We clean all types of large parking structures. We provide reliable safe parking garage cleaning and maintenance services. Our garage/parking lot staff goes through various safety training classes. We utilize project management practices including water management and we display a variety of proven systematic cleaning methods. Our staff can help with light maintenance needs and tasks. They can install signage or barriers needed for your parking garage. • 41,01g •- .- • Ex 44F,, , "'C exE fix. • Hazardous Waste Operations and Emergency Response Awareness Training First responders at the awareness level are individuals who are likely to witness or discover a hazardous substance release and who have been trained to initiate an emergency response sequence by notifying the proper authorities of the release. They take no further action beyond notifying the authorities. Awareness level first responders must be trained in, and display understanding of the following topics: • Understanding of what a hazardous substance is and the potential risks involved when these substances are spilled or released into the environment. • The ability to recognize hazardous substances in the work environment and establish when a situation would be considered an emergency. • The ability to identify the involved hazardous substance by using all appropriate and available information sources. • Understanding of the role and responsibilities that the first responder has and how these responsibilities fit into the overall hazardous material response. • The ability to establish a safe perimeter and warn other employees in the work area of the hazards involved in the release. • An understanding of the appropriate lines of communication and the necessary information to communicate upon discovering an emergency situation Training Program Agenda Risk Evaluation of chemical spills and discharges Recognition of hazardous materials in the work place Hazard communication systems Health hazards associated with hazardous materials Physical hazards of hazardous materials Risk evaluation exercise HAZWOPER employee safety The four primary responsibilities of an emergency responder Maintaining a safe distance Critical information when making an emergency response report The incident command system and who to contact First responder communication exercise Able Business Services-August 2017 Environmental Resource Center` ABLE BUSINESS SERVICES HAZWOPER Operations Level Emergency Response Training Agenda Basic hazard and risk assessment techniques • Dangerous properties of chemicals handled at your site • Emergency response verses incidental releases Potential outcomes of emergencies involving hazardous materials • Potential for fire and explosion • Potential for chemical overexposure • Potential for exposure to dangerous levels of radiation • Potential for exposure to infectious substances Recognition and identification of hazardous materials • OSHA labeling for hazardous materials • DOT hazard communication • Optional labeling and marking requirements • Employer's hazard communication program The responder's role in the Emergency Response Plan • Site security • North American Emergency Response Guidebook Response procedures and limitations • Notification • Use and selection of available PPE • Performance of basic confinement and containment practices • Implement decontamination techniques Course Materials Each attendee of the course will receive the following materials: 1. Hazardous Waste Operations and Emergency Response 8-Hour Handbook, which contains guidance materials, step-by-step procedures, summaries, source material, and quizzes for each of the emergency response topics covered in class. 2. Certificate of course completion and wallet card for training documentation. Able Business Services-August 2017 Environmental Resource Center` Training Aids Environmental Resource Center will use an LCD projector and PowerPoint as the primary visual aid format. We use state of the art graphics and photo-editing software to generate highly effective customized training. For this project, we will use several types of slides, as described below: Overview Slides • Introduction to the training program • Introduction to each training topic and major concept presented Checklist Slides • Step-by-step instructions for procedures and activities (positioned before and after representative photographs depicting these activities) • Procedures for compliance with important regulatory requirements • Definitions of major concepts Summary Slides • Review of key points presented in each training element • Summaries of procedures Graphic Characterization • Presentation of concepts which can most effectively be presented with the use of drawings such as chemical characteristics and chemical properties, unsafe or emergency situations or incidents, and the consequences of non-compliance Representative Photographs • Step-by-step examples of proper methods, operations, equipment, response procedures, maintenance procedures, form completion, recordkeeping, etc. • Proper equipment for use in hazardous substance management activities, etc. • Examples of improper methods, operations, equipment, response procedures, condition of supplies, etc. • We can incorporate photos of your actual operations if you send us high-resolution digital photos, or our instructor can take the photos while on-site Environmental Resource Center Team If you have questions or need assistance regarding this project, feel free to contact any member of our dedicated support team. Amy Knight, Vice President 800-537-2372 x 224 Jenna Lewis, Customer Service Manager 800-537-2372 x 222 Will Riddle, Shipping Manager 800-537-2372 x 228 Leslie Snell, Accounting 800-537-2372 x 238 Brian Karnofsky, President 800-537-2372 x 239 Able Business Services-August 2017 Environmental Resource Center' .,."',...�. zP*a�,, +, a.,. 3€" ,_ p'v,p k°�a ���i ` ' rc•' ^i+�s r Ex. 44G/1 12/7/2018 Curriculum Details Derek Williams sw et..i 4a xxa Logout G System Test Derek's Curriculum Details All Search Training ,E1 Hcrneoage Available Courses ti Registered Courses Scores&Certificates Steri-Safe: BBP Training Back 'r Registration Codes 'NI Technical Support A FAQs Curriculum Number:EXTBBP 10003 i Provider:Proprietary content developed by Stericycle ` Hours:1.00 Manager:MyStericycie Administrator I Manager Email:MyStencycle@STERICYCLE.com 0 NEED HELP? Watch a brief video tutorial about your Online Training! Watch Now ► Stericycle's Telly Award winning Bloodborne Pathogens Training enables compliance with the annual training requirement for the Bloodborne Pathogens Standard.Clinical Microbiologist and ai f fu� Professor of Pathology.Microbiology and Immunology at Creighton University School of Medicine aid s Stephen Cavaliers,PhD facilitates the training in three comprehensive modules. Completing this online training and interactive assessment in combination with your site-specific information fulfills OSHA's requirement for annual Bloodborne Pathogens training. ,. After completing this course.you will understand: • Exposure Control Plan-Accessibility to Employees • Workplace Bloodborne Pathogens and the OSHA Standard • Hepatitis B Additional Resources: Steri-Safe:BBP Training Course Summary NOTE TO ADMINISTRATORS: Be sure to have all participants sign the attendance sheet located in the FOR ADMIN's section under Training Resources on MyStericycle.com. 411 STER1•SAFE'� COMPLIANCE SOLUTIONS https://mystericycle.elogiclearning.com/U I/CurriculumDetails.aspx?109wVcpUCiYzOMIDOWDduSsHd/zzNUouMjbVShJrCGOX3ZN7Li179mVpw14rOs... 1/2 12/7/2018 Curriculum Details Derek Williams �. ,.. Logout e System Test Derek's Curriculum Details All Search Training Hornepage -.. La Available Courses miaow N Registered Courses Biohazardous Waste Training i' Scores&Certificates ✓ Registration Codes 3acK it Technical Support Q FAQs Curriculum Number:ESQRMW10001 I Provider:.Proprietary content developed by Stericycle Hours:1.00 Manager:MyStencycle Administrator I Manager Email MyStericycle@STERICYCLE.com 0 NEED HELP? Watch a brief video tutorial about your Online Training! Ai atch Now ► This course will provide an overview of Regulated Medical Waste(RMW)so you will have a better understanding of how to segregate and store the different waste streams generated in your facility. There are additional resources listed below including a link to any state-specific regulations that might apply. Upon completion,attendees will understand the basics of Regulated Medical Waste handling incl..iding: 1.Identification and segregation of waste streams 2.Managing RMW collection and storage 3.Transportation labeling and documentation Additional Resources: Biohazardous Waste Training Course Summary Medical Waste Packaging Procedures Biohazardous Waste Training Quiz RMW Segregation Instructions Biohazardous Waste Training Sign-in Sheet RMW Segregation Instructions(Spanish) State-Specific RMW Regulations https://mystericycle.elogiclearning.corn/UI/CurriculumDetails.aspx?109wVcpUDSrrOmBa9bpobu/if3JYggQOrhK/rtz6cml UapyQxEyE 1 MX9EVgQPYpA3... 1/2 gar a a ": «, - � .. �� ' �:; �,� � e Ex. 44-1[/, �� Sys Olt.,1121115V.S110:::1,01111111:!ft 1111010 �` s a p � S��x ��., " die Na Z'' '` ar _ x k as ` • STATE OF FLORIDA DEPARTMENT OF HEALTH Mag HEALTH Operating Permit 13-64-1867816 13-BID-3861864 Biomedical Waste-Other Issued To: Able Business Services, Inc. County: Dade 1234 NW 79th Street Amount Paid: $85.00 Miami, FL 33147 Date Paid: 08/03/2018 Issued Date: 10/03/2018 Expires On: 09/30/2019 Mail To: William Berry (Able Business Services, Inc.) 1234 NW 79th Street Issued By: Miami, FL 33147 Department of Health in Dade County Owner: Able Business Services, Inc. (, ) Original Customer:Able Business Services,Inc.(NON-TRANSFERABLE) DISPLAY CERTIFICATE IN A CONSPICUOUS PLACE < 4,. STATE OF FLORIDA ... ^ DEPARTMENT OF HEALTH HEALTH Operating Permit 13-64-1867816 13-BID-3861864 Biomedical Waste -Other County: Dade Issued To: Able Business Services, Inc. Amount Paid: $85.00 1234 NW 79th Street Date Paid: 08/03/2018 Miami, FL 33147 Issued Date: 10/03/2018 Expires On: 09/30/2019 Mail To: William Berry(Able Business Services, Inc.) Issued By: 1234 NW 79th Street Department of Health in Dade County Miami, FL 33147 Owner: Able Business Services, Inc. (, ) STATE OF FLORIDA DEPARTMENT OF HEALTH COUNTY HEALTH DEPARTMENT ✓. BIOMEDICAL WASTE GENERATOR - TRANSPORTER STORAGE TREATMENT INSPECTION REPORT 1 of 2 Facility Information RESULT: Satisfactory Permit Number:13-64-1867816 Correct By: None Name of Facility:Able Business Services,Inc. Re-Inspection Date: None Address: 1234 NW 79th Street City,Zip:Miami 33147 Type:Other Owner:Berry,William-Able Business Services,Inc. Person In Charge:Able Business Services,Inc. Phone:(305)636-5099 PIC Email: Inspection Information Purpose:Routine Begin Time:01:10 PM Inspection Date:10/3/2018 End Time:01:35 PM Additional Information No Additional Information Available Items marked below are not in compliance with the requirements of Chapter 64E-16 of the Florida Administrative Code and must be corrected_ Continued operation of this facility without making these corrections is a violation of Chapter 64E-16,Florida Administrative Code and Chapters 381 and 386,Florida Statutes. Violations must be corrected by the date and time indicated in the Results section above or an administrative fine or other legal action will be initiated. Violation Markings 1.Permit/Exemption/Registration 5.Segregation 9.Labeling 2.Written Plan 6.Containers 10.Transfer/Transport 3.Training 7.Storage 11.Treatment Method: 4.Records 8.Transport Vehicle(s) 12.Other General Comments Stericycle/monthly At time of inspection,observed biomedical waste operating plan,training logs,transporter contract agreement. No violations observed at time of inspection. Email Address(es):ablmaintl@bellsouth.net Violations Comments No Violation Comments Available Inspector Signature: Client Signature: Form Number:DH 4085 01/05 13-64-1867816 Able Business Services,Inc. STATE OF FLORIDA DEPARTMENT OF HEALTH `r.• COUNTY HEALTH DEPARTMENT BIOMEDICAL WASTE GENERATOR TRANSPORTER STORAGE TREATMENT INSPECTION REPORT 2 of 2 Inspection Conducted By: Archibal Miracle (31137) Inspector Contact Number: Work: (305)623-3500 ex. Print Client Name: William Berry Date: 10/3/2018 Inspector Signature: Client Signature: Form Number:DH 4085 01/05 13.64-1867816 Able Business Services,Inc. 2018080610532868 OFFICIAL DOCUMENT Regulatory and Economic Resources Environmental Resources Management M t AM 1•DADE 701 NW 1st Court• 7th Floor COUNTY Miami,Florida 33136-3912 T 305-372-6600 F 305-372-6893 miamidade.gov Permit No: LW-000952-2018/2019 (BW)-BW Permit Issued To: ABLE BUSINESS SERVICES, INC. Facility Location: 1234 NW 79 ST MIAMI, FL 33147- Contact Name/Address: Attn: William Berry ABLE BUSINESS SERVICES, INC. 1234 NW 79 ST MIAMI, FL 33147- LIQUID WASTE TRANSPORTERS -- ANNUAL OPERATING PERMIT • DESCRIPTION OF FACILITY/EQUIPMENT This document, issued under the provisions of Chapter 24, Miami-Dade County Code (Dade County Environmental Protection Ordinance) , shall be valid from August 06, 2018 through March 31, 2019. The above named permittee, is hereby authorized to operate as a Liquid Waste Transportation business from the above location, and with the equipment bearing the 1 identifying sticker(s) included with this permit. This facility is subject to conditions listed below and in the following pages (if any) of this permit. SPECIFIC CONDITIONS 1. Correctly completed monthly reporting forms and corresponding fees are required to be submitted to the Department on/or before the 20th of the following month. 2. No waste other than biohazardous waste shall be transported under this permit. 3. All containers, bags and vehicles used for the transport of biohazardous waste shall be properly maintained and operated in order to preclude any leaking, spills, etc. A satisfactory method of secondary containment shall be utilized. Any primary container which leaks shall be repackaged immediately. 4. All biohazardous waste will be incinerated or properly treated before disposal at an approved landfill. 5. Trucks shall be disinfected on a routine basis. Upon written request of this department, plans shall be submitted describing frequency and methodology of disinfection. Said plans shall be submitted within 15 days of receipt of the written request. 6. Used needles and sharps shall be properly treated and disposed of within 10 days of collection. All other biohazardous waste shall be incinerated or properly treated within 48 hours of collection, unless alternate plans have been specifically approved by this department. 7. No biohazardous waste shall be stored in Miami-Dade County without prior approval of this Department. 8. Transporters of biohazardous waste shall submit monthly reports listing the total amount of waste transported in Miami-Dade County during the previous month. Transporters of biohazardous waste shall provide each customer with a receipt for all material picked up. This receipt will contain the date, type and approximate weight of biohazardous waste removed. Upon request of this department, said receipt will be provided to this department within fourteen (14) business days of the request. Lee N. Hefty, Assistant Director Department of Regulatory and Economic Resources, Environmental Resources Management Page 1 of 2 • GENERAL CONDITIONS 9. The applicant, by acceptance of this document, agrees to operate and maintain the subject operation so as to comply with the requirements of Chapter 24 of the Code of Miami-Dade County. 10. If for any reason, the applicant does not comply with or will be unable to comply with any condition or limitation specified on this document the applicant shall immediately notify and provide the department with the following information: (a) a description of and cause of non-compliance; and (b) the period of non-compliance including exact dates and times; or, if not corrected, the anticipated time the non-compliance is expected to continue, and steps taken to reduce, eliminate, and prevent recurrence of the non-compliance. The applicant shall be responsible for any and all damages which may result and may be subject to enforcement action by the department for penalties or revocation of this document. 11. As provided in Section 24-15 of the Code of Miami-Dade County, the prior written approval of the Department shall be obtained for any alteration to this facility. 12. The issuance of this document does not convey any vested rights or any exclusive privileges. Nor does it authorize any injury to public or private property or any invasion of personal rights, nor any infringement of federal, state or local laws or regulations. Nor does it relieve the applicant from liability for harm or injury to human health or welfare or property. 13. This document is required to be posted in a conspicuous location at the facility site during the entire period of operation. 14. This document is not transferable. Upon sale or legal transfer of the property or facility covered by this document, the applicant shall notify the department within thirty(30) days. The new owner must apply for a permit within thirty (30) days. The applicant shall be liable for any non-compliance of the source until the transferee applies for and receives a transfer of this document. 15. The applicant, by acceptance of this document, specifically agrees to allow access to the named source at reasonable times by department personnel presenting credentials for the purposes of inspection and testing to determine compliance with this document and department rules. 16. This document does not indicate a waiver of or approval of any other department permit that may be required for other aspects of this facility. 17. This document does not constitute an approval by the Department or certification that the applicant is in compliance with applicable laws, ordinances, rules or regulations. The applicant acknowledges that separate enforcement actions may be initiated by the Department and that this document does not constitute compliance with orders issued in conjunction with enforcement actions for correction of violations. 18. Failure to comply with any condition of this document, or the requirements of Chapter 24, Code of Miami-Dade County may subject the applicant to the penalty provisions of said chapter including civil judicial penalties up to $25,000 per day per offense and/or criminal penalties not to exceed $500 per day or, for violations of Section 24-42.4, Sanitary Sewer Discharge Limitations and Pretreatment Standards not to exceed $2,000 per day and/or sixty (60) days in jail. • Page 2 of 2 -111rice : JauraiD irilnaNT aaeilrIS E'' �.d x� , l MM elements 4, -- , it; .., _ ... ve - , . :..... °vim/ 111111V . '''t 4:1* AIM MIL envir( nmc tii:‘ responsible v w- r..antz_ ..1.,(. ,,)nuvr5 #.AW -. .b. '' - Iia �e,All Surface Surface ti::1 e an a .... 1.16 1:128 General Purpose Cleaning Floor Cleaning limpiador para toda clase de superftcte �#5E44' This product meets Green Sears emi product tal standard for industrial and Non-toxic, Non-VOC, biodegradable, concentrated all surface cleaner. Specially designed for everyday i: c eins ironme cleaners bdsod nd its redandd light duty spray and wipe cleaning and floor cleaning.It removes routine soils from floors,walls and other .1, human and aquatic toxicity and reduced surfaces.Excellent for use in mop and bucket cleaning or automatic floor scrubbers.Neutral pH will not eraS`k� smog production potential. harm floor finishes.No rinsing required. ENVIRONMENTALLY RESPONSIBLE COMPARISON Traditional Products elements Nonvlphenol ethoxylates None llvdrotropes None Sodium Capryl Sulfonate Linear Alcohol Ethoxylates VOC: None pH 6-8 pH 6-7 Traditional Compound Descriptions: elements Compound Descriptions: Nonylphenol ethoxylates—a non-ionic surfactant that is Sodium Capryl Sulfonate—a completely biodegradable used to provide wetting and detergency.However,it is derived surfactant provides wetting and detergency. from a petroleum-based product.It has a suspected harmful biodegradable intermediate. Linear Alcohol Ethoxylates-listed as Positive Environmental Profile surfactant on EPA design for the Hydrotropes—is used to improve the solubility of surfactants Environment Formulator Initiative.A non-ionic surfactant in liquid leaning products.However,it does not provide any made from linear primary alcohol that biodegrades readily detergency to compounds with low toxicity. PRODUCT SPECIFICATIONS Dial Setting for 11 oz. #4(1:16) Detergency: Excellent Color: Pink Rinsability: Excellent Odor: Mild Odor Flash Point: None pl1: 6.0 —7.0 Biodegradability: Completely Viscosity: Water thin Storage/Stability: 1 year Foam: low Weight Per Gallon: 8.53 lbs.Per gallon Solubility: Complete with water Freeze/Thaw Stability: Keep from freezing Misco Products Corporation• Reading,PA• (800) 548-4568 FAX(610)926-1194 www.miscoprod.com 1.-- . E07 MATERIAL SAFETY DATA SHEET N/A=Not Applicable Prepared by:Regulatory Affairs Dept. (Prepared According to 29 CFR 1910.1200) Effective Date: 1/04 Revision: 12/04 SECTION 1-PRODUCT IDENTIFICATION AND SUPPLIER INFORMATION Manufacturer's Name: Product Name: All Surface Cleaner Supplier's Name: Misco Products Corporation Generic Name: All Surface Cleaner Manufacturer's Address: Chemical Family:Detergent blend Supplier's Address: 1048 Stinson Drive Reading,PA 19605 Formula:Proprietary Manufacturer's Phone#: (610) 926-4106 Supplier's Phone#: SECTION 2-INGREDIENT INFORMATION CHEMICAL NAME CAS NO. WT.% PEL TWA-TLV STEL-TLV Water 7732-18-5 to 100 Primary Alcohol Ethoxylate C9 84133-50-6 10 to 15 Amphoteric Surfactant 5324-84-5 0 to 5 Dye Unknown <0.05 SECTION 3-PHYSICAL DATA SECTION 4-FIRE AND EXPLOSION HAZARD DATA Boiling Point(°F):212°F. Specific Gravity:1.024 Flash Point(Method Used):None Vapor Pressure:20mm Hg @68°F. Vapor Density(Air-1):>1 Upper Explosion Limit:N/A Lower Explosion Limit:N/A %Volatile:80+ pH:6.0-7.0 Extinguishing Media:Dry chemical,CO2 or water Solubility in Water:Complete Evaporation Rate(Water-1):>1 Special Firefighting Procedures:Keep fire exposed containers cool with Physical Description:Thin clear pink liquid with characteristic odor water stream. VOC Content: None Unusual Fire and Explosion Hazards:N/A SECTION 5-REACTIVITY DATA Stability:Stable Hazardous Polymerization:None Hazards Decomposition Products:Not Known Incompatibility(Materials to Avoid):Strong Alkalies,Chlorine SECTION 6-STORAGE AND HANDLING INFORMATION Slight eye irritant.May cause skin irritation with prolonged or repeated contact.Keep out of reach of children. For use by trained personnel only. Wear protective gloves and eyewear when handling. Keep container closed during storage. For institutional and industrial use only. Avoid contact with eyes,skin and clothing. Avoid breathing of vapors or mists. Use in well-ventilated area. SECTION 7-HEALTH HAZARDS AND FIRST AID SECTION 8-SPECIAL PROTECTION INFORMATION Effects of Overexposure: Respiratory Protection:No special requirements Skin:May cause irritation with prolonged or repeated contact(dryness,redness) Ventilation Requirements:No special requirements Eyes:Mild eye irritant.May cause conjunctivitis,redness,swelling,tearing. Protective Gloves:Rubber gloves recommended. Inhalation:Mists may be irritating to mucous membranes in the nose,throat,and Eye Protection:Safety glasses recommended lungs. Other Protective Equipment:None Ingestion:Irritating to the mouth and throat.May cause headache,nausea, abdominal pain. First Aid Procedures: SECTION 9-SPILL OR LEAK PROCEDURES Skin:Flush with water.Seek medical attention if irritation persists. Steps to be taken in Case Material is Released or Spilled:Floors will become Eyes:Flush with large quantities of water,holding eyelids open.Seek medical slippery. Avoid walking in product. Ventilate area well. Keep unessential attention immediately. personnel away. Mop up or otherwise absorb and hold disposal. Avoid discharge Inhalation:Get to fresh air.Seek medical attention if irritation persists. to sewer or open waterways. Ingestion:Do not induce vomiting.Drink large quantities of water.Seek medical Waste Disposal Method:Any method in accordance with local,state and federal attention immediately. laws. Best method is to recycle or reuse for intended purpose. Consult local authorities for disposal in public sewer. Do not dispose of into storm drain,stream, river or to ground. Rinse container thoroughly before offering for recycling. SECTION 10-REGULATORY INFORMATION SARA Title III-Section 311/312-Hazard Categories: Shipping Information: HMIS Hazardous Materials No -Fire Hazard FOR CONTAINERS>1 Gallon: Cleaning Compound Identification System No -Sudden Release of Pressure Hazard Non-Hazardous Health 1 No -Reactivity Hazard FOR 1 GALLON CONTAINERS:Cleaning Compound Flammability 0 Yes-Immediate(acute)Health Hazard Non-Hazardous Reactivity 0 No -Delayed(chronic)Health Hazard FOR CONTAINERS<1 GALLON:Cleaning Compound Personal Protection B FOR EMERGENCY MEDICAL OR TRANSPORT INFORMATION: CHEM-TEL,Inc.@ 800-255-3924 (24 hours,7 days per week) This product contains the following toxic chemical(s)subject to the reporting requirements of section 313 of the Emergency Planning and Community Right-To-Know Act of 1986 and of 40 CFR 372. CAS# Chemical Name Percent by Weight None None None This product contains the following chemical(s)which have been established to be either a carcinogen or suspected carcinogen. CAS# Chemical Name Percent by Weight None None None SECTION 11-0THER INFORMATION This company cannot anticipate all conditions of handling and use of this product. Therefore, this company accepts no responsibility for results obtained by the application of this information,or the safety and suitability of our products either alone or in combination with other products. It is the responsibility of the user to provide a safe workplace,using the health and safety information contained herein as a guide. This company will accept no liability for damages or loss incurred from the improper handling and use of this product t ... otxmic stoic attain .-.4..0,11::i,vicf icZTY.7; q k,:i.l..^§',..;'s„,n",,,,,,, atAtollitl aVill2,01MAITY ',11::.' I i' ';: ,, , , . uei6 , ueao ueeio ueets -!, 9 eidwis , 9 apdwis ariums 9 eiciwis ...it -, • * • 111 „. , .....—earoc...4., s i m F.4 green aut,,f,%4P Simple Green 11101 Clean Building Bathroom Cleaner Concentrate Clean Building Bathroom Cleaner Concentrate, Unscented, lgal Bottle • Details/Specifications DETAILS The nontoxic and biodegradable bathroom cleaner removes mineral based soils, soap scum and hard water stains typically found on hard bathroom surfaces The cleaner is non-caustic, non- flammable and formulated without VOCs that can adversely impact indoor air quality The concentrated formula dilutes at 1:20 for great value It meets the Green Seal GS-37 Standard, including reduced health, safety, and environmental impact of formulations as well as product efficacy requirements It also complies with LEED green building requirements and environmentally preferable product purchasing programs in place throughout federal, state and municipal governments Application: Bathroom Cleaner; Applicable Material: Ceramic; Plastic; Stainless Steel; Tile; Vinyl; Dirt Types: Dust; Grease; Grime; Scent: Unscented Features: • Nontoxic and biodegradable formula. • Removes scale and scum soils. • Cleans dirt and grime. • Removes oily soils. • Cleans hard water stains. • Concentrated formula at 1:20. • Contains no added fragrance. • Formulated without VOCs that can adversely impact indoor air quality. • Non-caustic and non-flammable. • Spray, wipe and mop applications. View Additional Simple Green Clean Building Bathroom Cleaner Concentrate Products SPECIFICATIONS • Brand simple green • Category Cleaners&Detergents-simple green Cleaners&Detergents • SKU SMP11101 • Applicable Material Ceramic; Plastic; Stainless Steel; Tile; Vinyl • Application Bathroom Cleaner • Capacity (Volume) 1 gal • Compliance Standards Green Seal Certified; LEED Building Compliant • Dirt Types Dust; Grease; Grime • Global Product Type Cleaners& Detergents-Tub/Tile/Shower/Grout Cleaner • Packing Type Bottle • Physical Form Liquid • Post-Consumer Recycled Content Percent 0% • Pre-Consumer Recycled Content Percent 0% • Scent Unscented • Total Recycled Content Percent 0% • Assembly Required No assembly is required • Contains Recycled Materials N • Green Product N • TAA Product Y • TAA Category TAA Cleaners&Detergents-simple green TAA Cleaners&Detergents • Unit of Measure EA • Item Weight 8.8 lbs • Ships via UPS Y • Carton Pack Quantity 2 EA • This item is sold by the EA • Brand simple green • Brand Contact 800-228-0709 • Manufacturer Stock No. 11101 • Retail UPC 043318111013 • Country of Origin US • UNSPSC Number 47131805 simple green Our customers are from all industries, including schools, government, medical, accounting, corporate, educational, healthcare, finance and military. All our products including the Simple Green 11101 Clean Building Bathroom Cleaner Concentrate are manufactured under ISO 9001 Quality Standards, and we offer a full line of TAA compliant products. Being green is an important part of our business and we are meeting all Green Compliance Standards. Safety Data Sheet: Simple Greene Clean Building Bathroom Cleaner Concentrate Version No. 11101-16A Issued: 12 July 2016 Supersedes: February 2014 Prior version no:11101AU-14A Model Code of Practice-Preparation of Safety Data Sheets for Hazardous Chemicals 23/12/2011 Section 1: IDENTIFICATION: PRODUCT IDENTIFIER&IDENTITY FOR THE CHEMICAL Product identifier: Simple Green°Clean Building Bathroom Cleaner Concentrate Other means of identification: Please see section 16 Recommended use of chemical: Cleaner to be diluted 1:20(1 ml of concentrate for every 20 ml of water)for use on hard non- porous surfaces. Restrictions on use of chemical: Do not use on non-rinsable surfaces or surfaces not tolerate of low pH. Details of manufacturer or importer: Simple Green Australia Pty Ltd. ACN: 18862416081 P.O.Box 1253 Golden Grove Village LPO Telephone: 1300 826 470 Golden Grove,SA 5125 Australia Fax: 1300 826 473 Email: info@simplegreenaustralia.com Website: australia.simplegreen.com Emergency Phone: 1300 826 470 Available Monday—Friday,9am-Spm 13 11 26 Australia Poisons Information Centre,Available 24 hours a day,7 days a week •ection 2: HAZARDS IDENTIFICATION Classification of the hazardous chemical according to Model Work Health&Safety Regulations: Eye Corrosive/Irritant—Category 2A Skin Corrosive/Irritant—Category 2 Label Elements: Signal Word: Warning Pictogram: Hazard Statement: H319+H315—Causes serious eye irritation.Causes skin irritation. Precautionary Statement: P264—Wash hands thoroughly after handling. P280—Wear eye protection.Wear protective gloves(when handling the concentrate). P305+P351+P338—IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do.Continue rinsing. P337+P313—If eye irritation persists:Get medical attention. P302+P352—IF ON SKIN:Wash with plenty of water. P321—Specific Treatment:see First Aid on this label. P332+P313—If skin irritation occurs:Get medical attention. P362+P364—Take off contaminated clothing and wash before reuse. Other hazards which do not result in classification: None known. ection : • . e • 1/ 1 . • v , . 1 . 1 • • I Ingredient CAS Number Percent Range Water 7732-18-5 >_79%* Urea Monohydrochloride 506-89-8 5 10%* Corrosion Inhibitor Proprietary Mixture <_10%* Ethoxylated Alcohol 68439-46-3 5 10%* Colourant Proprietary Mixture 5 1%* 'exact percentage of ingredients ore commercially confidential Section 4: FIRST AID MEASURES Description of necessary first aid measures Inhalation: Immediate and delayed symptoms-Not expected to cause respiratory irritation. If adverse effect occurs,move to fresh air. Skin contact: Immediate and delayed symptoms—IF ON SKIN:Wash with plenty of water.If skin irritation occurs:Get medical attention. Page 1 of 5 Safety Data Sheet: Simple Greene Clean Building Bathroom Cleaner Concentrate Version No. 11101-16A Issued: 12 July 2016 Supersedes: February 2014 Prior version no:11101AU-14A Model Code of Practice-Preparation of Safety Data Sheets for Hazardous Chemicals 23/12/2011 Section 4: FIRST AID MEASURES-continued Eye Contact: Immediate symptoms—IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses,if present and easy to do.Continue rinsing. If eye irritation persists:Get medical attention. Ingestion: Immediate and delayed symptoms-May cause upset stomach. Drink plenty of water to dilute.See section 11. For advice,contact a Poisons Information Centre on 13 11 26(Australia Wide)or a doctor. First Aid Facilities: Eye wash station or treatment recommended. Symptoms caused by exposure: No expected acute,delayed or aggravated conditions or symptoms from exposure to mixture. Medical attention and special treatment: Treat symptomatically. No testing or monitoring for delayed effect required. •ection 5: FIRE FIGHTING MEASURES Suitable Extinguishing equipment: Suitable-Use dry chemical,CO2,water spray or"alcohol"foam. Unsuitable-High volume jet water. Specific hazards arising from the chemical: Formulation is non-flammable and will boil until evaporated. Special protective equipment and Keep containers cool with water spray. Firefighters should wear self-contained breathing precautions for fire fighters: apparatus and full fire-fighting turn-out gear and eye protection. See Section 16 for NFPA information Section 6: ACCIDENTAL RELEASE MEASURES Personal precautions,protective equipment and emergency procedures: Eyeglasses/goggles and gloves recommended to prevent eye contact. Ensure sufficient ventilation. Area should be roped off to prevent slips and falls. Environmental Precautions: Prevent runoff from entering drains,sewers,surface and ground water. Methods and materials for containment and cleaning up: Cap or plug leaking containers.Cover all drains. Dike or soak up with inert adsorbent material. Dispose of in appropriate waste containers.See Section 13 for disposal considerations. •ection 7: HANDLING AND STORAGE Precautions for safe handling: Before use carefully read the product label. Use of safe work practices are recommended to avoid eye contact and spills.Observe good personal hygiene,including washing hands after use and before eating.Remove contaminated clothing and protective equipment before entering eating area. Prohibit eating,drinking and smoking in contaminated area(eg. If container is damaged).Ensure adequate ventilation. Keep out of reach of children. Keep away from heat,sparks,open flame and direct sunlight. Do not pierce any part of the container. Conditions for safe storage,including any incompatibilities: Store in cool,dry,well-ventilated area,removed from oxidizing agents, acids and foodstuffs. Ensure containers are adequately labeled and protected from physical damage when not in use. Do not store at temperatures above 95°F(35°C). Section 8: EXPOSURE CONTROLS/ PERSONAL PROTECTION Control parameters Exposure standards: No components listed with TWA or STEL values. Biological monitoring: Not provided. Appropriate engineering controls: Use in well ventilated areas and have eyewash stations,eyewash treatments,or showers available. Personal protective equipment(PPE1 Eye and Face Protection: Safety glasses,goggles or shields recommended. Skin Protection: Not necessary.PVC or nitrile gloves suggested for individuals prone to dry skin. Page 2 of 5 Safety Data Sheet: Simple Greene Clean Building Bathroom Cleaner Concentrate Version No. 11101-16A Issued: 12 July 2016 Supersedes: February 2014 Prior version no:11101AU-14A Model Code of Practice-Preparation of Safety Data Sheets for Hazardous Chemicals 23/12/2011 •ection 8: EXPOSURE CONTROLS/PERSONAL PROTECTION-continued Respiratory Protection: Not necessary. Thermal Hazards: Not applicable. Section 9: PHYSICAL AND CHEMICAL PROPERTIES Appearance: Pink Liquid Partition Coefficient:n-octanol/water: Not determined Odour: No added fragrance Autoignition Temperature: Non-flammable Odour Threshold: Not determined Decomposition Temperature: 95°F pH: 1.0—1.25 Viscosity: Like water Freezing Point: 0°C(32°F) Specific Gravity: 1.00—1.02 Boiling Point&Range: 101°C(213.8°F) VOCs: **Water&fragrance exemption in calculation Flash Point: >212°F SCAQMD 304-91/EPA 24: Not tested Evaporation Rate: Not determined GARB Method 310**: 0.0 g/L 0.0 lb/gal 0.0% Flammability(solid,gas): Non-flammable SCAQMD Method 313: Not tested Upper/Lower Flammability or Explosive Limits: Non-flammable VOC Composite Partial Pressure: Not determined Vapor Pressure: Not determined Relative Density: 8.34-8.50 lb/gal Vapor Density: Not determined Solubility: 100%in water •ection 10: STABILITY AND REACTIVITY Reactivity: Non-reactive. Chemical stability: Stable under normal conditions 21°C(70°F)and 14.7 psig(760 mmHg). Conditions to avoid: Excessive heat or cold. Incompatible materials and possible hazardous reactions: Do not mix with oxidizers,acids,bathroom cleaners or disinfectants. Hazardous gases may occur from contact with ammoniated or chlorinated products. Hazardous decomposition products: Normal products of combustion—CO,CO2 Section 11: TOXICOLOGICAL INFORMATION Information on Routes of Exposure: Inhalation- Overexposure may cause headache. Skin Contact- Causes skin irritation. Eye Contact- Causes serious eye irritation. Ingestion- May cause upset stomach. Early onset symptoms related to exposure: No symptoms expected under typical use conditions. Delayed health effects from exposure: No symptoms expected under typical use conditions.Overexposure may lead to headache and dry skin. Numerical Measures of Toxicity Acute Toxicity: Oral LD50 (rat) >5 g/kg body weight Dermal LDso (rabbit) >5 g/kg body weight Calculated via OSHA HCS 2012/Globally Harmonized System of Classification and Labelling of Chemicals Skin Corrosion/Irritation: Causes skin irritation(GHS hazard category 2). Eye Damage/Irritation: Causes serious eye irritation (GHS hazard category 2A). Respiratory or skin sensitization: No ingredients trigger or classify under this category. Germ Cell Mutagenicity: No ingredients trigger or classify under this category. Carcinogenicity: No ingredients trigger or classify under this category under NTP,IARC or OSHA. Reproductive Toxicity: No ingredients trigger or classify under this category. STOT-Single Exposure: No ingredients trigger or classify under this category. STOT-Repeated Exposure: No ingredients trigger or classify under this category. Aspiration Hazard: No ingredients trigger or classify under this category. Page 3 of 5 Safety Data Sheet: Simple Green' Clean Building Bathroom Cleaner Concentrate Version No. 11101-16A Issued: 12 July 2016 Supersedes: February 2014 Prior version no:11101AU-14A Model Code of Practice-Preparation of Safety Data Sheets for Hazardous Chemicals 23/12/2011 Section 11: TOXICOLOGICAL INFORMATION Exposure levels: No ingredients have recognized exposure levels Interactive effects:Not known. Data limitations:There are no data limitations when assessing this mixture. Section 12: ECOLOGICAL INFORMATION Ecotoxicity: Volume of ingredients used does not-trigger toxicity classifications under the Globally Harmonized System of Classification and Labelling of Chemicals. Aquatic: Urea Monohydrochloride:LC50 for fish,Daphnia is found to be greater than 70 ppm. Ethoxylated Alcohol:LC50 for fish is found to be greater than 10 ppm. Terrestrial: Not tested on finished formulation. Persistence and Degradability: Readily Biodegradable based on biodegradation profile of ingredients Urea Monohydrochloride:Inorganic.(degrades abiotically) Ethoxylated Alcohol:Readily biodegradable,73.8%in 28 days(per OECD 301D). Bioaccumulative Potential: No data available. Mobility in Soil: No data available. Other Adverse Effects: No data available. Section 13: DISPOSAL CONSIDERATIONS Safe handling and disposal methods Unused or used liquid:may be considered hazardous in your area depending on usage and tonnage of disposal—check with local council and/or state environmental authority for advice on disposal of chemicals. Disposal of packaging Contaminated packaging:may be considered hazardous in your area depending on usage and tonnage of disposal—check with local council and/or state environmental authority for advice on disposal of chemicals. Empty non-contaminated packaging:may be offered for recycling. Environmental regulations Never dispose of used degreasing rinsates into lakes,streams,and open bodies of water or storm drains. Section 14: TRANSPORT INFORMATION U.N.Number: Not applicable U.N. Proper Shipping Name: Cleaning Compound,Liquid NOl Transport Hazard Class(es): Not applicable Packing Group: Not applicable Environmental Hazards: Marine Pollutant-NO Transport in Bulk(according to Annex II of MARPOL 73/78 and IBC Code): Unknown. Special precautions which user needs to be aware of/comply with,in connection None known. with transport or conveyance either within or outside their premises: Additional information: Unknown. Hazchem or Emergency Action Code: No Hazchem or action code applies to this mixture. ADG Code: Not classified as a Dangerous Good according to the Australian ICAO/IATA: Not classified as Hazardous Code for transport of Dangerous Good by Road and Rail IMO/IDMG: Not classified as Hazardous ADR/RID: Not classified as Hazardous Section 15: REGULATORY INFORMATION Is the hazardous chemical subject to Montreal Protocol(Ozone depleting substances): No The Stockholm Convention(Persistent Organic Pollutants): No The Rotterdam Convention (Prior Informed Consent): No Page 4 of 5 Safety Data Sheet: Simple Greene Clean Building Bathroom Cleaner Concentrate Version No. 11101-16A Issued: 12 July 2016 Supersedes:February 2014 Prior version no:11101AU-14A Model Code of Practice-Preparation of Safety Data Sheets for Hazardous Chemicals 23/12/2011 Section 15: REGULATORY INFORMATION -continued Basel Convention(Hazardous Waste): No International Convention for the Prevention of Pollution form Ships(MARPOL): No AICS: All chemicals listed on the Australian Inventory of Chemical Substances(AICS) Poison Schedule: A poison schedule number has not been allocated to this product using the criteria in the standard for the Uniform Scheduling of Drugs and Poisons(SUSDP) Section 16: OTHER INFORMATION Manufacturer's Part Numbers 11101- 3.78 litre NFPA: Health—Eye Irritant Stability—Stable Flammability—Non-flammable Special-None L! t) Prepared/Revised By: Sunshine Makers,Inc.,Regulatory Department. This SDS has been revised in the following sections: Update from MSDS to SDS format DISCLAIMER: The information provided with this MSDS is furnished in good faith and without warranty of any kind. Personnel handling this material must make independent determinations of the suitability and completeness of information from all sources to assure proper use and disposal of this material and the safety and health of employees and customers. Sunshine Makers,Inc.assumes no additional liability or responsibility resulting from the use of,or reliance on this information. Page 5 of 5 SE 41 cs • CFRI • r .3 , } "> 14 MO 0124 6 7 8 9 ASSESmit Cleaning Strength The higher the hurnber the titrdnger the citeriag pa wer. TerraGreen Blue Glass Cleaner Multi-Surface Cleaner • Green Seal''Certified- Environmentally Responsible • Fast-Acting - Cuts through Film Quickly • Non-Streaking • Reflective Glass Safe Green Seal'" Certified - independently proven to be an environmentally responsible cleaner. Fast acting, no streak glass and surface cleaner for routine multi-surface cleaning. Powerful solvents and surfactants cut through film quickly. Use on glass, plexiglas, metal and other hard surfaces. Reflective glass safe. Typical Specifications Dilution Range . Availability (product/water): 1:50- 1:16 Product No.361006 Typical Dilution: 1:32 -1 Gal/4(04) Working pH:7.7 •55 Gal(55) Color: Blue Odor:Fresh Bouquet Product No.201014 UD ( Use): 1 •32 oz/12(w/1 trigger spray)(Q3) USSDA::ClC (LG) G) Product No.193034 •32 oz Canteen/6(26) TERRAGREEN BLUE GLASS CLEANER Product number: 192014/ 193034/361006/361C Q111D SAFETY DATA SHEET 1. Identification Product identifier TERRAGREEN BLUE GLASS CLEANER Other means of identification Product number 192014/193034/361006/361056 Recommended use Multi-Surface Cleaner Recommended restrictions None known. Manufacturer/Importer/Supplier/Distributor information Manufacturer Company name Brulin&Company, Inc. Address P.O. Box 270 Indianapolis, IN 46206 United States Telephone Phone: 317-923-3211 Fax: 317-925-4596 Website www.Brulin.com Emergency phone number CHEMTREC 1-800-424-9300 2. Hazard(s) identification Physical hazards Not classified. Health hazards Acute toxicity,oral Not classified Acute toxicity,dermal Not classified Skin corrosion/irritation Not classified Serious eye damage/eye irritation Category 2A OSHA defined hazards Not classified. Label elements Signal word Warning Hazard statement Causes serious eye irritation. Prevention Wear safety glasses with side shields(or goggles).Wash thoroughly after handling. Response IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do.Continue rinsing.If eye irritation persists: Get medical advice/attention. Storage Store away from incompatible materials.Keep out of the reach of children. Disposal Dispose of waste and residues in accordance with local authority requirements. Hazard(s)not otherwise None known. classified(HNOC) Supplemental information None known. 3. Composition/information on ingredients Mixtures Chemical name CAS number %by weight 1-Butoxy-2-propanol 5131-66-8 1 -<5 Propylene glycol monomethyl ether 107-98-2 1 -<5 Material name:TERRAGREEN BLUE GLASS CLEANER sos us 5564 Version#:11 Revision date: 11-20-2015 Issue date:04-16-2014 1/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C Chemical name CAS number %by weight Sodium Dodecyl Sulfate 151-21-3 1 -<5 4. First-aid measures Eye contact Immediately flush eyes with plenty of water. Remove contact lenses if present and safe to do so. Continue rinsing. Get medical attention if irritation develops or persists. Skin contact Wash off with soap and water. Get medical attention if irritation develops and persists. Ingestion Rinse mouth. Get medical attention if symptoms occur. Inhalation Move to fresh air.Call a physician if symptoms develop or persist. Notes to physician Provide general supportive measures and treat symptomatically. Most important Causes senous eye irritation,Symptoms may include stinging,tearing, redness,swelling,and symptoms/effects,acute and blurred vision. delayed General information Ensure that medical personnel are aware of the material(s)involved,and take precautions to protect themselves. 5. Fire-fighting measures Suitable extinguishing media Water fog. Foam. Dry chemical powder. Carbon dioxide(CO2). Unsuitable extinguishing None known. media Specific hazards arising from During fire,gases hazardous to health may be formed. the chemical Special protective equipment Self-contained breathing apparatus and full protective clothing must be worn in case of fire. and precautions for firefighters 6.Accidental release measures Personal precautions, Keep unnecessary personnel away. Ensure adequate ventilation.Wear appropriate personal protective equipment and protective equipment. For personal protection, see section 8 of the SDS. emergency procedures Methods and materials for Stop the flow of material, if this is without risk.Wipe up with absorbent material(e.g.cloth,fleece). containment and cleaning up Following product recovery,flush area with water. Never return spills to original containers for re-use. For waste disposal,see section 13 of the SDS. 7. Handling and storage Precautions for safe handling Wear personal protective equipment. Handle and open container with care.Avoid contact with eyes. Do not mix with other chemicals.Observe good industrial hygiene practices. Conditions for safe storage, Store in original tightly closed container. Store away from incompatible materials(see Section 10 including any incompatibilities of the SDS). Keep at temperatures between 4 and 49C. Keep out of the reach of children. 8. Exposure controls/personal protection Occupational exposure limits US.ACGIH Threshold Limit Values Components Type Value Propylene glycol STEL 100 ppm monomethyl ether(CAS 107-98-2) TWA 50 ppm Appropriate engineering Provide adequate local exhaust ventilation to maintain worker exposure below exposure limits. controls Provide eyewash station. Individual protection measures,such as personal protective equipment Eye/face protection Wear safety glasses with side shields(or goggles). Skin protection Hand protection Not normally needed. For prolonged or repeated skin contact use suitable protective gloves. Material name:TERRAGREEN BLUE GLASS CLEANER scs us 5564 Version#:11 Revision date:11-20-2015 Issue date:04-16-2014 2/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C Respiratory protection No personal respiratory protective equipment normally required. In case of insufficient ventilation. wear suitable respiratory equipment. General hygiene Always observe good personal hygiene measures,such as washing after handling the material considerations and before eating,drinking, and/or smoking. Routinely wash work clothing and protective equipment to remove contaminants. 9. Physical and chemical properties Appearance clear Form liquid Color dark blue Odor Clean/fresh fragrance added Odor threshold Not available. pH 7-S(undiluted, at 1:16 and 1.32 dilutions) Melting point/freezing point 32°F(0°C) Boiling point 212°F(100°C) Flash point None to Boiling Evaporation rate Not available. Flammability(solid,gas) Not available. Upper/lower flammability or explosive limits Flammability limit-lower Not available. (%) Flammability limit-upper Not available. (%) Vapor pressure Not available. Vapor density Not available. Solubility(ies) Solubility(water) 100% Partition coefficient Not available. (n-octanol/water) Auto-ignition temperature Not available. Decomposition temperature Not available. Viscosity Not available. Specific gravity 1 VOC(Weight%) 5.42% 10. Stability and reactivity Reactivity The product is stable and non-reactive under normal conditions of use,storage and transport. Chemical stability Material is stable under normal conditions. Possibility of hazardous No dangerous reaction known under conditions of normal use. reactions Conditions to avoid Contact with incompatible materials. Do not mix with other chemicals. Incompatible materials Strong oxidizing agents.Strong acids. Hazardous decomposition No hazardous decomposition products are known. products 11. Toxicological information Toxicological data Product Test Results TERRAGREEN BLUE GLASS CLEANER(Mixture) Acute Dermal LD50 Rabbit:>5000 mg/kg Material name:TERRAGREEN BLUE GLASS CLEANER sns Us 5564 Version#:11 Revision date: 11-20-2015 Issue date:04-16-2014 3/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/ 193034/361006/361C Product Test Results Acute Oral LD50 Rat: >5000 mg/kg Information on likely routes of exposure Eye contact Causes serious eye irritation. Skin contact No adverse effects due to skin contact are expected. Ingestion Health injuries are not known or expected under normal use. Expected to be a low ingestion hazard. Inhalation No adverse effects due to inhalation are expected. Symptoms related to the Symptoms may include stinging,tearing,redness,swelling, and blurred vision. physical,chemical and toxicological characteristics Carcinogenicity This product is not considered to be a carcinogen by IARC,ACGIH,NTP,or OSHA. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. Reproductive toxicity This product is not expected to cause reproductive or developmental effects. Chronic effects Prolonged inhalation may be harmful. 12. Ecological information Ecotoxicity The product is not classified as environmentally hazardous. However,this does not exclude the possibility that large or frequent spills can have a harmful or damaging effect on the environment. Persistence and degradability Based on the biodegradability data of the components,this material is expected to be biodegradable. Bioaccumulative potential This material does not contain chemicals that have known bioaccumulative potential. Other adverse effects No other adverse environmental effects(e.g.ozone depletion, photochemical ozone creation potential endocrine disruption,global warming potential)are expected from this component. 13. Disposal considerations Disposal instructions Collect and reclaim or dispose in sealed containers at licensed waste disposal site. Dispose of contents/container in accordance with local/regional/national/international regulations. Hazardous waste code The waste code should be assigned in discussion between the user,the producer and the waste disposal company. Waste from residues/unused Dispose of in accordance with local regulations. Empty containers or liners may retain some products product residues. This material and its container must be disposed of in a safe manner(see: Disposal instructions). Contaminated packaging Empty containers should be taken to an approved waste handling site for recycling or disposal. Since emptied containers may retain product residue,follow label warnings even after container is emptied. 14.Transport information DOT Not regulated as dangerous goods. IATA Not regulated as dangerous goods. IMDG Not regulated as dangerous goods. 15. Regulatory information US federal regulations This product is a"Hazardous Chemical"as defined by the OSHA Hazard Communication Standard,29 CFR 1910.1200. Material name:TERRAGREEN BLUE GLASS CLEANER SOS US 5564 Version#: 11 Revision date:11-20-2015 Issue date:04-16-2014 4/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C TSCA Section 12(b)Export Notification(40 CFR 707,Subpt.D) Not regulated. CERCLA Hazardous Substance List(40 CFR 302.4) Not listed. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. CERCLA(Superfund)reportable quantity Not listed. Superfund Amendments and Reauthorization Act of 1986(SARA) Hazard categories Immediate Hazard-Yes Delayed Hazard-No Fire Hazard-No Pressure Hazard-No Reactivity Hazard-No SARA 302 Extremely No hazardous substance SARA 311/312 Hazardous No chemical SARA 313(TRI reporting) Not regulated. Other federal regulations Clean Air Act(CAA)Section 112 Hazardous Air Pollutants(HAPs)List Not regulated. Clean Air Act(CAA)Section 112(r)Accidental Release Prevention(40 CFR 68.130) Not regulated. Safe Drinking Water Act Not regulated. (SDWA) US state regulations US.Massachusetts RTK-Substance List Propylene glycol monomethyl ether(CAS 107-98-2) US.New Jersey Worker and Community Right-to-Know Act Not regulated. US.Pennsylvania RTK-Hazardous Substances Propylene glycol monomethyl ether(CAS 107-98-2) US.Rhode Island RTK Not regulated. US.California Proposition 65 California Safe Drinking Water and Toxic Enforcement Act of 1986(Proposition 65):This material is not known to contain any chemicals currently listed as carcinogens or reproductive toxins. International Inventories Country(s)or region Inventory name On inventory(yes/no)* Australia Australian Inventory of Chemical Substances(A1CS) No Canada Domestic Substances List(DSL) No Canada Non-Domestic Substances List(NDSL) No China Inventory of Existing Chemical Substances in China(IECSC) No Europe European Inventory of Existing Commercial Chemical No Substances(EINECS) Europe European List of Notified Chemical Substances(ELINCS) No Japan Inventory of Existing and New Chemical Substances(ENCS) No Korea Existing Chemicals List(ECL) No New Zealand New Zealand Inventory No Material name:TERRAGREEN BLUE GLASS CLEANER SOS US 5564 Version#:11 Revision date' 11-20-2015 Issue date:04-16-2014 5/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C Country(s)or region Inventory name On inventory(yeslno)' Philippines Philippine Inventory of Chemicals and Chemical Substances No (PICCS) United States&Puerto Rico Toxic Substances Control Act(TSCA)Inventory Yes 'A"Yes"indicates that all components of this product comply with the inventory requirements administered by the governing country(s) A"No"indicates that one or more components of the product are not listed or exempt from listing on the inventory administered by the governing country(s). 16. Other information, including date of preparation or last revision Issue date 04-16-2014 Revision date 11-20-2015 Version* 11 Disclaimer The information in the sheet was written based on the best knowledge and experience currently available.The information provided in this Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication.The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text.The information given is designed only as a guidance for safe handling, use,processing,storage,transportation,disposal and release. Material name:TERRAGREEN BLUE GLASS CLEANER SOS US 5564 Version#:11 Revision date:11-20-2015 Issue date 04-16-2014 6/6 .,.SE 41 r a cEvos f NY •Ajax .. i— s'.f1 Cleaning Strength Mt-hipe,!lie rr,.i5•ti;_:iroigerMa:i'ee.T. Aoxes TerraGreen HyPer Maxx 2X Strength, Hydrogen Peroxide All-Facility Cleaner • Green Seal" Certified- Environmentally Responsible • Powerful Cleaning Combination- Surfactants&Hydrogen Peroxide • Everywhere Cleaner- 11 Products in 1,for Housekeeping,Shower&Restroom,and Carpet Care • Dilution Control - Dispenses Accurately through Black or White Shadow Dispensers • Yields 3 Cleaning Strengths- Light, Medium&Heavy-Duty ` Double Strength Concentrate- Lowers In-Use Costs 28%to 45% Cleaning Strengths= 11 Products in One Bottle!Powerful hydrogen peroxide(11202) combined with surfactants.A potent oxidizer,H202 reacts with organic soils to remove dirt from surfaces and grout lines,reducing the need for hard scrubbing. Also reacts to the odor-causing compounds thus neutralizes malodors.Dispenses accurately through SCS2 Dilution Control-Fills Buckets,Equipment and Spray Bottles.Add Brulin's low-cost Maxima 256 Disinfectant Cleaner for a Maxx.Max Green Maintenance Program. USES:Housekeeping:Degreaser,Odor-Eliminator,Cleaner for Floors,Glass&Multi- Surfaces•Carpet Care:Pre-Spray,Spot&Stain Remover,Extraction,Bonnet Cleaner•Shower&Restroom: Deodorizer,Odor-Eliminator,Cleaner for Floors, Glass,Grout,Soap&Scum Remover Typical Specifications Dilution Range Availability (product/water): 1:256-1:20 Product No.191007 • 1 Ga1/4 SCS2(RD) Working pH: 6.0 •64 oz SCS2/4(33) Color:Clear Odor: Meadow Mist 111th Rtng(1n-Use): 1 USDA:Al.(LG) TERRAGREEN HYPER MAXX Product number: 361057/191007 QVII!) SAFETY DATA SHEET 1. Identification Product identifier TERRAGREEN HYPER MAXX Other means of identification Product number 361057/191007 Recommended use Multi Hard Surface Cleaner Recommended restrictions None known. Manufacturer/Importer/Supplier/Distributor information Manufacturer Company name Brulin&Company, Inc. Address P.O. Box 270 Indianapolis, IN 46206 United States Telephone Phone: 317-923-3211 Fax: 317-925-4596 Website www.Brulin.com Emergency phone number CHEMTREC 1-800-424-9300 2. Hazard(s) identification Physical hazards Not classified. Health hazards Acute toxicity,oral Not classified Acute toxicity,dermal Not classified Skin corrosion/irritation Not classified Serious eye damage/eye irritation Category 2A OSHA defined hazards Not classified. Label elements Signal word Warning Hazard statement Causes serious eye irritation. Prevention Wear safety glasses with side shields(or goggles).Wash hands thoroughly after handling. Response IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do.Continue rinsing. If eye irritation persists: Get medical advice/attention. Storage Store away from incompatible materials. Keep out of the reach of children. Disposal Dispose of waste and residues in accordance with local authority requirements. Hazard(s)not otherwise None known. classified(HNOC) Supplemental information None known. 3. Composition/information on ingredients Mixtures Chemical name CAS number %by weight Hydrogen peroxide 7722-84-1 3-<8 Material name:TERRAGREEN HYPER MAXX ss LS 5705 Version#:01 Issue date:06-22-2015 1/6 TERRAGREEN HYPER MAXX Product number: 361057/191007 Chemical name CAS number %by weight Biodegradable Surfactant* Proprietary' 1 -<5 4. First-aid measures Eye contact Immediately flush eyes with plenty of water for at least 15 minutes. Remove contact lenses,if present and easy to do. Continue rinsing. If eye irritation persists: Get medical advice/attention. Skin contact Wash off with soap and water.Get medical attention if irritation develops and persists. Ingestion Rinse mouth.Get medical attention if symptoms occur. Inhalation Move to fresh air. Call a physician if symptoms develop or persist. Notes to physician Provide general supportive measures and treat symptomatically. Keep victim under observation. Symptoms may be delayed. Most important Symptoms may include stinging,tearing,redness,swelling, and blurred vision. symptoms/effects,acute and delayed General information Ensure that medical personnel are aware of the material(s)involved,and take precautions to protect themselves. 5. Fire-fighting measures Suitable extinguishing media Water fog. Foam. Dry chemical powder. Carbon dioxide(CO2). Unsuitable extinguishing None known. media Specific hazards arising from During fire,gases hazardous to health may be formed. the chemical Special protective equipment Self-contained breathing apparatus and full protective clothing must be worn in case of fire. and precautions for firefighters 6.Accidental release measures Personal precautions, Keep unnecessary personnel away. Do not touch damaged containers or spilled material unless protective equipment and wearing appropriate protective clothing. Ensure adequate ventilation. For personal protection, see emergency procedures section 8 of the SDS. Methods and materials for Stop the flow of material,if this is without risk. Following product recovery,flush area with water. containment and cleaning up Never return spills to original containers for re-use. For waste disposal,see section 13 of the SDS. 7. Handling and storage Precautions for safe handling Avoid contact with eyes. Provide adequate ventilation. Do not mix with other chemicals.Wear appropriate personal protective equipment.Wash thoroughly after handling. Conditions for safe storage, Store in original tightly closed container. Store away from incompatible materials(see Section 10 including any incompatibilities of the SDS). Keep out of the reach of children. 8. Exposure controls/personal protection Occupational exposure limits US.ACGIH Threshold Limit Values Components Type Value Hydrogen peroxide(CAS TWA 1 ppm 7722-84-1) Control parameters US.OSHA Table Z-1 Limits for Air Contaminants(29 CFR 1910.1000) Components Type Value Hydrogen peroxide(CAS PEL 1.4 mg/m3 7722-84-1) 1 ppm Appropriate engineering Provide adequate local exhaust ventilation to maintain worker exposure below exposure limits. controls Provide eyewash station. Material name:TERRAGREEN HYPER MAXX sos us 5705 Version#:01 Issue date:06-22-2015 2/6 TERRAGREEN HYPER MAXX Product number: 361057/191007 Individual protection measures,such as personal protective equipment Eye/face protection Wear safety glasses with side shields(or goggles). Skin protection Hand protection Not normally needed. For prolonged or repeated skin contact use suitable protective gloves. Respiratory protection No personal respiratory protective equipment normally required. In case of insufficient ventilation, wear suitable respiratory equipment. General hygiene Always observe good personal hygiene measures,such as washing after handling the material considerations and before eating, drinking, and/or smoking. Routinely wash work clothing and protective equipment to remove contaminants. 9. Physical and chemical properties Appearance clear Form Liquid. Color Colorless Odor Fresh Floral fragrance added Odor threshold Not available. pH 4-6(5-8 @ 1:20 to 1:256 dilutions) Melting point/freezing point 32°F(0°C) Boiling point 212°F(100°C) Flash point None to Boiling Evaporation rate Not available. Flammability(solid,gas) Not available. Upper/lower flammability or explosive limits Flammability limit-lower Not available. (%) Flammability limit-upper Not available. (%) Vapor pressure Not available. Vapor density Not available. Solubility(ies) Solubility(water) Not available. Partition coefficient Not available. (n-octanol/water) Auto-ignition temperature Not available. Decomposition temperature Not available. Viscosity Water thin Specific gravity 1.03 VOC(Weight%) 0 10. Stability and reactivity Reactivity The product is stable and non-reactive under normal conditions of use,storage and transport. Chemical stability Material is stable under normal conditions. Possibility of hazardous No dangerous reaction known under conditions of normal use. reactions Conditions to avoid Contact with incompatible materials. Do not mix with other chemicals. Incompatible materials Strong oxidizing agents. Hydrogen peroxide can break down from contact with strong alkalies, bleach, iron oxides, inorganic acid chlorides, reducing agents, and aluminum. Hazardous decomposition No hazardous decomposition products are known. products Material name:TERRAGREEN HYPER MAXX SDS US 5705 Version#:01 Issue date:06-22-2015 3/6 TERRAGREEN HYPER MAXX Product number: 361057/ 191007 11. Toxicological information • Toxicological data Product Test Results TERRAGREEN HYPER MAXX(Mixture) Acute Dermal LD50 Rabbit: >5000 mg/kg Acute Oral LD50 Rat:>5000 mg/kg Information on likely routes of exposure Eye contact Causes serious eye irritation. Skin contact No adverse effects due to skin contact are expected. Ingestion Expected to be a low ingestion hazard. Inhalation Prolonged inhalation may be harmful. Symptoms related to the Symptoms may include stinging,tearing, redness, swelling, and blurred vision. physical,chemical and toxicological characteristics Carcinogenicity This product is not considered to be a carcinogen by IARC,ACGIH,NTP,or OSHA. IARC Monographs.Overall Evaluation of Carcinogenicity Hydrogen peroxide(CAS 7722-84-1) 3 Not classifiable as to carcinogenicity to humans. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. Reproductive toxicity This product is not expected to cause reproductive or developmental effects. Chronic effects Prolonged inhalation may be harmful. Toxicological information Occupational exposure to the substance or mixture may cause adverse effects. 12. Ecological information Ecotoxicity The product is not classified as environmentally hazardous. However,this does not exclude the possibility that large or frequent spills can have a harmful or damaging effect on the environment. Persistence and degradability Based on the biodegradability data of the components,this material is expected to be biodegradable. Bioaccumulative potential This material does not contain chemicals that have known bioaccumulative potential. Other adverse effects No other adverse environmental effects(e.g.ozone depletion, photochemical ozone creation potential,endocrine disruption,global warming potential)are expected from this component. 13. Disposal considerations Disposal instructions Collect and reclaim or dispose in sealed containers at licensed waste disposal site. Dispose of contents/container in accordance with local/regional/national/iinternational regulations. Hazardous waste code The waste code should be assigned in discussion between the user,the producer and the waste disposal company. Waste from residues/unused Dispose of in accordance with local regulations. Empty containers or liners may retain some products product residues.This material and its container must be disposed of in a safe manner(see: Disposal instructions). Contaminated packaging Empty containers should be taken to an approved waste handling site for recycling or disposal. Since emptied containers may retain product residue,follow label warnings even after container is emptied. 14. Transport information DOT Not regulated as dangerous goods. IATA Not regulated as dangerous goods. IMDG Not regulated as dangerous goods. Material name:TERRAGREEN HYPER MAXX SDS us 5705 Version#:01 Issue date:06-22-2015 4/6 TERRAGREEN HYPER MAXX Product number: 361057/191007 15. Regulatory information US federal regulations This product is a"Hazardous Chemical'as defined by the OSHA Hazard Communication Standard,29 CFR 1910,1200. TSCA Section 12(b)Export Notification(40 CFR 707,Subpt.D) Not regulated. CERCLA Hazardous Substance List(40 CFR 302.4) Not listed. US EPCRA Section 304 Extremely Haz.Subs.&CERCLA Haz.Subs.:Section 304 EHS reportable quantity Hydrogen peroxide(CAS 7722-84-1) 1000 LBS US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. CERCLA(Superfund)reportable quantity Not listed. Superfund Amendments and Reauthorization Act of 1986(SARA) Hazard categories Immediate Hazard-Yes Delayed Hazard-No Fire Hazard-No Pressure Hazard-No Reactivity Hazard-No SARA 302 Extremely No hazardous substance SARA 311/312 Hazardous No chemical SARA 313(TRI reporting) Not regulated. Other federal regulations Clean Air Act(CAA)Section 112 Hazardous Air Pollutants(HAPs)List Not regulated. Clean Air Act(CAA)Section 112(r)Accidental Release Prevention(40 CFR 68.130) Not regulated. Safe Drinking Water Act Not regulated. (SDWA) US state regulations US. Massachusetts RTK-Substance List Hydrogen peroxide(CAS 7722-84-1) US.New Jersey Worker and Community Right-to-Know Act Hydrogen peroxide(CAS 7722-84-1) 500 LBS US.Pennsylvania RTK-Hazardous Substances Hydrogen peroxide(CAS 7722-84-1) US.Rhode Island RTK Hydrogen peroxide(CAS 7722-84-1) US.California Proposition 65 California Safe Drinking Water and Toxic Enforcement Act of 1986(Proposition 65):This material is not known to contain any chemicals currently listed as carcinogens or reproductive toxins. International Inventories Country(s)or region Inventory name On inventory(yes/no)` Australia Australian Inventory of Chemical Substances(AICS) No Canada Domestic Substances List(DSL) No Canada Non-Domestic Substances List(NDSL) No China Inventory of Existing Chemical Substances in China(IECSC) No Material name:TERRAGREEN HYPER MAXX SDS US 5705 Version#:01 Issue date:06-22-2015 5/6 TERRAGREEN HYPER MAXX Product number: 361057/ 191007 Country(s)or region Inventory name On inventory(yeslno)* Europe European Inventory of Existing Commercial Chemical No Substances(EINECS) Europe European List of Notified Chemical Substances(ELINCS) No Japan Inventory of Existing and New Chemical Substances(ENCS) No Korea Existing Chemicals List(ECL) No New Zealand New Zealand Inventory No Philippines Philippine Inventory of Chemicals and Chemical Substances No (PICCS) United States&Puerto Rico Toxic Substances Control Act(TSCA)Inventory Yes 'A"Yes"indicates that all components of this product comply with the inventory requirements administered by the governing country(s) A"No"indicates that one or more components of the product are not listed or exempt from listing on the inventory administered by the governing country(s). 16. Other information, including date of preparation or last revision Issue date 06-22-2015 Version# 01 Disclaimer The information in the sheet was written based on the best knowledge and experience currently available.The information provided in this Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication.The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text.The information given is designed only as a guidance for safe handling, use, processing, storage,transportation,disposal and release. Material name:TERRAGREEN HYPER MAXX SOS us 5705 Version#:01 Issue date:06-22-2015 6/6 Page 7/11 Safety Data Sheet according to 1907/2006/EC (REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision:24.11.2014 Trade name: Blue Bowl Cleaner v.5 I I (Contd.of page 6) •Solubility in 1 Miscibility with water: Fully miscible. • Partition coefficient(n-octanol/water): Not determined. •Viscosity: Dynamic: Not determined. Kinematic: Not determined. •9.2 Other information No further relevant information available. �o, t'+'P.-tom:. ,,,Di..-.U..75?k�.. ° 10.1 Reactivity 10.2 Chemical stability •Thermal decomposition/conditions to be avoided: No decomposition if used and stored according to specifications. • 10.3 Possibility of hazardous reactions Toxic fumes may be released if heated above the decomposition point. Reacts with alkali and metals. Reacts with strong oxidising agents. Corrosive action on metals. • 10.4 Conditions to avoid Store away from oxidising agents. • 10.5 Incompatible materials: Warning! Do not use together with other products. May release dangerous gases(chlorine). • 10.6 Hazardous decomposition products: Carbon monoxide and carbon dioxide Hydrogen chloride(HCI) Chlorine compounds e.L`•`y k .g &{�c t +2', mo� p, - 'KysM,. N11a y S C�,,,z— tx, ai .W *,,, v,;. ..�4y: )" , Y } Mrr� �" rN•.° . �..`r; �L,?s .; • 11.1 information on toxicological effects •Acute toxicity: • Primary irritant effect: •on the skin: Slight irritant effect on skin and mucous membranes. •on the eye: Slight irritant effect on eyes. •Sensitisation: No sensitising effects known. 'r,oil �•�,f"j4f { n `.x n �ro. ��ab ���-�� ,�. �I.e,�'+��.^-�W�'fiq'jt.:< • 12.1 Toxicity -Aquatic toxicity: No further relevant information available. 12.2 Persistence and degradability No further relevant information available. • 12.3 Bioaccumulative potential Does not accumulate in organisms. 12.4 Mobility in soil No further relevant information available. (Contd.on page 8) Page 8/11 Safety Data Sheet according to 1907/2006/EC (REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision:24.11.2014 Trade name: Blue Bowl Cleaner v.5 (Contd.of page 7) •Additional ecological information: - General notes: This statement was deduced from the properties of the single components. Water hazard class 1 (German Regulation) (Self-assessment): slightly hazardous for water Do not allow undiluted product or large quantities of it to reach ground water, water course or sewage system. Must not reach sewage water or drainage ditch undiluted or unneutralised. Rinse off of bigger amounts into drains or the aquatic environment may lead to decreased pH-values. A low pH-value harms aquatic organisms. If the dilution of the use-level pH-value is considerably increased after use, the aqueous waste, emptied into drains, is only low water-dangerous. 12.5 Results of PBT and vPvB assessment • PBT: Not applicable. •vPvB: Not applicable. • 12.6 Other adverse effects No further relevant information available. • ..... �.. � ..�w.y�. -ner ti ju�;:.,ytf VK Pry+.•'1a �A�?n.r a.."5?i^��R'`.;5�;:� ��`:..,tc_t�Sr_��� •,R� •13.1 Waste treatment methods •Recommendation Small amounts may be diluted with plenty of water and washed away. Dispose of bigger amounts in accordance with Local Authority requirements. Can be disposed of with household garbage with prior chemical-physical or biological treatment following consultation with the waste disposal facility operator and the pertinent authorities and adhering to the necessary technical regulations. • Uncleaned packaging: • Recommendation: Disposal must be made according to official regulations. Recommended cleansing agents: Water only. kar s ig ?S,� t`, R!t3Yka .x. a 3 7 °E 4t� � �vi •, '451 • 14.1 UN-Number - DOT,ADR, IMDG, IATA UN1789 •14.2 UN proper shipping name 1N Limited Quantity for packages less than 30 kg (66 Ib) and inner packagings less than 5 L (1.3 �' gal). • DOT,IATA Hydrochloric acid, solution -ADR 1789 HYDROCHLORIC ACID, SOLUTION •IMDG HYDROCHLORIC ACID, Solution (Contd.on page 9) Page 9/11 Safety Data Sheet according to 1907/2006/EC (REACH), 1272/2008/EC(CLP), and OSHA GHS Printing date 24.11.2014 Revision:24.11.2014 Trade name: Blue Bowl Cleaner v.5 (Contd.of page 8) • 14.3 Transport hazard class(es) • DOT •Class 8 Corrosive substances. •Label 8 •ADR •Class 8(C1)Corrosive substances. • Label 8 • IMDG,IATA •Class 8 Corrosive substances. • Label 8 • 14.4 Packing group •DOT,ADR,IMDG,IATA Ill • 14.5 Environmental hazards: • Marine pollutant: No • 14.6 Special precautions for user Warning: Corrosive substances. • Danger code(Kemler): 80 • EMS Number: F-A,S-B • Segregation groups Acids • 14.7 Transport in bulk according to Annex II of MARPOL73R8 and the IBC Code Not applicable. •Transport/Additional information: •ADR •Limited quantities(LQ) 5L • Excepted quantities(EQ) Code: El Maximum net quantity per inner packaging: 30 ml Maximum net quantity per outer packaging: 1000 ml •Transport category 3 Tunnel restriction code E •IMDG • Limited quantities(LQ) 5L • Excepted quantities(EQ) Code: El Maximum net quantity per inner packaging: 30 ml Maximum net quantity per outer packaging: 1000 ml (Contd.on page 10) Page 10/11 Safety Data Sheet according to 1907/2006/EC (REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision:24.11.2014 Trade name: Blue Bowl Cleaner v.5 DOT (Contd.of page 9) • Remarks: RG 5000 lbs(2270 kg) - UN "Model Regulation": UN1789, HYDROCHLORIC ACID, SOLUTION, 8, Ill M4 ���§�'Y°q�( 'w < - -1:: *«;R.�MO y sa ,;�'eY �i ,.�atiT,r.+�; � fka • 15.1 Safety,health and environmental regulations/legislation specific for the substance or mixture United States(USA) •SARA •Section 355(extremely hazardous substances): 7647-01-0 hydrochloric acid -Section 313(Specific toxic chemical listings): 7647-01-0 hydrochloric acid •TSCA(Toxic Substances Control Act): All ingredients are listed. • Proposition 65(California): •Chemicals known to cause cancer: None of the ingredients is listed. •Chemicals known to cause reproductive toxicity for females: None of the ingredients are listed. -Chemicals known to cause reproductive toxicity for males: None of the ingredients are listed. •Chemicals known to cause developmental toxicity: None of the ingredients are listed. •Carcinogenic Categories • EPA(Environmental Protection Agency) None of the ingredients are listed. •IARC (International Agency for Research on Cancer) 7647-01-0 hydrochloric acid 3 •TLV(Threshold Limit Value established by ACGIH) 7647-01-0 hydrochloric acid A4 • NIOSH-Ca(National Institute for Occupational Safety and Health) None of the ingredients are listed. •Canada •Canadian Domestic Substances List(DSL) All ingredients are listed. •Canadian Ingredient Disclosure list(limit 0.1%) None of the ingredients are listed. (Contd.on page 11) Page 11/11 Safety Data Sheet according to 1907/2006/EC (REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision:24.11.2014 Trade name: Blue Bowl Cleaner v.5 (Contd.of page 10) • Canadian Ingredient Disclosure list(limit 1%) 7647-01-0 hydrochloric acid • Other regulations, limitations and prohibitive regulations This product has been classified in accordance with hazard criteria of the Controlled Products Regulations and the SDS contains all the information required by the Controlled Products Regulations. • Substances of very high concern (SVHC)according to REACH,Article 57 None of the ingredients are listed. •15.2 Chemical safety assessment:A Chemical Safety Assessment has not been carried out. tiaih5q, V[N:YJW. k i L' j. 'i `"�s�JQ( -1 rkt <SEC'�f�i 'f�.����� �-�'-»r��..'-�, � "�fi�` ��i 2'�'�a.�'�'�.`y��,x.�:.�y..rr, "�.-,�,� "kin`��f'� ,�w+y #' This information is based on our present knowledge. However, this shall not constitute a guarantee for any specific product features and shall not establish a legally valid contractual relationship. • Relevant phrases H290 May be corrosive to metals. H314 Causes severe skin burns and eye damage. H335 May cause respiratory irritation. R34 Causes bums.. . R37 Irritating to respiratory system. •Abbreviations and acronyms: ADR: Accord europeen sur le transport des marchandises dangereuses par Route (European Agreement concerning the International Carriage of Dangerous Goods by Road) IMDG: International Maritime Code for Dangerous Goods DOT:US Department of Transportation IATA:International Air Transport Association GHS:Globally Harmonised System of Classification and Labelling of Chemicals ACGIH:American Conference of Governmental Industrial Hygienists EINECS:European Inventory of Existing Commercial Chemical Substances ELI NCS:European List of Notified Chemical Substances CAS:Chemical Abstracts Service(division of the American Chemical Society) NFPA:National Fire Protection Association(USA) HMIS:Hazardous Materials Identification System(USA) WHMIS:Workplace Hazardous Materials Information System(Canada) Met.Corr.1:Corrosive to metals,Hazard Category 1 Skin Corr.18:Skin corrosion/irritation,Hazard Category 18 STOT SE 3:Specific target organ toxicity-Single exposure, Hazard Category 3 . . t 0 0 40 t` teat" ..:. !,‘ )1,. 5'..;,..--..4-4:7::•.1-tit ,~ :f i 111 :..,,,..=....tate...„ : ........,„!.. .ie .: _ ......,_:.,, ,. _,.r.- *4. C\ •w f 4 7 , 11,0 J Cleaning Strength The higher the minter the*elver the d•_ering power. TerraGreen HyPer Maxx 0 2X Strength, Hydrogen Peroxide All-Facility Cleaner • Green Sear' Certified - Environmentally Responsible • Powerful Cleaning Combination - Surfactants &Hydrogen Peroxide • Everywhere Cleaner- 11 Products in 1, for Housekeeping, Shower&Restroom, and Carpet Care • Dilution Control - Dispenses Accurately through Black or White Shadow Dispensers • Yields 3 Cleaning Strengths- Light, Medium &Heavy-Duty Double Strength Concentrate- Lowers In-Use Costs 28% to 45% Cleaning Strengths= 11 Products in One Bottle! Powerful hydrogen peroxide(H202) combined with surfactants.A potent oxidizer, H202 reacts with organic soils to remove dirt from surfaces and grout lines, reducing the need for hard scrubbing. Also reacts to the odor-causing compounds thus neutralizes malodors. Dispenses accurately through SCS2 Dilution Control-Fills Buckets,Equipment and Spray Bottles.Add Brulin's low-cost Maxima 256 Disinfectant Cleaner for a Maxx.Max Green Maintenance Program. Uses:Housekeeping: Degreaser,Odor-Eliminator,Cleaner for Floors,Glass&Multi- Surfaces•Carpet Care: Pre-Spray,Spot&Stain Remover, Extraction,Bonnet Cleaner•Shower&Restroom: Deodorizer,Odor-Eliminator,Cleaner for Floors, Glass,Grout,Soap&Scum Remover Typical Specifications Dilution Range Availability (product/water): 1:256- 1:20 Product No.191007 • 1 Gal/4 SCS2(RD) Working pH:6.0 •64 oz SCS2/4(33) Color:Gear Odor: Meadow Mist Hlth Rtng(In-Use): 1 USDA:Al (LG) TERRAGREEN HYPER MARX Product number:361057/191007 SAFETY DATA SHEET 1. Identification Product identifier TERRAGREEN HYPER MAXX Other means of identification Product number 361057/191007 Recommended use Multi Hard Surface Cleaner Recommended restrictions None known. Manufacturer/Importer/SupplierfDistributor information Manufacturer Company name Brulin&Company, Inc. Address P.O. Box 270 Indianapolis, IN 46206 United States Telephone Phone: 317-923-3211 Fax: 317-925-4596 Website www.Brulin.com Emergency phone number CHEMTREC 1-800-424-9300 2. Hazard(s) identification Physical hazards Not classified. Health hazards Acute toxicity, oral Not classified Acute toxicity,dermal Not classified Skin corrosionfirritation Not classified Serious eye damage/eye irritation Category 2A OSHA defined hazards Not classified. Label elements Signal word Warning Hazard statement Causes serious eye irritation. Prevention Wear safety glasses with side shields(or goggles).Wash hands thoroughly after handling. Response IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. If eye irritation persists: Get medical advice/attention. Storage Store away from incompatible materials. Keep out of the reach of children. Disposal Dispose of waste and residues in accordance with local authority requirements. Hazard(s)not otherwise None known. classified(HNOC) Supplemental information None known. 3. Composition/information on ingredients Mixtures Chemical name CAS number %by weight Hydrogen peroxide 7722-84-1 3-<8 Material name:TERRAGREEN HYPER MAXX SDS US 5705 Version#:01 Issue date:06-22-2015 1/6 TERRAGREEN HYPER MAXX Product number: 361057/191007 Chemical name CAS number %by weight Biodegradable Surfactant* Proprietary* 1 -<5 4. First-aid measures Eye contact Immediately flush eyes with plenty of water for at least 15 minutes. Remove contact lenses, if present and easy to do. Continue rinsing. If eye irritation persists:Get medical advice/attention. Skin contact Wash off with soap and water. Get medical attention if irritation develops and persists. Ingestion Rinse mouth. Get medical attention if symptoms occur. Inhalation Move to fresh air. Call a physician if symptoms develop or persist Notes to physician Provide general supportive measures and treat symptomatically. Keep victim under observation. Symptoms may be delayed. Most important Symptoms may include stinging,tearing, redness,swelling, and blurred vision. symptoms/effects,acute and delayed General information Ensure that medical personnel are aware of the material(s)involved,and take precautions to protect themselves. 5. Fire-fighting measures Suitable extinguishing media Water fog. Foam. Dry chemical powder.Carbon dioxide(CO2). Unsuitable extinguishing None known. media Specific hazards arising from During fire,gases hazardous to health may be formed. the chemical Special protective equipment Self-contained breathing apparatus and full protective clothing must be worn in case of fire. and precautions for firefighters 6. Accidental release measures Personal precautions, Keep unnecessary personnel away. Do not touch damaged containers or spilled material unless protective equipment and wearing appropriate protective dothing. Ensure adequate ventilation. For personal protection, see emergency procedures section 8 of the SDS. Methods and materials for Stop the flow of material, if this is without risk. Following product recovery,flush area with water. containment and cleaning up Never return spills to original containers for re-use.For waste disposal,see section 13 of the SDS. 7. Handling and storage Precautions for safe handling Avoid contact with eyes.Provide adequate ventilation. Do not mix with other chemicals.Wear appropriate personal protective equipment.Wash thoroughly after handling. Conditions for safe storage, Store in original tightly closed container. Store away from incompatible materials(see Section 10 including any incompatibilities of the SOS). Keep out of the reach of children. 8. Exposure controls/personal protection Occupational exposure limits US.ACGIH Threshold Limit Values Components Type Value Hydrogen peroxide(CAS TWA 1 ppm 7722-84-1) Control parameters US.OSHA Table Z-1 Limits for Air Contaminants(29 CFR 1910.1000) Components Type Value Hydrogen peroxide(CAS PEL 1.4 mg/m3 7722-84-1) 1 ppm Appropriate engineering Provide adequate local exhaust ventilation to maintain worker exposure below exposure limits. controls Provide eyewash station. Material name:TERRAGREEN HYPER MARX SDS US 5705 Version#:01 Issue date:06-22-2015 2/6 TERRAGREEN HYPER MAXX Product number: 361057/191007 Individual protection measures,such as personal protective equipment Eyefface protection Wear safety glasses with side shields(or goggles). Skin protection Hand protection Not normally needed. For prolonged or repeated skin contact use suitable protective gloves. Respiratory protection No personal respiratory protective equipment normally required. In case of insufficient ventilation, wear suitable respiratory equipment General hygiene Always observe good personal hygiene measures,such as washing after handling the material considerations and before eating,drinking, and/or smoking. Routinely wash work clothing and protective equipment to remove contaminants. 9. Physical and chemical properties Appearance clear Form Liquid. Color Colorless Odor Fresh Floral fragrance added Odor threshold Not available. pH 4-6(5-8 @ 1:20 to 1:256 dilutions) Melting pointffreezing point 32°F(0°C) Boiling point 212°F(100°C) Flash point None to Boiling Evaporation rate Not available. Flammability(solid,gas) Not available. Upper/lower flammability or explosive limits Flammability limit-lower Not available. (%) Flammability limit-upper Not available. (%) Vapor pressure Not available. Vapor density Not available. Solubility(ies) Solubility(water) Not available. Partition coefficient Not available. (n-octanol/water) Auto-ignition temperature Not available. Decomposition temperature Not available. Viscosity Water thin Specific gravity 1.03 VOC(Weight%) 0% 10. Stability and reactivity Reactivity The product is stable and non-reactive under normal conditions of use, storage and transport. Chemical stability Material is stable under normal conditions. Possibility of hazardous No dangerous reaction known under conditions of normal use. reactions Conditions to avoid Contact with incompatible materials. Do not mix with other chemicals. Incompatible materials Strong oxidizing agents. Hydrogen peroxide can break down from contact with strong alkalies, bleach, iron oxides, inorganic acid chlorides, reducing agents, and aluminum. Hazardous decomposition No hazardous decomposition products are known. products Material name:TERRAGREEN HYPER MAXX SOS US 5705 Version#:01 Issue date:06-22-2015 3/6 TERRAGREEN HYPER MAXX Product number: 361057/191007 11.Toxicological information Toxicological data Product Test Results TERRAGREEN HYPER MAXX(Mixture) Acute Dermal LD50 Rabbit>5000 mg/kg Acute Oral LD50 Rat: >5000 mg/kg Information on likely routes of exposure Eye contact Causes serious eye irritation. Skin contact No adverse effects due to skin contact are expected. Ingestion Expected to be a low ingestion hazard. Inhalation Prolonged inhalation may be harmful. Symptoms related to the Symptoms may include stinging,tearing,redness,swelling,and blurred vision. physical,chemical and toxicological characteristics Carcinogenicity This product is not considered to be a carcinogen by IARC,ACGIH, NTP,or OSHA. IARC Monographs. Overall Evaluation of Carcinogenicity Hydrogen peroxide(CAS 7722-84-1) 3 Not classifiable as to carcinogenicity to humans. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. Reproductive toxicity This product is not expected to cause reproductive or developmental effects. Chronic effects Prolonged inhalation may be harmful. Toxicological information Occupational exposure to the substance or mixture may cause adverse effects. 12. Ecological information Ecotoxicity The product is not classified as environmentally hazardous. However,this does not exclude the possibility that large or frequent spills can have a harmful or damaging effect on the environment Persistence and degradability Based on the biodegradability data of the components,this material is expected to be biodegradable. Bioaccumulative potential This material does not contain chemicals that have known bioaccumulative potential. Other adverse effects No other adverse environmental effects(e.g. ozone depletion, photochemical ozone creation potential,endocrine disruption,global warming potential)are expected from this component 13. Disposal considerations Disposal instructions Collect and reclaim or dispose in sealed containers at licensed waste disposal site. Dispose of contents/container in accordance with local/regional/national/international regulations. Hazardous waste code The waste code should be assigned in discussion between the user,the producer and the waste disposal company. Waste from residues/unused Dispose of in accordance with local regulations. Empty containers or liners may retain some products product residues.This material and its container must be disposed of in a safe manner(see: Disposal instructions). Contaminated packaging Empty containers should be taken to an approved waste handling site for recycling or disposal. Since emptied containers may retain product residue,follow label warnings even after container is emptied. 14. Transport information DOT Not regulated as dangerous goods. IATA Not regulated as dangerous goods. IMDG Not regulated as dangerous goods. Material name:TERRAGREEN HYPER MAXX SDS US 5705 Version#:01 Issue date:06-22-2015 4/6 TERRAGREEN HYPER MAXX Product number: 361057/191007 15. Regulatory information US federal regulations This product is a"Hazardous Chemical"as defined by the OSHA Hazard Communication Standard, 29 CFR 1910.1200. TSCA Section 12(b)Export Notification(40 CFR 707,Subpt.D) Not regulated. CERCLA Hazardous Substance List(40 CFR 302.4) Not listed. US EPCRA Section 304 Extremely Haz.Subs.&CERCLA Haz.Subs.:Section 304 EHS reportable quantity Hydrogen peroxide(CAS 7722-84-1) 1000 LBS US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. CERCLA(Superfund)reportable quantity Not listed. Superfund Amendments and Reauthorization Act of 1986(SARA) Hazard categories Immediate Hazard-Yes Delayed Hazard-No Fire Hazard-No Pressure Hazard-No Reactivity Hazard-No SARA 302 Extremely No hazardous substance SARA 311/312 Hazardous No chemical SARA 313(TRI reporting) Not regulated. Other federal regulations Clean Air Act(CAA)Section 112 Hazardous Air Pollutants(HAPs)List Not regulated. Clean Air Act(CAA)Section 112(r)Accidental Release Prevention(40 CFR 68.130) Not regulated. Safe Drinking Water Act Not regulated. (SDWA) US state regulations US. Massachusetts RTK-Substance List Hydrogen peroxide(CAS 7722-841) US.New Jersey Worker and Community Right-to-Know Act Hydrogen peroxide(CAS 7722-841) 500 LBS US.Pennsylvania RTK-Hazardous Substances Hydrogen peroxide(CAS 7722-84-1) US.Rhode Island RTK Hydrogen peroxide(CAS 7722-841) US.California Proposition 65 California Safe Drinking Water and Toxic Enforcement Act of 1986(Proposition 65):This material is not known to contain any chemicals currently listed as carcinogens or reproductive toxins. International Inventories • Country(s)or region Inventory name On inventory(yes/no)' Australia Australian Inventory of Chemical Substances(AICS) No Canada Domestic Substances List(DSL) No Canada Non-Domestic Substances List(NDSL) No China Inventory of Existing Chemical Substances in China(IECSC) No Material name:TERRAGREEN HYPER MAXX SDS US 5705 Version#:01 Issue date:06-22-2015 5/6 TERRAGREEN HYPER MAXX Product number:361057/191007 Country(s)or region Inventory name On inventory(yes/no)` Europe European Inventory of Existing Commercial Chemical No Substances(EINECS) Europe European List of Notified Chemical Substances(ELINCS) No Japan Inventory of Existing and New Chemical Substances(ENCS) No Korea Existing Chemicals List(ECL) No New Zealand New Zealand Inventory No Philippines Philippine Inventory of Chemicals and Chemical Substances No (PICCS) United States&Puerto Rico Toxic Substances Control Act(TSCA)Inventory Yes `A"Yes"indicates that all components of this product comply with the inventory requirements administered by the governing country(s) A"No"indicates that one or more components of the product are not listed or exempt from listing on the inventory administered by the governing country(s). 16. Other information, including date of preparation or last revision Issue date 06-22-2015 Version# 01 Disclaimer The information in the sheet was written based on the best knowledge and experience currently available. The information provided in this Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication.The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text.The information given is designed only as a guidance for safe handling,use, processing, storage,transportation,disposal and release. Material name:TERRAGREEN HYPER MARX 8D5 US 5705 Version#:01 Issue date:06-22-2015 6/6 SE 44* Alia ti� ., Degreaser .. / -- a (a— if ti 4`toysak'^• t�:_ Nile a , 'a _, - Aig { Cleaning Strength th 9 The higher the number the&anger the cleaning power. TerraGreen Degreaser Industrial Strength Cleaner/Degreaser • Green Sea1TM' Certified - Environmentally Responsible • Safe as It is Strong - Use on Virtually All Water-Safe Surfaces • Versatile- Cleans Wide-Range of Soils • Food Service Degreasing Green SealM Certified - independently proven to be an environmentally responsible cleaner. This high performance, heavy-duty green degreaser is a one-product industrial cleaner solution that cleans an amazing array of industrial soils on a wide variety of surfaces. Also for use as a top scrubber in the TerraGreen Floor Care Program. USES:Industrial Maintenance • Food Handling &Processing • Building Maintenance •Transportation Industries • Animal Facility Maintenance Typical Specifications Dilution Range Availability (product/water): 1:64- 1:11 Product No.361008 Typical Dilution: 1:64 • 1 Ga1/4(04) Working pH:9.6 •2.5 Ga1/2(07) Color: Blue-Green •55 Gal(55) Odor: Gtrus/Floral •275 Gal Tote(T3) Filth Rtng(In-Use): 1 •55 Ga1/8(ED) USDA:Al(LG) Product No.192O27 •64 oz SCS2/4(33) TERRAGREEN DEGREASER SC Product number: 192027 MATERIAL SAFETY DATA SHEET 1. Product and Company Identification Material name TERRAGREEN DEGREASER SC Product number 192027 Company information Brulin&Company, Inc. P.O. Box 270 Indianapolis, IN 46206 US www.Brulin.com Emergency CHEMTREC 1-800-424-9300 General information Phone:317-923-3211 Fax:317-925-4596 2. Hazards Identification Emergency overview Contact with this material can cause irritation to the skin,eyes and mucous membranes.This product is not considered to be a carcinogen by IARC,ACGIH, NTP,or OSHA. Potential health effects Eyes Contact will irritate or burn eyes. Skin This product may cause irritation to the skin. Inhalation Inhalation of mist causes irritation of respiratory system. Ingestion May cause temporary irritation of the throat,stomach,and gastrointestinal tract. 3. Composition / Information on Ingredients No hazardous ingredients. 4. First Aid Measures First aid procedures Eye contact Immediately flush eyes with plenty of water for at least 15 minutes. Remove contact lenses.Get medical attention if irritation develops or persists. Skin contact Wash off with soap and water. Launder contaminated clothing before reuse.Get medical attention if irritation develops or persists. Ingestion Have victim rinse mouth thoroughly with water.Do not induce vomiting.Never give anything by mouth to an unconscious person. If ingestion of a large amount does occur,seek medical attention. Inhalation Move to fresh air. If breathing is difficult,give oxygen.Get medical attention immediately. General advice If you feel unwell,seek medical advice(show the label where possible). 5. Fire Fighting Measures Flammable properties None known.The product is not flammable. Extinguishing media Suitable extinguishing Use any media suitable for the surrounding fires. media Protection of firefighters Protective equipment and Move containers from fire area if you can do it without risk. Use water spray to cool unopened precautions for firefighters containers. 6. Accidental Release Measures Personal precautions Do not touch damaged containers or spilled material unless wearing appropriate protective clothing. Keep unnecessary personnel away.Stay upwind. Keep out of low areas. Material name:TERRAGREEN DEGREASER SC MSDS US Material ID:4869 Version#:11 Revision date:03-22-2013 Print date:03-22-2013 1/4 TERRAGREEN DEGREASER SC Product number: 192027 Methods for containment Stop the flow of material, if this is without risk. Dike the spilled material,where this is possible. Prevent entry into waterways, sewers, basements or confined areas. Methods for cleaning up Large Spills:Dike far ahead of liquid spill for later disposal.Absorb with earth, sand or other non-combustible material and transfer to containers for later disposal. Small Spills:Wipe up with absorbent material(e.g.cloth,fleece).Clean contaminated surface thoroughly. Never return spills in original containers for re-use. Neutralize spill with a weak acid such as vinegar or acetic acid.After removal flush contaminated area thoroughly with water. 7. Handling and Storage Handling Avoid contact with skin.Avoid contact with eyes. Keep container closed. Storage Keep container tightly closed. Keep out of the reach of children. Use care in handling/storage. Manufacturer recommends storing above 40 F. 8. Exposure Controls / Personal Protection Engineering controls Use general ventilation. Personal protective equipment Eye/face protection Wear safety glasses with side shields.or goggles Skin protection Protective gloves.The use of neoprene gloves is recommended.The use of butyl rubber gloves is recommended.The use of polyvinyl chloride gloves is recommended. Respiratory protection No personal respiratory protective equipment normally required. General hygeine Handle in accordance with good industrial hygiene and safety practice. considerations 9. Physical & Chemical Properties Appearance clear Color blue green Odor citrus/floral fragrance added Odor threshold Not available. Form Liquid. pH 11.75(9.6 at 1:128 dilution) Freezing point 32 °F(0 °C) Boiling point 212 °F(100 °C) Flash point >212 °F(>100 °C) Pensky-Martens Closed Cup Evaporation rate Not available. Flammability limits in air, Not available. upper,%by volume Flammability limits in air, Not available. lower,%by volume Vapor density Not available. Specific gravity 1.091 Solubility(water) 100% VOC 0.28%w/w 10. Chemical Stability & Reactivity Information Chemical stability Stable at normal conditions. Conditions to avoid Do not freeze. Incompatible materials Strong oxidizing agents.Strong acids. Hazardous decomposition Carbon monoxide and carbon dioxide. products Material name:TERRAGREEN DEGREASER SC MSDS US Material ID:4869 Version#:11 Revision date:03-22-2013 Print date:03-22-2013 2/4 TERRAGREEN DEGREASER SC Product number: 192027 Possibility of hazardous Will not occur. reactions 11. Toxicological Information Local effects Irritating to eyes, respiratory system and skin. Toxicological information Meets GS-37 requirements for skin and eye irritation at the as-used dilution. 12. Ecological Information Ecotoxicity This material is not expected to be harmful to aquatic life. 13. Disposal Considerations Disposal instructions Dispose in accordance with all applicable regulations.This product, in its present state,when discarded or disposed of, is not a hazardous waste according to Federal regulations(40 CFR 261.4(b)(4)). Under RCRA,it is the responsibility of the user of the product to determine,at the time of disposal,whether the product meets RCRA criteria for hazardous waste. Waste from residues/unused Not applicable. products 14. Transport Information DOT Not regulated as hazardous goods. IATA Not regulated as hazardous goods. IMDG Not regulated as hazardous goods. 15. Regulatory Information US federal regulations All components are on the U.S. EPA TSCA Inventory List. CERCLA/SARA Hazardous Substances-Not applicable. Superfund Amendments and Reauthorization Act of 1986(SARA) Hazard categories Immediate Hazard-No Delayed Hazard-No Fire Hazard-No Pressure Hazard-No Reactivity Hazard-No Section 302 extremely No hazardous substance Section 311 hazardous No chemical State regulations This product does not contain a chemical known to the State of California to cause cancer,birth defects or other reproductive harm. Material name:TERRAGREEN DEGREASER SC MSDS US Material ID:4869 Version#:11 Revision date:03-22-2013 Print date:03-22-2013 3/4 TERRAGREEN DEGREASER SC Product number: 192027 16. Other Information HMIS rating Health 1/11/11 Flammability 0 Physical Hazard FTI Personal Protection a NFPA codes 0 1 0 Disclaimer The information provided in this Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication.The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process,unless specified in the text.The information given is designed only as a guidance for safe handling, use,processing,storage,transportation,disposal and release. Issue date 03-22-2013 Material name:TERRAGREEN DEGREASER SC MSDS US Material ID:4869 Version#:11 Revision date:03-22-2013 Print date:03-22-2013 4/4 ABLE BUSINESS SERVICES INC. CLEANING PRODUCTS & MATERIAL SUPPLY LIST General Check Floor Check Soap x Vacuums Sponges x x Vacuum Bags x Scrubbing Brush x Vacuum Attachments Paper Towels x x Brooms x jCleaning Rags x Dust Pans x Air Freshener x Mop Heads I x Rubber Gloves x Mop Buckets I x 40 Gallon Plastic Containers x Mopping Solution I x Pump Sprayer x Carpet Cleaner I x Rotary Scrubber/Roto Wash Machine Mop Buckets x Buckets x Carpet Extractors x Scrub Pad Mounting handle Floor Squeegee x *CPW x Kitchen - Bathrooms Garbage Bags x Toilet Bowl Cleaner x Tile Cleaner x Toilet Brush x Hand Soap x Mirror Cleaner x Surface Cleaner x Powdered Cleaner x Hand Soap x Shower Cleaner x Drain Cleaner x *CPW , x *Foamy Q&Ax *NABC Non Acid Disinfectant Bathroom Cleaner x NI intlowrs - Furniture *Glass Cleaner x Wood Polish x Squeegees x Furniture Polish x Glass Cleaner I x Duster I x Upholstery Spot Remover x Leather Cleaner x Floor Care - Other Floor wax x Paper Towels I00 Cases (Standby) x Floor Stripper x Toilet Paper 50 Cases(Standby) x *Orange Tough 40 x Toilet Seat Covers 20 Cases(Standby) x Cement Floor Finish x Lotion Type Hand Soap 30 Gallons(Standby) x *Wipe Away x Pressure Cleaner x *Wow! Brand The Green Stuff x *BH 38 x Floor Machines x I Burnishes x • Where indicated we have the Materials Data Safety Sheets available ABLE BUSINESS SERVICES INCORPORATED CLIENT QUALITY ASSURANCE CHECKLIST Date: On Site Supervisor: BLDG.STAFFING HOURS: Location: MATERIAL/EQUIPMENT ON HAND FOR CLEANING SUFFICIENT: YES. NO. SERVICE BEING PERFORMED ADEQUATELY: YES. NO 1.General Office Cleaning A. Dust and clean fixtures and office furniture,daily _ B.Spot clean door frames,walls,and switches, daily C.Empty waste paper and trash cans, as needed D.Damp wipes high and low shelves, frames,other surfaces,as needed. _ F.Polish furniture,desks, shelves, and clean vents/base boards, as needed. G.Vacuum and/or wipe fabric/leather/plastic furniture,as needed. _ FL Disinfect/clean and polish chairs and table legs I Drinking fountains,clean, polish and disinfect I.Vacuum/Wash mini-blinds as needed. 2.Floor Maintenance daily A Strip and wax all hard flooring -three coats wax quarterly _ B.Carpet cleaning, including stairways and landing-quarterly. C.Vacuum/remove spots from carpeted areas-daily _ D.Spray buff hard flooring -monthly E.Dust mop ceramics and resilient floor areas F.Strip and finish ceramic tiles, quarterly G.Pressure wash/scrub exterior floors, steps, docks, platform, as needed. H.Machine scrub concrete floors areas, as needed. 3.Restrooms A.Clean and polish restroom dispensers and fixtures, daily R Clean and disinfect sinks and Toilets, urinals, daily _ C.Spot clean walls and stalls, daily D.Wash restroom floors with germicide cleaner,daily_ E Clean and polish restroom metals and mirrors ,daily F.Restock paper and soap products, daily 4. Kitchens,Lunch Room,daily A.kitchen counters,tables/sinks with approved disinfect, daily B.Disinfect exterior of all appliances,daily C.Restock all paper and soap products, daily 5.Other Areas not listed, Supervisor Signature Date: Site Supervisor Date: ABLE BUSINESS SERVICES, INC. DAILY SIGN IN SHEET ' ,[ ` A. : .�:� ...s 4: .' "P':• .:1' 'c.. ' •/ I1. a. .;�•� .d. r�a .:d��. �• �. �, . p� ,.t . . ISdJ'C. ,A � , 1. z/'.;F yMl � }:' 4114 1 1 +1 ,/(•I ''r :.. r •tK v `'.. 'j rA I,.rK YR Is 1l � - a 1:Y j i i.l .� .:, .e ryIt : s+�° 3. i�� I t $511..1 'iyli n ; iI, 4 /.;�3 r+ C ` - �. . 'k'�it .. •�;.c.[ r::5.• .....,,. :x}.�:: `,,zxi ,�S'�{{,(. ��"di �c 13� �� � ^ �I H it p f� 1 i� � 'b t.';��-;JS:, rr lY C 71�; A\\\t� � , .X.e. .`a'. �,.: (`... y^i�•-y wT ii` T .} •r(r A \ • �J`` },1 j.. i'. I ti � :;;-4 Date: Able Business Services, Inc. Job Performance Review & Site Inspection EMPLOYEE & FACILITY INFORMATION Name of Employee Being Reviewed: DATE: A.B.S. REP.: FACILITY NAME/ADDRESS: EVALUATION Unsatisfactory Below Average Average Satisfactory Excellent Office Area Restroom Hallways Waiting/Reception Area Conference Rooms Lobbies Gym/Lockers Kitchens Exteriors Other Areas: COMMENTS: FACILITY REPS OBSERVATION: Signature: Print Name: TAB 4 Exhibit C Revised Cost Proposal Form APPENDIX E A 1 A ik Ainr A ._ vif I 7r-N. L.. . . Revised Cost Proposal Form 2017-070-JC Janitorial Services Failure to submit the attached Revised Cost Proposal Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 REVISED COST PROPOSAL FORM Failure to submit REVISED Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Proposer affirms that the prices stated on the revised cost proposal form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Revised Cost Proposal Form shall be completed mechanically or, if manually, in ink. Revised Cost Proposal Form completed in pencil shall be deemed non-responsive.All corrections on the Revised Cost Proposal Form shall be initialed. ZONE 2 Description Extended Total Item p Quantity U/M Unit Cost (Quantity_X_UnitCost) A4. iectrewave-Building '2 45.4344y $ $ A2 Fleet Maintenance 3 buildings 52 Weekly $ 328.85 $ 17,100.20. A3 Sanitation Administration Offices 52 Weekly $ 326.92 $ 16,999.84 A4 62 weekly $ $ A5 cean Rescue 52 Weekly $ 328.85 $ 17,100.20 A6 MBPD Internal Affairs 52 Weekly $ 35.97 $ 1870.44 Police Station Headquarters Al (includes dedicated porter) 52 Weekly $ 1634.61 $ 84,999.72 A8 Police Garage 52 Weekly $ 392.30 $ 20,399.60 A9 Historic City Hall 52 Weekly $ 570.15 $ 29,647.80 ra42 Firc Staticr 52 yup $ $ A44 ileys-&CirIs u6 42 1.34€4 y $ $ Al2 555 Building(17th St) 52 weekly $ 175.31 $ 9,116.12 A43 sanitation terage rat weekly $ $ A14 South Shore Community Center 52 Weekly $ 306.16 $ 15,920.32 PAL Building A15 jincludes dedicated porter) 52 Weekly $ 326.92 $ 16,999.84 A16 10th Street Beach Patrol 52 Weekly $ 13.89 $ 722.58 44 finclu se#er4 a2 y $ $ A18 10th Street Auditorium 52 Weekly $ 194.26 $ 10,101.52 City Hall(1700 Convention Center Dr1 A19 (includes dedicated porter) 52 WeQky i 1618.27 i 84,150.04 A20 1755 Meridian Ave 52 Weekly i 1977.88 $ 102,849.76 A21 777 Buildin 1/gR701 Meridian Ave 52 WPekly A 557.69 A 28,999.88 ZONE 2: SUB-TOTAL ANNUAL COST $ 486'877.86 ZONE 3 Item Description Quantity U I M Unit Cost Total(Quantty_x_Unit_Cost) 81 Marine Patrol 52 weeny $ 22.07 $ 1,147.64 B2 Property Management 52 weekly $ 49.04 $ 2,550.08 B3 Public Works Operations 52 weekly $ 325.29 $ 16,915.08 84 F.ife4ta4ienimifiis4Fative.Affeees 62 46.4ekty $ $ 86 52 ok•ekiy $ $ 84 4FQ--$48tio+4.#.2-44iste46 52 Weekly $ $ Scott Rakow Youth Center 87 (includes dedicated porter) 52 weeny $ 900.97 $ 46,850.44 B8 Scott Rakow Youth Center-ICE RINK 52 Weekly $ INCLUDED 57 $ INCLUDED 57 gg Af4a statien4# 62 $ $ B10 Police Sub Station North Beach 52 weekly $ 37.63 $ 1955.20 84. Mise-gtatien-#4 62 $ $ r eatfe 62 INee44, $ $ r3 B14 Normandy Shores Guardhouse 52 weeidy $ 3.27 $ 170.04 644 Log Cabin -.- 64 $ $ B16 Parkin• Meter Shop Facili _ Ba Road) 52weed 38.12 . 1,982.24 ZONE 3: SUB-TOTAL ANNUAL COST $ 71,573•72 ZONE 4 Item Description Quantity U/M Unit Cost Total(Quantity X_Unit_Cost) Cl 7th Street Parking Garage 52 weekly $ 3431.88 $ 178,457.76 C2 12th Street Parking Garage 52 Weekly $ 711.06 $ 36,975.12 C3 13th Street Parking Garage 52 weekly $ 1402.50 $ 72,930.00 C4 16th Street Parking Garage 52 weekly $ 3695.87 $ 192,185.24 C5 17th Street Parking Garage 52 wee $ 7756J5 $ 403,325.00 C6 Pennsylvania Parking Garage klY 2656.25 52 Weekly $ $ 138,125.00 C7 42nd Street Parking Garage 52 weekly $ 3393.75 $ 176,475.00 C8 Sunset Harbour Parking Garage 52 weekly $ 2898.46 $ 150,719.92 68 Straet.Packiag6a€age62 weekly $ $ 010 1755 Meridian Garage 52 Weekl $ 3553.13 $ 184,762.76 ZONE 4: SUB-TOTAL ANNUAL COST $ 1,533,955.70 ROM mar €y U l M . 84 $62 wee4ey $ CG $ $ 0.4 goar44444 42 kaiegky $ $ 62 weiiikiy l6 Seaaerce $ $ 42 Wee44y $ $ I Bewe1.6 $ $ 88 Ulegua t $ $ ZONE - e . . -. $ ZONE 6 Item Description Quantity U i M Unit Cost Total(Quantity_X_unit_Cost) Flamingo Pool Facility El (includes dedicated porter) 52 11111 $ 163.46 $ 8,499.92 Normandy Isle Park Pool Facility 52 mem Crespi Park Building Muss Park Buildin., Pavilion&Restrooms E5 Stillwater Park Building Weeld , .08 E6 Tatum Park Building E7 North Shore Park Band Shell-Amphitheatre North Shore Park Youth Center/Tennis E8 (includes dedicated porter) 52 weem $ 552.50 $28,730.00 E9 Fairwa Park Ravillier.Center&Restroom El0 North Shore Park Restroom(New FY18) € 42 uuaewy $ $ ✓ 3 >Weer';y $ $ 4 62 w $ $ € 42 >ataeaay $ $ E16 Normandy Shores Park Restroom&Storage 52 Weekly $ 15.53 $ 807.56 South Pointe Park Restroom and Facilities Ell (includes dedicated weekend porter)1st Street 52 Weekly $ 13.08 $ 680.16 Malone Stoneman Douglas-Beach Restroom - E18 3rd Street 52 Weekly $ 9.81 $ 510.12 Lummus Park-Beach Restroom-6th Street El 9 (includes dedicated weekend porter) 52 Weekly $ 16.35 $ 850.20 Lummus Park-Beach Restroom-10th Street E20 (includes dedicated weekend porter) 52 weekly $ 8.50 $ 442.00 Lummus Park-Beach Restroom -14th Street E21 (includes dedicated weekend porter) 52 Weekly $ 24.52 $ 1275.04 Collins Park-Beach Restroom -21st Street E22 (includes dedicated weekend porter) 52 Weekly $ 14.12 $ 734.24 E23 Pancoast Park-Beach Restroom -35th Street 52 Weekly $ 8.37 $ 435.24 E24 Indian Beach Park-Beach Restroom-46th Street 52 Weekly $ 10.63 $ 552.76 E25 Beach View Park-Beach Restroom-53rd Street 52 Weekly $ 14.12 $ 734.24 E26 Allison Park-Beach Restroom -64th Street 52 Weekly $ 8.37 $ 435.24 E27 North Shore Open Space TFailer9#'ses Park52 mem $ 9.15 $ 475.80 E28 Parks Maintenance Facility 52 weekly $ 89.90 $ 4674.80 Flamingo Park Tennis Center E29 (includes dedicated porter) 52 Weekly $ 102.98 $ 5354.96 Flamingo Park Baseball,Softball,&Football Field Restrooms 1,529.84 i E30 (includes dedicated ports 52 Weekly $ 29.42 $ 71st Street Unidad Public Restroom E31 includes dedicated weekend..rter 52 I weekly $ 9.07 $ 471.64 E32 North Shore Open Space Trailer Offices 52 weekly $ 9.15 1 475.80 E • $2 we y $ I E34 Altos del Mar Park.-Restroom Buildin• 52 weekly $ 18.63 1 968.76 E35 Maurice Gibb Memorial Park-Restroom Building 52 Weekly 1 3.20 1 166.40 Mid Beach Community Park-Restroom Building E36 O•enin• TBD _ 52 weekly 1 4.51 Q Y' 234.52 ea E37 Park Ran r_Facili 52 weekly $ 8.17 / 424.84 I! 4eac#F-Fe44-R46#90aFPG-14;4444epoise ZONE 6: SUB-TOTAL ANNUAL COST $ 81,202.68 PLEASE ADD ALL ZONES (2, 3, 4, 6) FOR TOTAL ANNUAL COST TO CITY OF MIAMI BEACH: Fl $ 2,143,706.80 ADDITIONAL SERVICES AS NEEDED.AND OUTSIDE OF THE REQUIRED PERIODIC FREQUENCIES ESTABLISHED IN THE RFP) 01 Deep Cleaning Carpet Cost Per Square YaRii Foot $ •3° G2 Steam cleaning of chairs Cost Per Unit Cleaned $ 5.00 PER CHAIR G3 Steam cleaning of sofas Cost Per Unit Cleaned $ 17.0o PER SOFA G4 Pfsesure ♦ea eaf $ G5 Stripd Wax Cost Per Square Foot A •35 G6Scrub and Recoat _ Cost Per Sguare Foot .20 Post-Construction Cleanup(i.e., removal of heavy dust, wipe down fixtures/furniture, vacuum G7 carpets,clean air vents) _ ( Cost Per Square Foot $ 5.°° , Bidder's Affirmation Company: ABLE BUSINESS SERVICES INC. Authorized Representative: Address: 1234 N.W. 79 STREET,MIAMI, FLORIDA 33147 Telephone: 305-636-5099 Email: ablmaintl©bellsoutt:.net Authorized Representative'sSignature: 9f/L�"„_. „t 111 NM ME MI III 1.1 8111 111 111 Able Business Service, Inc. 1234 N.W.79th Street,Miami,Florida 33147 Phone:305-636-5099 Fax:305-638-8082 E-Mail: ablmaint1(&bellsouth.net REQUEST FOR PROPOSAL—JANITORIAL SERVICES 2017-070-JC William Berry President/CEO �+ N El z E-+ z 0 cV O as E'~ TAB 1 1 -== looms Able Business Service, Inc. 1234 N.W.79th Street,Miami,Florida 33147 Phone:305-636-5099 Fax:305-638-8082 E-Mail: ablmaintlnbellsouth.net February 14,2018 City of Miami Beach Procurement Department 1755 Meridian Avenue,3rd FIoor Miami Beach, Florida 33139 Request for Proposal—Janitorial Services 2017-070-JC Able Business Services is pleased to submit our proposal to provide innovative, science based products, equipment and methods in providing superior cleaning techniques in servicing your facilities at City of Miami Beach. At an early age, I worked in my family small janitorial business and later in life I worked as a Vocational Rehabilitation professional and retired after 30 plus years as the Regional Administrator for the Florida Vocational Rehabilitation/Division of Blind Services. After my retirement to achieve success in the janitorial business I sought and received franchised health based cleaning training by professional cleaning industry leaders. As an industry trained professional our cleaning program focuses on our microfiber cleaning techniques, such as microfiber mopping, electrostatic dusting, multi-filtration vacuuming, and color coding to prevent cross contamination. Also, it's important to note through science based technology it's a proven fact in determining whether a facility is clean or not you can't go by appearance alone, but on the absence of germs and bacteria that can't be seen. ABS customer base over the past 18 years has provided us with the kind of experience and expertise that's required to service the professional janitorial needs of both private institutions as wellas governmental entities. We have been the successful janitorial vendor for Miami Dade County, State of Florida, Jackson Health Systems, City of Miami, City of South Miami, TIB Banks, the US Department of Agriculture as well as several other federal governmental entities. Most of these contracts were of similar types whereby the expectations were very high in regard to maintaining consistent clean facilities. Our average length of tenure with these contracts and our success is reflective of the breath of our operational knowledge relative to managing their unique demands for perfection. We are certified by the U.S. Small Business Administration in Janitorial, Landscaping, Facility Management, and Vocational Rehabilitation Services. We are certified as a DBE by the State of Florida, and SBE by both Miami Dade County, and Broward County, Florida. Our average yearly gross income averages flour million dollars. We have ten million dollars worth of liability insurance coverage, as well as five hundred thousand dollars of vehicle liability coverage. We also have five million dollars of bondability through FCCI Insurance Group. Also, please understand we employ a diverse work force of some 135 persons and if we are awarded this contract, we will be using our combined experience of more than sixty (60) plus years in the fields of; professional rehabilitation, training & employment, health sciences, to employ and train mentally and physically challenged U.S. Veterans. Please be informed, we have partnered with Clean All Supply. Our partnership enables us to provide our customers with safer and healthier working environments to their properties. 1 In conclusion, we will be committed to your satisfaction each and every day and through the duration of this contract, and we look forward to this opportunity to provide you with professional janitorial services in a mutually beneficial business partnership. Si e y, ram Berry President/CEO APPENDIX A k i. tit. 4. i 4 ITfk% r P -- 4 pik, ;: :: I V ill 0 Iv 1 : w,,,04. L. I - %. ‘,,„,.e, !: 1 Proposal Certification , Questionnaire & Requirements Affidavit 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 MIAMI BEACH Solicitation No: Solicitation Title: 2017-070-JC Janitorial Services Procurement Contact Tel: Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Able Business Services Inc. No of Years in Business: No of Years in Business Locally: 18 18 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: NONE FIRM PRIMARY ADDRESS(HEADQUARTERS): 1234 N.W.79 STREET CITY: Miami STATE: Florida ZIP CODE: 33147 TELEPHONE NO.: 305-636-5099 TOLL FREE NO.: FAX NO.: 305-638-8082 FIRM LOCAL ADDRESS: 1234 N.W. 79 STREET CITY: Miami STATE: ZIP CODE: Florida 33147 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Mr.William Berry ACCOUNT REP TELEPHONE NO.: 305-636-5099 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: ablmaintl@bellsouth.net FEDERAL TAX IDENTIFICATION NO.: 651156551 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information,financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. MIAMI BEACH'. 1. Veteran Owned Business.Is Pro ser claiming a veteran owned business status? YES xx I NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and 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 entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly,an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation. Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non erformance by any public sector agency? YES XX NO SUBMITTAL REQUIREMENT: If answer to above is `YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City 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 Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request.The Code shall,at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. MIAM!BEACH 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft.Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits'to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? xx I YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? y YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health YES YES Sick Leave YES YES Family Medical Leave YES YES Bereavement Leave YES YES If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. ,�`,��, AM B EAC H 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11 Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12, Fair Chance Requirement. Beginning on December 1, 2016, the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the city's Fair Chance Ordinance, set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt WB Addendum 1 WB Addendum 6 WB Addendum 11 WB Addendum 2 , WB Addendum 7 WB Addendum 12 WB Addendum 3 WB Addendum 8 WB Addendum 13 WB Addendum 4 WB Addendum 9 WB Addendum 14 WB Addendum 5 WB Addendum 10 WB Addendum 15 If additional confirmation of addendum is required,submit under separate cover. MIAMI BEACH DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City')for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicants affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied,as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award wit be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,at Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. MIAMI BEACH. PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposers Authorized Representative: Title of Proposers Authorized Representative: WILLIAM BERRY PRESIDENT/CEO Signature of P...secs Authorized Represent. -: Date: / r FEBRUARY 12,2018 4Lamd State of FLORIDA ) On this 12 day of FEBRUARY ,2018,personally appeared before me WILLIAM BERRY who County of MIAMI DADE) stated that (s)he is the PRESIDENT/C E 0 of ABLE BUSINESS SERVICES, INC., a corporation, and that the instrument was signed in behalf of the said corporation by authority . •oard of directors and acknowledged said instrument to be its vol. . 7 a a,. deed. :-fore - .� _ice►/ N•,�ryPublic forte Stat- .f Florida My Commission Expires: V4" + "+X'g'•. AUCIA TUCX ER4IARTE PF.w 111'coMMlS.S10N s FF 962e65 EXPIRES January 13,2029 T �'•o'::•.• Bonded Ttru Notary Public Undenadt.na i APPENDIX A MIAMI BEACH PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT SUBMITTAL REQUIREMENTS 1. No documents required. 2. No documents required. 3. See attached List of References. 4. No documents required. 5. Mr. William Berry, President/CEO. Mr. Berry has not contributed directly or, indirectly to a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Able Business Services, Inc. will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. 7. No documents required. Able Business Services, Inc. agrees to the living wage requirement. 8. No documents required. 9. No documents required. Able Business Services, Inc. agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10.No documents required. Able Business Services, Inc. agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 1 1.No documents required. Able Business Services, Inc. agrees it is and shall remain in full compliance with Resolution 2016-29375. 12.No documents required. Able Business Services, Inc. agrees it is and shall remain in full compliance with Resolution 2016-29375. 13.No documents required. Able Business Services, Inc., references to show depth of similar experience. 1. Company/Entity Name: Miami Dade County Transit Address:701 N.W. 1 Street City, State, Zip: Miami. Florida 33136 Project Manager of Entity: Derek Gordon Title: Assistant Manager Phone No.:3055253948 Email Address: dgo(a�miamidade.gov Start Date 2014 End of Services /Contract Date: Present Name of your Operations Manager/Lead Supervisor for the Facility: Casper Berry Approximate Square Footage of all buildings custodial services were provided for. 1 million sq. ft. Number of buildings on serviced: 3 How many different address locations were serviced for this account? 8 Use of a daytime custodian to perform the services: Yes XX No Number of days per week that services were provided : 5 Days Weekly And As Required Detail custodial cleaning tasks/services performed Responsible for providing pristine level cleaning of Countywide Mass Transportation Bus Fleet and Bus Terminals at several locations. 2.Company/Entity Name: Miami Dade County Water & Sewer Department Address: 3071 S.W. 38 Avenue City, State, Zip: Miami. Florida 33146 Project Manager of Entity: Cheryl Thomas-Hughes Title: Purchasing Specialist Phone No.:3053335842 Email Address:cthug01(a�miamidade.gov Start Date 2008 End of Services /Contract Date: Present Name of your Operations Manager/Lead Supervisor for the Facility: Casper Berry Approximate Square Footage of all buildings custodial services were provided for 250,000 Number of buildings on serviced :3 How many different address locations were serviced for this account ? 3 Use of a daytime custodian to perform the services: Yes XX No Number of days per week that services were provided : 5 Days Weekly and As Required Detail custodial cleaning tasks/services performed Responsible for daily full service ianitoriaVcustodial services leaning of administrative offices,stripping,waxing,and buffing floors,and shampooing carpets. 3. Company/Entity Name: Jackson Health Systems Address: 901 N.W. 17 Street City, State,Zip: Miami. Florida 33125 Project Manager of Entity: Michael Hughes Title: Director of Environmental Services Phone No.: 3055857270 Email Address: michael.hughes-con(ajhsmiami.orq Start Date 2011 End of Services I Contract Date: Present Name of your Operations Manager/Lead Supervisor for the Facility: Casper Berry Approximate Square Footage of all buildings custodial services were provided for.250,000 Number of buildings on serviced :1 How many different address locations were serviced for this account? 1 Use of a daytime custodian to perform the services: Yes XX No Number of days per week that services were provided :As Required Detail custodial cleaning tasks/services performed Responsible for full service ianitoriaVcusfodjal services pressure washing,stripping and waxing,carpet shampooing,window washing,and appliance dealing. 4.Company/Entity Name: Miami Dade County Public Works Department Adqress:4299 Rickenbacker Causeway City, State, Zip:Key Biscayne, Florida 33149 Project Manager of Entity:Alonzo Kendricks Title:Waste Management Supervisor Phone No.:3057730156 Email Address: wbw@miamidade.gov Start Date 2013 End of Services I Contract Date: Present Name of your Operations Manager/Lead Supervisor for the Facility:Casper Berry Approximate Square Footage of all buildings custodial services were provided for: 250,000 Number of buildings on serviced :.5 How many different address locations were serviced for this account?.5 Use of a daytime custodian to perform the services: Yes XX No Number of days per week that services were provided : 3 Days Weekly and As Required Detail custodial cleaning tasks/services performed Responsible for providing daily full service janitorial/custodial services for administrative offices including stripping and waxing of floors. 5.Company/Entity Name: City of Miami Address:444S.W 2"d Avenue City,State, Zip: Miami, Florida 33130 Project Manager of Entity: Pearl Bethel Title: Contract Manager Phone No.: 3052704943 Email Address:pbethel(c�miamigov.com Start Date March, 2016 End of Services/Contract Date: Present Name of your Operations Manager/Lead Supervisor for the Facility: Patricia Lopez Approximate Square Footage of all buildings custodial services were provided for. 1 million sq. ft. Number of buildings on serviced : 36 How many different address locations were serviced for this account?39 Use of a daytime custodian to perform the services: Yes XX No _ Number of days per week that services were provided : 5 Days Weekly and As Required Detail custodial cleaning tasks/services performed Responsible for providing full ianitorial/custodial services for various governmental buildings/properties, to include Public Works, Police Departments, Museums, Marinas, and Administrative Offices/Buildings. APPENDIX C tviAMBE _ Minimum Requirements & Specifications 2017-070-JC Janitorial Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 Exhibit H Revised Scope of Services, Sections C2-C3. 05 C2.STATEMENT OF WORK REQUIRED Able Business Services, Inc. is a qualified Contractors)seeking to provide dtywidejarrtcrial leaning services for City facilities and City p idic spaces, identified as fnllons:Zone 2 South, Zone 3 Nath, Zane 4 Parking and Zone 6 Pains. (For the purposes of this RFP, Zone 1 and Zone 5 does not apply.) We will provide all supervision, administrative and technical support, labor, materials, supplies and equipment, and will plan, schedule, coordinate and assure effective completion of all cleaning services described herein. We will provide services to all areas requiring services within each Zone including, but not limited to, cleaning of all offices, conference rooms, and common areas, lobbies, hallways, waiting areas, kitchens, break rooms, entrances, sidewalks, janitorial closets, elevators (passenger and freight, if applicable), stairwells and landings (if applicable), restrooms, restroom lobby areas, and any applicable beach facilities. All work will be performed in accordance with the highest cleaning and environmental standards including: • 'SSA CIMS-GB - Greenseal GS-42(services) • Greersed GS-37 and GS-37(products) We will be fully responsible for providing customer service, quality control and all other services listed herein. We will determine, by way of our proposal, and in accordance to the minimum requirements of the RFP,the manner in which services are to be performed by Zone and location,allocation of labor hours needed to perform the task(s), cleaning methods and required supplies, materials and equipment, in order to successfully complete the required work. C3. TECHNICAL SPECIFICATIONS We understand that the facilities may be occupied as indicated by the City in Appendix G, Facility Locations, of the RFP. We will provide janitorial services consistent with meeting and exceeding the requirements of the RFP, and in accordance with the approved Comprehensive Cleaning Plan, which will detail o u r project approach, indicating the means and methods for meeting the City's janitorial services requirements, and will be provided by all proposers with their RFP submittal response package, as identified in Section 0300, TAB 3, of the RFP. We understand that during evening services, lights will be turned off as areas are completed, except in the immediate area where work is being performed The City of Miami Beach reserves the right to adjust work hours to serve the specific needs of the facility. When a City-observed holiday falls on a regularly scheduled service day, and the City facility is not accessible to us, we will perform the regularly scheduled services on the next workday following the holiday closure. Exceptions will require arrangements with the City's Property Management Director,or designee. A complete listing of facilities and current operating hours within the facility is provided and attached as Appendix G, Facility Locations. Times of operation may be subject to change at the City's discretion. We will, at a minimum, provide the City with janitorial and related services in accordance with the following standards and frequency expectations: Balance of Page Intentionally Left Blank C3.01 SCHEDULE OF JANITORIAL SERVICES - OFFICES, WORKSPACES, LOUNGES, LOBBIES, ENTRANCES,COMMON AREAS, HALLWAYS,EXTERIORS,CORRIDORS A. At Each Visit 1. We w i I I e ri qty wast,trash cans,and recycling bins in decicated containers. 2. We will replace bag liner if ripped, sciled or wet for wastebasket and tr-ashcans(Fdecyding bins shaid not have liners). 3. We will dispose of all collected refuse to an outsidedurrpster. 4. We will empty recycle containers and deposit material into ciecicated,outside recyding collecticn container. 5. We will empty and dean all ashtrays and cigarette receptacles(inducing those on stairwell landings and outside of building entrances). 6. VAk will dean all table and counter surfaces not having paper or materials stored on them. 7. We will dispose of any c dboad packing or cdscarded materials or items left for removal to outside dirpster. 8. We w i i l c lean any area or item that obviously needs it rrreciate attention due to incidental spills,leaks or debris. 9. We will clean all glass main entry doors. 10. We will sweep and darrp mop all had flooring(inducing elevators and stone sufaoed flooring spot dean any dirt or stains with appropriate cleaners and solvents as needed to maintain an acceptable appearance.) 11. We will varum all carpeted areas, inducing walk-df nuts,entrance mats, and rugs. 12. We will refill hand towel cispertsers. 13. We will clean and sanitize clinking fountains. 14. We will sweep dean all lanciings and stairwells. 15. We will spot dean any obvious stains or sells in meted arm with appropriate/approved deaner(s). 16. V1k will dean all doors(inducing glass doors)and frames,sweep mats,rernoue spider webs, remove gum. 17. 1/1k vvi I I ensure that all glass and metal surfaces cf facility entrance/exit doors and lobbies interior and exterior shall be cleaned. 18. V‘e V1, will dust ail wall hangings and deccratiue light fixtures. 19. V1,will ensure that wooden sufaces will be maintained with a City approved polish. Every effort wil I be made so no rings,spills,or ncticeabiedust is visible. 20. V1k will dean arxi/or polish tables, benches, and chairs.V1kt Bearing may be required with gerrricic dam. 21. We will spat dean light switdies and walls. 22. V.e will collect and dispose of debris and litter in parking areas, sidewalks, and txeezeways. 23.We will monitor exterior trash receptacles,rerrrking trash as-needed, and replacing liners. B. Weekly 1. We will pdish fumitr . 2. W e will c lean and polish all table and counter sufaoes which are free of material. 3. We will wipe down all interior wirxiowframes,and sills with darrp cloth. 4. We will clean all non-glass doors and door frames. 5. We will wipe down all shelving with damp cloth. 6. W e will v acu mall fabric covered furrrtueand partitions 7. We will w ipe down elevator walls,polish interior cab with ail purpose ding spray or furniture polish. 8. We will c leen all elevator had railings and metallic wail panels with starless steel denier/pdish. 9. We will ensure that a II first floor eerier windows will be cleaned as needed. C. 13-11l4aeldy 1. We w i I I c lean all blinds,wall plates,door hardware and stairwell railings. D. Monthly 1. We will dust and dean all air conditioning registers and air return vents. 2. We will clean all vinyl furniture with vinyl loaner. 3. We will scrub, rinse, spray buff and wax hard floors(excluding stone surfaced flooring, utilizing proper floor care machinery). 4. We will wipe down all walls and dean any spider webs from corners or ceilings. 5. We will clean interior window glacs. 6.. We will clean baseboards. 7. We will detail dean all horizontal or vertical surfaces so that no visible dirt, dust, cobwebs, or streaks are visible, including all furniture, edges, corners, baseboards, walls, air vents, and door frarres (high and low dusting, etc) from floor to ceiling. Include all custodial closets, stairwells, entrance areas, and planters, and any other item or area within the scope of this Contract. 8. We will ensure that telephones must be periodically cleaned using a gem-iddal cleaner disinfectant. E. Carte fy 1. We w i II s crub and recoat hard floors(exduding stone surfaced flooring,utilizing proper floor care rrachinery.(This service is to be provided within fifteen days of start-up of contract or trial period and performed quarterly thereafter). F. Serra-Annually 1. We will s trip and wax hard floors,3-coat minimum(excluding stone surfaced flooring,utilizing proper floor care machinery.(This service is to be provided within fifteen days of start-up of contract or trial period and performed quarterly thereafter). 2. We will vacuum fabric partitions throughout the City facilities. G. Annually 1. We will clean all blinds. Cleaning shall occur at the same time interior window surfaces are cleaned. 2. We will ensure after leaning, all blinds shall operate properly and contain no visible streaks, smears or dust. 3. We understand that vertical blinds may be deaned in place using chemicals designed for vinyl deaning. H. Carnet Snot Cleaning 1. We will ensure spot cleaning will be performed utilizing extraction method. 2. We will ensure that carpet will be free of any dirt, dust, lint, stain or foreign nutter as determined by the Contract Manager, Facility Manager or designee. 3. We will ensure cleaning procedures and chemicals shall be used in accordance with manufacturer's recommendations and warranty conditions. 4. We will spot dean any spotted and stained areas,as needed or as requested. 5. We will ensure when spot cleaned,affected carpet areas shall blend with adjacent areas. 6. We will ensure that no dirt on carpets is left, in corners, near baseboards, behind doors,or under any furniture. 7. We will wipe baseboards in carpeted areas free of dust. 1. Able Business Services Inc., in addition to standard janitorial services, wi I I provide porter services at City of Miami Beach Police Departrrent Headquarters (40 hours per week) and Scott Rakow Youth Center (7 days per week, 12 hours daily), City Hall (40 hours per week), North Shore Park Youth Center(7 days per week. 35 hours per week), Flamingo Park (pod, tennis, restrooms are 7 days per week, 28 hours per week), PAL building (weekdays Monday-Friday 20 hours per week), and weekend dedicated porter service and weekday roving service for public restrooms, as identified in Exhibit E,will meet or exceed the following requirements: 1. We will m air>tain entrances and lobbies,(inducing perking garage)wirdows, doors,and dusting. 2. We will maintain cleanliness of waterfountains. 3. We will c orrplete restroom service; mirimm once for a 4-hour shift and twice for an 8-hour shift, and as needed throughout the day. Rastodk and empty trash as needed 4. We will dust all interior signage inducing lobby and common areas. 5. Kitchenettes: V1e will empty trash, dust window sills, wipe down exterior and interior of cabinets, wiping down counter and sink areas. 6. We will maintain custodial storage areas, keeping active inventory of supplies and all custodial closets clean and neat. 7. Facility exterior cleaning: We will check all entrances and parking garages for paper and trash, empty all trash and smoking containers. 8. We will report any maintenance items needing repair in the Control Book. 9. We will report any custodial issues arising from tenants and to the City's Zone Manager via the Control Book. 10. We will remove recyclable waste if needed. 11. V1e will assist vaourring office areas and spot deaning as needed 12. Healthcare and related Facilities \Ab will provide inmeciate response to all dean-ups, inducing full aJstocial Jeering of affected areas if regtined by the City. 13. \Ae will ensure that day clstocians shall provide ongoing service for entrances, corrrnon areas, restroorrs, emergency spill rerrnval from carpets and had flooring, rainy day safety precautions(pct out mets, srgrs and keep floors mopped dry), and other dear>irg-related duties. 14. V1e understand that the C iWs Zone Manager will have authority to cirect the day porters to perform specal dearing duties between the hours of 8:00 am and 5:00 p.m,net to exceed five(5)hors per week, Par day porter. C3.02 SCHEDULE OF SERVICES- RESTROOMS A. At Each Visit 1. We will c lean all tumors. 2. V•k will replenish soap,toilet tissue and had towels. 3. V1,e will sweep,mop with disinfectant dearer and rinse bathroom floors. 4. V1k will dean urinals and corrodes(inside and out). 5. We will c heck deodorizer block and replace if necessary. 6. V1%will wipe damn all partitions. 7. V1e will dears and cisirfect basins and counter tops. 8. We will empty and dean all waste reoeptades,replace liners if necessary. 9. We will pdish all dror a and stainless steel. 10.We will clean baby diancjng stators in ca-junction with restroorndearing schedules. 13.Weekly 1. We will c lean all doors,inducing entry doors,metal kick plates,door hander;or push plates. 2. We will c lean ail interior window glass,frames and sills. 3. We will c lean showers(if applicable). 4. We will clean locker tops(if applicable). 5. We will w ipe dean(with the dearer)all tiled wall areas. C.Monthly 1. We w i I I dust and dean all air caxiticning regsters and air return vents. p.Quarterly 1. We will s sub and rirse all tile surfaces with a non-toxic the dealer. 2. We will detail dean all restroom floss and grout to a dean and uniform appearance, machine scrub floors, and entirely dean wells and doors 100%by the end of the first quarter of the C,or Bract and no less than quarterly thereafter. C3.03 SCHEDULE OF SERVICES-KITCHENS AND BREAK ROOMS A. At Each Visit 1. We will c lean all carter space. 2. W e will s weep floors 3. W e will wet mop floors 4. W e will wipe dean all appliances. 5. We will c lean and cisinfed sink. 6. We will refill hand towel cisperrers. 7. We will remove all trash and recyclablles. a We will replace liners, as needed. $.Quarterly 1. We will s ado and rinse all tile surfaceswith a non-toxictile cleaner. C.Annually 1. We will s trip and w,ex had floors,with a 3-coat nirirru-rnwax application method. C3.04 SCHEDULE OF SERVICES-PARKING GARAGES At Every Visit 1. We will c sled and dispose of debris and litter in parking areas,ramps, dedcs,sidewalks,and 2. We will monitor exterior trash and recycling receptacles, removing trash as needed, and replacing liners, Wile maintaining all recyclable material separate from trash to avid cortarrinalicn. a We understand pdidng cf public aeas in all gaages, between the dearing requirerruis, is required. 4. We understand elevators,entrance and exit doors,stairwells(inducing handrails,steps,lancings and lights),parking decks,all must remain free of trash,dust,art,litter,fluids,and odors. 5. We understand garbage errs in the public aeas need be dean and able to except additional trash at all times. 6. We will ensure floor drains are free of any debris,sad or litter. C3.05 SCHEDULE OF SERVICES-ADDITIONAL SERVICES Steam Cleaninq 1. We will ensure s team dearting of chairs. 2. We will ensure s team dearing of sofas. Carpet Deep Cleaning 1. We will c lean carpet during the first six(6)months of the Centrad and quarterly thereafter. 2. We will ensure c arpets wi be deep cleaned using an extractor. 3. We understand special spotting kits maybe needed to remove e Matt stains. 4. We will clean carpet where visible and accessible, which will require moving sorre furihre Maung heavy furniture,such as filing cabinets,is not required 5. We will ensure edges and baseboards will not have fibers,debris,or spills visible after cleaning 6. I.Ab will apply a Teflor-based protector to Al carping after clearing. 7. We will give Al enpty ocrtainers of carpet protector to the Contract Manager as a control. 8. We will schedule time with the Contract Manager to operate air handers overnight in the section to be extracted to r roe drying time. 9. We will use at least two(2) commercial carpet dryers supplied by our company to assist drying. Balance of Page Intentionally Left Blank C3.06 MATERIALS AND EQUIPMENT. We will provide all materials, supplies, and equipment as required to property maintain the facilities and areas in an acceptable condition,according to the minimum standards of the RFP. We understand this will include all required maintenance and cleaning products, including, but not limited to: cleaners, disinfectants, bleach, floor care cleaners and protective coatings, etc. It will also include brooms, mops (wet and dry/dry dust mops), mop handles, dust mop handles, dust pans, bowl mops, bowl brushes, putty knives, dusters, sponges, rags, window squeegees, floor pads, rubber gloves, for trash removal, spray bottles,floor machines,vacuum cleaners,etc., needed to perform the cleaning. We understand vacuum cleaners will be equipped with a beater bar or double row of brushes with high suction. The bar or brush setting should be approximately 1/8" below the vacuum cleaner casing. It is recommended that vacuum cleaners are equipped with special HEPA (high-efficiency particulate air) or ULPA(Ultra Low Particulate Air) type filters that collects at least 99.97%, or that lose no more than 1/10 of one percent of dust collected to the atmosphere. We understand all equipment used in the cleaning operation of any City of Miami Beach facilities must be in good safe operating condition as required by OSHA. Equipment with broken or exposed electric wires will not be allowed to be used. Supplies We will furnish all cleaning supplies, including but not limited to, paper products,cleaning products, equipment, liners, hand soap, tools and devices, floor finishes, floor sealer, floor stripper,germicidal cleaner, disinfecting cleaner, carpet cleaner, supplies, detergents, defoamer, metal and wood polishes.All cleaning equipment,supplies and materials will be approved by the City's Zone Manager prior to use and stored in a clean, neat and safe manner within designated areas in each facility. Our employees will use protective gloved clothing when using (harsh) skin-irritating chemicals.No flammable products,including propane or gasoline,will be stored in the facility. We will install all hand soap and hand towel dispensers, if deemed necessary by the City. The City shall also approve in advance the exact location of all new hand soap and hand towel dispensers, including the height from finished floors, proximity to other fixtures, and other accessibility concerns. NOTE: All supplies will be used in accordance with the manufacturer's recommendations and instructions. All containers will be labeled with the manufacturer's brand name, name of product and its recommended use. Green Cleaning Requirements We understand as part of the City's Sustainable & Resilient Procurement Policy, it is the intent of the City to reduce greenhouse gas (GHG) emissions to combat climate change; decrease the use of hazardous materialsto improve community and environmental health; and decrease waste and inefficiencies in electricity, fuel, paper, water and other consumption to relieve pressure on natural resources. We understand strict adherence to the following standards is required. Prior to commencement of work, we will submit a list of the products we intend to use. We will update the product list annually. We will be responsible for providing invoices confirming compliance with environmentally- preferable requirements. Product invoices will be submitted as part of our monthly payment request submittal.Any deviation from these standards and requirements will be prior approved in writing by the City's Contract Manager. We are aware that we are encouraged to use green cleaning products and processes, to the degree feasible, and will demonstrate such capability by submitting a green cleaning plan, that describes methods, materials, and equipment used under the contract We will use products offered that are certified or in compliance with at least one of the following five standards. The manufacturer's name, brand name and item number must be shown for each item being bid. Two copies of the certificate or other appropriate affidavit for each product offered will accompany the bid as documentation of certification or compliance as a green product. We understand the certification or compliance standards required for these products in no way exempts compliance with other applicable occupational health and environmental standards.The standards required are set out below 1. Certified by Green Seal 2. Certified by Environmental Choice EcoLogo Program 3. (For Chemicals) Recognized by the U.S. Environmental Protection Agency Design for the Environment(DfE) Formulator Program 4. Safer Choice Standard by the Environmental Protection Agency(EPA) 5. (For Paper Products) In compliance with the U.S. Environmental Protection Agency Comprehensive Procurement Guidelines for Commercial and Industrial Sanitary Tissue We understand for those categories not covered by the above standards preference will be given to those products meeting the California Code of Regulations maximum allowable VOC levels for the appropriate cleaning product category(Carrfomia Air Resource Board/Califomia Code of Regulations (CCR), Tile 17 CCR Section 94509 — (Topic cited; Standards for consumer products at www.calregs.com). If cleaning products that meet these criteria are not available only then can we use other type products. In such cases we will continue to use to the extent possible the safest and most environmentally friendly products and products must be prior approved in writing by the City's Contract Manager. Our staff will be trained and knowledgeable in our green cleaning procedures. We are aware that we are strongly encouraged to use the following environmental attributes for products offered for bid: 1. Containing ingredients from the EPA's Safer Chemical Ingredients List 2. Use of renewable resources such as citrus,seeds,vegetables and oils 3. Biodegradable by standard methods and definitions 4. Designed for use in cold water in order to conserve energy 5. Concentrated formulas in product dispensers that measure quantities dispensed 6. Recycled-content product packaging and product shipping materials 7. Reusable or recyclable shipping boxes 8. Refillable bottles or drums We understand Packaging and Labeling: Packaging will be comprised of recycled-contient materials,will be recyclable,or will be returnable to the distributor for refilling. Packaging will be constructed to assure safe delivery. All products will be manufactured and packaged under modem sanitary conditions in accordance with federal and state law and standard industry practice. Each case, bottle and container will have the following markings: Name and address of manufacturer Brand name of product Net contents in U.S. standard pounds, ounces, gallons, or fluid ounces directions for use, including recommended use dilution and precautionary handling instructions. The reduction of packaging is highly encouraged through the purchasing of larger product containers/packaging. Any items that need to be refilled will be properly labeled with the corresponding product C3.07 SAFETY REQUIREMENTS. We will comply with all applicable requirements of OSHA's "General Industry Standards." These requirements will include all primary and refresher training mandated under the OSHA guidelines. Material Safety Data Sheet We will provide to the City's Zone Manager a Material Safety Data Sheet (MSDS) and description literature for each chemical/compound/mixture used in the performance of the Contract before the commencement of any work hereunder. All MSDS will be of the latest version and comply with 29 CFR 1910.1200. In 2012, OSHA modified the HAZCOM program to conform to the United Nations Globally Harmonized System (GHS) of classification and labeling of chemicals. By December 1, 2013, the standard requires all employers with covered employees to provide compliance training on new label elements and material safety data sheet format. Hazardous products shall not be used, except with prior approval of the Contract Manager, and must be disposed of properly by us in accordance with the U.S. Environmental Protection Agency (U.S. EPA) 40 CFR 260- 265. We will maintain and have readily accessible on-site a complete MSDS book of all chemicals,compounds/mixtures used in the execution of the Contract. Environmental and Hazardous Materials Requirements The following define the minimum requirements we will follow for Environmental Health, Safety, Hazardous Substances, Recycling, Hazardous Materials, Hazardous Waste Characterization and Disposal, Waste Minimization, Personnel Training, Required Notifications, and Permits and Records Retention: Hazardous Substances/Hazardous Materials We will submit to the Contract Manager, MSDS for approval of products to be used prior to any use in the facility.We will not use any product not approved by the Contract Manager anywhere in the facility. We will not use any product that has a pH level of less than 3 or a pH level greater than 11. We understand that we are not permitted to use any product that the MSDS rates as "Flammable or Toxic"without approval from the City's Zone Manager. Proper Disposal of Spent or Used Products. We understand the EPA and Florida Department of Environmental Protection (Florida DEP) require the proper disposal of certain chemicals/compounds/mixtures after they have been spent or used. We will establish discrete waste streams for any chemicals that require proper disposal according to 40 CFR 260-265. We will also arrange to have a licensed, "Part B Permit" Hazardous Waste & Universal Waste Contractor(s) to properly characterize, manifest, dispose and transport waste or recyclable materials. The waste hauler will be licensed by the U.S. Department of Transportation as a Hazardous Waste/Universal Waste Hauler under the Series 49 CFR (Code of Federal Regulations). We will provide contact information of the Hazardous Waste/ Universal Waste Hauler utilized. Waste Minimization Programs. We understand the EPA and Florida DEP require the minimization of waste by the use of water-soluble materials. We are expected to utilize to the extent feasible the use of water soluble and user-friendly products that are available. Personal Protective Equipment All our personnel will be required to wear personal protective equipment in the performance of their duties, which involve the use Hazardous Substances and Hazardous Materials including protective eyewear or face shields, respiratory protection as necessary and applicable leak proof gloves or as prescribed by the MSDS. C3.08 PERSONNEL AND SUPERVISION. Able Business Services, Inc.,will train all of our personnel prior to a job assignment with the City of Miami Beach. Supervisors Our experienced on-site supervisors will be on-site during all hours work is performed. The on-site supervisor will be available between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, to inspect the facility with the City's Zone Manager, or designee, and to handle related problems when required. Additionally, the supervisors will be available, and on-site, after normal business hours to monitor and respond to janitorial services issues, oversee staff and close down facility following completion of daily services. We will submit, as part of the RFP response, a description of supervisory allocation, per Zone with days and hours of service identified. Employees 1. Building Access: We u n d e r s t a n d t he City's Zone Manager, Facility Manager or designee shall direct and control access to the facility. Each individual employee will be required to sign in and out of the facility in the designated logbook. Under no circumstances will anyone enter times for another employee. Only authorized A b l e B u s i nes s S e r v ices, I n c. , employees and sub contractor(s) are allowed on premises. 2. Uniforms: We will supply all employees with identification and uniforms (i.e. shirt, smock, etc.)that will be worn at all times while on the premises,and will at all times present a neat and professional appearance,with clean uniforms. 3. Access Cards: We will report any lost access cards to the City's Zone Manager immediately upon discovering such, and will be liable for the costs of replacement and programming. 4. Identification: We will submit a list of employees with the required background checks as stated in Section 1.9 and a photocopy of a valid picture I.D. to the Contract Manager prior to commencement of services hereunder. I.D. badges will show company name, employee name and a photo of the employee. I.D. badges will be worn at all times while performing services under this Contract. 5. Training: We understand in an attempt to improve sustainable waste management, the city requires janitorial employees to receive training on appropriate recycling practices. This training will be obtained within 6 months of an employee's hire date and will be coordinated through the Environment and Sustainability Department. Industry Certifications and Training We understand the City desires that we obtain proper industry certification and/or industry licensing such as ISSA Cleaning Industry Management Standard (CIMS), and/or ISSA Cleaning Industry Management Standard (CIMS-GB) Green Building Certified, or similar certification and licensing, during the term of the Contract. We will provide verifiable documentation that supervisors have completed a minimum of eight (8) hours of Hazardous Materials Emergency Response "Operations Level" training, and nonsupervisory employees have completed a minimum of four(4) hours of Hazardous Materials"Awareness Level"training,from an approved training provider. C3.09 REPORTING REQUIREMENTS We will keep, maintain, and make available to the City upon request all training records and certifications, MSDS, first report of injury and illness requiring first aid or additional medical professional treatment. Additionally, all injuries will be recorded on the "OSHA 300 Log" and 300-A according to 29 CFR. C3.10 SPECIAL PERMITS, LICENSE AND PRODUCT NOTIFICATIONS. We understand certain cities, counties and municipalities require hazardous materials licenses prior to the use of certain products. We are responsible to obtain and make available to the City upon request all necessary licenses and permits regarding any hazardous materials prior to execution of this Contract. Our day custodian(s) and on-site supervisor will carry direct means of communications provided by us at all times during work shifts.A Control Book will be maintained on-site and be accessible to both the City's Zone Manager and our Manager. Our on-site supervisor will review the Control Book daily/nightly for specific cleaning issues. We will indicate in the Control Book on a daily/nightly basis items needing repair (e.g., plumbing in restrooms). C3.11 MEETINGS WITH PROPERTY MANAGEMENT. Our on-site supervisor will meet with the City's Zone Manager, Facility Manager, or Designee at least weekly, and as-needed, on a more frequent requested basis by the City, to inspect any facility and to resolve cleaning issues. Our owner or senior manager in our organization, acceptable to the City, will meet, at a minimum, monthly with the City to review the Monthly Cleaning Report and Quality Evaluation Form, discuss cleaning issues, and address any related problems, to the City's Zone Manager. C3.12 QUALITY CONTROL. Our on-site supervisor(s) will perform during each cleaning shift, a detailed inspection, covering a minimum of twenty percent(20%) of the maintained space and report each inspection on a Shift Cleaning Report. We will inspect one hundred percent (100%) of the maintained space at a minimum for each week of the Contract term. We will maintain a written report regarding these inspections and submit a copy to the City's Zone Manager weekly. A Control Book will be maintained on-site and be accessible to the City and our personnel. Our on-site supervisor will review the Control Book daily/nightly for specific cleaning issues. We will indicate in the Control Book on a daily/nightly basis items needing repair(e.g., plumbing in restrooms). We will provide a sample of our Control Book for review as part of the RFP. The Control Book will be accessible to all City and our personnel and used to identify specific cleaning issues and report any maintenance deficiencies. The Control Book will also contain our Sign-In/Sign-Out Sheets, all MSDS for the respective facility, cleaning and staffing plans, as well all other documents such as special permits and training certifications deemed appropriate by the City. C3.13 GARAGE AND RESTROOM INDEX. We are aware that the City has recently implemented a garage and restroom index program. This program is utilized to communicate the status of the level of service regarding public garages and restrooms for the City of Miami Beach facilities. The results, ranging from 1.0 (very well maintained) to 6.0 (not maintained), provide an understanding of what criteria perform well and which do not. By analyzing the results, change can be made in areas in need of improvement so that the City of Miami Beach may provide better quality public garages and restroom facilities. Quarterly data is shared with the Commission with input from responsible department(s) regarding opportunities to improve performance. Able Business Services,lnc., will become familiar with this City program, and incorporate it into their Comprehensive Cleaning Plan. C3.14 PRIOR WRITTEN APPROVAL OF ADDITIONAL AND/OR AS-NEEDED SERVICES. We will obtain in writing, approval to perform any additional and/or as-needed services, by the Property Management Director, or designee, prior to performing the actual work. We understand that the City will not be obligated to pay for additional and/or as-needed services not approved in advance. Form W-9 Request for Taxpayer Give Form to the (Rev.December2014) Identification Number and Certification requester.Do not Department of the Treasury Internal Revenue Service send to the IRS. 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. Able Business Services, Inc. N 2 Business name/disregarded entity name,if different from above a) co ° 3 Check appropriate box for federal tax classification;check only one of the following seven boxes: 4 Exemptions(codes apply only to ❑Individual/sole proprietor or ❑ C Corporation Q S Corporation ❑ Partnership ❑Trus Vestate certain entities,not individuals;see e single-member LLC instructions on page 3): Y ❑Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)► Exempt payee cqde(if any) `o 2 Note.For a single-member LLC that is disregarded,do not check LLC;check the appropriate box in the line above for Exemption from FATCA reporting the tax classification of the single-member owner. code(if any) E a o Li Other(see instructions)► (Applies a accoaccounts, manta.ed outside dethe U.S.) 4-7 5 Address(number,street,and apt.or suite no.) Requester's name and address(optional) a 1234 N.W. 79 Street co 6 Cjty,state,and ZIP code a co Miami, Florida 33147 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid ' Social security number backup withholding. For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other — entities,t is your employer identification number(EIN).If you do not have a number,see How to get a TIN on page 3. or Note.If the account is in more than one name,see the instructions for line 1 and the chart on page 4 for Employer identification number guidelines on whose number to enter. - 6 5 — 1 1 5 6 5 5 1 Part II Certification Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than i erest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 3. Sign Signature of • Here U.S.person►,, Date►N ovem ber6 2017 General Instructions •Form 1098(home mortgage interest), 1098-E(student loan interest),1098-T (tuition) Section references are to the Internal Revenue Code unless otherwise n.ed. •Form 1099-C(canceled debt) Future developments.Information about developments affecting Fo -9(such as legislation enacted after we release it)is at www.irs.gov/fw9. •Form 1099-A(acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S.person(including a resident alien),to Purpose of Form provide your correct TIN. An individual or entity(Form W-9 requester)who is required to file an information if you do not return Form W-9 to the requester with a TIN,you might be subject return with the IRS must obtain your correct taxpayer identification number(TIN) to backup withholding.See What is backup withholding?on page 2. which may be your social security number(SSN),individual taxpayer identification By signing the filled-out form,you: number(ITIN),adoption taxpayer identification number(ATIN),or employer 1.Certify that the TIN you are giving is correct(or you are waiting for a number identification number(EIN),to report on an information return the amount paid to you,or other amount reportable on an information return.Examples of information to be issued), returns include,but are not limited to,the following: 2.Certify that you are not subject to backup withholding,or •Form 1099-INT(interest earned or paid) 3.Claim exemption from backup withholding if you are a U.S.exempt payee.If •Form 1099-DIV(dividends,including those from stocks or mutual funds) applicable,you are also certifying that as a U.S.person,your allocable share of •Form 1099-MISC(various any partnership income from a U.S.trade or business is not subject to the ( types of income,prizes,awards,or gross proceeds) withholding tax on foreign partners'share of effectively connected income,and •Form 1099-B(stock or mutual fund sales and certain other transactions by 4.Certify that FATCA code(s)entered on this form(if any)indicating that you are brokers) exempt from the FATCA reporting,P p g,is correct.See What is FATCA reporting?on •Form 1099-S(proceeds from real estate transactions) page 2 for further information. •Form 1099-K(merchant card and third party network transactions) Cat.No.10231X Form W-9(Rev.12-2014) Page 2 of 5 Attachment B:Vendor Information Form and a W-9 IAM Internal Services Department Small Business Development COUNTY 111 NIA/1 Street,. 1s" KtamiFlorida 33Floor128 miah'►dade-8ov T305-375-3111 F 3 375-3160 CERT.NO:10997 March 18,2015 Approval Date:03/18/2015 MICRO/SSE Expiration Date:03/31/2018 Mr.W them Berry ABLE BUSINESS SERVICES INC. 3187 NW 38th St Miami,FL 33142-0000 Dear Mr.Berry: Miami Dade County Small Business Development(SBD), a division of the Internal Services Department (ISP)bas completed the review of your application and attachments sutsmrtted for certification_ Your firm m is officially certified as a- Miami Dade County Micro/Smati Business Enterprise (MICRO/SBE) in accordance with section 2-8.1.1:1.1 of the-code of Miami Dade County. This MICRO/SBE certification is valid for three years provided that you submit a 'Continuing Ebgiblly Affidavir on or before your anniversary date of March 18 for the fast and second year of the three year period.The affidavitmust indicate any c hancges or no changes in your firm pertinent to your certification efigtbihty. The submittal of a-Continuing aigirlity Affidavir annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification You be notified of this respotisibifty in'advance a of thie Abnivcltsary Date_ Failire to comply wih.the said responsibilities may result in immediate action tothe firm: Pursuant to the fisted above,`once decertify applicable section of the code as your film has been decertified.your firm shall not be eligible to re-apply for certification for twelve(12)months from the Time of the decertification." if. at any time, there is a material director, change in the firm, itclu�nt�, but not limited td), ownership, officers, scope of uvork being performed, daily operations, affliation(s) with other businesses or the physical location of to firm, you must notify this office, in writing,within (30) days. Notification should include supporting documentation. You wilt receive timely instructions tions from this office as to how you should proceed.if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification_ If the irnr attains graduation or becomes ineligible during the three yearcertification periodyou will be properly notified following.an administrative process that f>mi's certification has been removed pursiraitttp the-code._ Your company is certified in the categories as listed below affording you the Opportunity to bid and participate on contracts with goals_ Phease note that the Categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals_You can find the firm's up-to-date certification profileas well as all other certified firms on the Miami Dade County Internal Services Department, Siiiail Bus-Mesa Development Certified Firms' Directory at the website tnipl/www.nuamidade.gWbusinessibusiness-oerftfieation--programs asp- • Thank you for doing business with Miami Dade County. Stec qty. Small Business Developmer ivision CATEGORIES:(Your finn may bid or participate on contracts only under these categories) GROUNDS U PJNTEN NCE MOWING,EDGING,PLANT(NOT TREE)TRtMl eNG,ETC.(6AECROASSE) - LANDSCAPING(INCLUDING DESIGN.FERramtiO.PLANTING.t3E.�attr NOT GROUNDS 'TREE 1P3/414ING CES)(+ E) 1 ri><e ANo SI-fRuB REMOVAL&RvlCES(1 ) CIEAlisi iG Si3xvir Es,STEN A AND PRESSURE WINoow WAswN6 Smvlces -,. --. oo4A>;.emcee wet:ruuus Report Page 1 of 2 Florida UCP DBE Directory Number of Records Returned: 1 Selection Criteria: Vendor:ABLE BUSINESS SERVICES INC Vendor Name: ABLE BUSINESS SERVICES INC DBE Certification: CERTIFIED MBE Certification: DBA: Former Name: Business Description: LANDSCAPING SERVICES Mailing Addressj: 1234 NW 79TH STREET MIAMI,FL 33147- Contact Name: WILLIAM BERRY Phone: (305)636-5099 Fax: (305)538-8082 Email: ABLMAINT11',BELLSOUTH.NET Statewide Availability: N ACIIBE Status: N Certified NAICS 561720 Janitorial Services 561730 Landscaping Services http://www3b.dot.state.fl.us/ibi aoos/WFServlet 3/14/2017 tfctau oy runty iName Page 1 of 2 • Florida Department of State DIVISION OF CORPORATIONS .ilk/mon of an!Jq cia l L'r1HE'1i F44,,Lhj Department of State / Division of Corporations / Search Records / Detail By Document Number I Detail by Entity Name Florida Profit Corporation ABLE BUSINESS SERVICES, INC. Filing Information Document Number P01000113131 FEI/EIN Number 65-1156551 Date Filed 11/28/2001 State FL Status ACTIVE Last Event CANCEL ADM DISS/REV Event Date Filed 10/19/2004 Event Effective Date NONE Principal Address 1234 NW 79 STREET MIAMI 33147 UN Changed:04/03/2016 Mailing Address 1234 NW 79 STREET MIAMI, FL 33147 Changed:04/03/2016 Registered Agent Name&Address BERRY,WILLIAM L 14265 SW 108TH COURT MIAMI, FL 33176 Officer/Director Detail Name&Address Title PRES BERRY,WILLIAM L 14265 SW 108 COURT MIAMI, FL 33176 Annual Reports Report Year Filed Date 2015 04/26/2015 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 11/2/2017 LI O / /I I •-Si pug= ?nbu?ziIv acpinsa oreal/gazVaSuogamdioD/(ImbuOlo•ziquns•uareas//:duri • suope,oa,o�,o uonwo•sons ro nauavedao epIJo{j LeWJO;dad IL!a6ewf/DA 79ad o4saw00—LOOZ/8Z/L Leuuo;iad ui a6ewf main i23Od323 1Vf1NNV—ZOOZ/LZ/S0 Letwo;dGd u!a6ewf mar lelOd323 1Vf1NNV—£OOZ/OL/EO leuuo;dad w a6ewf may\ IN30131VkSN1323—400Z/6L/0L LeULO;dad w abewf ma! 1230d3e1 1Vf1NNV—900Z/40/40 Lewlo;dad u!a6ewf may\ 1210d323 1Vf1NNV—9007,/LZ/l0 LetwO;dad u!a6ewf mai/\ 130d323 1Vf1NNV—LOOZ/OE/SO leuuo;dOd ui a6ewf may\ TOd323 1Vf1NNV—WOVE L/E0 Leuuo;dad ui a6ewf mar 1230d323 1Vf1NNV—600Z/SZ/E0 leuuo;dad w a6ewf may\ 1230d323 1Vf1NNV—SOOZ/L NSO Leuuo;dad u!a6ewf maf 123Od3231Vf1NNV—OLOZ/L L/£O Letwo;dad w a6ewf main 1230d323 1Vf1NNV—OLOZ/60/90 leuuo;d0d w Ohm!may\ 1230d323 1Vf1NNV—l LOZ/40/40 Lew—ID/dad ui a6ewf maV 1dOd3231VfONNV—ZLOZ/E0/40 muco;dad u!a6ewf main 123Od323 1Vf1NNV—ELOZ/OZ/40 Leuuo;dOd w a6ewf/DA 1230d311Vf1NNV-4LO22Z140 LeuWO;dOd ui a6ewf mc1/1 1b0d323 1Vf1NNV— LOZ/9Z/40 3eLw01 dOd ui anew!maw 1230d323`IVf1NNV-9LOZ/E0/40 imam;30,3 w ahem!mar 12lOd323 1Vf1NNV—LLOZ/6020 sabewi 2uawnooa L1.0Z/60/ZO LLOZ 9LOZ/E0/40 91.0Z ZJO Z 35Ed nrrre,AT TITTrT 11, Tm1 T L cal Business Tax Receipt BT .,Miami-Dade County, State of Florida . . —THIS IS NOTA BILL—DO NOT-.PAY _... _ 18Q3.. B SS NAME/LOCATION '. RECEIPT NO. EXPIRES , AB E USINESSSERV10ES INC RENEWAL SEPTEMBER 30, 2018 . 12 79 ST 7482779 Must be displayed at place of business- M I FL 33147 Pursuant to County Coda Chapter 8A—Art.9&10 I. E SEC.TYPE OF BUSINESS AB•E :USINESS SERVICES INC 214 RETAIL SALES PAYMENT RECEIVED..- - ' :,t". :_ VS:OO 07/'Pk3/2E1fi7-_:- Y- CHE0K21-1.7-055109'- ' This Local Business Tax Receipt only confirms payment of the Local Business Tax"!he Receipt is net a license, i permit,ora certification of the holder's qualifications,to do business. Holder mrrstcomply with arty governmental i or nongovernmental regulatory bews=drequirentecitswhich apply bathe Warms_ .. J. The RECEIPT NO.above must be displayed on all commercial vehicles-Illiemi-Dada Code Sec!ra- , For more informtion,visit www.miaridade-govitaxcotlecter 008065 L .i ►'al Business Tax Receipt t iami-Dade County, State.of'Florid T —THIS IS NOT A BILL—DO NOT PAY .11LB 66 1.6A3-_ ' EU NESS NAME/LOCATION RECEIPT NO. RENEWAL EXPIRES AB BUSINESS SERVICES INC 12 f W 79 ST 6964747 SEPTEMBER 30, 2018 M I FL 33147 Must be displayed at place of business Pursuant to County Code Chapter FIA—Art.9&10 • EyySEC.TYPE.OF:BUSINESS AB BUSINESS SINESS SERVICES INC "- 213 SERVICE BUSINESS _. PAYMENT RECEIVED BY TAX COLLECTOR ,I. •(s) 1 $75.00 07/10/2017 CHECK21-17-055109 - ' ;This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, ',permit,ora certification of the holder's qualifications,to do business. Holder must comply with say governmental ;or nongovernmental-regulatory laws and requirements which.apply to the business. The RECEIPT NO.above must be displayed an all commercial vehicles—Miami-Dada Code Sec as-,27C - For more information,visit wwwotialmidade-gov/taxcolleslor • Lo ' I Business Tax Receipt Ito • mi—Dade County, State of Florida--- • TH1S ISNOT A BILL=80,NOT PAY-." 464.3 • . .__ ._.. ` BU= E NAME/LOC.ATION RECEIPT NO_ EXPIRES AB a BUBlNESS SERVICES INC " RENEWAL. SEPTEMBER 30, 2018 12 NVi 79 ST 4850153 Must be displayed at place of business M • .1 Fl±33147 Pursuant to County Code • Chapter 8A-Art.9&10 • R SEC.TYPE OF BUSINESS PAYMENT RECEIVED AB BU INESS SERVICES INC 213 SERVICE BUSINESS - BY-TAX COLLECTOR • Empl yee(s) 10 - $75.00'07/10/201x. . CHECK21-17-055109- /his Local-Business Tax Receipt only confines payment of the Local Business Tax.The Receipt is not a llamas. permit or a cerWicatioe of the holder's qualifications,to de business.Holder oust comply with any governmental Neongovernsisontal regulatory laws and r rement-which apply to the basidess. The RECEIPT NO;above must be displayed otrall commercial.vehicles-Miami-Cade Coda Secsa.,Zilk For more information,visit wvrw.miamidede.oav/taxcoilector • • • • • • . • • • • • • • • • • • • • • • • • TAB 2 ABLE BUSINESS SERVICES, INC. 1234 NW 79th Street Miami, Florida 33147 We are a (S1 CORPORATION) Small Business Administration Certified Disadvantaged Small Business Miami Dade County Small Disadvantaged Business, 8A expired TECHNICAL PROPOSAL & EVALUATION GUIDE FOR CITY OF MIAMI BEACH PROPOSER NAME: Able Business Services, Inc. 1234 NW 79th Street Miami, Florida 33147 (786) 291-6686 (Cell) (305) 636-5099 (Office) (305) 638-8082 (Fax) Email: ablmaintl(a,bellsouth.net Website: www.ablebusinessservices.com PROPOSER SERVICE ACTIVI I'1hS: Miami Dade County licensed in Janitorial and Landscaping. Also, we are certified by the US Small Business Administration in Janitorial, landscaping, facility management, along with vocational rehabilitation services. Our average yearly grossed income averages $1,000,000.00 dollars. CCR registration and Dunn Bradstreet no. 126719702. We have $10,000,000.00 worth of liability insurance as well as $500,000.00 of auto liability insurance. BUSINESS DEVELOPMENT CONCEPT Able Business Services Inc. (ABS) was founded in 1999 as an SI corporation. Our philosophy has been to provide our services in a context whereby the wellness of tenants that occupy the buildings we service are foremost. In an unclean facility bacteria and germs are everywhere and can spread and infect building tenants and its patrons. If these germs aren't killed and removed they can cause serious illnesses and even death. Staff of Able Business Services has been industry trained in a Health Based Cleaning system and this knowledge has made it possible for us to employ innovative, science based products, equipment and methodology to provide superior levels of cleaning services. We use a complete microfiber system that includes dust mopping; color coded cloths and flat mops systems, and back pack vacuuming filtration systems. Color coding programs helps to eliminate cross contamination from surface to surface transfer. Facility cleanliness is not just determined by its appearance; this has been proven by today's technology and science. Cleanliness is determined by a combination of proper products, proper usage with proper training. We believe governmental institutions, the corporate community and other facilities janitorial cleaning service needs and goodwill concerns are best met by Able Business Services because of the wholesomeness of our goals, community interest objectives, and the technology we utilize when servicing our customer's janitorial needs. As said, we also hope to provide our services utilizing a veteran employment and training component we have developed for our business. 1) OUR EXECUTIVE SUMMARY Able Business Services (ABS) was founded by William Berry after he retired after 30 plus years of experience in the field of vocational rehabilitation with the Department of Labor and Employment Security (DLES). During his tenure with DLES Mr. Berry was employed as the Regional Administrator of a two county area with 50 plus employees. Along with an extensive professional background in the public sector, Mr. Berry also has more than 20 years of real estate management experience and he has been industry trained in Health Based Cleaning. Many of our senior staff team have either a BS, MA, BA or AA Degrees. Mark Mills has a BS Degree in Business Management along with 20 plus years of supervisory experience managing large janitorial contracts, such as Miami Dade Community College and Dade County School Board. 2) CHALLENGES OF THE CLEANING INDUSTRY Able Business has more than 18 years of professional janitorial experience. Our cleaning techniques are based on a Health Based Cleaning Concept and the following core concepts; • We will be providing CITY OF MIAMI BEACH and your facilities with cost effective state-of-the-art janitorial cleaning services. • We will ensure 100% availability for all areas so there is no down time for any building due to cleaning. • We endeavor to be 100% compliant with your RFP requirements by utilizing a Maintenance Service Software Program specifically designed for the service industry. • Your patrons and staff will be appreciative of our staff professionalism as they work with minimal disruption and inconvenience to detract them from their work. • To keep abreast of today's cleaning technology we subscribe to Sanitary Maintenance and Executive Housekeeping magazines. • Also, because our senior staff has been industry trained in health based cleaning concepts we will be passing this knowledge onto our subordinate staff and workers. Also, we have relationships many equipment manufacturers, such as, Rochester Midland Corporation. RMC equipment and they will be doing periodic training with our staff as needed. • Because Able Business is cognizant of the importance of protecting our environment we will strive to use only those chemicals that are green oriented and sensitive to our environment. 3) QUALIFICATIONS Able Business' varied customer base has provided us with an extensive experience professional background necessary for handling your cleaning needs. Our management team has more than 50 years of janitorial cleaning experience. Also, our team will include Clean & Green Supply, Inc. and their partnership with leading equipment and chemical manufacturers. Through these relationships we will have access to the most advanced, innovative, and effective cleaning line of environmentally preferred equipment, cleaners and coatings to address health, safety, and environmental concerns of today's market. 4)STAFFING Our cleaning efforts will be based on a "team cleaning" concept whereby our staff will work together with our trainees as necessary to accomplish the daily, weekly and monthly specifications of our contract. Usually our cleaning teams are over staff by at least one to two people since we will be using a number of veterans for training for current and future openings with us or for businesses outside of our contract. The additional personnel will take into account no-shows to ensure that the work can be accomplished in the time allotted and to make sure we meet our performance objectives. We will maintain a database on file of experience staff as well as graduates of our training program along with veterans interested in employment and or training. We will be working closely with community based employment and veteran's programs to hire and train our future employees. Our Special Projects Coordinator will have dedicated staff for floor care,window washing,pressure washing,etc. 5) CLEANING TECHNICIAN TRAINING POGRAM All of our employees/veterans must participate in a three to five-day classroom training program, followed by one on one technique instructions in the field for up to 4 weeks. We utilize the latest technology available in training our personnel to include using a lot of videos. Our training program covers the following subjects; Equipment, Chemicals and Supplies, Restrooms, Carpet Care, Windows, Hard Floor Care, Health and Safety, and the Team Cleaning approach. In addition, Terry Montgomery, Health& Safety Director will be conducting on-going training to reinforce proper cleaning techniques as well as to review, reinforce and discuss your specific scope of services. 6) HAZARDOUS MATERIALS EMERGENCY RESPONSE AWARENESS LEVEL AND OPERATIONS LEVEL TRAINING (Hazwoper Training) Our employees are certified and trained in Hazardous Materials Emergency Response Awareness and Operations in accordance with OSHA 1910.120(q)(6)(i) and (q)(6)(ii). This certification is for our hazardous waste operations and emergency response workers. This training provides an education for our employees who participate, or are expected to participate, in emergency response operations for releases or threats of releases of hazardous substances without regard to hazard location or their hazard response level. ABLE BUSINESS HIRING and BACKGROUND CHECK PROCEDURES ABS conducts sit down interviews, and when an individual is selected salary is discussed. During the time between the interviews orientation meetings occur and references are checked as well as a police background checks through the local Police Department. During orientation, our company rules and regulations are discussed. All new staff must present two forms of identification and complete an Employment Application, W-9 form and sign agreements acknowledging their consent to comply with our Drug and Alcohol Policy, OSHA Training, Safety Rules, and our Sexual Harassment Policy. We supply all our staff with company uniforms and ID badges. Our personnel selection process complies with all applicable laws to meet federal, state and local guidelines. We are an Equal Opportunity Employer and hiring is done regardless of race, gender, ethnic origin or sexual orientation. VETERAN EMPLOYMENT TRAINING PROGRAM In conjunction with professional janitorial services, as stated we will be pro-actively working with community based organizations to employ and train US Veterans with chronic employment issues. We understand that Veterans unemployment is double the national average and a lot of the issues that necessitate unemployment aren't being addressed. We believe our 30 plus years of professional Vocational Rehabilitation experience coupled with practical work experience would enable us to effectively deal with various employability issues to effect competitive employment of these persons. We have hired (5) special needs veterans in our City of Miami Janitorial Contract. Veterans who are referred for employment will be hired directly or trained for future positions with our company. Training will consist of classroom and on the job training. APPROACH and METHODOLOGY ABS has more than 18 years of relevant experience cleaning similar governmental facilities and with all of these contracts we have received high marks from management and their patrons for doing excellent work. We have never lost a federal, county,private or government contract. • ABS cleaning techniques are based on a Health Based Cleaning Concept and the following core concepts; • ABS will be providing CITY OF MIAMI BEACH with cost effective state-of-the-art building janitorial and cleaning services. • ABS will also try to ensure 100% availability for all areas so there is no down time for any building due to cleaning. • ABS will be 100% compliance with the City of Miami Beach RFP requirements and the technology we will be using will ensure that all your buildings will be 100% compliant with your standards. • Your patrons and staff will be appreciative of our staff professionalism as they work with minimal disruption and inconvenience to detract them from their work. • To keep abreast of today's cleaning technology, we subscribe to Sanitary Maintenance and Executive Housekeeping magazines. • Our personnel are trained in proper health cleaning concepts and the proper use of cleaning equipment by the manufacturers. Also, we understand that the City of Miami Beach is a high traffic facility with patrons from all over the world and as such many areas will require an intense focus on cleanliness. Particularly in locations such as your rest rooms which can be breeding grounds for bacteria that can be transported throughout your facility if not properly maintained. Our teams will take extra care to disinfect all high-touch areas including, training equipment, locker rooms, showers, and changing areas. We will pay special attention to glass, special activity rooms, and locker rooms. • ABS is cognizant of the importance of protecting our environment. Therefore, in that regard, we will strive to use only those chemicals that are green oriented and sensitive to our environment. • As a benefit to City of Miami Beach, ABS is capable of providing LEED Certification and Green Building Certification as defined by the U.S. Green Building Council. The goal of our Green Cleaning Policy and Plan is to reduce the exposure of your building occupants and maintenance personnel to potentially hazardous chemical, biological, and particle contaminants, which adversely impact air quality, health, building finishes, building systems and the environment. ABS'APPROACH TO INSTUTUIONAL CLEANING Able Business Services, Inc. (ABS) shall perform tasks as prescribed by the City of Miami Beach in their daily, weekly, and monthly work schedule or when ordered by the City of Miami Beach Supervisory staff ABS shall perform the Projects and Routine Services and Tasks using certified Green products and LEED compliant equipment. ABS will not only follow all of the manufacturers' instructions, but we will also as stated bring manufacturers on site for training. ABS shall perform the Routine Services Tasks in accordance with the frequencies and specifications defined in Scope of Service. ABS shall provide and use adequate barricades and signs to improve sufficient warning prior to, during and after the performance of the Services. ABS shall return to their appropriate locations all items moved by ABS during the performance of the Service, in public and common use areas. ABS shall return all furniture to their appropriate areas. ABS shall move or tilt all items such as chairs, seats, trash, and ash receptacles, tables, storage containers, carts, etc. as required to perform the Services in Contract. HEALTH BASED CLEANING TECHNIQUES THAT WILL BE USED BY PROPOSER (a) Color Coding to Prevent Cross Contamination- Typically, with traditional cleaning methods, bacteria are moved from room to room from using the same cleaning cloth and/or mop head. We will be not only change cleaning cloths and mop heads from room to room, but also we will be using a color-coded system for various surfaces. For example, 1) Dark blue for common areas, 2) Red for restrooms 3) Green for cafeteria and Food Service, 4) Yellow for fixtures, and 5) Blue for general purposes. (b) Flat Surface Cleaning-To reduce cross contamination we have found the best technique require that we use microfiber cleaning cloths on flat surfaces. We will use window squeegees as well as chemicals to remove harmful germs from flat surfaces. (c) Chemicals and Disinfectants- Hospital grade disinfectants are essential in cleaning harmful organisms and bacteria. We will use the safest and most effective products that are approved by CITY OF MIAMI BEACH; or either phenolic or quaternary ammonium compounds. (d) Microfiber Cleaning Equipment- Most traditional cleaning equipment, such as cotton mops and cloths do not have the capacity to pick up organisms and bacteria killed by disinfectants. Your more traditional cleaning tools merely move around dead bacteria instead of removing them. A microfiber mop and cloth have tiny fibers that allow the dead organism to be trapped and removed. Industry standards recommend that microfiber be made of 80% Polyester and a 20% Polyamide split. This mixture allows for a greater amount of soil to be absorbed. (e) Flat Mopping and Vacuuming- A regular vacuum merely vacuums up germs, and allergens from your floor only to be released into the air. We use a high filtration back pack vacuum which improves air quality by removing most of the germs/allergens by trapping them and holding them inside the vacuum. Microfiber flat mopping uses microfiber pads attached to a pole for both dry and wet mopping. Fresh cleaning/disinfectants solutions are applied directly onto the floor, insuring that no area is contaminated by dirty solutions. (0 Potential Harmful Pathogens- We believe we have a responsibility to our customers as well as our employees. And to meet these objectives, safety is a critical component. Our goals are to keep our customers secure as well as our employees. To that end we educate ourselves in areas such as, recognizing the potential harmful pathogens that live-in restrooms, kitchens, workstations, and in others areas. Pathogens such as; Bacteria, Protozoa, Viruses, Mold and Fungi can be transmitted person to person contact, contact with contaminated food, through particles in the air, or carried by pest and insects. Some common viruses are Hepatitis, HW, and Influenza. ABS fully understands the service specifications demands of the larger contracts are based upon performance by engaging tasks and frequencies on a continual basis to maintain a total clean facility environment, without regard to how often the effort is necessary to satisfy that requirement. Accordingly, our performance will be based on the concept of "Complete Satisfaction". We will be guided by the requirement that all surfaces will be thorou•hly cleaned using health based technology. EXECUTIVE SUMMARY Able Business Services, Inc. (ABS) as noted earlier was founded by Mr. William Berry after his retirement with thirty (31) plus years of experience in the field of vocational rehabilitation with the Department of Labor and Employment Security (DLES). Mr. Berry was employed as the Regional Administrator for Miami Dade and Monroe County. In conjunction with an extensive professional background in the public sector, Mr. Berry also has (18) plus years as the CEO of Able Business Services, Inc. Mr. Berry also has been industry trained in Health Based Cleaning. Able Business Management team members (majority members) possess BS, AA or, BA Degrees as well as significant college educational credits. Ms. Alicia Tucker-Marte has significant experience in commercial, janitorial, and hospital cleaning, training and employment. Ms. Tucker has extensive years of experience in supervising large janitorial contracts and staff, and ensuring quality assurance. Mrs. Dorothy Clark, is a member of our senior staff with many years of janitorial experience with Miami Dade County School Board, private industry, and our company. Ms. Clark has certifications from Miami Dade Schools and both are Health Based Cleaning Certified in hard floor care, equipment usage, chemical handling/usage, and team cleaning. She will be reassigned to the City of Miami Beach Janitorial Contract. Mr. Mark Mills has a BS Degree in Business Administration along with extensive experience as a Janitorial Services Manager of 20 plus years with Miami Dade Public Schools and Miami Dade Community College. ABLE BUSINESS SERVICES INCORPORATED EXPERIENCE, PAST PERFORMANCES,LITIGATION, CONVICTIONS, INDICTMENTS, OR INVESTIGATIONS,AFFILIATIONS,AND REFERENCES • Background and Experience — ABS have provided janitorial services to a variety of large and multi-facility projects including Miami Dade Water and Sewer (five (5) locations), U.S. Army(two (2) locations), TIB Banks Administrative Offices and four (4) branches, Carrie P. Meek Technology Center, City of Miami (46 sites), City of South Miami (10 sites), and Miami Dade County Transit three (3) main terminals, and eleven (11) satellite locations. These projects highlight the diversity of our experience and signify the breath of our operations knowledge in relation to managing the unique demands of large,high traffic facilities. • Building Maintenance Management — ABS have an established team with extensive maintenance experience. Our management team has amassed over fifty (50) years combined maintenance experience, with average management tenure of ten (10-15) years. Our President brings twenty (30) plus years of senior management experience and our Project Manager has extensive large facility operations expertise and quality control management experience managing the City of Miami Janitorial Contract. • Employee Training—ABS invests in employee training at all levels. Our training program includes methods of sanitation,employee empowerment, compliance with regulatory requirements, and health based cleaning.As noted earlier, Mr. Berry and Terry Montgomery along with many of his staff has been industry trained in health based cleaning in such areas as Team Cleaning, chemicals usage, hard floor care, etc. Furthermore, all of our cleaning technicians has successfully completed Supply Works course work in; chemical usage, floor care,team cleaning. Also, along with our own continuing education programs we also have an on-going relationship with Supply Works and they're in house instructional program we provide continue education program to keep personnel abreast of new techniques, equipment, chemicals and methodology in the cleaning industry. Also,we will be transferring three of our more senior cleaning technicians with industry health based cleaning certifications to this contract. As stated,to keep abreast of new innovations in the cleaning industry staff are offered continuing education instruction and we subscribe to Cleaning Business Today and Cleaning News from Cleaning&Magazine Magazines. • Litigation—There is no litigation pending. • Convictions—There are no convictions. • Indictments—There are no indictments pending. • Investigations—There are no investigations pending. • Affiliations—Able Business Services,Inc.,has affiliated with Miami Dade County on janitorial contracts. • References - See: Attached. • COMPARABLE CONTRACTS 1) CITY OF MIAMI- PEARL P. BETHEL, PROCUREMENT CONTRACTING MANAGER, (305)-416-1949, MARCH 2016 TO PRESENT, THIS IS A FIVE YEAR PLUS FIVE YEAR RENEWAL $10 MILLION DOLLAR CONTRACT WHEREBY, WE ARE RESPONSIBLE FOR PROVIDING FULL SERVICE JANITORIAL SERVICES FOR VARIOUS GOVERNMENTAL PROPERTIES, TO INCLUDE; PUBLIC WORKS DEPARTMENT, MUSEUMS, MARINAS, COMMUNITY CENTERS, ADMINISTRATIVE BUILDINGS, RECREATION CENTERS, POLICE DEPARTMENT ADMINISTRATION BUILDINGS, POLICE STATIONS, AND EMPLOYEE FITNESS AREAS. HOSPTIAL GRADE CLEANING CHEMICALS, SUPPLIES AND EQUIPMENT ARE BEING UTILIZED. CLEANING SPACE EXCEEDING 10 MILLION SQUARE FEET OF SPACE. SOME OF THEIR BUILDINGS REQUIRE SEVEN DAYS PER WEEK SERVICES SUCH AS THE POLICE DEPARTMENT, THEATRES AND SOME COMMUNITY CENTERS. ALONG WITH ROUTINE CUSTOMARY JANITORIAL SERVICES WE ARE ALSO REQUIRED TO PERFORM; STRIPPING& WAXING, RUG SHAMPOOING, PRESSURE WASHING AND WINDOW CLEANING SERVICES. 2) MIAMI DADE COUNTY TRANSIT AUTHORITY- JUNE, 18, 2014 TO PRESENT, DEREK GORDON - MDTA, ASST MANAGER (305)-525-3948, THIS IS A FIVE YEAR $10 MILLION DOLLAR CONTRACT WHEREBY WE ARE RESPONSIBLE FOR CLEANING 180 BUSES PER NIGHT, AND 150 BUSES PER DAY TIMEAT THE TERMINALS AND ANOTHER 150 AT FIELD LOCATIONS THROUGHOUT THE CITY. BUSES ARE TO BE CLEANED AT PRESTINE LEVEL STANDARDS. THERE ARE THREE BUS TERMINALS ALONG WITH 11 BUS FIELD SITE LOCATIONS THROUGHOUT MIAMI DADE COUNTY. WE UTILIZE VARIOUS CLEANING CHEMICALS TO INCLUDE HOSPITAL GRADE ACIDS AND DISINFECTANTS FOR EXTERIOR AND INTERIOR CLEANING. CLEANING SPACE EXCEEDS 600,000 SQUARE FEET PER DAY. 3) MIAMI DADE COUNTY WATER & SEWER- CHERYL THOMAS HUGHES, (786)-552- 8058, PURCHASING SPEC, $250, 000.00 OVER FIVE YEAR PERIOD FROM 2008 TO PRESENT, OVER THE COURSE OF THIS CONTRACT OVER 250,000 SQUARE FEET OF OFFICE CLEANING SPACE HAS BEEN CLEANED. PROVISION OF SERVICE INCLUDES ROUTINE OFFICE CLEANING MAINTENANCE, STRIPPING AND WAXING, BUFFING AND SHAMPOOING OF CARPETS. HOSPITAL GRADE CLEANING SUPPLIES AND EQUIPMENT ARE BEING UTILIZED. 4) JACKSON HEALTH SYSTEMS- SERVICE DATE FROM JUNE 2011 TO PRESENT, MICHAEL HUGHES, DIRECTOR OF ENVIRONMENTAL SERVICES, (305)-336-6183, CONTRACT VALUE $1,000,000.00 THUS FAR, PROVISION OF SERVICES INCLUDED; ROUNTINE DAILY JANITORAL SERVICES, PRESSURE WASHING, STRIPPING & WAXING, CARPET SHAMPOOING, WINDOW WASHING, AND APPLIANCE CLEANING. HOSPITAL GRADE EQIPMENT AND CHEMICALS ARE BEING UTILIZED. ALSO, SERVICES PROVISIONS INCLUDED SERVICING SEVERAL OF THE PATIENT FLOORS, AND OTHER SERVICES CUSTOMARY WITH A HOSPTIAL ENVIRONMENT. ALSO FOR TWO YEARS WE HAD THE WINDOW WASHING CONTRACT FOR THE MAIN HOSPITAL. 5) MIAMI DADE COUNTY PUBLIC WORKS - OCTOBER 2013 TO PRESENT, ALONZO KENDRICKS, WASTE MGT SUPERVISOR 11, (305-)773-0156, VALUE $30,000.00 PER YEAR, WE ARE PROVIDING DAILY OFFICE MAINTENANCE SERVICES WHEREBY VARIOUS ROUTINE OFFICE CLEANING SERVICES ARE PROVIDED TO INCLUDE QUARTERLY STRIPPING AND WAXING OF FLOORS. HOSPITAL GRADE CLEANING CHEMICALS, SUPPLIES AND EQUIPMENT ARE UTILIZED. 6) MIAMI DADE COUNTY PUBLIC WORKS-OCTOBER 2013 TO PRESENT, FLOYD PICKNEY (786) 5524261-SUPERVISOR WASTE WATER COLLECTION & TRANSMISSION DEPT, $30,000.00 TO PRESENT, WE ARE PROVIDING ROUNTINE OFFICE MAINTENANCE CLEANING SERVICES TO INCLUDE STRIPPING AND WAXING OF FLOORS. HOSPITAL GRADE CLEANING CHEMICALS, SUPPLIES AND EQUIPMENT ARE UTILIZED. 7) CITY OF. SOUTH MIAMI- STEVE KULICK, PURCHASING MANAGER, (305)-663-6339, JUNE 2012 TO JUNE 2013, $50,000.00 PER YEAR, FULL SERVICE JANITORIAL SERVICES WERE PROVIDED FOR VARIOUS GOVERNMENTAL PROPERTIES, TO INCLUDE; PUBLIC WORKS DEPARTMENT, WASTE MAMAGEMENT, RECREATION CENTER, LIBRARY, POLICE DEPARTMENT AND ADMINISTRATIVE OFFICES. HOSPITAL GRADE CLEANING CHEMICALS, SUPPLIES AND EQUIPMENT ARE UTILIZED. 8)MIAMI DADE AVIATION - JEFF DAWSON, MANAGER, MAY 2008 TO JUNE 2013, LANSCAPING SERVICES WERE PROVIDED FOR BOTH AIRSIDE & LANDSIDE INVOLVING ALL FACETS OF LANDSCAPING, TO INCLUDE: FERTILIZATION, TREE TRIMMING, MULCHING, EDGING, HEDGE TRIMMING, AND GRASS CUTTING SERVICES. CONTRACTOR EMERGENCY PLAN ABS understand the impact natural disasters, such as hurricanes, tornadoes and wide spread illness such as H i N 1 can have on our Contract and on the City of Miami Beach and Miami Beach operational readiness to service its citizenry. Therefore, in that regard we are available to assist and be a working partner with the City of Miami Beach with your implementing of a comprehensive Emergency Preparedness Plan if we are awarded this Contract. We understand the provisions of this Plan will take into account; Assignments, Training, and Plan evacuation with core components such as; a) Assignment of Responsibility- We will designate an Emergency Manager (EMP) and that person will manage our part of the Emergency Action Plan on our behalf. She/he will maintain records pertaining to the Plan and will be scheduling routes for evacuation for our personnel and if necessary City of Miami Beach patrons if necessary. b) Plan Implementation- We will report fires and all other emergency situations to the City of Miami Beach EMP. c) Emergency Contact Information- Our EPM will maintain a list of all of our employee's emergency contact information and this info will be kept in a designated area for easy access. d) Evacuation Routes- We will familiarize ourselves with escape routes. We will take into account mobility impaired employees and their assistants for easy evacuation. Areas of the City of Miami Beach that need to be secured to prevent damage will be of importance to prevent further damage to facilities and personnel, such as may be necessary to demure confidential governmental information/irreplaceable records or as may be the case in shutting down equipment to prevent release of hazardous materials. Severe Weather- Our EPM will be responsible for keeping our employees informed regarding weather alerts and assist in getting personnel to safe area until the threat has passed. Also, we will be in contact key City of Miami Beach personnel to assess and manage personnel and property safety concerns to minimize losses of life and property. INFORMATIONAL TECHNOLOGY Some time ago we invested substantial dollars in a Quality Control program designed to specifically meet the needs of large contracts. This software program will point out problem areas, and this will be an ongoing system to ensure compliance with your regulations for maximum results in meeting the high standards that will be required. This software is designed to help manage service costs downward, while improving productivity and quality, as well as manage workload fluctuations. Our System allows for quick access to volumes of data through a user friendly interface. All functions can be customized to the needs of our clients. Components of the system include: FACILITY MODULE a. General Section-Maintain each faculty general contact and statistical profile. b. Labor Section-Maintain a schedule of budgeted hours available to the manager, employee base wage,benefit and other labor related information. c. Department Section-Maintain a detailed breakdown of department information within the facility needed for the manager to effectively coordinate janitorial activities within the scheme of the entire facility. d. Inventory Section- Maintain a specific room/area inventory in terms of area and surface types, square footage, frequency of service, etc. PROCEDURES MODULE Provides for scheduling of work on routine and project basis. Automatic follow-up scheduling occurs when work is not completed as planned. Generate work orders, completion and scheduling reports. PERFORMANCE MODULE Generates inspection reports and schedules based upon facility, employee and procedural information. Maintain Quality Improvement Program,generates and archives reports. MATERIAL MODULE Maintains equipment inventory and automated supply orders system. Maintains facility or departments' chemicals and hazardous substance lists and Material Safety Data Sheet. SAMPLE REPORTS Sample reports that exemplify the reporting mechanism of this program: 1. Performance Inspection 2. Performance Profile: Area Type 3. Performance Profile: Building 4. Performance Profile: Specific Building over 8-12 month period We utilize SWEPTWORKS, a "real-time" janitorial operational management system which allows us to demonstrate our commitment to quality. Inspectors cannot only complete regular inspections, but easily communicate to our clients directly through the app. This program insures that our clients have a simple and efficient way of letting us know the things they need to feel satisfied. Client messaging allows our clients to use this free app or simply text a message with late notifications when cleaners have not signed into a shift, allowing us time to do something about it. Cleaners can report any problems at the end of each shift. All reported problems are immediately sent to management. We also are able to know what cleaner is at what location in real time. Additionally, this allows us to know what supplies are running low or completely out. Improves process by allowing us to dump the unspoken policies, unfulfilled promises, and paper logs. This system keeps our staff accountable and monitors all restroom maintenance activity in real-time along with actionable metrics consisting of clearly presented data allowing us to spot problem locations, shifts, employees and restroom, so we can create steps needed for corrective action and easier implementation. PLANNING We understand that the key to providing quality services starts with preparation. One key objective in the preparation process involves ensuring that all employees are properly trained and that we have the proper equipment along with the necessary supplies on hand to get the job done. Also, we will conduct additional site surveys to better understand and assess/inventory the existing cleaning problems, goals, and resources. We will refine our cleaning strategies as needed to ensure we are meeting all of our quality control objectives. The planning process leading up to implementing this contract will involve the following activities: A. 30 to 60 days prior to start of contract we will have had preliminarily discussions with our suppliers regarding purchasing additional equipment and goods. B. 15 to 30 days prior to start of contract We will be ensuring that we have all the necessary staff. Also, we will be establishing work schedules and setting goals Coordinate times/dates for periodic quality assessment meetings Reassess, and acquire additional supplies, and equipment Coordinate and communicate plans with lead supervisors C. 5 to 15 days prior to starting contract Meet with contact personnel Discuss and communicate start up plans Review priorities for startup with supervisors Meet with supervisors/employees and confirm start up information Contact employees and confirm start up information Confirm start time, duty location, and individual responsibilities D. 5 to 15 days before starting contract Review assignments and coordinate with all employees first day Complete tasks from priority list; equipment, supplies, staffing Confirm assignments again and grouping of employees to supervisors Implement quality control program E. Day after starting contract Meet with supervisory staff to get feedback and resolve issues. Make adjustments as needed to ensure that quality control measures are being implemented. F. Days after starting contract Continue to monitor all aspects of program and discuss relevant issues and concerns and make adjustments as needed to ensure quality services are being provided. G. Week after starting contract Supervisors will continue to monitor staff performance to ensure that performance objectives are being met. 7) Work Plan The conditions which we have determined to exist are consistent with high use, continuous traffic facilities, frequented by the public and employees. Some of these areas will require consistent and continuous cleaning and personnel throughout the day and evening, in order to maintain cleanliness and a"pristine"look. ABS is prepared for all emergency responses based on the conditions in order to keep the facility operational and protect the safety of the public and City of Miami Beach personnel at all times. ABS is capable of carrying out the work of the RFP in a competent and effective manner; ABS will provide services to exceed and/or meet the requirements of the "scope of services" as detailed in the RFP. We will also have a Special Projects Supervisor supervising all specialty work. 8)STAFFING QUANITY and WORK Able Business Services Inc. will have more than sufficient staff dedicated to this contract with an appropriate number of part-time custodial personnel assigned. We expect to dedicate adequate personnel to the business hours detailed in the RFP with contingent personnel in the evening. Also, in most cases we will be overstaffing since we will be using our veteran trainees as part of their on the job training in our Veteran Employment Training Program. With this additional staff this will help in the case of staff no shows as may be the case with staff emergencies. ABS custodial workers will be trained and available to work within their classification in any area and will be assigned based on operational necessity which could fluctuate. ABS may allow its custodial staff to select shifts but not positions or work locations. ABS has a diverse staff that reflects all levels of the demographic composition of the community. ABS will promote and achieve a diversified work force that is consistent, at all levels, with the demographic composition of the community. Abl e usiness ervices Inc . Organizational Cit . rta William Berry President/CEO Loretha Ambrose Office Manager Donald Lovinsky Charles Jones HR Supervisor Comptroller Accounting J 17.. .,... ---1--------........ _. Portia Barnes Sam Hines Derek Williams Administrative Assistant HR Consultant Training ! Proposal Coordinator Manager I Alicia Tucker-Marta Mark Mills r Vince Ambrose i Director of Director I Casper Berry Division Manager Janitorial Contract Janitorial Services Special Projects Manager -Propane Manager/Quality Assurance Safety Supervisor -Chemical if"---________ '— l Anthony Corbitt MDTA Supervisors: - Production Manager Eldrid Timothy Allen(CW) ,. A City of Miami Supervisors: Joe Cooper(CE) Kenneth Marshall _ �,, -Patricia Lopez -Carolyn Brown(NE) • Land8Capiltg and --Karon Jordan Debris Remcalt. Jerry Rollison • Post Construction- Curtis Jlles Warehouse& 1. Manufacturing Supervisor -Miami Dade Water&Sewer –Miami Dade Parks —_— Health Systems: –Miami Dade Waste Management a. u i Jesus Ortiz Assistant • William Louis Berry Sr. 14265 SW 108 Court Miami, Florida 33176 (305)252-9065 EDUCATION BS Degree Social Science,Florida Memorial University AA Degree Social Science,Miami Dade Community College 1970-1972 1%7-1969 SPECIALIZED STUDIES University of Southern Illinois,Graduate Studies(6)Job Development • University of Tennessee,Graduate Studies(3)Effective Communications 1975 University ofTennessee,Graduate Studies(3)Counseling Strategies 1975 University of Alabama,Graduate Studies(3)Understanding Disincentives to Employment 1987 University of Tennessee,Graduate Studies(3)Marketing and Sales Strategies 1980 University of Mississippi,Graduate Studies(3)Sensory Aid Technology for Disabled 1980 University of Tennessee,Graduate Studies(3)Caseload Management 1988 Certificate in Rehabilitation Counseling,National Rehabilitation Counseling • 1990 Coverall International,Blood Borne Pathogens Training/OSHA Training/Hard Floor Care,Team Cleaning,Chemical Usage 1986 University of Florida,Graduate(6)Studies Rehabilitation Counseling 2002 Florida State University,Graduate Studies(6)Rehabilitation Counseling 1976 1981 SC State University,Graduate Studies(3)Rehabilitation Counseling 1982 EMPLOYMENT Able Business Services,Inc. December 1999 to Present President-Management of multifaceted business that specializes in providing full service janitorial services to residential,commercial,and governmental entities.Also,a component of our services involves job training and the hiring of special need persons as well as US Veterans.In all facets of our competitive employment contracts we try,to utilize community based programs support in training and hiring persons from the communities in which we have our contracts.We have been industry trained in health based Cleaning by Coverall International and we are using this expertise to provide superior level of service by employing innovative,science based products,equipment,and methodology_ Department of labor,Office of Rehabilitation January 1999 to December 1999 Rehabilitation Consultant Special Assignment until State of Florida Retirement) Assisted in setting up an employability workshop,arid was responsible for providing technical assistance and in service training to Vocational Rehabilitation Counseling Staff in areas of job development and marketing.Also,provided technical assistance to the employability workshop staff whose responsibility was to assist VR customers countywide In obtaining skills on how to obtain and maintain employment Department of labor,Division of Blind Services 1992 to 1999 Regional Administrator-I was responsible for program management of Miami District Office in providing comprehensive social and vocational rehabilitation services for persons of all ages in Dade and Monroe County.Also,specific responsibilities entailed: • • Responsible for program management in servicing 5000 visually challenged persons. • • Prepare annual budge,management of fiscal resources,and million dollar customer service budget • Monitor customer service contracts in Dade and Monroe County. • Management of Human Resources to meet district program goals_ • Management of Physical plant to ensure a safe,clean,and secure environment for staff. Department of Labor,Division of Blind Services 1983-1983 Rehabilitation Service Supervisor-Responsibilities entailed the supervision of seven rehabilitation service counselors and their activities In providing comprehensive vocational rehabilitation and social services to visually challenged persons.Approved client service plans as well as unit expenditures in servicing customers rehabilitation needs. Miami Dade Community College(Kendall Campus) June 83 to October 83 Academic Advisor-Provided academic advisement and career counseling to college students on different career paths.Assist with college recuitme nt efforts. References Furnished Upon Request Loretha M. Ambrose Miami,Florida 33176 786-716-6424 786-877-3515 Ambroseloretha@gmail.com Profile A pro.g essive individual with professional ambitions in clerical, business consulting, retail and customer servic-s- guaranteeing quality, friendly and prompt service. Core Strengths • 50+WPM • Computer proficiency in Microsoft Office (Word, Excel, Power Point, Outlook) • Sales experience with emphasis as a customer service specialist • Excellent communicator/active listener • Career and goal oriented • Excellent work ethics • Team player and leader Work Experience Neig i bors and Neighbors Association Miami, Florida Reso ce Manager 11/2015-4/2016 • Greeted customers and ascertain what each customer wants or needs. • Described how to start a business, register and licensing. • Recommended, selected, and helped locate or obtain merchandise based on customer needs and desires. • Computed sales prices, totaled purchases and received and processed cash or credit payment. • Answered questions regarding grant funding. • Assist clients in getting employment. • Maintained records related to county grants. • Demonstrated use or operation of merchandise. • Managed Office day to day functions. Am. .on. Com Inc. Miami, Florida Seas. al Sort Fulfillment Associate 5/2015 - 8/2015 • Receive Products using radio frequencies scanners. • Relocate products using forklifts, pallet jacks, and walkie—riders • Sort, pack, and ship customer's orders. • Troubleshoot problems to resolution. • Able to understand aspects of production. • Employer requires adhering to strict safety, quality, and production standards. • Meet/communicate regularly with Director regarding concerns, updates, and challenges. Arise irtual Solutions Miramar, Florida Custo er Service Representative 10/2014—8/2015 • Acts with integrity, honesty and knowledge that promote the culture, values and mission of Arise. • Maintains a calm demeanor during periods of high volume or unusw l events to standard and to set a positive example for the shift team. • Anticipates customer needs by constantly evaluating conversation and customers for cues. • Assists with new partner training by positively reinforcing successful performance and giving respectful and encouraging coaching as needed. Provides feedback to team managers on partner performance during shift. • Contributes to positive team environment by recognizing customers' needs and hardships. • Delivers legendary customer service to all customers by acting with a customer comes first attitude and connecting with the customer. Discovers and responds to customer needs. • Develops positive relationships with shift team by understanding and addressing individual motivation, needs and concerns. • Follows Arise Virtual Solutions operational policies and procedures, including those for cash handling and safety and security,to ensure the safety of all partners during each shift. • Recognizes and reinforces individual and team accomplishments by using existing organizational tools and by collaborating with store manager to find new, creative, and effective methods of recognition. • Utilizes operational tools to achieve operational excellence during the shift. • Maintains regular and punctual attendance • Take Orders and Up sale the company's product. • Technical Support and Billing Questions. Mia i-Dade County Schools Miami, Florida Secre.ary and Registrar 01/1983 —08/2014 • Coordinates all activities related to student registration,transfer, withdrawals and maintenance of s 'dent records. • FTE Accounting Budget and Reporting and Master Schedule for the entire student population. • Maintain calendar for administrative personnel by scheduling appointments and conferences. • Establishes and maintains file management system including personnel files and confidential records. • Routine clerical accounting and budget records. • Prepare and submit payroll and maintain inventory of office supplies. • Creates a positive learning environment by providing clear, specific, timely and respectful coaching and feedback to partners on shift to ensure operation excellence and to improve partner performance. • Purchasing and receiving merchandise into our on-line computer system for the MSAF Budget/ Finance/Purchase System. • Process insurance and accident forms,plant security reports, free and reduced lunch programs and may make arrangements for field trips. • • Functions as liaison with administrative offices on matters relating to payroll, certification personnel salary administration, travel reimbursement accounting, etc. May assign and review to work of other clerical or administrative support personnel. Stone I ountain Ford Automotive Stone Mountain, GA Salesp-rson 04/2006—04/2007 • Acts with integrity, honesty and knowledge that promotes the culture, values and mission of Group 1 Automotive Corporation. • Maintains a calm demeanor during periods of high volume or unusual events to keep store operating to standard and to set a positive example for the shift team. • Anticipates customer needs by constantly evaluating environment and customers for cues. • Contributes to positive team environment by recognizing alarms or changes in partner morale and performance and communicating them to the store manager. • Develop positive relationships with shift team by understanding and addressing individual motivation, needs and concerns. • Maintains regular and punctual attendance. Education 03/2015 — 04/2005 Gold Coast School of Real Estate Doral, Florida Sales Associate 08/19:6 - 08/1990 Florida Memorial University Miami, Florida Elementary Education 08/19:3 - 04/1984 University of South Florida Tampa, Florida Child Psychology 08/19:1 —01/1983 Miami Central Senior High Miami, Florida High School Diploma References Available Upon Request 817 Turner Circle Phone:305-986-2670 Homestead FL 33030 Fax. 305-248-6599 mmcleaningservice@msn.com Mark R. Ns 24 years of experience in the janitorial field as site custodian, supervisor, administrator and owner working in school sites and professional buildings. Experience in working with various floor machines and cleaning chemicals. I am focus on providing high quality janitorial service Experience 2007-Present M&M Cleaning Services President • Oversee all operations and functions, manage payroll, prepare work schedules, and assign employees and/or supervisors to work areas and sites 2007-2010 Miami Dade College Services Supervisor Ill • Oversee multi-shift operations and functions, manage payroll, prepare work schedules, and assign employees and/or supervisors to work areas • Recruit, train and evaluate employees, make recommendations concerning the selection and procurement of supplies and equipment, and maintain inventory records • Provide routine management reports in support of documented institutional effectiveness; prepare budget and analysis for the Campus Service operation. Provide emergency preparedness leadership, coordinate and supervises training programs and maintain relevant OSHA and MSDS records. • Administer buildings and grounds inspections to assure plant safety and cleanliness as they relate to Campus Services' responsibilities, review operational problems and determine corrective action and identify vendors to assure appropriate product/equipment selection and parallel employee training. 1999-2007 M-DCPS SW Transportation Head Custodian • Supervise day and evening custodial shifts, responsible for training employees and preparing work schedules and work assignments. • Order supplies, maintain inventory of supplies, responsible for maintenance of the facility. Secure facility and respond to calls for fire and security alarm systems. • Monitor the operation of heating, air condition, ventilation, and security systems. 1996-1999 M-DCPS Wigham Elementary Head Custodian • Supervise day and evening custodial shifts, responsible for training employees and preparing work schedules and work assignments. • Order supplies, maintain inventory of supplies, responsible for maintenance of the facility. Secure facility and respond to calls for fire and security alarm systems. • Monitor the operation of heating, air condition, ventilation, and security systems. 1995-1996 M-DCPS Florida City Elementary Lead Custodian • Supervise night shift custodial staff; make sure all assignments are completed. Responsible for the security of the facility. Education 2002 Nova Southeastern University Miami, FL o BS Business and Professional Management 2001 City College Miami, FL o AS Business Management 1993-94 M-DCPS Department of Plant Operations o State Certification course o Master Certification course o Leadership Training course Skills 24 years of extensive knowledge of floor and carpet care, managing and training others in custodial cleaning and floor care. Extensive knowledge of hard floor and carpet products, along with green seal chemicals. Experience in leading large groups of cleaning crews (over one hundred) and knowledge of floor machines. Able to manage payroll and prepare budget. Excellent supervisory skills, having (9) years experience with M-DCPS as Head Custodian. Three years as an administrator with Miami Dade College custodial department, and 9 years as President of own business. Alicia TuckerMarte 5550 NW 31Ave. Miami, Florida 33142 305-901-9449 aliciatmarte@gmail.com Professional Objective: To obtain a position where I can utilize my skills in Environmental Services, Staff Training, and Management. I demonstrate sound structural planning and strong problem solving skills to operate under the most demanding of circumstances. I have excellent written and oral communication skills, enabling me to communicate effectively. I pride myself on my strong commitment to professional ethics and high standards of performance. Professional Licenses/Certifications: O.S.H.A. Certification Entrepreneurship College Credit Certification LEED Green Associate Course Completed (non-certified) ARRA-WAP Davis-Bacon Contractor Payroll Certificate Maintenance of Traffic Certification Notary Public Underwriter 0 /2017— 7/2017 Jackson Community Hospital Miami,FL E i vironmeutal Supervisor • Monitoring and maintaining department employee's schedules on Kronos • Conduct Quality Inspections,Black Light Inspections,&Patient Interviews and input data into the Trakker database. • Monitor Teletracking and moving around employee,if needed,to ensure a minimum discharge response and bed turn times. • Viewed and comprehend all Sodexo housekeeping training videos. • Knowledge of Daily Task List Forms and functionality • In direct communication with all Environmental Department staff to ensure instructed tasks are understood and completed in a timely manner. • Trained and Assisted with a complete and proper Discharge Room Cleaning using the Sodexo seven step cleaning process. • Patient Rounds,communicating with patients and guests to ensure their satisfaction with room cleanliness. • Order and distribution of daily cleaning supplies to staff • Keep current of all training for each employee to ensure completion in a timely manner. • Creating,Editing,and Maintaining the Daily Work Schedule to ensure availability and flexibility to accommodate Vacations,Personal Leaves,and etc. • Submit a daily End of Shift Report to management. • • Created and maintained an open line of communication with Nurse Mangers to develop and maintain open work relations to promote codependency for the upkeep of the hospital. • Filing,Faxing,Emailing,and maintaining a functional work space. Page 1 of 3 • Filing,Faxing,Emailing,and maintaining a functional work space. • DOT Hazardous Materials Trained and Certified Education: Miami Springs Sr. High School Graduated 1996 Nova Southeastern University Marine Biology 2003 (No Degree Obtained) Miami-Dade College Secondary Earth Science Education 2005 (No Degree Obtained) School of Business, Entrepreneurship C.C.C. Miami-Dade College 2013 Technical Skills: Type 55 wpm Proficient in Microsoft Applications Graphic Art Designer Excellent Office Personality Multiline Phone System Club/Organization Affiliates: U.S. Green Building Council Chapter Member Page 3 of 3 CASPER BERRY 3185 NW 38 Street Apt 2,Miami,FL 33142 • Cell:7862853563 • casperlberry@gmaiLcom Professional Summary Facil ities Technician with an EPA-Certified Universal License and outstanding analytical and problem solving skills.Solid background in facilities maintenance and customer service. Sidis General building maintenance Tree trimming Certification Blueprint interpretation FDOT Certification Corr_petent with power tools Work History Special Project Supervisor,06/1999 to Current Able Business Services-3187 NW 38 Street Regularly service 12 buildings. Repair defective equipment parts. Follow routine and preventative maintenance checklists. Train,coach and mentor staff to ensure smooth adoption of new program. Work directly with departments, clients and managers to achieve company objectives. Take corrective action in the case of accidents and delays to minimize extra expenses. Building Maintenance Technician,01/2005 to 06/2007 Dozier and Dozier Construction-3892 NW 67 Street Opa Locka,FL Cleaned building floors by sweeping,mopping,scrubbing and vacuuming. Cleaned windows,glass partitions and mirrors using soapy water,surface cleaner,sponges and squeegees. Steam cleaned and shampooed carpeted areas. Set u,p, arranged and removed decorations,tables,chairs,ladders and scaffolding to prepare facilities for large everts. Checked in and stocked inventory throughout the facility. Kept janitorial closets dean and organized. Safety Carpenter,01/2003 to 12/2005 Suffolk Construction Company Cut and installed insulation for residential and commercial buildings. Specialized in foundations, framing and finish carpentry. Leda variety of projects from start to finish,including garages,residential homes and additions. Read and interpreted blueprints and construction documents to determine project directives. Facilitated harmonious working relationships with crew members to prevent problems and conflicts. Monitored tool and equipment condition and arranged for repairs when needed. Submitted work orders to the manager on duty. Education Associate of Applied Science:Current Urban Craft Construction Academy-6300 NW 27 Avenue Miami.FL 33147 • rze: ,.,.. .,_ .F,. •-.,.:: GREEN BUSINESS CERTIFICATION INC. CERTIFIES 71-IAT 0 ' -.- e.:N' ":',' 1); 76 47171','•''.:..c,s:::''•:' 1.'! •c::- :, i: ‘, - v.:\•;' • V. • LEED t ..::- , ....„. „, s,"fe.,1,1 14,,77 T: -7- " •:' ':-1, • ,-,:''' LI l' .I; ::: •:: GREENHAS ATTAINED THE DESIGNATION OF - • ...,.; i ASSOCIATE ',•'%.:,kr:1:2 ii.::.'--•,,,.. — ,::, -...,—.... .....4..... 4 S. m-:.4.-:;..:2•:. ,..1 by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED ..--. 1 green building program. .:.,.. 10262052-GREEN-ASSOCIATE CREDENTIAL ID 24 DEC 2015 i ISSUED (aii4 W. 24 DEC 2017 -.A VALID THROUGH GAL VITTORI,GBO CHAIRPERSON MAHESH PAIMANUJAM,GBO PRESIDENT .,- ':'.'• g ..ezezefflatesswpmfmErrr.,..z .,.....„, ,,,,5 „...„7,,,,..,,..:,.„...,,,t,„. Ceii /Zcate ..., ,..,..,,,,„A„:..„, , (� 'his is to certify that 4. � Willi s, f ,,,,:t. ig '11TAble Bu ' M �:2, r 12to Pik 44G1 as successfully completed Hazardous Materihn4s.., Emergency Response Operation Level ej N T raini w ,, f . =t 4 Py. F F;y ; cola"i''�.!rr.'s ,. ,1910.120 (CI 1 4;'T •;° '4tedit W ; f,,of Y.. .\, 4� F present&f4�by Environmental Resource Center 101 Center Pointe Drive Cary, NC 27513 919-469-1585 www.ercweb.com eArrimitt September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078401 Certificate This is to certify that Vince Ambrose Able Business Services, Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training. 1910.120 (q)(6)(i) and(q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com PM September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078408 Certifi cafe This is to certify that Charlton Ambrose Able Business Services, Inc.: has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i)and (q)(6)(u1) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com eArguit September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078411 Certtfica cafe This is to certify that Loretha Ambrose Able Business Services,Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training. 1910.120 (q)(6)(i) and(q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com PM v- � � September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078414 Certtficate This is to certify that William Berry Able Business Services,Inc. has successfully completed Hazardous Materials Emergency Response Operation Level • Training 1910.120 (q)(6)(i) and (q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com il*Kt# September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078401 Certi• cate This is to certify that Casper Berry Able Business Services, Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i)and(q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com 1(g4;1^4- September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078406 CertUlcate This is to certify that Sergio Flores Able Business Services, Inc: has successfully completed Hazardous Materials Emergency Response Operation Level • Training 1910.120 (q)(6)(i) and (q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com P }� . M"' September 5,2017 Pretlo Knight,Instructor Certificate Number: C078397 CertUica This is to certify that Carnetta.Hicks Able Business Services, Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i)aid(q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com 4rt;t4i/At September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078400 CertUlca This is to certify that Yovaris Hudson Able Business Services, Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(j) and(q)(6)(li) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com iviOYsK4Z- September 5,2017 Pretlo Knight,Instructor Certificate Number: C078409 Certtjica This is to certify that Qwantisha Johnson Able Business Services, Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i)and(q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com 4 Vrilvt September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078399 CertUicate This is to certify that Charles Jones Able Business Services,Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i)and(9)(6)(li) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com Kr*I4ilkt September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078407 Jerttfica cate This is to certify that Ka'Ron Jordan Able Business Services, Inc.:; has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i)and (q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com 4r-rwitk September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078398 Cer ate tif lc This is to certify that Donald Lovinsky Able Business Services, Inc, has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(0 and (q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com 4 Vr'ilkt September 5, 2017 Pretlo Knight,Instructor Certificate Number: CO78410 Certtficate This is to certify that Mark Mills Able Business Services, Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i)and (q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com 4 V`‘gilvt September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078405 • cate This is to certify that Timothy Mitchell Able Business Services,Inc. ' has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i) and (q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com 4 l(glia September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078403 Certtfic This is to certify that Terrie Montgomery Able Business Services, Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training, 1910.120 (q)(6)(i) and (q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive,Cary, NC 27513 919-469-1585 www.ercweb.com 46 if:Kw? September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078412 Certi,Jica 4 r.-.0.- *e`,1:01.'4'.''' is to certify thatdpisxh, . Wy 6F rf� ik,. MeryI1s4 yt, A , .t + : t'', Able Buszri § .., rvices' ,AK: as successfully completed aHazardous Mater' , Emergency Response s e O era ion Levelv�.x< .. , ��. , T aini ; Y. t tcs' u * "" ^ 1.910.120 (q)(K 17.0 31/ If v:r : �a presen -d Envirotuvental Resource Center 101 Center Pointe Drive ''Cay, NC 27513 919-469-1585 www.ercweb.com itcgrript?- September 5, 2017 Pretlo Knight, Instructor Certificate Number: C078402 Certifi cafe This is to certify that Derek Williams Able Business Services, Inc.. has successfully completed Hazardous Materials Emergency Response Operation Level p p Training 1910.120 (q)(6)(i) and(q)(6)(in) presented by Environmental Resource Center 101 Center Pointe Drive,Cary, NC 27513 919-469-1585 www.ercweb.com id61/2g# September 5,2017 Pretlo Knight,Instructor Certificate Number: C078413 Certtfi This is to certify that Ted Williams, Jr. Able Business-Services, Inc. has successfully completed Hazardous Materials Emergency Response Operation Level Training 1910.120 (q)(6)(i) and (q)(6)(ii) presented by Environmental Resource Center 101 Center Pointe Drive, Cary, NC 27513 919-469-1585 www.ercweb.com id":g# September 5, 2017 Pretlo Knight,Instructor Certificate Number: C078404 ,:.. • • • . • ti • ns, '...,:c#17;$:. y*,14.-....`1,'4.• '„,...!' 11 A j. f 4{ S+,S' 9• r N. ; • • ,3,}, 4 �,r T a.' r ?�" f.,4 y r`A'';7.•':',;.•.* .urN� ,t , * 1,•.•.•%,;":",; Lit _ ..- "v°t ,i,•••• 1 a •wt.r S ' + 4 jW S ( x7 ! r a•J t r r r • • a _ b ' S 1 , r3 rt W 1 Y J r k�,r . it 1 /; ?f ¢.+fin ,� '�.. / • / .+.� 5 t arty tly •jiN .. Ail •.e •F,,•••;;;•:;•77,,..0.,•,.,.,.-s0,;, • • y ,. - I T } i • ?t • 1`ie�• .,'. • • r ',.xy 'rn a• I, ,„ • 1x J ' 7....i.;.-4..,• ,,:, -_5r • te.. 4t • • y W k y at { •RW l • ` • .it.'�r,.� :.;,*,,,,..,1-q,.....>,...,:•:•..,,... ..,. ° ��t �c" �{{ 1>t,.arrs.. :n ....1.0;••g- a • r a. r Y• .9l�, ,� t TM' '. B Able Business Servif.:es, Fnutines Management$orvicce:Commorciat Ctoamnq ProducT% EMPLOYEE TRAINING PROGRAM Cleaning is the process of locating, identifying, containing, removing and properly disposing of an unwanted substance from a surface or environment.Healthy High Performance Cleaning is a process that reduces any negative impact of cleaning on health and the environment While product selection is important, procedures for a Healthy High Performance Cleaning program are equally important, and perhaps more so. This section elaborates on those important procedures in 14 key areas: • People with Special Needs a Dusting and Dust Mopping i Entryways 9 Floor Care a Carpet Care Restrooms ■Food Areas:Cafeterias,Break Rooms,Etc. ea OSHA Blood-Borne Pathogen Standard 2 Measuring/Diluting Concentrated Cleaning Products 2 Indoor Plants 2 Integrated Pest Management a Recycling 2 Spills 2 Trash The issue of product preferability is not one of"good"new products versus "bad" traditional products. Rather the issue is defined as opportunities to reduce impact on health and the environment. When addressing procedures for a Healthy High Performance Cleaning program,the same approach must be followed. In general, Healthy High Performance Cleaning procedures are similar to traditional procedures. The differences are more a matter of focus than technique. This section discusses source reduction and pollution prevention strategies in addition to specific opportunities to modify traditional procedures to reduce impact on health and the environment. With the use of any cleaning chemical or janitorial equipment, it is important that appropriate personal protective equipment (PPE) be used and product directions followed. Furthermore, proper disposal of all cleaning wastes is required. SPECIFIC PROCEDURE MODIFICATIONS The first issue to be addressed is modifying the cleaning program to accommodate people with special needs within the building. This issue not only emphasizes the focus on protecting health, it also epitomizes the focus of a Healthy High Performance Cleaning program. This includes the need to identify the most vulnerable population and the method for designing programs to create the healthiest environment. A SS Able Business Services, Inc Fadktics Management 4e t Sotvico. Commercial Cleaning Product~ PEOPLE WITH SPECIAL NEEDS Action Items: 1.Identify those building occupants with individual needs and sensitivities. 2.Develop a plan to address the individual needs of people with sensitivities. 3.Modify procedures and/or cleaning schedules as necessary to accommodate their individual needs. 4.Address ventilation requirements to help mitigate the problems with airflow. 5.Communicate cleaning plans to building occupants. One of the primary goals of a Healthy High Performance Cleaning program is to protect the health of building occupants. This is done in many ways including the identification and removal of harmful contaminants, such as particulates,mold spores,bacteria and viruses.And while the cleaning process can reduce exposure to these and other harmful contaminants, unfortunately, the process of cleaning and the cleaning products themselves can adversely affect the health of building occupants. This is especially true for those who are very sensitive to odors, those with pre-existing health conditions such as asthma and allergies, those with reduced immune systems such as those recovering from cancer, and other health conditions. For certain individuals, accommodations must be made relative to cleaning activities, noise levels, dust, etc. Some occupants may be very sensitive to the fragrances of cleaning products. Reported sensitivities may not even be caused by cleaning products but rather sensitivities to pet allergens from guide dogs and even from the allergens brought into the building from co-workers' household pets. Understanding the sensitivities is essential for accommodating the occupants. In some cases,the time of day that cleaning takes place may need to be altered; in other cases,occupants who are reacting to their co-workers may need to be relocated to other areas within the building. When relocating the individual or reconfiguring the workspace is necessary, this should be addressed by building management In many situations these issues cannot be resolved by the cleaning contractor, but requires everyone, including the affected individual, to work together to achieve the best outcome. A. DUSTING,DUST MOPPING AND VACUUMING Traditional dusting and dust mopping techniques frequently move dust and other contaminants from one area to another, such as from a bookshelf to the floor. It is important to recognize that moving the dust from one place to another wastes labor and reduces efficiencies. Dusting and dust mopping activities that do not capture soils completely stir them into the air where people can then be exposed to the particles. DUSTING HIPC Requirements(cloth or vacuum) 1.Use only dusting tools that capture and remove the dust. 2.Micro-fiber,lint-free dusting cloths and vacuums are preferred instead of feather duster. 3.It is preferable to use vacuum cleaners that meet the Carpet&Rug Institutes(C&RI)Green Label Program and be fitted with appropriate bags and HEPA filters. B S Able Business Servic,es, Inc Facilities Marta anion 4 t Servicer'Commercial Cleaning ProAucta 4.Always use a folded cloth and be sure to refold when full of soil.Refolding provides more cleaning surface area and maximizes use of the cloth. 5.Minimize the use of dusting chemicals and if required use water or water based dusting chemicals. See the Janitorial Selection Guide. Dust(micro-fiber cloth) 1. Gather equipment. 2. Wear personal protective equipment per Iabel directions. 3.Be sure to use appropriately sized attachments if using a vacuum. 4.Dust from top to bottom. 5.Be thorough and get hard to reach areas. 6.Never move personal items. DUST MOPPING AND VACUUMING HHPC Requirements 1.A micro-fiber flat mop is preferred over a dry or chemically treated cotton mop. 2.If using a micro-fiber mop,choose the widest mop possible taking into consideration the area, obstructions, unevenness of the floor,etc. 3.If using a vacuum,be sure to use a wide area hard floor attachment to maximize soil removal and to minimize labor. 4.C&RI's Green Label Program and NEPA filters are preferred for vacuums. Dust Mopping(mop or vacuum) 1.Assemble equipment and supplies. 2.Put on appropriate personal protective equipment,as stated on the product label and MSDS. 3. Using a putty knife,carefully remove any gum or other debris stuck to the floor. 4.Start from a far corner and work toward the door. 5. When using a micro-fiber flat mop,use a continuous motion,without lifting the mop from the floor. 6. Typically begin next to the wall. When turning,pivot so that the leading edge remains the same. Overlap the previously mopped path by 2 to 4 inches to ensure complete coverage. B Able Bt s ness Services. Inc S Facileiies Management Services:Commercial GlaanmQ Product 7. When completely finished,pick up the collected debris using a counter brush and dust pan or vacuum. 8. When the micro-fiber no Ionger attracts soil,it will need to be laundered. Vacuum bags should be checked periodically and changed out when they become half-full. Entryway Maintenance Procedures(Daily) Exterior 1. Empty and clean trash cans and ash ums. 2. Clean doors, door handles,and kick-plates with appropriate cleaner. 3. Sweep exterior sidewalk and vestibule with a high quality push-broom or mechanized sweeper or vacuum. 4.Vacuum entryway matting. Interior 1. Clean walls,doors,door-handles,push plates, and kick-plates. 2. Vacuum matting in both directions. 3. Dust mop or vacuum entryway flooring. 4. Repeat more frequently if heavy soil is present. Entryway Maintenance Procedures(Periodic)Exterior Interior 1. Roll up and remove matting if possible. 2. Sweep underneath matting. 3. Clean washable entryway mats with high-pressure washer. 4. Reinstall matting once entryway is dry. Interior 1. Roll up and remove matting. 2. Place wet floor signs and caution tape. A B S able liusiness Services. Inc ractllttos Management 5crvices Commercial t.esnEnq Products 3. Damp mop entryway. 4. Remove wet floor signs and caution tape when the area is dry. Note:Periodic procedures should be repeated as needed based on weather conditions and soil loads_ FLOOR CARE The procedures for the floor care in a Healthy High Performance Cleaning program are similar in most instances to those of a traditional program. Beyond the traditional issues, floor care in a Healthy High Performance Cleaning program addresses the selection of the procedures themselves.The life cycle assessment of the selected finish should factor in the durability and the frequency of stripping and recoating. In a Healthy High Performance Cleaning program the primary effort should be a pollution prevention strategy, or one that minimizes the need to strip and recoat a floor. Thus, a specific focus should be on preventative measures,such as: •Keep outside entryways clean to prevent soils from being tracked into the building.This may include sweeping, use of a power sprayer,etc. a Use matting systems at all entrances to capture soils and moisture from shoes. It is preferable that the mats be large enough for each shoe to hit the mat two times(typically a minimum of 12 to 15 feet). at Frequent vacuuming of entryway mats and grating systems. o Frequent dust mopping of resilient tile floors or vacuuming,especially close to entryways and other sources of particulates(i.e.near copier rooms). o Periodically clean under floor mats to reduce the potential for moisture to lead to bacterial and fungal growth. When floor mats get wet,replace them with clean dry mats. •An intensive cleaning and frequent cleaning of the entryways to capture soils at the entryway rather than to remove it after it has spread throughout the entire building. FLOOR STRIPPING H>JPC Requirements(floor stripping) 1.Notify occupants beforehand if a strip-out is scheduled. 2. Select environmentally preferable product as outlined in the Janitorial Products Selection Guide.Mix and use products according to label directions. 3. Ventilate area and building during and after stripping. 4.Especially when stripping floors,it is preferable to conduct these activities on a weekend or some other extended time period when occupants will not be in the building.This allows maximum time for the building to be ventilated(flushed with fresh air)prior to the return of the occupants. Floor Stripping Procedures 1.Prep the area by placing wet floor signs,caution tape and other blockades around area to be stripped. 2.Assemble equipment and supplies. A B S Able Business Services., Inc Facitittes Manz emonT 4 Servic o.:.,Commercial Cleartinp Product. n Assemble two mop heads and handles.If not color coded,label "Strip Mop"and the other"Rinse Mop." :Assemble two mop buckets and wringers. Label one bucket"Strip" and the other"Rinse." ■Place the appropriate stripping pad on the rotary floor machine.Fill the strip bucket with hot water unless the product label recommends cold and mix with stripper.Fill the rinse bucket with clean,cold water. n Place all equipment in the area where the work will begin. 3.Remove free standing objects. Vacuum and remove walk-off mats. 4.Dust mop or vacuum the area.Remove all gum and other sticky residue from floor with putty knife. 5.Apply foaming stripper to baseboards,if necessary. Prepare to control liquid flow. 6.Apply stripper to floor.Dip "Strip" mop into"Strip"bucket.Lift mop allowing excess to drip into bucket.Apply to floor.Apply sufficient solution, but be sure not to over wet which may lead to solution traveling under doors or onto carpet. Outline a 10 x 10 foot area and fill in using an overlapping pattern. Let solution dwell for 5 to 10 minutes. Do not allow solution to dry.Re-apply as necessary to keep floor wet. 7. Use edging tool to loosen finish close to baseboards and corners. 8. Scrub the floor with a rotary floor machine after the stripping solution has had time to work. Scrub across the work area retreat as necessary. 9.Check your progress.If any floor finish remains,apply more stripper and increase dwell time.Don't let floor dry. 10.Rinse the floor using the"Rinse"mop and bucket. Use a floor squeegee to manage the slurry. 11.Pick up slurry with wet vac or mop and bucket. 12.Rinse the floor again with clean cold water. 13. When the floor dries,rub your hand over it.If there is residue on your hand,you must rinse again. 14. Once the floor is dry and free of residue and glossy areas(sign of finish or sealer), it is ready to be coated. FLOOR FINISHING HHPC Requirements(floor finish/sealer application) 1. Apply finishes or sealers with a clean rayon mop head. 2. Use clean buckets with clean wheels. 3. Line bucket with fitted trash liner. Able Business Services enc S Faciht, !d:na omentS - orvt� g oN Commnrela;Cte Wining Product 4. Use finish or sealer as recommended in the Janitorial Product Selection Guide. 5. Apply even coats. 6. Don't force dry finish with a fan. Finish/Sealer Procedures 1. Assemble equipment and supplies. 2. Put on appropriate Personal Protective Equipment,as stated on the product label and MSDS. 3. Post Wet Floor signs and blockades. 4. Prepare mop and bucket. 5. Pour enough sealer or finish into the bucket for the area. 6. Dip the mop head into the finish or sealer. n Tamp the mop head in the wringer. Do not wring out. re Hold above wringer and count 1-2-3. If no more drips the mop is ready. 7. Apply the finish or sealer. es Draw a lOxI0 foot frame with finish or sealer. ® Using an overlapping figure 8 motion,fill in the frame. Flip the mop gently 1!2 way through the area. el Apply all the way to the baseboard on the first and last coat. 8. Allow each coat to dry. 9. Apply additional finish or sealer coats until desired appearance is achieved. a Do not apply more than 4 coats in 24 hours. 10. Remove and discard the liner and the leftover finish.Thoroughly clean the mop head,bucket and wringer. 11. Remove Wet Floor signs and other blockades after the floor is completely dry. FLOOR BUFFING RHPC Requirements(for Buffing and Burnishing) 1. Make sure that adequate floor finish exists. 2. Select the appropriate restoration products as outlined in the Janitorial Selection Guide. Water-based, low VOC products are preferred. (TA \ BAble Business ervices, Inc FicilitF s t•. Mand gement Sarvicos.Commercial C.-loaning Products 3. Apply product in a stream or coarse spray instead of a wide-angle mist to minimize the amount that becomes airborne and inhaled or over sprayed.Do not over apply. 4. Be sure that the pad matches the rotary scrubbing machine speed and the fmish type. Buffing Procedures 1. Assemble equipment and supplies. 2. Put on appropriate Personal Protective Equipment,as stated on the product label and MSDS. 3. Post wet floor signs or other blockades. 4. Dust mop and damp mop the floor.The use of a micro-fiber flat mop is preferred. 5. Mount a red buffing pad on the rotary floor machine. 5. Apply spray buff solution in a stream or coarse spray being very careful not to use too much or overspray. 6. If using a 175 RPM machine,make three passes using a swinging motion over the work area, using appropriate pad. 8. If using a 1000-- 1500 RPM machine make a single pass in a straight line over the area_ 9. Change pads as necessary. 10. Dust mop the floor after the entire area has been buffed. 11. Clean equipment and return it to its proper place. 12. Remove wet floor signs and/or other blockades. Spray Buffing Tips a A "shot"of spray buff solution enhances gloss,helps remove black marks and repairs scratches.Be sure to buff before the spray buff solution has time to dry. m Try to spray buff the surface on a regular basis, 1-3 times per week. a Use restraint when applying solution. One "shot" is usually enough. u Carry the spray bottle in a convenient place.Holsters or attachments that mount onto your rotary scrubber are available. s Take good care of your pads.Check and flip when they get soiled. Wash,rinse and hang to dry at the end of the shift. Able Business Services, Inc Fac Eiitio<Management _ 9 Service, Gleaning Products Burnishing Procedures 1. Assemble equipment and supplies. 2. Put on appropriate Personal Protective Equipment,as stated on the product label and MSDS. 3. Post Wet Floor signs and other blockades. 4. Dust mop and damp mop/scrub the floor. 5. Mount the appropriate pad on the UHS burnisher. 6. Make one pass over the work area. If the floor isn't glossy after one pass,THEN make a second pass. 7. Change pads as necessary. 8. Dust mop the entire area after the floor has been burnished. 9. Clean equipment and return it to its proper location. 10. Remove Wet Floor signs or other blockades. CARPET CARE General Maintenance Beyond the traditional issues, carpet care in a Healthy High Performance Cleaning program addresses the selection of the appropriate products and equipment. The program includes some minor modifications of the typical procedures, and pays special attention to moisture and ventilation. In a Healthy High Performance Cleaning program, the primary effort should be a soil prevention t.tategy, or one that minimizes the need to extract a carpet HAPC Requirements 1. Keep outside/outdoor entryways clean to prevent soils from being tracked into the building.This may include sweeping,use of a power sprayer,etc. 2. Use entry mats to capture soils and moisture from shoes.It is preferable that the mats be large enough for each shoe to hit the mat two times(typically a minimum of 12 to 15 feet). 3. Frequently vacuum entryway mats and grating systems. 4. Frequent dust mopping of resilient tile floors,or vacuuming of carpeted surfaces,especially close to entryways and other sources of particulates(i.e.near copier rooms)reduces soiling on surrounding carpeted areas. 5. Establish a daily routine for cleaning carpets. 6. Develop a program of occupant education to inform tenants on how to handle small spills or who to call so that spills can be removed quickly by the cleaning personnel. 7. Establish an interim cleaning process to address the needs of high traffic areas. IA I I S Able Business Services, Inc l: \\\\\\ acilities f. lareagomont Soroiccs Commercial Ctcamnq Products \` Carpet Pre-spray&Extraction Carpets can act as a "sink" that allows particles, allergens and other unwanted material to filter down into the backing of the carpets. Once down deep in the carpet these unwanted materials can lead to damage of the fibers and the need to ultimately replace the carpets sooner than properly maintained carpeting. But from a health perspective, one of the biggest enemies of a healthy indoor environment is when moisture provides an opportunity for biological growth in the carpets.Thus,pre-spraying carpet and rinsing with an extractor should get deep down into the carpets and remove the unwanted contaminants. F[EIPC Requirements 1. Minimize the amount of cleaning chemicals used. 2. Use appropriate functioning equipment that will maximize the amount of water being extracted from the carpet to minimize moisture and potential for mold,mildew and bacterial growth. 3. Increase ventilation.Open windows if weather allows and use carpet fan to dry carpets quickly. 4. Dispose of cleaning solutions properly. Pre-Spray&Extraction procedures 1.Remove large debris from carpet a Place foil under legs of heavy furniture. a Lift carefully.Get help with heavy items. 2. Vacuum and roll up walk-off mats. 3. Thoroughly vacuum the area to be extracted. a Inspect for heavy soils and spots. 4.Assemble equipment and supplies. 5.Put on appropriate Personal Protective Equipment,as stated on the product label and MSDS. 6. Treat spots. 7.Prepare pre-spray solution. a Follow label directions. a Use hot water. 8.Prepare your extraction rinse solution. 9.Post Wet Floor signs or other blockages. 10.Pre-spray the carpet. a Work a manageable section. a Allow the detergent to work 10-15 minutes. 11.Extract the carpet with water or extraction rinse. a Extract in overlapping paths,pulling the machine back towards you. a Make a second"dry"pass with the solution off. a Collect as much moisture as possible. 12.Empty the recovery tank when full.Refill the solution tank. rik i Able Russness ery ces . Inc Facititics M11anA ement Sorvr < Comm¢rciat Ctcaninp Products 13.Dry the carpet with a carpet fan. a Place the fan out of traffic areas. a Turn up HVAC or open doors and windows. 14.Raise the carpet nap. a Finish the job with a vacuum cleaner or carpet rake. 15.Remove Wet Floor signs and other blockades after carpet is dry. 16.Clean your equipment and return it to its proper location. 17.Replace walk-off mats. a Check backs of mats to make sure they are clean and dry. a Never cover wet carpeting with a mat. RESTROOMS Because of their heavy use and moisture, restrooms must be cleaned frequently using appropriate cleaning products and procedures. Make sure that cleaning is done thoroughly, including hard-to-reach areas such as behind toilets and around urinals. Periodically machine scrub or pressure wash restroom floors with a cleaner disinfectant. Make sure that label directions for appropriate dilutions and necessary dwell times are followed to allow for thorough germ-killing activity.Dwell time for many disinfectants is ten minutes. Be sure to follow the label instructions closely. Some products used in the restroom can be hazardous, such as drain cleaners and toilet bowl cleaners. Make sure that appropriate PPE is used and appropriate ventilation is provided for cleaning personnel. Never mix cleaning products. Use paper products that meet the minimum requirements for post-consumer recycled content as set by the U.S. Environmental Protection Agency's Comprehensive Procurement Guidelines for the appropriate product category. Refer to the Janitorial Paper and Liner Guidelines. Preference should be given to paper that has not been bleached with chlorine compounds. Additionally, preference should be given to paper provided on large rolls; this minimizes packaging materials and reduces the frequency in which the rolls need to be restocked. These steps will minimize waste and the corresponding environmental impact. Large trash cans should be utilized to minimize overflow of waste and reduce the frequency for policing the area. It is often beneficial to place a trash receptacle by the door for easy disposal of towels to prevent them from being thrown on the floor. HHPC Requirements 1.Make sure cleaning and disinfecting solutions are prepared and used according to label direction(e.g.,dwell time). A I Able Business services_ Inc S Facilities Marta cment 5 g Services Commercial Cleaning Products 2.Use cleaners as outlined in the Janitorial Product Selection Guide. 3.Frequently clean surfaces that hands touch to eliminate the spread of germs(e.g.,door knobs,light switches, handles,etc). 4.Address moisture problems. 5. Keep floor dry to eliminate slip-fall injuries and prevent the build-up of bacteria,mold and mildew. Restroom Procedures 1. Put on Personal Protective Equipment. 2. Assemble equipment. 3. Mix/dispense cleaning solution. 4.Knock,announce yourself,and prop open door. 5. Sweep floor. ■Pick up solid wastes. a Use a floor scraper or putty knife to remove any items stuck to the floor. o Start at the farthest corner and work toward the door. 6.Apply product to INTERIOR of toilets and urinals. a Start by forcing water down the trap below the water line. a Then apply the bowl cleaner under the rim and around the interior. o Give the bowl cleaner time to work.Check your label directions for recommended contact time. 7.Apply product to EXTERIOR of toilets and urinals. No Spray the outside of the toilets and urinals(including the chrome,back wall area and floor immediately around the toilets and urinals)with a disinfectant cleaner. is Leave the disinfectant on these surfaces so it has time to work. Check your label directions for recommended contact time. 8.Apply product to sinks and countertops. 9.Fill dispensers. a Remove gloves before refilling dispensers. a Refill dispensers in a consistent order to avoid misses. 10. Empty trash. a Put safety gloves back on. o Remove the used liner by pulling straight up—for safety don't press down on the trash. There may be sharp objects in the trash that may cause injury if you pushed down on it. 11.Clean mirrors. ■Adjust nozzles to stream vs.wide angle spray. a Spray glass cleaner onto mirror from high to low. o Wipe the mirror from low to high. 12.Clean and wipe dispensers. 13. Wipe sinks and countertops. to Micro-fiber is preferable. 14.Clean INTERIORS of toilets and urinals. o After the product has had time to work,scrub the inside of the toilets and urinals with your bowl mop. a Then rinse the bowl mop out in the clean running water of the toilet. a Be careful to return the toilet brush to your cart without contaminating other supplies. EA B m .� to Rusness Serv!csz Inc FacUtjo Nlana emont Scrvi .. 9 cc Cnmmrrciat Ctaanmq Product. 15. Wipe EXTERIORS of toilets and urinals. ■Never use the bowl mop, since this could cause cross- contamination. ® Wipe down all plumbing pipes with dry cloth to prevent spotting. 16.Clean frequently touched surfaces. ® Spray disinfectant cleaner on cloth and wipe light switches,push plates kick plates and door knobs. 17.Spot clean walls. e Spot clean the stall partitions and the walls by spraying cleaner and wiping with a damp micro-fiber cloth. 18.Mop the floors. at Make sure the Wet Floor sign is in the doorway. ■Damp mop the floor with a disinfectant,general purpose or deodorant digester cleaner. 19.Remove the Wet Floor signs only after the floor is dry. FOOD AREAS: CAFETERIAS,BREAK ROOMS,ETC. 1. Clean and sanitize floors,tables,etc. 2. Separate recyclables from trash and make sure recyclable areas are kept clean(i.e.rinse soda cans) so as not to attract pests. 3. Make sure that occupants understand how to properly separate trash and recyclables and the proper disposal of each. 4. Make sure that waste containers are covered and emptied at least once daily. Particular attention should be paid to food waste,trash receptacles containing food debris, recyclables such as soda cans, and other objects that contain food residue that can attract pests. Making every effort to eliminate those things that attract pests is critical to protecting occupant health by reducing or eliminating the need for pesticides inside the building. Ask occupants to rinse out food and drink containers before placing in recyclable collection. Refrigerators used by occupants for their personal use should be emptied and cleaned periodically by the occupants.Integrated pest management(1PM)should be followed. OSHA BLOOD-BORNE PATHOGEN STANDARD Action Items: 1.Use safety cones or other means to make sure that occupants do not come in contact with biological spills. 2.Use proper personal protective equipment(i.e.gloves,goggles). 3.Disinfect area with appropriate solution following OSHA's Blood borne Pathogen Standard. 4.Dispose properly in a biohazard bag. OSHA required procedures and training on the Blood-Borne Pathogen Standard'is not changed in a Healthy High Performance Cleaning program as the requirements are mandated by federal law. The Blood-Borne Pathogen Standard requires,among other things,the use of bleach at a 1:10 dilution,an EPA registered tuberculocidal product,or an EPA registered product with claims agents both HBV and HIV. gAnoiotp g2norq;pagorluoo JO paoEunuria aq pinogs `wad.oj tetouassa are goigM `saomos arnosiow pue pool •moos aro ssaooE o;aosds a asn ueo s;oasac`•o;a `spmogfem`spieogaseq`a;aiuoo m `313E13 E m s;g eimeds a jr asneoaq`einoeds a si!or);uopoadsur aidwrs auo strum ieuraoxa um(lir B g2norgo ssed sadtd aragM a•r)saioq pue saornaro `s3I3e10&ugeas pue sloop ieararxa raptor saomds g5norgo$uua;ua wor3 wad daa3l o;saotnap apnpm,Ceaz silty •2u!pTmq aq;2uuaoaa Luorl sosad;uanaid o;pa;oara aq pings =lire*" -sivapoa pus sosad aol „suaneg ales„ atguitaHa o; ,tem s guns m pauffrsap aq wogs samoeal 2uideospue-i •asn apposad JO tCussaoau ado az!ur!u►ur ueo `,Sroua to salnor pue soe;igsq`arnosrom `pool n euurr!ia,iq utago o;2mmoopM Ion SI ;eq; ;uauiuonnua roopm tie $u7uie;uiem pus 2umpimq aro 2uua;ua mo. s;sad ruanard Ieq sa!2a;8us 2u!doianap `sngi,•,(tropia aq;pue uarppgo HEMS `sluelm q;inn pa!dn000 sautpimq at Ausloadsa `suredno o aria oz sisu;uasaad uQo s;onpoad apiogsad Ieuotirpuq,Cuem jo asnsau auj •,Cotnronpoad pue 2utaq-tiah;uedn oo ;oafs ueo Imo aseastp jo sropan se aeras ueo pus Baso!2uipimq ago or.In3mriq.Stan aq ueo spuq fir to s sad -sosad&uquanard m Nor"pip 2urpnioui uiaos,Cs ouamaaeuEtu;sad pa;Erltaow ago jo uotoeogrou paptnord aq pinogs s;uednoo0 •t' •oixo;mai ago aq pinogs 11. pue pasn aq aprogsad ptnogs=rot,Clio `pa;snegxa uaaq ansq pue aigeuosearun are suorodo onto;-uou li •i; sears 2ugsau pue a2eaogreg `a nnsiow `pool jo,C;gigetrene aro aonpar or pue 2urpimq arp$uuaoua wort sosad ouanard o;pasn aq pinogs spotilam ieotmago-uou ragoo pue `siorouoa ieopoioTq `s.nedar ieoiuegoauz `s.nedar iemooruos `2u111ealj Z -uogatriigui Isar!to suis ro3 uipirnq aro rooruom AfEnuguop •I atsr lkaDVAIVAI 1SIId QII.LV2I9aD,r1 •asn raje srame;uoo asur •s;onpord-,Cq snora5uep I3o oto o; paxim uagm pear ueo steolwago 2muEap amos -ragoa$o; spnpord 2mueap x w ranau `XiieciTd •anpisaa ieoimago o;anp aouereadde palea.us ro Xpnop a uo a ro/pue,Craddtjs amooaq ueo saoejrns`row ui •ra;oaq turolrad XI-gessoaau;ou Rim;onpord ago lctg suoloniip papuata- ooar puo,Caq a;erouaouoo Ieo1mago Eroxa 2uipps ,Cq ;eqo puu;siapun pinogs iauuosiad 2rnueap `dmnd ro deo 2uminseaui •2•a `uor npp tenuEm ilmsn •,Coemoae ro;papago Xuroipouad aq ptnogs;uaurdrnba uorni1II •saw.rouaouoo o;amsodxa ieotmago to aouego ago saonpar pus ro.ua uemnq ro3 Iepualod ago sazimtuim;i asneoaq papuammooar iJq tg si;uawdmba to.ruoo uoloma luawdmba not npp pa}ewo;ne pue sdumd 2utsuadsrp aldtms `sdno 2uunseam 2urpnpur spogoaw jo Spurn a qpnortp panaigoe aq two spj •suogoanp mam;oeJnuew oo 2mpr000e ,Cla;ernooe paonirp aq s,SEMie pinogs soonpord 2uun spnpoid •ue aq pings arco expca` unam P p pa;erouaouoo i(lg2ni atom asap; o; pasodxa sraAroM loolord o; pue srgauag te;uattmorrnua ago ure2 o; `ranamoj_i •sanleura4r pa;e.r;uaouoo ssai o; paredmoo Isoo-asn !mpg aonpar ,CIIE,id,{i pue `uoioe;rodsupao pue Buanped wag ;oedutt Iu;uatuuonnua aonpar sionpord 2umeap paie.uuaouoo ,Ciq$rl-I •rage oo spnpord uiuealo;uara ip xrw rana1l j -stage!aoeudordde anUq(srauieouoo£iepuooas)sal oq,CErds;ego a.ms a1 eywi •e •soonpord 2utueap pa;eaouaouoo a;nirp-rano JO-rapun;ou oQ•suogoa•rrp aoioniip s,ramooejnuem Moilo3 Z •s;onpord 2 iueap pa;Esluaauoo Sutxim uagq;uawdmba antooa;ord Ieuosrad aoeudordde as fj •i S.LOf1001M 9AIIAIVd'IO CIAIVILLNaD1403 9N11111 111/9NflLf1SV311I s3�npoja 6u!ucol,IC I��atuwco soa}n,as 2uouio6cucyy so!y!i!3e3 souses a..��.,v S A B Able Business Services, Inc Fac)1:tios a Mona emil5 rv; 9 - a cos:Commcrciai Ctoanlnq Products cleaning. This is particularly true for food service areas and break rooms. Foods and food wastes should be kept in containers with tightly fitted closures.Another beneficial strategy includes educating occupants to rinse out beverage cans before placing in the recyclable-collection bins,as these containers often have food residues (i.e. sugars) that attract pests. Clearly inform occupants as to whom they should call for food spills (i.e. soft drinks,coffee,food particles from cookies and chips,etc.)so they can be cleaned up promptly. Monitoring and site inspections are important strategies to deal with pests in such a way as to minimi the need for pesticide use. Traps for both insects and rodents can be carefully and strategically placed throughout the building and monitored routinely to identify the beginning of a potential pest problem. Eliminating clutter within a building minimi7Ps places for pests to hide and makes the space more cleanable. From a health perspective, it is important to educate occupants that a neat and organized space, even in their private offices,is essential for thorough cleaning. Prevention should typically be the first line of defense to eliminate pests. Baits and traps can be used to eliminate most problems. When necessary, the least toxic pesticide specific to the species to be eliminated should be used. Before any pesticide is applied, notification should be given to building occupants so that those especially sensitive to pesticides, pregnant women, or anyone with a pre-existing health condition can play accordingly. RECYCLING One of the primary keys to making the recycling effort work, especially in a way that is efficient for both cleaning personnel and occupants, is to develop some clear building goals and procedures. To accomplish this, it is important to work with building management to support education and other efforts to engage the occupants in this effort. It is important to enlist the occupants to sort their recyclables and to make it clear which recyclables are to be collected and where they are to be placed (the use of signs, pictures, labels, stickers, etc., can be helpful). Recyclables that contained food, such as soda or soup cans, should be rinsed out by the occupants prior to being placed in collection bins to minimize the potential for attracting pests. Cleaning personnel should not be required to separate recyclables from trash. It is important that building management work to support the recycling efforts and especially to address the issue of non-compliance by individual occupants or those that frequently contaminant the mix. Action Items: 1. Ensure that the building collection meets the guidelines from the local recycling hauler and recycling procedures.. 2. Ensure that occupants understand what can be recycled and how it needs to be separated. Ongoing occupant education is the key to a successful recycling program. 3. Food containers such as soda cans should be rinsed clean by occupants before placing in recycling containers so as to not attract pests. 4. Track recycling results. Recycling is a very important pollution prevention activity to reduce our burdens on the environment as a result of both solid waste disposal and the extraction of the natural raw materials. Many recycling efforts are guided by regulations and mandated, including EPA's Comprehensive Procurement Guidelines."Check with local waste ha'ders and recyclers to determine what materials are picked-up and the best sorting strategies. A Able Business Services, Inc Facilities Ma......E 3 S v....y/1 nagement :Commercial Cloaning Product, Among the materials to be considered for recycling include: a Clear,green and brown glass bottles and jars a Plastic containers a White office paper a Mixed office paper •Newspaper ■Cardboard a Telephone and other books a Metal containers SPILLS: 1. Clean spills while still fresh. 2. Use the proper cleaning solutions and use only what is necessary. 3. Dispose properly. 4. Ensure that occupants know whom to contact in case of spills. Generally it is preferable to address spills as soon as possible to minimize impact on both health and the environment. Work with building occupants to pick-up spills themselves or to communicate quickly so that cleaning personnel can quickly address the spill. TRASH: 1. Ensure that trash especially that which contains food waste,is removed frequently and is not left in buildings over an extended period of time. 2. Dispose properly and ensure that trash does not attract pests or create litter. 3. Make sure that trash and recyclables are being separated properly. 4. Make sure occupants know how to separate recyclables. Trash should be handled as with a traditional program. If it is not disposed everyday it should be disposed before weekends • • '"W jordr 1,6,0c V } 0004 • BruTab 6S Effervescent Disinfectant Sanitizer Tablet • Strong • Surface/ User Friendly • Stable • Sustainable • Simple • Smells Better than Bleach Bleach alternative in effervescent tablet form. 6S = Strong, Surface/ User friendly, Stable, Sustainable, Simple and Smells better than bleach. Effective against a broad range of microorganisms including C. difficile spores, Hepatitis B, Norovirus and Canine parvovirus. Single dose tablet delivers accurate strength solution every time, eliminating measure and pour guesswork. Typical Specifications Availability Market Use-Areas: Color:Clear Product No. 161021 Odor:Slight Chlorine •256 Tablet Tub/2(8N) Hlth Rtng(In Use): 1 • • Animal Facility Programs • • BruTab 65 Additional Info • Food Service Program • ' Health Care Program BRUTAB 6S Product number: 161021 SAFETY DATA SHEET 1. Identification Product identifier BRUTAB 6S Other means of identification Product number 161021 Recommended use Effervescent disinfectant tablets Recommended restrictions None known. Manufacturer/Importer/Supplier/Distributor information Manufacturer Company name Brulin&Company, Inc. Address P.O. Box 270 Indianapolis, IN 48206 United States Telephone Phone: 317-923-3211 Fax: 317-925-4596 Website www.Brulin.com Emergency phone number CHEMTREC 1-800-424-9300 2. Hazard(s) identification Physical hazards Not classified. Health hazards Acute toxicity,oral Category 4 Acute toxicity, dermal Not classified Skin corrosion/irritation Not classified Serious eye damage/eye irritation Category 2A Specific target organ toxicity,single exposure Category 3 respiratory tract irritation OSHA defined hazards Not classified. Label elements Signal word Warning Hazard statement Harmful if swallowed. Causes serious eye irritation. May cause respiratory irritation. Prevention Avoid breathing dust. Do not eat,drink or smoke when using this product Use only in well-ventilated areas.Wear safety glasses with side shields(or goggles).Wear protective gloves. Wash hands thoroughly after handling. Response IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. If eye irritation persists: Get medical advice/attention. IF INHALED: Remove victim to fresh air and keep at rest in a position comfortable for breathing. IF SWALLOWED: Call a POISON CENTER or doctor/physician if you feel unwell. Rinse mouth. Storage Store in a well-ventilated place.Keep container tightly closed_Store away from incompatible materials. Keep out of the reach of children. Disposal Dispose of waste and residues in accordance with local authority requirements. Hazard(s)not otherwise None known. classified(HNOC) Supplemental information Contact with acids liberates toxic gas. Material name:BRUTAB 6S SDS US 5565 Version#:05 Revision date:06-19-2015 Issue date:04-22-2014 1 /6 BRUTAB 6S Product number. 161021 3. Composition/information on ingredients Mixtures Chemical name CAS number %by weight Dichloroisocyanuric acid,sodium salt 2893-78-9 45-<50 Adipic acid 124 01 9 35-<40 Sodium carbonate 497-19-8 10-<15 4. First-aid measures Eye contact Immediately flush eyes with plenty of water for at least 15 minutes. Remove contact lenses, if present and easy to do.Continue rinsing. If eye irritation persists:Get medical advice/attention. Skin contact Wash off with soap and water.Get medical attention if irritation develops and persists. Ingestion Rinse mouth.IF SWALLOWED: Call a POISON CENTER or doctor/physician if you feel unwell. Inhalation Remove victim to fresh air and keep at rest in a position comfortable for breathing. Call a POISON CENTER or doctor/physician if you feel unwell. Notes to physician Provide general supportive measures and treat symptomatically. In case of shortness of breath, give oxygen. Keep victim warm. Keep victim under observation. Symptoms may be delayed. Most important Symptoms may include stinging,tearing, redness,swelling,and blurred vision. symptoms/effects,acute and delayed General information In the case of accident or if you feel unwell, seek medical advice immediately(show the label where possible). Ensure that medical personnel are aware of the material(s)involved, and take precautions to protect themselves. 5. Fire-fighting measures Suitable extinguishing media Alcohol resistant foam.Water fog. Dry chemical powder. Carbon dioxide(CO2). Unsuitable extinguishing None known. media Specific hazards arising from During fire, gases hazardous to health may be formed. the chemical Special protective equipment Self-contained breathing apparatus and full protective clothing must be worn in case of fire. and precautions for firefighters 6. Accidental release measures Personal precautions, Keep unnecessary personnel away.Wear appropriate protective equipment and clothing during protective equipment and dean-up. Do not touch damaged containers or spilled material unless wearing appropriate emergency procedures protective clothing. Ensure adequate ventilation. For personal protection, see section 8 of the SDS. Methods and materials for Collect spillage. Sweep up or gather material and place in appropriate container for disposal. containment and cleaning up Following product recovery,flush area with water. For waste disposal,see section 13 of the SDS. 7. Handling and storage Precautions for safe handling Mix only with water. Do not mix with other chemicals. Minimize dust generation and accumulation. Do not breathe dust Do not get this material in contact with eyes. Do not taste or swallow. Provide adequate ventilation. Contamination with moisture,dirt, organic matter or other chemicals or any other foreign matter may start a chemical reaction with generation of heat, liberation of hazardous gases and possible generation of fire and explosion.Wear appropriate personal protective equipment Observe good industrial hygiene practices.When using,do not eat, drink or smoke. Wash thoroughly after handling.Wash contaminated clothing before reuse. Conditions for safe storage, Store in original tightly dosed container. Keep container dry.Do not store near adds. Contact with including any incompatibilities acids liberates toxic gas. Store away from incompatible materials(see Section 10 of the SDS). Material name:BRUTAB 6S sos us 5565 Version#:05 Revision date:06-19-2015 Issue date:04-22-2014 2/6 BRUTAB 6S Product number. 161021 8. Exposure controls/personal protection Occupational exposure limits US.ACGIH Threshold Limit Values Components Type Value Adipic add(CAS 124-04-9) TWA 5 mg/m3 Appropriate engineering Keep formation of dusts,particulates and fumes to a minimum. Ensure adequate ventilation, controls especially in confined areas. Provide eyewash station. Individual protection measures,such as personal protective equipment Eye/face protection Wear safety glasses with side shields(or goggles). Skin protection Hand protection For prolonged or repeated skin contact use suitable protective gloves. Respiratory protection In case of insufficient ventilation,wear suitable respiratory equipment General hygiene When using, do not eat,drink or smoke.Always observe good personal hygiene measures,such considerations as washing after handling the material and before eating,drinking, and/or smoking. Routinely wash work clothing and protective equipment to remove contaminants. 9. Physical and chemical properties Appearance tablet Form Solid. Color white-off white Odor slight chlorine Odor threshold Not available. pH 5.5-6.5 Melting point/freezing point Not available. Boiling point Not Applicable Flash point Not applicable. Evaporation rate Not available. Flammability(solid,gas) Not available. Upper/lower flammability or explosive limits Flammability limit-lower Not available. (°Io) Flammability limit-upper Not available. (%) Vapor pressure Not available. Vapor density Not available. Solubility(ies) Solubility(water) 100% Partition coefficient Not available. (n-octanol/water) Auto-ignition temperature Not available. Decomposition temperature Not available. Viscosity Not available. Specific gravity Not available. VOC(Weight%) 0 10. Stability and reactivity Reactivity The product is stable and non-reactive under normal conditions of use,storage and transport Chemical stability Material is stable under normal conditions. Material name:BRUTAB 6S SDS US 5565 Version#:05 Revision date:06-19-2015 Issue date:04-22-2014 3/6 BRUTAB 6S Product number: 161021 Possibility of hazardous No dangerous reaction known under conditions of normal use. reactions Conditions to avoid Contact with incompatible materials. Incompatible materials Acids.Alkaline Combustible material reducing agents The active ingredient in this formulation is a strong oxidizing agent Hazardous decomposition Chlorine. products 11.Toxicological information Toxicological data Product Test Results BRUTAB 6S(Mixture) Acute Dermal LD50 Rabbit>4000 mg/kg Acute Oral LD50 Rat 1823 mg/kg Information on likely routes of exposure Eye contact Causes serious eye irritation. Dust in the eyes will cause irritation. Skin contact Direct contact with wet material or moist skin may cause severe irritation. Dry material is less irritating than wet material. Health injuries are not known or expected under normal use. Ingestion Harmful if swallowed. However,ingestion is not likely to be a primary route of occupational exposure.This product is sold in a tablet form. Inhalation May cause irritation to the respiratory system.This material is contained in a tablet form, respirable particulates are generally not encountered. Symptoms related to the Symptoms may include stinging,tearing, redness,swelling,and blurred vision. physical,chemical and toxicological characteristics Carcinogenicity This product is not considered to be a carcinogen by IARC,ACGIH, NW,or OSHA. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. Reproductive toxicity This product is not expected to cause reproductive or developmental effects. Chronic effects Prolonged inhalation may be harmful. Toxicological information Occupational exposure to the substance or mixture may cause adverse effects. 12. Ecological information Ecotoxicity Very toxic to aquatic life with long lasting effects. Persistence and degradability The materials used in this preparation will not persist in the environment. Hydrolysis products of cyanuric acid and chloride ion are biodegradable. Bioaccumulative potential This material does not contain chemicals that have known bioaccumulative potential. Trichloroisocyanuric acid hydrolyses in water liberating chlorine and cyanuric acid.These products are not bioaccumulative. Other adverse effects No other adverse environmental effects(e.g. ozone depletion,photochemical ozone creation potential,endocrine disruption,global warming potential)are expected from this component 13. Disposal considerations Disposal instructions Collect and reclaim or dispose in sealed containers at licensed waste disposal site.This material and its container must be disposed of as hazardous waste. Do not allow this material to drain into sewers/water supplies. Do not contaminate ponds,waterways or ditches with chemical or used container. Dispose of contents/container in accordance with locaVregionallnational/intemational regulations. Hazardous waste code The waste code should be assigned in discussion between the user,the producer and the waste disposal company. Waste from residues/unused Dispose of in accordance with local regulations.Empty containers or liners may retain some products product residues.This material and its container must be disposed of in a safe manner(see: Disposal instructions). Material name:BRUTAB 6S SDS US 5565 Version#:05 Revision date:06-19-2015 Issue date:04-22-2014 4/6 BRUTAB 6S Product number. 161021 Contaminated packaging Empty containers should be taken to an approved waste handling site for recycling or disposal. Since emptied containers may retain product residue,follow label warnings even after container is emptied. 14. Transport information DOT Not regulated as dangerous goods. IATA Not regulated as dangerous goods. IMDG Not regulated as dangerous goods. 15. Regulatory information US federal regulations This product is a"Hazardous Chemical"as defined by the OSHA Hazard Communication Standard,29 CFR 1910.1200. TSCA Section 12(b)Export Notification(40 CFR 707,Subpt.D) Not regulated. CERCLA Hazardous Substance List(40 CFR 302.4) Adipic acid(CAS 124-04-9) Listed. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. CERCLA(Superfund)reportable quantity Adipic acid:5000 Superfund Amendments and Reauthorization Act of 1986(SARA) Hazard categories Immediate Hazard-Yes Delayed Hazard-No Fire Hazard-No Pressure Hazard-No Reactivity Hazard-No SARA 302 Extremely No hazardous substance SARA 311!312 Hazardous No chemical SARA 313(TRI reporting) Not regulated. Other federal regulations Clean Air Act(CAA)Section 112 Hazardous Air Pollutants(HAPs)List Not regulated. Clean Air Act(CAA)Section 112(r)Accidental Release Prevention(40 CFR 68.130) Not regulated. Safe Drinking Water Act Not regulated. (SDWA) US state regulations US.Massachusetts RTK-Substance List Adipic acid(CAS 124-04-9) Dichloroisocyanuric acid,sodium salt(CAS 2893-78-9) • US.New Jersey Worker and Community Right-to-Know Act Not regulated. US.Pennsylvania RTK-Hazardous Substances Adipic acid(CAS 124-04-9) Dichloroisocyanuric acid,sodium salt(CAS 2893-78-9) US.Rhode Island RTK Adipic acid(CAS 124-04-9) Material name:BRUTAB 6S SUS US 5565 Version#:05 Revision date:06-19-2015 Issue date:04-22-2014 5/6 BRUTAB 6S Product number. 161021 US.California Proposition 65 California Safe Drinking Water and Toxic Enforcement Act of 1986(Proposition 65):This material is not known to contain any chemicals currently listed as carcinogens or reproductive toxins. International Inventories Country(s)or region Inventory name On inventory(yes/no)` Australia Australian Inventory of Chemical Substances(AICS) Yes Canada Domestic Substances List(DSL) Yes Canada Non-Domestic Substances List(NDSL) No China Inventory of Existing Chemical Substances in China(IECSC) No Europe European Inventory of Existing Commercial Chemical Yes Substances(EINECS) Europe European List of Notified Chemical Substances(ELINCS) No Japan Inventory of Existing and New Chemical Substances(ENCS) Yes Korea Existing Chemicals List(ECL) Yes New Zealand New Zealand Inventory Yes Philippines Philippine Inventory of Chemicals and Chemical Substances Yes (PICCS) United States&Puerto Rico Toxic Substances Control Act(TSCA)Inventory Yes 'A"Yes"indicates that all components of this product comply with the inventory requirements administered by the governing country(s) A"No"indicates that one or more components of the product are not listed or exempt from listing on the inventory administered by the governing country(s). 16. Other information, including date of preparation or last revision Issue date 0.4-22-2014 Revision date 06-19-2015 Version# 05 Further information This chemical is a pesticide product registered by the United States Environmental Protection Agency and is subject to certain labeling requirements under federal pesticide law. These requirements differ from the classification criteria and hazard information required for safety data sheets(SDS), and for workplace labels of non-pesticide chemicals. Following is the hazard information as required on the pesticide label: DANGER CORROSIVE Causes irreversible eye damage. Harmful if swallowed, inhaled or absorbed through the skin. Disclaimer The information in the sheet was written based on the best knowledge and experience currently available.The information provided in this Safety Data Sheet is correct to the best of our knowledge,information and belief at the date of its publication.The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process,unless specified in the text.The information given is designed only as a guidance for safe handling, use, processing, storage,transportation, disposal and release. Material name:BRUTAB 6S sos us 5565 Version#:05 Revision date:06-19-2015 Issue date:04-22-2014 6/6 ��r+ • kpp, _ I—=___r �a •Y • jot ` . .. 1111,-- -..zee•:a� i.. .s v IE 6. '-7-L* _ :^ ' . a z.:. ( •s 3 �y r got 444t 7'f7'''',4771110i1AalitiSiVE Cleaning Strength The higher the number the strongerthe darting paver. Maxima 256 T Disinfectant Cleaner • Simplifies Cleaning - 7 Products in 1 Bottle • Lemon-Like pH Cleans Surfaces Better than Conventional Disinfectants • Hospital-Grade Disinfectant • Unsurpassed Efficacy 7 products in 1 - Disinfectant Cleaner, Laundry Sanitizer, Lime&Soap Scum Control, Glass Cleaner, Bowl Cleaner, Brightwork Cleaner and Neutralizer. Unique"soft-acid"-based, cutting-edge disinfectant cleans hard, non-porous surfaces better than conventional disinfectant cleaners. Unsurpassed efficacy - HBV effective. Staphylocidal, Pseudomonacidal,Virucidal, Fungicidal and Mildewcidal. Request the product label release from your Brulin rep for complete list of disinfectant claims. Uses:• Hospitals • Nursing Homes • Medical Offices• Veterinary Clinics Typical Specifications Typical Dilution: 1:256 Availability Working pH:4.1-5.5 Product No.161042 Color:Green •1 Ga1/4(04) . Odor: Sassafras -2.5 Gal/2(07) Hlth Rtng(In-Use): 1 •55 Gal(55) USDA:Cl(LG) •32 oz Canteen/6(26) Product No.161045 •32 oz/12(w/1 trigger spray)(Q3) MAXIMA 256 Product number: 161047/192003/193023/192C SAFETY DATA SHEET 1. Identification Product identifier MAXIMA 256 Other means of identification Product number 161047/192003/193023/192023/161048/161042 Recommended use Disinfectant Cleaner Recommended restrictions None known. Manufacturer/Importer/Supplier/Distributor information Manufacturer Company name Brulin&Company, Inc. Address P.O. Box 270 Indianapolis, IN 46206 United States Telephone Phone: 317-923-3211 Fax 317-925-4596 Website www.Brulin.com Emergency phone number CHEMTREC 1-800-424-9300 2. Hazard(s) identification Physical hazards Not classified. Health hazards Acute toxicity,oral Not classified Acute toxicity,dermal Not classified Skin corrosion/irritation Category 2 Serious eye damage/eye irritation Category 1 OSHA defined hazards Not classified_ Label elements Signal word Danger Hazard statement Causes serious eye damage.Causes skin irritation. Prevention Wear safety glasses with side shields(or goggles).Wash hands thoroughly after handling.Wear protective gloves. Response IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do.Continue rinsing. Immediately call a poison center/doctor. IF ON SKIN:Wash with plenty of soap and water. If skin irritation occurs:Get medical advice/attention.Wash contaminated clothing before reuse. Storage Store away from incompatible materials. Keep out of the reach of children. Disposal Dispose of waste and residues in accordance with local authority requirements. Hazard(s)not otherwise None known. classified(HNOC) Supplemental information None known. 3. Composition/information on ingredients Mixtures Material name:MAXIMA 256 SDS US 4944 Version#:08 Revision date:05-03-2016 Issue date:07-08-2014 1/6 MAXIMA 256 Product number. 161047/192003/193023/192C Chemical name CAS number %by weight ALKYL(C 12-16)DIMETHYLBENZYL AMMONIUM CHLORIDE 68424-85-1 5-<10 Didecyldimethylammonium chloride 7173-51-5 1 -<5 Dioctyl Dimethyl Ammonium Chloride 5538-94-3 1 -<5 Ethyl Hydroxide 64-17-5 1 -<5 Non-Ionic Surfactant Proprietary 1 -<5 4. First-aid measures Eye contact Immediately flush eyes with plenty of water for at least 15 minutes. Remove contact lenses,if present and easy to do.Continue rinsing. Skin contact Wash with plenty of soap and water. If skin irritation occurs:Get medical advice/attention.Wash contaminated clothing before reuse. Ingestion Rinse mouth.Get medical attention if symptoms occur. Inhalation Move to fresh air.Call a physician if symptoms develop or persist. Notes to physician Provide general supportive measures and treat symptomatically. Keep victim under observation. Symptoms may be delayed. Most important Causes serious eye damage.Symptoms may include stinging,tearing, redness,swelling,and symptoms/effects,acute and blurred vision. Permanent eye damage including blindness could result.Skin irritation. May cause delayed redness and pain. General information Ensure that medical personnel are aware of the material(s)involved,and take precautions to protect themselves. 5. Fire-fighting measures Suitable extinguishing media Water fog. Foam. Dry chemical powder.Carbon dioxide(CO2). Unsuitable extinguishing None known. media Specific hazards arising from During fire,gases hazardous to health may be formed. the chemical Special protective equipment Self-contained breathing apparatus and full protective clothing must be worn in case of fire. and precautions for firefighters 6. Accidental release measures Personal precautions, Keep unnecessary personnel away. Ensure adequate ventilation.Wear appropriate protective protective equipment and equipment and clothing during clean-up. Do not touch damaged containers or spilled material emergency procedures unless wearing appropriate protective clothing. For personal protection,see section 8 of the SDS_ Methods and materials for Large Spills:Stop the flow of material, if this is without risk.Absorb in vermiculite,dry sand or earth containment and cleaning up and place into containers. Following product recovery,flush area with water. Small Spills:Wipe up with absorbent material(e.g.cloth,fleece). Clean surface thoroughly to remove residual contamination. Never return spills to original containers for re-use. For waste disposal,see section 13 of the SDS. 7. Handling and storage Precautions for safe handling Wear appropriate personal protective equipment Do not get this material in contact with eyes. Avoid contact with skin.Avoid contact with clothing.Avoid prolonged exposure. Provide adequate ventilation.Do not mix with other chemicals.Observe good industrial hygiene practices. Conditions for safe storage, Store in original tightly dosed container.Store away from incompatible materials(see Section 10 including any incompatibilities of the SDS).Keep out of the reach of children. Material name:MAXIMA 256 SDS US 4944 Version#:08 Revision date:05-03-2016 Issue date:07-08-2014 2/6 MAXIMA 256 Product number: 161047/192003/193023/192C 8. Exposure controls/personal protection Occupational exposure limits US.ACGIH Threshold Limit Values Components Type Value Ethyl Hydroxide(CAS STEL 1000 ppm 64-17-5) Control parameters US.OSHA Table Z-1 Limits for Air Contaminants(29 CFR 1910.1000) Components Type Value Ethyl Hydroxide(CAS PEL 1900 mg/m3 64-17-5) 1000 ppm Appropriate engineering Eye wash facilities and emergency shower must be available when handling this product Provide controls adequate local exhaust ventilation to maintain worker exposure below exposure limits. Individual protection measures,such as personal protective equipment Eye/face protection Wear safety glasses with side shields(or goggles). Skin protection Hand protection Wear protective gloves. Respiratory protection When workers are facing concentrations above the exposure limit they must use appropriate certified respirators. General hygiene Always observe good personal hygiene measures, such as washing after handling the material considerations and before eating,drinking,and/or smoking. Routinely wash work clothing and protective equipment to remove contaminants. 9. Physical and chemical properties Appearance clear Form Liquid. Color Colorless or Clear green Odor mild, characteristic or Pleasant Sassafrass or Floral spring Odor threshold Not available. pH 1.3 Melting pointffreezing point Not available. Boiling point 212°F(100°C) Flash point None to boiling. Evaporation rate Not available. Flammability(solid,gas) Not available. Upper/lower flammability or explosive limits Flammability limit-lower Not available. (%) Flammability limit-upper Not available. (%) Vapor pressure Not available. Vapor density Not available. . Solubility(ies) Solubility(water) 100% Partition coefficient Not available. (n-octanoUwater) Auto-ignition temperature Not available. Decomposition temperature Not available. Material name:MAXIMA 256 SOS US 4944 Version#:08 Revision date:05-03-2016 Issue date:07-08-2014 3/6 MAXIMA 256 Product number: 161047/192003/193023/192C Viscosity Water-thin Specific gravity 1.02 VOC(Weight%) 2.1 10. Stability and reactivity Reactivity The product is stable and non-reactive under normal conditions of use,storage and transport Chemical stability Material is stable under normal conditions. Possibility of hazardous Hazardous polymerization does not occur. reactions Conditions to avoid Contact with incompatible materials. Do not mix with other chemicals. Reacts violently with strong alkaline substances. Incompatible materials Incompatible with bases.This product may react with reducing agents. Hazardous decomposition No hazardous decomposition products are known. products 11.Toxicological information Toxicological data Product Test Results MAXIMA 256(Mixture) Acute Dermal LD50 Rabbit>5000 mg/kg Acute Oral LD50 Rat 5890 mg/kg Information on likely routes of exposure Eye contact Causes serious eye damage. Skin contact Causes skin irritation. . Ingestion Expected to be a low ingestion hazard. May cause discomfort if swallowed. Inhalation No adverse effects due to inhalation are expected. Symptoms related to the Symptoms may include stinging, tearing, redness,swelling, and blurred vision. Permanent eye physical,chemical and damage including blindness could result Skin irritation. May cause redness and pain. toxicological characteristics Skin corrosionfirritation Irritation Corrosion-Skin MAXIMA 256 4.496 Primary Skin: Draize, moderately irritating Species: Rabbit Carcinogenicity This product is not considered to be a carcinogen by IARC,ACGIH, NTP,or OSHA. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. Reproductive toxicity This product is not expected to cause reproductive or developmental effects. Chronic effects Prolonged inhalation may be harmful. Toxicological information Occupational exposure to the substance or mixture may cause adverse effects. 12. Ecological information Ecotoxicity Toxic to aquatic life with long lasting effects.Accumulation in aquatic organisms is expected. Persistence and degradability No data is available on the degradability of this product. Bioaccumulative potential No data available. Other adverse effects No other adverse environmental effects(e.g.ozone depletion,photochemical ozone creation potential,endocrine disruption, global warming potential)are expected from this component 13. Disposal considerations Disposal instructions Collect and reclaim or dispose in sealed containers at licensed waste disposal site. Do not contaminate ponds,waterways or ditches with chemical or used container. Dispose of contents/container in accordance with local/regional/national/international regulations. Material name:MAXIMA 256 sos us 4944 Version#:08 Revision date:05-03-2016 Issue date:07-08-2014 4/6 MAXIMA 256 Product number. 161047/192003/193023/192C Hazardous waste code The waste code should be assigned in discussion between the user,the producer and the waste disposal company. Waste from residues/unused Dispose of in accordance with local regulations. Empty containers or liners may retain some products product residues.This material and its container must be disposed of in a safe manner(see: Disposal instructions). Contaminated packaging Empty containers should be taken to an approved waste handling site for recycling or disposal. Since emptied containers may retain product residue,follow label warnings even after container is emptied. 14. Transport information DOT Not regulated as dangerous goods. IATA Not regulated as dangerous goods. IMDG Not regulated as dangerous goods. 15. Regulatory information US federal regulations This product is a"Hazardous Chemical"as defined by the OSHA Hazard Communication Standard,29 CFR 1910.1200. TSCA Section 12(b)Export Notification(40 CFR 707,Subpt.D) Not regulated. CERCLA Hazardous Substance List(40 CFR 302.4) Not listed. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. CERCLA(Superfund)reportable quantity Not listed. Superfund Amendments and Reauthorization Act of 1986(SARA) Hazard categories Immediate Hazard-Yes Delayed Hazard-No Fire Hazard-No Pressure Hazard-No Reactivity Hazard-No SARA 302 Extremely No hazardous substance SARA 311/312 Hazardous No chemical SARA 313(TRI reporting) Not regulated. Other federal regulations Clean Air Act(CAA)Section 112 Hazardous Air Pollutants(HAPs)List Not regulated. Clean Air Act(CAA)Section 112(r)Accidental Release Prevention(40 CFR 68.130) Not regulated. Safe Drinking Water Act Not regulated. (SDWA) US state regulations US.Massachusetts RTK-Substance List Ethyl Hydroxide(CAS 64-17-5) US.New Jersey Worker and Community Right-to-Know Act Not regulated. Material name:MAXIMA 256 SDS US 4944 Version#:08 Revision date:05-03-2016 Issue date:07-08-2014 5/6 MAXIMA 256 Product number: 161047/192003/193023/192C US.Pennsylvania RTK-Hazardous Substances Ethyl Hydroxide(CAS 64-17-5) US.Rhode Island RTK Not regulated. US.California Proposition 65 California Safe Drinking Water and Toxic Enforcement Act of 1986(Proposition 65):This material is not known to contain any chemicals currently listed as carcinogens or reproductive toxins. International Inventories Country(s)or region Inventory name On inventory(yes/no)` Australia Australian Inventory of Chemical Substances(AICS) No Canada Domestic Substances List(DSL) No Canada Non-Domestic Substances List(NDSL) No China Inventory of Existing Chemical Substances in China(IECSC) No Europe European Inventory of Existing Commercial Chemical No Substances(EINECS) Europe European List of Notified Chemical Substances(ELINCS) No Japan Inventory of Existing and New Chemical Substances(ENCS) No Korea Existing Chemicals List(ECL) No New Zealand New Zealand Inventory No Philippines Philippine Inventory of Chemicals and Chemical Substances No (PICCS) United States&Puerto Rico Toxic Substances Control Act(TSCA)Inventory Yes *A"Yes"indicates that all components of this product comply with the inventory requirements administered by the governing country(s) A"No"indicates that one or more components of the product are not listed or exempt from listing on the inventory administered by the governing country(s). 16. Other information, including date of preparation or last revision Issue date 07-08-2014 Revision date 05-03-2016 Version# 08 Further information This chemical is a pesticide product registered by the United States Environmental Protection Agency and is subject to certain labeling requirements under federal pesticide law. These requirements differ from the classification criteria and hazard information required for safety data sheets(SDS), and for workplace labels of non-pesticide chemicals. Following is the hazard information as required on the pesticide label: DANGER CORROSIVE Causes irreversible eye damage and skin bums. Disclaimer The information in the sheet was written based on the best knowledge and experience currently available.The information provided in this Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication.The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text.The information given is designed only as a guidance for safe handling, use, processing,storage,transportation,disposal and release. Material name:MAXIMA 256 SOS US 4944 Version#:08 Revision date:05-03-2016 Issue date:07-08-2014 6/6 ).;. 3 .. WHISPERS . . Of SpRMGit r �, , cr r Cleaning Strength The higher the number the atronger the clewing Spring Fresh® Smoke&Odor Remover • New Formulation - New Fragrance • Now with the Same Whispers of Spring Signature Fragrance as Maxima 256 (Seven Products in One Disinfectant Cleaner) • Eliminate Fragrance Battles between Odor Control and Disinfectant Products- One Fragrance Throughout a Facility • Light,Lifting, Lingering Fragrance Lets You Know It's There Without Overpowering • Acts Rapidly to Eliminate Odors • Chemically Counteracts Odors- Does not Mask Them Multi-purpose smoke and odor remover acts rapidly to eliminate odors, and leaves a fresh, whispers of spring fragrance. Chemically counteracts odors, does not mask them. Use anywhere there is an odor problem including on fabric, carpets and upholstery. SCS2 Black Shadow Wall-Mount Dispensing: Fills Spray Bottles. Uses:• Long-term Care Facilities • Hospitals • Schools • Commercial & Retail Establishments Typical Specifications Dilution Range Availability (product/water): 1:64- 1:16 Product No.192000 Typical Dilution: 1:32 •64 oz SCS2/4(33) Working pH:8.5 Color: Purple Odor:Whispers of Spring Hith Rtng(In-Use): 1 SPRING FRESH Product number: 192000 QS1;1100 SAFETY DATA SHEET 1. Identification Product identifier SPRING FRESH Other means of identification Product number 192000 Recommended use Deodorizer Recommended restrictions None known. Manufacturer/Importer/Supplier/Distributor information Manufacturer Company name Brulin&Company, Inc. Address P.O. Box 270 Indianapolis, IN 46206 United States Telephone Phone: 317-923-3211 Fax: 317-925-4596 Website www.Brulin.com Emergency phone number CHEMTREC 1-800-424-9300 2. Hazard(s) identification Physical hazards Not classified. Health hazards Acute toxicity,oral Not classified Acute toxicity,dermal Not classified Skin corrosion/irritation Not classified Serious eye damage/eye irritation Not classified Sensitization,skin Category 1 OSHA defined hazards Not classified. Label elements Signal word Warning Hazard statement May cause an allergic skin reaction. Prevention Observe good industrial hygiene practices.Wear protective gloves. Response IF ON SKIN:Wash with plenty of soap and water. If skin irritation or rash occurs: Get medical advice/attention.Wash contaminated clothing before reuse. Storage Store away from incompatible materials. Do not freeze. Keep out of the reach of children. Disposal Dispose of waste and residues in accordance with local authority requirements. Hazard(s)not otherwise None known. classified(HNOC) Supplemental information None known. 3. Composition/information on ingredients Mixtures Material name:SPRING FRESH SOS US 4879 Version#:02 Revision date: 11-25-2014 Issue date:07-10-2014 1/6 SPRING FRESH Product number. 192000 Chemical name CAS number %by weight 1,2-Benzisothiazolin-3-one 2634-33-5 0.1 _<1 4. First-aid measures Eye contact Rinse with water. Get medical attention if irritation develops and persists. Skin contact Wash with plenty of soap and water. If skin irritation or rash occurs:Get medical advice/attention. Wash contaminated clothing before reuse. Ingestion Rinse mouth. Get medical attention if symptoms occur. Inhalation Move to fresh air. Call a physician if symptoms develop or persist Notes to physician Provide general supportive measures and treat symptomatically. Keep victim under observation. Symptoms may be delayed. Most important May cause an allergic skin reaction. Dermatitis. Rash. symptoms/effects,acute and delayed General information In the case of skin irritation or allergic reactions see a physician. Ensure that medical personnel are aware of the material(s)involved, and take precautions to protect themselves. 5. Fire-fighting measures Suitable extinguishing media Water fog. Foam. Dry chemical powder. Carbon dioxide(CO2). Unsuitable extinguishing None known. media Specific hazards arising from During fire, gases hazardous to health may be formed. the chemical Special protective equipment Self-contained breathing apparatus and full protective clothing must be worn in case of fire. and precautions for firefighters 6. Accidental release measures Personal precautions, Keep unnecessary personnel away. Ensure adequate ventilation.Wear appropriate protective protective equipment and equipment and clothing during clean-up. For personal protection, see section 8 of the SDS. emergency procedures Methods and materials for This product is miscible in water. Stop the flow of material, if this is without risk. Following product containment and cleaning up recovery,flush area with water. Never return spills to original containers for re-use. For waste disposal, see section 13 of the SDS. 7. Handling and storage Precautions for safe handling Wear appropriate personal protective equipment. Handle and open container with care.Avoid contact with skin. Avoid contact with clothing. Do not mix with other chemicals. Observe good industrial hygiene practices. Conditions for safe storage, Store in original tightly closed container. Store away from incompatible materials(see Section 10 including any incompatibilities of the SDS). Keep at temperatures between 4 and 49C. Keep out of the reach of children. 8. Exposure controls/personal protection Appropriate engineering Use general ventilation. controls Individual protection measures,such as personal protective equipment Eyefface protection If contact is likely,safety glasses with side shields are recommended. Skin protection Hand protection Wear protective gloves. Respiratory protection No personal respiratory protective equipment normally required. General hygiene Always observe good personal hygiene measures,such as washing after handling the material considerations and before eating,drinking, and/or smoking. Routinely wash work clothing and protective equipment to remove contaminants. Material name:SPRING FRESH SDS US 4879 Version#:02 Revision date: 11-25-2014 Issue date:07-10-2014 2/6 SPRING FRESH Product number. 192000 9. Physical and chemical properties Appearance clear Form Liquid. Color Purple Odor Fresh and clean Odor threshold Not available. pH 9.5 Melting point/freezing point Not available. Boiling point 212°F(100°C) Flash point None to Boiling Evaporation rate 1 Flammability(solid,gas) Not available. Upper/lower flammability or explosive limits Flammability limit-lower Not available. (%) Flammability limit-upper Not available. (%) Vapor pressure Not available. Vapor density Not available. Solubility(ies) Solubility(water) 100% Partition coefficient Not available. (n-octanol/water) Auto-ignition temperature Not available. Decomposition temperature Not available. Viscosity Not available. Specific gravity 1.02 VOC(Weight%) 2.03% 10. Stability and reactivity Reactivity The product is stable and non-reactive under normal conditions of use,storage and transport. Chemical stability Material is stable under normal conditions. Possibility of hazardous No dangerous reaction known under conditions of normal use. reactions Conditions to avoid Contact with incompatible materials. Do not mix with other chemicals. Incompatible materials Strong oxidizing agents. Hazardous decomposition At thermal decomposition temperatures, carbon monoxide and carbon dioxide. products 11. Toxicological information Toxicological data Product Test Results SPRING FRESH(Mixture) Acute Dermal LD50 Rabbit:>5000 mg/kg Acute Oral LD50 Rat:>5000 mg/kg Information on likely routes of exposure Eye contact Direct contact with eyes may cause temporary irritation. Skin contact May cause an allergic skin reaction. Material name:SPRING FRESH sus us 4879 Version#:02 Revision date: 11-25-2014 Issue date:07-10-2014 3/6 SPRING FRESH Product number: 192000 Ingestion Expected to be a low ingestion hazard. Inhalation No adverse effects due to inhalation are expected. Symptoms related to the May cause an allergic skin reaction. Dermatitis. Rash. physical,chemical and toxicological characteristics Carcinogenicity This product is not considered to be a carcinogen by IARC,ACGIH, NTP, or OSHA. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. Reproductive toxicity This product is not expected to cause reproductive or developmental effects. Chronic effects Prolonged inhalation may be harmful. Toxicological information Occupational exposure to the substance or mixture may cause adverse effects. 12. Ecological information Ecotoxicity The product is not classified as environmentally hazardous. However,this does not exclude the possibility that large or frequent spills can have a harmful or damaging effect on the environment Persistence and degradability No data is available on the degradability of this product. Bioaccumulative potential No data available. Other adverse effects No other adverse environmental effects(e.g.ozone depletion, photochemical ozone creation potential,endocrine disruption,global warming potential)are expected from this component 13. Disposal considerations Disposal instructions Collect and reclaim or dispose in sealed containers at licensed waste disposal site. Dispose of contents/container in accordance with local/regionaUnationatfntemational regulations. Hazardous waste code The waste code should be assigned in discussion between the user,the producer and the waste disposal company. Waste from residues/unused Dispose of in accordance with local regulations. Empty containers or liners may retain some products product residues.This material and its container must be disposed of in a safe manner(see: Disposal instructions). Contaminated packaging Empty containers should be taken to an approved waste handling site for recycling or disposal. Since emptied containers may retain product residue, follow label warnings even after container is emptied. 14. Transport information DOT Not regulated as dangerous goods. IATA Not regulated as dangerous goods. IMDG Not regulated as dangerous goods. 15. Regulatory information US federal regulations This product is a"Hazardous Chemical"as defined by the OSHA Hazard Communication Standard, 29 CFR 1910.1200. TSCA Section 12(b)Export Notification(40 CFR 707,Subpt.D) Not regulated. CERCLA Hazardous Substance List(40 CFR 302.4) Not listed. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. CERCLA(Superfund)reportable quantity Not listed. Material name:SPRING FRESH SDS US 4879 Version#:02 Revision date: 11-25-2014 Issue date:07-10-2014 4/6 SPRING FRESH Product number: 192000 Superfund Amendments and Reauthorization Act of 1986(SARA) Hazard categories Immediate Hazard-Yes Delayed Hazard-No Fire Hazard-No Pressure Hazard-No Reactivity Hazard-No SARA 302 Extremely No hazardous substance SARA 311/312 Hazardous No chemical SARA 313(TRI reporting) Not regulated. Other federal regulations Clean Air Act(CAA)Section 112 Hazardous Air Pollutants(HAPs)List Not regulated. Clean Air Act(CAA)Section 112(r)Accidental Release Prevention(40 CFR 68.130) Not regulated. Safe Drinking Water Act Not regulated. (SDWA) US state regulations US.Massachusetts RTK-Substance List Not regulated. US. New Jersey Worker and Community Right-to-Know Act Not regulated. US.Pennsylvania RTK-Hazardous Substances Not regulated. US.Rhode Island RTK Not regulated. US.California Proposition 65 California Safe Drinking Water and Toxic Enforcement Act of 1986(Proposition 65):This material is not known to contain any chemicals currently listed as carcinogens or reproductive toxins. International Inventories Country(s)or region Inventory name On inventory(yes/no)` Australia Australian Inventory of Chemical Substances(AICS) No Canada Domestic Substances List(DSL) No Canada Non-Domestic Substances List(NDSL) No China Inventory of Existing Chemical Substances in China(IECSC) No Europe European Inventory of Existing Commercial Chemical No Substances(EINECS) Europe European List of Notified Chemical Substances(ELINCS) No Japan Inventory of Existing and New Chemical Substances(ENCS) No Korea Existing Chemicals List(ECL) No New Zealand New Zealand Inventory No Philippines Philippine Inventory of Chemicals and Chemical Substances No (PICCS) United States&Puerto Rico Toxic Substances Control Act(TSCA)Inventory Yes 'A"Yes"indicates that all components of this product comply with the inventory requirements administered by the governing country(s) A"No"indicates that one or more components of the product are not listed or exempt from listing on the inventory administered by the governing country(s). 16. Other information, including date of preparation or last revision Issue date 07-10-2014 Material name:SPRING FRESH SOS US 4879 Version#:02 Revision date: 11-25-2014 Issue date:07-10-2014 5/6 SPRING FRESH Product number: 192000 Revision date 11-25-2014 Version# 02 Disclaimer The information in the sheet was written based on the best knowledge and experience currently available.The information provided in this Safety Data Sheet is correct to the best of our knowledge, information and belief at the date of its publication.The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text.The information given is designed only as a guidance for safe handling, use, processing, storage,transportation,disposal and release. Material name:SPRING FRESH SIDS US 4879 Version#:02 Revision date: 11-25-2014 Issue date:07-10-2014 6 16 , ' SEli 0* i gEArt14*c tic- ,.:,,. N% 15 • a � to• �. 4 . 17 • i '",. Cleaning Strength The higher the number the tranger the clewing Power. TerraGreen Blue Glass Cleaner Multi-Surface Cleaner • Green Seal Certified - Environmentally Responsible • Fast-Acting - Cuts through Film Quickly • Non-Streaking • Reflective Glass Safe Green Seal' Certified - independently proven to be an environmentally responsible cleaner. Fast acting, no streak glass and surface cleaner for routine multi-surface cleaning. Powerful solvents and surfactants cut through film quickly. Use on glass, plexiglas, metal and other hard surfaces. Reflective glass safe. Typical Specifications Dilution Range Availability (product/water): 1:50-1:16 Product No.361006 Typical Dilution: 1:32 • 1 Gal/4(04) Working pH: 7.7 •55 Gal(55) Color: Blue Odor: Fresh Bouquet Product No.201014 USDA:ClUD Cng(In Use): 1 •32 oz/12(w/1 trigger spray)(Q3) (LG) Product No.193034 •32 oz Canteen/6(26) TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C SAFETY DATA SHEET 1. Identification Product identifier TERRAGREEN BLUE GLASS CLEANER Other means of identification Product number 192014/193034/361006/361056 Recommended use Multi-Surface Cleaner Recommended restrictions Norte known. Manufacturerllmporter/Supplier/Distributor information Manufacturer Company name Brulin&Company, Inc. Address P.O. Box 270 Indianapolis, IN 46206 United States Telephone Phone: 317-923-3211 Fax: 317-925-4596 Website www.Brulin.com Emergency phone number CHEMTREC 1-800-424-9300 2. Hazard(s) identification Physical hazards Not classified. Health hazards Acute toxicity, oral Not classified Acute toxicity, dermal Not classified Skin corrosionfirritation Not classified Serious eye damage/eye irritation Category 2A OSHA defined hazards Not classified. Label elements Signal word Warning Hazard statement Causes serious eye irritation. Prevention Wear safety glasses with side shields(or goggles).Wash thoroughly after handling. Response IF IN EYES: Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing. If eye irritation persists: Get medical advice/attention. Storage Store away from incompatible materials. Keep out of the reach of children. Disposal Dispose of waste and residues in accordance with local authority requirements. Hazard(s)not otherwise None known. classified(HNOC) Supplemental information None known. 3. Composition/information on ingredients Mixtures Chemical name CAS number %by weight 1-Butoxy-2-propanol 5131-66-8 1 -<5 Propylene glycol monomethyl ether 107-98-2 1 -<5 Material name:TERRAGREEN BLUE GLASS CLEANER SDS US 5564 Version#:07 Revision date:06-25-2015 Issue date:04-16-2014 1 /6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C Chemical name CAS number %by weight Sodium Dodecyl Sulfate 151-21-3 1 -<5 4. First-aid measures Eye contact Immediately flush eyes with plenty of water. Remove contact lenses if present and safe to do so. Continue rinsing. Get medical attention if irritation develops or persists. Skin contact Wash off with soap and water.Get medical attention if irritation develops and persists. Ingestion Rinse mouth.Get medical attention if symptoms occur. Inhalation Move to fresh air. Call a physician if symptoms develop or persist Notes to physician Provide general supportive measures and treat symptomatically. Most important Causes serious eye irritation.Symptoms may include stinging,tearing, redness, swelling, and symptoms/effects,acute and blurred vision. delayed General information Ensure that medical personnel are aware of the material(s)involved,and take precautions to protect themselves. 5. Fire-fighting measures Suitable extinguishing media Water fog. Foam. Dry chemical powder. Carbon dioxide(CO2). Unsuitable extinguishing None known. media Specific hazards arising from During fire,gases hazardous to health may be formed. the chemical Special protective equipment Self-contained breathing apparatus and full protective clothing must be worn in case of fire. and precautions for firefighters 6.Accidental release measures Personal precautions, Keep unnecessary personnel away. Ensure adequate ventilation.Wear appropriate personal protective equipment and protective equipment. For personal protection,see section 8 of the SDS. emergency procedures Methods and materials for Stop the flow of material, if this is without risk.Wipe up with absorbent material(e.g.cloth, fleece). containment and cleaning up Following product recovery,flush area with water. Never return spills to original containers for re-use.For waste disposal, see section 13 of the SDS. 7. Handling and storage Precautions for safe handling Wear personal protective equipment. Handle and open container with care.Avoid contact with eyes. Do not mix with other chemicals. Observe good industrial hygiene practices. Conditions for safe storage, Store in original tightly closed container. Store away from incompatible materials(see Section 10 including any incompatibilities of the SDS). Keep at temperatures between 4 and 49C. Keep out of the reach of children. 8. Exposure controls/personal protection Occupational exposure limits US.ACGIH Threshold Limit Values Components Type Value Propylene glycol STEL 100 ppm monomethyl ether(CAS 107-98-2) TWA 50 ppm Appropriate engineering Provide adequate local exhaust ventilation to maintain worker exposure below exposure limits. controls Provide eyewash station. Individual protection measures,such as personal protective equipment Eye/face protection Wear safety glasses with side shields(or goggles). Skin protection Hand protection Not normally needed. For prolonged or repeated skin contact use suitable protective gloves. Material name:TERRAGREEN BLUE GLASS CLEANER sos us 5564 Version#:07 Revision date:06-25-2015 Issue date:04-16-2014 2/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C Respiratory protection No personal respiratory protective equipment normally required. In case of insufficient ventilation, wear suitable respiratory equipment General hygiene Always observe good personal hygiene measures,such as washing after handling the material considerations and before eating,drinking,and/or smoking. Routinely wash work clothing and protective equipment to remove contaminants. 9. Physical and chemical properties Appearance clear Form liquid Color dark blue Odor Clean/fresh fragrance added Odor threshold Not available. pH 7-8(undiluted, at 1:16 and 1:32 dilutions) Melting point/freezing point 32°F(0°C) Boiling point 212°F(100°C) Flash point None to Boiling Evaporation rate Not available. Flammability(solid,gas) Not available. Upper/lower flammability or explosive limits Flammability limit-lower Not available. (%) Flammability limit-upper Not available. (%) Vapor pressure Not available. Vapor density Not available. Solubility(ies) Solubility(water) 100% Partition coefficient Not available. (n-octanol/water) Auto-ignition temperature Not available. Decomposition temperature Not available. Viscosity Not available. Specific gravity 1 VOC(Weight%) 5.42% 10. Stability and reactivity Reactivity The product is stable and non-reactive under normal conditions of use,storage and transport. Chemical stability Material is stable under normal conditions. Possibility of hazardous No dangerous reaction known under conditions of normal use. reactions Conditions to avoid Contact with incompatible materials. Do not mix with other chemicals. Incompatible materials Strong oxidizing agents. Strong acids. Hazardous decomposition No hazardous decomposition products are known. products 11. Toxicological information Toxicological data Product Test Results TERRAGREEN BLUE GLASS CLEANER(Mixture) Acute Dermal LD50 Rabbit:>5000 mg/kg Material name:TERRAGREEN BLUE GLASS CLEANER SDS US 5564 Version#:07 Revision date:06-25-2015 Issue date:04.16-2014 3/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C Product Test Results Acute Oral LD50 Rat:>5000 mg/kg Information on likely routes of exposure Eye contact Causes serious eye irritation. Skin contact No adverse effects due to skin contact are expected. Ingestion Health injuries are not known or expected under normal use. Expected to be a low ingestion hazard. Inhalation No adverse effects due to inhalation are expected. Symptoms related to the Symptoms may include stinging,tearing, redness, swelling, and blurred vision. physical,chemical and toxicological characteristics Carcinogenicity This product is not considered to be a carcinogen by IARC,ACGIH, NTP,or OSHA. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. Reproductive toxicity This product is not expected to cause reproductive or developmental effects. Chronic effects Prolonged inhalation may be harmful. 12. Ecological information Ecotoxicity The product is not classified as environmentally hazardous. However,this does not exclude the possibility that large or frequent spills can have a harmful or damaging effect on the environment Persistence and degradability Based on the biodegradability data of the components, this material is expected to be biodegradable. Bioaccumulative potential This material does not contain chemicals that have known bioaccumulative potential. Other adverse effects No other adverse environmental effects(e.g. ozone depletion,photochemical ozone creation potential, endocrine disruption,global warming potential)are expected from this component 13. Disposal considerations Disposal instructions Collect and reclaim or dispose in sealed containers at licensed waste disposal site. Dispose of contents/container in accordance with local/regionallnational/intemational regulations. Hazardous waste code The waste code should be assigned in discussion between the user,the producer and the waste disposal company. Waste from residues/unused Dispose of in accordance with local regulations. Empty containers or liners may retain some products product residues.This material and its container must be disposed of in a safe manner(see: Disposal instructions). Contaminated packaging Empty containers should be taken to an approved waste handling site for recycling or disposal. Since emptied containers may retain product residue, follow label warnings even after container is emptied. 14. Transport information DOT Not regulated as dangerous goods. IATA Not regulated as dangerous goods. IMDG Not regulated as dangerous goods. 15. Regulatory information US federal regulations This product is a"Hazardous Chemical"as defined by the OSHA Hazard Communication Standard, 29 CFR 1910.1200. Material name:TERRAGREEN BLUE GLASS CLEANER sos us 5564 Version#:07 Revision date:06-25-2015 Issue date:04-16-2014 4/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/193034/361006/361C TSCA Section 12(b)Export Notification(40 CFR 707,Subpt,D) Not regulated. CERCLA Hazardous Substance List(40 CFR 302.4) Not listed. US.OSHA Specifically Regulated Substances(29 CFR 1910.1001-1050) Not listed. CERCLA(Superfund)reportable quantity Not listed. Superfund Amendments and Reauthorization Act of 1986(SARA) Hazard categories Immediate Hazard-Yes Delayed Hazard-No Fire Hazard-No Pressure Hazard-No Reactivity Hazard-No SARA 302 Extremely No hazardous substance SARA 311/312 Hazardous No chemical SARA 313(TRI reporting) Not regulated. Other federal regulations Clean Air Act(CAA)Section 112 Hazardous Air Pollutants(HAPs)List Not regulated. Clean Air Act(CAA)Section 112(r)Accidental Release Prevention(40 CFR 68.130) Not regulated. Safe Drinking Water Act Not regulated. (SDWA) US state regulations US.Massachusetts RTK-Substance List Propylene glycol monomethyl ether(CAS 107-98-2) US.New Jersey Worker and Community Right-to-Know Act Not regulated. US.Pennsylvania RTK-Hazardous Substances Propylene glycol monomethyl ether(CAS 107-98-2) US.Rhode Island RTK Not regulated. US.California Proposition 65 California Safe Drinking Water and Toxic Enforcement Act of 1986(Proposition 65):This material is not known to contain any chemicals currently listed as carcinogens or reproductive toxins. International Inventories Country(s)or region Inventory name On inventory(yes/no)` Australia Australian Inventory of Chemical Substances(AICS) No Canada Domestic Substances List(DSL) No Canada Non-Domestic Substances List(NDSL) No China Inventory of Existing Chemical Substances in China(IECSC) No Europe European Inventory of Existing Commercial Chemical No Substances(EINECS) Europe European List of Notified Chemical Substances(ELINCS) No Japan Inventory of Existing and New Chemical Substances(ENCS) No Korea Existing Chemicals List(ECL) No New Zealand New Zealand Inventory No Material name:TERRAGREEN BLUE GLASS CLEANER SDS US 5564 Version#:07 Revision date:06-25-2015 Issue date:04-16-2014 5/6 TERRAGREEN BLUE GLASS CLEANER Product number: 192014/ 193034/361006/361C Country(s)or region Inventory name On inventory(yes/no)` Philippines Philippine Inventory of Chemicals and Chemical Substances No (PICCS) United States&Puerto Rico Toxic Substances Control Act(TSCA)Inventory Yes •A"Yes"indicates that all components of this product comply with the inventory requirements administered by the governing country(s) A"No"indicates that one or more components of the product are not listed or exempt from listing on the inventory administered by the governing country(s). 16. Other information, including date of preparation or last revision Issue date 04-16-2014 Revision date 06-25-2015 Version# 07 Disclaimer The information in the sheet was written based on the best knowledge and experience currently available.The information provided in this Safety Data Sheet is correct to the best of our knowledge,information and belief at the date of its publication.The information relates only to the specific material designated and may not be valid for such material used in combination with any other materials or in any process, unless specified in the text The information given is designed only as a guidance for safe handling, use, processing, storage,transportation,disposal and release. Material name:TERRAGREEN BLUE GLASS CLEANER SOS US 5564 Version#:07 Revision date:06-25-2015 Issue date:04-16-2014 6/6 pm taimiChYL 100923 Blue Bowl Cleaner Packaging Options: 12/1 QT Case,4/1 GL Case inhibited, acid bowl cleaner. Cleans and deodorizes toilets and urinals.9%HCI Economical product for cost conscious customers. Page 1/11 Safety Data Sheet according to 1907/2006/EC(REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision:24.11.2014 ?. v v, v.hiS,S.l- '` Y V,V)r..• '4a*,a':a .a.7,. a' : �.r V!'7.. . 1�'`r!°4 i:FA `C`� t_is i.'.' ', ti . `;_r,'��EtE�et� 'S �4x�.X'fL -a �? i?.�v 4u�. .t�'i�',t`t +{y>~J,�.i �.,� F�'�,'S�.vT.� �"i_i`�t........'� r vw ;...:3:�' a..; z'2�i:C4-7i'.i ? .7,-g-`Y'•�w^„t'y.�tahfd3n'O,_-.� '^� 4m*; 'E. it.4..'. ..'' e:s-": - tg "*7y� • 1.1 Product identifier •Trade name: Blue Bowl Cleaner v.5 •Article number: 100923 1.2 Relevant identified uses of the substance or mixture and uses advised against No further relevant information available. -Application of the substance/the mixture Toilet cleaner • 1.3 Details of the supplier of the Safety Data Sheet wimp • Manufacturer/Supplier: Theochem Laboratories 7373 Rowlett Park Drive Tampa, FL 33610 Phone: 813-237-6463 • 1.4 Emergency telephone number: ChemTel Inc. (800)255-3924, +1 (813)248-0585 t. 5 �l � ., ,z, 1 �. j'� Q } � �fi.q , c�i �+hTy'a °�",Ea,'J ti,�,.$yam•?� ..1 A ..:-X15 a .t4«.wan- V A z£4 r ico .r+.`*..Q L'4:a.�:v zt'A • 2.1 Classification of the substance or mixture Classification according to Regulation (EC)No 1272/2008 Classifications listed also are applicable to the OSHA GHS Hazard Communication Standard (299CFFR1910.1200). corrosion Met. Corr.1 H290 May be corrosive to metals. •Classification according to Directive 67/548/EEC or Directive 1999/45/EC Not applicable. •Information concerning particular hazards for human and environment: The product has to be labelled due to the calculation procedure of the"General Classification guideline for preparations of the EU"in the latest valid version. •Classification system: The classification is according to the latest editions of the EU-lists, and extended by company and literature data. The classification is in accordance with the latest editions of international substances lists, and is supplemented by information from technical literature and by information provided by the company. •2.2 Label elements • Labelling according to Regulation (EC) No 1272/2008 The product is additionally classified and labelled according to the Globally Harmonized System within the United States(GHS). The product is classified and labelled according to the CLP regulation. (Contd.on page 2) Page 2/11 Safety Data Sheet according to 1907/2006/EC(REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision: 24.11.2014 Trade name: Blue Bowl Cleaner v.5 • Hazard pictograms (Contd.of page 1) GHS05 •Signal word Warning • Hazard statements H290 May be corrosive to metals. Precautionary statements P234 Keep only in original container. P390 Absorb spillage to prevent material damage. P406 Store in corrosive resistant container with a resistant inner liner. • Hazard description: •WHMIS-symbols: E-Corrosive material • NFPA ratings(scale 0 -4) Health = 1 * Fire= 0 1 Reactivity= 0 • HMIS-ratings(scale 0-4) D Health = 1 FIRE 0 Fire=0 REAL>>V1rr0 Reactivity=0 • HMIS Long Term Health Hazard Substances None of the ingredients are listed. •2.3 Other hazards • Results of PBT and vPvB assessment • PBT: Not applicable. •vPvB: Not applicable. � .� . �... y� <+ 7T.'?8�`ieY � ' •3.2 Mixtures . Description: Mixture of substances listed below with nonhazardous additions. • Dangerous components: (Contd.on page 3) Page 3/11 Safety Data Sheet according to 1907/2006/EC(REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision: 24.11.2014 Trade name: Blue Bowl Cleaner v.5 (Contd.of page 2) CAS: 7647-01-0 hydrochloric acid <5% EINECS:231-595-7 C R34;In Xi R37 Index number: 017-002-00-2 Met. Corr.1, H290; Skin Corr. 1B, H314 STOT SE 3, H335 •Additional information: For the wording of the listed risk phrases refer to section 16. yh,, ������~!'-+'�� i. �e`x� *..cv«o-j�ra � f•�yoSny �- �`` Zri.�i�,t.�`S �� `��e+� �G-n4l tSt�* •4.1 Description of first aid measures •General information: Immediately remove any clothing soiled by the product. Symptoms of poisoning may even occur after several hours;therefore medical observation for at least 48 hours after the accident. •After inhalation: Supply fresh air; consult doctor in case of complaints. Provide oxygen treatment if affected person has difficulty breathing. After skin contact: Immediately rinse with water. If skin irritation continues, consult a doctor. -After eye contact: Remove contact lenses if worn. Rinse opened eye for several minutes under running water. If symptoms persist, consult a doctor. •After swallowing: Rinse out mouth and then drink plenty of water. Do not induce vomiting; call for medical help immediately. •4.2 Most important symptoms and effects, both acute and delayed Headache Coughing Nausea Gastric or intestinal disorders. Slight irritant effect on eyes. Slight irritant effect on skin and mucous membranes. • Hazards No further relevant information available. •4.3 Indication of any immediate medical attention and special treatment needed No further relevant information available. °4`Wli �atengsd,g^ t-:. 4' 16 ,n ' - u-.,S+'. ;i-'9•. ti. ,w� •5.1 Extinguishing media •Suitable extinguishing agents: Use fire extinguishing methods suitable to surrounding conditions. • For safety reasons unsuitable extinguishing agents: None. •5.2 Special hazards arising from the substance or mixture During heating or in case of fire poisonous gases are produced. • 5.3 Advice for firefighters • Protective equipment: Wear self-contained respiratory protective device. (Contd.on page 4) • Page 4/11 Safety Data Sheet according to 1907/2006/EC(REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision:24.11.2014 Trade name: Blue Bowl Cleaner v.5 (Contd.of page 3) Wear fully protective suit. -Additional information Evacuate area and fight fire from from the upwind side. ,-> 17GC lyk,� 4 C 4iitg e' fi s�'sasz k`y -'�4^ S-s. "v'' Y.v �r �i:�G` .,I '�ky S 4 �... .:;a.'j C1���.v:�+` w+'a`" ��.��s"""2,. �:� �� .r$!> .. �..;».uc..q+sYn.K:,..Y•...,�-. :-, s`x.>w; tiuxsaa_-rv^hrtr..»».�. .o.�.::iF'«a..-a�ti�'T`.vi+�;� �Jra.,.'f.'Y-.:..�•:�5:-a��aaA�..:.;, -6.1 Personal precautions, protective equipment and emergency procedures Use respiratory protective device against the effects of fumes/dust/aerosol. Remove persons from danger area. Ensure adequate ventilation Wear protective equipment. Keep unprotected persons away. -6.2 Environmental precautions: Do not allow product to reach sewage system or any water course. -6.3 Methods and material for containment and cleaning up: Use limestone to neutralize and absorb spill. Dispose contaminated material as waste according to item 13. Clean the affected area carefully; suitable cleaners are: Warm water •6.4 Reference to other sections See Section 7 for information on safe handling. See Section 8 for information on personal protection equipment. See Section 13 for disposal information. J�?h> - y�r�,.�'- .'.,.� .:,aict fit'.. ; a ��;as, �. �a ��`yrS A�{�'��m hi#`L'': s�v�e'-0an33' v� Y•... .,��c + v ri4�;.c:.c : ,.,•.... 9-v.. � �ars�_ s. .. .. _< _ �_s?ir�y_.,,.'b.,.}. �.h+6:�-t. 1v�h`r.a. .' •7.1 Precautions for safe handling Use only in well ventilated areas. Prevent formation of aerosols. Avoid splashes or spray in enclosed areas. • Information about fire-and explosion protection: No special measures required. •7.2 Conditions for safe storage, including any incompatibilities •Storage: • Requirements to be met by storerooms and receptacles: Store only in the original receptacle. Unsuitable material for receptacle: aluminium. Unsuitable material for receptacle: steel. • Information about storage in one common storage facility: Do not store together with alkalis (caustic solutions). Store away from oxidising agents. Store away from foodstuffs. Store away from metals. • Further information about storage conditions: Store in cool, dry conditions in well sealed receptacles. •7.3 Specific end use(s) No further relevant information available. (Contd.on page 5) Page 5/11 Safety Data Sheet according to 1907/2006/EC(REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision: 24.11.2014 Trade name: Blue Bowl Cleaner v.5 (Contd.of page 4) 041 •Additional information about design of technical facilities: No further data; see item 7. •8.1 Control parameters • Ingredients with limit values that require monitoring at the workplace: 7647-01-0 hydrochloric acid IOELV(EU) Short-term value: 15 mg/m', 10 ppm Long-term value: 8 mg/m', 5 ppm PEL(USA) Ceiling limit: 7 mg/m', 5 ppm REL(USA) Ceiling limit: 7 mg/m', 5 ppm TLV(USA) Ceiling limit: 2,98 mg/m', 2 ppm EL(Canada) Ceiling limit:2 ppm EV(Canada) Ceiling limit:2 ppm •Additional information: The lists valid during the making were used as basis. •8.2 Exposure controls • Personal protective equipment: •General protective and hygienic measures: The usual precautionary measures are to be adhered to when handling chemicals. Keep away from foodstuffs, beverages and feed. Immediately remove all soiled and contaminated clothing. Wash hands before breaks and at the end of work. Store protective clothing separately. Avoid contact with the eyes and skin. Do not inhale gases/fumes/aerosols. • Respiratory protection: Not necessary if room is well-ventilated. Use suitable respiratory protective device when aerosol or mist is formed. For spills, respiratory protection may be advisable. Protection of hands: Protective gloves The glove material has to be impermeable and resistant to the product/the substance/the preparation. Selection of the glove material on consideration of the penetration times, rates of diffusion and the degradation. • Material of gloves The selection of the suitable gloves does not only depend on the material, but also on further marks of quality and varies from manufacturer to manufacturer. As the product is a preparation of several substances, the resistance of the glove material can not be calculated in advance and has therefore to be checked prior to the application. Sensibilisation by the components in the glove materials is possible. • Penetration time of glove material The exact break through time has to be found out by the manufacturer of the protective gloves and has to be observed. (Contd.on page 6) Page 6/11 Safety Data Sheet according to 1907/2006/EC(REACH), 1272/2008/EC (CLP), and OSHA GHS Printing date 24.11.2014 Revision: 24.11.2014 Trade name: Blue Bowl Cleaner v.5 (Contd.of page 5) • For the permanent contact gloves made of the following materials are suitable: Nitrile rubber, NBR Neoprene gloves PVC gloves Natural rubber, NR • Not suitable are gloves made of the following materials: PVA gloves • Eye protection: Contact lenses should not be worn. rti - .`) Safety glasses • Body protection:Acid resistant protective clothing lir "^"r "2'X.7r tr •svx.* atin -' a its ...CSs �` :'+�'.�+ .,'e`"" .,r-fi's•c • s,ee....,•.+�_�a�;?-���C�.�. sIC����a���s��..,;_� ;��E� a �.uu�. ..°y�_e�,• :�; s.`>,•.'�.�'�'"�s5 s`� ,:.�;y^��'y� .. -9.1 Information on basic physical and chemical properties -General Information -Appearance: Form: Liquid Colour: Blue • Odour: Pleasant •Odour threshold: Not determined. • pH-value at 20°C: <2,0 •Change in condition Melting point/Melting range: Not Determined. Boiling point/Boiling range: 100 °C (212 °F) • Flash point: Not applicable. • Flammability(solid,gaseous): Not applicable. •Auto/Self-ignition temperature: Decomposition temperature: Not determined. • Self-igniting: Product is not self-igniting. • Danger of explosion: Product does not present an explosion hazard. • Explosion limits: Lower. Not determined. Upper: Not determined. •Vapour pressure at 20°C: 23 hPa • Density at 20°C: 1,04 g/cm' • Relative density Not determined. •Vapour density Not determined. • Evaporation rate Not determined. (Contdon page 7) ATTACHMENT D INSURANCE REQUIREMENTS 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONTRACTOR, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement 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 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION CONTRACTOR agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and CONTRACTORs, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the CONTRACTOR, its officers, employees, agents, CONTRACTORs, or any other person or entity acting under CONTRACTOR's control or supervision, in connection with, related to, or as a result of the CONTRACTOR's performance of the Services pursuant to this Agreement. 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 CONTRACTOR expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the CONTRACTOR shall in no way limit the CONTRACTOR's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. 4 The parties agree that one percent (1%) of the total compensation to 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. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The CONTRACTOR shall maintain and carry in full force during the Term, the following insurance: 1. Comprehensive General Liability, in the amount of$1,000,000 per occurrence; and 2. Professional Liability, in the amount of$1,000,000; and 3. Automobile Liability, in the amount of$1,000,000 per occurrence; and 4. Workers Compensation/Employers Liability, as required pursuant to Florida Statutes. The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All of CONTRACTOR's certificates shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. The insurance certificates for General Liability shall include the City as an additional insured and shall contain a waiver of subrogation endorsement. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the CONTRACTOR specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The CONTRACTOR is also solely responsible for obtaining and submitting all insurance certificates for any sub-Contractors. Compliance with the foregoing requirements shall not relieve the CONTRACTOR of the liabilities and obligations under this Section or under any other portion of this Agreement. The CONTRACTOR shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. 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. By 5