PSA between the CMB and CLEAN SPACE, INC. for Janitorial Services Pursuant to RFP-2024-032-WG Z02� —3�c�y.`�
Oocusign Enveiape ID:86262D�Q-86F2-41E0-B809-181FEE3E8433A
Coutract No.2-1-037-Q?
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY !JF MIAMI BEACH
AND
C�EAN SPAC�, INC.
FUR
JA�NITORIAL SERVEC�S PURSUANT TO
RFP-2024-032-WG E�r.� � � �����
This Professional Services Agreernent {"ngreement")is entered into this ("Effective
Date"), between the CtTY OF MIAMI �EACH, FLORIDA, a municipal corporation arganized
and existinc� under the laws of the 5tate of Florida, having its principal offices at 1700
Conve�tian Center�rive, Miami Beach, Florida, 33139(the`City"), and C�EAN SF'ACE, INC.
a Florida CorpUration whose address is 3764 NW 124w Avenue, Coral Springs Fiorida, 3:ioG5
("Contractor").
SECTIQN 1
DEFINiTIONS
Agreement: This F�greement between the City and Cantractor, including any sxhibits
and amendments thereto.
City Manager. The chief administrative officer of ih�City.
City Manager's
Designee� The City staff member who is designated by the City Manager tn
administer tt�is Agreement on behalf of the City. The City Manager's
designee �hall be the Faciliiies an� Fleet Management Department
Director.
Contractar: For the �urpases of this Agreemerit, Contractor shall be deem��d lo be �n
inde�aenciert contractor and nat an agent ar employee of the City.
Services: All services, work and actians by the Contractor performed or undartaken
pursuant to the t�greement.
Fee: Amaunt pai� ta the Contracfor as compensation fc�r Services.
Proposal Documents� !'topn$al Doctan���7ts sf��ll mean City of Miami Beach RFI�, Na. 2024-
032-WG for JANITORIAL SERVICES, together with all amendmenfs
thereto, issueci by the City in contemplativn of this l�greement RFP, and
the Contractor's proposal in response thereto {"Proposal"), all of which
are hereby incorporated and made a part hereof; providec�, however, that
in the even: of an ex�ress conflict bet�Ne�n the Proposal Documants and
this Ayreement, the following order of precedent shall prE;vaiL this
A�reerr�ent; the RFP, and Ihe Prapasal.
t
Docustgn Envelape IG 85262G?D-8t;f=2-41E0-f3805-181FEBE8433t1
('ontrac�t vo. -'_�l-i132-OZ
RiSk Manac�Pr The Risk Manager vf the City, with offices at 17QQ Canvention Cente�
Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305)
673-7000, E�ct. 26724; and fax number(305) 673-7529.
SECTION 2
SCOPE OF SERVICES
2.1 Contractor shall serve as the SECONQARY service provider. In consideration of the Fee
to be paid to Contractor by the City, Cantractor shall provide the work and services described in
Exhibit"A" hereto (the"Services").
All Serrices provided by the Contractor shall be performed in accardance with the terms and
�onditions 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
foltowing person:
Ron Mumaw, Director
Facilities and Fleet Management Department
1833 Bay Road, 2"� Floar
Miami Beach, FL 33139
2.2 Contractor's Services, and any deliverables incident thereto, shall be completed in
accorda�ce with the timeline and/or schedute in Exhibit"A" h�ereto.
SECTION 3
TERM
The term of this Agreement ("Term") shall commence upon execution of this Agreement by all
parties hereto (the Effective Date sei forth on p. 1 hereo�, and shall have an initial term of three
(3) years with ane (1) two-year renewal options, to be exercised at the City Manager's sole
option and discretion, by providing Con#ractor 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 any specific timelines,
schedutes, dates, andtor performance milestones for completion and delivery of the Services.
as same is/are set forth in the timeline andlor schedule referenced in Exhibit "A" hereto.
SECTION 4
FEE
4.1 in consideration of the Services to be provided, Contractor shall be compensated +n
accordance with the cost p�oposal attached hereto as Exhibit"B"
2
Docusign Envelope IO'8S26FD7p-86F2•41�Q-Li809-1B1FE�E34�3A
f'und�e�No.24-037.-U2
4.2 INVOICENG
Upon recei�t of an accept�ble and approved invoice, payment(s) shail be made within forty-five
(45) days for that portior� (or tnose portions} oP the Services satisfactorily rendered (and
referenced in the ��arficular invaice).
Invc�ices shali include a detailed descrlption of lhe Services (or portions thereof) provided, and
st�all bv submitted to the City at the following address:
Accounts Payable: Payabl_es�miamiheachfl�gov
SECTION 5
TERMINATION
5.1 TERMINA710N F�R CAUSE
If the Contractar shall fail to fulfill in a timely manner, �r otherwise violates, any of the
covenants, agreements, or stipulations material to this Agreement, the City, through its City
Manager, shall lhereupon have the righl to terminate this Agreement for cause. Prior to
exercising its optian to terminate �or cause, the City shall notify the Contractor of its violation of
the particular term(s) ot this Agreement, �nd shall grant Gontractar ten (10) days to cure such
default. If sur,h defauit rernains 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 liabilitiss, duties, and terrns arising aut of, or by virtue of, this
Agreement.
Notwithstanding the above, the Contractor shall not be relievad of liability ta the Gity for
damages sustaineci by th� City by any breach of the Agreement by the Cantrac:tor. The City, at
its sole option and discrotion, shall be entitled to bring any an�J all legal/equitable actions that it
deems to be in its best interest in order to enforce the Gity's rights and remedies against
Contractor. The Gity shall be entitled to recover all casts of such actinns, including reasonable
attorneys' fees.
5.2 TERMINATIiUN FOR GQNVENIENCE C?F THE CITY
TIiE CITY MAY ALSC?, THFtOUGH ITS CITY MANAGER, ANQ F�R IT5
CONVENIENCE ANQ WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY
TIME DURING TNE TERM BY GIVING WRITTEN NOTIGE TO CONSULTANT OF
SUCN TERMtNATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIR7Y (30)
DAYS FOLLC?WING R�CEIPT BY THE CONSULTANT �F SUCN NOTICE.
ADDITIt)NALI.Y, !N THE EVENT OF A PUBI.IC NEALTH, WELFARE OR SAFETY
CONCERN, AS DETERMINEt3 BY THE CITY MANAGER, IN THE CITY MANAGER'S
SOLE OISCRETtON, THE CITY MANAGER, PURSUANT TO A VERBAL UR
WFtfTTEN NOTIFICFII'ION TO CONSUL.TANT, MAY IMMEDIATELY SUSF'END THE
SERVICES UNDER THIS AGREEMEfVT FOR A TIME CERTAIN, OR IN 7HE
ALTERNATIVE, TERMINATE TNIS AGREEMENT ON A GIVEN DATE. IF TNE
AGREEMENT IS TERMINATED FC?R CONVENIENCE F3Y TNk CITY, CONSULTANT
SNALL BE PAID FOR ANY SERVtCES SATISFAC7CfRIl.Y PERFORMED UP 7U TNE
3
Doeusign Envelope ID.&6262D70-8C,�2-41E0-B805-t81�'f=t3E8433k
Cnntract No.�'4-231-D2
QATE QF TERMINATIC?N; FOLLOWING WHICH 'THE CI'TY SNALL BE DI5CHARGEQ
FRQM ANY AND ALL LIABILITIES, DUTIES, NNQ TERMS ARISING OUT OF, OR BY
VIRTUE C?�, THIS AGREEMENT.
5.3 TERMINATIC�N FOR INSOLVENCY
The City also reserves the right to terminate the A�reoment in the event the Contractar is
placed either in voluntary ar involuntary bankruptcy or makes an assignment for the benefit of
crPditors. (n such event, the right anci at�ligations for the p�rties shall be the same as p�ovided
for in Sectian 5.2.
SECTIOfV 6
INDEMNIFICATIdN ANp INSURANCE REQUIREMENTS
6.1 INDEMNIFIGATION
Contractor agrees to indemnify, defend and hold harmless the City of Miami E3each and its
officers, employees, agents, and contraetors, from and against any and all actions (whether at
law�r in �quity), claims, li�bilities, lasses, and Px�ense�, including, but not limitec� to, attomeys'
fees and costs, for personal, economic or bodrly injury, wrongful deaih, loss of or damage to
property, which may arise or be all�ged to have arisen fram the negligent acts, errors,
ornissions or other wrongful cond�act of the Contractor, its officers, employees, agents,
contractors, or any other person or entity acting under Contractor's control or supervisian, in
connectian with, related to, or as a result of the Contractor's performance af the Services
pursu�nt to this Agreement. To that extent, the Gontractor shall pay all such claims ard losses
and shall pay all such costs and judgments which may issue irom any lawsuit arising fram such
claims and losses, and shall pay all costs and attorneys' fc;es expended by thc: City in the
defense of such claims and losses, including appeals. The Contractor oxpressly understands
and agrees that any insurance protectian required by this Agreement c�r othenrvise provided by
the Contractor shall in no way limit the Contractor's responsibility to indemnify, keep and save
harmless and defend the City or �ts officers, employees, ayents and instrumPntalities as herein
provided.
The parties agree that one percent (1°!0) of the tot�l compensation ta Contractor for
performance of the Services under this Agreemenk is the spacific consideration from the City ta
the Contractor for the Contractor's indemnity agreemenl. The provisions of this Section 6.1 and
of this indemnificatian shall survive termination ar expiration of this Agreement,
6�.2 INSURANCE REQUIREMENTS
6.3 The Contractor shall mair.tain the below required insurance in effect prior b awarding
the agreement and for the duration of the agreement. The maintenance of proper insurance
coverage is a material element of the agreement and f�ilure to maintain or renew coverage may
k�e treateci as a material breach ot the cantraGt, which c�uld �esult in witi�holdinc� of payme�ts or
termination af the Agreern�nt.
A Worker's Compc�nsation Insurance for all employeFs c�f th�vendor as r�:quired by
Florida St�tut� �1�30, and Fmpkayer Li�bility Insurance f�r b�odily injury or dise�se. Shoul� the
4
Oocus�c�n[nvelape ID 8fi2G2U7�-86F2-41E0-6809-481FEBE3A33�
C'nntract No.�24-(13?-01
Vendor be exempt ir�m this Statute, tha V�ndor and each emplGyee shall hoid the City
harmiess from any injury incurred duriny performance af the GontracL The exempt Vendor shail
also submit (i) a written statement dotailing khe number of employees and that they are not
required t� carry Workers' Compensatron insuranGe and do not anticipate hiring any a�ditional
emplo��ees during the term of this contract or(ii}a copy oi a Certificate of Exemption.
B. Cornmercial General L�ab�lity Ins�ranr,e on an accurronce basis, including
prod�acts and completed operations, property damage, bodily irtjury and persanal & advertising
injury with limits no less than $300,000 per occurrence.
C Autamabile t_iahility Insurance covPring any aut�mobile, if v�ndor has no owned
automobiles, then coverage for hired and non-owned automobiles, with limit na less than
$3q0,000 combined per accident for badily injury and property damage.
6.4 Additianal insurect — City of Miami Be��ch must be included by endorsement as an
additional insured with respect to all liability policies (except Professinnal Liability and Workers'
Cornpensation}�sr�sing out af work or operations performed on bet�alf of the Contractor including
materials, parts, or equipment furnished in conr�ection with such work or operations and
autarnobiles owned, leased, hired or borrowed in the farm af an endorsement to the
Contractor's irisurance.
6.� Notice of Cancellation — Each insurance policy required above shall provide that
coverage shall not be cancelled, except with notice to the Giiy af Miami Beach c/o EXIGIS
Insc�rance Compliance Services.
6.6 Waiver of 8ubrogation — Contractor �grees tc� obtain ariy enciarsement that may be
necPssary Eo aifect the waiver of subrogation on the caverages required. Nowever, this
provision applies regardless of whether the City has received a waiver of subrogatian
endorsement from the insurer.
6.7 Acceptability of Insurers — Insurance must be placed with insurers with a current A.M.
Besf rafing af A:VII ar hiyhEr. 1(rxat raled, exce�rtions may be made (or rnembers oF the Florida
Insurarce Funds (i.e. FWCIGA, FAJUlt). Carriers may also be consideraci if they are ticensed
and authorized to do insurance business in the StatQ oi Florida.
E3.8 Verification af Goverage—Contractor shall furnish the City with original ce�tificates arid
amendatory endorsements, or copies of the applicahle insurance language, effecting craverage
required by this contract. All certificates and endorsements are lo be received and ap�roved by
the Cit}r before wQrk comirtences. H�wev�r, failure to obtair� the required docurnents prior to
the work beginnir�g st�all not waive the Contrador's obligation t� pr�vic�e them. The City
reserves the right to require complete, certified copies of all required insurance policies,
including endorsemants, required by th�se specifications, at�ny time.
CERTIFICATE HOLQER ON A�L COI MUST READ:
CITY OF MIt�MI BE/�CH
�!o EXIGIS Insurance Comp�iance Services
I'.O. Box 947
M��rrieta, CA 92564
J
Docusigr7 F.nvelope ID Sti2b2D70-8ii�=2-41[0-E3809-181FEE3E8�S33A
Canlract N<r.2d-032�02
Kindly submit all certificates nf ins�.iranc�, endorsemonts, axomption letters to our servicing
agent, EXIGIS, at:
Certificates-rniamib�acti riskwc�rks.corn
_�.�___.,_._._._
6.9 Special Risks ar Circumstances — �the City �f Miami Beach reserves the right to
mQdify these requirements, including limits, based on the nalu�e af the risk, prior experience,
insurer coverage, or other special circumstances.
Compliance with the forec�oing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this aqreement.
SECTION 7
LITIGATION JURISDICTIC�NNENUE/JUt2Y TRtAL WAIVER
This Agreement shail be construed in accordancc� with th� laws o( the State of Florida. This
Agreement shall be enforceable ir Miami-Dade County, Florida, and if legal action is necessary
by either party with resp�ct to the enfarcement of any ar all of the terms ar conditions herein,
exclusive venue for the Qnforcement of same shall lie in Miami-Dade Caunty, Floricia. By
entering into this Agreement, Contractor and the City expressly waive any rights either party
may have to a trial hy�ury of any civd bt�gation related to or arising out of this Agreement.
SECTION 8
LIMITATtON UF CITY'S LIABILITY
The City desires to enter into this Agreement nnly if in so doing the City can place a limit an th�
City's liability for any cause of aclion, for money damages d�e to an alleged breach by the City
�f this Agreement so fhat its liability for any such breach never exceeds the sum of �10,000.
Contr��c:tor hereby expresses its willingness to enter into this Agreemant with Contractor's
recovery from the �ity for any damage actinn for breach of contract to be limited to a maximum
amount of�1Q,0�0.
Accordi�gly, and notwithstanding any other tPrm or conditi�n of this Agreement, Contractor
hereby agrees that the Gity shall nol be fiable ta the Contractor for damages in an amotant in
excess of $10,000 for any action or claim for breach of contract arising out of the performance
pr non-performance of any obligations imposed upon the City by this Agreement.
Nothing contained in this section cr elsewhere in this Agreement is in any way intended to be a
waiver of the limitation placod upon the City's liabifity, as set forth in Sectian 768.28, Florida
Statutes.
SECTION 9
DUTY OF CARE/COMPLIAhICE WITH APPLlCABLE LAWSIPATENT RIGHTS� COPYRIGNT�
AND Ci�NFIDENTIAL FINDIPIGS
9.1 QUTY OF C�ARE
With respect to the performance of the Services contemplated her�in, Contractor shall exercise
that deyree of skill, care, efficiency and diligence normally Exercised by reasonable persons
6
�onisi�nEnvelapelD 86?62070-8fiF2-dtEO-6$04-1EIFEBE3�33A
C:untr�ct No.24-O32-02
andlor recogniz�d professronals with respect to ths performancc: o# comparable work and/qr
services.
S.2 GC?MPLtANCE WITM APPLICABLE LAWS
In its performance of the Se�vices, Contractar shaU comply with all appiicable laws, c�rdinances,
and r�gulations of the Gity, Miami-Dade County, the 51ate of F{orida, and the federal
government, as applicable.
9.3 PATENT RIGHTS• COPYRtGNT� CUNFiDENTiAL FINDINGS
Flny work product arising out of this Agreement, as well as ail inform�tion sper,ifications,
processes, data and findings, are intonded to be the property of the City and shall not otherwise
be made public and/or disscminaled by Contractor, without the prior written consEnt of the City
Manager, excepting any information, records etc.which aro r�quired to be disclosed pursuant to
Court Order and/or Florida Public Records Law.
All reparts, documents, articles, devices, andlor work prod�.ced in whole or in part under this
Agreement are intended to be the sole and exclusive property of the City, �nd shall not be
subjer.t to any applir.ation for copyright or patent by �r on behalf of the Cantractor or its
employees ar sub-consultants, without the priar written consent of the City Manager.
S�CTION 10
GENERAL PROVISIONS
10.1 AUDIT AND INSPECTIUNS
Upon reasonabie verbal ar written notice t� Contractor, ancl �at any time cluring normal
business hours (i.e. �JAM — 5PM, Monday through f=ridays, excluding nationally recogni2ed
holidays), and as often as the City Manager may, in his/her reasonable discreticn and
�udgment, deem necessary, there shall be mad� available to the Ciry Manager, andlor such
representatives as the City Manager rnay deem to act on lhe City's behalf, to audit, ex�mine,
and/ or inspect, any �nd all other documents andtor records relating to all matters covered by
this Agreement. Contractor shall rnaintain any and afl such records at its place oF business at
the address set forth in the"NoticEs"section of this Agreement.
10.2 INSRECTQR GENERAI.AUDIT RIGHTS
{A) Pursuant to Seciion 2-256 ot the Code of the City of Miami Beach, the City has
established the Office of the Inspector Gene�al which may, on a random basis, per�orm
reviews, audits, inspections ar�d investigation, on all City contracts, throughout the
�uration of said contracts. This random audit is separate and distinct frorn any other
�udit �erformed by or on behalf of the Ciky.
((3) The Office �f the Inspector General is auth�rized to investigate City affairs and
ampowered to review past, present and propQsed �:,ity programs, �ccaunks, records.
contracts and transactions. Iri addition, the Ins�ector General has th� power to
7
Docusign Envelope ID 83?G2D70-86F2-41E0-B809-181FEBE8433A
Contract No.24-U32-02
sut�p�ena wilnesses, a�irnirnster Uaths, require lhe productian �f witness�s anU rn�nilc�r
City projects and programs. Monitoring of an existing City project or program may
include a report concerning whether the project is on time, within budget and in
conformance with the contract documents and applicable law. The inspoctor General
shall have the power to audit, investigate, monitor, oversee, inspect and review
operations, activities, performance and procurement process including but not limited to
project design, bid specifications, (bidlproposal) submittals, activities of the Conlractor,
its officers, agents and employeos, I�bbyists, City staff and Qlected officials to ensure
compliance with the contract documents and to detect fraud and corruption. Pursuant to
Section 2-378 oF the City Code, the City is allocating a percentage of its overall annual
contract expenditures to fund the activities and operations of the Uffice of Ir�spector
General.
(G) Upon ten (10} days writ;en notice ta the Cnntractnr, the Contractor shall make afl
requested records and documents available to the Inspector General for inspection and
copying. The Inspector General is empowered to retain the services of independent
private sector a�ditors to audit, investigate, monitor, oversee, inspect and review
operations aclivities, performance and procurement process including but not limited to
pro�ect design, bid speeifications, (bidlproposal)submittals, activibes of the Contract�r its
officers, agents and ernployees, lobbyists, City staff and elected officials to ensure
compliance with the contract docurt�ents and to detect fraud and corruption.
(L�) Thc� Inspector General shall have the right to inspect and copy all documents and
records in the Contracto�'s possession, custody or control which in the Inspector
General's sole judgment, pertain to performanc�of the contract, including, but not limited
to original estimate fi�es, change order estimate files, worksheets, proposals and
agreements from and with successful subcontractors and suppllers, all project-related
correspondence, memoranda, instructions, financial documents, constructior�
documents, (bid/proposal) and contract documents, back-change documents, all
doeumenis and recards whict� inv�lve cash, trade or volume discounts, insurance
proceeds, rebates, or dividends received, payroll and personnel records and supporting
documentation for the aforesaid documents and records.
(E) The Contractor shall rnake available at its office at al! reasonable times tlie records,
materials, and other evidence regarding the «cquisition (bid preparation) and
performance of this Agreement, for examination, audit, or reproduction, until three (3)
years after final �ayment under this Agreement or for any longer period required by
statute or by oiher clauses of this Agreement. In addilion:
i. It this Agr�ement is completely or partially temiinated, the Contractor shall make
available records relating to the work terniinated until three (3} years after any
res�lting (inal terminafion setllement; and
8
C��cusign Envelope ID 86262p70-8fiF2-41E0-�805-181FEBE3433A
('at�iract Nc�.2A-Q32-02
ii, The Contractor shall make availabie records r�lating to appeals ar to hiigation or
the settlement of claims arising under or �elating to this Agreement until such
appeais, litigation, ar cfaims are finally resotved.
(F) The provisions in this section shall apply to the Contractor, its officers, agents,
employees, subcontractcrs and suppliers. The Cantractor shall incorporate the
provisions in this sectian in al) subcontracts and all other agreemerits executed by khe
Canfractor in connectian wiff� (tie perforrn�nce of tf�is Agreemer�t.
(G) Nothing in Ihis secfion shall impair any independen# right to the City to conduct audils or
investigative activities. The pravisions of this sectinn are neither intended nor shall they
be construed to impose any liability on the City by the Contractor or th�rd pariies.
10.3 ASStGNMENT, TRANSFER C?R St1BCONSULTtNG
Contractor shall nat subcantracf, assign, or transfer all or any portion of any work and/or
service urider khis Agreement without the prior written consent of the City Manager, which
consent, if given at all, shall be in the Manager's sof� �udgment and discretion. Neither this
Agreement, nor any term or provision hereof, ar right hereunder, sha(i be assignable unless as
approved pursuani to this SP,CttDtl, and any attem�t to make such assignment tunless
a�nroved)shafl be void.
10,4 PUBLIC EfVTITY CRIMES
Prior to commencement af the Services, the Cantractor shall frle a State of Florida Fomi PUR
706f3, Sworn Statement under Section 2$7.133(3j(a} Florida Statute on Public Enfity Crimes
with the Gity's Proc�irement Division.
10.5 NO DISCRIMINATION
In connection with the perPormance of the Services, the Contractor sha!! not exclude from
particiF�atican in, deny the benefits oi, or subject ta discrimination anyone on the grounds of
race, colar, national origin, sex, age, disability, reliyian, incc�me or fami(y status.
Additionaily, Contractor shalt ccmply fuNy with the City of Miami Beach Human Rights
Ordinance, codified in Chapter 62 ut the City Code, as may be amended from time to time,
prahibiting discrimination in empioyment, housing, public ar,commodations, and �ublic
services on accaunt o( actual or perceived race, CQIOI', natianal origin, religiUn, sex,
intersexuality, gender identity, sexual ori�ntation, marital and familial status, age, disabiliiy,
ancestry, height, weighf, domestic p�rtner status, iabor organization membership, familial
situatian, or pol+ticat affiliation.
10.6 GQNFLICT OF INTEREST
Contractor herein �grees to adhere io and be governed by a(I appficable Miami-Dade County
Conflie; of Interest �rclrnances and Ethics prqvisions, as set forth in khe M'rarni-Dade County
Code, as may be amended from time to time; �nd by thc; City at Miami Beach Gharler �nd
Code, as may be amended fram t�me ta iime; both of which are incorp�rated by r�ference as if
fully set forth h�reir�i.
9
�owsign Envelope ID:86262D70-86F2-4tLtl-F3809-181FE��8433A
Co�itract Nu. 24-Q32-I12
Contractor covenants that it presently has no interest and shall not acquire any interest,
directly or indirectly, which could con(lict in any manner or degree with the performance of the
Services. Contracior further covenants that in the performance of this A�reement, Contractor
shall not employ any person having any such interest. f�o member of or delegate to Ihe
Congress of the United States shall be admitted to any share or part of this Agreement or to
any benefits arising therefrom.
10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
(A) Contractor shall comply with Florida Public Records law under Ghapter 119, Florida
Statutes, as may be amended from time to time.
(B) The term "public records" shall have the meaning set farth in Section 119.011(12), which
means ali documents, papers, letters, maps, book$, tapes, pholographs, films, sound
recordings, data processing software, or other material, regardlsss of the physical form,
characteristics, or means of transmission, made or received pursuanl 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 perfarm trie ser�ice;
(2) Upon request from the City's custodian oF pu�lic records, provide the City with a
copy of the requested records or allow the records to be inspected cr copied
within a reasonab!e 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 exemp� or confidential and exempt from
public recnrds disclosure requireme�ts are not disclosed, except as authorir_ed
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 Ciiy;
(4} Upon completion of the Agreement, transfer, at no cost to the Cily, all public
records in possession of ihe 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 ariy duplicate public records that are exempt or confidential and exempt
from public recorcis disclosure requirements. If the Contractor keeps and
maintains public records upon completion of fhe Agreement, the Contractor shall
meet all applicable requirements for retaining public records. Atl records slored
electronicalty must be provided to the Ci;y, upon request from the City's
custodian of public records, in a format that is com�atible with the mformation
technotogy systems of the City.
(D) REQUF_.ST 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 cioes 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 requesi for records shall constitute a
breach of this Agreement, and the City, at its sole discretion, may; (1)unilaterally
1�
Docusiyn Envelope ID:BG262D70-B6F2-AtE0-8809-181FEE3E8433A
c��,r�R��N<�.za-o3z-o2
t�rminatE lhe Ayre�rn�rit; (2j dvail itself r�t th� iernedies set fr�rQi urder lfie
Agreerr�ent; and/or(3�avail iiself of any available remedies at law or in equiiy.
(3) A Contractor who faiis to provide the public records io the City within a
reasonable time may be subject to penaities under s. 1_19.10.
(E) GIVIL ACT�ON.
(1) If a civil action is filed against a Contractor ko compel production af public records
relating to the City's contract for services, the caurt shall assess and awarci
against the Coniractor the reasonabie costs of enforcemenl, includinr�
reasonable attorneys' fees, if:
a. Trie court determines that the Contractor uniawfully refused to comply with
the pubiic reeords request within a reasonable time; and
b. At least 8 business days before filing the action, the plaintiff pr�vided written
notice of the put�lic records request, including a statement that the
Contractor has not cnmplieci with the request, to the City and ta the
Contractor.
(2) A notice complies rvith subparagraph (1)(b) if it is sent tn the City's custodian of
pu�lic 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 shi��ing paid by the sende� and
with evidence of delivery, which may be in an electronic format.
(3j 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 af en(orcement.
(F> IF THE CC?NSULTANT HAS �QUESTIUNS REGARDING THE
APPLlGATION G1F GHAPTER 119, FLORIDA STATUTES, TO THE
CQNSULTANT'S DUTY TQ PRC?VIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CQNTACT THE CUSTQDIAN
OF PUBLIC RECC?RDS AT:
CITY OF MI,ftMI BEACH
ATTENTION: RAFAEL E. GRANADG►, CITY C�ERK
"I700 CC�NVENTION CENTER DRIVE
MIAMI BEACH, FLORIDA 33139
E-MAtL: RAFAELGFtAN�►DQ�a IVII�IUIIBEACHFL.G4V
PHUN E: 3Q5-673-7411
1Q.8 FORCE MAJEURE
(A) 4 "Force Majeure" event is �n event that(i) in fact causes a delay in the performance of
'.he Contractor or the City's obligations under the Agreement, and (ii) is beyonci the
�easonable control of such �arty unable to perform the ot�ligation, and (iii) is no! due to
an intentional act, error, omission, ar negligence of such party, and (iv} could not have
rsasonably been foreseen and prepared for by such party at any time prior to the
occurrence of the evpnt. Subject to the foregoing criteria, Force Majeure may include
events such as war, civil insurrection, rio1, fires, epidemics, pandemics, te�rorism,
11
Uocusign Envelop�IG R6262D70-8ti1'2-a1E�p-B809-187FEf3E8433A
C'titttr:ict No iA-O3?.-02
sataatage, exp�osions, embargo restrict�ons, quarantine resznctians, transpartation
accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God
which prevent performance. Fofce Majeure shall not inciude technological impossibility,
inclement weather, or fai{ure to secu�e any of the requirecl permits pursuant to the
Agreement.
(Q) If the Gity or Gontractar's performance of its contractual obligations is prevented or
delayecf by an event believed by to be Force Maje�.�re, such p�rty shall immediatEfy,
upan learning of the occurrence of the event or of the commencement of any such delay,
but in any case within fi(teen (15) business days there�f, provide notice: (i) of the
oGcurrence of event of Force Majeure, (ii) of the nature c�f the event and the cause
thereof, {iii) of the anticipa:ed impact on the AgreemQnt, (iu) oi the anticipated period of
the delay, and (v) of what course of�ction such party plans lo take in arder to mitigate
the detrimental eff�cts af the event. The timely delivery of the notice of the occurrence of
a Force Majaure event is a condition precedent to alla�vancE of any relief pursuant to this
section; howeve�, receipt of such notice shall not constitute acr,eptance that the event
claimeci to be a Fc�rce Majeure everit is in fact Farce Majeure, and the burden of proof of
1he accurrenee af a Force hAajeure event shall be an the requesting paRy.
(C) No p�riy hereto shall be liable for its Failure to carry aut its obligations under the
Agreement during a period when such party is rendered unable, in uvhole or in part, by
Force Majeure ta carry out such obligations, The suspension of any of the obligatians
under this Agreement due to a Force Majeure event shall be of no greate�scope and no
long�r duration than is required. The party shall use its reasonable best efforts to
�ontinue to perform its oblic�atians hereunder to the extent such obligations are not
affected or are only partially affected by the Force Majeure event, and to correct or cura
the ev�nt or condition excusing performance and otherwise to remedy its inability to
aerform to the extent its inability ta perform is the direcl result of the Force Majeure
event with all reasonable dispatch.
(D) rJbligations pursuant to the Agreement that arosc before ihe occurr�nce of a Force
Majeure eveni, causing the suspension of parformance, shall not be excused as a result
c�f such accurrence unless such occurrence makes such perFormance not reasonably
passible. The obligation to pay money in a iimely manner for obligations and liabilities
which matured prior to the occuRence of a Force Majeure event shall not be subject to
the Force Majeure pravisions.
(E) Notwithstanding any other provision to the contrary herein, in the event of a Force
Majeure occurrenr,e, the City may, at the sole discre:ion of the City Manager, suspend
the City's payment obligations under the Agreemsnt, and may take such action without
regard to the natice requirements herein. Additiona.11y, in the event that an event of
Force Majeure delays a party's performance under the Agreement for a timc period
greater than thirty (30) days, the City may, at the sole discretion of the City Manager,
(erminat� the Agreeit�ent on a given dale. by giving written notice to Contractor oF such
ierminatian. If the Agreement is terminated pursuant to this section, Contractor shall be
paid for any Services satisfactorily performed up to the dat� of tenninati�n; following
�vhich the City shall be discharged from any and all I�abilities, duties, and terms arising
out of, or by virti�e of, this llgreement. In no event will �ny condition of Force Wtajeure
extend this�lgreement heyond its statec� term.
12
Gncusign[nvelape ID 8G263D7D-86F2•41E0-B9Q9-187f EHE.iS433A
<'imiract No.2�4-037,-t��
10.9 E-VERIFY
(A) Contracto� shall cornply with Section 448.095, Florida St�tutes, "Employment Eligibility"
("E-Verify Statute"), as may be amendeci from time to time. Pursuant to the E-Verify
Statute, commencing on January 1, 2021, Contractor shall register wilh and use the E-
Verify system to verify the work authorization sfatus of all newly hired employees ciuring
the Term af ihe Agreement. Additionaily, Cantractor shaU expressly require any
subconsult�nt perCorming work ar provi�ing services pursuant tn the Agreenient to
likewise utilize the U.S. Department of Fiomsland Security's E-Verify system to verity the
emplayment eligibility af ail new emplayees hired by the subc�nsultant during the
contract Tern�. ff Cantractor entErs into a contract with an approved subconsultant, the
subr.onsultant►nust provide the Gontractor with�n affrdavit stating that the subconsultant
does not emplay, cantract with, ar subcontract with an unauthorized alien, Contractor
shall rnaintain a capy of such affidavit for tlie duration of the l�greement or such other
extended periad as may be required under this Agreement.
(f3) TERMINATION RIGHTS.
(1) If the City has a good Faith belief that Contractor has knvwingly violated Section
�i48.09(1), Florida Statutes, the C+ty shall terminate this Agreement with
Gonfractar far cause, and the City shall thereafter have or owe no further
obligation or liability to Contract�r.
(2) If the City has a goad faith belief that a subconsultant has knowingly violated the
foregoing Subsection 10.9(A), but the Contractor otherwise co►nplied with such
subsection, the City will prq�r�ptly notity the Gontractor and order the Cantracfar
ta immediately terminate th� Agreement with the subconsultant. Contracior's
failure to tsrrninate a subcansuliant st�all 6s an event of default under this
Agre�ment, sntitling Ci1y to terminate the Contraclor's contract for cause.
(3) A contract terminated under the foregoing Subsection (B)(1) or (B)(2) is not in
breach of contract and may not be considered as such.
(4) The City or ConFractor or a subconsultant may file an action with the Circuit �r
County Court to challenge a t�rminati�n t.�nder the foreg�ing Subs�:ction i,B)(1)or
(Ei)(2) na later than 20 calendar days �fter the date on which the contract was
ter►ninated.
(5) If the City terminates the Agreement with Contractor under the fvregaing
Subsection (Bj(1), Contractc�r may not be awarded a p�iblic contract for at least 1
year after thQ date of terrnination of ttiis Agree��nent.
(6) Gontractor is liabls for any additional costs incurred by the City as a result of the
termination of this Agreement under this Section 10.9.
10.1U CONTRACTOR'S COMPLIANCE WITH ANTI-NUMAN TRAFFICKING LAWS
Gontractor agrees to comply with Section 787.06, Flarida Statutes, as may be amended from
time to time, and has executed the Certification af Cnmpliance with Anti-Human Trafficking
Laws, as required by Section 787.06{13), Florida Statutes, a �opy of which is attached hereto as
Exhibit "D".
13
Docusign Envefope IQ:882G2D7Q-86F2-41E0-B809-181FE6E8433A
(:'o�itract No.24-�32-U2
10.11 PROHIBIT{UN�N CONTRACTING WI7H A BUSINESS ENGAGING IN A BOYCOTT
Consultant warrants and represents that it is not currently engaged in, and will not engage in, a
boycott, as defined in Section 2-375 of the City Cade. In accordancc:with Section 2-375.1(2)(a)
of the City Code, Consultant hereby certifies that Cansultant is not currently engaged in, and for
th�a dur�tian of the Ac�reement, wili not engage in a boycott of israel.
10.12 f'RCINIBITION ON CONTRAGTIIdG WITN AN INDIVIQUAL OR ENTITY WHICN HAS
PERFORM�D SERVICES FOR COMPENSATION TO A CANDIDATE FOR CITY
ELECTED OFFICE
Consulkani warranks and represenis that, within two(2)years aftcr the Effective Date,
Consultant has not received compensation far services perfarmed for a candidate for City
elected office, as contemplated bp the prohibitions and exceptions of Sectian 2-311 of the City
eode.
For the avoidance of doubt, the restrictions on contracting with the City pursuant to Seciion 2-
311 of the City Code shall not ar�alv to the following:
(a) Any individual or�ntity that provides gaods to a candidate far office.
(b) Any individual or entity that provides services to a candidate for office if those same
services are regularly performed by the individual or entity in the ordinary course of
business for clients or customers other th�n candidates for office. This includes,
witt7out lin�itation, banks, teiephone or internet service providers, prinGng companies,
event venues, restaurants, caterers, transportation praviders, and office supply
vendors.
(c) Any individual or entity which performs lic�nsed professional services (including for
exarnple, lec�al vr accounting services).
10.13 PRQHIBITION AGAINST CUNTRACTING WITH FOREIGN CQUNTRIES OF
COhlCERN WHEN AN INDIVIQUAL'S PERSONAI IDENTIFYING INFORMATION
MAY BE ACCE5SED
Consultant hereby agrees to camply witf� Seckion 287.138, Fl�rida Statutes, as may be
amended from time ko time, which states khat as of January 1, 2024, a g�vernmental entity may
not accept a bid on, a proposal for, or a reply to, nr enter into, a contracl with an entity which
would grant the entity access to an individual's personal identifying inFormati4n (PII), unless the
entity provides the governmental entity with an affidavit signcd by an officer ar representative of
the entity under penalty of perjury attesting that the entity does not meet any of the criteria in
Paragraphs 2(a)-(c) oF Sectian 287.138, Florida Statutes: (a) the entity is owned by a
govemment of a fareign country cf concern; (b)the govemment of a fareign country of concern
has a controlling interest in the entity; �r (G) th� entity is org�nized under the laws of or has its
principal place of business in a foreign country of cancern(each a "Prohibited Entity°). �foreign
couniry of concem is defined in Section 287.138 (1)(c), Florida Statutes, as may be amended
from tin�e to time, as the Peaple's Republic of China, the Russian 1=ederation, the Islamic
Republic ai Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the
V�nezuelan regime of Nicolas Maduro, or the Syrian Arab Reputalic; including any agency of or
any nther entity of significant control of such for�ign country of concern. �ldditianally, beginning
J�aly 1, 20?_5, a gov�rnmental entity m�y not extenci or renew� contract with a Prohibiteci Entity
1�
CJocusi�n Envelope IC�:86262D70-t�tiF2-41E0-Ei8Q�-tA1FEk3EBh33A
('ontract Nu.'�1-(.l;?-02
Gonsultant warrants and represents that it does not fall w thin the definition of a Prohibited
Entity, and as such, has caused an authorized representative of Cansultant to execute the
"Prohibitian Against Contracting with Entities of Foreign Countries of Concern Atfidavit",
incorporated herein by reference and attached hereto as Exhibit"E".
SECTION 11
NOTICES
Until changed by notice, in writing, all such notices and cornmunications shall be addressed as
follows:
TO CONSULTANT; Matt Guinco
CLEAN SPACE, INC.
3764 NW 124°h Ave.
Coral Springs, FL 33065
Ph� 1-8Q0-499-0116 ( 954-880-5188
Email: mg�al.cleansqaceonline.com
TO CITY: Ron Mumaw, Director
Facilities& Fleet Management Department
1833 �ay Road, 2"d floor
Miami, FL, 33139
Ph: 305-673-7000
Email: ro�mtimaw(c�miamibeachfl.qov
All notices mailed electronically ta either party shall be deemed to be sufficientty transmitted.
Notice may also be p�ovided to any ather address designated by the party to receive notice if such
altemate 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 adddion to any other address ta which notice would otherwise be
sent unless other delivery instructions as specifically provided for by the party entitled to notice.
Notice shall be deemed given on the date of an acknowledged receipt o�, in aA 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
15
�ocusign Envelope ID.88262070-86F2-41E0-B809-181FEBE8433A
(:�nlrac•t Nn. 74 032-0?
shall be effective unlsss contained in a written document executed with the same formality and
of equal dignity herewith.
12.2 SEVERABILITY
!f any term or provision of this Agreement is held invalid or unenforceable, the remainder at this
Agreement shall not be affected and every other term and provisinn of this Agreement shall be
valid and be enforced to the fuliest extent permitted by law.
12.3 WAlVER OF BRF�ICH
A party's failure to enforce any provision of this Agraement shall not be deemed a v�aiver of
such provision or modification of �his Agreement. A party's waiver of any breach of a provision
of this Agreement shalt not be deerned 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 parlies herefo acknowledge that they have sought and received whatever competent advice
and counsel as was necessary for thcm ko i�rm a FuN anc� cdrnplete understanding �f all righ(s
and obligations herein and that the preparation of this Agreement has besn 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, bo construed more
severely against one of the parties than the other.
12.5 ENTlRETY OF AGREEMENT
The City and Contractor agree thal this is lhe entire agreement between the parties. This
Agreement supersedes all prior negotiations, correspondence, conversations, agreements or
undersiandinys app(icable; fo (he matters contained herein, and thero are no commitments,
agreements or understandings concernrng [he subject matter of this Agreement that are not
contained in this document. T'rtle and �aragraph headings are For convenient reference and are
not intended to confer any rights cr obligations upon the pariies to this Agreement.
[REMAINDER OF TNIS PAGE LFFT INTENTIONAI_l.Y[iLANK]
16
�ocusign Envetope ID:8626�D70-8�F2-41E0-$809-181FE8Ed433A
C'ontr�ct No.2d-0 32-02
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by their appropriate officials, as of the date first entered above.
FOR CITY: CITY OF MIAMI B�ACN, FLORIDA
ATTEST:
�
lr �' --� . �
,. ' �,��
By: ;' ,�,�f �, ' �, � '�"�—
Rafael . Granado, Gity Cierk Eric CarRente�r, C ty Manager
Date: �r t � � ����` APPROVED AS TO
— -- FORM & �ANGUAGE
& FOR EXECUTION
,--
���{�'��F'�tb��.._ �'��G�l'�`-s
F�R CONSULTANT: ��'�Gity Attorney ��% <s Date
CLEAN SPACE, INC.
_ti;�,.:���
�Y� _ _____ _—_ _:�.��:.......... ....c,y,,,,,
_�.�'� �':
MATT GIUNCO, CEO ; :INtOR� OAAiED� :
.•c��
Print Name and Title �'��,�� .�� .��=
�,,9�.. �m....�_
,,
��,,CH`26:_:
Date: 05/26/2025
17
Gucusign Envelope ID 6E262D7�-86f-2-41[Q-(3$Q9-181FEBE8433A
Conu•�ct Na 24-032-O2
EXHIBi7 A SCOpE OF SERVIGES
Seope raf Work. The Cantractor shall t�e fully responsible for pro�iding customer service, quality contr�l
and ail oth�r services listed herein. The Gantraetor wili tletermine, in accardance to the n�inimum
raquirements of the cantract, the manner in which services are to be performed by Zone and location,
allocatian of iabor hours n�eded ta perform the task(sj, cleaning methods and requirecl supplies, materials
and equipment,in order to successf��lly complete the required work,
Duririg evening services, lights shail be tur�ed oft as areas are cc�mpleted, exrept in the immediate area
wtisre vrork is being performed The City of Miami Bsach reserves the right to adjust work hours tfl serve
the specific needs of the Cacility. When a City-obsenretl holiday falls on a regularly scheduled service day,
and the City faci�ity is not accessibfe to the Contracior,the Contrackor shall perform the regulariy scheduletl
seNices �n the next workday following the holiday closure. Exceptions wi0 require arrangements with the
Gity's Facilities and Fieet Managemen!Director, or designee.
Specifications.
The Contractor shail, at a minimum, provide the City with janitorial and related services in accordance with
Ihe foliowing standards and frequency expectatiqns.
A3.01 SCHEDU�E OF JANITORIAL SERVICES — OFFICES, WORKSPACES, LOUNGES, LOB8IES,
ENTRANCES,COMMON AREAS,HALIWAYS, EXTERIORS,CQRRIDQRS
At Each Visit
1. Empty wastebaskets, trash cans,and recycling bins in dediGated containers.
2. Replace bag liner if ripped,soiled or wet for wastebasket and trashcans (Recycling bins should
r►ot have liners).
3. Disnose af all collected refuse to an autside dumpster.
4. Empty recycle containers and deposit material into dedicatetl, outside recycling collection
container.
5, Empty and clean all exieri�r ashtrays and cigaretie receptacies.
.�'i. Clean all table and counter surfaces not having paper or materials stored on them
l. Dispose af any cartlbaard packing ar discarded materials or items lefl for removal to outside
dumpsfer.
9. Clean any area or item lhat obviously needs immecliake attenti�n due to incidental spills, leaks
or debris.
9. Clean aii giass main entry daors.
10. Sweep and dam�� mop al harci flooring (ineluding elevators and stone surfaced fioonng; spot
clean any dirt or stains ��uifh appropriate cleaners and salvents as neetletl to maintain �i�
acceptable a{�pearance.)
11. Vacuum afl carpeted areas,including walk-off mats,entrance mats, and rugs.
12.. Refill 'n�nd towel dis�ensers in restro«ms with an adequate amount of hand toweis to maintain
proper dispensing.
13. CIEan anci sanitize drinkiny(ountains
�4. SVVP.2�GIE:�n all landirigs and stairwelis,
15. Spot clean any obvious stains or spilis in carpeted areas with ap�ro��riatelapproved r.leaner(sj
18
Docusign Envalope IQ:8&262D70-86f2-41EQ-8�309-1B1FE8EB433A
Contract No.?4-U32-02
16. Cie�n aii doors (inciuding glass doars) and frames, sweep mats, remove spider webs, remove
gum.
17. Ali ylass and meial surfaces of faciliiy entrancelexit daors and fobbies interior�nd exterior shail
be cleaned.
18. Dust all wall hangings and decorative light fixtures.
19. Wooden surfaces shall be maintained with a City approved polish. Every effart must be made
so no rings,s�ilis,ar noticeable dust is visible.
20. Clean antl/or polish tables, benches, and chairs Wet cl�aning may be required with germicidal
cieaner.
21. Spot clean light switct�es and waiis wheri visibiy soiled,
22. Ca�lect and dispose of debris�nr1 litter in parking areas,sidewalks,and breezeways.
23. Monitor exterior trash receptacles, removing trash as needed,and replacing liners.
Weekly
1. Polish furniture,
2 Clean and polisll all table and counker surfaces which are free of material
3. Wipe down ali interior window frames, and siils with damp cl�th.
4. Clean aD non-giass doors and door frames
5. Wipe down ail shelving with damp cloth.
6. Vacuum ali fabric covered furniture antl partitions
7. Wipe down elevator walis, poi sh intenor cab with all-purpose cieaning s�ray or fumiture palish.
8. Ciean ail efevatar hand railings and metafiic wall panels with stainless steel cieaner/polish.
9. Ali first-fioor exterior wi�dows shall be cleaned as needed.
Bi•Weekly
1 Clean ail blinds, wali��lates,door hardware and skairwell railings.
Monthly
1. Dust and ciean ali air r,onditioning register and air return vents
2, Clean all vinyi furniture including workstations with vinyl cleaner.
3. Scrub,rinse,spray huff and w�x hard finars(excluding stone surfaced flooring,utilizing
praper floor care machinery).
4. Wipe down all walls and cfean any spider webs From corners or ceilings.
5. Clean inkerior window ylass,
6. Clean baseboards.
7. Detail clean ail horizontai or vertical surfaces so that no visible tlirt, dust, col:webs, or
streaks are visible, including all furniture, edges,corners,baseboards, walls, air vents,
and door frames ;high ancf low dusting, etc.) from floar to ceiling Inclucie all custodial
ciosets, stairweUs, entrance areas, and planter�, anci any other item or area wifhin the
scope of this Gon�ract.
�, Telephones must be cleaned using a germicidal cleaner disinfectant.
Quarterly
t Scrub and rec�at hartl fCoors (exclucfing stone-sur(ace� floo�ing, utilizing proper floor care
machinery. (This service is ko be provided within fifteen days of thc siarl-up of the contract or trial
period and peiformed quarteriy tt�ereafterj
19
Qncusign EnvetoRe ID:86262D70-88F2-41E0-B809-187FEBE8433A
C'r�ntract No.24-Q32-O2
5emi-Annually
1. Strip and wax �ard ffoors, 3-coat minimum, where ap�ro�riate jexcluding stone
surfaced flaoring, utilizing proper floor care machmery. (This service is to be provided
within fifteen days af start-up of the contr�ct or trial perivd and perfarmed quarteriy
�hereafter7.
2 Vacuum fabric partitions throughout the City facilities.
Annually
1, Clean ail blincJs. Cleaning shall occur at the same time interior windaw surfaces are
cieaned.
Z, After cl�aning, all biinds shall operaie properly and contain no visible streaks, smea�s
or dust.
3. Vertical blinds may be cieaned in place using chemicais clesigned for vinyl cleaning.
Carpet Spat Cleaning
1. Spot cleaning will be performed utilizing extraction method.
2. Carpet wiil be free of any dirt, dust, lint, stain or foreign matter as determinetl by the
Contraci Manag�r, Facility Manager or clesignee.
3. Cieaning procedures antl chemicals shatl be used in accortlance with man�facturer's
recommendations and warranty conditions.
4. Spat ciean any spotted and stained areas, as needed or as requested.
5. When spoi cieaned,affected carpet areas shall blend with adjacent areas.
6. Leave no dirt on carpets, in corners, near baseboards, behind doors, or uncier any
furniture.
7. Wipe hasebaards in carpeted areas free of dust.
Qay Parters
The Contractor(s), in additian to standard janitorial services, cantractor shall provide po�ter services at
the locations outlined far porter services that are stated on Appendix Dand shall me�t or exceed the
foUowing requirements:
1, Maintain entrances and lobbies, (including parking garagea windows,doors,and dusting.
2. Maintain cleanliness of water fountains.
3. Complete restraom service; ►�inimum once for a 4-hour shift and twice for an 8-hour shift, and as
neecied tliroughout the day. Restock and em�ty trash as needed.
4. Dust all interior signage including fabk�y and commUn areas.
5. Kitchenet(es: Empty trash, dust windowsills, wipe down exterior and interior of cabinets, wiping
down caunter and sink areas.
6. Maintain custodial storage areas, ke�ping 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 m�intenance items needing repair in the via email to City's Zone Manayei.
9 Repoet ar�y custodial issues arising from tenants to the City's Z�ne Manager via email to the City's
Zane Manager.
10. Remove recyclable waste if needed.
20
Doc�isign Fnvzinpe IO'862fi2070-8FiF2-41Fi)-BB09-ifii�EBE3433A
Contract No.24-032-Q2
11. Assist vaeuuming office areas and spot cleaning as needed
1?_, [7ay custodians shall provide ongoing seNice for enfrances, common areas, restrooms, emergency
spil{ removal from carpets and hard fiooring, rainy day safety precautions (put out mats, signs and
keep floors mopped dry), and other cleaning-relatetl duties.
13 The City's Zone Manager wi(I have authority to direct the day �orters to perform specia! cleaning
duties between the hours af 8:00 a m.and 5:00 p.m.
A3.Q2 SCMEDUL�OF S�RVICES—RESTROOMS
At Each Visi#
1. Ciean ail mirrors.
2. Replenish saap,toilet tissue and hand towels.
3. Sweep, mop with disinfectant eleaner and rinse bathroom f(oors.
4. Clean urinals and commotles(inside and out).
5. Check deodorizer black and repface if necessary.
6. Wipe down ail partitions.
7. Clean and disinfect water basins and couMer tops.
8. Empty antl ciean all waste receptacles, replace liners if necessary.
9. Polish all chrome and stainless steel.
10. Ciean baby changing stations in conjunction with daily restroom cleaning sch�dules.
11. Refill hygiene products where applicable.
Weekly
1. Cfean ail doors, inciuding entry doors,metai kicR piates,door handles or push plates.
2. Ciean ali interior window glass,fram�s antl silfs
3. Clean shawers(if applicable).
4. Clean locker taps(if applicablej.
5. Wipe clean(�vith�ile r,{eaner)all tiled wall areas
Monthly
t. Dust and clean aU air conditionint�registers and air retum vents,
Quarterly
�I. Scrub and rinse ail tile suri�ces with a non-taxic tile cleaner,
2, Detail clean all restroam fiaors and grout to a clean and uniform appearancE, machine scrub floors,
and entirely ciean wails and doors 100°�by the end af the first quarter of the Cantract and no less
than quarterly thereaKer.
A3.Q3 SCH�DULE OF S�RViCES—KITCHENS ANQ BREAK ROOMS
At Each Visit
1. Cfean all cour�Cer space.
Z. Sweep floars.
21
Docuslgn E�rvelope IQ:86262D"l0-S6F2-41k0-B80&181FEBE8433A
Con�racl No.24-032-02
3. Wet mop floors.
4. Wipe clean all appliances.
5. Clean and disinfect sink.
6. Reiilf hand towei�ispensers.
7. Remove a{f Vash and recyclables.
8. Replace liners, as needed
Quarterly
I Scrub and rinse all tile surfaces with a non toxic tile cleaner.
Annually
1 Strip and wax hard fioors,with a 3-coat minimum wax appficaiion method.
A3.04 SCHEDULE OF SERVICES—PARKING GARAGES
At Each Visit
1. Collect antl dispose of debris and litter in parking areas,ramps,decks,sidewalks,and breezeways.
2. Monitor exterior trash and recycling receptacles, removing trash as needed, antl replacing liners,
while maintaining ali recyclable material separate from trash to avoid contamination.
3. Manitoring of public areas in all garages, between the daily cleaning requirements,is required.
A. Elevators,entrance and exii doors, stairwells(including handrails,steps, landings and lights),
parking decks, all must remain free of trash,dust,tlii�,litter,`luids, and odors.
5. Garbage cans in the public areas should afways be cleaned and ab{e t�except additiona{Uash.
6. Floor drafns need ta be tree on any debris,sand or I{tter.
A3.05 SCHEDULE OF S�RVICES—DEEP CARPET CLEANING SERVICES
Carpet Deep Cleaning
1. Clean carpet during the first six(6)months of the Contract and quarterly ihereafter.
2. Carpets shall be deep cleaned using an exlraclor.
3. Speciai spotting kits may be needed to remove diffiicult stains.
4. Clean carpet where visible and accessible,whieh wi11 require moving some furniture.
Moving heavy iurniture,such as filing cabinets,s not required.
5, Edges and baseb�a�ds must not have fibers,det�ris,or spills visible after cleaning.
6. Apply a Teflon-based protector to all carpeting after cleaning,or approved equal.
7. Give all empty containers of carpet protector to Ihe Contract Manager as a control.
8. Schedule time with the Contract Manager to operate air handlers ovemic�ht in Ihe
sectian to be extracted to reduce drying time.
9. The use of at least two(2)commercial car�et dryers supplisd by Contractor{s)should
be used to assist drying
A3.D6 SPEC{AL EVENTS I H{GH-IMPACT WEEKENDS QR AS NEEDED SERVICES
apecial events(high-impact w'eekends n�ay inclutle,but are not limited to:
22
Ducusign Envelope 10'86262D7p-86F2-41E0-8809-187FEBE8433r\
('cmirncl Nn.24-032-f12
• Spnng Break(lypicaily from late-February through mi�i-�pril)
• Memorial Day Weekentl
. Pride Week
• Ru�of July(Independence Day)
• 5leepless Nights
• Food antl Wine Festival
• Vetc:rans Day
• Art Deco Weekend
• Art Basel Week
During the above events, Contractor will be expected to p�ovide staffing levels suitable for the
demands to upkeep these facilities. At a minimum, Contractor wili be required to provide z porter al
each� City Beachfront Restroom and a supervisor, responsible for all locations, during the above
events.
For Special Events, as indicated above and/or those added in writing by the Facilities and Fleet
Management Director, ar designee, the Contractar shali be compensated based at the awarded
additional services raie(sj.
The supervisor(s) shall aiways be availab�e while contract w�rk is in progress lo receive notices,
reports, or requests from either the Zone Manager or the designated Zone h9anager's
representative. fhe supervisory employee(s) must be able to read, write, and speak Erglish. No
City employee is authorized to exercise eithei direct or indirect supervision over the Contractor's
employees, unless
designaletl by the Facilities and Fleel Management Oirector,or designee.
Steam Cleaning
Contractor will be expected to provide the following Steam Cfeaning services on an as-needed,
prescheduled basis.
1 Steam cleaning of chairs.
2. Steam cleaning of socas.
A3.07 MATERIALS AND EQUIPMENT
The Conlractor shall provide all materials, supplies, and equipmeni as required to properly maintain ihe
facilities and areas in an acceptable condition,according to the minimum standards of the RFP.
This shall include all required maintenance and cleanin,q products, including, but nai limited to: cleaners,
tlisinfeclants, bleach, floor care cleaners and protective coatings, etc. It shall �Iso include broo�s, mops
(wet and tlryldry dust mops), mop handles, dust mop handles, dust pans, bowl mops, bowl brushes, putly
knives, dusters, sponges, rags, window squeegees, floor pads, rubber gloves, for trash removal, spray
bottles, flaor care machines, vacuum cleaners, and any additional materials needetl to perform the
cleaning.
23
Docusign Envelope ID 8�62D70-86f2-41E0-B809-181F[BEE433A
Contract No. _'a-032-U2
Vacuum c;leaners shall be equippetl vriih a bealer bar or d�uble rovd of brushes with high suction. The bar
or brush setting should be approximately 1/8" below the vacuum Geaner casing. It is recommended that
vacuum cleaners are equipped with special N�PA (high-efficiency particulate air) or ULPA (Ultra Low
Particulate Air� type filters that collecfs at least 99.97°/a, or lhat lose no more than 1/10 of one p�rcent of
dusl collected to the atmosphere.
All equ�pment used in lhe cleaning operation of any Ciry of Miami Beach fac,ilities must be in good safe
aperatiny condition as required by OSHA. Equiprnent with broken ar exposed electric wires will noi t�e
allowed for use.
SupRlies
The Contractor shall fumish ail cleaning supplies, inclutling bu1 not limitetl to, paper products,
cleaning products,equipment, liners, hand soap, tools and devices,fioor finishes,floor sealer, fioor
stripper, germicidal cleaner, disinfecting cleaner, carpet cleaner, suppiies, detergents, defoamer,
metal and wood polishes. Ail cleaning equipment supplies, ancl materia�s shall be approved by the
City's Contract Manager prior to use and stored in a clea�, neat and safe manner within designated
areas in each facilify. Contractor's emE�loyees musl use p�otective gloved ctothing whPn using
(harsh) skin-irritating chemicais. No flammabie products, including propane or gasoline, shali be
stored in the facility.
The Contractor shall furnish and instaU all hand soap and hand towel dispense�s, if deemecJ
necessary by the City. The City's Contract Manager shall approve all new hand soap and hand
towel dispensers prior to installation by the Contractor. The City shall also apprave in advance the
exact location of all new hano soap and hand towel dispensers, inclutling the height from finished
floors, proximity to other fixtures,and other accessibility concerns.
The Contractor shall be responsible for the rep�acement of toilet paper dispensers in the restrooms
�f the facilities managed by the City due to product failure and or vandalism. The Gontractor shall
�ssume the cost of replacing toilet paper dispensers at their own expense. Historically, no more
than 15�dispensers requ�re repl2cement an�ually.
The City reserves the right to determine the suitable replacement products and engage in the
procurernent and inslallation process. The quality antl specifications of fhe dispensers shall
confonn to the City's standards and regulations. The Conlractor shall maintain acGurate records ot
all toilet paper dispenser replacements, including dates, locations, and quantilies replaced. These
recorcls shall be made availab e ro the City upon request.
NOTE: All �upplies must be used in accordance with the manufaclurer's recommendat�ons and
instructions. All containers must be labeled wifh the manutacturer's brand name, name of product,
and its recommended use.
24
l�nr.usign[nvelape ID BG262D71)-H6�2-41E0-88D9-181FEF3E8433A
C'antrr�ct Na.24-032-02
A3.Q8 SAFETY REQUIREMEMTS
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.
Safet�Data Sheet
The Ccmtrac(or(s) shall provide to the City's Zone Manager a Safety Data Sheet (SDSj ancl
description iiterature for each chemicai/compaundlmixture t�sed in the performance of the Contract
before the comrnencement of any work hereunder. Ali SDS shall be of the lalest version and
canply wilh 29 CFR 1910.12t�0. hi 2012, OSHA mutlified !he HAZCOM program to confon�to the
United Nations Globally Narmonized System (GI-iSj of classification and labeling of chemicals.
Hazardous products shall not be used, except with prior approval of the Contract Manager, and
must be disposed of properiy by the Contractor(s) in accordance with the U.S. Envir�nmental
Protection Agency(U.S EPA)40 CFR 260-265. The Conlractor(s) shall maintain anA have readily
accessible on-site a camplete SDS book of ali chemicals, compounds/mixtures used in lhe
execution of(he Contrac(.
Environmental and Hazardous Materials Requirements
The following deiines lhe minimum requirements the Contractor(s) is to tollow for Envir�nmentai
Health, Safety, Hazardous Substances, Recycling, Hazardous Materials, Hazardous Waste
Characterization and Disposal, Waste Minimization, Personnel �fraining, I�equired Notifications,
and Permits and Records ReUention
Hazardous Substances/Hazardous Materials
The Comractor(sj shai( submit to the Contract Manager, 5DS for approval of products to be used
prior lo any use in the facilit;r. The Contractor(sj is not to use any product not approved by ihe
Contraci Manager anywhere in the facility. The Contractar(;) shall not use any producl 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 SDS rates as "Flammable or Toxic" without appravai irom the Ciry's Zone
Manager.
Proper Disposal of S�ent or Used Products.
The EPA and Florida Oepartment of Environmental Protecfion (Flonda DEP) reqwre the proper
disposai of certain chemicalslcompounds/mixtures after they have been spent or used. The
Contractor(s)is required to establish discreie waste slreams for any chemicals that requre 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 cha�acterize,
manifest, dispose and transport waste or recyclabie materials. The waste hauler must be licensed
by the U.S. Department of Transportation as a Flazardous WastelUniversal Waste Hauler under
the Series 49 CFF2 (Code of Federal Regulations}. The Contractor(s) must provide contacl
information of the I-�azardous Waste/Universal Waste flaialer uti►ized.
Waste Minimization Proqrams.
�The EI'A and Florida UEP require !he minimization of waste usiny water-soluble materials. l�he
Conlractor(s�is exp�cied to ufilize to !he exlenl feasible the use�f waler soluble and user•friendly
products►hat are available.
25
Oocusign Ernelope ID�86262D70-8GF2-41E0-B809-181FE�Ei433A.
Contrv�:!Nc�.2-t-032-07.
Personal Protective E ui ment
All personnel are required to wear personal proteciive equipment in lhe perfonnance of their duties,
which involve Ihe use hlazartlous Substances and Hazardous Materials including pmtective
eyewear or face sh�eltls, respirat4ry protection as necessary and ap�licable leak proof gloves or as
prescribed by the SDS.
A3.09 PERSONNEL AND SUPERVISIpN
The Conlractor(s)is requiretl lo an�i shall train all of the Contractor(s)'s pe�sonnel prior to a job assignme�it
with the City of Miami Beach
Supervisors
Experienced on-site supervisors must be on-site during all hours that work is performed The on-
site supervisor must be avai4able between the hours of 8:00 a.m. antl 5:00 p.m., Monday through
Friday, to inspect the facility with the City's Zone Manager, ar designee, and to handle related
problems when required. Additionally, 1he superviso�s musi be available, and on-site, after r�ormai
business hours to monitor and respond to janitorial services issues,oversee staff, and close faciliky
following compietion of daily senrices. The Proposer shall submit, as part of the RFP response, a
description of supervisory alfccalion,per Zone with days and hours of service identified.
Employees
1. Buildinq Access: The City's Zone Manager, Facility Manager or designee shall direct
and control access to the facility. Under no circumstances will anyone enter times for
another employee. Only authorized Contractor(sj employees and subcontractor(s) are
allowed on premises.
2. Uniforms: The Canttactor(s)shall supply all empioyees with identification and uniforms
(i.e. shirt, smock, etc.) that rnust 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 tliscavering such antl shall be liable for 1he costs of
replacement and programming.
4. Identification: The Contractar(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 Contracl Manager p�ior to commencement of seNices hereunder. I.D. badges shall
show company name,employee name and a photo of the employee. I.D. badges must
always be worn while performing services under ihis Contract.
5. Trair�inq: To improve sustainable waste management, the City mquires janitorial
employees to receive training on ap�ropriate recycting practices. This training must be
abtained within 6 rnonths of an employee's hire date and must be coordinaled through
th�Environment and Sustain�bility Department
2G
Docusign Fnvelope ID 86262D70-SfiF2-41E0-fiBQ9-181FEE3L3433A
('<�nlract No. ?A t132 02
Industry Certifications and Traininq
The City desires that Contractor(s) obtain proper industry certification and/or intlustry licensing
such as ISSA Cleaning Ind�istry Managemenl Standard (�IMS), andlor ISSA Cleaning Inciustry
Management Standard (CIMS-GB) Green Building Certifie�, or similar certification and icensing,
during the term of the Contract.
The Contractor(s) shall provide verifiable d�cumentation 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 Hazartlous
Materials"Awareness l.evel"training,from an approved training provider.
A3.10 REPORTING REQUIREMENTS
The Contractor(s)shall keep, maintain,anci make available to the City upon request ail training records and
certifications, SDS, first report of injury and iliness requiring first aid or additionai medical prcfessional
treatment. Additionally, all injuries shall be recorded on the "OSHA 300 Log" and 300-A according to 29
CFR.
A3.11 SPECIAL PERMITS, LICENSE AND PRODUCT NOTIFICATIONS
Certain cities, counties and municipa�ities require hazardous materials licenses pnor lo the use of certain
products. The Cantractor(s) is responsible to obtain and make available lo 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 communicalions
provided by the Contractor(s)at all tirres 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 Contractors on-site
supervisor shall review the Control Bcok dailylnightly for specific cteaning issues. The Contractor�s) should
indicate in the Co�trol Book on a dailylnightly basis items needing repair in addition to reporting these items
via email to the respective City Zone Manager(e.g.,plumbing in restrooms).
A3.12 MEETINGS WITH FACILITIES MANAGEMENT
The Ca�tractor(s) 's on-site superoisor shall meet with the City's Zone Manager, Facility Manager, or
Designee at least weekly, antl as-needed, on a more frequent requested basis by the City, to inspecf any
facility and to resalve clearnng issues. The owner or senior manager in the Contractor(s) 's organization,
acce{�table to the Ciry, shall meet, at a minimum, monthly with th� Cily to review the Monthly Cleaning
Report and Quality Evaluation Form, discuss cleaning issues, and address any related prohlems, to the
City's Zone Manager.
A3.13 QUALITY CONTRQL
The Contractor(s) 's on-site supervisor(s) shall perform dunng each cleaning shift, a detailed inspection,
caveriny a min�murn oi twenty percent(20%)o(the mamtained space and report each inspection on a Shift
Cleaning Report. The Contractor(s)shall inspect one hundred percent(100°/a)of the maintained space at a
?t
Ducusign Envelope ID'8G262D7(1-BGF2-41EU-B809-181FEBE3433A
Con�racl Nn.24-(132-02
minimum for each week of the Coniract term. The Contractor(s} shail mainfain a written repo�t regarding
these inspectians and suhmit a copy to the City's Zone Manage� weekly. A Control Book shall be
maintained on-site and be accessiblE to the Gity and Contracior(s) personnel. The Cont�actor(s) 's on-site
supervisor shail review the Control Book dailylnightly for specific cleaning issues. The Contractar(s) shall
indicate in the Control Book on a daily/nightly basis items needing repair(e.g., plumbing in restrooms). The
Contractor(s) shaii provide a sample of its Control 800k for review as part of the RFP. The Control Book
shall be accessibie lo all Cify and Contractor(s)personnel and used lo identify specific cleaning issues and
report any maintenance deficiencies. The Control Book shall also cAntain the Contractor(s) Sign-In/Sign-
Out Shsets, 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.
A3.14 GARAGE ANO RESTROOM INDEX
The Cily has recently implemented a garage antl restroom index program. This proyram is utilized tn
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 �esults, change can be
made in areas in need of improvement so Ihat the City of Miami Beach may provide better quality public
garages and restroom facilities. Quarterly data is shared with the Commission with input (rom responsible
deparfinent(s� regartling opportunities to improve per(ormance. Proposers should become familiar with this
City program ancf incorporate it into their Comprehensive Cleaning Plan.
A3.15 PRIOR WRITTEN APPROVAL OF ADDITIONAL AND10R AS-NEEDED SERVICES
The Ccntractor(s) shall be required to obtain in writing, approval to perform any additional andlor as-
needed services, by the Facilfties and Fleet Management Director, or designee, prior to performing the
actual work. The City shall not be obligated to pay for additiunal and/o�as-neetled services not approved in
advance.
A3.16 SUS7AINABILITYIRESILIENCY REQUIREMENTS
All work shall t�e 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)
Green Cleaning Rec�uirements
As part of the Citys Sustairiable & Resilient Procurement Policy, it is the intent of the City To reduce
greenhouse gas (GHG) emissions to combat climaie change; decr�ase the use of hazardous materials to
improve community and environmen:al heafth; and decrease waste and inefficiencies in electr city, fuel,
paper, �vater 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
nsks to health, safety, and lhe environment. Strirt adherence to the following standards is required. Prior to
the commencement of work, the Contractor(s)is required to submit a list of the products they intend to use.
The Contractor(s) shall uptlate the product lisl annually. The Contractor(s) is responsible far providing
invoices confirming compliance with environmentally- preferabfe requiremenls, Product invoices are to be
submitted as part of the Contractor(s) monthly payment request submitlal. Any deviation irom these
28
Docusign Envelope ID 862G2d70-SfiF2-41E0•6809-181FEBE8433A
Contracl No.24-�32-02
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 Ihe deg�ee feasible, and
shall demonstrate such capability by submitting a green cieaning plan, that describes methods, materials,
and equipment used under the contract. The Contractor shall use products offered that are certified or in
co►npliance with at least one of the �ollowing five standards. The manufaciurer's name, brand name and
item number must be shown for each item being bid. �l�wa copies of the certificate or other appropriate
af�davit for each product offered rnust accompany the bid as documentation of cerlification or compliance
as a green product.
The certification or compliance standarcls required for these produ�ts in no way exempts compliance with
other applicable occupational healtt� and environmental standards. The standards required are set out
helow:
1. Certified by Green Seal
2. Certified by Environmental Choice EcoLogo Program
3. (For Chemicals) Recogn¢ed by the U.S. Environmental Protection Agency Design Ior 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 thase categories not covered by the above standards preference will be given to those products
meetino the California Code of Regulatio�s maximum aliowable b'OC 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 rype products. In
such cases the Contractor shall continue to use to the extent possible the safest and most environmentaliy
friendly products and products must be priar approved in writing by the City's Contract Manager.
Contractor's staff must be irained and knowledgeable in the Contractor's green cleaning procedures.
The Contractor is strongly encouraged t�use the following environmental attributes for products offered for
bid:
1 Containing ingredients from the EPA's Safer Chemicai Ingredients List
2. Use of renewable resources such as citrus,seeds,vegetables and oils
3. Biodegradable by standard methocis and definitions
4. Designed for use in cold water in order to conserve enercy
5. Concentrated formulas in product dispensers that measure quentities dispensed
6. Recycled-content product packaging and product shipping materials
7. Reusable or recyclable shipping boxes
8. Refillable botlles or drums
Packaging and �abelniy: Packaging shall be comprised of recycled-content materials, shall t�e recyclable,
or shall be retumable to the distributor for refilling Packaging shall be constnicted to ensure, safe delivery.
All protlucts shall be manufactured and packaged under modem sanitary conditions in accordance wi�h
zy
Docusign Envelopc IG:Sii2fi2D70-86F2-a1E0-8809-1BIFEBE&433A
Contrxct No.24-�32-Ci2
federal and state law and standard industry practice. Each case, battle, antl container shall have the
fallowing markings: Name and address of manuiacturer Brand name of product. Net contents in U.S,
standard pounds, ounces, gallons, or fiuid ounces directions for use, inciutling recommended use dilution
and precautionary handi{ng i►7structions. The reduction of packaging is I�ighly encouraged thruugh the
purchasing of larger product cantainersipackaging. Any items that need to be refilled must k�e �roperiy
I�beled with the corresponding protluct.
A3.17 COMPUTERIZED MAItVTENANCE MANAGEMENT SYSTEM(CMMS}
The City of Miami B�ach utilizes a Computerized Maintenance Nlanagement System (CMMS) and will bc
sending its reactive, recu�ring, and preventative maintenance work requests Ihrough this sysiem The
C�nfractar shall be charged a mnnthly $5f1,�0 subscriptia7 fee ta gain access to the City's CMMS provider
in order to receive wark orders.
A3,18 EMPLOYEESlSERVICES LOG
The Co�lractor shall implement �nd maintain a tecf�nology system ("System") capable af logging Ih� date
and lime of performance of janitorial se�vice for each locatian under this contract. The City's User
Departments under this contract would also need access to this systsm.
The nar�e of the software used by the City's currenQ service provider is Janitorial Manager.
The System shall be designed to captu�e relevant data pertaining to the timing nf service provision,such as
but not limited to�
(a) Work logs detailing the services provided by the sta(f at each location,
(b) Data on the frequency and duration of service at each locaiion.
The C�ntractor shall pravide the necessary training to its st�ff to effectively use the System.
l�he Contractur shall provide regular reports to the City, detailing, frequency of 5ervice, and other relevant
�
data as captured by the System.
The City� reserves the right to audit the Syst�m antl its tlata t�ensure compliance with this clause and �he
terms of the contract.
�
I
�
3Q
Docusign Envelope ID:86262D70-S6F2-41E0-8809-181FE8E8433A
Con►ract No.24-032-02
EXHIBIT B BAFO PRICE FORM/PRICING SCHEDULE
31
Docusign Envelope ID Sti262D70-86[=2-41E:0-Ei8D9-1811=EE3E8433A
��$ ,�' � �'� ��� °`� : �� �` � ..�..,�
� c � f �� �"�
I : = � 1 s
i ( "" ; `r ¢
� � � . , f .-. }Y ,� }J A$
� � .. � R� ��. (Y ' � � � `� :•'��y � if.
�
�
Best and Final affer BAFO
� )
2024-032-WG
Janitorial Services
AS O F 03/05/2025
��z � �
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Floor
Miami Beach, F►ori�a 33139
1
Docusign Envelope ID 86262Q7p-86F2-41E0-E38Q9-181F[E3E3433A
BAFO GOST PROPOSAL F�RM
Failur Is will
Bidder affirms th�t the prices stated on the cost proposal form below represent the entire cost of the items in full accortlance
with the requirements of this RFP, inclusive of its terms,conditions; specifica;ions and other requirements stated herein, and
fhat no claim will be made on account of any increase in w�ge scales, material prices, delivery delays, taxes, insurance,
cost indexes or any other unless a cost escal�tiqn provision is allowed herein and has been exercised by�he Ciky Manager
in advance. The BAFO Cost Proposal Form shali be completed mech�nically or, if manually, in ink. BAF� Cost Proposal
Form(s) complet�d in pencil shalt be deemed non-respansive. Ali corrections on the BAFO Cost Proposal Farm shail be
initialed.
�
�
, : � � � � e � � �
.� NOR�IANDY SN(�f�ES 12 Monthly $ S
GUA►�c��-fouse SQq . �o � I � . g3
2 A`LISQN ISLANU GUARDH4USE 12 (i�onthly S "�-�-� vo S q 9!
3 STILLWATER GLIARDN(�USE 12 Monthly � '�-�- y� � ? i , 02
4 BI SCAYNF PC71NT �2 Monthly � "��,2 . �� � r
GUARDHQUSE 26� • �b
►
, ,:
. � � � � � �
5 FACILITIES MANAGEMENT 12 Monthly � 3 �
BUILQING �j 3� .I� �-(0 �33.�U
6 MARINE PATROL BUILDING 12 Monthly S 1 1 66 6 o S {3 ga�r-
FIRE STATION#2(RESCUE
7 BUILQING�(SUPPORT 12 A�onthly � 1�3 3�-.q2 � �b i a5S .o0
SERVICES
$ M AMI BEACH POLICE NG(�TH- 12 Monthl � � �66 2g S � q j.�{D
EtJD SUBSTATION (NESS� Y � �! �
4CEAN �ESCUF
9 NEADQUARTERS (IOTFi 12 Monthly 5 �� ��,6.2� S � �,�� ,0
STREET �� y
10 PUBLIC W�RKS YARD 12 Monthly S q b � i3 3 ti'� '�i b�1. a
�� NQRTH BEACH �UlLDING 12 Mnnthiy S � �52,�}� 4 .�
QEPARTMENT OFFICE � 7�-i�Z� � ��
12 MIAM! BL=ACH EMERGENCY 12 Monthly a �'a�-,2 �� $ t,� �j Z�i �
7
Docusign Envelope ID:86262D70-S6F2-41E0-6809-181FEBE8433A
r�tatva,r��n�n�T ��oc? �i` -t`�
13 ��RE STATION#2{ADMIN 1 Z it�onthl $ $
BUILDING y 2 r ��1'� Za 2 6 3�.Sp
P�IIAMI BEACH POLICE
14 DEPARTMENT(MBPD} 12 Monthiy � �t�r��b.�° $ L� � ���2 �o
fNCLUDING POLICE GARAGE
15 NISTORIC CITY HALL 12 Monthly $ 5 3y. $ y o�x , Co
16 FLEET MANAGEMENT FACILITY 12 Manthly $ � 3� , 2 � �� o� .o�
17 ELECTROWAVE BUILDING 12 t��anthiy � � 3 . � !b o��-�
�$ SANITATIONADMINISTRATION 12 (v�onth(y S � �
BUILDING �,33"�-.`�2 •6 a�. a�
�� SANITATION AREA(17TH �2 Monthl � �
STREET GARAGE) y �i��� � I�f `�qp1• �p
2a �BPD SPECIAL INVESTIGATION 12 Monthi S S
UNIT y $3 S • '`S`l I o� �2� • I 2..
21 MBPD INTERNAL AFFAIRS 12 Monthly $ � p,2. S (z 62 .So
22 ���Pp SOUTH OFFICE 12 Manthly 5 ��g. 69 � !/ 3 b .
� ;
.
� : � . e � � � .:
23 1755 l�4ERIDIRP�;(���IGES 12 i��onthl�,� $ :�? �;i�. ba i l �, �
24 1701 MERIDIAN QFFIGES �2 Monthfy $ (,3 �,. $
25 GITY HALL �2 Monthlv $ �, . 0 $
26 CODE COMPLIANCE OFFICES 9?_ Monthh� $ , $ ! ,
� � •
�-
� :
. . e � � �
27 S�C1TF? P('I�d��F_ PAf;h 12 P:1onthh� � �
�Es�-�ooMs .� yb � !3 ' � � �.��• �0
3�D STREET RESTROOMS
�� P�AR aRY STONEMAN DQUG�AS 12 Monthly $ 3� 9�y �� � (_��� ��,�j�
�9 6TH STREET RESTRO�MS 12 Monthiy S $
(LUMMUS PARK) � I�I� �� �� �3 5 - ZO
30 �OTH STREET RESTP,OOMS 12 f��onthl�� S �I ► I �- S
(LUMMUS PARK) 7� �1 Z ��
_;
C7orusigr�EnvNlaK�e IU'$6262t'J70-8GF2•41EU-680G-1811�EgF$q33A
31 14TH STREET RESTROC?M5 12 Monthly $ $
(tUMMUS PARK) �j 1 b . '2,a- g� q'3$`,2,<7
32 21ST STREET RESTROOMS 12 •Monthl $ 3 R64• )3 $ 4� S'��t,60
33 35TH STREET RESTROOMS 12 • Monthly $ 3 . 13 �
�4 46TH STREET RESTROOMS 12 ' Monthly $ $
(INQIAN BEACH PARKj �6� r3 S� • D
3� 53RD STREET RESTROOMS �� • Montnly $ $
(BEACH V�EW PARK) 3`�b�f .(3 �(' �b Q.6fl
36 64TH STREET RESTROOMS 12 - Monthiy $ $
(ALLISON PARK) 3,9b�f•t3 �� � �,6�
72ND STREET RESTROOMS
37 REBT�ROOMSjpi�G EXTERIOR 12 Monlhly $�� (�,.,2p $ a�j I b�{, •y O
3$ 76TH STREET RESTROOMS �2 Monthly $ $ r1
{ALTOS DEL MAR PARK) 3q 6 y, I� �1� 5�� , 6 O
81ST STREET RESTROOMS
39 (NORTH BEACH OCEANSICE 12 Monthly $ $
PARK �1�a I.�..� g 5� �1�5,2p
RESTROOM#1
83RD STREET RESTROOMS
40 �NaRTH BEACH qCEANSIDE 12 Monthly $ � � $
PARK r 6(�2� �5���35-Z.p
RESTROOM#2
85TH STREET RESTRQOMS
41 {�ORTH BEACH OCEANSIDE 12 Monthly $ �- $ B
PARK � �bI .2� 5�3�•ZO
RESTROOM#3
42 ART DECO WELGOME CENTER/ 12 Monthly $ 3j 0 5b.6�• $ 36 6oS .bo
10TH STREET AUQITORIUM /
43 CANC}PY PARK 12 Monthiy $ ,b $ b . �
44 CRESPI PARK BUILDING 12 Monthl $ � 6 .�� $ � qa g.
45 FAIRWAY PARK PAVILION 12 Monthly $ S .Zg $ g
4� FLAMINGO PARK- 12 Monthfy $ $
BASEBALL FIELD RESTROOMS �i96`f.� 4� �q` •(,�j
FLAMINGO PARK-
47 (PA KARAN�EROFFIGE) �Z Monthly � 3t�jby•13 � ��-IC��'j,60
FLAMINGO PARK-
RQBERT L.MICNNOFF
4� MEMORIAL 12 Monthiy $ 3!9(�. (� $ /��/��` �D
_�
FIFLD HOUSE DAY CARE
49 FLAMINGO PARK-FOOTBALL 12 Monthiy $ �'� 96�1��� $y �!�'. 60
4
Docuslgn Envelope 1D 862621]70-�S6P1-A1cp-B$09�i�tf EBE8433A
FACILITY
FLAMINGO PARK-PAL-
54 POLICE ATHLETIC LEAGUE 12 Monthly $ �, �6� �2,� $ p
BUILDING I D S�(�5• 20
51 FLAMINGQ PARK-POOL 12 Monthl� $ $
FACILITY � � ;�{• �3 �-)� Sb • 6 0
52 FLAMINGO PARK-TENNIS �2 Monthly $ $
CENTER(INTERIOR) 3Q� • 3 .�p
FIAMINGO PARK-
aDMINISTRATION BUILDING/
53 SOFTBALL FIELD RESTROOP�S/ 12 Monthiy $ � ,�� ��„ $ �5- 935- ��
TENNIS RESTROOMS / /
EXTERfOR
54 PARKS MAINTENANCE TRAILER 12 Monthly $ I 33 • Z. $ OS •
55 GREENSPACE TRAILER �2 Monthly $ $
(QOUBLE-WIDEj � 3� • �b (�S • 0�
56 GREENSPACE/PARKS 12 Monthly $ $
MAINTENANCE WAREHOUSE v?�y�'j.2S �d q '�-5 ,po
57 MAURICE GI[38 PARK PUBl.1C 12 Monthly $ $
RESTROCIMS 3�`�64� (3 4�►'J6�•,�,0
58 MUSS PARK BUILDIN� 12 Monthl}► $ 3�t.33 $ F, 2 .
59 NORMANDY ISLE PARK t POOL 12 Monthl $ 2 � $ 4S ''. o
60 NORTH SHORE PARK YOUTH �2 Monthly $ 6 $
CENTER r�y�-��0 � q�-�. 0
61 NORTH SHORE PARK TENNIS 12 Monthi $ � �
CENTER Y � °�•`�� $ �3 31�• 6p
62 UNIDAD BUILDING 12 Monthiy $ � . g3 $ � ,pp
6� NQRTN BEACH OCEANSIQE 12 Monthly $ $
PARK TRAILER Ii 566. 2$ I S ��'�• �f D
64 SCOTT RAKOW COMMUN(TY �2 Monthly $ �,a y�..� $ �y ��,3 6 0
YJUTH CENTER
SCOTT RAKOW COMMUNITY
65 YOUTH GENTER POOL 12 Monthly $ ��.4� $ r� Q � h�
r�
66 SCOTTRAKOWCOMMUNITY 12 Monthly $ 4 qgg.� $
YOUTH CENTER ICE RINK j �b� 8Sg �4'a
67 50UNDSCAPE PARK TRAILER& 12 Motlthly $ ���,gb-y� $ /
RESTROOM BUILDING a� It�s� ��
68 SI�UTH SH�RE GOMMUNlTY �� Monthly $ $
CENTER 3��.��- �b (b , '0
SOUTH SHORE COMMUNITY
69 CENTER EXTERIOR 12 Monthly $ �g� �B $ /���'.�-(1��
RESTROOMS
5
Docusiyn Envelr}pe Ip 86261n70-i36F2-41E0-880�7-181FF�EA433A
�a SOUTH POINTE PARK �2 Monthl� $ ` p $
A�ULTIPURPUSE BUILQING � !��3�-"I Z I� D�• �O
71 STILLWATER PARK BUILDING 12 Monthly $ $
72 TATUM PARK BUILDING 12 Monthl $ $
�
DocusignEnvelopefD 86262D70-86F2-41E0-B809-181FEBE8A33A
!
�
� : � P . � y � : �:
7? �TI��� :;�iREET PRRKING GAR,AGE 12 Month'y � � .,� ���, � 85 �f35�Z
74 12TH STREET PARKING �2 Monthy � S
GARAGE 3�by �3 y� 5�4 .
75 �3TH STREET PARKWG 12 Monthiy � �
GARAGE S� �.-� �6 5 � yU
76 '�6TM STREET PARKING 12 Monthly � 'Z $
GARAGE (ANCHOR GARAGE� � I I��. � `�'S al3 S . ZA
�� 17TH STREET PARK►NG �2 Monfhly ; � $ � �f
GARAGE �� 'S�5�53 �b Z (�PD.�Q
�� GARAGE VANIA PARKING 12 Monthly $ � g � � �p
5^S6 2 ��-o
79 GARAGEREET PARKING 12 Monthly $ � 36� ,�l g $ �,� �p
�� SUNSET HARBOUR PARKING 12 iNonthly � $
GARAGE ��Z �"a �j �".�2 ���
�� 1755 NiERIDIAN PARKING 12 Monthly � 6�y�-, Zcj $ �� '�l�� (�rC�
GARAGE
$2 COLtINS PARK GARAGE 12 Monfhiy $ 6 (. g $ 4 . �
83 CONVENTION CENTER GAR,�AGE 12 Monthly $ � �
f �
� �-_,
�4.�"�.�,��,�;�� t�a��,��
�r�
y�f ;
�
�f r -
� '� "P 1���- F
� ': M 1 1 I
/
84 S�I�EAf�49 CLE�NING 0f= CHAIF:S P�R UNIT S t -
85 STEAIv1 CLEANING OF SOFAS PER UNIT �
STRIP AND WAX FLOORS (that PER
86 are nat aiready included as part of SQUARE S�,'��"
rnonthly, quarterly, annually etc. F00T
scheduletl services
SCRUL3 AND RECQAT FLdORS pER
$l (that are not�Iready included as SQUARE $
part of manthly, t�uarteriy, annually FOOT ����
e;c. scheduled services
88 POST CQNSTRUCTION PER $
G�EANUP {i.e. REM�VAL OF SQUARE � ����
H�AVY DUST, WIPE DOWN FQOT
7
Doci�sign Eiwelope ID:86262D70-B6F2-41E0-8809-181FEBE8433A
FIXTURES/FURNITURE,
VAGUUM CARPETS,CL.EAN AIR
VENTS
ADDITIONAL SERVICES
�� (INCLUDlNG HIGH-IMPACT PER $��r�
iNEEKEND AND SPECIAL H4UR
EVENTS
R
Docusig�Enveiope ID 86262D70-SBF2-41E0-B809-181FEBE8433A
Contract No.24-032-C12
EXNIBIT C LOCATION STAFFING HOURS
32
Docusign Envelope ID 56262D70-86F2-41E0-B809-181FEBE8433A
FACILITY LOCATIONS SERVICE LEVELSCHEDULE
2antlA�a��v. re.nMao...� r,...4� inpw�.�dVMb
� Nnn.d�uwativaA�o.�r r.�..r. u�+e�rn�l •MJw
] N bIn�A4uvdFwne I��xii• Wre1b hRetmNrel
1 S1YMMrr<"�vrAknne �.���.�� Wee�q r wrl
� Bn�TKPou�(:w�1M�nr ....i� ��� eVwvwk
tivtlCldkt W�M 2pw
. r� n.4m+n�yu+W �.�.�. . . U�iN'��1 e�n
t. M...i�.Vw.JFu41u�{ !(IO.�.�uIIO�Vw� DM�IMLnI •yndK
��n.�n�2(w'..�nN.�nn.Vllwow.�servKM.1 ��n..���..Suq�� @.NV�+fI eunAro
^ 4�+uvW�thva4•Ho-�i.IMS.bIAen{INS11 nw.n l�wyfM�u.l •ps•ery
'1 r���..��rx�+AV•rIw�11qF5nMl ••^��.• 4 ��A'I�n�.,.:� ernEn
PWM1 WN1.1�n1 A�.,�. oµ1M�_�nl .�w J�r
Il �r��s.�nYrtyV�Mw..� .�..�..rch... p�Fl+��l rw n
un�INr�F�w�{+r[Y��I{IXI >.••�.�.�µ�x ua.rylMt1 J...pe.6a�
' IneNAwnt]�MnYnMrMbnWYJrv�J �i,.�w��M.y�n� i���VlMil Man
WwtibxhMli�UK+hweHlMW�rlenlNKO.i�M l�bw� 1. ..nl �ednANoene.. '
u Lrw»4r�K1
IS w�(�vMM �iGn�lo11SM•� ahlM��� ew�M
a Ike1M�^+M�M /EDan�e•�rlX�� Ma��M�l v�'M
I� �kc�.o.anMM�+t ..�.�n�e✓Mr. wryl�a;l •o++�W
+�awnAhp�r.�Irwvn an�n�qpm II4HlMi1 mery�Ny
19 �IIrt�Y.rwva�I 1 sl�lwf.nl Prds�
� MW'�tlwWqwMi�IwnUVu •o«MM Ir«eprrweN
]I I�in�.in�irt an• ..n�alOUom U.MI(M�i vN�+Y
.tiD]ym +Y�tAI'I
>I 1�INiHu:e�M.:n n.�..i,...ppp�w U.,`rf�nil .anJn
e, ;�U�:,tns ..,�i,.ti:row„ owlrlM�1 <.e„en
J, v��N ....�,���vwwn �uarlrn�� �a�eavu�..�
ren.r�+.�.v..nn.., ..,,o.�.ne�, o,h�ui� .w:e�r
/l.
[tSc1__K<S[[!t�^�l-St`caltiN�Yl�^��r
t) �i...et�.,t�n.,,.... �.�.�.,�ii � n.arlydsw.l ��.�ne+v�WNwRenrweea.�«
M�WaF�webwAs�,Ilpnle 111^n.(INra�adM1�m.�
Moni.n WeJn:�4y.Irn�e IIM:tka�nwU�mxe
e m�Y�Wro I�1 sa�*m wr1IM dnay qe�o
.� wr.nae.n�.nw.luur r n.,.mr.l.utlnr✓Il �.�i.�• �� n.+�M�t,nl �anw�wv.�nwr.wn
.r.wnr��.«UI�wn a�.»naw.a.�.ry w��o
nro0./�A[wN V�w w.v»e�e..h
�v t�...ea.u.n:,n.l�+�•,.�����.•�l ri..,.��.wcupni�n�rl! UWIUNnI '��ateAM1nn
I rY..i..
rll.x I��/1�Y
16 �pM1V�Mlla�t�..vwllum����•�11 ..u..��.lOOqnIM 11/ Dad�IMY�nI '1�rdru.dlV�n
,>>..I��AM
il InM1WMMYrmqll,r�n+l��•..�.) /OYrs�o1600yw�lKf1/ �1+FIM•,�.�1 �6ew���en..
�•IWwt
+. ll��•a..p4..t�awn. olnoyTlMf1/ D.MfM.f,n�l �v:oNtwNra.�n
.,i�iuma��wx�.r �.„a.rin.��n..�.w.,...m.,.,�
. wwlil�dno.u.Ne�nsuwa.,r.,�v
�� �.vr.e�a.a�.n.n� �,mr�.�iR� rrMl�•�.v,i �4.�W�«w�nww�m.
ee I II Mwn mwNM+n.��..R.µ...p
uA,4eda'Mr�i wvlw m wvr�.mM
i� 1�n.etiM.,�.�.c..�(in.a��be..F�.r�l �.,..r,.n v�i. ��sllAt�..�i �nw• �
e r+m�Iwe�If)nwn on we.�A+n 6�r�,y�t..,�
J AM�wMp.ne..wiw��enA
�1 n.��r.�ani.. ..In...n�.«v.�� �..,.i��� i :i.�r(h�}w.� .���..f.r�.�.m.�.��„�
r.w. �.�1�.vi.,,.....�1....� . 1
Docusign Envelope ID:86262D70-8fiF2-41E6-8809-181FEBE8433A
FACILITY LOCATIONS SERVICE LEVELSCHEDULE
ys n,i�r«ert�wirc��nU�...nnnu�i ��.��..K � '�+Aln�a.i..l .k.x�an9�r..��e�.niv.mw�.
ry tiv«(11 M1�+�+�aWA+�+duing qz�o
ei W;2rniaed yWer en veoM•M�
a �inn.��«i��u,aHmuw,.��ne�.uiMe�.�.�..,r..��,.�M•.i �.,�.,���.�x, �«ro�m«i ��+r&s.��ery:n.a�.a�dw�n.,
�.trMN.!»n�n t l rn{�pn 1n Mm.<ry.,.r
�e.,.�vllreelJl�aw�wr.aM�rnx�e
u �anvw.u.u,..r.n,a��o.�un..0 ���.xai „�bPn.,.,� �i.fa.�..,Anoar¢wNron..
vaWat t�•+had�r(lpn a+0 wrrR��m.mmi
��.�+v tNwe I)1�.u.s m..e.�e.�+a.ra.e.�A
N. m3+�5ereaa0.rs�r..mu{K.n�Beuhtkvm�ufaPxMX.vf.u'.n1Y run�..q � t...yiMiu+i M�xdM-iMW+�'s.wllli,++�Mo�hs�+v�lnre:.
!i 6 65 k.�+i�mn+.�4.e r.d.en�e m�r.�rm e...
w�tM�e!il�u+s
fMar 5�������ww li!MW�M Pdla tw�l Nex�.�
� 6kd5t��zIMUw�mSfNa��t�[fi..w1,�+cv�m.�l�vrxFau�.xi,��!) ix��talt%qm U+hIM.Simi M�wdnil�wWn-omtll�M�tO�wth�irdlo�E1.
814i55�. �.inn.�Lan.�Maervr�mmmwr�.
n�.4�ee�1 oo�n�
f�1av•.u-asr�"k I kl neeve�e n�,�^:i���1��ne�
11 RSiPNre+1Nr��.�.a(N�.i�1..f4u���w�rw.s..l�fuARw.,.t�.w�..:l .t��ie,.eM�� IN.1�!M.Sv.I M+nd+r}AwJay.�illnrvrYporin>1vreJtw�1.
xl A�5�n,.��.sen�_ca+n M.4 a�irv�niwmm�.m,r
w+.y�A+eo111�r
{rf 4r SwM�.am-Ill MM IN y�.iry fu�RS Hrer�
Il A�fDetoWe4mu'.<mn/II�M1RieaassMe.wn� �ir.l,...tni.. U+�(Mif drrpn4y
�� .n�.�ne}Tw� �1+�r(M11 I�+rwd�.v�v�uw�ww�Malfl�hmi+e.e...
O(fET Mnl f <mydry
a� o �eiiae�e .mw�>m�� a<Mm+�w�l .wM,�a,«w�.�m,+��r..l�l�x�•,c-�n,r.
m+w
9, wWWVs�4VwJlt�n «n��..'eiM�pn� [1aMlM�WM f4.anrdvwrNemninum�N�a111��M�wJai.
M
IG (bmirsoPq4 0oxbdfleklAeU�wmn �>+Jr.-��+�f..�..���1.�,� taaiy�A15wr11V�n�r�m uMar-Swday,WmlelQmn:oelllli���lv�•t.�
y.�.��i.e W.�4rwkul �wi.lbeGa�eh+4lw�Ilar�a�.�+Yln...u.ih�I�M1
.,.,nwn.,n�n,.,.M,..i.,�.,n..�..,m,�,.�,
...vm i..+i+t x.�.��.
�� �G.n�+x� .4.�man i..:l��;.,..��,a�� i x��... ,.�. ..v�i .-� r� w,ltf.i...�.w. �..� .�nl'Mm..r.rf��i. .
�'�m..q n t�n R+��J,nr���"�".V ��.��nt.a+�A
.rl Nmm(s.t��WM�!vtroam.�h�+s�f���me+ti��m�m
ew..Y «j11�•
u ma+Nont wWentr.�vm✓�rA...+ndr.�a�un„oto.r�.w.� ,,..,.oi.rn ry1�+sw,�o�•iie�,.i..i q�SwiM'.4w.wi0pm:me111�w'�^sw �
..i�.� v ♦ .uAnt�4+0.Pw��+�e�.IHyc� .fnnl,Wt
i ui�lsohLN�a uom�,�4anawd+«v��n....,w�.
..e+aM1tN�e(Jf1ro��t�
Mf fia..��y,n u�-o�balif�ii�� t��..�ox�w.� i�.lrl4�ti� ��i�...v aY�SuWn. ofOMn:o�w111�m+y,V��r�
.o.. ,i.d�ri l.�eelnMMWv✓\e.nrw.la.yta,r.r.xnwt5
-mn/SWW��N. +.�lemmA.nw.r�w�W
e eY.+�tMn 1p An✓+
59 i�tnviH�Cr�Y/.l..va:�nhtlu.yK�eayu.�N..xi��g �,,.,.:vn.�.« t�s+rinei�.u+i twMWrlrr
.f b�•n!^v>�Y awirxiuvlM+�n.ee*^.Area..sw.e�t.•wml �.,�.�.ix � �mktr.�.w.�tw,�.....w• . .mi �u, .. �r
5ri��t�«1W�ouvi �AcrM�iora�o�YRirv,nw«.,..�� , ..��..�.e,.
4l timnrgovae4.ir�vnfrvairtlM�errvb[HnnvildfY��.[�•+�i•�.s.wMr.�.r�aw..n. a.n,..�,riu� xa�MlMlw+llWn�����+n •MKkndp.Wmie9ym'.n�rt�lrrniryw�.�•'�
8
n�orR.�+m.,vl .iroMrdwl hs�MbYml6�wnn�e���an<m.rkan��..i�.rv,.
^� t•�il��+
tl 14mm�yPwA.�Grd�ir[iYw�WAJnV7S��tb.Af��Mix�.�i�vo��: nn�..�.io'am�,..i DAYIM5.m7 M<�M+rvS✓N�v.6am�u�q+n�....ellir.«w.cv,�,•..
N.•eE b.Oav�La�l.Pait Fa�e..l>q t�.e.�...n I:..��M1
Ah�v�154M1M.�em �..4.n.m�wv.�.n��,.�.n
«..wv�u..{qhou„
h1 �a�4aMs�irrra�ur'rWr K�+�rai.�,�i.a�t �.i�IM��I �n -ona�we.Y�•e�lll������nt�
S, eenMxe���u.f:�t�Wdel *����,���urt��fM ft�WIMY2 .oamdw
.r, a.�.wxe/r«�swa«w,.rW.weM.w.. u..��os.a���. �� Ua+rl�.��f r..�.u�.xe�.�x,,.���,.,�r�,..r�l�,rc..,�. �..
Docusign Fnvelope ID 86262D70-S6F2-41E0-6809-181FEBE8433A
FACILITY LOCATIONS SERVICE LEVELSCHEDULE
�,� M„:.�.,:eno..wr�.u,a.M �..,.,�.....�,,,.i...�, :�.�a��..,.� w,a.r�n,.�a«.
i«�.,��r.� . �.i M��rw��nrwnYiM..:�� ....�..�� �.
•�eM+MiW
!�!F w��Y:(MYv.nni 1.•��•�,
V MuuPw�Yu1b�V ��.�..n n �.�M'.�.�1 M»lRlti�./Mdan i.��.,
.�A .v.+, .ir M
S�tuM'I SuWn:(4�+...�.,�..:�..�,.�,.,�.�.:.
ee 1�)t�r�n prrOry
Mm�Pr�B�Nn� �I OWm io/UOym
n Nwn..�d�1�4Pr4�� �aL��iaroq.�� ���y�M1�t�) n..r�.._ir�....
r.� .n�,.�....r�,. .,�.�..n., ..,�i..x .,, 'rin.1,.�1 u.r:w....�....
�.. rw,.��,.�,.��v.�i..,�.�.��..i„i.n �.i....i..��.... . ..✓......�i...�. � r�..i,.i�. I�+i1M.t�..1 O�EVM.ov..e�
IFtfMlni NIS1ilIXHIS�MMP:OMI�UcivYi
n� tmNMMMdx� a,..����pk��+ W�NIMit �.w� �
�.� nxe�xn�xemJrv.vxirab.l..en.ra��.e+�.oxKnrNw�.�wrin�,vem.l �.w,.�r�.acbm n+MM•�rnl 1« �
�.� niaF�+r�m.�w�.r ,��n...�... �YOa�nt�a4n.lw�1/ I�WItunIM(Oa�w�.� �(�uMsl.�wleM:t�ollld.Mn.nin.
�n��•.,���IWni t�."��V^�M YMr�MwrdWCeMw.M1t���N:wYt11P�1
en.l �an.9pne¢I111{II,TI�Mqw
5•. k.•..iR�1.rn�i....�u�nMr....t,t.+.�nvw .,,i.. ry.� �sNIM w�lli�w�wiim M�MwLYJn.YwlefAw�.tiul/I. .r...n.. ,�
..�M�o�,.l NrN4�(etin.nM11�..��A�v.i 1�
�w•p.n;atM��Mi�IJ�w isvp.�.
45 Snul�.Yar<on.n�.nnYYo-rtM1[mlwkrllMY IOApmi.,lOpi�n� (t.kiM�w�ll�•.�ler�rr«t �+��dn�swWM,Wnlbfym��.,��I11r«.t...N..i�..,.,�
N..�a,.,.�.� �,.N,.nwcw�.ows�.......v�,a�i�.
�'Nm.�vYri1MT:1]'wuv�w�
�.� mmE�<+�+✓aA1nWr611n�r.++n�I�.��i.N .e• n.yo� I�rl+MMMnw�oWl��.�nwM�.���.Nw�M
es �nnv.��eam,rwr<.,x.+ ., uwriMn .r.,ex
N wwnfMrCa�..,irY��n(.te�w4N�w�+ at.m�a•.nn�.�.� Ux'rl�A�l �ve +r
/n arvnan.v�t.�u���.n4wi��NuNx�[W�n..a�,w n.M.N�w.�nnnw�n��.n i�liint, uMrl.+�aunl .�.�,�w...n.n..�..��..in.���I .�.�.o �..
wn sl w.wl .nnlry
II N�MinVaAAW^[ o.�...�vif4.��� ��+�MIM`.rwl Wnrlwrwr�r�ws14wI11�wwK 4r
��wMF
I) lalwnlr\MM�V ..T....��tA.n� i�Wvlr���.l Iu��wd�wwr�+wnwlM.�14��+w�+'�.i.Y
^'�IE�Y
11 tt.r�M1�.rPa�\(IMk...4«uxMer\Il.,�r�.�,��.1 ��w�a�.w�w W1yIMWN fMinrl+wvr�ww�w�
UNOF N CONSTRUCTION �W�����.ann•�•�•���w�.
e.ne aea..«.d a.�aron..e�.�.n.
r. «� �aan�eau�-�, o,�rlrntw�l ir.wyM.a�.�
t�.s v.x�
��AS���Yri�+�4�4� x.w� I�NlY�MS.�rnJ Mnii�w�umnev.�l��M•�el4�us
I���LnNVw4e{4r� �oe.y i���:�a�vl M.�..�...n.rve�v v �nfllMri
nvrMPrl�yavq^ NM..• UJ„Ms..+J �n,.�nwn..r.....ri �rv111�...�
))
1!nFSlie+ll'nW�l�.rWWxOa(isM�i Mvi (IIh1M11[U Mr�nimur�rrY��r�ellllro..�
:ItAvrrelbul.n�wrt� )��nwi �NrIM.Ln1 M,�.num..k..rrr�M��lll�+w.
rm�rM�..v.1�.�4�� M�n� U�41MMrl ��..m..�ov�tiw� �rl�i�.•.vi
�twww�ra�w�•,u.n no.n payu�yp� w..+�...�eu.wiwrt w14w+.
etr��r6evvw�yy«a�r nwrt y��J�yy� �w.wvnwa...err�w�l�l��.
{!
�ns M.�a�.:.«n� �..,�. nn,.�.M.��,«......v iw..i y�,,.
.nv«�c.,r. »�...�, 4����41u.L+.L+.1 v.��,.�,..�.. rii.«���n�,,..
..mron«�xe�Cr�+Kr �..+,. kMr1Mb1�1 +�.����u��.....riM..lslr..�.
C�ocusign Envelope IQ Se.2fi^D70-SG�2-41F0-6809-181FEBE3433A
Cono•act No.24-D32-02
EXHIBIT D ANTI-HUMAN TRAFFICKING CERTIFICATION
Affidavit of Compliance with Anti-Human Trafficking Laws
RFP-2024-032-WG-JANITORIAL SERVICES
Contract Number and Title
Pursuant to section 787.06(13). Florida Statutes, this portion of the form must be
completed by an officer or representative of the nongovernmental entity executing,
renewing, or extending a contract with a governmental entity.
Name of entity does not use coercion for labor or services as defined in section
787.06, Florida Statutes.
Under penalties of perjury, I declare that I have read the foregoing statement and that
the facts stated in it are true.
Entity Name: clean space
Representative/Officer's Printed Name: matt giunco
Representative/OfFicer's Title: ceo
Signature: Date: 07/17/2025
Oor.us�gn Lnvelope ID:862G2D7Q-S6F2-4iE0•Q809-181�-EFiE8433A
Cont�act No.240?2•02
EXHIBIT E
PROWi�iT10N AGAINST CO�ITR�CTING WITN (=OREIGN COUNTRIES C1F COfVGERN
�AFFIpAVIT
In accorciance with Section 287.1:i�, Fiorida Statutes, Incorporatod hore(n by roferenee, the
undersign�d, on bohalf ot Cansultant, hereby attests under ponalty of porjury that Cansultant
i do�s nOt moot any of th� fai(owing criteria in f'aragraphs 2(a}-(c)of Sectian 287.138, Florida St��tutes:
; (a)Consult�int fs owned by a governn�ent�f a for4iyn cuwltry of concern; (bj the��}uvernm�nt uf a f�relyn
; country of roncern has a conb'nlling(nterest in Consuttant; or(c)Cansultant is organized undar the laws
� of or has its principa►nlace of business in a forelgn country of coneern.
: I und�rstand that I �rn swaarir,g or aifirming und+�r oath, under penalties of perjury, to Che
truthfulness of the ciairns made in this affidavit and that the punishment for knowir�gly making a
' false statement ficludes flnes andlor imprisornrent.
� The �mdersigned is aukhoriznd to execute this affidavit an behalfi af Carlsultant,
CONaU1.T.ANT:
CLEAN SPACE � , � FLORIDA �rporatlon.
^—�"`i�—T ciean space
.3Z�4.�vu_12_4th�v.�.cncal.s�c'tngs_EL_
NamalT'itta: att iunco, cea (Address)
Stata of Florida
County af 8roward
Ths foregaing instrument was acknawledged bafare me by rnaans of kl physicai presence or�
oni(nQ notari�eation. this _ 27 day of ,maY_ ______�__.__..._. �0'�. bY
, as of
rle�n space _ �, a ���� corparation, known 4o me to be
the p�rson describac� heroin, or who producc�d nvers license as
identification, and who did/dicl nof take an oatFi.
NQT�IRY f�UE3 C;;
��
�Sic�n�turc} ������Y'�;;�,,, 9andraPDuran
o•��R.....e�^.
=b- Comm.;NN258306
sa�dra duran -_� °`
(F'r�nt N�me) X'�� ' Expiles�June1't,2026
�%.;;F�r�`��'Notary PubVic-State of Florida
�nw�u�.
My cvmmission ex�ires.��UV�e..l2. 201�,
34