Loading...
Res No 204-12-13761and RESOLUTION NO.: 204-12-13761 A Resolution authorizing the City Manager to enter into a three -year agreement with Kelly Janitorial Systems, Inc. for janitorial services as required by the City. WHEREAS, the City accepted sealed proposals for janitorial services; and WHEREAS, an Evaluation Selection Committee reviewed and analyzed said proposals; WHEREAS, the awarded vendor will replace the current month -to -month contract for janitorial services; and WHEREAS, the Evaluation Selection Committee ranked Kelly Janitorial Systems Inc. as the top ranked proposer who will provide janitorial services in the amount of $4,600 per month, each month, during the three -year agreement in accordance with the scope of services identified in the formal Request for Proposal, excluding the Head Start building since Miami - Dade County (the Tenant) and the Sub - tenant have agreed that the Sub - tenant, who has a one year sub -lease with an option to renew as Sub - tenant, shall be responsible for such services. NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is authorized to enter into a three -year agreement with Kelly Janitorial Systems, Inc. for janitorial services, including all related chemicals and supplies at City facilities and buildings in accordance with the formal Request for Proposal, excluding the Head Start building; for a fee of $4,600.00 per month, each month, during the three -year agreement and charged to account number 001 - 1710 - 519 -3450, Public Works Contractual Services. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent,jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date: This resolution shall take effect immediately upon enactment. PASSED AND ENACTED this 2nd day of October 2012. ATTEST: 1.1 1 1 %.L.L_ 1\ APPROVED: READ AND APPROVED AS TO FORM, COMMISSION VOTE: 4 -0 LANGUAGE, LEGALITY AND Mayor Stoddard: Yea EXECUTION THEREOF Vice Mayor Liebman: Yea Pg. 2 of Res Commissioner Harris: Yea Commissioner Newman: absent Commissioner Welsh: Yea CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER- OFFICE MEMORANDUM To: The Honorable Mayor & Members of the Cit Commission From: Hector Mirabile, PhD, City Manager Date: September 18, 2012 A enda Item No.: P g South Miami All•AmericaCHY 2001 SUBJECT: A Resolution authorizing the City Manager to enter into a three -year agreement with Kelly janitorial Systems, Inc. for janitorial services as required by the City. BACKGROUND: During June of 2012, the City was confronted with an emergency involving current janitorial staff that required quick and decisive action by staff. The approach was to initially contract for. services on a month -to -month basis until such time a formal Request for Proposal was developed and awarded. The formal RFP was issued on July 31, 2012 and closed on August 24, 2012. Ten proposals were received. Prior to the closing date, a pre -bid meeting was held on August 14, 2012 where an extensive on -site walk- through was conducted of City Hall, Police, Parks, Community Center, Senior Center, Public Works and the Head Start building. Fourteen companies attended the pre -bid meeting. An Evaluation Selection Committee was compiled to review and analyze the received proposals. The Selection Committee members: Kelly Barket, Superintendent/Public Works Lisa Morton, Lieutenant/Police Steven Kulick, Purchasing Manager /Central Services Carl Williams, Assistant Parks and Recreation Director /Parks The Selection Committee reviewed the ten proposals and created an initial short list encompassing the top five proposals by way of the bid price. From there, one proposal was eliminated and the decision was to conduct interviews with the top four bidders. One of the four bidders declined the invitation to the interview; consequently, three bidders attended the interview sessions: American Facility Services, Kelly janitorial Systems, Inc., and Best Janitorial & Supplies, Inc. Based on the proposals, interviews and reference checks, Kelly Janitorial Systems, Inc. is recommended for the award. Kelly, while not the low bidder, has the most Pagel of 3 experience with municipalities, is a local company and, had the highest combined score from the Selection Committee: Evaluation Selection Committee Combined Score Kelly quoted $4,900 per month. As a result of Miami -Dade County taking over the lease and maintenance of the Head Start building, the revised monthly amount is $4,600 per month, or $165,600 over the three -year term. As a point of comparison, the cost to maintain in -house janitorial staff was in excess of $190,000 per year, or $570,000 over the three -year contract term; saving the City an estimated $404,400 in salaries and benefits. Below is a comparison of the bid prices, less the Head Start building: While American Facility Services provided the lowest bid, the Selection Committee was not comfortable with some of the responses during the interview and, a check of reference indicated there may not be enough coverage to adequately support the City's needs. Page 2 of 3 Kelly American Best janitorial Committee Member Facility janitorial & Services Supplies Systems, Inc. Kelly Barket 89 92 94 Lisa Morton 90 94 100 Steven Kulick 78 79 91 Carl Williams 84 89 89 Total Score 341 354 374 Kelly quoted $4,900 per month. As a result of Miami -Dade County taking over the lease and maintenance of the Head Start building, the revised monthly amount is $4,600 per month, or $165,600 over the three -year term. As a point of comparison, the cost to maintain in -house janitorial staff was in excess of $190,000 per year, or $570,000 over the three -year contract term; saving the City an estimated $404,400 in salaries and benefits. Below is a comparison of the bid prices, less the Head Start building: While American Facility Services provided the lowest bid, the Selection Committee was not comfortable with some of the responses during the interview and, a check of reference indicated there may not be enough coverage to adequately support the City's needs. Page 2 of 3 The City's current month -to -month contract with Able Business Services Inc., is $4,000 per month. It should be noted Able Business Services, Inc. bid $7,212 per month before the Head Start deduction, or $259,636 over the three -year term. Kelly Janitorial Systems advised they could be on -site, stocked with supplies, and fully operational at all City locations, including the completion of Level II background checks, within one week of the Notice of Award. Staff estimates the start date to be approximately October 15, 2012. EXPENSE: $55,200 FY 2012 -2013 ($165,600 over 3- years) to account no. 001 -1710 -519 -3450 for FY 2012 — 2013, with a current balance of $99,307 SUPPORT. Resolution Request for Proposal Addendum #1 Addendum #2 Pre -Bid Meeting Sign -in Sheet Bid Opening Report Bid Summary Short Listing, Bid Summary Selection Committee Interview Questions Selection Committee Individual and Combined Score Sheets Proposals: Kelly Janitorial Systems, Inc. Best Janitorial & Supplies, Inc. American Facility Services Page 3 of 3 {i441 is City of South Miami REQUEST FOR PROPOSAL l Janitorial Services The City of South Miami, Florida, hereinafter referred to as City, will receive sealed proposals. The submittal, consisting of one (1) original unbound Rronosal (clearly identify the original), ten (10) additional copies and one (1) digital copy (CD or Flash Drive) shall be enclosed in a sealed envelope or container and shall have RFP #PW-2012-8-0 1janitorial Services, and the name of the respondent clearly written on the exterior of the envelope in which the sealed proposal is delivered. Special envelopes such as provided by UPS or Federal Express will not be opened unless they contain the required information on the front or back of the envelope. All proposals must be received by the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. Sealed Proposals must be received by the City Clerk, either by mail or hand delivery, no later than 10 A.M. local time on Friday, August 24, 2012. A public opening will take place at 10 A.M. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 10 A.M. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Bidders. The Project is generally described as: Janitorial Services including material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami over a three -year period. The scope of work for this project is include in this RFP and specifies responsibilities of the proposer and the City. A Mandatory Pre - PROPOSAL Meeting will be held at 10 A.M. local time on Tuesday August 14, 2012 at City Chamber located at 6130 Sunset Drive South Miami Fl, 33143. The Pre= PROPOSAL Meeting shall be held regardless of weather conditions. Any requests for additional information or clarification should be submitted in writing by 10:00 A.M. local time on Wednesday, August 22, 2012 to the attention of Steven Kulick, C.P.M. Purchasing Manager at skulick _.southmiamifl.gov or via facsimile at (305) 667 -7806. Proposals are subject to the attached Standard Terms and Conditions contained in the complete bid package. Interested Bidders who wish to bid on this RFP can obtain the complete bid package at City's website at cityofsouthmiami ,net /index.php ?src =gendocs& ref= BidPosting20lO &category =RFPs- and -Bids or at the City Clerk's office Monday through Friday from 9:00 A.M. to 4:00 P.M. The City of South Miami reserves the right to award the contract to the lowest, most responsive, responsible bidder, as determined by the City Commission, subject to the right of the City Manager, or designee, or the City Commission, to reject any and all bids, to waive any irregularity in the bids or bidding procedure and to award the bid and the contract to bidders other than the low bidder. Maria M. Menendez, CIVIC South Miami City Clerk TABLE OF CONTENTS SCOPEOF SERVICES ............................................................................................................... ..............................2 PRICE PROPOSAL SHEET .......................................................... ..............................7 GENERAL CONDITIONS AND INFORMATION......",, ",a, ........ ...... $008 SUBMISSION REQUIREMENTS ............................................................................................. ............................... 16 EVALUATION AND SELECTION OF CONTRACTOR ......................................................... ............................... 19 PROPOSALSUBMITTAL FORM ........................................................................................... ............................... 20 EXHIBIT # I JANITORIAL SERVICES AGREEMENT .............................................................. ............................... 21 EXHIBIT 2: FLORIDA STATUTE 435.04, CHAPTER 435, EMPLOYMENT S GREENING .... ............................... 32 ATTACHMENT # I PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST.. ....... 35 ATTACHMENT #2 DRUG FREE WORKPLACE ................................................................. ..............................4 38 ATTACHMENT #3 NO CONFLICT OF INTEREST /NON - COLLUSION CERTIFICATION . ............................... 39 Attachment #4 ACKNOWLEDGEMENT AND CONFORMANCE WITH OSHA STANDARDS.................41 1 INTRODUCTION The City of South Miami is seeking proposals from experienced and capable parties to provide janitorial services for all City facilities and buildings. The Contractor shall furnish all material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami. TERM The term of this agreement shall be for a period of three -years (3), from the date of execution of the agreement between the City and Contractor. RESPONSIBILITIES OF THE PARTIES Contractor: The Contractor shall perform all duties and provide the required material, labor, supplies and equipment as identified below: OFFICES -Daily Service 1. Empty all waste receptacles, removing waste to designated area for disposal, and replace plastic liners. 2. Empty and damp wipe garbage receptacles. 3. Dust and spot clean all desktops and counter tops. 4. Dust all horizontal surfaces of desks, chairs, tables and office equipment. S. Dust all exposed filing cabinets, bookcases and shelves. 6. Dust to hand height all horizontal surfaces of equipment, ledges, and sills, shelves, ventilating louvers, frames, partitions, etc. 7. Clean and sanitize all drink fountains. 8. Remove cobwebs from walls and ceilings. 9. Spot wash glass surfaces, doors, frames, kick and push plates, handles, light switches, baseboards, and similar surfaces. All surfaces will be cleaned with the utmost care. 10. Vacuum clean all exposed carpeting, minimum 3 times per week. 11. Inspect carpet for spots and stains, remove where possible. 12. Dust mop or sweep all non - carpeted floors thoroughly using a chemically treated mop. 13. Mop uncarpeted floors as needed, minimum 3 times per week. 2 14. Spot clean spills with a damp mop. 15. Before leaving any office, shut off lights, electrical appliances, and lock all entrance doors and only interior doors requested. 16. Remove fingerprints and smudges from all walls. 17. Report all burned out lights. 18. Detail and clean all kitchen, counter tops, or lunch room areas. 19. Clean Stairs daily, where applicable. OFFICES - Weekly Service 1. Dust all ledges, wall moldings, pictures, shelves, and other surfaces above [hand height]. 2. Brush down and clean all vents and grills 3. Clean all baseboards. 4. Dust all light fixtures and covers. S. Clean all ground level windows and glass partitions OFFICES - Monthly Service (Community Center Only) 1. Wax and buff floors. OFFICES - Quarterly Service 1. Dust and clean or vacuum all drapes and blinds. 2. Detail and vacuum chairs and upholstered furniture. 3. Dust and clean all light fixtures and covers. 4. Scrub and wax vinyl floors. BI- ANNUAL SERVICE 1. Deep cleaning, all carpets at all City facilities. 2. Thoroughly clean all outside windows and glass partitions RESTROOMS -Daily Service I. Empty trash containers and remove trash to designated area. 2. Damp wipe or scrub and sanitize all trash containers. 3. All Commodes, urinals, and basins to be scoured and disinfected. Both sides of toilet seat to be cleaned daily. 4. Clean and polish all faucets, sinks, and exposed metal. S. All piping to be cleaned and polished. 6. All partitions to be spot cleaned and washed as necessary. 3 7. Replenish all paper products, including toilet covers, paper towels and toilet paper daily. 8. Replenish hand soap daily. 9. Sweep tile floors and damp mop with germicidal disinfectant. RESTROOMS -Weeks Service 1. Wash down all walls, and sanitize all partitions. 2. Wash all waste containers and disinfect. 3. Clean and polish all doors, doorplates, and hardware. 4. All floors cleaned and grout cleaned. RESTROOMS- Monthly Service 1. Wipe clean all ceilings, lights, and fixtures. 2. Detail all toilet compartments and fixtures. 3. Brush and clean grills and vents. 4. Clean shower curtains and shower heads. RESTROOMS- Quarterly Service Scrub all tile floors. EMERGENCY SERVICE _ As Needed The Contractor shall provide an Emergency "After- Hours/Vveekends /Holidays" contact for emergency janitorial services that may occur in any of the City facilities and buildings. The City will contact the Contractor and advise the nature of the emergency services that are required. After inspection, the Contractor will provide a quotation to the head of the Public Works Department or designee for the emergency services. Emergency services are additional and are not included in Daily, Weekly, Monthly, Quarterly or Bi- Annual services. The Contractor must respond to the City within two (2) hours from receiving the Emergency call from the City. LI janitorial Services Locations (8 Buildings, 5 Locations) Note: The measurements and S.F. are estimated. SYLVA MARTIN & ( 573 I 3,578 I 2 I 6 3s - 1 c I 6 I 1 PORCH CITY HALL 1 21840 1 4,683 1 4 1 10 1 9s -2c ( 66 1 3 POLICE I 2,730 I 3,845 I 8 with ( 18 I 1s - 3c Showers 69 1 4 CENTRALSERVICES 1 11360 1 24 1 0 1 2 1 1c J 3 1 1 COMMUNITY I 11583 11027 I 4 with I 3 I 14s - 2c I 172 I 8 CENTER Showers PUBLIC WORKS I 674 1,277 I Sh wers ( 2 I 5s -1c I 10 I 2 HEAD START 1 31450 1 672 1 6 1 4 1 8s - 1c 1 9 1 2 NOTE: IN ORDER TO FACILLITATE FUTURE ADJUSTMENTS, EITHER INCREASES OR DECREASES IN THE NUMBER OF FACILITIES AND AREAS THAT WOULD REQUIRE JANITORIAL SERVICES, THE COMPANY WILL BE REQUIRED TO SUBMIT PRICING BASED ON THE SCOPE OF SERVICES AND FACILITY. THE PRICING WILL BE SUBJECT TO APPROVAL AND ACCEPTANCE BY THE CITY PRIOR TO IMPLEMENTATION. F Background Screening All selected Contractor's personnel providing service at City facilities must be in compliance with Level II Background Screening and fingerprinting requirements as per Exhibit 2, Chapter 435, including but not limited to Florida Statute 435.04, Employment Screening, prior to the scheduled start date of janitorial services. The Contractor is responsible for the Background Screenings and, all completed Background Screenings must be approved by the City of South Miami Police Department prior to the scheduled start date for janitorial services and prior to the start of any employees not previously screened. Cam: The City shall provide the Contractor and their qualified personnel access to all City facilities and janitorial storage areas during the hours of services, or as agreed, to perform janitorial services. QUALIFICATIONS The selected Proposer and /or its subcontractors (as applicable) shall have: 1. a minimum of five (5) years prior experience in commercial janitorial services. 2. knowledge of business operations and the legal requirements associated with this type of operation 3. Demonstrated financial ability to perform the responsibilities of the Agreement 4. Three professional references, including contracts /firms currently servicing. 5. Background information on persons of significant responsibility within the proposer's organization. Al PRICE PROPOSAL SHEET #PW- Proposers must include the Price Proposal Sheet with their submittal. Failure to do so will render your proposal non - responsive and will be rejected from further consideration. Year Year I (12 Months) Year 2 (12 Months) Year 3 (12 Months) TOTALS PRICE PROPOSAL SHEET Monthly Fee Annual Amount ws 7 I. Submission of Request for Proposals Firms shall submit one (1) original unbound proposal, ten (10) additional copies and one (1) digital CD copy. Request for Proposals must be in conformance with the detailed submittal instructions and must be delivered by mail or courier personal delivery by Friday, August 24, 2012, at 10:00 A.M, shall be enclosed in a sealed envelope or container and shall have janitorial Services RFP and the name of the respondent clearly written on the exterior. No faxed or email RFP responses will be accepted. Response to RFP may be submitted in person or by mail to the following address: Office of City Clerk South Miami City Hall 6130 Sunset Drive South Miami, FL 33143 Upon submission, all documents become the property of the City of South Miami and .are subject to public records laws. 2. Rules, Regulations, Laws, Ordinances, & Licenses The awarded firm shall observe and obey all laws, ordinances, rules, and regulations of the federal, state, and local municipality, which may be applicable to the service being provided. The firm shall have or be responsible for obtaining all necessary permits or licenses required in order to provide this service. 3. Requests for Additional Information or Questions Any requests for additional information or clarification should be submitted in writing by 10:00 A.M. local time on Wednesday, August 22, 2012 to the attention of Steven Kulick, C.P.M. Purchasing Manager at skulick@southmiamifl.gov or via facsimile at (305) 667 -7806. The issuance of a written addendum is the only official method whereby interpretation and /or clarification of information can be given. If any addendums are issued to this RFP, the City will notify all prospective firms via the City's website. 4. Lobbying All firms and their agents who intend to submit, or who have submitted, bids or responses for the City of South Miami janitorial Services RFP are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioners, members of the Evaluation Selection Committee, nor any employee of the City of South Miami are to be lobbied either individually or collectively concerning this City of South Miami janitorial Services RFP. E 5. Cone of Silence: All firms and their agents shall comply with the "Cone of Silence" prohibitions contained in the 'Miami -Dade County's Cone of Silence Ordinance Part III, chapter 2, article I, section 2 -1 I . I (t)(a). Contact should only be made through regularly scheduled Commission meetings, Evaluation Selection Committee meetings scheduled for interviews and /or negotiations, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 6. Reserves the Right The City anticipates awarding one or more contract(s) for services as a result of this Request for Proposals. The City, however, reserves the right to reject any and all submitted Proposals and to further define or limit the scope of the award. The City reserves the right to request additional information from Firms as deemed necessary. Notice is also given of the possibility that an award may be made without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposals be completed in all respects. All awards must be confirmed by the City Commission in the form of a resolution approving a contract for the services in question. The City Manager reserves the right to negotiate modifications to Proposals that the Manager deems acceptable, reject any and all responses to the RFP in the Manager's sole discretion, and to waive any irregularities in the response to the RFP or in the procedures. 7. Contract Cancellation The resulting contract may be canceled by the City of South Miami for any reason. Cancellation by the City will be effective sixty (60) days following the receipt by the Contractor of a written notice advising the contractor that the contract shall be cancelled or due to lack of performance or due to abandonment of Contractor. In such cases, cancellation can be utilized without notification. 8. Ownership of Preliminary and Final Records All preliminary and final documentation and records shall become and remain the sole property of the City. The awarded firm shall maintain original documents thereof for its records and for its future professional endeavors and provide reproducible copies to the City. In the event of termination of the agreement, the proposing firm shall cease work and deliver to the City all documents (including reports and all other data and material prepared or obtained by the awarded firm in connection with the City of South Miami Janitorial Services RFP, as well as all documents bearing the professional seal of the firm. The City shall, upon delivery of the aforesaid documents, pay the firm and the firm shall accept as full payment for its services there under, a sum of money equal to the percentage of the work done by the firm and accepted as satisfactory to the City. The Firm shall warrant and certify that it has the right to use, and the right to license the City to use, all copyrighted material that is developed for or used in the Work to be performed and the contract with the selected Firm shall contain a provision granting the City the right to used such 9 copyrighted material, or at the City's option assigned to the City, so long as it is needed to complete the project. 9. Indemnification The proposing firm shall indemnify and hold harmless the City, its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the proposing firm and any persons employed or utilized by proposing firm in the performance of this contract. 10. Equal Employment In accordance with Federal, State and Local law, the proposing firm will not discriminate against any employee or applicant for employment because of race, color, ethnicity, religion, sex, sexual orientation, national origin or handicap. The proposing firm will be required to comply with all aspects of the Americans with Disabilities Act (ADA) during the performance of this contract. 11. insurance Without limiting its liability, the proposing firm shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the proposing firm, from claims which may arise out of or result from the proposing firm's execution of a contract with the City of South Miami for Janitorial Services RFP whether such execution by the firm or by any sub - consultant, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The firm shall not commence WORK on this Agreement until he has obtained all insurance required by the City. The firm shall indemnify and save the City harmless from any and all damages, claims, liability, losses and causes of actions of any kind or nature arising out of a negligent error, omission, or act of the firm, its agents, representatives, employees, sub- contractor, or assigns, incident to arising out of or resulting from the performance of the firm professional services under this Agreement. The firm shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including the City's attorney's fees and expenses in the defense of any action in law or equity brought against the City arising from the negligent error, omission, or act of the firm, its agents, representatives, employees, sub- contractor, or assigns, incident to, arising out of or resulting from the performance of the firm's services under this Agreement. The firm agrees and recognizes that the City shall not be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the firm, its agents, representatives, employees, sub- contractors, sub - contractors, or assigns. In reviewing, approving or rejecting any submissions or acts of the firm, the City in no way assumes or shares responsibility or liability of the firm, sub - contractors, their agents or assigns. I[11 The firm shall maintain during the term of this Agreement the following insurance: A. Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the firm shall become legally obligated to pay as damages for claims arising out of the services or work performed by the firm its agents, representatives, Sub - Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the firm may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, on a Florida approved form including automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance $25,000 per person; • Property Damage: $50,000.00 each occurrence; • Automobile Liability: $1,000,000 each accident/occurrence. C. Umbrella Commercial General Liability insurance on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim. The City must be named as additional "named" insured for all except Workers' Compensation, and reflect the indemnification and hold harmless provision contained herein. Policy must specify whether it is primary or excess /umbrella coverage. City must receive 10 days advance written notice of any policy modification and 30 days advance written notice of cancellation, including cancellation for non- payment of premiums. All insurance must remain in full force and effect for the duration of the contract period with the City. The firm must provide not only a "certified copy" of the Binder but also the Policy itself with the name, address and phone number of the agent and agency procuring the insurance. D. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. E. The policies shall contain waiver of subrogation against City where applicable, shall expressly provide that such policy or policies are primary over any other collective insurance that City may have. The City reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of 11 interest" or "cross liability" clause without obligation for premium payment of the City. F. All of the above insurance required to be provided by the firm is to be placed with BEST rated A -8 (A -VIII) or better insurance companies, qualified to do business under the laws of the State of Florida on approved Florida forms. The firm shall furnish certified copies of all "Binders" or certificates of insurance to the City prior to the commencement of operations, which "Binders" or certificates shall clearly indicate that the firm has obtained insurance in the type, amount, and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the CITY. Compliance with the foregoing requirements shall not relieve the firm of his liability and obligations under this Section or under any other portion of this Agreement. Firm agrees to supply copies of certificates of insurance to the City verifying the above - mentioned insurance coverage. Firm agrees to list City as an Additional Insured of the firm General liability insurance and shall provide the City quarterly reports concerning any and all claims. 12. Opening of Request for Proposals Request for Proposals will be opened and evaluated after the final date and time set for receipt. The City may request proposing firm(s) considered for award to make an oral presentation to a selection board or to submit additional data. 13. Rejection of Proposals The City reserves the right to reject any and all Request for Proposals. It also reserves the right to waive any minor irregularities in connection with Request for Proposals. 14. Acceptance of Proposal Within thirty (30) days after the final submission date for Request for Proposals, the City will act upon them. The Successful Firm will be requested to enter into negotiations to produce a contract for City of South Miami Janitorial Services RFP, The City reserves the right to terminate negotiations in the event it deems progress towards a contract to be insufficient. 15. Applicable Law All applicable laws and regulations of the state of Florida and ordinances and regulations of the City of South Miami will apply to any resulting agreement and venue for any action arising out of any agreement shall be in Miami -Dade County, Florida and such right shall remain solely with the City. 12 16. Qualification of Proposing Firm Request for Proposals will be considered from firms normally engaged in providing the services requested. The proposing Firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject any response to Request for Proposals where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 17. Designated Contact The awarded firm shall designate, in writing, a person to act as a primary contact with the City of South Miami. This person or back -up shall be readily available during normal work hours by phone or in person, and shall be knowledgeable of the terms of the contract. All contact persons shall have sufficient command of the English language so as to accurately communicate verbally and in writing. 18. Deviations from Specifications The awarded Firm shall clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this Request for Proposal. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami, 19. Precedence of Conditions The proposing Firm, by virtue of submitting a proposal, agrees that City's general provisions, terms and conditions, as set forth in this Request for Proposal and including the proposed contract documents, subject to change by mutual agreement in writing shall take precedence over any and all provisions, terms and conditions submitted with the proposal, either appearing separately or included. Any conflict between the provisions, terms and conditions of this document and the Firm's proposal shall be resolved in favor of this document. All proposals shall be presumed to include all the provisions, terms and conditions of this document unless the City specifically waives those provisions, terms and conditions in a writing signed by the City Manager. 20. Proposal Withdrawal After responses to the Request for Proposals are opened, corrections or modifications to Proposals are not permitted, but the proposing firm may be permitted to withdraw an erroneous proposal prior to the award of the contract by the City Commission, if the following is established: 13 19.1 the proposing firm acted in good faith in submitting the proposal; and 19.2 the error was not the result of gross negligence or willful inattention on the part of the firm; and 19.3 the error was discovered and communicated to the City within twenty -four (24) hours of proposal opening, along with a request for permission to withdraw the proposal; and 19.4 the firm submits documentation and an explanation of how the proposal error was made. 21. Public Entity Crimes A person or affiliate who has been placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a proposal on a contract to provide any services to a public entity, may not submit Request for Qualifications on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the Convicted Vendors List. 22. Contingent Fees Prohibited The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the CITY, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub - consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 23. Inspection and Copying of Records All records in any manner whatsoever assigned to the City of South Miami, or any designated portion thereof which are in the possession of the proposing firm or proposing firm's subcontractors, or consultants, shall be made available, upon request by the CITY, for inspection and copying upon written request of the CITY. Additionally, said records shall be made available, upon request by the CITY, to any state, federal or other regulatory authorities and any such authority may review the same. Said records include, but are not limited to, all submittals, correspondence, minutes, memoranda, tape recordings, videos, or other writings. Said records expressly include those documents reflecting the time expended by the proposing firm and its personnel in performing the obligations of this Contract and the records of expenses incurred by the proposing firm in its performance under said contract. 24. Auditable Records 14 The proposing firm shall maintain auditable records concerning the procurement adequate to account for all receipts and expenditures, and to document compliance with the specifications. These records shall be kept in accordance with generally accepted accounting principles, and the City reserves the right to determine record - keeping method in the event of non - conformity. These records shall be maintained for five (5) years after final payment has been made and shall be readily available to City personnel with reasonable notice, and to other persons in accordance with the Florida Public Disclosure Statutes. All preliminary and final documentation and records shall become and remain the sole property of the City. The Company shall maintain original documents thereof for its records and for its future professional endeavors and provide reproducible copies to the City. In the event of termination of the agreement, the proposing Company shall cease work and deliver to the City all documents (including reports and all other data and material prepared or obtained by the Company in connection with the City of South Miami Janitorial Services RFP, as well as all documents bearing the professional seal of the Company. The City shall, upon delivery of the aforesaid documents, pay the Company and the Company shall accept as full payment for its services there under, a sum of money equal to the percentage of the work done by the Company and accepted as satisfactory to the City. The Company warrants and certifies that it has the right to use, and the right to license the City to use, all copyrighted material that is developed for or used in the Work to be performed and hereby grants to the City the right to used such copyrighted material, or at the City's option, the Company shall assign to the City such material, so long as it is needed to complete the contemplated janitorial services program. 25. Unauthorized Aliens The employment of unauthorized aliens by any firm is considered a violation of Federal Law. If the Contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of any contract resulting from this RFP. This applies to any sub - contractors used by the firm as well. 26. Waiver Failure of the City to take any action with respect to any breach of any term, covenant, provision or condition contained in the agreement, or any instance of default there under by the awarded firm shall not be deemed to be a waiver of such term, covenant, provision or condition nor shall it be deemed to be waiver of any future default. 27. Attorney's Fees: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. R SUBMISSION REQUIREMENTS RFP #PW 201 It is imperative that the information submitted is precise, clear, and complete. All submittals must be presented one (1) original unbound proposal, ten (10) additional copies and one (1) digital Flash Drive or CD copy, an 8 1/2" x 1 I", tabbed for the following format (submittals not conforming to this format may be disqualified from further consideration). Request for Qualifications should include the requirements listed below. Submittals submitted without meeting ALL the requirements may be considered non - responsive. Format Sections and subsections should correspond in sequence with those identified below. All additional information that the Consultant believes is unique to a section and does not fit the established outline may be included at the end of each section under a subheading "Additional Information." The following information shall be provided in the order detailed: failure to provide any one part of this section without appropriate explanation may result in disqualification of proposal. a. Title Page - List the RFP subject, the name of the firm, address, telephone number, email address, contact person and date. b. Table of contents - Include a clear identification of the material included in the submittal by page number. c. Letter of Interest -- Limit two (2) pages. Make a positive commitment to perform the required work within a specified timeline, acknowledgement of receipt of addenda. Give the name(s) of the person(s) who will be authorized to make representation for the firm, their title, phone number and email address. d. Qualifications and Experience Provide a brief discussion of the firm's understanding and approach to the work described herein. 2. A resume of the individual(s) who will work on City matters and a statement identifying the individual(s) who will attend meetings and have primary responsibility for City matters and whether the individual(s) represents other municipalities. 3. A list of any individual(s) or firm with whom the Respondent has a contractual relationship or other business affiliation. 16 4. A disclosure of the following: (a) any relationships between the individual(s) of the firm and any Commission member, his /her spouse, or family: (b) any relationship between any individual(s) of the firm and any business or entity owned by a Commission member or their family or in which a Commission member or their family has or had an interest; (c) any other information concerning any relationships between the individual(s) of the firm and any Commission member which the Respondent deems might be relevant to the Commission's consideration; (d) such other governmental or quasi - governmental entities which are represented by the individuals) /firm, and the nature of the representation in such matters; and (e) a "conflict list" if the same is maintained by the individual(s) or the firm. 5. Three (3) contracts the individual(s) /firm performed involving services similar to those detailed herein. The schedule of the work, cost of the work and scope of work for each such contract. 6. Three (3) references. 7. Resumes for each of the firm's staff who will be performing any of the work. e. Respondent's Sworn Statement Under Section 287.133(3)(A), Florida Statutes, on Attachment #1 "Public Entity Crimes and Conflicts of Interest Affidavit," shall be completed and provided with the proposal submittal. f. Neither the individual(s) /firm, nor any of his /her /its employees shall be permitted to represent any client before the Commission or any Committee, department or agency of the City, and shall agree not to undertake any other private representation which might create a conflict of interest with the City. The individuals) /firm may not represent any Commission member, individually, or, any member of their family or any business in which the Commission member of their family has an interest. g. All proposals received will be considered public recor proposals using such criteria as the Commission or either of their sole discretion. The individual(s) /firm enter into a formal agreement with the City in a form to the execution of which the City shall reserve all change its selection. ds. The City will consider all City Manager may adopt at selected will be required to satisfactory to the City, prior rights, including the right to h. Respondent's Attachment # 2 "Drug Free Workplace" form shall be completed and provided with the proposal submittal. Respondent's Attachment # 3 "No Conflict of Interest/Non Collusion Affidavit," shall be completed and provided with the proposal submittal. 17 j. Respondent's Attachment # 4 "Acknowledgement and Conformance with OSHA Standards," shall be completed and provided with the proposal submittal. k. Price Proposal Sheet — All proposals shall include a Price Proposal Sheet with their submittal. EVALUATION CRITERIA Proposals will be evaluated by an Evaluation /Selection Committee which will evaluate and rank proposals on criteria listed below. The criteria are itemized with their respective weights for a maximum total of one hundred (100) points per Evaluation /Selection Committee member. Proposer's experience, qualifications, and past performance related to the managing and operating of similar contracts for janitorial services Points 25 Relevant experience and qualifications of key personnel, including key personnel of any subcontractors, that will be assigned to this project, and experience and qualifications of any subcontractors Points 20 Proposer's start -up and operation plan, time frame, number of qualified staff to be assigned to the facilities. Points 20 Proposed Monthly /Annual Fee Points 35 TOTAL 19 Points 100 This checklist indicates the forms and documents required to be submitted for this Request for Proposal (RFP) to be presented by the deadline set for within the RFP_ Please check off and submit documents in the order listed below. Fulfillment of all proposal requirements listed is mandatory for consideration of proposals. The proposal shall include the following items: Bidder Qualification Statement Non - Collusion Affidavit Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers Indemnification and Insurance Documents Price Proposal Sheet Submit this checklist along with your proposal indicating the completion and submission of each required forms and /or documents. WE THIS AGREEMENT is made between ge //y J��r�c.�s��.� 3 .4 a Florida corporation, ( "Company ") and the City of South Miami, a Florida municipal corporation, ( "City "), on thisz(6c day of, CL46Age , 2012. WHEREAS, the City desires to contract with a Company to perform janitorial services at all City facilities and buildings. NOW, THEREFORE, in consideration of the mutual promises and agreements hereinafter set forth, the receipt and sufficiency, of which are hereby acknowledged, and, at the City's option, contingent upon the completion and submittal of all required bid documents, the parties agree as follows: SCOPE OF SERVICES: The Company agrees to provide janitorial services for the City including all material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami, including those services set forth in the Janitorial Request for Proposal ( "Janitorial RFP ") and those included in the Company's response to the RFP. RESPONSIBILITIES OF THE PARTIES Compan- The Company shall perform all duties and provide the required material, labor, supplies and equipment to perform the scope of services which includes the following: OFFICES -Daily Service 1. Empty all waste receptacles, removing waste to designated area for disposal, replace plastic liners. 2. Empty and damp wipe garbage receptacles. 3. Dust and spot clean all counter tops. 4. Dust all horizontal surfaces of desks, chairs, tables and office equipment. S. Dust all exposed filing cabinets, bookcases and shelves. 6. Dust to hand height all horizontal surfaces of equipment, ledges, and sills, shelves, ventilating louvers, frames, partitions, etc. 7. Clean and sanitize all drink fountains. 8. Remove cobwebs from walls and ceilings. 21 9. Spot wash glass surfaces, doors, frames, kick and push plates, handles, light switches, baseboards, etc. All surfaces will be cleaned with the utmost care. 10. Vacuum clean all exposed carpeting, minimum 3 times per week. 11. Inspect carpet for spots and stains, remove where possible. 12. Dust mop or sweep all non - carpeted floors thoroughly using a chemically treated mop. 13. Mop uncarpeted floors as needed, minimum 3 times per week. 14. Spot clean spills with a damp mop. 15. Before leaving any office, shut off lights, electrical appliances, and lock all entrance doors and only interior doors requested. 16. Remove fingerprints and smudges from all walls. 17. Report all burned out lights. 18. Detail and clean all kitchens, counter tops, or lunch room areas. OFFICES - Weekly Service 1. Dust all ledges, wall moldings, pictures, shelves and other services above hand height. 2. Brush down and clean all vents and grills 3. Clean all baseboards. 4. Dust all light fixtures and covers. 5. Clean all ground level windows and glass partitions OFFICES - Quarterly Service 1. Dust and clean or vacuum all drapes and blinds. 2. Detail and vacuum chairs and upholstered furniture. 3. Dust and clean all light fixtures and covers. 4. Scrub and wax vinyl floors. OFFICES - Monthly Service (Community. Center Ong) 1. Wax and buff floors. BI- ANNUAL SERVICE 1. Deep cleaning, all carpets at all City facilities. 2. Thoroughly clean all outside windows and glass partitions RESTROOMS -Daily Service Empty trash containers and remove trash to designated area. 22 2. Damp wipe or scrub and sanitize all trash containers. 3. All Commodes, urinals, and basins to be scoured and disinfected. Both sides of toilet seat to be cleaned daily. 4. Clean and polish all faucets, sinks, and exposed metal. 5. All piping to be cleaned and polished. 6. All partitions to be spot cleaned and washed as necessary. 7. Replenish all paper products, including toilet covers, paper towels and toilet paper daily. 8. Replenish hand soap daily. 9. Sweep the floors and damp mop with germicidal disinfectant. RESTROOMS -Weekly Service 1. Wash down all walls, and sanitize all partitions. 2. Wash all waste containers and disinfect. 3. Clean and polish all doors, doorplates, and hardware. 4. All floors cleaned and grout cleaned. RESTROOMS- Monthly Service I. Wipe clean all ceilings, lights, and fixtures. 2. Detail all toilet compartments and fixtures. 3. Brush and clean grills and vents. 4. Clean shower curtains and shower heads. RESTROOMS- Quarterly Service 1. Scrub all tile floors. BACKGROUND SCREENING All selected Company's personnel providing service at City facilities must be in compliance with Level II Background Screening and fingerprinting requirements as per Exhibit 2, Chapter 435, including but not limited to Florida Statute 43S.04, Employment Screening, prior to the scheduled start date of janitorial services. The Company is responsible for the Background Screenings and, all completed Backgroun d City of South Miami Police Department janitorial services. 23 Screenings must be approved by the prior to the scheduled start date for LMWA The City shall provide access for the Company's authorized personnel who have successfully completed Level II Background Screening, to all City facilities and buildings to perform janitorial services as per the schedule below. The City agrees to pay the Company the agreed upon monthly fee for the performance of said janitorial services in the amount of $ ! $e�,o � (as set forth in the Company's bid, or the amount negotiated with the City). janitorial Services Locations ( B Buildings, 5 Locations) Note: The measurements and S.F. are estimated. 24 NOTE: IN ORDER TO FACILLITATE FUTURE ADJUSTMENTS, EITHER INCREASES OR DECREASES IN THE NUMBER OF FACILITIES AND AREAS THAT WOULD REQUIRE JANITORIAL SERVICES, THE COMPANY WILL BE REQUIRED TO SUBMIT PRICING BASED ON THE SCOPE OF SERVICES AND FACILITY, THE PRICING WILL BE SUBJECT TO APPROVAL AND ACCEPTANCE BY THE CITY PRIOR TO IMPLEMENTATION. TERM: The term of this contract is three (3) years and shall commence from the date of execution of the agreement between the City and Contractor. PERSONNEL: All personnel fulfilling the terms of this Agreement, shall be employed solely by the Company and be employees of the Company. Company agrees to pay the following for each of the Company's employees: Wages Income tax withholdings Social security withholdings State unemployment insurance Federal unemployment insurance Workmen's compensation insurance Company shall train personnel. Personnel not performing up to the standards of the City will be replaced by the Company immediately upon receipt of written notice of the unsatisfactory performance issued by the City Manager. INSURANCE and INDEMNIFICATION: The Company shall maintain and keep in full force and affect the coverage as set forth in the City's standard insurance requirements: Without limiting its liability, the Company shall procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the Company, from claims which may arise out of or result from the proposing Company's execution of a contract with the City of South Miami for Janitorial Services, whether such execution by the Company or by any sub - consultant, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The Company shall not commence WORK on this Agreement until the Company has obtained all insurance required by the City. The Company shall indemnify and save the City harmless from any and all damages, claims, liability, losses and causes of actions of any kind or nature arising out of a negligent act or omission of the Company, its agents, representatives, employees, sub - contractor, or assigns.. The Company shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including the City's attorney's fees and expenses in the defense of any action in law or equity brought against PA the City arising from the negligent act or omission of the Company, its agents, representatives, employees, sub - contractor, or assigns. The Company agrees and recognizes that the City shall not be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Company, its agents, representatives, employees, sub - contractors or assigns. In reviewing, approving or rejecting any submissions or acts of the Company, the City in no way assumes or shares responsibility or liability of the Company, its agents, representatives, employees, sub - contractors or assigns. The Company shall maintain during the term of this Agreement the following insurance: A. Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the Company shall become legally obligated to pay as damages for claims arising out of the services or work performed by the Company, its agents, servants, employees, representatives, sub - contractors, independent contractors or assigns, in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the Company may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, on a Florida approved form including automobile liability, completed operations and products liability, contractual liability,_ severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance $25,000 per person; • Property Damage: $50,000.00 each occurrence; • Automobile Liability: $1,000,000 each accident/occurrence. C. Umbrella Commercial General Liability insurance on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim. The City must be named as additional "named" insured for all except Workers' Compensation, and reflect the indemnification and hold harmless provision contained herein. Policy must specify whether it is primary or excess /umbrella coverage. City must receive 30 days advance written notice of any policy modification and 30 days advance written notice of cancellation, including cancellation for non - payment of premiums. All insurance must remain in full force and effect for the duration of the contract period with the City. The Company must provide not only a "certified 7 copy" of the Binder but also the Policy itself with the name, address and phone number of the agent and agency procuring the insurance. D. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. E. The policies, except for the policy described in Section D above, shall contain a waiver of subrogation against City where applicable, shall expressly provide that such policy or policies are primary over any other insurance that City may have. The City reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability' clause without obligation for premium payment by the City. G. All of the above insurance required to be provided by the Company is to be placed with BEST rated A -8 (A -VIII) or better insurance companies, qualified to do business under the laws of the State of Florida on approved Florida forms. The Company shall furnish certified copies of all "Binders" or certificates of insurance to the City prior to the commencement of operations, which "Binders" or certificates shall clearly indicate that the Company has obtained insurance in the type, amount, and classification as required for strict compliance with this section concerning insurance and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the City. Compliance with the foregoing requirements shall not relieve the Company of its liability and obligations under this or any other portion of this Agreement. Company agrees to supply copies of certificates of insurance to the City verifying the above - mentioned insurance coverage. Company agrees to list City as an Additional Named Insured of the Company's General liability insurance and shall provide the City quarterly reports concerning any and all claims. TAXES: Company shall be responsible for all payments of federal, state, and /or local taxes related to its performance under the terms of this agreement, inclusive of sales tax if applicable. DRUG FREE WORKPLACE: The Company shall comply with the Drug Free Workplace policy set forth in attachment # two which is made a part of this agreement by reference. INDEPENDENT CONTRACTOR: Company is an independent entity under this Agreement and nothing herein shall be construed to create a partnership, joint venture, or agency relationship between the parties. 27 DUTIES AND RESPONSIBILITIES: Company agrees to provide its services during the term of this Agreement in accordance with all applicable laws, rules, regulations, and health and safety standards of the federal, state, and City, which may be applicable to the service being provided. LICENSES AND CERTIFICATIONS: Company shall secure all necessary business and professional licenses at its sole expense prior to executing the Agreement. TERMINATION: The City shall have the right to terminate this Agreement with or without cause upon sixty (60) days written notice to Company. Cancellation by the City will be effective sixty (60) days following the receipt by the Contractor of a written notice advising the contractor that the contract shall be cancelled. Upon termination, the City shall be entitled to a refund of any monies paid for any period of time subsequent to date of termination. The City may, at its sole option, terminate this agreement immediately, without prior notice, if it discovers that the Company made any misrepresentation in any of its responses to the City's Janitorial RFP. ENTIRE AGREEMENT, MODIFICATION, and BINDING EFFECT: This Agreement constitutes the entire agreement of the parties and supersedes any prior agreements, understandings, representation or negotiation, written or oral. This Agreement may not be modified or amended except in writing, signed by both parties hereto. This Agreement shall be binding upon and inure to the benefit of the City and Company and to their respective heirs, successors and assigns. CUMULATIVE REMEDIES: The duties and obligations imposed by the contract documents, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Company by the Contract Documents and the rights and remedies available to the City hereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract Documents. In order to entitle any party to exercise any remedy reserved to it in this Agreement, or existing in law or in equity, it shall not be necessary to give notice, other than such notice as maybe herein expressly required. CLAIM PERIOD: Should the City or the Company suffer injury or damage to its person or property because of any error, omission, or act of the other or of any of their employees or agents or others for whose acts they are legally liable, claim shall be made in writing to the other party within twenty one (21) days of the first observance of such injury or damage. The parties hereby agree that any claim that is not timely made in accordance with this paragraph is waived by the party failing to timely make the claim. JURY TRIAL: City and Company knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in 28 respect to any action or proceeding in which a jury trial is allowed and which arises out of this Agreement or the performance of the work thereunder. VALIDITY OF EXECUTED COPIES: This agreement may be executed in several counterparts, each of which may be construed as an original. RULES OF INTERPRETATION: Throughout this agreement the male pronoun may be substituted for female and neuter and the singular words substituted for plural and plural words substituted for singular wherever applicable. SEVERABILITY: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. NON= WAIVER: City and Company agree that no failure to exercise and no delay in exercising any right, power or privilege under this Agreement on the part of either party shall operate as a waiver of any right, power, or privilege under this Agreement. No waiver of this Agreement, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this agreement. Any waiver of any term, condition or provision of this Agreement will not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. EQUAL EMPLOYMENT AND NO DISCRIMINATION: The Company shall not discriminate against any person, including any employee or applicant for employment, on the basis of race, creed, color, national origin, religion, sex, familial status, ethnicity, sexual orientation, handicap or disability. The Company shall comply with the Americans with Disabilities Act, including any amendments thereto, during the performance of this contract. GOVERNING LAWS: This Agreement and the performance of services hereunder will be governed by the laws of the State of Florida, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami -Dade County, Florida. ATTORNEYS' FEES AND COSTS: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. AUDIT: Upon request and during regular business hours, the Company shall allow the City or its consultant to audit, inspect, and examine the facility for safety and the Company's records for contractual compliance. In an effort to confirm such information, the City may communicate directly with Company's providers of goods and services. Additionally, the Company shall keep complete and accurate books and records of accounts and business operations in accordance with 29 generally accepted accounting principles for a period of three (3) years following termination of this Agreement. UNAUTHORIZED ALIENS: The employment of unauthorized aliens by the Company is considered a violation of Federal Law. If the Company knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement . This applies to any sub - contractors used by the Company as well. ASSIGNMENT: Company shall not assign or transfer its rights under this Agreement without the express written consent of the City. The Company shall not assign any of its duties, obligations and responsibilities. The City will not unreasonably withhold and /or delay its consent to the assignment of the Contractor's rights. The City may, in its sole discretion and satisfaction, allow the Company to assign its duties, obligations and responsibilities if the assignee meets all of the City's requirements. EFFECTIVE DATE: This Agreement shall not become effective and binding until it has been executed by both parties hereto and the effective date shall be the date of its execution by the last party so executing it. THIRD PARTY BENEFICIARY: It is specifically understood and agreed that no other person or entity shall be a third party beneficiary hereunder, and that none of provisions of this Agreement shall be for the benefit of or be enforceable by anyone other than the parties hereto, and that only the parties hereto shall have any rights hereunder. FURTHER ASSURANCES: The parties hereto agree to execute any and all other and further documents as might be reasonably necessary in order to ratify, confirm, and effectuate the intent and purposes of the Agreement. TIME OF ESSENCE: Time is of the essence of this Agreement. INTERPRETATION: This Agreement shall not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. FORCE MAJEURE: Neither party hereto shall be in default of its failure to perform its obligations under this Agreement if caused by acts of God, civil commotion, strikes, labor disputes, or governmental demands or requirements that could not be reasonably anticipated and the effects avoided or mitigated. Each party shall notify the other of any such occurrence. NOTICES: Whenever notice shall be required or permitted herein, it shall be delivered by hand delivery, e-mail, facsimile transmission or certified mail with return receipt requested, or other customary electronic means that provides confirmation of delivery and shall be deemed delivered on the date shown on the delivery confirmation or if by certified mail, the date on the return receipt or the date shown as the date same was refused or unclaimed. No notice shall be considered valid or enforceable unless there is written or electronic proof of delivery. Notices shall be delivered to the following individuals or entities at the transmission numbers or the addresses (including electronic communication addresses such as e-mail) as set forth below: 30 To the City of South Miami To the City Manager, Hector Mirabile, PhD 6130 Sunset Dr. South Miami, FL 33143 Fax: E -mail: With copies by U.S. mail to: City Attorney, Thomas Pepe, Esquire 6130 Sunset Dr. South Miami, FL 33143 Z' (f 1 4y 04 A u/ism "Ael 7,eow, Company President 2t3v a cv o'y �+''• �l�Anl,�c 3.716 Address Fax: L? aT E -mail: 14 G G✓ 61�1ye7"�vis,�+ /co�.L'•►t With copies by U.S. mail to: Company Attorney IN WITNESS WHEREOF, the parties have signed this Agreement of 2012. COMPANY NAME, a Florida corporation ue ui vviieba Mr u Maria M. Menendez Name AUTHENT4CATION: this day of CITY OF SOUTH MIAMI 31 Signature: Manager a'IV 0 ExHiBIT 2.# FLORIDA STATUTE 43S.04, CHAPTER SCREENING axr:r+t.�« ; .> -.xmn �._ ..w .. zraross-: n+ asp>em9cm��c..m..- wz^.e�:r�.y -_ sx rvrs- nr.,�n- <s;�mrrz��- .�aa:✓:..,, cva+�.^rs...rnra� n- aaa >rx: »,_.xar +- ..e+c.�w�.,va.z�ow :r.�,aa_rr._ - tim+^.. -:.r. janitorial Services RFP • i Florida Statute 435.04, Chapter 435, Employment Screening 32 Florida Statutes Title XXXI. LABOR Chapter 435. EMPLOYMENT SCREENING Current through 2010 Special Session A Legislation § 435.04. Level 2 screening standards [1] (1)(a) All employees required by law to be screened pursuant to this section must undergo security background investigations as a condition of employment and continued employment which includes, but need not be limited to, fingerprinting for statewide criminal history records checks through the Department of Law Enforcement, and national criminal history records checks through the Federal Bureau of Investigation, and may include local criminal records checks through local law enforcement agencies. (b) Fingerprints submitted pursuant to this section on or after July 1, 2012, must be submitted electronically to the Department of Law Enforcement. (c) An agency may contract with one or more vendors to perform all or part of the electronic fingerprinting pursuant to this section. Such contracts must ensure that the owners and personnel of the vendor performing the electronic fingerprinting are qualified and will ensure the integrity and security of all personal information. (d) An agency may require by rule that fingerprints submitted pursuant to this section must be submitted electronically to the Department of Law Enforcement on a date earlier than July 1, 2012. (2) The security background investigations under this section must ensure that no persons subject to the provisions of this section have been arrested for and are awaiting final disposition of, have been found guilty of, regardless of adjudication, or entered a plea of nolo contendere or guilty to, or have been adjudicated delinquent and the record has not been sealed or expunged for, any offense prohibited under any of the following provisions of state law or similar law of another jurisdiction: (a) Section 393.135, relating to sexual misconduct with certain developmentally disabled clients and reporting of such sexual misconduct. (b) Section 394.4593, relating to sexual misconduct with certain mental health patients and reporting of such sexual misconduct. (c) Section 415.111, relating to adult abuse, neglect, or exploitation of aged persons or disabled adults. (d) Section 782.04, relating to murder. (e) Section 782.07, relating to manslaughter, aggravated manslaughter of an elderly person or disabled adult, or aggravated manslaughter of a child. (f) Section 782.071, relating to vehicular homicide. (g) Section 782.09, relating to killing of an unborn quick child by injury to the mother. (h) Chapter 784, relating to assault, battery, and culpable negligence, if the offense was a felony. (i) Section 784.011, relating to assault, if the victim of the offense was a minor. 0) Section 784.03, relating to battery, if the victim of the offense was a minor. (k) Section 787.01, relating to kidnapping. (1) Section 787.02, relating to false imprisonment. (m) Section 787.025, relating to luring or enticing a child. (n) Section 787.04(2), relating to taking, enticing, or removing a child beyond the state limits with criminal intent pending custody proceedings. (o) Section 787.04(3), relating to carrying a child beyond the state lines with criminal intent to avoid producing a child at a custody hearing or delivering the child to the designated person. (p) Section 790.115(1), relating to exhibiting firearms or weapons within 1,000 feet of a school, (q) Section 790.115(2)(b), relating to possessing an electric weapon or device, destructive device, or other weapon on school property. (r) Section 794.011, relating to sexual battery. (s) Former s. 794.041, relating to prohibited acts of persons in familial or custodial authority. (t) Section 794.05, relating to unlawful sexual activity with certain minors. (u) Chapter 796, relating to prostitution. (v) Section 798.02, relating to lewd and lascivious behavior. (w) Chapter 800, relating to lewdness and indecent exposure. (x) Section 806.01, relating to arson. (y) Section 810.02, relating to burglary. (z) Section 810.14, relating to voyeurism, if the offense is a felony. (aa) Section 810.145, relating to video voyeurism, if the offense is a felony. (bb) Chapter 812, relating to theft, robbery, and related crimes, if the offense is a felony. (cc) Section 817.563, relating to fraudulent sale of controlled substances, only if the offense was a felony. (dd) Section 825.102, relating to abuse, aggravated abuse, or neglect of an elderly person or disabled adult. (ee) Section 825.1025, relating to lewd or lascivious offenses committed upon or in the presence of an elderly person or disabled adult. (fi) Section 825.103, relating to exploitation of an elderly person or disabled adult, if the offense was a felony. (gg) Section 826.04, relating to incest. (hh) Section 827.03, relating to child abuse, aggravated child abuse, or neglect of a child. (ii) Section 827.04, relating to contributing to the delinquency or dependency of a child. Oj) Former s. 827.05, relating to negligent treatment of children. (kk) Section 827.071, relating to sexual performance by a child. (11) Section 843.01, relating to resisting arrest with violence. (mm) Section 843.025, relating to depriving a law enforcement, correctional, or correctional probation officer means of protection or communication. (nn) Section 843.12, relating to aiding in an escape. (oo) Section 843.13, relating to aiding in the escape of juvenile inmates in correctional institutions. (pp) Chapter 847, relating to obscene literature. (qq) Section 874.05(1), relating to encouraging or recruiting another to join a criminal gang. (rr) Chapter 893, relating to drug abuse prevention and control, only if the offense was a felony or if any other person involved in the offense was a minor. (ss) Section 916.1075, relating to sexual misconduct with certain forensic clients and reporting of such sexual misconduct. (tt) Section 944.35(3), relating to inflicting cruel or inhuman treatment on an inmate resulting in great bodily harm. (uu) Section 944.40, relating to escape. (vv) Section 944.46, relating to harboring, concealing, or aiding an escaped prisoner. (ww) Section 944.47, relating to introduction of contraband into a correctional facility. (xx) Section 985.701, relating to sexual misconduct in juvenile justice programs. (yy) Section 985.711 . relating to contraband introduced into detention facilities. (3) The security background investigations under this section must ensure that no person subject to this section has been found guilty of, regardless of adjudication, or entered a plea ofnolo contendere or guilty to, any offense that constitutes domestic violence as defined in s. 741.28, whether such act was committed in this state or in another jurisdiction. History. s.47, ch. 95 -228; s.16, ch. 96 -268; s.22, ch. 96 -322; s.4, ch. 98 -417; s.5, ch. 99 -284; s.88, ch, 2000 -153; s.7, ch. 2001 -125; s.5, ch. 2004 -267; s.4, ch. 2005 -119; s.111, ch. 2006-120; s.90, ch. 2006-197; s.110, ch. 2007 -5; s.3, ch. 2007 -112; s.66, ch. 2009 -223; s.6, ch. 2010 -31; s.38, ch. 2010 -114. Section 58, ch. 2010 -114, provides that "[t]he changes made by this act are intended to be prospective in nature. It is not intended that persons who are employed or licensed on the effective date of this act be rescreened until such time as they are otherwise required to be rescreened pursuant to law, at which time they must meet the requirements for screening as set forth in this act." ATTACHMENT PUBLIC AND CONFLICTS OF ITT TZT _ rev �S E �.,.,.:._.. _. _ m _� . • «u. _ _„ , -�,.W ��.�. >:.._ . . R janitorial ., . , 0 Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes - "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or it's agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I . This sworn statement is submitted to [print name of the public entity] by [print individual's name and title] for [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or 61 without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 ([)(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order.] 36 Continuation o f Attachment #2 Public Entity Crimes and Conflicts I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED, I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this Personally known or Produced identification day of Notary Public — State of My commission expires (signature] , 20 (Type of identification) (Printed, typed or stamped commissioned name of notary public) Form PUR 7068 (Rev.06/ 1 1 /92) 37 Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees, that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. PROPOSER's Signature: Print Name: Date: W ATTACHMENT #3 NO CONFLICT OF INTEREST /NON- COLLUSION CERTIFICATION Submitted this day 20 , Services RFP #PW- 2012 -8 -01 The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are named herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Bidder /Proposer agrees if this response /submission is accepted, to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer and the CITY, for the performance of all requirements to which the response /submission pertains. The Bidder /Proposer states that this response is based upon the documents identified by the following number: Bid /RFP The full -names and residences of persons and firms interested in the foregoing bid /proposal, as principals, are as follows: Name Street Address City State EM Zip I i The Bidder /Proposer further certifies that this response /submission complies with section 4(c) of the Charter of the City of Miami, Florida, that, to the best of its knowledge and belief, no Commissioner, Mayor, or other officer or employee of the CITY has an interest directly or indirectly in the profits or emoluments of the Contract, job, work or service to which the response /submission pertains. Signature: Printed Name: Title: Telephone: Company Name RE 0 Continuation o f Attachment #4No Conflict of inter /Non - Collusion Certification NOTARY PUBLIC: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this , 20 by person whose signature is being notarized) who is SEAL day of (name of Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. (Name of Notary Public: Print, Stamp or type as commissioned.) FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE .1 ATTACHMENT #4 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS r: a"'4.:.. ^:ta l.. M4q?il+mii m a .. .._ X _n?v'.L"�n' � i. _ _. -aigr 3' �{�'ip• .-/J. . ". •.. N2 ..?YID. !y.'A' _ Y Po^vi.. f 3:Jk hx(SD janitorial Services I I ' I , • I TO THE CITY OF SOUTH MIAMI We, , (Name of Contractor), hereby acknowledge and agree that as Contractors for the Janitorial Services RFP, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): to comply with such act or regulation. CONTRACTOR BY: Witness Name Title FAILURE TO COMPLETE SIGN,& RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 41 Project Name: RFP NO. Date: Sent: H ADDENDUM No. I janitorial Services RFP PW- 2012 -8 -01 August 16, 2012 Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Ouestion #11: How do we quote the Head Start Building and Central Services? Answer to Question # I : The Head Start and Central Services buildings should be quoted separately. Attached to this Addendum is a revised Price Proposal Sheet that must be submitted with your quote. All other facilities and buildings must be quoted in one combined monthly and annual quote. Question #26 Can you please provide us with the current contract price and, who is providing services? Answer to Question #2 The City is on a month -to -month contract with Able Business Systems at $4,000 per month. Page 1 of 5 Question #30 Will the City provide storage for the contractors janitorial supplies? Answer to Question #3: The City will provide a storage area in each location except for the Senior Center. Ouestion #4: Please advise the size of the bleachers in the Gym in the Community Center, Answer Question #4: The bleachers are 42' L X 12' W. Question #5: Is the contractor responsible to clean the Gym in the Community Center? Answer to Question #5: No, the contractor is responsible to clean the bleachers only. Question #6: Is the contractor responsible to clean refrigerators located in each City department? Answer to Ouestion #6: No, the only refrigerator the contractor is responsible to clean is in the Community Center. Ouestion #7: Is the contractor responsible to strip and wax the floor in the Community Center? Answer to Question #7: No, contractor is required to sweep, mop and buff the floors at the Community Center. Question #8: Please advise the frequency of service and access requirements for the "Evidence Room" in the Police Department Answer to Question #8: The Evidence Room will be cleaned when access is provided by the Police Department, Page 2 of 5 Question #9: Is the Police Department available after normal business hours to wax and strip floors? Answer to Ouestions #9: Yes, weekend mornings Saturday or Sunday, by appointment only with the Police Department. Question # 10: Please explain the square footage provided in the RFP for each City location requiring service. Answer to Ouestion #10: The square footage for each location identified as "Lobby /Floors" and "Office Space" should be combined for a grand total for each location. Ouestion #11 During pre -bid walk thru, it was mentioned the City gets cleaned twice per day, the specs do not say that. Please clarify. Answer to Ouestion #11: Please refer to the scope of services and the frequency of services under the section "Responsibilities of the Parties" that are required on a daily, weekly, monthly, quarterly and bi- annual basis. Question # 12: Motorpool is not listed in the RFP where all the buildings are. Is this going to be added since it was part of the walk thru? Answer to Ouestion #12: Motopool is included with the Public Works department. Question #13: Does the bidder need to include consumable supplies (toilet tissue, hand towel, hand soap, & trash liners)? If so, how much was the city spending per month when it was done in house? Answer to Question #13: The City previously purchased consumable supplies and were co- mingled with all supply purchases and we are unable to provide a dollar amount for specifically for janitorial services. Page 3 of 5 Question #14: If we are to supply all the paper stock, please tell us the population per location. Answer to Question #14: The City is unable to provide specific paper stock numbers or activity per location. Question #I5: Is there a bid or performance bond required? Answer to Question #15: No, a bid or performance bond is not required. Question # 16: Do we need to include a copy of our insurance certificate with the bid or upon an award? Does the janitorial services agreement need to be included with the bid? I believe it is only necessary upon an award. Answer to Ouestion #16: No, the insurance certificate is not required with the bid but is a condition of award. The certificate is required prior to the execution of a contract or the City issues a PO. The Janitorial Services agreement is not required with the submission of the bid. Question #17: Do you want floor maintenance and carpet cleaning completed during normal working hours? This is a safety issue. If someone walks on a wet floor or carpet they could fall and be injured. Normally these services are completed after hours or on weekends. Answer to Question #17: Floor maintenance and carpet cleaning can occur between the hours of 7 AM to 4 PM, M — F. However, the cleaning crew can schedule this activity early in the shift as most employees and traffic occurs after 8 AM. Floor maintenance does not require heavy mopping; suggest the contractor place `Wet Floor" warning cones on areas that have been mopped. Warning cones would be the responsibility of the contractor. Page 4 of 5 ADDENDUM #1 REVISED PRICE PROPOSAL SHEET; AUGUST 1 b, 2012 Proposers must include the Revised Price Proposal heet with their submittal. Failure to do so will render your proposal non - responsive and will be rejected from further consideration. PRICE PROPOSAL SHEET Central All Other Total Head Start Services Annual Locations Monthly Monthly Fee Monthly Monthly Fee Fee Amount Year Fee Year I (12 Months) Year 2 (12 Months) Year 3 (12 Months) TOTALS IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 5 of 5 Project Name: RFP NO, Date: Sent: ny a. a ADDENDUM No. 2 janitorial Services RFP PW- 2012 -8 -01 August 20, 2012 Fax/& mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question #I• Does the bid require a cleaning crew at the Community Center for 13 hours m -f and 6 hours on Saturday? All other buildings 9 hours daily to clean and commute among them? If so, I assume these requirements are not part of the current contract. Please explain. Answer to Question #I: The Scope of Work includes the following: The Community Center requires janitorial services from 7 AM to 8 PM, M - F; Saturday hours of service is 10 AM to 4 PM. Staffing for those hours will be up to the contractor who receives the award. The City however expects coverage for the hours listed in the scope of work. These hours of coverage for the Community Center are not in the current month -to -month contract. Page l of 2 Question #2: Does the bidder need to purchase consumables (Toilet paper, paper towels, hand soap etc.)? Answer to Ouestion #2: Yes. The City of South Miami is seeking proposals from experienced and capable parties to provide janitorial services for all City facilities and buildings. The Contractor shall furnish all material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami. Question #3: The wording in the RFP regarding the Service Frequency is unclear. It lists all Locations as 7:00 a.m. to 4:00 p.m. Is that each location or all the locations combined. Are those times required or are they at the contractor's discretion? It also lists the Community Center as 13 hours per day and 6 hours on Saturday. Is that the requirement for a 22,000 SF facility? Is this part of the current contract? If so, are you sure about the current contract price of $4000.00 per month? We need your response as soon as possible since the bid is due Friday. Answer to Question #3 The frequency of service for All Locations is 7 AM to 4 PM, M -F. The exception is the Community Center. Service hours for the Community Center are 7 AM to 8 PM, M -F; Saturday hours of service is 10 AM to 4 PM. The City requires service and coverage for the hours listed in the scope of work; it is not at the discretion of the contractor. The square footage for the Community Center and all locations listed the scope of work should be combined for a grand total per location. The current month -to -month contract does not include the same scope of services as RFP # PW- 2012 -8 -01. The contract price of the month -to -month contract is $4,000 per month. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 2 of 2 Pre -Bid Conference Sign4n Sheet Date: August 14, 2012 RFP Title. Janitorial Services RFP RFP No.. Please Print Clearlv PW- 2012m&01 \\ EXODUS \Exodus \Departnients\finance \Re fin ancing Bonds 2012\Purchasing \Request for Proposals & Qualification (RFPs) \Janitorial RFP 2012 \Pre Bid Meeting \Janitorial Services RFP 8.14.2012.doe ..t Name/Title Company Name/ &mall Address Telephone No C,KAs / �i' gyp/ 7"U/sji.� c. � S U✓"lole/cr 5 �„!t�{c;tr1'�k�,l E(.'(1.i�(a5.C`0 �,: l(.OiE� M'V ' y .iP� l lOs'',� ' � vM , v, rLe r , �. ,(, LLD 't1`t'i "�CirY f1 has cacd, A=rirg �rmarj<IQ M ee 6\enuJnercc;a,v5��-�69- 9 iSCc , 2W -- °s UC�I +2ci Fior dq Ciegrlfj, C. .0 tc 1 PrIe'4. C� CV 11 Ll.UF5 1orictOC.Iegnex.COv►� �1 q 5�� - 4g�T ©N �"�G _ 11 — \\ EXODUS \Exodus \Departnients\finance \Re fin ancing Bonds 2012\Purchasing \Request for Proposals & Qualification (RFPs) \Janitorial RFP 2012 \Pre Bid Meeting \Janitorial Services RFP 8.14.2012.doe ..t Pre -Bid Conference Sign4n Sheet BID OPENING REPORT ltd CC) R.1'�,H::iif 1+ sli Ilk,. ✓.``� � az7 Bids were opened on: Friday, 2. August 24, 2.012 _ _ after: 10:00am For: Janitorial Services — RFP #PW- 2012 -8 -01 CONTRACTORS: BID AMOUNTS: 1, AMERICAN SERVICES 2. DISTINCTION SERVICES, LLC 3. PREMIERE BUILDING SERVICES 4.. CHI -ADA CORPORATION 5. BEST JANITORIAL & SUPPLIES, INC.._�i 6. SFM SERVICES, INC. _ 7. KELLY JANITORIAL SYSTEMS, INC. 8. SENLEX 9. ABLE BUSINESS SERVICES, INC.! "ter, S� EULEN AMERICA _10. THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY RFVWWED. City Clerk's Witness: 9 jjtc- G T c O J C O L ai N i= Q L v N L N N 41 -N C C a1 N 0 L n u _> L co O c O w 00 0 Ln v O `6 C _u ro C7 i N m v m �o m x x x x c w c Qj m eo c Q x x x x @ cr c° ui � o ;i a � v G T c O J C O L ai N i= Q L v N L N N 41 -N C C a1 N 0 L n u _> L co O c O w 00 0 Ln v O `6 C _u ro C7 i N m Janitorial Services RFP Less Head Start Bidder Yr 1 Yr 2 Yr 3 Yr 1 Yr 2 Yr 3 Less Head REVISED 36 36 Month Monthly Monthly Monthly Monthly Monthly Monthly Start Month 1American $160,200 $4,450 $4,450 $40450 $3,863 $3,863 $3,863 $587 .$1390068 Facility Services Kelly Janitorial $176,400 $4,900 $4,900 $4,900 $4,600 $4,600 $4,600 $300 $165,600 Systems, Inc. 2 &3 Best Janitorial $186,960 $5,160 $5,160 $5,260 E$41860 $4,860 $4,960 $300 $176,160 & Supplies QUESTIONS FOR JANITORIAL VENDORS: 1. If awarded the bid, how long would it take you to staff and provide adequate supplies /equipment to meet the needs stated for the facilities requested in the RFP? 2. What brands /manufacturers of supplies; cleaning and paper products does your company provide? 3. What steps will you take to ensure performance expectations are always met and what steps are taken in the event performance expectations are not met? 4. How many staff will be needed to cover all facilities requested? Will these be all full time positions? 5. Emergencies do occur, generally at the PD holding cell after hours and on the weekends. Will you have coverage, cell phone contacts and how long to respond? (Covered in RFP) 6. Transition: The Commission will approve the award recommendation on October 2nd. How long will it take your company to be ready to take over service; personnel (Level 11 Background Checks) and supplies in place, trained, etc. 7. Explain how your company handles complaints, either service or complaints about your staff? 8. Employees are hired locally or moved from other jobs? 9. Are staff positions hired and are company employees or are sub's used? 10. Would your company be interested in any of the current staff that is cleaning the City? 11. Have you ever walked away from a job or contract? If so, please explain the issues /reasons. 12. It is advised the contractor that is recommended for award be present at the Commission meeting for any questions. Janitorial Services RFP Evaluation Selection Committee Combined Score Kelly American Best Committee Janitorial Facility Janitorial & Member Systems, Services Supplies Inc. Kelly Barket 89 92 94 Lisa Morton 90 94 100 Steven Kulick 78 79 91 Carl Williams 84 89 89 Total Score 341 354 374 RFP Title: RFP No.: Evaluation Scoring Sheet Purchasing Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663 -6339 Fax: (305) 667 -7806 www.cityofsouthmiami.net Janitorial Services RFP PW= 2012 -8 -01 DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. The firm with the GREATEST total score shall be the top ranked firm and the recommended proposer. '�ls 3�r '`21?SV� �'iY�y Jaw �S�s if Yfn 1x� 3`- �dd s, y. 4 .•?iq "l �f F3iz r�2 ;z�dz,.3�Y ,sb M INS, 4H1 l� Si VZrI t h; 1. S +�R .{� �. [, o A y V 'S3ly�� F 4 3, >, p�f:r3� rS t J �a5j 1 -•P ,+$�YP•'>> 3 ` }i .a SM+ l t Jl § 11�i �� +," ��¢iti `r�1 �h �•14y ���Y F� 4 /e a� Me z'Ja p Ina _ . -. f�'i'v�uTp YxY G 3 `� % 3£q>�'^ l�� h -CST 30 << 1. {�+J�,��yJ Bi�„�Sl ?i�•��43<i •�„L�i.F.! y - "�I�. �"=a,S 3.�"�.�,ry Swn,. m l a .s..1.��ia ✓. ♦ �. `±in.. aa4 viT � +f.Tb+', v Proposer's experience, qualifications, and past performance related to managing -� 4.1 and operating of similar contracts for janitorial services. Max. 25 Points Relevant experience and qualifications of key personnel, including key personnel of any / B subcontractors, that will be / assigned to this project, and experience and qualifications of subcontractors. Max. 20 Points Proposer's start -up and operation plan, time frame, number of C qualified staff to be assigned to the facilities. (Max. 20 Points) D Proposed Monthly /Annual fee. S S (Max. 35 Points) Total Score: Reviewed by: /'(� �. %'% Ale? Y Z- iv Date: (Print Name) (Signs re C:\Documents and Settings\kbarket \Local Settings \Temporary Internet Files \Content .Outlook \FXETDXOWanitorial Services RFP Evaluation Score Sheet 9 6 12.doc RFP Title: RFP No.: Evaluation Scoring Sheet Purchasing Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663 -6339 Fax: (305) 667 -7806 www.cityofsouthmiami. net Janitorial Services RFP PW- 2012 -8 -01 DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. The firm with the GREATEST total score shall be the top ranked firm and the recommended proposer. C Date., ►1 Reviewed by, 5 `` b�' : (Print Name) (Signature) C:\ Users\l morton .CSMPD \AppData \Local\Microsoft \Windows \Temporary Internet Files\ Content .Outlook \F.,3C31J9T \Janitorial Services RFP Evaluation Score Sheet 9 6 12.doc American Best Janitorial Kelly Criteria Facility & Janitorial Services Supplies Systems Proposer's experience, qualifications, and past A performance related to managing and operating of similar contracts for janitorial services. Max. 25 Points Relevant experience and qualifications of key personnel, including key personnel of any B subcontractors, that will be assigned to this project, and experience and qualifications of subcontractors.( (Max, 20 Points) Proposer's start -up and operation C plan, time frame, number of qualified staff to be assigned to the �� a facilities. (Max. 20 Points) D Proposed Monthly /Annual fee. 35 Points) 3 5 a j 3 (Max. Total � C Date., ►1 Reviewed by, 5 `` b�' : (Print Name) (Signature) C:\ Users\l morton .CSMPD \AppData \Local\Microsoft \Windows \Temporary Internet Files\ Content .Outlook \F.,3C31J9T \Janitorial Services RFP Evaluation Score Sheet 9 6 12.doc •!: 1:.�.•i•�r :nl l RFP Title: RFP No.: Evaluation Scoring Sheet Purchasing Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663 -6339 Fax: (305) 667 -7806 www.citxofsouthmiami. net Janitorial Services RFP PW- 2012 -8 -01 DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. The firm with the GREATEST total score shall be the top ranked firm and the recommended proposer. .3 I, \ fad 3 i1/L✓ Reviewed by: �fC (Print Name) XAPurchasing \Request for Proposals & Qualification (RFPs) \Janitorial RFP 20 RFP Evaluation Score Sheet 9.6.12.doc Date: 5�- I -._ / l._� nation Selection CommitteeVanitorial Services RFP Title: RFP No.: Evaluation Scoring Sheet Purchasing Division 6130 Sunset Drive South Miami, Florida 33143 (305) 663 -6339 Fax: (305) 667 -7806 www.cityofsouthmiami.net Janitorial Services RFP PW= 2012 -8 -01 DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer, The maximum score total score for each proposer is 100 points. The firm with the GREATEST total score shall be the top ranked firm and the recommended proposer. 4(.13 K lC IN Reviewed by: "1 � � �1� �M Date: e, (Print Name) (Signature) C:\ Users \cwiJ1iams.CSMIWppData \I.,ocal \Microsoft \Windows \Temporary Internet Files \Content.0utlook \25J45ZI9 \Janitorial Services RFP Evaluation Score Sheet 9 6 12.doc KELLY JANITORIAL SYSTEMS, INC. �r r 2130 SW 94 Court, Miami, FL 33165 Tel. 305 - 978 -2656 Fax: 305- 220 -0633 Contact person: Luisa Alonso Email: kelly @kellyJanitorial.com JANITORIAL SERVICES BID RFP PW 2012 -8 -01 To be open: 08/24/2012 at 10.00 AM N () TABLE OF CONTENTS A. Title Page B. Letter of intent C. Qualification and Experience - General Information and procedures - Relevant experience of key personnel, similar governments projects, resume of Principals and regional offices. - Currents and past performance related to the managing and operating of similar contracts . D. Organization Chart E. Work load and financial Statement F. Equipment and Supplies G. Star -up Plan, time frame, number of qualified staff H. Forms: Non - Collusion Affidavit Public enrity Crimes and conflict of Interest Drug Free Workplace Acknowledge of Conformance with Osha standards List of proposed subcontractors and principal suppliers Indemnification and Insurance Documents Price Proposal Sheet 1. Addendums of the bid. J. 3 References K. Financial Statements L (!iJ . I n of U JtA KELLY JANITORIAL SYSTEMS, INC. } 2130 SW 94 CT. MIAMI, FL 33165 Tel. (305) 978 -2656 Fax: (305)220 -0633 08/23/2012 Steven Kulick, C.P.M. Purchasing Manager /Central Services City of South Miami 6130 Sunset Drive South Miami, Fl 33143 skulick@southmiamifl.gov Letter of interest Dear Mr. Kulick: We are pleased to present our proposal for the Janitorial Maintenance of the facilities included in the BID RFP #PW- 2012 -0 / -01 We believe experience, " } management team, make I personally invite you to you provide a clear undf quality cleaning. supervision and viable labor force, combined with a strong up the key ingredients for a successful janitorial service. spend a few minutes reviewing the enclosed material. It shall help ,rstanding of our company and how you too could have the best KELLY JANITORIAL is committed to perform the job according with the scope of services given with proffesionalismin order to meet and surpass the City's espectations. Thank you for your consideration and the opportunity to provide these services to you and your organization. Cordially, ( °&&a- AleFnso- President- Authorized to make representation for the firm. Kelly Janitorial Systems, Inc. (305)978 -2656 1(800)988 -6534 [WIqP, k0kiianitorial.com Website: kellyjanitorial.com 3 GENERAL INFORMATION AND PROCEDURES High quality service does not come by accident. KELLY JANITORIAL is a distinctive service centered organization that has set high quality as our GOAL. We work continuously and tirelessly toward that goal. QUALITY INSPECTIONS: Your account executive will perform unannounced inspections at different times of the day. This practice assure KELLY JANITORIAL'S high standards and encourages feedback from our customers. RULES AND REGULATIONS: It is understood that KELLY JANITORIAL'S personnel shall comply with any building rules and that the aforementioned schedule may ell j vary from time(s) to time(s), according to the needs of CUSTOMER. _.) EQUIPMENT AND SUPPLIES: As per our contract agreement, KELLY JANITORIAL will furnish equipment and labor. COMMUNICATIONS:We work when you work. - So we will always be available when you need us. KELLY JANITORIAL is able to assist you with any cleaning matters 24 hours a day. The following days are statutory holidays in which KELLY JANITORIAL shall not be obligated to perform any service; New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, and Christmas Day. Upon three(3) days written notice by building KELLY JANITORIAL will perform services on said days at use (2) times the normal daily rate. 0 RELEVANT EXPERIENCE AND (QUALIFICATIONS OF KEY PERSONNEL OF KELLY JANITORIAL, SIMILAR GOVERNMENTS PROJECTS, RESUME OF PRINCIPALS. Kelly Janitorial Systems, Inc. is a Florida Corporation since 1997. The Principals, Luisa Alonso & Fernando Ascenso have an extended experience for more than 25 years, not only in Florida but in New York, Connecticut & New Jersey. The owners managed accounts in New York City such as the MARRIOT and SHERATON HOTELS in the tri -state area. In 1997 Fernando Ascenso and Luisa Alonso moved to Florida and they opened their own business: KELLY JANITORIAL SYSTEMS, INC in Miami, Florida and bought TRIDON CLEANING CONTRACTORS, and since them, they have managed both companies succesfully. We are proud to describe our excellent accounts: CITY OF AVENTURA BAL HARBOUR VILLAGE HALL GOLDEN BEACH PALMETTO BAY CITY OF HOLLYWOOD FLORIDA TURNPIKE ENTERPRISES 3 Buildings ONE TURNBERRY PLACE Building with 110000 square footage of cleaning space Client for12 years TURBERRY PLAZA BUILDING. Building with more than 1000000 s/f of cleaning space. Client for 10 years. Our experience with Government facilities are extensive. We are very similar with departments such as: City Halls, Police Departments, Community Centers, Dispatcher Department, Parks, Schools. KELLY JANITORIAL has the BEST reputation in the industry, not only for the personalized attention the owners give to each of one of our customers but for the proffesionalism, know - how of the industry, courtesy and reliabilty. 5 FERNANDO ASCENSO 2130 SW 94 Ct., Miami, FL 33165 305 - 220 -0666 & 305 710 -2347 WORK EXPERIENCE: Sept. 1997 - Present KELLY JANITORIAL SYSTEMS, Inc.. Own & Manage accounts: City of Aventura, Bal Harbour, City of Hollywood, One Turnberry Place, Turnberry Plaza, Legal Services, Florida Turnpike Buildings MP 65,99 & 145. 1985 -1996 Owned and managed Cleaning Services Company. 1980 -1985 Colin Services Systems. 1 Colin Plaza, White Plains, NY 1982 -1985 Hotel Salisbury. Executive Housekeeper 123 West 57th St. New York, NY 1980 -1982 Sheraton Center. Night Manager 7th Ave. New York, NY 1978 -1980 Arcade Building Services, Operations Manager 11206 th Ave. New York, NY EDUCATION Mercy College Dobbs ferry, NY Bachelor of Business Administration w /specialization in management. LANGUAGES, English, Portuguese, Spanish, and some French. References will be furnished on request. i i LUISA ALONSO 2130 SW 94 Ct. Miami, FL 33165 305 - 220 -0666 & 305 978 -2656 WORK EXPERIENCE: 1997- Present Owner & Manage of KELLY JANITORIAL SYSTEMS, INC. Position: President: Manage all operations of the business including sales, marketing, account receivables and payables, accounting, banking, Manages accounts such as Palmetto Bay City Hall, Concorde Centre 12 floor building, Roca Tile group, Carisam Building, Levine Building, Sunset Building. 1981 -1991 Marshall Consulting firm. , Caracas, Venezuela Position: Finance Director. EDUCATION Universidad Simon Rodriguez, Caracas, Venezuela. Bachelor of Business Administration w /specialization in management and Finance. Associate in New York University in International Business, 1995 LANGUAGES: English, Spanish, and Portuguese. References will be furnished on request. EXPERIENCE, QUAIHICATION, CURRENTS AND PAST PROJECTS INCLUDING MORE THAN 3 CONTRACTS SIMILAR WITH THIS BID. KELLY JANITORIAL SYSTEMS, INC. is a leading cleaning company in Miami -Dade county. We service the most exclusive city halls, town halls and villages in South Florida. Below, we will describe some of our current and past projects: 1. -CITY OF AVENTURA: 11 years Client *SIMILAR PROJECT Janitorial and porter services of:- a. City of Aventura Government Center, Pollice Station 75000 square footage building b. Community Center 25000 square footage c. Charter Elementary school 45000 square footage d. Middle School 38000 square footage e. Founders Park & Waterways Park Client since 2000 until 08-2011 Project Manager: Julio Garcia 305 - 525 -0896 Dollar Value per month: $20000.00 - 22000.00 per month 2. LEGAL SERVICES OF GREATER MIAMI = 14 years Client. Janitorial and porter services Building over 75000 square footage with 5 floors Client since 1998- present Project Manager: Luis Diaz 305 - 576-0020 Dollar value per month: $7400.00 - 7500.00 per month 3. VILLAGE OF BAL HARBOUR. PROJECT Janitorial services of: Client of 7 years *SIMILAR a. City Hall b. Police Dispatcher d. Community Center e. Special tasks Trailer f. Public works Client since 2005- present Project manager: Alfred Treppeda or Andrea 305 - 866 -4633 Dollar value: $3600.00 per month 0 4. VILLAGE OF PALMETTO BAY. Client of 3 years *SIMILAR PROJECT Janitorial services of Permit Department City Hall offices Police Department Client since 2008- 2011 (in house service) Project manager Kristy Nunez 305 - 969 -5011 Dollar value: $3187.86 per month 5■ CITY OF HOLLYWOOD, Client for 1 year. *SIMILAR PROJECT Janitorial services of the City Hall, Annex and Old library Client since 2011 to present Project Manager Charles Lassiter 954 - 967 -4207 Dollar value: 4600- 4800.00 per month 6. SUNSET BUILDING. Client for 4 years Janitorial services of a building with 55000 square footage and 2 floors Client since 2008- present Project manager: Gary Einsemberg 786- 486 -6666 Dollar value: $3518.00 per month. 7. CONCORDE CENTRE 11 Client for 15 years Janitorial and porter services of a builging with 10 floors and more than 100000 square footage with serveral banks in the building. 1 Client since 1997- present Project manager: Joaquin Delgado 305 -887 -9801 Dollar value: $9000.00- 1000.00 per month 8. FLORIDA TURNPIKE BOCA- SUNPASS OPERATION. Client of 3 years *SIMILAR PROJECT Janitorial and porter services SUNPASS Building with 2 floors and 65000 square footage. Client since 2009 - present Project manager: Deborah Hahn 561 -488 -5345 Dollar value: $6700.00 per month 9. FLORIDA TURNPIKE OPERATION CENTER . Client for 1 year *SIMILAR PROJECT Janitorial and porter services 2 buildings of 70.000 square footage Client since 2010 to present Project manager: Mr. Gordon 954 - 214 -3801 Dollar amount: $8000.00 per month 10. GOLDEN BEACH CITY HALL Client for 3 years *SIMILAR PROJECT Janitorial services Client since 2005 to 2008 ( E Dollar amount $525.00 per month ORGANIZATION CHART PRESIDENT GENERAL MANAGER ADMINISTRATIVE DEPARTMENT REGIONAL MANAGERS DADE, BROWARD,PALM BEACH Building or Project Managers Supervisors Janitors and porters I WORK LOAD AND FINANCIAL INFORMATION Kelly Janitorial is currently available for the workload of the City of South Miami, See Financial statement attached. EQUIPMENT & SUPPLIES KELLY JANITORIAL has in every facility all equipment needed to perform the tasks assigned. We only supply to our personnel the best commercial machines to assure the level of performance required for the job. The Supplies such as toilet paper, paper towels, plastic liners and handsoap will be furnished by KELLY JANITORIAL SYSTEMS, Inc. START -UP AND OPERATION PLAN, TIIV E FRAME AND NUMBER OF QUALIFIED STAFF TO BE ASSIGNED TO THE FACILITY KELLY JANITORIAL SYSTEMS will perform as star -up plan with an Initial clean up in addition to the routine cleaning at not cost to the City. We schedule one month to bring all your facilities to a high cleaning standards. After the initial clean up , we will do the walk through with the Facility maintenance supervisor and make a plan of action for the weekly, monthly, quarterly and semi- annual tasks described in this bid. This plan must be approved by the City. This account will be supervise by one of the owners of KELLY JANITORIAL, Fernando Ascenso. He has 25 years of experience in this kind of facility and he will be available for the City personnel 7 days per week.. It is important to mention that the communication between the. City and KELLY JANITORIAL will be channel through FERNANDO ASCENSO --owner of the KELLY JANITORIAL, to deliver the service requested on time and fix any problem inmediately. We will assign a Building Supervisor with a crew to perform the daily services. In addtion of the regular crew, we will assign another crew for the maintanence of floors and carpet and any other services needed. 10 FORMS /ATTACHMENTS, REFERENCES, ADDENDUMS, INSURANCE CERTIFICATE and FINANCIAL STATEMENTS ATTACHMENT #I PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST rF5011] Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or it's agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to A r s aod t h r 14M [print name dif the public entity] by L vs •A- Plic L.o N <46> 0 [print individual's name and tle] for tL AeCO I NG [print name of entity submitting sworn stateme t] whose business address is I'`t and (if applicable) its Federal Employer Identification Number (FEIN) is�� (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or 35 without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 19890 The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this t j sworn statement on the convicted vendor list. {attach a copy of the final order.] 36 Continuation of Attachment #2 Public Entity Crimes and Conflicts I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this Personally known or J Produced identification Tbc 4 A4.5a, Cabo 15z fpl!�-dD (Type of identification) oq� day of s.�. , 20 _a. Notary Public — State of ..f a4 My commission expires S .J .)e &01(,e (Printed, typed or stamped commissioned name of notary public) Form PU R 7068 (Rev.06/ 1 1 /92) tote eerJ� t g fZ 37 0- H, ,. �ondedThruM yu U�iide vrNem ATTACHMENT #2 DRUG FREE WORKPLACE Janitorial Services RFP #PW 2012 -8 -01 Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees, that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or polo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. b. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. PROPOSER's Signature: Print Name: Date: EM ZZ t2_ ATTACHMENT #3 NO CONFLICT OF I NTEREST/NON=COLLUS ION CERTIFICATION 1. Janitorial Services RFP #PW- 2012 -8 -01 Submitted this ZZ day of U u , 20 /Z , The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are named herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Bidder /Proposer agrees if this response /submission is accepted, to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer and the CITY, for the performance of all requirements to which the response /submission pertains. The Bidder /Proposer states that this response is based upon the documents identified by the following number: Bid /RFP The full -names and residences of persons and firms interested in the foregoing bid /proposal, as principals, are as follows: Name L UL i' Street Address �t aasw Gl y r z �G • 331 G S y,. q - rl r -Ax1 The Bidder /Proposer further certifies that this response /submission complies with section 4(c) of the Charter of the City of Miami, Florida, that, to the best of its knowledge and belief, no Commissioner, Mayor, or other officer or employee of the CITY has an interest directly or indirectly in the profits or emoluments of the Contract, job, work or service to which the response /submission pertains. Signature: Printed Name: Title: 4 /� y,7� Telephone: Company Name 3 as . mot' 7 Y - Z4< -�� ZS: N � � �� 39 1WC* Continuation of Attachment #4No Conflict of inter /Non - Collusion Certification NOTARY PUBLIC: STATE OF x( .n0 COUNTY OF The foregoing instrument was acknowledged before me this aX day of L�t1c���1 20.1a person whose signature is being notarized) who is i SEAL (name of Personally known to me, or t/ Personal identification: hoc # PWS - sao- 60- 6 o Type of Identification Produced IRI Did take an oath, or Did Not take an oath. or type as commissioned.) Print, Stamp FAILURE TO COMPLETE SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE E ATTACHMENT #4 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS _. Janitorial Services RFP#PW- 2012 -8 -01 TO THE CITY OF SOUTH MIAMI We, L2� l c i7il,.L �t 'i 5 �, (Name of Contractor), hereby acknowledge and agree that as Contractors for the Janitorial Services RFP, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): VLF ^R, { to comply with such act or regulation. CONTRACTOR BY: V 4(q J Qant�tj �'1 S la.�t -S Name ' L U l.S H-- tO1 lA .N 5 o Title w� L\ FAILURE TO COMPLETE SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 41 c� 11 List of Proposed Subcontractors and Suppliers SUBCONTRACTORS: Kelly Janitorial Systems, Inc., will not use any subcontractors to perform the job of this bid. SUPPLIERS Unisource, Dade Paper and Quality Chemical } CERTIFICATE OF LIABILITY INSURANCE 12°%714 /11 THIS CER!FiCA'E IS :SSJED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED RCPRESENTATPdE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRO :iC =� CONT NAMEA F —. \ek South Insurance Agency PHONE o Z (10, FAx 322 Ski 2 0th S T EMAIL ./A'O,.No).. ADORgss;,. casperthefriendlylI .1. 1. et ! Ft Laud, F= 1 33315 '.GU °s. oM €S ID,r... INSURER {S)AFFORDING, COVERAGE NAIC# NSi;RED INSURERA:Amerlcan_Vehicle Insurance *C O Kelly Janitorial Systems Inc 2130 SW 94th Ct iNsuaER.s: -We .stern_- Su.r.e_t.y,..,Comp,any. ..., .. INSURER C: Miami, FL INSURER_ °_ . INSURER E: INSURER F: rtr1VKRAf_FC� CERTIFICATE NIIMF:FR�^ REVISION NUMBER: 'nS ,�h LISTED BELOW HAVE TO CERT:�Y 7HA7 POL:'C: ES CE BEEN ISSUED TC THE INS.IRED NAMED ABOVE FOR T IE POLICY PER:OD .S .`:SJRANCE 'a� ^.'r = _ _rC_ . nC .-.. , w• .+ T»._(� CA.`H. NO %N,. ANDI ;G ANY REu UIR`1tENT. TER:v. OR CO. -NDi CN OF ,i '�� OTHER AaY CCNTIIACT O ^r YEN, ti`JI RMs. E —n DOCU }V,E E'✓. i �'r1. �J ::.. � 655 — 96 S f CERT. =KATE \tA�' 3P :SS ED OR :'A'! .RTA`:ti. T'c ' \SJRAyCc AFEORCeD 3Y T'-!c 00�ClES SCR BED �EREs,v :S S J�ECT TO AL T-E TcR ".S B a t Harbour, FL C es:� ^e,:ry —; :.'CH r0_ �S _i•',At: S OWN MAC HAVE BEEN :=e ' ' ;; C BY LA!C C 'It/.S S•vv VSOrS G_ `S POLICY PROVISIONS. ` EX . v..u: . INSR .. .........___..... .. _._ _._ .... ...... .. ...._._.A6DCSUBir'__ ..__....- .__. ..---.... ......_.._ ..... .. POLICY EFf POLICY EXP._. ... ... ..... LTR TYPE OFINSURANCE POLICY NUMBER - tMM /DD, MM /DD /YYYY LIMITS grill =_NCE GENERAL LIABILITY EACH OCCL:RR 51000000 A ......�- CR N.. _ 7i__,as. O O O ^ ^e.t•c "iA• �,.:.e%c,':.:'A3,_!TV -_ .._ ;E? c„ ��e; 01060 'g ; G 1504006619 -00 12/22/11-12 = ^�EXcIP -; 50000 _ /, Tor.eP sc , . = CRSC +:AL aov EPS.unY ` 1000000 . car ^RA_ AC @cc^.A1c /n 2.0.0.0. V.0.O .. GEE ,. -, __.. = __ a_adit .. =�, c =sD� css- CJ;.Plc ?AGG _ .. -. .... •- oc..L.....GRcVAc �.. X Fo :cv ��� _oc AUTOMOBILE LIABILITY COht'o:NED Si "l3..E : +:tT c {Ea zce,4emt, ANY Au c - . ;= erzcc:0ert) 8 _.,�:LY'N.;iRY �VVN -OVgNi DA•_' w �. .. .. .. .. .. . UMBRELLA LIAR EAC: CC': '.iri%cEPiCE < OCCUR EXCESS L A 1 1 R.: EM1'lIC\ S S WORKERS COMPENSATION ::C�S'A'v' 0T -' TOR,:.' yl ?Et :,$ ER AND EMPLOYERS'' IABILITY YIN ' _ ANvPA:.�R('cTCRiPARTN°_R;EXECU :Vc --� -__... E. =ACH ACCIuEiC OY, ^ICE R'!dEMOER cXC:JD��% NIA i ."... _ ._ ...._ .. .. .. (h'tandatory In NH) c_. DIS =ASE -EAE! F�CYEE.1. _ ... • s desa�be W, 8/1/11 -12 $10,000s per claim Janitorial Bond • DESCRIPTION OF OPERATIONS !LOCATIONS i VEHICLES (Attach ACORD 101• Additional Remarks Schedule, if more space is required] [90 Bat Harbour City Hall SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 655 — 96 S f EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE B a t Harbour, FL 33154 POLICY PROVISIONS. ` I ` l AUTHORIZED REP i IF 1988.2009 ACORD CORPORATION. All rights reserved, ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) 06121/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ' CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES IBELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. If the an must IS to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Risk Transfer Programs, LLC NAME: PHONE 866 219 East Livingston Street A/c No Ex U: 481 -9363 Orlando, FL 32801 1 I E -MAIL INSURER A: INSURED ENSURER 8 AlphaStaff Group, Inc. Labor Contractor for leased workers to: Kelly Janitorial Systems, Inc. #440694 INSURER C 800 Corporate Drive Suite 600 INSURER D Fort Lauderdale, R 33334 INSURER E 4 V V t KAk>tJ CERTIFICATE NUMBER:LCWSHTRQ AFFORDING COVERAGE ce COmDanv. Inc. f3A1f1f4 TkgF 1 Ii1'dc1AzV i•T 1 THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TIN' SR POLICY F POLICY EXP LTR TYPE OF INSURANCE INSR WVO POLICY NUMBER MM/DD MMIDD LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F] OCCUR EACH OCCURRENCE $ PREMISES Ea occurrence $ MED EXP (Any one person) _ $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY M PERC7 LOO PRODUCTS - COMP /OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL AUTOS OWNED AUTOS NON -OWNED HIREDAUTOS AUTOg r Ea COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY BODILY INJURY (Per accident) S PROPERTY DAMAGE Per accident $ A UMBRELLA LIAB EXCESS LIAB — OCCUR L AIMS -MADE .. N/A TWC3267901 - X WWC3038918 07/01/2012 07/01/2013 EACH OCCURRENCE $ Hc AGGREGATE $ DED RETENTION$ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y /N,.. 'ANYI PROPRIETOR /PARTNER /EXECUTNE (Mandatory In ER EXCLUDED? ❑ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below TORY LIMITS ER $ E. L. EACHACCIDENT $ 1,000,000 E.L DISEASE - EA EMPLOYEE $ 11000,000 E.L. DISEASE - POLICY LIMIT $ 1,0000000 $ $ $ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, I mmore space is required) Coverage is extended to the leased employees of alternate employer in all states except in monopolistic states (ND, OH, WA, WY) and other states (AK, Hi, 1D, OK): Kelly Janitorial Systems, Inc. #440694 (Effective 6/1/2011) CERTIFICATE HOLDER Kelly Janitorial Systems, Inc. 2130 SW 94th Ct Miami, FL 33165 r:ANL'FI I ATIr)IV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Page f of 1 pc 1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD ADDENDUM #1 REVISED PRICE PROPOSAL SHEET; AUGUST 16, 2012 Services RFP #PW- 2012 -8 -0 Proposers must include the Revised Price Proposal Sheet with their submittal. Failure to do so will render your proposal non - responsive and will be rejected from further consideration. PRICE PROPOSAL SHEET Central All Other Total Head Start Services Annual Locations Monthly Monthly Fee Monthly Monthly Fee Fee Amount Year Fee Year 1 (12 Months) 3aD. 0� 1$31)0. ov y 3oo.oQ 9 �0.0� g ��• 0° Year 2 (12 Months) 300 -oa 30a, c>- ` 3�0. o� �q �. 0c) J oz, ear 3 (12 Months) 3rp O� Oa. o� - TOTALS 80.7 -Oe) X00 _ o J 2CJ 0D o3 11110.00 I . q OD,o IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 5 of 5 ADDENDUM No. I Project Name: I Janitorial Services RFP RFP NO. PW -201 M -01 Date: August 16, 2012 Sent: Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question #I: How do we quote the Head Start Building and Central ServicesL Answer to Question #I: The Head Start and Central Services buildings should be quoted separately. Attached to this Addendum is a revised Price Proposal Sheet that must be submitted with your quote. All other facilities and buildings must be quoted in one combined monthly and annual quote. Question #20 Can you please provide us with the current contract price and, who is providing services? Answer to Question #2 The City is on a month -to -month contract with Able Business Systems at $4,000 per month. Paget of 5 Question #3: Will the City provide storage for the contractors janitorial supplies? Answer to Ouestion #3: The City will provide a storage area in each location except for the Senior Center. Question #4: Please advise the size of the bleachers in the Gym in the Community Center, Answer Question #4: The bleachers are 42' L X 12' W. Question #5: Is the contractor responsible to clean the Gym in the Community Center? Answer to Question #5: No, the contractor is responsible to clean the bleachers only. Ouestion #6: Is the contractor responsible to clean refrigerators located in each City department? Answer to Ouestion #6: No, the only refrigerator the contractor is responsible to clean is in the Community Center. Question #7: Is the contractor responsible to strip and wax the floor in the Community Center? Answer to Ouestion #7: No, contractor is required to sweep, mop and buff the floors at the Community Center. Question #8: Please advise the frequency of service and access requirements for the "Evidence Room" in the Police Department Answer to Question #8: The Evidence Room will be cleaned when access is provided by the Police Department. Page 2 of 5 Question #9: Is the Police Department available after normal business hours to wax and strip floors? Answer to Questions #9: Yes, weekend mornings Saturday or Sunday, by appointment only with the Police Department. Question #10: Please explain the square footage provided in the RFP for each City location requiring service. Answer to Question #10: The square footage for each location identified as "Lobby /Floors" and "Office Space" should be combined for a grand total for each location. Question #11: During pre -bid walk thru, it was mentioned the City gets cleaned twice per day, the specs do not say that. Please clarify. Answer to Question #11: ( Please refer to the scope of services and the frequency of services under the section "Responsibilities of the Parties" that are required on a daily, weekly, monthly, quarterly and bi- annual basis. Ouestion #12: Motorpool is not listed in the RFP where all the buildings are. Is this going to be added since it was part of the walk thru? Answer to Question #12: Motopool is included with the Public Works department. Question #13: Does the bidder need to include consumable supplies (toilet tissue, hand towel, hand soap, & trash liners)? If so, how much was the city spending per month when it was done in house? Answer to Question #13: The City previously purchased consumablesupplies and were co- mingled with all i supply purchases and we are unable to provide a dollar amount for specifically for janitorial services. Page 3 of 5 Question #14: If we are to supply all the paper stock, please tell us the population per location. Answer to Ouestion #14: The City is unable to provide specific paper stock numbers or activity per location. Question #15: Is there a bid or performance bond required? Answer to Question #15: No, a bid or performance bond is not required. Question #16: Do we need to include a copy of our insurance certificate with the bid or upon an award? Does the janitorial services agreement need to be included with the bid? I believe it is only necessary upon an award. Answer to Ouestion #16: No, the insurance certificate is not required with the bid but is a condition of award. The certificate is required prior to the execution of a contract or the City issues a PO. The Janitorial Services agreement is not required with the submission of the bid. Question # 17: Do you want floor maintenance and carpet cleaning completed during normal working hours? This is a safety issue. If someone walks on a wet floor or carpet they could fall and be injured. Normally these services are completed after hours or on weekends. Answer to Question #17: Floor maintenance and carpet cleaning can occur between the hours of 7 AM to 4 PM, M — F. However, the cleaning crew can schedule this activity early in the shift as most employees and traffic occurs after 8 AM. Floor maintenance does not require heavy mopping; suggest the contractor place `Wet Floor" warning cones on areas that have been mopped. Warning cones would be the responsibility of the contractor. Page 4 of 5 Project Name: RFP NO, Date: Sent: h r ADDENDUM No. 2 Janitorial Services RFP PW- 2012 -8 -01 August 20, 2012 Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question #I Does the bid require a cleaning crew at the Community Center for 13 hours m -f and 6 hours on Saturday? All other buildings 9 hours daily to clean and commute among them? If so, I assume these requirements are not part of the current contract. Please explain. Answer to Question #I_ The Scope of Work includes the following: The Community Center requires janitorial services from 7 AM to 8 PM, M - F; Saturday hours of service is 10 AM to 4 PM. Staffing for those hours will be up to the contractor who receives the award. The City however expects coverage for the hours listed in the scope of work. These hours of coverage for the Community Center are not in the current month -to -month contract. Page 1 of 2 Question #2: Does the bidder need to purchase consumables (Toilet paper, paper towels, hand soap etc.)? Answer to Ouestion #2: Yes. The City of South Miami is seeking proposals from experienced and capable parties to provide janitorial services for all City facilities and buildings. The Contractor shall furnish all material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami. Question #3: The wording in the RFP regarding the Service Frequency is unclear. It lists all Locations as 7:00 a.m. to 4:00 p.m. Is that each location or all the locations combined. Are those times required or are they at the contractor's discretion? It also lists the Community Center as 13 hours per day and 6 hours on Saturday. Is that the requirement for a 22,000 SF facility? Is this part of the current contract? If so, are you sure about the current contract price of $4000.00 per month? We need your response as soon as possible since the bid is due Friday. i ( Answer to Question #3 i The frequency of service for All Locations is 7 AM to 4 PM, M -F. The exception is the Community Center. Service hours for the Community Center are 7 AM to 8 PM, M -F; Saturday hours of service is 10 AM to 4 PM. The City requires service and coverage for the hours listed in the scope of work; it is not at the discretion of the contractor. The square footage for the Community Center and all locations listed the scope of work should be combined for a grand total per location. The current month -to -month contract does not include the same scope of services as RFP # PW- 2012 -8 -01. The contract price of the month -to -month contract is $4,000 per month. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 2 of 2 To v Re: This E' Sinc rem; The c night is req leavir clean LEGAL SERVICES OF GREATER MIAMI, INC. Chesterfield Smith Center for Equal Justice i 3000 Biscayne Boulevard, Suite 500 • Miami, FI 3317 -4129 Direct Line: (305) 438 -2527 • Fax: (305) 576 -5112 • TDD: (305) 573 -1578 LDiaz@lsgmi.org • www.isgmi.org I J. BIONDO 4U .MUNOZ it may concern: ly Janitorial Systems April 19, 2010 :tter confirms our satisfaction in working with Kelly Janitorial Systems for over a decade. this vendor has all the important qualifications that we look far in a company, thly have led our sole service provider for our building's janitorial needs. ' caning personnel are knowledgeable and responsible professionals. They take the time each o turn off fans, lamps and other electronic equipment left on by staff. This is a step above what aired of them. They make sure to communicate any problems they may encounter before g the premises. They always turn in items found and are good about making any type of ng recommendations. I admire the fact that I can always speak with a live person when calling Kelly Janitorial Systems and never have to deal with an answering machine. Kelly Janitorial Systems is prompt by providing same day ell ergency service or early the next day. I highly recommend Kelly Janitorial Systems for anyone that needs to contract a reputable Janitorial company for their business or home. Feel free to contact me if you need any other information regarding our relationship with this endor. Sincerely, , Lours Dlaz Building and Operations Administrator LSC PASSIONATELY COMMITTED TO EQUAL JUSTICE a- i j Kelly Janitorial systems, Inc. Profit & [.()$s Jan4pry through Qcamber 2011 Ordinary Income! mense Income SERMCES INCOMES • Gross Profit R, ENT SUB - CONTRACTOR EXPENSES TELEPHONE EXPENSES TRAVEL & ENTERTAIMENT WATER & SEWER Net ordinary Income Net Income X53 945,914,57 33,601 .00 101 7 7.28 6,221-80 458.873.95 598 204.03 347.710.54 1 3, 11.39 15.304.10 ,wala 7.112.50 3.383.69 1.498.28 183. 4 127.89 13,544v42 3315_71 107.40 363.61 130.00 1 >;ia.175.71 33.33 325,00 4,250.00 1, 0.219.74 10 62 . 1.069,07 7$0. 71.95 8071.5 Pan0 1 1c 4 AM 71201 Accrual Basis Kelly Janitorial §Atem>s. Inc. Profit & Las$ January, through JUnt 2012 .. Income � Total IncMg Cost of ..... Elold CASUAL LAB-OR CLEANING SUPPUES GAS JANITORIAL •N • Total Coos • • . • u . : _ 1- Jan - Jun 305.07 ARM5.07 16.014.25 50.992.27 1, 12.40 251.422.17 321.541.09 614.29 7,785.23 251.50 3.611.42 345.20 1 7. 42.E 651.23 541.25 Q,701.5 0 1.701.52 97.75 176,4 65.00 175.00 860.00 165.00 2,50.23 2,705,§Q 240.51 125,941.79 42,g2219 42,822.18 PA"a 1 CITY OF SOUTH MIAMI JANITORIAL SERVICES OFFICE OF CITY CLERK SOUTH MIAMI CITY HALL 6130 SUNSET DRIVE SOUTH MIAMI, FL 33143 RFP # PW- 2012 -8-01 Submitted by: Best Janitorial & Supplies, Inc. Pedro M. Diaz 6900 NW 37th Avenue Miami, Florida 33147 (305) 691 -5596 August 24,2012 6900 N. W. 37th Avenue Telephone: 305 - 691 -5596 Miami, Florida 33147 Facsimile: 766- 316 -3790 STATEMENT OF COMMITMENT To our customer we commit to being a customer driven organization. Our custome'rs needs are top priority. We strive to provide the highest quality and personal service possible at a cost — effective price. We're creative and pro — active in our efforts to conform to your specifications. We listen and we respond. We are a principle — centered company built on hard -work, honesty, loyalty and fairness. At Best Janitorial & Supplies, Inc., we not only maintain facilities, we maintain reputations. To our employees we commit to the highest standards in our recruitment and selection process. Training is a top priority and we adhere to a policy of promotion from within. We ensure a positive, safe and healthy work environment. We recognize employee contributions and provide incentives consistent with their extraordinary effort. We flip the pyramid upside down in that our entry — level employees is our greatest asset. We provide each employee with personal and career growth opportunities. We agree to the Scope of Work for the City of South Miami and we will provide any emergency service at any facility during the hours listed in the Scope of Work. Finally, we commit to making a fair profit. We compete fairly, ethically, and aggressively. Our strategy is one of controlled growth by building our customer base and selective acquisition. We commit to repaying the community for providing Best Janitorial & Supplies, Inc Cleaning System with the business opportunity. We support community efforts directed toward the betterment of children, home and the environment. Sincerely, Pedro M. Diaz President / C.E.O. 69070 N. W. 37th Avenue Telephone: 305 - 691 -5596 Miami, FlcNide 33147 Facsimile: 786 -3'18 -3790 GENERAL INFORMATION Best Janitorial Supply Inc. is a corporation organized under the law of the State of Florida filed on February 23, 1987 under Document number M47030. We are a certified minority owned and operate small business. The officers and director are Pedro M Diaz and Carmeia Diaz, our company has over 23 Years of proven experience providing similar services under the present name. None of our officers, directors, managers or share holders has failed to perform services or furnish good similar to those sought in the request for a bid. Best Janitorial & Supplies, Inc, is fully equipped and well established company with character, Integrity, reputation, judgment, experience and efficiency for more than a reasonable period of time, with a very good record of performance. We will maintain during the life of this contract the insurance requested at the RFP # PW -2012- 8-01. All Best Janitorial Employees will wear uniforms bearing the company name, presenting at neat appearance and will be easily recognized by wearing an identification badge at all times. Our designated project manager will have the complete authority to enforce all aspect of the RFP # PW- 2012 -8-01. Best Janitorial is proud to be a Drug Free, work place. "Screening test for alcohol and illegal '8rug!' are required. We will perform backgrounds checks before hiring as canditinn of employment. Oast Janitorial & Supplies, In., I lereby takes no exception to the RFP # PW 2012 -8-OLWo will utilize skilled and productive manpower to satisfactory furnishes the required level of service specified in this contract, to obtain the maximum productive man -hours for services of the Janitorial Services for the City of South Miami, our method for determining the staffing needed for the Janitorial Services for the City of South Miami is based on the special requirement of the location. We will use the concept of "ream Cleaning'whereby our employees working together to accomplish the daily, weekly and monthly specifications. Our company is totally committed to provide the highest level of Janitorial service and customer support. From our main administrative headquarters office we will organize and control our field supervisor, for this contract is Mr. Pedro M Diaz with more than 28 years experience in the management field, will oversee the day to day service that we will provide, he will be in charge of assign the technical support and the tabor personal needed. All or our Supervisors will have a cell phone for immediate response for any emergency & Inquiries. Also all the people involved in this project will have a cell phone. We will be In change ur all Equipment and Materials needed for the cleaning of this project work to be performed. We will apply the latest technology and product in the Industries. All equipment and supplies will meet all approved OSHA and Green Seals Standards. We have concentrated our effort to provide Green Cleaning products, utilizing support from our supplier and manufactured. Our management team and supervisors will determinate with methods to be used and how much labor is needed to perform the task in the most efficiency way. Best Janitorial will conform to the quality Requirements for the Janitorial Services for the City of South Miami and adhere to all special conditions in the Contract Specification. Our goal is to maintain all your building in a "Clean looking their best at all times ". We will conduct periodic inspections to guarantee the compliance and meet and exceed all the requirements of the Contract Specification, Best Is prepared to work efficiently and aggressively, our primary objectives will be to ensure that on a regular and routine basis all services are performed on scheduled and to the compiF►te satisfaction of our client In a manner that we continually improves the quality of services. We believe our proposal package will confirm Best Janitorial & Supplies Inc. ability to meet and exceed your expectations. If I can be of any additional assistance please do not hesitate to contact me ate (305) 691 =5596. Best should be selected for this award because of our extensive 24 years experience in the Janitorial Field, Sincerely Yours, edro M. Diaz president & Director of Operations Letter of Interest 0 Experience and Qualification Price Proposal & Bid Form 3 Operation Plan Minority Certification 5 © Copyright 69001 N. W. 37th Avenue Telephone: 305 - 691 -55%. Miami, Florida 33147 Facsimile: 786 -316 -3790 ORGANIZATION AND MANAGEMENT PLAN A work plan is a tool for planning during a specific period of time and identifies the problems to be solved, and ways to solve them. It is a standard management tool. A work plan is written to plan the activities for a. given period of time, first so as to convince decision makers for its approval, then as a guiding document for the activities to be carried out during that time period. As in all planning, whether as a group process or not, we should think backwards, starting with where you want to be at the end of the period, and generate the steps needed to get there from where you are now. GOALS AND OBJECTIVES If awarded a contract with the City of South Miami, our goal would be to provide the City of South Miaml with the highest quality standards of service while ensuring the best competitive prices, and providing service in a safe manner the protects City of South Miami employees and patrons. To accomplish this we must recognize and understand the needs and expectations of the City of South Miami. We are certain that we know the answer to this question. They expect Best to provide them with a clean, healthy and safe facility to be enjoyed by its staff and patrons at the best competitive price. They want 100% satisfaction and with that goal in mind we. set nfftn creste a Work Plan to accomplish this. Best shall provide the required janitorial personnel to ensure successful completion of all required services as outline in the Technical Specification. Once the employees have been hired, passed their background check and received their id they will then go through Best's orientation and initial training program. Once this is completed, each employee will then be assigned a work area and provided with a job description and all the necessary and required tools as well as a complete understanding of the objectives they must each attain in their area. This will all take place within the first two (2) days of commencing work. By the end of the process they will have a full understanding of their work objectives; what is expected of them on a daily, weekly and monthly basis; the frequencies and tasks required of theme what equipment to use and when to use it; how to perform their work when there will be people surrounding them; how their supervisors and managers will be measuring their quality of work. This will all take place within the first week of commencing work. By having a staff that is fully trained in procedures and safety and that understands the goals and objectives of their assignment will assure that they perform all required work to the highest quality standards. From the first day service is provided by Best, each supervisor will be completing a facility and restroom inspection evaluation form at the end of their shift. Best will be fully prepared to respond immediately to all emergency notifications. Best has a consistent record of experience, innovation and reliability. We have met exacting standards for cleaning and maintenance. Thousands of satisfied customers occupying thousands of square feet are proof that when it comes to value, quality and responsiveness, Best Janitorial is the company you can count on. PERSONNEL ASSIGNED Best Janitorial has reached the highest standard of quality through the management personnel it has hired over the years, and continually searches for the best qualified personnel. With this vast knowledge and experience we can handle any situation. Best will have a competent and effective management team, headed by an industry- experience Project Manager, Mrs. Carmela Diaz. Our on site management team will be supported by Best's Corporate Management Team. The management team members will be well trained, skilled and able leaders of the janitorial program. Prior to beginning any work at the City of South Miami, Best will have its staff hired and ready to begin working. All background, fingerprinting and getting of ID's will be done prior to our first day of work. Employees will be assigned an area and they will be trained and familiar with that area prior to begging working. Our management staff will be ready to begin working as soon as we would be notified of an award. They would work as a team for several weeks prior the start up date to become acquainted with the Scope of Services, Schedules, Equipment and Supplies to be used on this contract. By the start up date they will be well acquainted with their staff and facility, assuring a smooth transition from day one. Mr. Pedro M. Diaz President and C.E.O. of Best Janitorial will be the authorized person to make representation to the firm. His office number is 305- 691 -5596; fax 786 -318 -3790, personal number 305- 498 -9312. Email address is Bestjansupply @yahoo.com. 6900 N. W. 37th Avenue Telephone: 305 - 691 -5596 Miami, Florida ,.33147 Facsimile: 766 --313 -3790 EXPERINCE AND QUALIFICATIONS Best Janitorial & Supplies, Inc. has been in the building cleaning and property maintenance industry since 1987. The company started out as a commercial and supplies cleaning company and over the last two decades the company has grown providing quality Janitorial Services at excellent prices. Best has experienced a steady growth and has been supported by long term clients that have appreciated personalized attention and the immediate responsiveness of management and supervision. Over 25 years of proven experience and remarkable rate of customer retention speaks to our success. Best currently has over 50 employees working in multiple contracts throughout Miami -Dade County. At Best Janitorial& Supplies, Inc. we have experience servicing a variety of industries and their unique operating needs. From commercial, transportation, social services, government, we understand our customer's janitorial requirements and they depend on Best to provide consistent quality service. We currently provide similar service to those requested in this ITB at the Police District Headquarters in Kendall, Northside and Carol City, Juvenile Justice Courtroom, City of Miami Beach and Coral Gables Courtroom. Various GSA facilities, Spoil Island maintenance and South Dade Busway stations, just to name a few. Ours is a consistent record of experience, innovation and reliability. We have met exacting standards for cleaning and maintenance. Thousands of satisfied customers occupying thousands of square feet are proof that when it comes to value, quality and responsiveness, Best Janitorial is the company you can count on. Best Janitorial has a diverse multicultural management team with decades of combined management experience, unique in their unparalleled vision and expertise. All executive team members contribute in the management of Best strategic direction and collectively have transformed Best to a leader of Janitorial cleaning and building maintenance services to a wide -range of facilities. This enables our company to deliver the highest quality of service to our valued customers. 8/17/12 Print Subject: Janitorial Services RFP: Addendum No 1 From: kulick, Steven P (SKulick @southmiamifl.gov) ablmaintl @bellsouth.net; jb@abpmaintenance.com; bestiansupply@yahoo.com; Clnfante @sfmservices.com; To: kelly@kellyjanitorial.com; marhnorc8@aol.com; emesegue @evlenamerica.us; rmarguez @evlenamerica.us; luis@floridacleanex.com; chiadacorp @bellsouth.net; distinctionsvcs @gmail.com; cleansys5 @aol.com: roscoel@bellsouth.net; ashlee.spivak @coveralf.com; Cc: KBarketgsouthmiamifl.gov; CWiiliams @southmiamifl.gov; ABaixauli @southmiamifl.gov; SDiaz @southmiamifl.gov; JWebster@southmiamifl.gov; MMenendez @southmiamifl.gov: Date: Thursday, August 16, 2012 5:05 PM Good afternoon, Attached is Addendum No I for RFP #PW- 2012 -8-0I, "Janitorial Services RFP." In addition to this email notice sent to the Pre -Bid conference attendees, the addendma has been posted on the City's website. Also enclosed is the Pre -bid Conference sign -in sheet from Tuesday, August 14, 2012. The addendum includes questions raised during the Pre -bid conference, as well as, written questions received via email. The Cone of Silence is in effect. Any communication relating to this bid must be in writing. Regards, Steven Kulick, C.P.M. Purchasing Manager /Central Services City of South Miami 6130 Sunset Drive South Miami, F1 33143 Ph:305/663-6339; Fax: 305/667 -7806 skulick @southmianidgov utblank 112 Project Name: RFP NO, Date: Sent: a' Janitorial Services RFP PW- 2012 -8 -0 I August 20, 2012 Fax /E-mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents, All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation, Does the bid require a cleaning crew at the Community Center for 13 hours m -f and 6 hours on Saturday? All other buildings 9 hours daily to clean and commute among them? if so, l assume these requirements are not part of the current contract. Please explain. F�aUnVATgAkWOU The Scope of Work includes the following: The Community Center requires janitorial services from 7 AM to 8 PM, M - F; Saturday hours of service is 10 AM to 4 PM. Staffing for those hours will be up to the contractor who receives the award. The City however expects coverage for the hours listed in the scope of work. These hours of coverage for the Community Center are not in the current month -to -month contract. Pagel of z 6900 N, W. 37th Avenue Telephone: 305 -691 -5596 Miami, Florida 33147 Facsimile: 786- ,316 -3790 JANITORIAL SERVICE EXPERIENCE Thank you for allowing Best Janitorial & Supplies inc. the opportunity to submit our formal sealed Bids to your Bid Nov RFP Al PW- 2012 -8 -01, For the City of South Miami, providing Janitorial Cleaning Service for Administrative Sites. My name is Pedro M. Diaz, In June of 1983, together with my daughter 1 was the co- founder of Best's Maintenance & Janitorial Service Inc, a complete Janitorial Service company. 1 was the C.E.O and General Manager until July 2003, when I left the company and transfer my stocks to my daughter. In 1987 1 started my other company, Best Janitorial & Supplies Inc, whose primary function at that time was buying and selling Janitorial supplies. In the beginning the company started out as a small commercial cleaning company, and selling supplies over the last two decades the company has been growing. During my management of Best's Maintenance & Janitorial Service, Inc., ap C.E.O. and owner, I had the opportunity of servicing contracts of similar size and scope of work, for example, the Dade County Court House, Rohde Building, F.D.L.E. Facility in Miami, F.D.L.E. Facility Building in Tallahassee, Trammel Building, Larson Building, Carlton Building, Carr Bulldin& Douglas Building in addition to more than 20 State Buildings in Tallahassee —Tampa — Broward --Miami. Best Janitorial has experienced a steady growth and has been supported by long term clients that have appreciated petaunallced dtttrrttiun mid the immediate responaiveneas of management and supervision. We deliver the highest quality of service. Our 23 years of proven experienria and a remarkable rate of customer retention speak to our success. Best Janitorial is the company you can count on, Best Janitorial currently has over 50 employees working in multiple contracts throughout this area, Please see the attached list of verifiable References of various current customers, and some past experiences In similar contracts. in addition you will find the Resumes of our proposed key personnel for this project. Mr. Pedro Diaz the owner and General Manager of Best, Mrs. Carmela Diaz, with vast experience in supervising different contracts and Mrs. Susana Almansa, Quality Control Consultant. 69M N W. 37th Avenue Telephone: 306 - 691 -5596 Miami, Florida 33147 Facsimile: 766.318 -3790 EXECUTIVE SUMMARY Best Janitorial & Supplies, Inc. began with the philosophy, "Make our company different and better." Our first rule was to set the highest standards in the building services industry. Our second rule was to provide motivated, professionally trained and expertly supervised personnel. Our goal has always been to grow in a slow and controlled fashion, keeping the customers need first. Our company was founded in February 1987 and today maintains thousands of square feet, providing excellent janitorial services to government and private clients. Our guiding principle is to gain customer loyalty through dedicated service together with successful problem solving to ensure continuous quality to private and ,governmental facilities. Best has over 25 years of proven experience and a remarkable rate of customer retention speaks to our success. Best Janitorial has reviewed, JANITORIAL SERVICES — CITY OF SOUTH MIAMI and is prepared to meet and exceed all the requirement of the Technical Specifications ". Best is prepared to provide our management team, supported by corporate management, resources and regular oversight that will provide high standards of cleanliness through the development and execution of an approved and effective janitorial service program. Best Janitorial is prepared to provide the JANITORIAL SERVICES, FOR THE CITY OF SOUTH MIAMI with a "clean and safe physical environment" as well as the "protection of its physical property ". We are capable of providing the JANITORIAL SERVICES with "continuity of operations" by responding in a timely manner to any emergency that occurs. Best Janitorial & Supplies, Inc.'s corporate philosophy focuses on providing its service in a cost efficient, professional way, providing quality service at the best competitive price for the City of South Miami. We are a Drug Free Workplace and Equal Opportunity Employer, providing contract service in building maintenance for Commercial & Government Facilities. The top quality and first class image which has become the hallmark of our Organization is the foundation of our company. Our goal is service. Best has extensive Experience providing similar services to facilities much like those requested in this RFP # PW - 2012 -8 -01. Best Janitorial currently provides service to multiple clients including Miami -Dade County at such at such facilities the Coral Gables Court House, Miami Beach ,Police Department North Station, Juvenile Justice Center , Juvenile Justice Annex, Advocate for Victims South Dade Bus Way and Spoil, Island Maintenance , Narcotic Bureau, and GSA Buildings to name a few. Best Janitorial & Supplies, Inc .Organizational Structure is one that has proven track record. At Dcst, Authority 13 dclGgatcd fivin our corporeac office, tlu'ough Atu Allalittgulllent pursulinul, supervisor and hired on -site personnel. `Authority is the right to act decides command' and Authority is delegated in order in order to fulfill responsibilities" Authority is of the utmost importance in order to assure the City of South Miami with total satisfaction. Best Janitorial has reached the highest standard of quality through the management personnel it has hired over the years, and continually searches for the best qualified personnel. With this vast iulowlr.dge alld GXpei'l MUM We earl huxidle fitly slLuatlon. Our management staff will develop and implement a work plan to assure that all aspects of this proposal are met on a daily basis. The managers and supervisors will be responsible for assuring that this plan is followed by the custodians and the City of South Miami is satisfied with our performance. Al tile; sttlrt up fur the acuouut, Beal Jaluturial lnallagunitait will be un site to assure it sinorith transition and meet with all appropriate management staff. We at Best Janitorial consistently seek ways to improve our performance. We offer clients the resources of a highly motivated staff of professionals. We pride ourselves on our ability to quickly respond to problems at any hour of the day or night. Best offers it's staff the most advanced Tralaing on the use of all the nuumsary equipment, green chemicals and supplies as well as efficient techniques to help save time and money. These comprehensive training programs enable our employees to provide cleaning services to a wide variety of industries. Best keeps abreast of current industry safety requirements. With these safety programs in place you can trust Best Janitorial to safely clean you facilities. Best Janitorial will employ only Qualified Personnel that are trained and skilled in the performance of the work specified to ensure successful completion of all required services. We will have apprnnriate "technical health and safety training as required by any and all local state and federal regulation." Included in this package you will find a copy of the Resumes for our Contract Manager and Project Manager. Best Janitorial will initiate, maintain and supervise a Safety program, to assure the safety of all workers, staff and patrons. Proper safety equipment and apparel will be used as needed. Our personnel are trained to be safety conscious and we all know the importance of complying with OSHA and other agencies regulations. We stress the importance of how to use in a safety way the chemicals and equipment to prevent injury to themselves and to the building occupants. Safety comes first at Best Janitorial. Success in the cleaning industry requires the right Equipment and Materials combined with the right chemicals. We have developed a partnership with some of the world's leading chemical quid equipitlent maiiul'auEurers. Best is prepared to provide all necessary supplies and equipment to perform all regular and project works. SERVICE PROPOSAL. Best Janitorial & Supplies, Inc. has developed a transition plan, which is part of the overall Project Management plan that is The process of moving (Transition) from the development phase into the operations phase. The purpose of this plan is to outline the task and activities required to efficiently move (i.e. transition) from one phase to another. The transition plan is used to describe the products to be delivered, major activities, products, milestones resources, and schedules, Is our goal to 'bring about a smooth transition of work from the present contractor" To accomplish this we have created a Transition Plan that will assure a smooth transition. INTRODUCTION As part of our first phase, the Development Phase, Best begins to understand the purpose of the contract specification for the City of South Miami. Once the information has been processed best can begin to put together the Objectives necessary to perform the required services to be provided under the contract specifications and the Scope of Services. Various lists are then created to better understand the needs of the project. A time tine is established to assure that Best can meet the needs of the City of South Miami, STRATEGIES At this time Best identifies a Strategy on how it is going to approach its response. Best will attend a pre -bid conference and site visits allowed familiarizing themselves with the crew requiring service as well as the expectations from the City of South Miami. After said site visit Best will then begin to prepare a written document to be presented at the time of the bid opening. EMPLOYEE TRANSITION In the event that Best Janitorial would be awarded according to the contract specification, Best is prepared to immediately interview and hire any employee working with the current contractor that is available and willing to continue working under our management if recommended by the City of South Miami. Once interviewed by Best if they are eligible to be hired we will begin our Human Resource process of completing an employee application and going through the necessary background checks. Once all background screening is conducted, Best will implement its own specialized training program as well as new hire or re -hire orientation. Site tours will then follow to assure that all employees, supervisors and managers are aware of the area of responsibility. Wherever keys are involved, Best Janitorial will implement a Key Control Program. All keys will be assVicd a itwitber and issued to an employee. A roster wl11 be created to account for all keys and a key control box will be placed in the area office, where a manager will be assigned the responsibility of keeping control of the keys. Dispenser keys will also be distributed to employees having the responsibility of re- stocking paper and soap supplies. If additional keys are required, they will be ordered to the manufacturer to assure that all employees have their own set. PLANNING AND CONTROL Best's will then begin to assemble -the resources it will need to accomplish the smooth transition desired. We will estimate the staffing needs and time necessary to provide the services as required in the City of South Miami the cost of providing this labor will be calculated. A schedule of work will be created to include employees, hours of work, and services to be provided. We must also estimate the supplies, equipment and materials that will he netxied to perform the services as required in the City of South Miami. An exact amount of each item will be calculated and the prices will be shopped with our supplies vendor. Best will settle with a price that provides us with the best piece of equipment at the most reasonable cost. We always take into consideratlon the maintenance program provided by the vendors to assure that equipment is always in top condition. It is essential that all employees assigned to a work area have the proper equipment and supplies. In addition they will be property trained on how to use the supplies, equipment, materials and chemicals. Therefore, we take great care in calculating these items when preparing our response. Upon notification of award, Best will immediately put its procurement plan in place and begin to order all supplies, equipment and materials necessary to start up the account; this will guarantee that all necessary items will be held in our local Miami Office/Warehouse, ready for the delivery to the joh site on the first day of work beginning. SUPPORTING PLANS As part of our Transition Plan we must include several of Best Janitorial other plans that go hand 6 n hand during the process of transitioning a new account. TRAINING PROGRAM FOR MANAGERS, ASSISTANTS AND SUPERVISORS At $ p cat Mwmgom and Supervisors "o cxpomd to cxtensivo 30111unus tliruuouut their employment. Providing our customers with exceptional service requires the best trained supervisors. Supervision is the key to any successful cleaning contractor's operation. TRAINING PROGRAM FOR CUSTODIANS AND MAINTENANCE WORKERS Best Janitorial employees are also trained in industry and safety requirements. These include "Riglrt -To- Know ", `Bodily Fluids Clvauup Prmedures ", "Infection Control % "Safety Policies ", "Safety Awareness ", "Hazard Communication ", `Bloodborne Pathogens ", "Office Ergonomics", "Stress Management" to name a few. There are also trainings that teach about the technical aspects of their job. SPECIALIZED TRAINING DESCRIPTIONS Following is a brief description of various Training Best is continually providing to its employees. These tnainings cover all phases of the technical aspect of their jobs. Our Risk Management Training explains how the staff should report incidents in order to prevent, reduce and control liability and financial losses. It includes training for management and supervisors on how to investigate and analyze an incident; provide recommendations and measures to minimize or eliminate risk and injury to staff and visitors and how to maintain a reporting system to track events. Also discussed is Worker's Compensation reporting, services and prevention. Employee safety is also considered a part of this training to include reporting suspicious activities, wearing id badges, key control and being alert and aware of ones surroundings at all time while on the job. Our Appearance/Uniforms Training ensures that the employees understand why uniforms are important to the performance of their job. This inclndes dressing appropriately; being well groomed; use of identification badges; nails according to OSHA standards; personal hygiene; excessive jewelry; protective shoes. The understanding that uniforms help distinguishes our employees, who are allowed to be on the job site. Our Hazardous Communication and flight to Know Programs ensure that all cleaning chemicals are properly labeled and hazardous substances in the workplace are known. This includes training on Hazmat; MSDS; labeling; Written Commtmications Program; spills. Our Recycling Program teaches employees what recycling is; what materials are recyclable; how to collect and sort recyclable materials; how recycling works and is beneficial to us and our planet and why it is an important aspect or our work. Our Preventing Slips, Trips and Falls Training teaches how slips, trips and falls can happen, identifying potential hazards in the workplace and strategies to reduce them. Our Preventing Back Injuries T raining teaches employees techniques and procedures that may help prevent back injuries by explaining why back injuries occur; contributing factors of back injuries; common causes of back injuries; how to prevent back injuries; lifting techniques; how to lift safely; guidance on pushing and pulling loads; use of back belts and tips for back safety. Our Supplies Training will teach employees how to requisition and secure supplies to assure availability at all times and to manage waste. How to use the chemical blending machines properly. Our Equipment Training will teach employees to use the equipment they use; how to maintain their equipment to assure optimal usage and prevention of a hazards how to recognize broken equipment. This training includes the importance and use of `vet floor signs" as well. Our General Safety Training ensures that all employees are using all the tools available to them to make the working environment safe for them as well as others using the facility, Our Communications Training explains the different methods of communication with cellular phones, radios, pagers; proper etiquette when using these; importance of conunuiucatiun in owdor to accomplish daily casks and haviuig a satisfiCd custumcr. This is accomplished when mutual trust and respect exists between employees, supervisors and the customer by having communication. Our Sexual Harassment Training explains the companies no tolerance policy; about the forms of sexual harassment; verbal, non - verbal or physical; reporting; investigating Our Workplace Harassment Training explains Olin cunipmdes no tuleranuu policy; about the complaint and disciplinary action. Forms of harassment like threatening, intimidating or hostile acts, written or graphic materials, slurs, negative stereotyping to name a few, on the basis of race, color, religion, gender, national origin, age, disability, sexual orientation or any other characteristic protected by law. Training — To ensure that all Best employees meet our high quality standards, we provide a sta te-of -the -art Training Program. Workplace learning to improve performance is called Training and Development. It is a way of providing support and occasional advice in order to help our management staff recognize ways in which we can improve the effectiveness of our business while at the same time save the City of South Miami. There is a need to continue training beyond the initial qualifications to maintain, upgrade and update skills throughout the working life of an employee. Best job training takes place in normal working situations, and includes innovative cleaning techniques and training on using the actual tools, equipment, supplies, documents or materials that trainees will use when fully trained. Continued education ensures that Best has the strongest team of cleaning professionals servicing your facility. Quality Control - To ensure customer satisfaction, Best Janitorial & Supplies, Inc. provides quality service on a consistent, on -going basis. To achieve this goal, Best has implemented an interactive four step problem�solving process for Quality Control we call P.I.E.R. - Plan - Implement- Evaluate- Review. Quality Control flourishes with the guidance of management commitment, Best Janitorial management tcam will act cxpcctations, dcvelop plans, manage processes and improvc turd maintain the quality at the City of South Miami, Our Quality Control Plan shall be designed in a way to facilitate continuous quality improvement efforts throughout the facilities, The focus is on the performance of processes that can be achieved collaboratively. Our work process depends of the effective communication and cooperation with all departments, Our leadership sets priorities based on the needs of the custoiucrs. Safety - Safety comes first at Best Janitorial & Supplies, Inc. It is our policy to provide a safe working environment for its employees, at the City of South Miami and the people who use the facility, Safety is an integral part of everything Best does. The safety of our workers and the euvirv11111cutal responsibility to safeguard our natural surwundiligs aro intcgrated ivanageuicut practices throughout Best. We understand that having a clean and safe working environment minimizes our liability; this is accomplished when we control injuries and illness, and therefore we promote a safe working environment at all our facilities. Our customers can enjoy the benefits of our safe working environment. A safety program can only be effective if it is accorded the full attention of all employees at all times. Our efforts demonstrate our commitment to providing a Safe Working Environment by performing comprehensive safety training to all our new employees as well as ongoing training to our existing employees, There is a need for everyone to take responsibility in maintaining a healthy and safe workplace. It is a primary duty of all persons In authority, including supervisors, to ensure that any persons under their direction are made aware of and comply with all applicable policy and safety procedures, 6900 N. W. 37th AvenGre Telephone: 305-- 631 -5596 Miaimi, Florida 33947 Facsimile: 756 -316 -3790 CURRENT PARTIAL CUSTOMER REFERENCES C OF HQMESTEAD Services provided from January 1, 2012 to Present Providing daily janitorial scrviccs to scvcral locations Contact: Xintia Rubio Telephone No: (305) 2244626 JUVENILE JUSTICE AjX Services provided from July 2, 2008 to Present Providing daily janitorial services Contact: W. Juan Carlos Izquierdo Telephone No: (786) 217 -0823 DRAM DADS CUiiJNTY COj 2T HOUSE Services provided from October 15, 2008 to Present Providing daily janitorial services to Coral Gables Courthouse and Coordinated Victims Assistant Contaot: Mr. Jorgo Aneiros Telephone No.: (305) 547 -0180 Services provided from November 9'" 2009 to Present Providing daily janitorial services Contact: Mr. Mary Woolley- 1,arrea Telephone Nd :( 305) 6386102 Services provided from December 1, 2007 to Present Providing daily janitorial services to several locations including Police Operations, Marine Patrol' Pelican Harbor, Narcotics Bureau Office, Intergovernmental South office, Northside District Station. Weed & Seed. Carol City Station. and Kendall District Police Station. Contact: Mr. Eddie Pantoja Telephone No: (305) 596 -3850 MUMmDARE COUNTY VARIOUS GSA FACILITIES Services provided from December 1, 2007 to Present Providing daily janitorial scrvrccs to several locations including GSA Construction and Renovation Building, GSA Administration Building and Warehouse and County Store Building. Contact; Ms. Ruth Castellanos Telephone Not (786) 469 -2761 LIGll1"P SPEED BUILDING 1sT FLUOR 911 Services provided from 2009 to Present Providing janitorial services 7 days per week, 24 hours per day Contact: Andres Perez Telephone Nov. (305) 873 -3150 HAM IRACH C.Ol l2'Y ROME. ANn' rI J RK nTP ICT. Service provided from 2009 to Present Providing daily janitorial services Contact: Joseph M. Hyde Telephone No: (305) 520 -4204 61900 N. W. 37th Avenue Telephone: 305 - 591 -5596 Miami. Florida 33147 Facsimile: 786- 318 -3790 SIMILAR PAST CUSTOMER REFERENCES OF TiIALEAH — CITY WIDE CONTRACT >[ NCLUDING JFK REGIONAI. LIBRARY Services provided from January 2004 to 2006 Providing daily oerviaos to tho various city buildings like City Hall L.iLrmy, Btu. Services including Project Work, Carpet Cleaning, Floor Maintenance and Window Cleaning. Contact: Mike Flores Telephone No: (305) 388 -2303 HEALTH AND CLINIC Providing daily Cleaning Services including Project work, Carpet Cleaning and Floor Maintenance. Dade County Health Department, various locations, Jackson Medical Towers 2 Buildings and Highland Building. OF FLORIDA Providing Janitorial services to more than 15 State Buildings in Tallahassee. 2 Buildings in Tampa. The Rohde Building in Miami. 3 RmIdingc in Rmward County. Including Floor Maintenance, Carpet Cleaning, Window Cleaning and Pressure washer. CffY OF HIALEAH - CI'IC'X WIDE CONTRACT INCLUDING JFK REGIONAL LIBRARY Services provided from January 2004 to 2006 Providing daily janitorial swvincnc to thn various city buildings like City Hall Library, Etc. Services including Project Work, Carpet Cleaning, Floor Maintenance and Window Cleaning, Contact: Mr. Mike Flores Telephone No: (305) 388 -2303 Services provided from February 2005 to 2008 Providing daily janitorial services to the Miami Beach regional Library. Services including daily cleaning seven days per week including Project Work, Carpet Cleaning, Floor Maintenance and Window Cleaning. Contact: Ms. Margaret Zebrowski Telephone No: (305) 5354219 66441 N W. 37th 691-5596 Florida Facsimile: l! b 97 PROJECT MANAGER Oi DESCRIPTION Position Title: Project Manager Department: City of South Miami RFP #f PW- 2012 - &01 Position Summary: Responsible for managing the operations and maintenance of the City of South Miami. Responsible for the work performed under this contract to assure maximum performance and cooperation. Essential Functions /Task: Responsible to maintain efficiency, cooperation and proper conduct among personnel. 1. Manage the day to day operations of the facility. 2. In an effectively and timely manner ensure compliance with the contract requirements. 3. Maintain continuity of services with the utmost proficiency without interruption. 4. Ensure that all work meets or exceeds the highest standards of cleaning by utilizing our Quality control program. 5. Encourage and promote positive and productive working environments among employees and supervisors. 6. Ensure that appropriate personnel rules, regulations and procedures are communicated to and observed by employees and supervisors. 7. Oversee the disciplinary process, performance appraisals and personnel related conflict resolution. 8. Facilitate and coordinate appropriate training to meet the growing need of employees and supervisors. 9. Foster communications and cooperation among supervisors and employees. 10. Available to receive notices, reports or request from the City of South Miami District, Skills: Communications- Able to read, write, and speak English. Active listening- Giving full attention to what other people are saying, taking time to understand the points being made. Reading Comprehension- Understanding written sentences and paragraphs in work related documents. Writing - Communicating effectively in writing as appropriate. Speaking- Talking to others to convey information effectively. Critical Thinking — Using logic and reasoning to identify the strengths and weaknesses of alternative solutions, conclusions or approach to problems. Time Management- Managing one's own time and time of others. Attributes: Oral Comprehension- The ability to listen to understand information and ideas presented through spoken words and sentences. Written Comprehension- The Ability to read and understand information and ideas presented in writing. Writing Expression- The ability to communicate information and ideas in writing so others will understand. Speech Clarity- The ability to speak clearly so others can understand you. Near Vision- The ability to see details at close range. KE W a a a Q H �f V�� Q MCI a �o o z� o� H � as A A V OU Awl rol O A CAS h N cl O cl z wi iZt �? Pedro M. Diaz 7933 West Drive # 921 North Bay Village, Florida 33141 (305) 498-9312 Pedrodiaz2007(a7aol.com Profile . Vast experience in successful management of numerous businesses. • Knowledge in personal interaction skills with clients and employees. • Extensive public relations with financial institutions involved in business relations. . Proven ability to deal with high level with a variety of business problems concerns. . Proven financial abilities. Education Certified Laboratory Technician - Finlay Institute. Havana, Cuba. Dental School. Havana, Cuba. Certified Building Service Executive by BSCAI, Chicago, Illinois. Relevant Experience & Accomplishments Involved in initial promotion of clients to help business grow. Dealt heavily with clients in maintaining image of Company. Improved company's image with suppliers, financial institutions and governmental agencies. Problem solving abilities in dealing with company supplier in face to face basis. Management /Supervision Successful 30 years managerial career in a variety of business concerns. Directly responsible for success in maintaining favorable financial ratios that have lead to a positive review by credit review agencies. Have overseen working capital to keep positive cash flow. Directly involved in implementing financial planning in continual growth of company. Helped in preparing training practices of company for direct labor force. Have helped in preparing policies and procedures manual and interviewing of potential employees. Employment Best Janitorial and Supplies, Inc. 1987- Present President 6900 NW 37 Ave. Miami, FL 33147 (305) 691 -5596 Best's Maintenance &,Janitorial Service, Inc. 1983 -2003 C.E.O and General Manager 3290 NW 29th St. Miami, FL 33142 (30, 63 5--5 5 55 Community President and C.E.O of Fifty Five & Up, Inc., a Non -profit Involvement Organization for the Rights of Seniors Citizens, helping elderly members when they need assistant by directing them to the right department for assistance. Also delivering on a daily basis, 5 days per week, a hot meals on wheel directly to the senior citizens homes. Honors & Certificate of Achievement from the Building Service Contractors Awards Association International TEOCHEM Corporation Cleaning Management Institute National Cleaning Children & Families Ramsey Corporation City of Miami Beach City of West Miami Panorama Hispano Carmela R. Diaz 8635 N.W 8th Street Apt # 406 Miami, Florida 33126 (305) 261 4460 Profile: Vast experience in supervising large number of employees. Serves as an instructor for training personnel Education: Graduated from University of Trujillo, Peru Bachelor in Business Administration, RELEVANT EXPERIENCE & ACCOMPLISHMENTS • Responsible for the supervision, hiring, training and safety of employees. • 22 Years experience in Janitorial supervision • Held position as Quality Control Officer, and Assistant Instructor on • Safety Procedures and Control of Supplies. • Extensive knowledge of janitorial procedures and practices • Hard working, able to multi -task effectively • Knowledgeable in cleaning methods • Established the evaluation standards to measure training progress. • Liaison to corporate office, • Able to read, write and speak English and Spanish • Management/Supervision • Supervising numerous employees; monitoring their productivity and evaluating performance and work quality. • Project Manager at North Dade Police Department, Norhside Station, Carol City Station and Kendall Station. • Project Manager at Juvenile Justice Annex and Coral Gables Courthouse. • City of Miami Beach Regional Library and JFK Regional Library in Hialeah, Florida. PROFESSIONAL EXPERIENCE • Oversee all daily activities • Communicate and interact with customer • Hire and train employees • Prepare weekly schedules • Monitor and evaluate performance • Oversee project works to include carpet and floor cleaning EMPLOYMENT: Best Janitorial & Supplies, Inc. 6900 NW 37`h Avenue, Miami, FL 33147 1987- Present Bes't Maintenance & Janitorial Services, Inc 3430 NE 6`h Terrace Pompano Beach, Fl 331419 1985-2003 9930 SW 19 STREET • MIAMI, FL 33165 PHONE 786- 236 -2077 • ALMANSAI r+ BELLSOUTH.NET SUSANA D. ALMANSA QUALIFICATIONS More than 15 years of experience in the Janitorial Industry Ability to maintain and strengthen business relationships with clients Outstanding verbal and written communication skills Pleasant personality, hard working and dedicated to employee satisfaction PROFESSIONAL EXPERIENCE ST. BRENDAN HIGH SCHOOL, Miami, FL Teacher Business Department Teacher BESTCO, INC., Boca Raton, FL Vice- President /Training and Quality Control Prepare lesson plan and training materials Conduct training sessions and evaluations Perform quality control inspections Human Resource coordinator for field employees Oversee daily business activities Prepare and distribute payroll Prepare daily, weekly and monthly reports EDUCATION SKILLS NOVA SOUTHEASTERN UNIVERSITY, Miami, FL Master of Science, Elementary Education, 9 credits from completion FLORIDA INTERNATIONAL UNIVERSITY, Miami, FL Bachelor of Science in Social Studies Education, 1991 Company Sponsored tramings Fluent in English and Spanish Proficient in Microsoft Office Oral and written Comprehension Speech Clarity Time Management Computer skills including MS Office, Excel, Quickbooks, Power Point August 2008 - Present June 1992 — July 2008 Yanetsis Sosa Objective To secure a challenging position where I may implement my education, background and experience, to achieve company goals using organizational and customer service skills. Exercising my ability to maintain and strengthen business relationships with clients through my outstanding verbal and written communications skills with pleasant personality, hardworking and dedicated to employer's satisfaction. Employment History Best Janitorial & Supplies, Inc 6900 N.W. 377" AVE Miami, FL 33018 05/01/2009 to Present Administrative Manager: Oversee daily business activities. Organizes and supervises sales force. Prepare and distribute payroll. Prepare dally, weekly and monthly reports. Communicate and Interact with customer. Supervising numerous employees, monitoring their productivity and evaluating performance and work quality. Manages overall business operations. Simple Aesthetics Miami Gardens FI 2/1/2007 to 4/20/2009 Center Manager: Daily Operations - managed services, retail sales, and marketing. Accounting — bank deposits, maintaining records, and invoicing. Customer service - incoming phone calls, appointment setting, follow up calls. Creating monthly marketing bulletins, and heading staff meetings and training. Attending marketing and networking events. iLA Weight Loss 8231 west 16 Ave Hialeah, Fl 33012 6/7/2002 to 10/20/2007 Center Manager: Worked directly with customers, providing Initial consultations for all services provided. Inventory, ordering, purchasing, and loss prevention. Accounting, bank deposits, credit cards deposits, maintaining records, payroll. incoming phone calls, appointment setting, and follow up calls. Assisting director of company with managing personal appointments, expansion project, and travel arrangements. 7935 West 30th Court Apt 205 Hialeah Florida 33028 yanetsissosa@yahoo.com -°- Best Janitorials From: Best Janitorials [bestjansuppiy @bellsouth.net] Sent: Monday, May 17, 2010 2:13 PM To: 'Zukovich, Michele' Subject: RE: Janitorial team Good afternoon Michele, We received you Email, I just wanted to say thank you so much for taking the time out of your busy schedule to let us know how pleased you are with our staff. It is our up most priority to provide our clients with the best possible service and friendliest staff. I do appreciate your compliments, since most people never take the time to point out the good. So once again thank you so much. Sincerely, Carmela Diaz From: Zukovich, Michele [ mailto :mzukovich @judll.flcourts.org) Sent: Monday, May 17, 2010 8:46 AM To: Best Janitorials Cc: Woolley - Larrea, Mary Subject: FW: Janitorial team Carmelo, Please see below e-mail. Thanks so much to the janitorial staff here at the Children's Courthouse and Juvenile Justice Center. You hcn)e a great team here! Also, the cm pets look so much better. Thanks. _ ...... ...._. ..... ..._._.__.___....____........ .._._._._....._.._...._.__,.__. _....._____...__._..... _....._._._ __,_..____._._ ... .............___.__.._._....._. From: Woolley - Larrea, Mary Sent: Monday, May 17, 2010 7:59 AM To: Zukovich, Michele Cc: Regits, Valerie Subject: Janitorial team Michele, . I wanted to acknowledge the efforts of our janitorial. team as their assistance with court events last week helped with the presentation of our courthouse. They handled the event and additional tasks with a professional demeanor and willingness as if it was their own event. It is satisfying to experience. Thank you Mary Woolley- ,Larrea, M. S. Administrative Office of the Courts Juvenile Court Operations Director Children's Courthduse and Juvenile Justice Center i AUG -01 -2012 08:13 From:REROPARTS 7863374428 To:97863183790 Reference Questionnaire (Pleave have a minimum of three (3) references complete this form and submit with lilt! documents) P.2 /3 Giving reference for: ��r�r- ,,,�,� �,�,;¢ f'v ppt i �s� - z�'�'�• (name of company) Finn giving Reference: .. Address: Phone: Fax: (7t3� �.,, - ?• r,� Finail: 4?d4rr7,14to . Cd'ry1 1, Q: Was invoicing conaiste t with cpntract pricing? 2. Q: W re response times consistent? • - - °-- A WsAogee .t a Mme' k s, 3. Q: Was the vendor easy to JV get in contact with? /H"oow�was r eir custom jr rvice sa7 4. Q. Ha was their responsiveness o emergent ord� `h1 /A: tJU oj � c.( 'a O V rC. a- t t �U� (196 i4 s. 0* Would you use them again? A �ee., oewto .w is rortdWt � P *4 e. Q: Overall, what would you rate their performance? (Scale from 1 -6) �v f No A: %86 Excellent 04 Good C13 Fair ❑ 2 Poor C]1 Unacceptable 76 Q: Is there qnrh,ng else we should know, that we have not asked? A: The unders correct and Name: d does hereby certify that the foregoing and subsequent statements are true and made Indepenftntly, free from vendor Title Print Na �gWaco �i/i�l+�y Date . Reference Qu estionnaire (Please have a minimum of three (3) references complete this form and submit with Bid documents) Giving reference for: ^ (name of company) •J Firm giving Reference: �`� �� -• t t.� ��� w C' f1 t Address: 3�6. /emu- 'x,27 f?c �/ lt:� �;'{•.; �G Phone: - :c 5 C. -3 F'- G, )7`/ x Fax: .`'C Email: n, 71,i C+.ojrcj 1 L iudllo r / �'Lc4,'r 5 • e •J 1. Q: Was invoicing consistent with contract priging? A: 1 .�.: I CJLi±'LiZ 1.�7 � 1y .l t.v (��4 � 1 Ci.��.Z�� i. t r ,� � ,.•C.. �. 5�1 �'� 2, Q. Wer response times consistent? 4t Alt 30 Q: Wps the verfdor easy to get in contact with? How was their customer service? A. wf G 1 .%•L../I ( y�r 7 "�1 r �. :) K. L'Q. C L. -� . °.�' �.J'.. �.i .. "r•i !� �� -. 'i Vi�..�+c... 1r•d'�i�. l •, -•.•C .- •.G. - .�..(�'�"l.- t...�T:✓ �.G.L�L .mot,,. • 4. Q: How was their responsiveness to emergency orders? A: 5. Q: Would you use them again? 6. Q: Overall, what would you rate their performance? (Scale from 1 -5) ff A: 5 Excellent ❑4 Good ❑3 Fair ® 2 Poor ❑1 Unacceptable 7. Q: Is here anything else we should know, that we have not asked? A: The undersigned does hereby certify that the foregoing and subsequent statements are true and correct and are made independently, free from vendor interference /collusion. Name: %c�^ (L, G: Title Print Name: _ s ^f - : ! y t , ,y % Date: 1TBi1201210 Page 65 y.k M1 I mI•G:Dug�"' Aubust 25, 2010 TO WHOM IT MAY CONCERN: r 3 _ . As Building Manager for two of the facilities operated by Miami -Dade County, Coral Gables Court House, and Coordinated Victim Assistance Center, I am very satisfied with the services provided by Bast Janitorial and Supplies Inc., their company provides excellent janitorial services on a daily basis. Best Janitorial and Supplies Inc., has efficient and proficient personnel who are available everyday to keep the buildings clean, which in turn helps us keep our operation moving. Best Janitorial and Supplies Inc., employea demonstrate professionalism, and are tactful when in contact with the general public, and Ernployea. This letter Is to commend BestJsnitorial Supplies Inc., for excellent work in ourfacllitles. Sincerely, Jorge Aneiros Building Manager c p 1tt I' M M Giving reference for: (name of company) Reference Ou estion na ire (Please have a minimum of three (3) references complete this form and submit with Bid documents) CAr Firm giving Reference: MIAOV OXgc -00"7 ( Address: 3 r o o 0+1 Cvr o Qw � Phone: Fax: ;o s - S{'1 •.0'10 Email: A�Q..ao �wl�,a,�0oui:t► tiv 1. Q: Was invoicing consistent with contract pricing? A: \ �- 2. Q: Were response times consistent? A: t 3. Q: Was the vendor easy to get in contact with? How was their customer service? A: S 4. Q: How was their responsiveness to emergency orders? A: Gs, -zc- A- C 50 Q: Would you use them again? A: 6. Q: Overall, what would you rate their performance? (Scale from 1 -5) A: Of Excellent ❑4 Good ❑3 Fair ❑ 2 Poor ❑l Unacceptable 7. The un correct Name: Q: Is there anything else we should know, that we have not asked? A: Print Name: ned does hereby certify that the foregoing and subsequent statements are true and re made independently, free from vendor interference /collusion. Title B y j Lt)j N(2�> Date: ZZ2 ITR#201210 Page . Re[grence Questionnaire (Please have a minimum of three (3) references complete this form and submit with Bid document.) Giving reference for. QE S7 (name of company) TAN T TO R-MA L Firm giving Reference: MA►- M -- Address: Q 9 S O N Lj $ 3 ST. Phone: 305 4f3s -4004 Fax: 30S -(093 -11)014 bAbE P b - N WM S-LbE S' IPT=MOtJ MUMM t Ft_ 331411 Email: laPOq+t G (rd fd j0()m 1. Q: Was invoicing consistent with contract pricing? A. `i'E S 2. Q: Were response times consistent? A- yF�S 3. Q: Was the vendor easy to get in contact with? How was their customer service? A YES /AI3ovE Sn7r&FAC"(LI 4. Q: How was their responsiveness to emergency orders? A NO EM E(L"MCIrS 5, Q: Would you use them again? A: `/ES 6. Q: Overall, what would you rate their performance? (Scale from 1 -5) A. Eji Excellent ❑4 Good ❑3 Fair ❑ 2 Poor ❑1 Unacceptable 7. Q: Is there anything else we should know, that we have not asked? A: No The undersigned does hereby certify that the foregoing and subsequent statements are true and correct and are made independently, free from vendor interference /collusion. Name: UJ}� 1��JE AP�IVT t� Ti #le (��tYt ►Sil --fY T T V UI*F1.CE(v Print Name: LYMfijq -Eg /)PPI��f Date: Crl - d L - 400 ITB#201210 Page , ...N Giving reference for (name of company) Reference Ouestionnaire (Please have u minimum of three (3) references complete this form and submit with Bid documents) NZO,�,� T fr3�iT`o �r:�� 's �.,'���i� sJ r Firm giving Reference:` �" Address: i �2� L�lrep� - Phone: 3 �� i X3142. Fax: Email: Yu. t y� u- 'j "? {'� 4 14 Q: Was ingoicing consistent with contract pricing? t 2. Q: Were re onse times consistent? A 1 1 Q: Was tbq vendor easy to get in contact with? How was their customer service? 4. Q: How was their responsivene s td erhi rgency orders? 5. Q: Woptc�`ou use them again? A. �NNNNNNI/ 6. Q: Overall, what would you rate their performance? (Scale from 1 -5) A. ❑5 Excellent Mt Good [13 Fair ❑ 2 Poor ❑l Unacceptable 7. Q: is there anything else we should know, that we have not asked? A• \,„1 The undersigned does hereby certify that the foregoing and subsequent statements are true and correct and Are made, ipdepende�, tly, free from vendor interference /collusion. A Name: r 1, -11 l l �. �; �;`.�� � � x.7'`7 Title ,il� Print Name: :4 X Date: �, ITB#201210 Page 65 Reference Ousstionnaire (Please have a minimum of three (3) references complete this form and submit with RFP documents) Giving reference far: ge � J 110 ' j (name of company) Firm giving Reference: Oam,-�LM Nt to t�tlC Address: cva ,vui 3 i ('' Phone: ��psj$ -lQd Finail: C- '�j,7 ldPd • 0- 1. Q: Was invoicing consistent with contract pricing? A: yes 2. q: Were res�onse times consistent? A: el 3. Q; Was the vendor easy to get in contact with? How was their customer service? A: LAOS A. Q: Howlrwas their responsiveness to emergency orders? A: Yt0 e44A *rw.rCie $ 5. Q. Would you use them again? A: VIPs 6, Q: Overall, w at would you rate their performance? (Scale from 14) A: Excellent Q4 Good Q3 Fair ❑ Z Poor ❑ ! Unacceptable 7. Q: Is ther anything. else we should know, that we have not asked? A: f 1%O The undersigned does hereby certify that the foregoing and subsequent statements are true and co and are mada indep ently, free from vendor interference /collusion, Name: Title .I�'j,l�,��► ]ije Print Name: 011ar pate: RFP#201121 Page 69 ADDENDUM M Proposers must include the Revised Price Pro osai_Sheet with their submittal. Failure to do so will render your proposal non - responsive and will be rejected from further consideration. Year Year 1 (12 Months) Year 2 (12 Months) Year 3 (12 Months) PRICE PROPOSAL SHEET Central All Other Total Head Start Services Locations Monthly Annual Monthly Fee Mot Monthly Fee Fee Amount 3 x.00 3op.o0 TOTALS 00,00 ENV /10, 00 2c)0. oo� 1vG, r,D ! 660g o0 J, 16d. ©p ,7'c�• �o ;� X610. p, G1�2a. N fO�U.00 �,5��80,w7p i` 6 IL4 >e00 IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION, Page 5 of 5 ATTACHMENT # I PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Services RFP#PW 2012 - &0 Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or it's agencies. SWORN STATEMENT PURSUANT TO SECTION 287,133 (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to , t L y//AS- LLc�s r.4 -C- /i� [print name of the public entity) (print individual's name and title] C.�.� for ! 7� �✓N /To! ?iAL /� [print name of entity submitting sworn statement] whose business address is G �IOo N �✓• Z��%� /G'� and (if applicable) its Federal Employer Identification Number (FEIN) is. S'c% 2 `JG 9 �4_9/ (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statute, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or 35 without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes. means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement [Indicate which statement applies.] l� Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order.] 041 Continuation of Attachment #2 Public Entity Crimes and Conflicts 1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [signature] Sworn to and subscribed before me this Z day of i,f,�,c , 20 /oL Personally known or Produced identification (Type of identification) (Printed, Form PUR 7068 (Rev.06/ 1 1 /92) Notary Public — State of t= G ®K t t9 My commission expires Q/_ d�.p. ).lq /r missioned name of notary public) CARMELA DIAZ J•1rPV ° °e''�. `� Notary Public •State of Florida l� �pZ My Comm. Expires Jan 20, 2015 r ;A; Commission # EE 29047 °''P�� t' "' Bonded Through National Notary Assn. 37 janitorial ATTACHMENT #2 DRUG FREE WORKPLACE I : 1 Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees, that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. b. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. PROPOSER's Signature: Print Name:: Date: A�% (i G> 22, .20 /.z t: ATTACHMENT #3 NO CONFLICT OF INTEREST /NON= COLLUSION The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are named herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Bidder /Proposer agrees if this responselsubmission is accepted, to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer and the CITY, for the performance of all requirements to which the response /submission pertains. The Bidder /Proposer states that this response is based upon the documents identified by the following number: Bid /RFP The full -names and residences of persons and firms interested in the foregoing bid /proposal, as principals, are as follows: Name "Street Address City State Zip. IPA The Bidder /Proposer further certifies that this response/submission complies with section 4(c) of the Charter of the City of Miami, Florida, that, to the best of its knowledge and belief, no Commissioner, Mayor, or other officer or employee of the CITY has an interest directly or indirectly in the profits or emoluments of the Contract, job, work or service to which the response /submission pertains, Signature: Printed Name: / � r >�v /t /7 / 2 Title: %C�ID�i T Telephone: 6< C i ^ S `S Y`I Company Name �ejj 39 Continuation of Attachment #4No Conflict of interlNon- Collusion Certification NOTARY PUBLIC: STATE OF COUNTY OF The foregoing instr ment was acknowledged before me this day of l t: at, • �7 _ 20.12�._ b (name of person who signature is being notarized) who is ," „y CARMELA WAZ SEAL ` Q's� �D Notary Public •State of Florida • My Comm Expires Jan 20. 2015 Commission • EE 29047 •' ° ;; .�` °� Bonded Through National Notary Assn. Personally known to me, or Personal identification: Type of Identification Produced i/ Did take an oath, or Did Not take an oath. (Name of Notary Public: Print, Stamp or type as commissioned.) M ATTACHMENT #4 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS Janitorial Services RFP#PW -201 TO THE CITY OF SOUTH MIAMI We, c'�T "58��/1�.� <A� Sv f' �! /c�5 . (Name of Contractor), hereby acknowledge and agree that as Contractors for the janitorial Services RFP, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): to comply with such act or regulation. CONTRACTOR Name Title � .J5 r" i FAILURE TO COMPLETE SIGN, RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 41 This checklist indicates the forms and documents required to be submitted for this Request for Proposal (RFP) to be presented by the deadline set for within the RFP. Please check off and submit documents in the order listed below. Fulfillment of all proposal requirements listed is mandatory for consideration of proposals. The proposal shall include the following Items: i/ Bidder Qualification Statement Non - Collusion Affidavit o/ Public Entity Crimes and Conflicts of Interest Drug Free Workplace t� Acknowledgement of Conformance with OSHA Standards V/ List of Proposed Subcontractors and Principal Suppliers V Indemnification and Insurance Documents V Price Proposal Sheet Submit this checklist along with your proposal indicating the completion and submission of each required forms and /or documents. 20 BEST JANITORIAL &SUPPLIES, Inc. Telephone: 305 -691 -5696 Fac;sim14e: 786 -31 8-3790 PROPOSAL START UP AND OPERATION PLAN Best Janitorial & Supplies, Inc., is prepared to provide the city of South Miami with all the necessary supplies and equipment necessary to perform the mention services. Best will not have any sub- contractor assigned to this project. our supply provider will be Mlaml Janitorial and All Florida Paper, Our Management Team has more than 96 years combine experience, We will check with the management team of the City of South Miami and if they are sati:,fy with the performance of the current employee we will then offer the position to them. Best does not have any contractual relationship or other business affiliation. Best does not have any relationship between the individuals of the firm or any Commission member, his/ her spouse, or family member, or our family has had an interest, any other information concerning any relationship between any individual of the flrrn or ariy Curnmissiusi member with the respondent deems might be relevant to the Commissions consideration, Such other governmental or quasigovernmental entities which are represented by the individual (s) Firm, If we awarded the contract for services at your facility, with the knowledge and the observation we had on the walk thru; we will make a plan of action for each location. Preparation for a smooth and orderly transition will begin as soon as were notified. Before we initiate services, we will augment our on —site staff' which will be assigned to your facility. To do this, we add extra operational and management personnel along with seasoned production specialist. They will be on location well before the start of service and remain with the operational until it reaches quality standards. The transition team includes specialist skilled in personnel, training, equipment set -up, security, and quality control. Our plan is to use 3 regular full time employees to perform the work as mention in the scope of service. We look forward to working with you to carry a trouble —free transaction Sincerely, ,y QP .dro M Diaz President 89W N. W. 37th Avenue Telephone: 305 -691 -5596 Miami, Florida 30147 Facsimile: 786 -318 -3790 QUALITY CONTROL PROGRAM To ensure customer satisfaction, Best Janitorial & Supplies, Inc. provides quality service on a consistent, on »going basis. To achieve this goal, Best has implemented an interactive four step problem - solving process for Quality Control we call P.I.E.% - Plan Implement-Evaluate- Rcvtc�v. Quality Control flourishes with the guidance of management commitment. Best .lanitorials management team will set expectations, develop plans, manage processes and improve and maintain the quality of the City of South Miami. Our Quality Control Plan shall be designed in a way to facilitate continuous quality improvement efforts throughout the facilities. The focus is on the performance of processes that can be achieved collaboratively. Our work process depends of the effective communication and cooperation with all departments. Our leadership sets priorities based on the needs of the customers. Best Janitorial is prepared to provide the City of South Miami with a `clean and safe physical environment that is free from loose, adhered or impregnated soil, gum or debris". Floors shall be free from "spots, spills, liquids, all substances and stains". All areas such as restrooms will be kept sanitary. Here is how Hest Quality Control Program, P.LE.K Plan will accomplish these tasks: 1) Plan - Establish the objectives we need to accomplish and devise a Quality Control Plan necessary to deliver results in accordance with the City of South Miami expectations and specifications. 2) implement- Implement the plan established for the City of South Miami by involving everyone in our management team and our daily custodial staff. Assure that all staff is familiar with the plan and the monitoring can be achieved. 3) Evaluate -- Monitor and collect data on the plan to get results to be able to evaluate the results against the objectives and specifications as required under this Contract. Report the outcome in order to take action and make improvement if needed. 4) Review - Apply actions to the outcome for necessary improvement. This means reviewing all steps of our plan and modifying the process to improve it before its next implementation. Addreas individual performance problems_ In order to achieve our goal of a Clean and Safe Facility, our Plan- Implexnent4valuate- Review Plan must be developed with the specific needs of the City of South Miami to accomplish this we take the following steps: We ensure that quality service is attained up front in order to minimize the need to react. A site visit and meeting the City of South Miami personnel will take place to bettor understand the needs. Part of our Plan includes the interviewing and hiring of the personnel who will be assigned to work at the City of South Miami. The emphasis on uniform quality is a distinctive feature of Best Janitorial and is responsible for our growth and success. The efficiency with which Best operates depends largely on how effectively we manage our personnel, Effective personnel administration begins with programs that recruit workers for jobs compatible with their abilities and encourages the development of these workers. We strive to provide an atmosphere for motivation so that each worker will contribute his or her maximum performance to the team effort. This is accomplished by planning the work so that custodial personnel understand, perform and meet work objective and organizing so the custodial personnel function effectively and efficiently as a team. 1) Implement - Once awarded the contract, Best is ready to implement its QC- P.I.E.R Plan. Our quality control program centers on our pro - active inspection process and our active involvement with our customers. Our Quality Control Coordinator will frequently visit job sites, both with and without the City of South Miami own representatives, to ensure that the cleaning schedule is kept up exactly as specified. Supervisors are responsible for monitoring the cleaning of a group of offices and \all other areas to be cleaned. They will be provided with the following documentation to record his or her observations. (a) A cleaning journal along with a check list of job specifications for the daily, weekly, monthly, and periodic tasks for each custodial area. Each night, a supervisor will use the "Daily Regular Janitorial Cleaning Service 'Tasks — Work Routines" list to verify that all tasks have been completed. (b) An appropriate inspection sheet will be contained therein to record that an assignment has taken place acceptably or not. There is also space to record notes or any other useful data. 2) Evaluate — Once we have implemented the QC Plan we must then begin to monitor and evaluate the plan. We do this by collecting data from all our inspections and following up with another set of inspection performed by our management team to be certain that the results conform to our plans. It is our goal to meet, evaluate and discuss with the assigned personnel on a regular and on -going basis to discuss the outcome of our evaluations and compare to their experience. All janitorial services procedures and frequencies will be checked periodically to ensure that they align with actual facility requirements and stalling levels. 3) Review - At Best we understand that problems might arise and if they do we have a team - based support center. When the City of South Miami calls in a request, the voice you hear will be a familiar one. When a client need arises, staff will field your daytime calls and rush them to cur crews so that appropriate action can be taken, resulting in rapid resolution of day to day issues. They will follow up with the City of South Miami Services to make sure the work was performed to your satisfaction. Another way Best achieves its goals is by the periodic, face- to-faae reviews so that we can go over how we think we are doing and compare that to how the customer thinks we are doing. • r _iK , lassential to our Quality Control Program is our Training Program. Our company's approach is built on intensive hands -on training of our operational staff and constant auditing to monitor. report and adjust cleaning programs where needed. We understand that training and safety go hand in hand. A well trained staff works safer and provides a safe environment for its clients. SUPERVISION All custodial areas come under the control of a supervisor who uses an established system of checks and balances to monitor and report on compliance with specifications and quality standards. All suporvisors propara bi- weekly reports comparing actual performance against planned accomplishments for building cleaning. CONtMUNICATIONS On a daily basis, our Operations Manager makes contact, in person, with Supervisors to discuss nightly cleaning functions, staff performance, ongoing project work, special services, or any problems which are occurring that inhibit the cleaning function. Each supervisor begins each shift with a quick briefing to every custodian under his or her direction. During this briefing, the supervisor will discuss issues and activities, such as: the evaluation of the alpAner's work perfnrmed nn the pmvious day; complaints or requests received thereto; and periodic cleaning assignments to be performed that day /week. They will then accompany each cleaner to visit the custodial area of concern and providing additional instruction. SAFETY AND COMPLIANCE REPORTING In addition to reporting on the cleaning on our Quality Control Plan, we report on Safety Procedures and their compliance; OHSA and other Federal and State compliance issues: ID badges and uniform compliance and time keeping accuracy 5900 N. W. 371h AvenLJO Telephorw3: 305 -691 -5596 Miami, Eladde 33147 Facsimile: 713&318 -3790 HUMAN RESOURCE PROGRAM Our Human Resource Program has been developed to help Best Janitorial & Supplies, Inc. Employees to understand the practices, policies and procedures of Best. RECRUITMENT AND PROMOTIONAL OPPORTUNITIES Best Janitorial & Supplies, Inc. is committed to maintaining an employee relations climate which promotes maximum personal development and achievement. We are dedicated to treating our employees fairly and providing good working conditions, competitive wages and benefits and above all, the respect that each employee deserves. We also believe in open and direct communications which permits the resolution of employee problems in an atmosphere of mutual trust, responsive to individual circumstances. Best Janitorial encourages all employees to improve their qualifications, not only for their present position, but to enhance their opportunities for promotion. Best wants its employees to advance within Best, therefore, employees are encourage to developed and improve their skills and abilities. Best is very proud of the many employees who have risen within the ranks to positions of additional responsibility. The demonstrated ability to learn and attitude toward work are factors that have contributed to their progress. We look forward to seeing this same ability and attitude to take place among the Best employees working at the City of South Miami. The ongoing training that Best provides its employees helps to give an employee the incentive to broaden their horizons and may help prepare them to accept new challenges and responsibilities. Best Janitorial is an Equal Opportunity /Affirmative Action employer. Best recruits, employ and promote without regard to race, religion, color, sex, sexual orientation, age, national origin, disability, veteran status or marital status. Our goal is to do all that is realistically possible to give all persons an opportunity toward economic and promotional progress, while conducting business soundly and to the satisfaction of the City of South Miami. EMPLOYEE COMMUNICATIONS An employee's first line of communication within Best is through their immediate supervisor. Both the employee and supervisor have a shared responsibility to ensure that every assignment is accomplished with the ultimate objective of maintaining their work area clean and safe. Mutual trust and respect are necessary to achieve this and can only exist if the employee and supervisor have a satisfactory two- way communication. If an employee has a concern, they should share that concern with their supervisor. The employee should be specific about any problem and supervisors should provide an atmosphere that encourages open communications. Should the employee's direct supervisor not to be accessible, or a part of the problem requiring discussion, the employee should go to the next highest -level employee within the facility they are assigned to or directly to the corporate office. PERFORMANCE COMPETENCY EVALUATION In order for employees to know how their performance is measuring up to job standards, Best Janitorial has Performance Competency Evaluation in place. Periodically employee job performance is evaluated. 1) Job/ Department Orientation- New employees will receive orientation to their job /department within 30 days of the appointment to their position 2) 90 -Day Evaluation — New employees performance will be evaluated as satisfactory or unsatisfactory to determine if their performance is at level to retain them in a new position. 3) Status Change Evaluation- Employees will be evaluated by their current department supervisor or manager as a part of an evaluation process prior to being promoted or transferred. 4) Annual Performance Competency Evaluation- Every employee should know how well he or she is performing. For this reason Best has an annual evaluation program. A performance competency6 evaluation will be prepared on all employees at least once per year. These periodic evaluations provide employees the opportunity to meet with their supervisors and / or managers to discuss their careers goals. These evaluations become on of the tools for retention, promotions, transfers and professional development. Nd W. 37th Avenue Miami, F4orida 33147 General Procedures Statements of Service and Codes of Conduct Te4ephone: 305 -6191 -5596 Facsimile: 788 -318 -3790 1- Work covered In this agreement with the City of South Miami, Includes labor, supervision, equipment and cleaning supplies necessary to perform the services as outlined in the specifications. 2- Best Janitorial & Supplies, Inc. feels the responsibility to use the most qualified personnel availahle and will continue to train those who are less qualified. 3• Best Janitorial & Supplies, Inc., dress code calls for "neatness appearance ". 4- Responsible supervision will be designated by Best Janitorial along with the support management to constant check for quality of workmanship. Sm Best Janitorial & Supplies, Inc. uses only the highest quality materials and supplies. If specific materials are required in your contract, those materials will be utilized or an acceptable substitute will be provided for your approval. 6- The scheduling of working hours for the completion of building services will conform to the requirements as outlined in the bid contract. 7- Best lanitorial & Supplies, Inc., will be responsible for the instructing it's employees In safe work habits and requirements to comply with the Occupational Safety and Health Act, 8- All work, equipment and supplies furnished in the performance of the contracted specifications shall be subject to inspections at any and all times by a representative of the City. 9" Best Janitorial & Supplies, Inc. provides complete Liability insurance covering all of our activities at the facility. Worker's Compensation and Car insurance owned and non- owned. 10- Best Janitorial & Supplies, Inc. will take no exceptions to your general or especial conditions of your specification. INTRODUCTION The City of South Miami is seeking proposals from experienced and capable parties to provide janitorial services for all City facilities and buildings. The Contractor shall furnish all material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami. The term of this agreement shall be for a period of three -years (3), from the date of execution of the agreement between the City and Contractor. RESPONSIBILITIES OF THE PARTIES Contractor: The Contractor shall perform all duties supplies and equipment as identified below. OFFICES -Daily Service and provide the required material, labor, I . Empty all waste receptacles, removing waste to designated area for disposal, and replace plastic liners. 2. Empty and damp wipe garbage receptacles. 3. Dust and spot clean all desktops and counter tops. 4. Dust all horizontal surfaces of desks, chairs, tables and office equipment. 5. Dust all exposed filing cabinets, bookcases and shelves. 6. Dust to hand height all horizontal surfaces of equipment, ledges, and sills, shelves, ventilating louvers, frames, partitions, etc. 7. Clean and sanitize all drink fountains. 8. Remove cobwebs from walls and ceilings. 9. Spot wash glass surfaces, doors, frames, kick and push plates, handles, light switches, baseboards, and similar surfaces. All surfaces will be cleaned with the utmost care. 10. Vacuum clean all exposed carpeting, minimum 3 times per week. 11. Inspect carpet for spots and stains, remove where possible. 12. Dust mop or sweep all non - carpeted floors thoroughly using a chemically treated mop. 13. Mop uncarpeted floors as needed, minimum 3 times per week. K up r 14. Spot clean spills with a damp mop. 15. Before leaving any office, shut off lights, electrical appliances, and lock all entrance doors and only interior doors requested. 16. Remove fingerprints and smudges from all walls. 17. Report all burned out lights. 18. Detail and clean all kitchen, counter tops, or lunch room areas. 19. Clean Stairs daily, where applicable. OFFICES- Weekly Service 1. Dust all ledges, wall moldings, pictures, shelves, and other surfaces above [hand height]. 2. Brush down and clean all vents and grills 3. Clean all baseboards. 4. Dust all light fixtures and covers. 5. Clean all ground level windows and glass partitions OFFICES - Monthly Service (Community Center Only) 1. Wax and buff floors. OFFICMOuarterly Service 1. Dust and clean or vacuum all drapes and blinds. 2. Detail and vacuum chairs and upholstered furniture. 3. Dust and clean all light fixtures and covers. 4. Scrub and wax.vinyl floors. BL ANNUAL SERVICE 1. Deep cleaning, all carpets at all City facilities. 2. Thoroughly clean all outside windows and glass partitions RESTROOMS -Daily Service 1. Empty trash containers and remove trash to designated area. 2. Damp wipe or scrub and sanitize all trash containers. 3. All Commodes, urinals, and basins to be scoured and disinfected. Both sides of toilet seat to be cleaned daily. 4. Clean and polish all faucets, sinks, and exposed metal. 5. All piping to be cleaned and polished. 6. All partitions to be spot cleaned and washed as necessary. 3 7. Replenish all paper products, including toilet covers, paper towels and toilet paper daily. 8. Replenish hand soap daily. 9. Sweep tile floors and damp mop with germicidal disinfectant. 1. Wash down all walls, and sanitize all partitions. 2. Wash all waste containers and disinfect. 3. Clean and polish all doors, doorplates, and hardware. 4. All floors cleaned and grout cleaned. RESTROOMS- Monthly Service 1. Wipe clean all ceilings, lights, and fixtures. 2. Detail all toilet compartments and fixtures. 3. Brush and clean grills and vents. 4. Clean shower curtains and shower heads. RESTROOMS =Ouarterly Service 1. Scrub all die floors. EMERGENCY SERVICE — As Needed The Contractor shall provide an Emergency " After- Hours/Weekends /Holidays" contact for emergency janitorial services that may occur in any of the City facilities and buildings. The City will contact the Contractor and advise the nature of the emergency services that are required. After inspection, the Contractor will provide a quotation to the head of the Public Works Department or designee for the emergency services. Emergency services are additional and are not included in Daily, Weekly, Monthly, Quarterly or Bi- Annual services. The Contractor must respond to the City within two (2) hours from receiving the Emergency call from the City. I M 6900 N. W. 37th Avenue Miami, Florida 33147 . Telephone! 305 - 691 -:55% Facsimile- 766 -318 -3790 PARTIAL EQUIPMENT AND MATERIAL LIST Best janitorial will provide new or like new equipment that will be stored in a secure storage space in a neat and presentable condition. All materials, supplies and equipment will be delivered to the premises in a way that will insure that no interruption with the regular operation of the facility. Following is a list of recommended equipment to be utilized: Floor Machine — Single Disk High Speed 2000 RPM - General 20' Floor Machine- Single Disk Low speed 175 -350 RPM- General 19' High Speed Burnisher Spot Cleaner Machine Hot water carpet extractor Pressure Cleaner Gas Blower Self propelled carpet Extractor with Rotary Brush Commercial Brower for carpet- Thoro- Matic Commercial Blower for carpet Wet and Dry Tank Vacuum -10 gallon Upright vacuum cleaners- sanitaire Back pack Vacuum cleaner- Eureka Canister Vacuum- Eureka Port A Vac- Hand Help Vacuum - Sanitaire Vacuum magnetic strip Bucket and Wringer Brute 44 gallon containers w /dolly Janitor /Maid Carts Janitor/ Maid Carts Aprons Maid Caddy Caution — Wet Floor Signs Dust Mop with head Mop Stick with mop head Dust pan — short and long handle Brooms Upright Toy Brooms Duster with extension Squeegees and extensions poles Floor scrapers and blades Toilet Bowl Brush Cleaning Rags Scrubbing Brush Floor pads Gloves Toilet Plungers Measuring Cups Spray bottles with triggers Following is a list of recommended supplies to be utilized: Trash cans liners 2432 Trash cans liners 30x36 Trash cans liners 40x48 Carpet bonnets Floor buffing and stripping pads Latex gloves Cleaning rags Following is a list of chemicals to be utilized: Glass Cleaner Neutral Cleaner Toilet Bowl Cleaner Bleach Chlorinated Cleanser Disinfectant /Deodorizer Floor Stripper Floor Sealer Floor Finish Carpet Shampoo Carpet Spot Remover Furniture polish All MSDS (material safety data sheets) will be provided to each Department. All equipment to be used on this contract are owned and maintained by Best Janitorial & Supplies, Inc. All equipments will be either new or in good working condition, and will be delivered to the job site in a way that will insure that no interruption with the regular operation of the facility. Best Janitorial & Supplies, Inc. uses the latest in equipment and material to assure the best possible service provided to our customers. All equipment will have bumpers and guars to prevent marking or scratching. All electrical equipment will be checked to assure they meet all safety requirements and are UL approved. Best Janitorial & Supplies, Inc. service has an onsite mechanic working at the home office, five days per week, ready to fix and maintain any piece of equipment in need of service. We also have backup equipment readily available to assure uninterrupted maintenance. M miamidade.gov October 28, 2011 Mr. Pedro Diaz BEST JANITORIAL & SUPPLIES, INC. 6900 NW 37th Ave Miami, FL 33147 -0000 Dear Mr. Diaz: Small Business Developmi 111 NW 1 Street, 1g' F Miami, Florida 33 T 305- 375 -3111 F 305 -375 -3 CERT. NO: 11411 Approval Date: 10/26/2011 - MICRO /SBE Expiration Date: 10/31/2014 ANNUAL ANNIVERSARY: 10/26/2012 Small Business Development (SBD), a division of Sustainability, Planning and Economic Enhancement Department (SPEED) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Micro /Small Business Enterprise (MICRO /SBE) in accordance with section 2- 8.1.1.1.1 of the Code of Miami Dade County. This certification is valid for three years provided there are no changes rendering your firm ineligible for certification. You are required to submit a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date as listed above. You will be notified in advance of your firm's Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify your firm. Every three years you will receive a full recertification review that may include an onsite investigation; SBD will also notify you accordingly. If at any time during the certification period, there is a material change in your firm, including, but not limited to ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business (es) or physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Your company is certified in the following categories as listed below, affording you the opportunity to bid and participate on contracts with small business measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract needs. The directory for all certified firms can be accessed on the Miami -Dade County SPEED website http: / /www.miamidade.gov/sba . Thank you for doing business with Miami Dade County, Sincerely, Sheri Ccriff, Directr �� Business Opportunity Support Services Small BusinessSD.e�lopment Division Sustainability, Planning and Economic Enhancement Department CATEGORIES: (Your firm may bid or participate on contracts only under these categories) CLEANING SERVICES, STEAM AND PRESSURE (MICRO /SBE) WINDOW WASHING SERVICES (MICRO /SBE) JANrrORIALICUSTODIAL SERVICES (MICRO /SBE) BEARINGS (EXCEPT WHEEL BEARINGS AND SEALS) (MICRO /SBE) BRUSHES (NOT OTHERWISE CLASSIFIED) (MICRO /SBE) FLOOR MAINTENANCE MACHINES, PARTS, AND ACCESSORIE (MICRO /SBE) D8DR0020 Y20111026 Cd N & IN J LEI .W u J A� W CL CL CO A .� • M O ca nA W co 0 U? Q a T-i a� u H Q� C° 4 Cd 4/3 P1 r= cd 0 ^ y V, 0 4mJ It 9r� O N N C) N Y-- O N N O v "J m .9 W A 044 1� Q } Q a s ,v N N 0 1� r1 f71 O CO a) �r CD e C) en r) cn ._a N J :m CD co m N v) .n _u O C1 CJ w .n U 11 :2 L1. a N Q 0) Cd ,C7 08/22/2012 15:45 3054421775 ALL USA INSURANCE PAGE 02/02 A CERTIFICATE OF LIABILITY INSURANCE ° "T�'N""'°°"�'Y' 06/22/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW T11113 CERTIFICATE Or INSURANCE DOES NOT CONSTITUTE A CONTRACT Bk7 WLVN THE I3BUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER/ AND THE CERTIFICATE HOLDER. IMPORTANT: K the tertmcese holder If an ADOW�LINSURED, the pollcy(les) mutt be endorsed, if SUBROOATION 18 WAIVED, tub]W to the terms and conditions or Iho Panay, CerulR polities "(equlre an CndortemenL A ttateftient on this Cerllncale door not Confer rights 10 the cenlncele hoWl In lieu of such endorttmengsp PRODUCER Wury: All USA Insurance (305)4424066 Ar No (306j442.1775 4200 S.W. 3rd. St. atlusa�bellsolAh.net Mlaml, FL 33134 1NOUREK2l AFFORM40 COwERAO! NA,c ■ Phone (305)442» »1066 Fax (306)442 -1775 INSUxeRA: CenturySurdYC0. INSURED INSURER 6: ProgrestWe ELlpm" Insumnoe Co Best Janitorial 6 SUppeea, Ina. INSURER ' 6900 NW 37 Ave IN 40411i - Miami, FIL 33142 " THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURSr) NAAAPn ARO%M FO TIC POLICY PER 00 INDICATED, NOTWITHSTANDIN II ANY REQUIREIRNT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INMURANCE AFFORDED BY THE POUCIEB DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES• LIMITS SHCWN MAY HAVE BEEN REDUCED BY PAID CLAMB iNKA i'/ne°F WtWMNC! AOOI POLICY 'RUMbER M�A1 r M I,UDl1'7 uM173 tleNERAL LIABILITY EACH OCCURRENCE f 1.000.000,00 r COMMOXIA1.GENGRALUANLITY EM PRM e* " t 1006000,00 A 0 ❑ CLANS-MADE ❑OCR CCP73687 /0/ 18/11 10/18/2012 AIED O(P (Anyone s!co S 5,000,00 ❑ PERSONAL 6 ADV INJURY f 1,000,000.00 ❑ G6N6RAL AGGRgGAYE f '1,Wti tX1U.W PNODUCTS•COMPIOPAGO f 1,000,000.00 _ GERLAGGREGA7BLIMRAPPL=P21t ❑ POLICY ❑ p' ❑ LDC f Av7oMC1DILP. LIABILITY .` E�Mnrr>rawu L i f 1004000.00_ ❑ ANY ALTO bOMY INJURY (Pn prnw,) I E] ALL OWNED SCHEDULM AUTOS AI III Y 082M6402.0 1a1B/2011 10/1812013 BODILY tN•tURY(POraoa'dwM i r n f WREDAUTOS ❑ rAN0S4WN® ❑ n ! ❑ UMIIRFLLaIr.R ❑C JR EACH OCCLARENCS S^ AGGREGATE S El Qcm LIM CL.AtM&MOR ❑ W ATU• " Eg •• S ... ❑ OED R N t WURKH" COMIPENAATICN AND EMPLCVCRV LIABILITY YIN ANY PROPRIETOWARTNERh]NEC 11 NIA E.L EACH ACCIDENT .. f _ CWFICERIMUM7DEREXCLUDHD? t—I (Mon000ry M NN) E.L. DISEASE • POUCY LIMIT S if yyeess deeetlbe undsr ' DESG�RiP=N OFOPGRAT1ON3 below ' 8 .- Wirw.4 A Non Owned Autos N aM?A5402 -0 1a1I1120111 10/182012 , 7,txX),lX>D Or�::RIrT10N Of OIGrATIONS rLOCATIONa rYENx;Ili tAtgChACORD 1111, AQeaFOMI Reeares eehedrAe, x iron ewes b requires) .�_ Jantorlal Sews" ChoWd any of the above deeotibed pulir:ks be cancelled De(ore the expiration We thlre0r, the leaving insurer Wig endeavor to mail 30 days written nonce to the certificate holder named below, W failure to do so shah Impose no obllgAlcm or liability of any kind upon the insurer. Its agents or representatives. CERTIFICATE HOLDER City of south Miami 6130 Sunset Drive South Mlaml, FI 33143 RFPM PW2012.8 -01 SHOULD ANY OF THE ABOVE 00%, fta POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THERE , N011 CE WILL BE DELIVERED IN ACCORDANCE WITH THE POW& PRFYPISIONS. AUTHOttrteD (d 11911111114010 ACORD CORPORATION, All rights reserved, ACORD 26 (2010106) OF The ACORD name and logo are registered marks of ACORD A��RO PRODUCER BESTJAN -02 CERTIFICATE OF LIABILITY INSURANCE automatic Data Processing Insurance Agency, Inc 1 ADP Boulevard Roseland, NJ 07068 INSURED 6900 NW 37th Ave Miami, FL 33147 COVERAGES ONLY AND C HOLDER, THIS ALTER THE C( IS ISSUED AS A MATTER OF DATE (MMIDDIYYYY) 8122/2012 :RS NO RIGHTS UPON THE ITIFICATE DOES NOT AMEND AGE AFFORDED BY THE POL INSURERS AFFORDING COVERAGE CERTIFICATE NAIC # INSURER A: Travelers Indemnity Company of— Am—erri— c!y25666 J INSURER 0: i - - -' ` 1 INSURER 0: INSURER E: City of South Miami 6130 Sunset Dr South Miami, FL 33143- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE ACORD 25 (2009/01) &-1988.-2006-ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. {POLICY EFFECTIVE : POLICY EXPI ri P FI POLICY NUMBER AT MMI IYY I AT ! N I LIMITS GENERAL LIABILITY { i I � I, EACH OCCURRENCE. S COMMERCIAL GENERAL LIABILITY { p13EM1$£SSEa occuren S CLAIMS MADE __f OCCUR; I MED EXP (A one person) S i ' ! PERSONAL 8 AOV INJURY S f i [GENERAL AGGREGATE S _ I GEN'L AGGREGATE LIMIT APPLIES PER: ` + PRODUCTS - COMPIOP AGG S III POLICY I ' MT i LOC j AUTOMOBILE LIABILITY i i COMBINED SINGLE LIMIT S } ANY AUTO (Ea accident) i I ALL OWNED AUTOS r^ BODILY INJURY $ SCHEDULED AUTOS (Per person) • _; HIRED AUTOS _ — i 'BODILY INJURY S NON- OWNEO AUTOS ((Per accident) 1 ' )PROPERTY DAMAGE (Per accident) I GARAGE LJABIUTY I 'AUTO ONLY - EA ACCIDENT $ r ? ANY AUTO r -� s 1 OTHER . EA ACC ; T S AUTO ONHYN AGG ( S [EXCESS l UMBRELLA LIABILITY I EACH OCCURRENCE is OCCUR 0 CLAIMS MADE I - AGGREGATE S ' II DEDUCTIBLE ( - ! i ' I RETENTION S $ r WORKERS COMPENSATION ' X ' \NC STA T$J i AND EMPLOYERS' LUIBIUTY IN Y� LM �PR �R I A I ANY PROPRIETORIPARTNER/EXECUTIVE IHU84AO5754912 8/112012 811/2013 i EL' EACH ACCIDENT 5 100,00 OFFICERIMEMBER EXCLUDED? t r I (Mandatory in NH) i -- 100.00 E.L. DISEASE - EA EMPLOYE $ 1 + it g9as do6Cnbe under She PROVISIONS oelow - I 500,00 E.L. DISEASE - POLICY LIMIT S 1 OTHER I I DESCRIPTION OF OPERATIONS f LOCATIONS VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS PW- 2012 -8-01 I City of South Miami 6130 Sunset Dr South Miami, FL 33143- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE ACORD 25 (2009/01) &-1988.-2006-ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I s to J 0 to m mi m Aa h' O C� a tS O x tL U W h ME . im (z W ,rte w W �.i a a. r z LLJ a w Q CM) o U) z O � L Q Z w d uj _ a d CL CL ZE w 3-e r H r v C rr•r CL Q. 0 Ch 03 T m U a w U cs CA 0 col 3 � o N � 0 U A .�4 O c� w C C36 U) z rm if It c r E �.4h rill 0 0 rill 0m A U �w 0 v �s 0 U en rmq 0 N H as 03 A A a w i MIAMI -DADE COUNTY 2011 LOCAL BUSINESS TAX RECEIPT 2012 FIRST -CLASS TAX COLLECTOR MIAMI -DADS COUNTY - STATE OF FLORIDA U.S. POSTAGE 140 IAA. FLAGLER ST. EXPIRES SEPT. 30, 2012 PAID 1st FLOOR MUST BE DISPLAYED AT PLACE OF BUSINESS MIAMI, FL MIAMI, FL 33130 PURSUANT TO COUNTY CODE CHAPTER 8A - ART. 9 & 10 PERMIT N0, 231 165923 -5 THIS IS NOT A BILL - DO NOT PAY RENEWAL BU 1NER NJAN1161A1AL & SUPPLIES INC RECEIPT NO, 394296 -9 BES 6900 NW 37 AVE 33147 HIALEAH CWWST JANITORIAL & SUPPLIES INC SecApy CS rff E THIS IS ONLY A 'LOCAL NOT 3USItIESS TAX RECEIPT. IT DOES NOT PERMIT THE PAYMENT RFCEIVEO MIAMI•DADE COUNTY TAX COLLECTOR: 10/19/2011 09010053002 000099.00 !I SEE OTHER SIDE BUSINESS EMPL2YOEE /S A CONTRACTORS RECEIPT DO NOT FORWARD BEST JANITORIAL & SUPPLIES INC PEDRO DIAZ FIRES 6900 NW 37 AVE MIAMI FL 33147 i ,l Ill II III I111iIIII Ill I Ill (if If i1I,1 Its III Ill If Jill A fl1ll MIAMI -DADE COUNTY 2011 LOCAL BUSINESS TAX RECEIPT 2012 FIRST -CLASS TAX COLLECTOR MIAMI -DADE COUNTY - STATE OF FLORIDA U.S. POSTAGE 140 W. FLAGLER ST. EXPIRES SEPT. 30, 2012 PAID 1st FLOOR MUST BE DISPLAYED AT PLACE OF BUSINESS MIAMI, FL MIAMI, FL 33130 PURSUANT TO COUNTY CODE CHAPTER 8A - ART. 9 & 10 PERMIT NO. 231 165923 -5 THIS IS NOT A BILL - DO NOT PAY RENEWAL ZU1I1rgjNJANt16"T' & SUPPLIES INC RECEIPT NO. 165923 -5 66900 NW 37 AVE 33147 HIALEAH OWNER BEST JANITORIAL & SUPPLIES INC Sec 2bp�OM d WCYCLING /PROCESSING THIS IS ONLY A LOCAL BUSINESS TAX RECEIPT. :T DOES NOT PERMIT THE HOLDER TO VIOLATE ANY EXISTING REGULATORY OR ZONING LAWS OF THE COUNTY OR CITIES, NOR DOES IT EXEMPT THE HOLDER FROM ANY OTHER PERMIT CP LICENSE EMPLOYEE /S 10 DC NOT FORWARD REQUIRED BYLAW. THIS IS BEST JANITORIAL & SUPPLIES INC NOT A THE HOL ZRSI CUALOI ICOA- PEDRO DIAZ PRES TToNs. 6900 NW 37 AVE PAYMENT RECEIVED MIAMI FL 33147 MIAMI -DADE COUNTY TAX COLLECTOR' 10/19/2011 09010053001 000049,50 i}11d,13dd1,111d7 d1, 1iiildfddN 14111 „fldld /, d1df1Ii11,I�Y'1,i SEE OTHER SIDE Fl •IVY `!' ^G`I`7t::1r y'.c+l'(Y7�' VY•Rv1(i /�'�11`1J'���Y£`1 \V s=• 'J�'. :� WSJ �.tY" :�'�il`���fr ^�\.d►. 1�.Ia"• �� ���,Li.':..�j v�i�ut��f `J�i,S�i�!'.]I�tntv�ii►I�GI� \4J Department of i late I certify-the attached is a true and correct copy of the Articles of Amendment, filed on November 29, 1993, to Articles of Incorporation for BEST JANITORIAL CHEMICAL & SUPPLIES, INC. which changed its name to BEST JANITORIAL & SUPPLIES, INC., a Florida corporation, as shown by the records of this office. The document number of this corporation is M470300 CR2EO22 (2 -91) Oiben unber my banb anb tye oreat ebeat of the estate of .1loriba, -it T atlalja ;fee, t}je (Capital, t 1 t Seventh Dap of December, 1993 Jim �miti� $ecretarg of State 0"""" American Facility Services, Ina 1325 Li-om hill lod StriaiCbuft ,SriteAAlpharetta,(A30004 aft ce: 7 70.740.1613 Fa: 770.475.7720 www.ameri canfacilityservices.com Sealed Proposal to Provide Janitorial Services City of South Miami, RFP #PW- 2012.8 -01 August 24, 2012 Original i S s s:{ riyy�( Jf Proposal by American Facility Services, Inc Kevin McCann, President 770-740A613 kmccann @arnfacility,com Table of Contents Title Page Table of Contents Letter of Interest Section 1- Qualifications and Experience Plan of Approach Operations Manager Resume Area Project Manager Resume Disclosure Statement Current Contracts References Additional Information Company Profile Management Transition Plan Personnel Staffing Corporate Organizational Structure Emergency and Office Contacts Executive Summary Section 2- RFP Attachments Attachment #1 Public Entity Crimes and Conflicts of Interest Affidavit Attachment # 2 Drug Free Workplace Attachment # 3 No Conflict of Interest /Non Collusion Affidavit Attachment # 4 Acknowledgement and Conformance with OSHA standards Section 3• Price Proposal Sheet Price Proposal Sheet 1325 Union Hill Industrial Court. Suite A: Alpharetta. GA 30004 Office 770.740.1613 Fax 7704757720 www .americanfacilityservices.com August 20, 2012 City of South Miami Office of the City Clerk South Miami City Hall 6130 Sunset Drive South Miami, FL 33143 RE: Letter of Interest for Janitorial Services, RFP #PW- 2012 -8 -01 Dear Ladies and Gentlemen: On behalf of American Facility Services, Inc., please accept this proposal to provide janitorial services for the various city facilities for the City of South Miami. Our headquarters in Alpharetta, Georgia will provide administrative support. Our corporate and executive roles are identified on the enclosed Corporate Organizational Chart. The Account Manager will be Mr. Mark Thompson. Mr. Thompson supports our Florida contracts and would be available to you in person on a regular basis; please find his resume enclosed for your review. American Facility Services, Inc. is a SBA Certified Women owned and operated small business. It was established in May 1991, in order to perform Janitorial Services for private organizations and government agencies. American Facility Services, Inc is a Sub- Chapter S Corporation registered in the state of Georgia and is based in Atlanta. As a Sub - Chapter S Corporation, the stockholders are personally responsible for all liabilities, taxes, and all profits are taxed as personal income. American Facility Services, Inc currently conducts business across the United States and employs over 350 employees, with annual sales base of $20 million. American Facility Services, Inc has established a relationship with National Surety Services, Inc., which has approved the performance and payment bonding capabilities of American Facility Services, Inc to $6 Million. Operations and Management Philosophy "Total involvement and Continuous Quality Improvement sums up American Facility Services philosophy. American Facility Services, Inc is a corporate entity organized to provide top -level service in an expedient, reliable, and cost - effective manner. The company treats its' employees within the organization as individuals and as life -time employees. We seek to avoid turnover to maximize its' capability to maintain peak performance on all projects, at all times. Our Vision To be recognized as the "BEST" in the industry by our customers, potential customers, and our competition. Our Mission ® To provide the most cost effective service to our customers. To provide a 19 win/win 11 solution in all situations. ® To utilize our staff to their full potential. To make the best decisions based on available information. American Facility Services, Inc. ?32.51 )m F11 InJu;1rialGDUr(wileAAipi Karena.(A30(X)4 Cfria� 770.740. ?6i 3 (mac. 704757720 ijvww.arneeicanfacili tyservices.com Approach to Mission Success To achieve this stated objective, American Facility Services' management plan is based on five (5) basic components: Partnering - AFS stresses the "partnering" concepts in all of its' customer relationships. We have discovered that by using this concept, successful contract completion is inevitable. AFS is confident that through this type of cooperative effort, stated objectives will be met. Cost Effectiveness - Our cost - effectiveness translates into monetary savings for our clients. Quality Control - We believe in quality for every project. Every AFS worker is expected to put "due diligence" into every project, whether it is services for several buildings, or for a single office. AFS employees take pride in their work, and are committed to providing superior service. Our goal is to "get our clients out of the cleaning business ". Safety - American Facility Services strives to be "proactive" with accident prevention. It is the responsibility of each AFS Account Managers, Supervisors and Custodians to ensure safe procedures and conditions. Key Staff Capabilities - AFS is confident of the capabilities of its' employees. Our employees possess extensive experience in the janitorial and ground maintenance fields. The information contained in this Proposal or any part thereof, including its Exhibits, Schedules, and other documents and instruments delivered or to be delivered to the City, is true, accurate, and complete. This Proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the City as to any material facts. At American Facility Services, Inc., we view service contracts as partnerships with our customers. We have concentrated our efforts to provide Green Cleaning services, utilizing support from our primary supplier and manufacturers. Our project managers are now CIMS certified to ensure outstanding customer service and quality control. We are totally committed to providing the City of Highland Village Facilities with the highest level of custodial service and customer support. We would greatly appreciate the opportunity to add your facility to our list of locations served. If you have any questions, please contact me at our office on (770) 740 -1613. We look forward to hearing from you. Kevin McCann President Arrw rican Facility Services, Inc. 1:3251hiuiHitIrxiusllialCTbur, t,it(:,�AAplia!etta,CA:30004 (Tim: 770.740.1613 rac: T/0475,7720 www.ameri canfariti tyservices.com Section 1- Qualifications and Experience Plan of Approach Operations Manager Resume Area Project Manager Resume Disclosure Statement Current Contracts References Additional Information Company Profile Management Transition Plan Personnel Staffing Corporate Organizational Structure Emergency and Office Contacts Executive Summary 1325 Union Hili Ind(istriai Court. Suite A. Alpharetta, GA 30004 Office: 710.740.1613 Fax: 770.475 -7720 www.arrrericarifacilityservices . com Plan of Approach Overall understanding of the RFP Requirements: Documentation of capabilities and experience with similar type of service: We have reviewed the entire solicitation and examined the requirements closely. The scope of work and requirements of our company are very much within our abilities to accomplish, we have the financial stability, equipment and supply inventory and the physical requirements to complete this project. American Facility Services, Inc. has extensive experience with City, County and State requirements and specifications. Please see our list of references. Logical approach to fulfilling the RFP requirements: Comprehensive List of project tasks with deadlines: The processes that we will put in place to manage this contract have been used by our company for many years, with improvements implemented as identified by parties involved. We utilize a Management Transition Plan, which helps to ensure all aspects of the contract requirements are being managed efficiently and effectively from the beginning of the contract term. American Facility Services, Inc. utilizes a detailed Schedule of Tasks and comprehensive Quality Control Plan to ensure all work is completed and on time. Clearly defined project responsibilities / accountability: Appropriate Management and staffing to the project team: The roles of the individuals assigned to support this contract are very clear and definite. All employees are held accountable for their individual responsibilities. We work as a team to support each other to ensure the best possible service that is available to our customers. Included in our proposal are formal job descriptions that define the roles that will be utilized to support this contract. AFS will assign a Bernardo Largaespada as Area Project Manager to the project. Mr. Largaespada will be on call 24/7, and will carry a smart phone in order to receive calls and e- mails, please review his resume for his qualifications and experience. He will be responsible for the day to day management of all personnel. He will also be responsible for maintaining the supplies and equipment, ensuring chernicals are properly stocked and mixed and ensure equipment is in proper working order. Mr. Largaespada will coordinate responsibilities and communicate with the city representative and will conduct weekly documented walkthroughs to inspect the work. Arniric;an Radlity Services, Inc. th :r ai.`, M %,�''�- =�eaia.(fit Ai 1W, LV. .iii 475 V,:y} >tawv�r_�a�arteri t:�ti9�'�c�Ir ty =;cr vic{?�.tyara-i MCI Because Mr. Largaespada is our Area Manager and is also responsible for other municipalities and projects, a Project Supervisor will be hired who will monitor the efforts of the crew throughout the shift and provide assistance where needed. The Project Supervisor main task is to check the work and bring deficiencies to the crews' attention for immediate corrective action. The supervisors will give guidance, instruction, and training to the general cleaners, and oversee the completion of the work assignments in a quality and timely manner. Our criteria for supervisor are two or more years experience in the janitorial field and at least one year in a lead position. They must also be able to ensure that all contract specifications are followed and performed in a satisfactory manner. General Cleaners will perform all general facility and restroom cleaning functions using cleaning industry best methods during the process. Each cleaner will have specific responsibilities, (i.e. restrooms, dusting, trash pick -up) and will report to the shift supervisor to sign off on those completed duties. 'The shift supervisor will inspect the buildings for deficiencies before leaving each shift and then sign off all responsibility sheets before leaving facilities. Floor Crew will work as scheduled per facility to keep floors at the acceptable level. Project work will be scheduled on weekends wh`en facilities have fewer occupants. The scope of work provided within this RFP are very well within the capabilities of AFS. Our management staff along with the administrative staff will provide the support and management to ensure the satisfaction of the City of South Miami. Our Operations Manager will ensure that the daily, weekly, quarterly and periodic services outlined in the specifications are accomplished by submitting a detailed schedule for approval, and then monitoring and inspecting on a monthly basis, to include a checklist of accomplished tasks. This schedule and monthly checklists will be provided to the City of South Miami representative per the requirements of the RFP. AFS will employ from the local area employment pool, the required number of employees to properly staff this contract. AFS will advertise locally to employ individuals who have a minimum of two years janitorial experience, these individuals will then be trained by our managers; as well as our suppliers. New employees are welcomed to the company through our orientation program. We recognize that the first two weeks on the job create a powerful and lasting impression, and orientation training is designed to teach basic cleaning techniques and to show new workers the meaning of teamwork. We also give them a set of written rules and specific information on their job assignments. Following the orientation session, and within the first two weeks after we assume control of the contract, all Arneriam F iciiiiy S'rvtcvS, ir7c. y..i .. lk- a: a�i ill : rg'sk,- 3,;,C;';:g {,`3;r +,EfH'�. tip; =tuntt�i a. .tk:.� ?; www.arneari can fauIity evvioes .arse employees will be given procedural and safety classes on all of the following subjects that apply to their assigned tasks: Training available to new hires and current employees. Environmental Responsibilities Introduction to Assignments Chemicals Tools and Equipment Restroom Cleaning Housekeeping Common mistakes Hard surface Floor care methods Employee Safety Shampooing Methods Green Cleaning Process Training -Basic Green Cleaning - Restroom Sanitation - Educational Facility Disinfection - BETCO's Green Cleaning products, Specific care and use Material Safety Sheets will be made available in both Spanish and English. y yGjrrSE:riApn f- acility?rv`iG'i Indc.. i++x ma v9�sa. �rz�r�rir ;a�rifra:;lli4y��ru(r�. *sc�s�� Mark Thompson 4255 Wayfield Dr. Norcross, GA 30092 Home 770 - 447 -6573 Marknorc8 @aol.com SUMMARY Over 20 successful years of Operations Management and Marketing experience in Commercial Office Services and Janitorial Industry. Strong history of consistent and significant contributions to company goals for business retention, growth and profitability. Outstanding customer relations skills that have enabled my continued advancements and promotions within the Industry. 8 years of Military service, serving both as an enlisted NCO and Commissioned Officer. EXPERIENCE American Facility Services, Inc., Alpharetta, GA Marketing Director, Account Executive, Project Manager, 2007 — Current • Overall responsibility for sales, operations, customer services for assigned accounts. General Building Maintenance, Atlanta, GA General Manager, 2001 - 2007 • Overall responsibility for sales, operations, customer services, subcontracting, employee recruitment and development of a $5 Million Dollar branch. ® Rewrote ISO quality control program and procedures for Atlanta Branch and managed 65 properties under ISO guidelines. Received 3 ISO recertification's during tenure. ® Sold over 4 million square feet of Janitorial service contracts, while continually maintaining relationships with my current customer base that resulted in a 95% retention rate. OneSource Senior District Manager, 2000 — 2001, Atlanta GA District Manager 1999 -2000, Tampa Fl. Successfully integrated and merged Coastal States, Tower Cleaning Franchising with Tampa's OneSDUrce Branch. ® Developed into OneSource's most profitable Southeast region branch. Restructured entire Atlanta Operation to bring profitability goals and loss of business percentages to targeted goals. Coastal States Industries, 1987 -1999 Area Supervisor, Division Manager, Operations Manager ® Managed 350 full and part -time Managers, Supervisors, floor and carpet technicians, cleaning 5 million square feet of Commercial office space in Greater Tampa area. • Developed, organized, and managed a Master Tower Franchise Company, integrating its operations with branch. Helped start -up a satellite branch in Orlando, growing its operation into $3 Million dollar operation. U.S. Army, Ft, Huachuca, AZ Captain, 1982 - 1987 • Graduated from U.S. Army's Intelligence Center and School, Instructed Field Grade Officers on Soviet Tactics, Intelligence Officer for Tank Battalion. EDUCATION Winona State University, Winona, MN B.S. Hospital Administration • Cadet Commander, ROTC ® Co- Captain, Football Bernardo Largaespada 201 NF_ 28th Road Boca Raton, FL 33431 561)289 -1402 cell. 24/7 Email: bermattC@hotmail.com Area Manager Results- driven project and program management professional with first -rate skills in directing full cycles for complex, multi -site programs and initiatives. Proven ability to deliver substantial revenue, productivity, and quality improvements through well - managed, on-time projects. Particularly strong in staff development, including training coaching, and evaluation. Core competencies include: Cost Reduction & Avoidance 0 Operations Management 0 Staff Training & Development 0 Multi -Site Programs 0 Client Relations & Negotiations 0 Quality Assurance 0 Budget & Financial Management Performance Management 0 HR Functions /Issues PROFESSIONAL EXPERIENCE American Facility Services, Inc., Florida South Florida Area Manager, 2009 — Current Responsible for generating sales and business development in the Florida region. In charge of daily operations, customer service for assigned accounts and direct development and implementation of projects, working with cross - functional team at headquarters, our suppliers and employees. Present detailed project summaries to senior -level management and conducted post - implementation analyses to determine areas for project improvement. Responsible for day to day operations, weekly quality inspections and Monthly quality assurance reviews. Coverall, Boca Raton Franchise Owner, 2005.2008 Responsible for more than 22 accounts that range from small to large. employees, some of them have been with me since day one. As owner from purchasing to customer service and anything that goes along with that provided all the aspect a ,janitorial service. My expertise is carpet c refinishing, floor burnishing, window cleaning, emergency cleaning and ACCOMPLISHMENTS supervised and delegated 15 of the business my duties ranged the business. Full service company :leaning, floor stripping and furniture and upholstery cleaning. Helped group to achieve 30+ successful project launches, starting up several projects into production start Lip. Modified timeline for project planning period from 1 to 2 weeks in order to include Project Initiation Phase; freeing up time to meet with marketing team and gain better understanding of project's importance to business development. Helped developed comprehensive training program for all projects that led to overall improved team capabilities. Worked closely with training group and teamed with supplier in developing lesson plans for Green Clean training programs. Disclosure American Facility Services, Inc. 1325 Union Hill Industrial Court, Suite A Alpharetta, GA 30004 Kevin McCann, President AFS, Inc. has no conflict between our interest and those of the City and /or its Board; and no facts or circumstances that might create the appearance of a conflict between our interest and those of the City, except as disclosed in writing, which are none. AFS is a certified Minority Female Business Enterprise, as certified by Fulton County, GA government. There is not now, nor in the past, been any investigation, inquiry, or litigation of our company in connection with our services as a consultant for project coordinator. AFS, nor any of our officers, or anyone acting on our behalf, has ever been convicted of any crime or offense arising directly or indirectly from the conduct of our business. None at our company, including our officers and all employees have ever been convicted of any crime or offense involving financial misconduct or fraud. AFS, nor any of our officers, or anyone acting on our behalf, has ever been indicted or otherwise charged in connection with any criminal matter arising directly or indirectly from the conduct of our business in the past or that is still pending. AFS, nor anyone exercising substantial policy discretion has been or is being indicted or otherwise charged in connection with any criminal matter involving financial misconduct or fraud. Ainerican Facility Services; Inc. 1325 wiO i F#i 1 I rousii al a)urt. a,ite n ApP arett a CAMXA CIfic; 770.740.1613 Face 770.475. 7A� miww .anieri cat) facilityservices.com CURRENT CONTRACTS! City of Marietta P.O. Box 609 205 Lawrence Street Marietta, GA 30060 Contact: Tom Teslicka Phone: 770 - 794 -5272 Fax: 770- 794 -5645 Email: tteslicka (&.marietta -ga. ov AFS provides janitorial and custodial services for over 255,500 SF of facilities. This includes the Marietta City Hall, Courthouse, Administration Building, Recreation Centers and Police Departments and Jail. Began services in May of 2007 until present. Cost of contract is $264,000 per year. City of Peachtree City 151 Willowbend Road Peachtree City, GA 30269 Contact: Angela Egan Phone: 770 -486 -4181 Email: ae an ,,peachtree- city.org Provide custodial services for various facilities to include City Hall, Library, Public Works, Recreation Administration, Amphitheater, Gazebo and Restrooms. Started 3/10/2008 until present. Cost of contract is $57,000 per year. Pinellas County Health Department 205 Dr. M.L. King Street North St. Petersburg, FL 33701 Contact: Rick Wallace Phone: 727- 820 -4223 Fax: 727- 820 -4296 E -mail. Richard _._wallace @doh.state.fl.us American Facility Services, Inc provides janitorial and custodial services for 6 locations for a total of 237,000 Square feet. 132!) Union Hill Industrial Court, Suite A. Alpharetta. GA 30004 Office. 770 140. 1613 Fax 7704 75 7720 www ,a+nericanfacilityservices.coin INZIg � :■ City of Tamarac, Florida 7525 NW 88t Ave Tamarac, FL 33321 Contact: Troy Gies Title: Budget and Contracts Manager Phone: 954 - 258 -5160 Fax: 954 -597 -3710 EMAIL: tl:gM tamarac.org Escarnbia County 100 East Blount Street Pensacola, FL 32501 Contact: David Wheeler Title: Deputy Bureau Chief Phone: 850- 595 -3190 Fax: 850 - 595 -3192 Email: dwwheele a co.esc ambia.fl. us Pinellas County Annex Building, 6t" Floor, 400 South Fort Harrison Ave Clearwater, FL 33756 Contact: Elena Weeks Title: Pinellas County Deal Estate Management Phone: 727- 464 -4546 Fax: 727 - 464 -4951 Email: eweeks(d)ca_pi_nellas_fI.uv 1325 Union Hill Industrial Court. Suite A. Aiphaietta_ GA 30004 office. 770.740 1613 Fax 770 475.7720 wwwame ricanfacilitysecvices.corn Company Profile American facility Services Company, Inc., 1325 Union Hill Industrial Count, Suite A. Alpharetta, GA 30004, is a SBA Certified Women Owned and operated small business. It was established ill May 1091, in order to perform Janitorial Set -vices for Private Organizations and Government Agencies, tinder the na111c of Atlanta Building Maintenance Company, Inc. In December of 2007, we changed our company name to better reflect our nationwide presence in the industry. We maintain the organization and our processes as they were before. American facility Services currently conducts business in the Southern United States and employs hundreds ofenlployees, with annual sales base greater than $20,000,000. Current clients include: Fort I food Arm), Base, Coca -Cola Fountain Division, Georgia Departments of f ransportation, Georgia Department of Labor. Kennesaw State University, and COltlnlbla Chemical, Pinellas and Escanlbia Ccnrnties in Florida. As well as many city governments like.. the City of Marietta, GA, Peachtree City, GA, City of Fanlarac, Fl.; City of Austin, TX. American Facility Services has established a relationship with National Surety Services, Inc.. xwhich has approved the performance and payment bonding capabilities ofAmerican Facility Services to $8 Million. American Facility Services can provide Custodial /Janitorial Service, power washing, window cleaning, landscaping, light maintenance, and, provide paper and plastic supplies. We also provide cleaning of window blinds and drapes as well as upholstery cleaning American facility Services will provide immediate cost savings to our Clients, by providing supplies that are purchased at the manufacturer's level. The services provided by American Facility Services are crucial to a healthy and safe working environment for your employees. American facility Services has built an excellent relationship with malty national 111a111.IfactUres of superb cleaning products. Throu�i;h these established relationships, we have quick access to the latest and most innovative brand name equipment, tools, and supplies. We never substitute private -label products. We use only top name brand chemicals and cleaning solutions that meet strict safety requirements and pass rigid quality control standards. All MSDS Sheets will be posted in the janitorial Office for quick reference. We also use industrial grade; top of the line equipment that assures a quality job and a long life. We operate on a daily basis in many different environments - and with different, sometimes complex cleaning needs that demand quality products. No 111attcr what the challenge, we can elect it V.vith our technical abilities and quality service. (:)L1r competitors cannot: measure up to our management staff and Employees, and when Compared side by side with our nearest conlpetiti�r, they Iall Iar short of our achievements. 1325 Union 11111 I11(30Slnal C:OUO Suite' A. Alpharella GA 30004 Ofiictt ;770.740 1613 Fax 770.475 S -1720 www.arnrrricaiifa( ;i I itysorvices. c.o n1 American Facility Services sees itself as one large family. The ]l a ority Ofour staff are family members ofone another or a friend of a friend. With Otrt• employee size of hundreds ofpeople we expect Some turnover. For the last two years Our turn over rate has stayed around 15 %. In that 15 %. an average ol'2% or 31/0 of our previous employees return to work for nnlerican Facility Services. We currently have employees that have been with Our company since we started in 1991. As stated in Our Quality Control Plan, we would rather re- trail) Our employees and let then) know that we really don't lire people for minor.lob performance problems. Rather, we prefer• t0 re -train them, as a first response to problems, and save all that has been invested in that �-vorl:er. including his or her training, seniority, and their job security. American Facility Services has grown 201/0 per year for the last live years and we anticipate the Sa17tc }growth for the future by maintaining, monitoring and nllpl -Mill() UPO11 the CIUalllty Of janitorialicustodial services that we provide to our clients. ,American Facility Services carries more insurance coverage than the industry standard due to the level of requirements requested from our Current clients, i.e. Fort Hood Army Base, Fort I food, Texas: Kennesaw State College, Kemiesaw, Georgia; I Iartsiield Jackson International Airport, Atlanta, Georgia: Sarasota Bradenton International Airport, Sarasota, Florida; 'Texas Facility Commission. mllission. Austin, Texas, American Facility Services is cornmitted to controlling quality at every level of functional and administrative activity, across the project lines. Our Quality Control Plan for the referenced solicitation has been designed to promote and maintain superior contract performance. It combines traditional, inspection - oriented processes with progressive, education- and training - oriented protocols to Corm a 'Total Quality Management package that will sleet or exceed all contract requirements. One of the main objects of our Quality Control Plan is to minimize .lob Performance Omissions and .lob Perlon -nance Errors in Cleaning Procedures, before they become problems to the Building Occupants. For this pl-O'CCt, our primary objectives will be to ensure that on a regular and routine basis, all set -vices are performed: ( I ) On Schedule and to the complete satisfaction of our client (2) In a manner that continually improves the quality and timeliness ol'services. Further. all services are inspected by the Project 1V1ana0 er, on an unscheduled basis, artd by the Suller-visor. on a more intense level. American f=acility Services N.vill accept comments from any person in the Facility. via E-mail, Su�� Cstion Box. Verbal (which is immediately written down by OLIr employees) and any other aNCHLIC of colt munication available. 1325 Union I fill Industrial Court, 5uile A., Alps iretta GA 30004 Office. 770.740 !613 f ax 170 475 7720 www. x1114 ricalltaacit ltysm vices. COM American I Services Shops for supplies in an effort ensure that we are receiving. the hest value for OUr dollar. We also hold short training meetings covering cleaning procedures and proper use of materials to reduce and minimize the waste of materials, cleaning and paper products. We are constantly alert for new cleaning methods and products as they appear on the market. With the Client's permission, we occasionally test new products, ideas and materials, to stay on the cutting edge ol•the industry. American Facility Services has made an effort to support all efforts in "Green" cleaning. We have full support ofour primary vendors to obtain and utilise green Certified products and e(]Lliplllellt ill COI11UnCtioll With the newest methods to meet and exceed requirements fear Leeds C'ertillcation, if obtaining Leeds Certification for VOUI' facility IS a goal that yOLll' COmpai1y has established, we are the best Janitorial company to assist VOUr C1tOrtS to achieve this goal. Affirmative Action Plan American facility Services has put in place and maintains an Affirmative Action Plan for: Females Minorities Disabled Veterans Equal Employment Opportunity Policy Statement This statement shall serve to confirm that American Facility Services provides equal opportunity for everyone regardless of age. sex, race, creed, national origin, religious persuasion, marital status, political beliefs, or disability that dues not prohibit performance of essential job functions. In addition, laws regarding veterans' Status are observed, l his is reflected in all ol'Anlerican Facility Services' practices regarding hirintg., training, promotions. transfers. and rates of pay. layoff; and other forms of compensation. All matters relating to einploynlent are based upon ability to perform the job as well as dependability and reliability once lured. 1325 Union Hill Industrial Court: Stine A. Alpharetta f3A :30004 Office 770740 IGl3 Fax. 7704767720 www .americanfacilityservices.com Personnel Staffing Ability to Provide Competent Work Force 1,11e ability ol'American Facility Services, Inc. to muster and maintain a competent wort: force in Sufi icient Ilumbers to meet the needs of 01,11• cust0nlel-s is beyond question. Immediately LIp011 notification of contract award, AFS would immediately till all positions required. Our criteria for an experienced individual are two or more years in the janitorial Field. All individuals must by versatile and able to take direction and instructions; Must be able to communicate, both in writing and orally, in the English language; Must be a U.S. .S. Citizens o posses an Allen registration receipt yard form 1051 and be legally able to work in the United States. F;- verily confirmation of the documentation presented by an applicant is performed, as well is personal and previous enlpl0ynlent reference checks. After all the above is veril led to our satisfaction. AFS Will require all ne\v hires to undergo a background check including fingerprintino. Any additional checla required by our clients will be conducted with results available as required. Ability to Provide Back Up Personnel AFS intends to create a project specific file of local backup personnel. These additional resoLn•ccs Will be maintained in our management office and will allow us to swiftly respond to personnel requirements. (qualifications of backup personnel will be at least equal to those requirements outlined above. All backup 1.lersonnel will go through our intense hiring procedures. AFS intends to maintain a file of backup personnel for this project, which contains, at a rllininlLUll, two personnel for the contract. These two candidates will be designated as the "Primary" and Alterilate ". The personnel records in this file will be reviewed at least qui:Li•tcrly to verify qualifications and availability oil personnel. Updates to the backup personnel will be made on an as needed basis as determined during the quarterly reviews. Employee Turnover AFS sees itself as one large family. The majority Of our staff is family membel•s ofone another or i friend of a friend. With our employee size of around 500 people. we expect tnrtl over. For the last t%\O 1 ears OUr tLll•ll Over rate has stayed arOLllld 15')/o. In that 15%. all average of 2% to 31%0 return tO V\Ork fbr AFS. We currelltiv have employee that have been with our conlparly since we started in 1991 . We feel the biggest reason American Facility- Services, Inc. has had Such success V•vith its personnel is Our fair and honest treatment ofall employees. Compensation Plan Arnericarl I acility Services, Inc. uses the pay scale equivalent to the job title ; perforillance requirements in the local area. MiIIIII unl vVL►ge requirements are also nlet. Compensation is awarded by position and performance of the individual. Most cleaners and floor workers are paid by the hour. Chn Management employees are salaried. All employees have opportunity to advance and are given feedback on positive efforts and in areas needing improvement. How ensure competent & motivated employees? C)tlr hirilIQ e►'►lel'ra and Il anagement style are how we ensure competent and motivated employees. We provide job specific and cleanino._> ill general trailing at different levels. We provide quarterly company outings. We fund annual I loliday parties for entire staff. We always acknovwledge and celebrate individual's Birthdays nlCludnlg IL►nCheons and cakes. In the Atlanta office, we provide tickets to professional sports events and graup outings to many events. American l acility Services, Inc. maintains a "family - like "" atmosphere for our company. We treat all employees fairly and with respect. Pilferage of Items and Vandalism: American I'aclllty Services.. Inc. will emphasize to all personnel on maintaining the highest level of inteority while in your facilities. _f C'ortduct.. Nwhich all employees are provided and must sign before st Supervisors and the Project Manager will be responsible to enforce followed properly. AFS w a m ill be responsible for any items that are this contract the importance of his follows our Cade of arting employment. this rule and ensure it is broken by our employees. Also, A[ 'S has Fidelity Bond insurance coverage fir employee theft, Nwhich is in place to covet' all employees and contracts. All AF 'S employees are subject to have a complete background check completed (,lrior to W01'161) for our Company on any property. F W7 fill M Transition to a New Contractor Start up and transition to a new contractor can be a diffiailt Undertakino, but American Facility Services has been successful in smooth transitions in n•iany areas. The first. step Will include, but will not be limited to the folloNvin`;; Receive Contract Award Sign ('ontract Meet with C'ontractlno Officer and Suppol•ting. Staff Proceed with stalling Submit to Contracting Officer a detailed list 01' f:iluipment, Chemicals and Paper Products to be used Order uniforms Finalize all personnel; verify all required dOCUrnentation and checks have been completed Complete all required documentation Train Personnel Obtain Security Codes and InfOrmat.ion lrorn Contracting Officer Set uli delivery of all supplies Final Training Your Customized System American Facility Services will provide an orientation Session for all current and new service vworkers and supervisors to introduce them to our company and excite them about .joining the American Facility Services team. Follo"Jn�p this orientation session, and within the first two weeks after we assume control ol• the contract, all employees Will be given cleaning procedure classes, safety training and hazardous waste training. The Project N /lanagcr will prepare the cleaning schedules for tasks outside the daily requiri:rnents. t.og l arms and Inspection Forins will be reviewed with the SUpel•visors and cleaning crew and implemented for use. QV C N L L1: 41 7 ni C O to . r L d C3'! RS C as O a L d rn C R C M O V U Ej L E I N I ( c N N O m U 0 N c N C it TI \D u b co O c co r i ms y, g o! c°> C) U ~ E cn N E O s ly LM 1 d m O T7 t9 w I w a` z Q i f > m j N Q n E 7 p N > ... ........ - .._.__......... m_ O _._.., ! � V c � ro O X m U G W U N C O G�4 i _© W � •Ln eS +Xj N O N to r ui J U.- N Q N O wf" N m Ckf 0 Co om c p c N E N O W 'c wt/ cu � v � V (D U rrUv •w a 0 cu L C I m U r ct co Sy 01 N OD 1, "C CD,- M m l x C7 v . �r.•rp s � m U m r Y QV C N L L1: 41 7 ni C O to . r L d C3'! RS C as O a L d rn C R C M O V U Ej y, L: L E I N I ( c N N O m U 0 N c N M i TI m u b U O c co r i ms o g o! c°> U U Q I cn N E O s - a' 1 d m O T7 t9 w I !L a` z Q i f > m j N Q n E 7 y, L: L E I N > ( c N N O m U 0 ro a- N 0 < TI m u O_ c �? N N � t 0 O c°> L o Q I a 1 4 E U s z a' a y, L: ---------- L E b N > ( c N :3 O C: p 1 E -0- 00 E m < i () m O_ <( �? E p N t 0 IAN c°> E o Q p a 1 4 E U s z a' a m r 3: ° I 0 C`m !L b z Q i > m j N Q n E 7 p N > ... ........ - .._.__......... m_ O _._.., ! � V c Q ro 3mEaWaia.' U W U N C O CL i r W � •Ln eS d N O N � ---------- L E b N > ( c N :3 O C: p 1 E -0- 00 E m < i () m O_ <( Q E O C ro 0 > 1 c°> ro E ro p a 1 4 x U s z N W m x f L E m > > C j I N ' I° m ml O G C > i Q ( O_ <( Q E O U ro m to p ro E m p I 4 x U s z N W m x a ° I ! L U cn b z Q i > 7 7 N Q • E 7 f L E m i i > v I N ' N m ml O G C > i Q ( 6 Q ' N E O U U I t0 p ro a � m p I 4 x U s U N W m x a ° I ! L U cn b z i > 7 7 N Q • E 7 p N > ... ........ - .._.__......... m_ O _._.., ! f L E m a, > v I N Y IY m ml C 0 c 0 O O ( � Q ' !� v >( p 2 t0 0. ro q a I I p_ O U M r m 0 1 I ! L U cn b I i f L E m a, > v 0 O � IY m ml � I 0 O 0 ( � C 1 r !� v >( V ! t0 0. ro q a I I p_ O U M r m i E a, a m 0 O � p � N � C O 0 N O N U c V ! t0 ro q C in p_ O U M r m 0 1 I ! L U E b I i > 7 7 N Q • E 7 p N > ro m y m_ O m C 6 c v ro 3mEaWaia.' I I@ a °0I O o U N p Q N f m •� =mo,c iiil ! U o� m LL r c I {<{ Nj c�0 l ! V 7 C 0 I I I r c O; I ro o N l Y 0 m 0 x I. < F f i j � X •Y I O Lol E O v ch 'm° w 6 C 0 cr) o m d 5 ,n U O O y a� N c N a, n c ro N N N 0 O R N C O 0 U O c °- CL m � O � Ul �U m E a, N m O p � N � '� 0 0 N CL d c (D t0 nif 0 C p_ O U M c 0 ) T I ! L U � I > 7 1 • E 7 O Lol E O v ch 'm° w 6 C 0 cr) o m d 5 ,n U O O y a� N c N a, n c ro N N N 0 O R N C O 0 U O c °- CL m � O � Ul �U m E a, N O p � N � '� a � > c (D t0 C p_ O m M c 0 0 T ;w N ci > c • E 7 p N > �W�AOa c m_ O m 6 c v ro 3mEaWaia.' U U N C O CL C W •Ln eS d N O N o r ui J U.- N Q N O wf" N m Ckf 0 Co om c p c N E N O W 'c > w> v (1 °sf N � � N � N � 0 N t0 O c N O T ;w N ci J V 7 p 5 > c m_ 6 c v ro 3mEaWaia.' U O CL W ° m d Z C o o c O © U.- o ti O wf" N 4 N M c p c N E b_ W 'c w> v °sf (D rrUv a O � N O c T ci J V p m O t0 N U m V- F o 4 T E W Emergency and Office Contacts Kevin McCann - Owner Operations Team Leader Office: (770) 740 -1613 X202 Harold Angel - Director of Operations Office: (770) 740 -1613 X204 Cell: (770) 318 -9786 Mark 'Thompson Office: (770) 740 -1613 X209 Cell: (770) 318 -4318 Ahmad Khan - Project Manager Cell: (512) 661 -6120 Malcolm Hammonds - Account Manager Office: (770) 740 -1613 Cell: (770) 318 -9355 Oscar Pavon - Account Manager Office (770) 740 -1613 X 205 Cell- (770) 318 -9785 Matt Mullins - Account Manager Floor Technician Office: (770) 740 -1613 X207 Cell: (770) 560 -8976 Calvin Sanders - Project Manager Cell'. (757) 513 - 7597 Rhonda McCann ­ Owner Administrative Team Leader Office. (770) 740 -1613 X2.12 Teresa Lantz - Administrator / Accounting Office: (770) 740 -1613 X203 Donna Swafford - Purchasing Office: (770) 740 -1613 X210 Virginia Staffanell -- Proposals & Contracts Office: (770) 740 -1613 X208 Anita Sweet - Office Manager Office (770) 740 -1613 Chris Davis -- Project Manager (254) 535 -4254 Sidney Penny -- Project Manager Cell: (229)- 233 -1668 Please note e -mail addresses follow following format: first initial last narne@arnfacility.com Americarr Facility 5ervickis Inc. 1325Uiai III IIndt r4riA (bLJrt.;!i,teAApharetta :Gk'3 04 (Nice: 770 740 1613 Gw. 770.4757720 www.amen c:anfacili tyservices.com Executive Summary Allicrican i aciIity Services Company, Inc., 1327 Union I lilt Industrial Court, Suite A, Alpharetta, (iA 30004. is a SBA Certified Women Owned and operated small business. It was established in May 1991, in order to perlorrn Janitorial Services for Private Organizations and Government Agencies. American facility Services Is a Sub--Chapter S Corporation registered in the state of Georgia and is based in Atlanta. As a 14d)- Chapter S Corporation, the stockholders are personally responsible for all liabilities, taxes. etc. Also, all profits are taxed as personal income. American Faiility Services currently conducts business in the Southern United States and employs hundreds of employees, with annual sales base greater than 4120,000.000. Current clients include: GF, Wind\\ard, IRS Martinsburg Computing Center, Fort Flood Army Base, Coca -Colic Fountain Division, Georgia Department of Transportation, Georgia Department of Labor, Kennesaw State University, GeOQYia 13ui1ding Authority, and Flume 1:)epoi 1 [eadqualters. American Facility Services has established a relationship with National Surety Services, Inc., Which has appioved the performance and payment bonding capabilities of American Facility Services to $8 Million. American Facility Services can provide Custodial /Janitorial Service, power washing, \window cleaning., landscaping, light maintenance, and we can provide paper supplies and plastiC supplies. American Facility Services will provide immediate cost savings to our Clients, by providing; Supplies that are purchased at the manufacturer 's level. The services provided by American Facility Services are crucial to it healthy and sale working environment for your employees. American Facility Services has built an excellent relationship \vith many national manufactures Of superb cleaning products. Through these established relationships, we have quick access to the latest and most Innovative brand name equipment, tools, and supplies. substitute private -label products. We use only top name brand chemicals and cleaning ;wlutions that meet strict safeh' rcituil'cments and pass n0id quality control standard,. All MSUS Sheets Will be posted in thejanitorial office for quick reference. We also use incfust•ial grade, top ol'thc line equipnlcnl that assures a quality job and a long life. We operate on it dally basis it) 11lally d11'Ierellt environments - and with dit(-erent, sometimes complex cleaning needs that demand quality products. No matter what the challenge. we can meet it with our tMlllical abilities and quality service. (71.11 cum {aeriuxs cannot measure up to our management staffand Employees, and \ \hen compe red side b\ side \\ilh our nearest competitor, they fall fiar short of our achievements. AincrICan Facilil\ Services sees Ilselfas One large tarlllly. 'I he majority oil OU1• staffare flilnily members Of one allolller Or a fi'ielld Ofa friend. Willi our ClllpIOVCe SiZC Of llllndr'CdS Ot I)COI)iC \ \C e\i)CCl S011le ilirnl) \'er. 1 01 1hC last ib \O \Cat's 01.11' [1.11.11 OVCl' tale has Staved around 13�,,. In that I > °io all average Of to >''.4 of our previous employees return to work for American Facility Services. We currently have employees that have been with our company since we started in 1991. As stated in our Quality Control Plan. \ \e. \\OUICI rather 1•t -ti-ain Our employees and let them kilo \v that we really don't fire people fol minor joh performance problems. Rather we prefer to re -train them, as a first response to problems, and save all that has been invested in that worker, inClUding his or her training, seniority, and their job secw-it\.. American Facility Services has grown 20% per year for the last live years and we anticipate the saute tyro\\ ih for the future by maintaining, monitoring and improving upon the quality of janitoriallcustodial services that we provide to our clients. American Facility Services carries more coverage than the industry standard due to the level of requirements requested from our current clients, i.e. Internal Revenue Service Martinsburg Computing C:'enter, Kernersvi Ile, VA, Fort flood Army Base. Fort Hood, Texas:, Home Depot World I leadquarters, Atlanta. GA: among others. American f acility Services, Inc, is committed to cont•olling quality at every level cif functional and administrative activity. across the project lines. Our Quality Control Plan for the referenced solicitation hay; been designed to promote and maintain superior contract performance. It combines traditional, inspection - oriented processes With progressive, education - and training - oriented protocols to form a Total Quality Nta1110;enlent package that \w ill meet or exceed all contract requirements. One of the main Oil jects of our Quality Control Plan is to minimize Job Performance Omissions and .fob Performance furors in Cleaning Procedures, before they become problems to the Building Occupants. For this project, our primary Objectives will be to ensure that on a regular and reiutine basis, all services arc ped'o nted: ( I ) On schedule and to the complete satisfaction of our client. All work will be in accordance with all maintenance schedules, general requirements, terms, conditions and specifications contained in the bid documents. (2) In a manner that continually improves the quality and timeliness ofservices. Further. all services are inspected by the Project Manager, on an unscheduled basis, and by the Supervisor, on a more intense level. Section 2- RFP Attachments Attachment #1 Public Entity Crimes and Conflicts of Interest Affidavit Attachment # 2 Drug Free Workplace Attachment # 3 No Conflict of Interest /Non Collusion Affidavit Attachment # 4 Acknowledgement and Conformance with OSHA standards 132.13 Union Bill Industrial Court. Suite A Alpharetta, GA 30004 Office 770 740 1613 Fax 77G.4.75 7720 www .aniericaniacilityservices.conr Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287,017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or it's agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS, I. This sworn statement is submitted to _CitY of SOUth Mian'ii _ [print name of the public entity] by_._ Kevin McCann, President [print individual's name and title] for American Facility Services, Inc [print name of entity submitting sworn statement] �- whose business address is 1325 Union Hill Industrial Ct., Suite A _Al he!retta. GA 30004 - — - -- and (if applicable) its Federal Employer Identification Number (FEIN) is 58_01950342 — (If the entity has no FEIN, include the Social Security Number- of the individual signing this sworn statement: 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287,133 (1)(b), Florida Statutes, means a finding of guilt or, a conviction of a public entity crime, with or i7 without an adjudication of guilt, in any federal or state trial court of record relating to charges verdict, brought by indictment or non -jury trial, or entry of a information after July 1, 1989, as plea of guilty or nolo contendere. a result of a jury 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair- market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter- into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.] X_._ Neither- the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crirne subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order- entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. {attach a copy of the final order.) 30 Continuation of Attachment #2 Public Entity Crimes and Conflicts I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TOeENTEY.,NG INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PWDVIDED/ IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OFANY CII°ANGE IN THE INFORMATION CONTAINED IN THIS FORM. . I Sworn to and subscribed before me this 20th X Personally known or signature day of August 20 12 Produced identification Notary Public — State of Georgia My commission expires 11/03/2015 (Type of identification) (Printed, typed or stamped commissioned name of notary public) Form PUR 7068 (Rev.06/ 1 1/92) % } 37 Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under- Bid a copy of the statement specified in Subsection (I). 4. In the statement specified in Subsection (1), notify the employees, that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer- of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (S) days after such conviction. S. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any ernployee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free- workplace through implementation of this section. As the person authorized to sign the statement, I cery /� that this ,ffrm complies fully with the above requirements. Jr' . PROPOSER's °. Signature: �` Print Name: Kerr McCann Gate: August 20, 2012 3 $ ATTACHMENT #3 NO CONFLICT OF INTEREST /NON - COLLUSION Submitted this „20thda.y of Aucqust 2Q 12 The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are narned herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Bidder /Proposer agrees if this response /submission is accepted, to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer and the CITY, for the performance of all requirements to which the response /submission pertains. The Bidder /Proposer states that this response is based upon the documents identified by the following number: Bid /RFP The full -names and residences of persons and firms interested in the foregoing bid /proposal, as principals, are as follows: Kevin McCann ; 5945 Whitestone Ln Rhonda McCann 15945 Whitestone Ln Suwanee I CAA 1 300724 Suwanee I CAA 1 30024 The Bidder /Proposer further certifies that this response /submj, `lion complies with section 4(c) of the Charter of the City of Miami, Florida, that, to the best of itsyknowle�dge and belief, no Commissioner, Mayor, or other- officer or employee of the CITY has an Merest dip&tly or indirectly in the profits or emoluments of the Contract, job, work or service to,vG,,hr1c`h the response /submission pertains. r Signature: Printed Napgo6 Kevin McCann Title: 'resident Telephone: 770 -740 -1613 Company Name American Facility Services, Inc 39 ATTACHMENT #4 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS We, American Facility Servcies, Inc , (Name of Contractor), hereby acknowledge and agree that as Contractors for the Janitorial Services RFP, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): To be determined if we hire Sub- contractors to comply with such act or regulation. CONTRACTOR American Facilit rvice , nc ^ -- F �E. Witness frF BY Mme _President Title- - -� -_- FAILURE TO COMPLETE SIGN. &_RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 41 NOTARY PUBLIC: STATE OF COUNTY OF GEORGIA FUZ "CON Continuation of Attachment 144No Conflict of inter /Non - Collusion C,e+zif cation The foregoing instrument was acknowledged before me this .20th of AUat _ , 20 12 _ by--... Kevin (name of person whose signature is being notarized) who is SEAL X Personally known to me, or Personal identification: Type of Identification Produced X Did take an oath, or d Not take an oath. y Public: Print, Stamp issioned.) FAILURE TO CONPLFT. SIGN, & RETURN;THIS FORM MAY DISQUALIFY YOUR RESPONSE 140 Section 3- Price Proposal Sheet Price Proposal Sheet 1:325 Union Fiill Industrial Court. Suite la, All: naretta GA 30004 Office 770.7401613 Fax 7;'o 475 7720 www. amer'icanfacilityservices.cotr, REVISED PRICE PROPOSAL SHEET; AUGUST I6, 2012 Jonitoriol Services RFP #PW- 2012 -8 -0! Proposers must include the Revised Price Pro osal.SSheet with their submittal- Failure to do so will render your proposal non - responsive and will be rejected from further consideration. Tear Year I (12 Months) Year 2 (12 Months) Year 3 (12 Months) PRIG PROPOSAL SHEET Central All Other Total P iead_Sta.a .5e_ry.1 —ce Locations nthl Monthly, onto Fee MontFely _ — _ . Monthly. F,ee. Fee Fee $587 $232 $3,031 $4,450 $587 Annual Amount $53,400 $232 $33631 $4,450 $53,400 $587 $232 $3,631 $4,450 $53,400 TOTALS $211132 $8,352 $130,716 $160,200 _ $160,200 !I ''Wit 111IT11111111111 m U'- P Igc :? 111 :l ar r 0. C) N M N a' W m F a w N Q 0 Z N w 0 a v ON E N E D J LU W x Q E w r Q Vl Q t Q N G N m y e O is OO < r i ns` �4 ILL 4 C Q O >N Iwo W' Jg N 111' i z .ti b CL — m° a P o y 1i" aSn %r Z d F �4 s s s o ,gd Egro.�&vP 9j2 72 SW U° tij Ci m 0M, Z m m 5�5y57 m Z U Ft- ro U 54 u g g R j? U E W s '.� a Z •'� s °viirg� nd }+-fn q2 p j.{ 22 2� O p[ 2 Q 5 5 S S S ci3S✓i�riu c z S z z 2 U V' z S� `L 0. `s z + zNx' i �w w°n 5w mh�Wwn EO a A� U Ad a£gy0) wd �o23 `76 m Q .— C W y a M 32 F'Sg Cu'o P 'Uu zLL16�V 'pmp l�VV4WVV Y > K m •v. _ 33 uY SOtl i Z LL Z Q Z¢ ^ N'O cu a) a) :j� N O rC -0 O m a a a .w Q , -".VE E -� •N " O O- = � d N U cc i _ 0) Er w E ° � w Q c t N N O C ' O Q C/) fn h O . _ E a c 0 -O m 0 co >e ma O o a a a) w p O U a N r, N CL 0 N ', N N Ci m N w C c co a cn C\$ o L3 2 O'. rn cr v U U 0 o N 0 a 0 -0 m o o a> W o U a> an �£' o a V p U of o a a°� 'o �> o v d ° m M co m m° w p N V) a) w E o E c [n —° w 0 a>'rn 0 E CL c m o m cn ° N o° c �_ o @' _ o E c c °' d° Ln _ E a) p a o ° 3 > u m e o� m •c m e o »- 3 0 m ti 0 V v « E r. Z E A +. o a>i Z, O rn E `o o •N c >o rr- m (Di ° o ai -� > a E° a _ p N a) > D O S E C 0) r m C .. .0 C N C) -O a) •C Y O -O N U w +- D -p a"�i °� o E m E Q ° Vi n°. - p c cpo 0 o ate) rn o ° V (°� E r @@ [may O 'O N C c0 D. J N o GO @ Co U. d N N M O O �L (n fr C N YO L° N tO L W U m c) ° 3 N@ 'E . °- c m m a o _Z m 0 0 A° �" a) N n 0` m° co ° c -o i-d N 0 w�� o° r ro o�� o ;: � v m v> 3 W .t•- a) p a .N C5 m y a) CJ io s E u`ai m m w v a o m 0 E c = w r¢ c�° Q= O o V 'o U d "c m e o a o `° c c ai c Eo 0- r 2 ,(„ CO n. m a) 0 w m 0 U C m CL o- a) m 0 =0-. w co o d m c v CO Y S a w o 0 0 w _� m cn cn o) a o �o N E w o m s U a) co C m O) N c U O) i ° 0 N o _! m U C G m � m t w y V > c m c c 0 ,� c m"- 0 o m 0 0- CL a7 a) c U "O 'a m .� N O O V .c C N t[) V Ol N to N U d •O [n Q O .0-• p aci 0 a)t > E n Z °_ my a S E� > Y .m c m N m j N E E N m w °) E m m o n. m o 0.'m o w 'E ro c W cd co -0 0 0 n 0 m 0 o E 0 0 � y cn t c m. w a`> in E 'c c w o~ U c N m c o a c aU c x w° o° ac N m o M o " O c 'J v o E E Z U o p cv = c v °' m c c c m ._ E a E c 'S v m >' '` r° 'u 0- cl U) _' '� m •O 'p O N ld a 0 'O .� O w 0 0 0 O C O (n C O N J O a U> m LL, o) w O •� .m O` E N m O .w O .rn O" E C >-0 °' °N' J E -00 (UX d w ° � d U cu O c o m c m -O 0 c o_ c a) c U a) ° ai � w v 0 0 ¢ c m d .° 0 0-p QN� da. (cv Ll dco dx d 2 E do mo d Y mm o.� d 3 N m Ew -°'o 0 0 0 n._ a° Z LL. cn U ❑. m m m .E *N MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared V. REYNOSO, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review f /k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI PUBLIC HEARING - OCTOBER 2, 2012 in the XXXX Court, was published in said newspaper in the issues of 09/21/2012 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing this advertisement for publication in the said newspaper � L� Sworn to and subscribed before me this A^tt . f QCM=AAQCG A M nn4n V. REYNOSO personally known to me B, THOMAS --- Commission # db 937532 Expires November 2, 2013 1311KIM Tin Troy Fain Imurafce 800.3SS -1019