Loading...
Res No 191-15-14530RESOLUTION NO.191-15-14530 A Resolution authorizing the City Manager to negotiate and enter into a three-year agreement with an option to renew fora maximum of five consecutive years,with Southern Carpet Care Inc.DBAElite Maintenance & Management Co.for janitorial services as required by the City. WHEREAS,the City accepted sealed proposals for janitorial services;and WHEREAS,Public Works staff reviewed and analyzed said proposals;and WHEREAS,the awarded company will replace the current vendor for janitorial services whose contract will expire on October 26,2015;and WHEREAS,Southern Carpet Care Inc.DBA Elite Maintenance &Management Co.was the most responsive &responsible proposer/bidder.Itwill provide janitorial services for the amount of $4,298.30 per month,during the three-year agreement,aswellas the two-year option,in accordance with the scope of services identified in the formal Request for Proposal; and NOW,THEREFORE,BEITRESOLVEDTHE MAYOR AND CITY COMMISSION OFTHECITY OF SOUTH MIAMI,FLORIDA: Section 1.TheCity Manager is authorized to negotiate and enter into a three-year agreement withan option to renew foramaximumoffive consecutive years,with Southern Carpet Care Inc.DBA Elite Maintenance &Management Co.for janitorial services,includingall related chemicals and supplies at Cityfacilitiesandbuildingsin accordance with the formal RequestforProposal,excluding the HeadStart building;forafeeof$4,298.30permonth, during the term of the agreement,includingany renewal and charged to account number 001- 1710-519-3450,Public Works Contractual Services. Section 2.Severability.Ifany section,clause,sentence,or phrase of this resolution is forany reason heldinvalidor unconstitutional bya court of competent jurisdiction,thisholding shall not affect the validityof the remaining portions of this resolution. Section 3. enactment. Effective Date:This resolution shall take effect immediately upon PASSED AND ENACTED this 17thdav of November ,2015. iv(ayor/ COMMISSION VOTE:4-1 Mayor Stoddard:Yea Vice Mayor Harri s :Yea Commissioner Liebman:Yea Commissioner Edmond:May Commissioner Welsh:Yea To:The Honorable Mayor &Members of the City Commission Via:Steven Alexander,City Manager From:Kelly Barket Jr.,Director of Public Works ^ Date:November 17,2015 Agenda Item No.:_^_ Subject: A Resolution authorizing the City Manager to negotiate and enter into a three- year agreement with an option to renew tora maximum of five consecutive years,with Southern Carpet Care Inc.DBAElite Maintenance &Management Co.for janitorial services as required by the City. Background: The awarded company will replace the current vendor (Kelly)tor janitorial services,whose contract will expire on October 26,2015 and which will continue on month to month basis until such time as the new contract begins.The City accepted sealed proposals for janitorial services.Public Works and Purchasing staff reviewed and analyzed said proposals.The new vendor will commence upon approval ofthis Resolution,and the anticipated start date is December 1, 2015.TheCity received 10 proposals for the Janitorial Services RFP.The contract term is for 3-years with one,two-year renewal,fora maximum term of 5 consecutive years.A mandatory pre-bid was provided,which staff evaluated the RFP responses in detail and hosted a tour of the City's facilities forall those potential proposers that attended.See alistingof the respondents below. Analysis: The evaluation process was conducted by placing all proposals in order of price,starting with the proposal with the best price for the services and continuing untila complete and responsive proposal was provided. Chi-ADA,All Building Cleaning,and SunCity Cleaning were disqualified.The apparent low bidder,Chi ADA,was determined to be non-responsive as they quoted a 3-year term and not 5-years as specified in the RFP.In fact,if their proposed average yearly rate of $63,192 is applied to the five years required, they in effect were proposing afive year amount of $315,960 which is not the low bid. Soutfr Miami THECITYOF PLEASANT LIVJNC CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Air other respondents were reviewed and considered during the evaluation process by Public Works and Procurement.Furthermore,a review of All Building Cleaning and Sun City Cleaning's proposals determined they did not fully provide the information required inExhibit 1,Attachment C,"Supplemental Instructions and Proposal Format for Respondent,"copy attached and therefore were^jected from further consideration.Staff determined each proposal was incomplete duetotheabsenceof specific information requested in the RFP,see a summary.below: Z:£$?M&:$F£ Chi-ADA All Building Cleaning Sun City Cleaning Elite Kelly ABM American Facility Services USSI SFM X Clean Corp ffi«B»IIBH NA $219,408 $238,875 $257,898 $279,000 $294,000 $297,400 $334,084 $357,588 $452,700 $189,578 a 3-Year Quote Only. Non-Responsive &Disqualified _ Non-Compliance with Exhibit1, Attachment C Non-Compliance with Exhibit 1, Attachment C Comprehensive Proposal Incumbent Not recommended Due to Proposed Price Not recommended Due to Proposed Price Not recommended Due to Proposed Price Not recommended Due to Proposed Price Not recommended Due to Proposed Price tM MiamiSoiith'Mirirni OFFICE OF THE CITY MANAGER THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI CE OF THE CITY MANA< INTER-OFFICE MEMORANDUM Responsiveness Each RFP issued by the City has as a required inclusion,a warning that states: "Failure to provide requested information may result in Your proposal being deemed non-responsive and therefore eliminated from further consideration." Thisisa virtually universal requirement of any governments RFP process as itis necessary to level the 'playing field'and to enable full and equal responses bv all potential proposers. All Building Cleaning's proposal did not provide: •a statement that summarizes the firms understanding of the work to be done; •a positive commitment to perform the work in accordance with the terms of the proposal; •a summary of the key points of the submittal; •a detailed "Firm Overview;"primary individuals who will provide services to the City with regard to day-to-day relationship with the City; •brief resume's for each of the primary individuals including licenses and certifications; •detailed information regarding the firms and individuals experience with engagements,which are similar to the City. Sun City Cleaning's proposal did not provide: •a cover letter; •a statement that summarizes the firms understanding of the work to be done; •a positive commitment to perform the work in accordance with the terms of the proposal; •a summary of the key points of the submittal; •a detailed "Firm Overview;"primary individuals who will provide services to the City with regard to day-to-day relationship with the City; •brief resume's for each of the primary individuals including licenses and certifications;j •detailed information regarding the firms and individuals experience with j engagements,which are similar tothe City.j Sun City basically resubmitted the City's RFP as their proposal. All Building and Sun City were not considered further subsequent tothe Southr Miami OFFICE OF THE CITY MANAGER THE CITY OF PLEASANT LJVING CITY OF SOUTH MIAMI CE OF THE CITY MANA INTER-OFFICE MEMORANDUM determination that their proposal was nonresponsive to the bid requirements. Staff findsit indicative that,when proposers refuse to meet the requirements of the RFP,not meeting those requirements may provide an insight intd how respondents may perform when conducting servicesfor the City during the duration of the contract period. Elite and Kelly submitted afully responsive and comprehensive proposal Elite's proposal included: •a Table of Contents; •a cover letter and executive summary; •resumes of management personnel; •a commitment to perform the services requested in the Scope ofWork; •City staffing levels; •the representative and local office location responsible for the City's account; •organization chart; •acknowledged supplies and consumables are included in the quoted price. Prior to preparing the formal award recommendation,staff interviewed Elite representatives,ina publically noticed meeting posted on the City's website calendar page.The discussion included;a review ot each location included in the scope,invoicing requirements,clarification of bio-degradable chemicals to be used,an overall discussion of the scope of services,quarterly maintenance services,expected start date and a transition plan. Background Investigation In addition to reference checks,Procurement checked with the Council of Better Business Bureau to determine it there were any past or open complaints against Elite Maintenance,dba,Southern Carpet Care,as well as,Kelly Janitorial Services,the incumbent. The investigation with the Better Business Bureau found there to be no outstanding complaints or violations of any kindfor either company. An additional review was conducted through the State of Florida,Department of Management Services website.Various vendor listings were reviewed including: Convicted Vendor List, \§P I CITY OF SOUTH MIAMI Qni itW Miami office of the city manager ^^HIJ«il{JIi inter-office memorandumTHECITYOFPLEASANTLIVING Suspended Vendor List, Discriminatory Vendor List, Federal Excluded Parties List Vendor Complaint List. Neither Elite Maintenance,dba,Southern Carpet Care and Kelly Janitorial Services appeared on any of the vendor listings. With respect to their employees,Elite Maintenance,dba,Southern Carpet Care and Kelly Janitorial Services were requested to confirm if any of their employees are represented by collective bargaining agreements.Both companies reported that none of their employees are represented by collective bargaining agreements. During the review ofElite Maintenance &Management,an action was found occurring in the state of Illinois dating back to December,2000 involving an "Elite Maintenance,Inc."A charge of unfair labor practices was levied by union janitors in DuPage County.The State of Illinois Department of State website "Corporation File Detail Reports"were reviewed to determine if there were any connections to the management of Elite Maintenance &Management,dba, Southern Carpet Care and the Illinois company. After a thorough review,Procurement could not find any conclusive evidence of any connections to Elite Maintenance &Management,dba,Southern Carpet Care.Furthermore,the status of the corporation,Elite Maintenance,Inc.,of Illinois,is "Dissolved."Elite Maintenance &Management also confirmed there is no connection to the Illinois company.They have never done business or had locations in any states other than Florida and New York.They were incorporated as Elite Maintenance &Management Corporation in March,2009. Senior Center Critical remarks have been made regarding "Cleaning the Billionaires Building/' apparently misunderstanding the agreement tor the renovation the County contracted withThe Related Group (TRG)for rehabilitation of the building located at 6701 SW62 AVE which according to the Property Appraisers website is currently owned by MIAMI-DADE COUNTY,MIAMI-DADE HOUSING AGENCY.The renovation project which was performed by the Related Urban Development Group,which isadivisionof the Related Group,otherwise known as TRG.The company received $60 million in tax credits according to the Miami Herald to Southr Miarni office of the city manager THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI CE OF THE CITY MANA< INTER-OFFICE MEMORANDUM fund the project,which was completed at the beginning of 2014. The janitorial company is only responsible for sweeping,mopping and removal of trash from the dining/serving room which occurs after the City of South Miami funded lunch program.The janitorial company does NOT clean the remainder of the building or any other areas associated withthis structure.vTRG Management apparently manages the property therefore the maintenance of the remainder of the building is cleaned by employees of TRG Management. When the City's employee at the Senior Center,Ana Larzabal,was asked if the practice of the City cleaning the lunch area at the Senior Center had been existent for some years,her reply came in an email dated Tuesday,November 3, 2015 at 5:16 PM which stated:"Yes,I have been working with the seniors for over 15 years and it has always been this way.The County gets funds from Alliance for Aging for our daily meals,The county building which is now leased to TRG allows us to run the program for free meaning no rent,fpl etc.The city part is to pay the employees and the cleaning of the lunch room area only,after lunch.Which takes like an hour..Win win for all involved.." Recommendation: After a review of the submittals,staff is recommending Elite Maintenance & Management for the award as the responsive and lowest bidder.Staff understands the importance of providing efficient and cost effective services and takes that responsibility serious,hence made the recommendation for Elite. Currently the City pays $4,600 per month for janitorial services,therefore the recommended vendor with the proposed Resolution will provide the City with a savings of $301 per month,or $3,620 annually and $18,102 based on the five year term,over the current contract.We asked Elite to secure an estimate for the cost of adding health insurance which they did willingly.The estimate was,if health benefits were provided to one full-time employee,it would increase the quoted monthly price by between $350 -$600, Eliteis recommended to provide janitorial services for the amount of $4,298.30 per month,during the three-year agreement,as well as the two-year option,in accordance with the scope of services identified in the formal Request for Proposal by approval of the proposed Resolution. Amount: Not to exceed $257,898 ina five-year period. South11 Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Account: 001.1710.519.3450 -Building Maintenance Contractual Services with a current account balance of $81,440. Support: PreBidSign-In sheet RFP Advertisement Demand Star Janitorial Services RFP Bid Opening Report Proposal Summary Back-Up Email References Elite Maintenance &Management Co.Proposal for Janitorial Services Sun Biz Registration n^^s^ss^-;'^^p^l?5^^'i^'-~-^^^$5^^^^^^}j^?^i^^-T '-/'.::.^'•;--'•:"V^l£*V£''^^t^r**.^^^^^ !m»sMRa!s®e" g^^tef^p?^: Janitorial geryjees *t fm^'*&?*~&3.:t^.u->^s^^•,?~*m*V3&£3m?±-.":-"*SW*>•1K^.^i^v--^y%:i-'?"?aS9??S^«5P«-" s v.; Sign-In Sheet wmwm Janitorial gferyfees. Please Print < iS[a me/Title Company Name/E-mail Address II....-*.p^^Aj^;il>^^v|iN 3>s4m-j^g^*>„yrivl *^y*iw^Lt&t »_ ig^p^ktii^^^KpfeBWiKWSibgr SssMi s&^4dt DAILY BUSINESS REVIEW >f m^^mmmxmd Wjft®$$g|'$$$ i&&$ 3jK%«ft#-D>#-r- /"'"'• Member Name Bid Number 7 Oocument(s)found for thisbid 536 Notified;26 Planholder(s)found Cityof South Miami RFP-RFP HPW2015-14-0-2015/SK Supplier Name Address 1 City State Zip Phone Attributes ABM HOW Columbus Dr Tampa FL 34238 8132214070 AcademyDesign&Technical Staffing,Inc.1303 North State Road 7 Margate FL 33063 9549737600 1.Small Business AdmireCleaningServiceCorp 7000 S.w;16 Street Pembroke Pines FL 33023-2028 9549621627 American Facility Services,Inc.1325 Union Hill Industrial Court;Suite A Alpharetta GA 30004 7707401613 American Maintenance 7380 Sand Lake Road Orlando FL 32819 8005908939 Barry Sims Inc.3500 Darlington Street Almond Wl 54904 7156120002 CeilingToFloorCleaning,Inc.1431SW 6th Way Deerfield Beach FL 33441 9546622735 Chi-Ada Corporation ,135 N.W.163rd Street Miami FL 33169 3059485651 1.Small Business Cleaning Systems,Inc.4620 N.Hiatus Rd.Sunrise FL 3*3351 9543410000 Color in Action 20750 Southome Southfield Ml 48076 3137990339 Construction Journal,Ltd.400 SW 7th Street Stuart FL 34994 8007855165 D&A Building Services,inc.321 Georgia Ave Longwood FL 32750 4078315388 1.Hispanic Owned 2.Small Business Digos Enterprises 2010 N.W.1st Terrace Pompano Beach FL 33060 9549423270 1.Small Business Elite Maintenance &Management AB KeeCiean Management (nc 494 Bridgeport Ave Shelton CT 06484 7703479329 1.Asian/Hawaiian Owned KeeClean Management Inc.AB KeithRoberts Enterprises,Inc.P.O.Box 9073 CoralSprings FL 33075 9548540688 Link Systems UC 5870 Hummingbird Court Tftusville FL 32780 4074010031 1.Small Business Modern Facilities Services,Inc.AB Onvia,Inc.-Content Department 509 OliveWay,Suite 400 Seattle WA 98101 2063739500 ServiceMaster byAlphaRestoration,LLC 1421 SW 107th Ave Ste 223 Miami FL 33174 3058991600 1.African American 2.Small Business Triangle Services Inc.10 Fifth St Valley Stream NY 11581 5165611700 UnipakCorp.P.O.Box 300027 Brooklyn NY 11230 8888085120 USSI,Inc.4330 East West Highway Bethesda MD 20814 2027832030 X-Clean Corp 12812 sw 259 st Miami FL 33032 7862533843 Zand RCleaning Services ||4B 1 1 SoutmMiami CITY OF SOUTH MIAMI JANITORIAL SERVICES RFP#PW20I5-I4 Solicitation Cover Letter Submittal Due Date:August 4,2015 at 10 AM TheCityofSouth Miami,Florida (hereinafter referredtoas "CSM")through its chief executive officer (City Manager)hereby solicits sealedproposalsresponsivetotheCity'srequest(hereinafterreferredtoas"Request forProposals"or "RFP").Allreferencesinthis Solicitation (alsoreferredtoasan "Invitation forProposals"or "Invitation to Bid")to"City"shall beareferencetotheCity Manager,orthemanager's designee,fortheCityof South Miami unless otherwise specifically defined. TheCityisherebyrequestingsealed proposals inresponsetothis RFP #PW20I5-I4 "Janitorial Services." ThepurposeofthisSolicitationistocontractfortheservicesnecessaryforthecompletionoftheprojectin accordancewiththeScopeof Services,(Exhibit I,AttachmentA)andRespondents Cost andTechnicalProposal, ortheplansand/orspecifications,ifany,(Exhibit I;Attachment A,Attachment B,Attachment C and Attachment D),describedinthis Solicitation (hereinafter referred toas"theProject"or "Project") Interestedpersonswhowishtorespondtothis Solicitation canobtainthe complete Solicitation packageatthe CityClerk'sofficeMondaythroughFridayfrom9:00AM.to4:00 P.M.orbyaccessingthefollowingwebpage: http://www.southmiaiinif1.gov/whichisthe City ofSouth Miami's webaddressforsolicitationinformation. Proposalsaresubject to the Standard Terms andConditionscontainedin the complete SolicitationPackage, including at!documents listedin the Solicitation. The Proposal Package shall consist of one (I)original unbound proposal,three (3)additional copies and one /"~^ (I)digital(orcomparablemedium including Flash Drive,DVD or CD)copy all of which shall be delivered to V_y the Office oftheCityClerklocatedatSouth Miami City Hall,6130 Sunset Drive,South Miami,Florida 33143.The entire Proposal Package shall beenclosedinasealed envelope orcontainerand shall havethe following Envelope Information clearlyprinted or writtenonthe exterior oftheenvelopeorcontainerinwhichthesealedproposalis delivered:"Janitorial Services,"RFP #PW20I5-I4 andthe name ofthe Respondent (personorentity responding tothe Solicitation.Special envelopessuchasthoseprovidedby UPS or Federal Express will notbe openedunlesstheycontain the requiredEnvelope Information onthefrontorbackoftheenvelope.Sealed Proposals mustbereceivedby Office oftheCityClerk,eitherby mail orhand delivery,nolaterthan [0 A.M. local time on August 4,2015.Hand delivery must be made during normal business daysand hours of the office of City Clerk. A public opening will take place at 10 AM.onthe same date in the City Commission Chambers located at City Hall,6130 SunsetDrive,South Miami 33143.AnyProposalreceivedafter 10 AM,localtimeonsaiddate will not beacceptedunderany circumstances.Any uncertainty regarding thetimeaProposalis received will be resolved against theperson submitting the proposal andinfavorofthe Clerk's receipt stamp. A Mandatory Pre-Proposal Meeting will be conducted at City Hallin the Commission Chambers located at 6130 Sunset Drive,South Miami,Fl 33143 onJuly 23,2015 at 10:00 A.M.The conference shall be held regardless ofweather conditions.Proposals are subject totheterms,conditions and provisions ofthis letter aswellasto those provisions,terms,conditions,affidavits anddocumentscontainedinthis Solicitation Package.The City reserves the right to award the Project tothe person with the lowest,most responsive, responsible Proposal,as determined bythe City,subjeatothe right ofthe City,ortheCity Commission,toreject anyand all proposals,andtherightoftheCityto waive any irregularity inthe Proposals or Solicitation procedure and subject also totherightofthe City to award the Project,and executeacontract with a Respondent or Respondents,otherthantoonewho provided the lowest Proposal Price or,ifthe Scope oftheWorkis divided intodistinct subdivisions,toawardeach subdivision toaseparateRespondent, Maria M.Menendez,CMC CityClerk,CityofSouthMiami u SCOPE OF SERVICES and SCHEDULE OF VALUES ^—s Janitorial Services()JtFP'#PW2015-14 The Scope of Services andthe Schedule of Values,ifany,areset forth in the attached EXHIBIT I END OF SECTION ) SCHEDULE OF EVENTS Janitorial Services RFP#PW20I5-I4 No • Event Date* Time* (EST) 1 Advertisement/Distribution of Solicitation &Cone of Silencebegins 7/7/2015 1:00 PM 2 Mandatory Pre-Proposal Meeting,Includes a tour of the facilities referenced in Exhibit 1,"Scope of Services,"Attachment "B."7/23/2015 10:00 AM 3 Deadline to Submit Questions 7/27/2015 10:00 AM 4 Deadline to City Responses to Questions 7/29/2015 10:00 AM 5 Deadline to Submit RFP Response 8/4/2015 10:00 AM 6 Projected Announcement of selected Contractor/Cone of Silence ends 8/18/20 IS 1 7:00 PM END OF SECTION oV o o o INSTRUCTIONS for RESPONDENT Janitorial Services RFP#PW20I5-I4 ITISTHERESPONSIBILITYOF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TOTHE SOLICITATION (HEREINAFTER ALSO REFERRED TOASTHE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS)REACHES THE CITY CLERK ONOR BEFORE THE CLOSING HOUR AND DATESTATED ON THE SOLICITATION FORM. 1.Purpose of Solicitation.The City of South Miami is requesting proposals forthe lowest and most responsive price fortheProjectThe City reserves the right to award thecontracttothe Respondent whose proposalis foundtobeinthebest "interests ofthe City. 2.Qualification of Proposing Firm.Response submittals tothis Solicitation will be considered from firms normally engaged in providing the services requested.The proposing firm must demonstrate adequate experience,organization,offices,equipment and personnel toensureprompt 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 totakeany other actionnecessarytodetermine ability to performinaccordancewiththe specifications,terms,and conditions.TheCityof South Miami will determine whetherthe evidence of ability to perform is satisfactory and reservesthe right toreject all response submittals to this Solicitation where evidence submitted,or investigation and evaluation,indicates inability ofa firm to perform. 3.Deviations from Specifications.The awarded firm shall clearly indicate,as applicable,all areasinwhichthe servicesproposeddonot fully complywiththerequirementsofthis Solicitation.Thedecisionasto whether anitem fully complieswiththestatedrequirementsrests solely withtheCityofSouth Miami. 4.Designated Contact Theawardedfirm shall appointaperson to actasaprimary contact withtheCityof South Miami.Thispersonorback-up shall be readily available during normalworkhoursbyphone,email,orin person,andshallbeknowledgeableofthetermsofthecontract. 5.PrecedenceofConditions.Theproposing firm,byvirtueof submitting aresponse,agreesthatCity'sGeneral Provisions,TermsandConditionsherein will takeprecedenceoveranytermsandconditionssubmittedwith theresponse,either appearing separatelyasanattachmentor included within theProposal.The Contract Documents havebeen listed belowin order ofprecedence,withtheone having themostprecedencebeingat thetopofthelistandthe remaining documentsin descending order ofprecedence.This order of precedence shall apply,unlessclearly contrary tothe specific termsofthe Contract or GeneralConditions to the Contract a)Attachment/Exhibits to SupplementaryConditions b)SupplementaryConditionstoContract,ifany c)Addenda to Solicitation d)Attachments/Exhibits to Solicitation e)Solicitation f)Attachment/Exhibits to Contract g)Contract h)GeneralConditions to Contract,ifany i)Respondent'sProposal 6.ResponseWithdrawal.AfterProposalsareopened,corrections or modifications to Proposalsare not permitted,buttheCitymayallowtheproposingfirmtowithdrawanerroneousProposalprior to the confirmationoftheproposalawardbyCityCommission,if all of the followingisestablished: a)The proposing firm actedingood faith in submitting the response; b)The error wasnottheresultofgross negligence or willful inattentiononthepartofthe firm; c)The error was discovered and communicated totheCity within twenty-four (24)hours(not including Saturday,Sunday ora legal holiday)of opening the proposals received,along witharequest for permission to withdraw thefirm'sProposal;and d)The firm submitsanexplanationinwriting,signedunderpenaltyofperjury,statinghowthe error wasmadeanddeliversadequatedocumentationtotheCitytosupporttheexplanationandtoshow that the error wasnottheresultofgross negligence or willful inattentionnormadeinbad faith. 7.Theterms,provisions,conditionsand definitions containedinthe Solicitation CoverLetter shall apply to these instructionstoRespondentsandtheyareherebyadoptedandmadeaparthereofbyreference.If there isa conflict betweentheCoverLetterandthese instructions,oranyother provision ofthis Solicitation,the CoverLettershallgovernandtakeprecedenceoverthe conflicting provision(s)inthe Solicitation. 8.Any questions concerning the Solicitation oranyrequiredneedfor clarification mustbemadeinwriting,by 10:00 AMonJuly27,2015 totheattentionof Steven P.Kulickat sloilick@southmiamifl.gov or via facsimile at (305)663-6346. 9.The issuance ofawrittenaddendumistheonly official methodwherebyinterpretationand/or clarification of information canbe given.Interpretations or clarifications,considered necessary bytheCityinresponseto such questions,shall be issued byawritten addendum tothe Solicitation Package (also known as "Solicitation Specifications'*or "Solicitation")by U.S.mail,e-mail orother delivery method convenient totheCityandthe Citywillnotifyall prospective firmsvia the City'swebsite. 10.Verbal interpretations or clarifications shall bewithout legal effect.Nopleabya Respondent ofignoranceor theneedfor additional information shall exemptaRespondentfrom submitting the Proposal ontherequired date andtimeas set forthin the publicnotice. 11.Coneof Silence:Youarehereby advised thatthis Request for Proposals issubjecttothe"Coneof Silence,*' inaccordancewith Miami-Dade CountyOrdinanceNos.98106 and 99-1.Fromthetimeofadvertisinguntil theCity Manager issueshisrecommendation,thereisa prohibition onverbal communication with the City's professional staff,including theCity Manager and his staff.All written communication must comply withthe requirementsoftheConeof Silence.TheConeof Silence doesnotapplytoverbal communications at pre- proposalconferences,verbalpresentationsbefore evaluation committees,contract discussions duringanyduly noticed public meeting,public presentations madetotheCityCommissionduringany duly noticepublic meeting,contract negotiationswiththestaff following the City Manager's written recommendationforthe awardofthe contract or communicationsinwritingatanytimewithanyCityemployee,official or member of the CityCommissionunless specifically prohibited.Acopyofall written communications must be contemporaneously filed withtheCityManagerandCityClerk.Inaddition,youarerequiredtocomplywith theCityManager'sAdministrative Order AO 1-15.Ifacopyisnotattached,please request acopyfromthe City's Procurement Division. WITH REGARD TO THE COUNTY'S CONE OF SILENCE EXCEPTION FOR WRITTEN COMMUNICATION,PLEASE BE ADVISED THAT,NOTWITHSTANDING THE MIAMI- DADE COUNTY EXCEPTION FOR WRITTEN COMMUNICATION THE COUNTY'S RULES PROHIBITING VERBAL COMMUNICATION DURING AN ESTABLISHED CONE OF SILENCE SHALL,WITH REGARD TO THIS SOLICITATION,ALSO APPLY TO ALL WRITTEN COMMUNICATION UNLESS PROVIDED OTHERWISE BELOW. THEREFORE,WHERE THE CITY OF SOUTH MAIMI CONE OF SILENCE PROHIBITS ()t COMMUNICATION,SUCH PROHIBITION SHALL APPLY TO BOTH VERBAL AND V~y WRITTEN COMMUNICATION. Notwithstanding the foregoing,the Cone of Silence shall not apply to... (1)Duly noticed site visits to determine the competency of bidders regarding a particular bid during the time period between the opening of bidsand the time that the City Manager makes his or her written recommendation; (2)Any emergency procurement of goods or services pursuant to the Miami-Dade County Administrative Order 3-2; (3)Communications regarding a particular solicitation between any person and the procurement agent or contracting officer responsible for administering the procurement process for such solicitation,provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document;and (4)Communications regarding a particular solicitation between the procurement agent or contracting officer,or their designated secretarial/clerical staff responsible for administering the procurement process for such solicitation and a member of the selection committee provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document." 12.Violation ofthese provisions by any particular Respondent orproposer shall render any recommendation for theawardofthecontractorthecontract awarded to said Respondent orproposer voidable,and,insuch eventsaidRespondentorproposer shall notbeconsideredforany Solicitation including butnot limited to onethatrequestsanyofthe following a proposal,qualifications,a letter ofinterestora bid concerning any contractforthe provision of goods or services fora period ofone year.Contact shall only be made through regularly scheduled Commission meetings,or meetings scheduled throughthe Purchasing Division,which are forthepurposesof obtaining additional or clarifying information. ^ 13.Lobbying.All firms andtheiragentswhointendto submit,orwhosubmitted,bids orresponsesforthis Solicitation,arehereby placed on formal noticethat neither City Commissioners,candidates forCity rN Commissioner or any employee oftheCityof South Miami are tobe lobbied either individually or collectively y concerningthis Solicitation.Contact shall onlybemadethrough regularly scheduledCommissionmeetings,or meetingsscheduledthroughthe Purchasing Division,whichareforthepurposes of obtainingadditionalor clarifying information. 14.ReservationofRightTheCity anticipates awarding onecontractforservicesasaresultofthisSolicitation and the successful firm willberequestedtoenterintonegotiationstoproduceacontractfor the Project. TheCity,however,reserves the right,initssole discretion,to doanyofthe following: a)torejectanyandall submitted Responsesandtofurtherdefineorlimit the scope of the award. b)towaiveminor irregularities intheresponsesorintheprocedurerequiredbytheSolicitation documents. c)to request additional informationfromfirmsasdeemednecessary. d)tomakeanaward without discussion orafter limited negotiations,k is,therefore,important that all the parts of the Request forProposalbe completed inallrespects. e)tonegotiatemodificationsto the Proposal thatitdeemsacceptable. f)toterminate negotiations intheeventtheCitydeems progress towardsacontracttobe insufficient andtoproceed to negotiatewiththeRespondent who madethe next best Proposal.TheCity reservestherighttoproceedinthismanneruntilithasnegotiateda contract thatissatisfactoryto the City. g)TomodifytheContractDocuments.ThetermsoftheContractDocumentsare general andnot necessarily specific tothe Solicitation.Itistherefore anticipated thattheCitymaymodifythese documentsto fit the specific projectorworkinquestionandtheRespondent,by making a Proposal, agreestosuchmodificationsand to beboundbysuchmodified documents. h)to cancel,inwholeor part,any invitation for Proposals whenitisinthebestinterestofthe City, i)to award the Project tothepersonwiththe lowest,most responsive,responsible Proposal,as determined by the City, j)to award the Project,and executeacontractwitha Respondent or Respondents,otherthantoone whoprovidedthe lowest Proposal Price, k)iftheScopeofthe Work is divided into distinct subdivisions,to award each subdivision toa separate Respondent. 15.Contingent Fees Prohibited.The proposing firm,by submitting a proposal,warrants thatithasnotemployed or retained a company or person,other than a bona fide employee,contractor or subcontractor,working in itsemploy,tosolicitorsecureacontractwiththe City,andthat 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, workinginitsemploy,anyfee,commission,percentage,giftorotherconsiderationcontingentuponor resultingfromtheawardormakingofacontractwiththeCity. 16.Public Entity Crimes.A person or affiliate ofthe Respondent who has been placed onthe convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crime may not submit a Proposal ona contract to provide any goods or services,ora contract for construction or repair ofa public building,may not submit proposals on leases of real property toorwiththeCityof South Miami,may notbe awarded a contract to perform workasa CONTRACTOR,sub-contractor,supplier,sub-consultant,or consultant under a contract with the City of South Miami,and may not transact business with theCityof South Miami for a periodof36months from thedateof being placed onthe convicted vendor list. 17.Respondents shall usethe Proposal Form(s)furnished bythe City.All erasures and corrections must have the initials ofthe Respondent's authorized representative in blue inkatthe location of each and every erasure and correction.Proposals shall be signed using blue ink;all quotations shall be typewritten,or printed with blue ink.All spaces shall be filled in with the requested information orthe phrase "not applicable"or "NA".The proposal shall be delivered onor before the date and time,and atthe place and in such manner as set forth in the Solicitation Cover Letter.Failure todoso may cause the Proposal tobe rejected.Failure to include any of the Proposal Forms may invalidate the Proposal.Respondent shall deliver tothe City,as part ofits Proposal, the following documents: a)The Invitation for Proposal and Instructions toRespondents. b)Acopyofallissued addenda I c)The completed ProposalForm fully executed.I d)Proposal/Bid Bond,(Bond or cashier's check),if required,attached to the Proposal Form.j ! I j e)CertificatesofCompetencyas well asall applicable State,CountyandCity Licenses heldby Respondent f)CertificateofInsurance and/or Letterof Insurability. 18.Goods:Ifgoodsaretobeprovidedpursuanttothis Solicitation the following applies: a)Brand Names:Ifabrand name,make,manufacturer's trade name,orvendor catalog numberis mentionedinthis Solicitation,whetherornot followed bythewords"approved equal",itisforthe purpose of establishing agradeor quality of material only.Respondent may offer goods thatare equal tothe goods described inthis Solicitation with appropriate identification,samples and/or specifications forsuchitem(s).TheCity shall bethesole judge concerning themeritsofitems proposed asequals. b)Pricing:Prices should bestatedin units of quantity specified inthe Proposal Form.Incaseofa discrepancy,theCityreservestherighttomakethe final determinationatthelowestnet cost tothe City. c)Mistake:In theeventthatunit prices arepartofthe Proposal andifthereisa discrepancy between theunit price(s)andtheextended price(s),theunit price(s)shall prevail andthe extended price(s) shall beadjustedto coincide.Respondents are responsible for checking their calculations.Failure to doso shall beattheRespondent's risk,anderrors shall notreleasetheRespondentfromhis/heror its responsibility as noted herein. d)Samples:Samplesofitems,whenrequired,mustbefurnishedbythe Respondent freeofchargeto theCity.Each individual samplemustbe labeled withthe Respondent's nameandmanufacturer's brandnameanddeliveredbyitwithinten (10)calendardaysoftheProposalopeningunlessschedule indicatesadifferenttime.Ifsamplesare requested subsequent to the Proposalopening,theyshallbe deliveredwithinten (10)calendar days oftherequest.TheCityshallnotberesponsibleforthe return of samples. e)Respondentwarrantsbysignatureon the ProposalForm that pricesquoted therein areinconformity with the latest Federal Price Guidelines. f)GovernmentalRestrictions:Intheeventanygovernmental restrictions maybeimposedwhichwould necessitatealterationof the material quality,workmanship,or performanceof the itemsofferedon this Proposal prior to their delivery,itshallbetheresponsibilityof the successful Respondent to notify the City at once,indicating in itsletterthe specific regulation which required an alteration./"~"~\ The City of South Miami reserves the right to accept any such alteration,including any price >.) adjustments occasioned thereby,or tocancelallor any portion ofthe Contract,atthesole —' discretionofthe City andatnofurther expense totheCitywith thirty (30)daysadvancednotice. g)Respondent warrants that the prices,terms andconditions quoted intheProposalshallbefirmfora periodofonehundredeighty (180)calendardaysfromthedateoftheProposalopeningunless otherwise stated intheProposalForm.Incomplete,unresponsive,irresponsible,vague,orambiguous responses to the Solicitationshallbecauseforrejection,as determined by the City. h)Safety Standards:TheRespondentwarrants that theproduct(s)to besuppliedtotheCityconform inall respects to thestandardssetforthintheOccupationalSafetyandHealthAct (OSHA)andits amendments.ProposalsmustbeaccompaniedbyaMaterialsDataSafetySheet (M.S.D.S)when applicable. 19.Liability,Licenses &Permits:ThesuccessfulRespondentshallassumethe full duty,obligation,andexpenseof obtaining all necessary licenses,permits,and inspections requiredbythis Solicitation andasrequiredbylaw.j The Respondent shall be liable for any damages or loss tothe City occasioned bythe negligence ofthe i Respondent (or its agent or employees)or any person acting for or through the Respondent.Respondents \ shall furnish a certified copy of all licenses,Certificates of Competency or other licensing requirement \ necessarytopracticetheirprofessionand applicable totheworktobeperformedasrequiredbyFlorida ! Statutes,theFlorida Building Code,Miami-Dade CountyCodeorCityofSouth Miami Code.These documents shall be furnished totheCityaspartofthe Proposal.Failure tohave obtained therequired j licenses and certifications orto furnish these documents shall be grounds for rejecting the Proposal and j forfeitureofthe Proposal/Bid Bond,ifrequiredforthisProject 20.Respondent shall comply with the City's insurance requirements as set forth in the attached EXHIBIT 2,prior j to issuanceofany Contract(s)or Award(s)If a recommendation for award of the contract,or an award of \ the contract is made before compliance with this provision,the failure to fully and satisfactorily comply with j theCity's bonding,ifrequiredforthisproject,andinsurancerequirementsassetforthherein shall authorize theCityto implement a rescission ofthe Proposal Award or rescission ofthe recommendation forawardof j ) u contract without further City action.The Respondent,by submitting a Proposal,thereby agrees toholdthe City harmless and agrees to indemnify the City and covenants notto sue the City by virtue of such rescission. 21.Copyrights and/or Patent Rights:Respondent warrants that as to the manufacturing,producing or selling of goods intended tobe shipped or ordered bythe Respondent pursuant to this Proposal,there has not been, nor will there be,any infringement of copyrights or patent rights.The Respondent agrees to indemnify City from any and all liability,loss or expense occasioned by any such violation or infringement 22.Execution of Contract A response to this Solicitation shall not be responsive unless the Respondent signs the form of contract that is a part ofthe Solicitation package.The Respondent to this Solicitation acknowledges thatby submitting a response ora proposal,Respondent agrees tothe terms ofthe form contract andtothe termsofthe general conditions tothe contract,bothof which are part of this Solicitation package.The Respondent agrees that Respondent's signature onthe Bid Form and/or the form of contract that is a part of the Solicitation package and/or response tothis Solicitation,grants tothe City the authority,onthe Respondent's behalf,to inserted,into any blank spaces inthe contract documents,information obtained from the proposal and,atthe City's sole and absolute discretion,the City may treat the Respondent's signature on any ofthose documents,as the Respondent's signature onthe contract,after the appropriate information has been inserted,as well asforany and all purposes,including the enforcement of ail oftheterms and conditions of the contract 23.Evaluation of Proposals:The City,at its sole discretion,reserves the right to inspect the facilities of any or all Respondents to determine its capability tomeetthe requirements ofthe Contract.In addition,the price, responsibility and responsiveness ofthe Respondent,the financial position,experience,staffing,equipment, materials,references,and pasthistoryof service totheCity and/or withotherunitsof state,and/or local governments in Florida,orcomparableprivate entities,wiltbetakenintoconsiderationinthe Award of the Contract 24.Drug Free Workplace:Failure to provide proofof compliance with Florida Statute Section 287.087,as amended,when requested shall be cause for rejection ofthe Proposal as determined bythe City. 25.Public Entity Crimes:A person or affiliate who was placed onthe Convicted Vendors List following a conviction fora public entitycrimemaynotsubmita response ona contract to provide any servicestoa public entity,maynot submit Solicitation on leases of real property toa public entity,and may not transact business withany public entityinexcessofthethresholdamount provided in Section 287,017,foraperiodof 36monthsfrom the dateofbeing placed ontheConvictedVendorsList 26.Contingent Fees Prohibited:The proposing firm must warrant thatit has notemployedorretaineda company orperson,otherthanabona fide employee,contractor or subcontractor,working inits employ,to solicit orsecurea contract withthe City,and thatit has not paid or agreed to pay any person,company, corporation,individual or firm other than a bona fide employee,contractor or sub-consultant,workinginits employ,anyfee,commission,percentage,giftorother consideration contingentuponor resulting fromthe award or making ofa contract withthe City! 27.Hold Harmless:All Respondents shall hold the City,its officials and employees harmless and covenant notto sue the City,its officials andemployeesinreferencetoits decisions to reject,award,ornot award acontract, as applicable,unlessthe claim isbasedsolelyon allegations of fraud and/or collusion.The submission ofa proposal shall actas an agreementbytheRespondentthatthe Proposal/Bid Bond,if required forthis project, shall notbe released until and unless the Respondent waives any and all claims thatthe Respondent may have against the City that arise out ofthis Solicitation processoruntila judgment isenteredintheRespondent's favor inanysuit filed which concernsthis proposal process.In anysuch suit,the prevailing party shall recover itsattorney'sfees,courtcostsaswellasexpensesassociatedwiththe litigation.In the event thatfees,court costsandexpenses associated withthe litigation are awarded totheCity,the Proposal/Bid Bond,ifrequired forthisproject,shall be applied tothepaymentof those costsand any balance shall be paid bythe Respondent 28.Cancellation:Failure onthepartoftheRespondenttocomplywiththe conditions,specifications, requirements,andtermsasdeterminedbytheCity,shall bejust cause for cancellation oftheAwardor termination of the contract 29.Bonding Requirements:TheRespondent,whensubmittingthe Proposal,shall includea Proposal/Bid Bond,if requiredforthisproject,in the amountof5%of the totalamountofthebaseProposalonthe Proposal/Bid Bond Form included herein.Acompanyor personal check shall notbedeemeda valid Proposal Security. 30.Performance and Payment Bond:TheCityofSouth Miami mayrequirethe successful Respondent to furnish a PerformanceBondandPaymentBond,eachintheamountof 100%of thetotal Proposal Price,including Alternatesifany,naming theCityofSouth Miami,andtheentitythatmaybe providing asourceof funding for the Work,as the obligee,assecurityforthe faithful performance of theContractandfor the payment of all personsorentities performing labor,services and/or furnishing materials inconnection herewith.In addition, iftheRespondent'semployees will beworkinginsecureand sensitive areasoftheCitythe City mayrequire thatthe Respondent provide employee bonding,naming the City ofSouth Miami asthe obligee on the bond. Thebonds shall bewithasuretycompanyauthorizedtodobusinessintheStateof Florida. 30.1.Each PerformanceBond shall beintheamountofonehundred percent (100%)ofthe Contract Price guaranteeing toCitythe completion and performance ofthe Work coveredinthe Contract Documents. 30.2.Each Performance Bondshall continue ineffectforfiveyearafterfinalcompletionand acceptance ofthe Work with the liability equaltoonehundredpercent (100%)ofthe Contract Sum. 30.3.Each Payment bond shall guaranteethe full payment of all suppliers,material man,laborers,or subcontractor employed pursuant to thisProject. 30.4.Each BondshallbewithaSuretycompanywhose qualifications meettherequirementsof insurancecompaniesas set forthin the insurance requirements ofthissolicitation. 30.5.PursuanttotherequirementsofSection 255.05,Florida Statutes,Respondent shall ensure that the Bond(s)referencedabove shall berecordedinthe public recordsof Miami-Dade Countyand provideCITYwithevidenceofsuchrecording. 30.6.Thesuretycompany shall holda current certificateofauthorityasacceptablesuretyonfederal bondsin accordance with the UnitedStates Department ofTreasuryCircular570,current revisions. 31.ProposalGuarantee:Notwithstandingthefact that theRespondent,insubmittingaproposal,agreestothe termscontainedintheformofcontract that ispartofthis Solicitation package,the successful Respondent, within ten (10)calendardaysofNoticeofAwardbytheCity,shall deliver,to the City,the executed Contractand other Contract DocumentsthatprovidefortheRespondent'ssignature,anddelivertothe Citythe required insurancedocumentationaswellasaPerformanceandPaymentBondifthesebondsare required.The Respondent who has the Contract awarded to itandwhofails to execute the Contract and furnishtherequiredBondsandInsuranceDocumentswithinthe specified timeshall,attheCity'soption, forfeittheProposal/BidBond/Security that accompaniedtheProposal,and the Proposal/BidBond/Security shall beretainedasliquidated damages bytheCity.It isagreedthatiftheCityacceptspaymentfromthe Proposal/Bid Bond,that thissumisafairestimateoftheamountofdamages the City will sustainincase the Respondent fails tosign the Contract Documents or fails tofurnishthe required BondsandInsurance documentation.Ifthe Citydoesnotacceptthe Proposal/Bid Bond,theCitymay proceed tosueforbreach of contract if the Respondent fails to perform in accordance withthe Contract Documents.Proposal/Bid Bond/Security deposited in the formofacashier'scheckdrawnonalocalbankingoodstandingshallbe subjectto the same requirements asaProposal/BidBond. 32.Pre-proposalConferenceSite.Visits:If aMandatoryPre-proposalconferenceisscheduledforthis project,all. Respondentsshall attend the conference and tour allareas referenced intheSolicitationDocuments.Itshall begroundsfor rejecting a Proposal froma Respondent whodidnotattendthe mandatory pre-proposal conference.NopleasofignorancebytheRespondentofconditionsthat exist,or that mayhereinafterexist, asa Solicitation resultof failure to make the necessary examinations or investigations,or failure to complete j anypartof the SolicitationPackage,will beacceptedas basts for varying the.requirements ofthe Contract ! withtheCityofSouth Miami or thecompensationoftheRespondentTheRespondent,following receiptofa surveyoftheproperty,if applicable,isboundby knowledge thatcanbeseenorsurmisedfromthesurveyand willnotbeentitledtoanychange order duetoanysuchcondition.If thesurveyisprovidedbeforethe I proposal is submitted,the contract price shall include the Work necessitated by those conditions.If the j survey is provided subsequent tothe submission ofthe proposal,the Respondent shall have five calendar days | to notify the City of any additional costs required by such conditions and the City shall have the right to reject | the proposal and award the contract to the second most responsive,responsible bidder with the lowest price 1 orto reject all bids.'j 33.Timeof Completion:Thetimeisoftheessencewith regard tothe completion oftheWorktobeperformed I undertheContracttobe awarded.Delays and extensions oftime may be allowed onlyin accordance with \ the provisions statedintheappropriatesectionoftheContractDocuments,including theProposalForm.No change orders shall be allowed for delays caused by the City,other than for extensions of time to complete the Work. 34.Submittal Requirements:All Proposals shall complywiththerequirementssetforthhereinand shall includea fully completed Bid Form foundon EXHIBIT 3 and,the Costand Technical Proposal found on Exhibit4 whichisapartofthis Solicitation Package. 35.Cancellation of Bid Solicitation:The City reserves the right to cancel,in wholeor part,any requestfor | proposal when itis in thebest interest ofthe City.j u o jV. 36.Respondent shall not discriminate with regard to itshiring ofemployeesorsubcontractorsorin its purchase of materials orinanywayinthe performance ofitscontractifoneis awarded,basedon race,color,religion, national origin,sex,age,sexualorientation,disability,or familial status. 37.Allrespondents,atthe time ofbid opening,musthave fulfilled allpriorobligationsand commitments to the Cityinordertohavetheirbid considered,including all financial obligations.Prior tothe acceptance of anybid proposalorquotation,theCity's Finance Department shall certifythatthereareno outstanding fines,monies, fees,taxes,liens orother charges owedtotheCitybythe Respondent,anyofthe Respondent's principal, partners,membersorstockholders (collectively referredtoas"RespondentDebtors").Abid,proposalor quotation will notbeaccepteduntil all outstandingdebts of all RespondentDebtorsowedtothecityare paid in full.NobidderwhoisindefaultofanypriorcontractwiththeCitymayhavetheirbidconsidereduntilthe defaultiscured to the satisfactionof the City Manager. 38.Bid Protest Procedure.See attached EXHIBIT 7. 39.Evaluation Criteria:Ifthis project istobe evaluated by an Evaluation Committee,the evaluation criteria is attached as EXHIBIT NIA. END OF SECTION 10 Proposal Submittal Checklist Form janitorial Services RFP#PW20I5-I4 Thischecklistindicatestheformsanddocumentsrequiredtobesubmittedforthis solicitation andtobe presented bythe deadline setfor within the solicitation.Fulfillment of all solicitation requirements listed is mandatory for consideration ofresponsetothe solicitation.Additional documents may berequiredand,ifso,they will be identifiedinanaddendum to thisSolicitation.Theresponseshallincludethe following items: Attachments and Other Documents described below to be Completed IF MARKED WITH AN "X": References EXHIBIT I,Attachment C Indemnification and Insurance Documents EXHIBIT 2 Bid Form EXHIBIT 3,&Cost &TechnicalProposal,EXHIBIT 4 Signed Contract Documents (All -includingGeneral Conditions and Supplementary Conditions if attached)EXHIBIT 5&6 Respondents Qualification Statement Listof Proposed Subcontractors and Principal Suppliers Non-Collusion Affidavit PublicEntity Crimes andConflictsof Interest DrugFree Workplace Acknowledgement of Conformance withOSHA Standards Affidavit ConcerningFederal&StateVendor Listings RelatedParty Transaction VerificationForm PresentationTeam Declaration/Affidavit ofRepresentation Check Completed. Submit this checklist alongwithyourproposal indicating the completion and submission ofeachrequired forms and/or documents. END OF SECTION o J J RESPONDENT QUALIFICATION STATEMENT Janitorial Services RFP#PW20I5-I4 The response to this questionnaire shall be utilized as part ofthe CITY'S overall Proposal Evaluation and RESPONDENT selection. I.Number of similar projects completed, a)Inthepast5years In the past5yearsOnSchedule b)In thepast 10 years In thepast 10 yearsOnSchedule 2.List thelastthree(3)completed similar projects. a)Project Name: Owner Name: Owner Address: Owner Telephone: Original ContractCompletionDate: Original Contract Price: b)Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract CompletionDate: Original Contract Price: c)ProjectName: Owner Name: Owner Address: Owner Telephone: Original Contract CompletionDate: Original Contract Price: 12 3.Current workload Project Name Owner Name Telephone Number Contract Price 4.The following information shall beattachedtothe proposal. a)RESPONDENT'S homeofficeorganizationchart. b)RESPONDENTS proposed project organizational chart. c)Resumesofproposedkeyprojectpersonnel,including on-siteSuperintendent. 5.Listand describe any: a)Bankruptcy petitions filed byor against theRespondentoranypredecessor organizations, b)Any arbitrationor civil or criminal proceedings,or Suspension ofcontractsor debarring from Bidding or Responding byany public agency brought c)against theRespondentinthelast five (5)years 6.Government References: List other Government Agencies or Quasi-government Agencies for which you have done business within thepastfive(5)years. Name of Agency: Address: Telephone No.: Contact Person: _y Type of Project o o Name of Agency: Address: Telephone No.: Contact Person: TypeofProject: Name of Agency: Address: TelephoneNo.: Contact Person: Typeof Project: 14 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Janitorial Services RFP#PW20I5-I4 Respondent shall list all proposed subcontractors,if subcontractors are allowed bythetermsof this Solicitation to beusedonthisprojectiftheyareawardedthe Contract Classification of Work Subcontractor Name Address Telephone,Fax &1 Email 1 Other: Thislist shall beprovidedtotheCityof South Miami bythe apparent lowest responsive and responsible Bidder withinfive(5)businessdaysafterBidOpening. 15 f STATE OF FLORIDA ) ) COUNTYOF MIAMI-DADE ) o NON COLLUSION AFFIDAVIT .beingfirstdulysworn,deposesandstates that (I)He/She/Theyis/arethe (Owner,Partner,Officer,Representative or Agent)of the Respondent that has submitted the attached Proposal; (2)He/She/They is/are fully informed concerning the preparation and contents of the!attached Proposal and of all pertinent circumstances concerning such Proposal; (3)Such Proposal is genuine and isnota collusive or sham Proposal; (4)Neither the said Respondent nor any of its officers,partners,owners,agents,representatives, employees or parties in interest,including this affiant,have inanyway colluded,conspired,connived or agreed,directly or indirectly,withanyother Respondent,firm,or person to submit a collusive or sham Proposal inconnectionwiththe Work for which the attached Proposal has been submitted;or to refrain from Bidding or proposing in connection withsuchWork;or have in any manner,direcdy or indirectly,sought by agreement or collusion,or communication,or conference with any Respondent,firm,or person to fix any overhead,profit,orcost elements ofthe Proposal orof any other Respondent,orto fix any overhead,profitorcost elements ofthe Proposal Price orthe Proposal Price of any other Respondent,orto secure through any collusion,conspiracy,connivance, or unlawful agreement any advantage against (Recipient),or any person interested inthe proposed Work; (}(5)The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any v_y collusion,conspiracy,connivance,or unlawful agreement onthe part ofthe Respondent oranyother ofits agents,representatives,owners,employeesor parties ofinterest,including this affiant. Signed,sealedanddeliveredinthe presence of: ;:By- Witness Signature Witness Print Name and Title Date ACKNOWLEDGEMENT STATEOFFLORIDA ) ) COUNTY OF MIAMI-DADE ) Onthisthedayof ,20,beforeme,the undersigned Notary Public of theState of Florida,personally appeared (Name(s)of individual(s)who appeared before 16 and whose name(s)is/areSubscribed to thenotary)^ withininstrument,and he/she/they acknowledgethathe/she/they executed it WITNESS myhandandofficialseal. NOTARY PUBLIC: SEAL OF OFFICE: 17 Notary Public,Stateof Florida (NameofNotary Public:Print,Stamportypeascommissioned.) Personally known tome,or Personal identification: Typeof Identification Produced Didtakean oath,or Did Not take an oath. ) o o ~) ) PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant tothe provisions of Paragraph (2)(a)of Section 287.133,Florida StateStatutes-"Apersonor affiliate who has been placed onthe convicted vendorlist following a conviction for a public entity crime maynotsubmita Proposal or bid onaContractto provide any goods or services toa public entity,may notsubmita Bid or proposal fora Contract witha public entityforthe construction of repair ofa public building or public work,may notsubmit bids or proposals on leases orrealpropertytoa public entity,may notbe awarded toperformWork asa RESPONDENT,Sub-contractor,supplier,Sub-consultant,or Consultant undera Contract withany public entity,andmaynottransact business withany public entityinexcessofthethresholdamountCategoryTwoof Section 287.017,Florida Statutes,forthirtysix(36)monthsfromthedateofbeing placed ontheconvictedvendor list". The award of any contract hereunder issubjecttothe provisions ofChapter 112,Florida State Statutes. Respondents must disclose withtheir Proposals,the name ofany officer,director,partner,associate oragentwho isalsoanofficeror employee oftheCityof South Miami orits 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 OFA NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I.This sworn statement is submitted to [printname of thepublic entity] by. for [printindividual'sname and title] [printnameofentity submitting swornstatement] whose business address is and(if applicable)its Federal Employer Identification Number (FEIN)is _(Ifthe entityhasno FEIN,include the Social SecurityNumberofthe individual signing thisswornstatement: •::•) 2.I understandthata "public entity crime"asdefinedin Paragraph 287.133 (l)(g),Florida Statutes. meansa violation ofanystateor federal lawbyapersonwithrespecttoanddirectlyrelatedtothe transaction ofbusinesswithanypublicentityorwithan agency or political subdivision of anyotherstate oroftheUnitedStates,including,butnot limited to,any bid,proposal orcontractforgoodsor services tobeprovidedtoany public entityoran agency or political subdivision ofanyotherstateorofthe UnitedStatesand involving antitrust,fraud,theft,bribery,collusion,racketeering,conspiracy,or material misrepresentation. 3.I understandthat"convicted"or "conviction"as defined in Paragraph 287.133 (I)(b),Florida Statutes,meansa finding of guilt ora conviction ofa public entitycrime,withorwithoutan adjudication of guilt,inanyfederalorstatetrialcourtofrecord relating tochargesbroughtbyindictmentor information after July I,1989,asaresultofajury verdict,non-jury trial,orentryofapleaof guilty or nolo contendere. 4.I understand that an "affiliate"asdefinedin Paragraph 287.133 (I)(a),Florida Statutes,means: (a)A predecessor orsuccessor of apersonconvictedofapublic entity crime;or (b)Anentityunderthecontrolofany natural personwhoisactiveinthe management oftheentity andwhohasbeenconvictedofa public entity crime.Theterm "affiliate"includes those officers, directors,executives,partners,shareholders,employees,members,andagents who areactivein the management ofan affiliate.Theownershipby one person of shares constituting acontrolling interest inanyperson,orapooling of equipment orincomeamongpersons when not for fair market value underanarm'slengthagreement,shall beaprima facie casethatoneperson controlsanotherperson.Apersonwho knowingly entersintoajointventurewithaperson whohasbeenconvictedofa public entitycrimein Florida during the preceding 36months shall be considered an affiliate. I understand that a "person"asdefinedin Paragraph 287,133 (1)(e),Florida Statutes,meansany natural personorentity organized underthe laws ofanystateoroftheUnitedStateswith the legal power to enter into abinding contract andwhichbidsorproposalor applies to bidorproposalon contracts for the provisionofgoodsorservicesletbyapublicentity,orwhich otherwise transactsor applies to transactbusinesswithapublicentity.The term "person"includes those officers,directors, executives,partners,shareholders,employees,members,andagentswhoareactiveinmanagementofan entity. Based on information and belief,the statement which 1 have marked below is true in relation to the entity submitting this sworn statement.[Indicatewhich statement applies.] Neither the entitysubmittingthissworn statement,noranyofitsofficers,directors,executives, partners,shareholders,employees,members,oragentswhoareactiveinthemanagementof the entity, norany affiliate of the entityhasbeenchargedwithandconvictedofapublicentitycrime subsequent to July I,1989. _The entity submitting this sworn statement,or one or more ofitsofficers,directors,executives, partners,shareholders,employees,members,oragents who areactivein the managementof the entity, oran affiliate oftheentity has been charged withandconvictedofa public entitycrimesubsequentto July I,1989. The entity submitting this sworn statement,oroneor more ofits officers,directors,executives,^--^ partners,shareholders,employees,members,or agents who are active in the management ofthe entity,() or an affiliate oftheentity has been charged withandconvictedofa public entitycrimesubsequentof July 1,1989.However,there has beenasubsequent proceeding beforea Hearing OfficeroftheStateof Florida,Division of Administrative Hearings andthe Final Orderenteredbythe Hearing Officer determinedthatitwasnotinthe public interesttoplacetheentitysubmittingthissworn statement on theconvictedvendor list,[attach acopyofthe final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICERFOR THE PUBUC ENTITY INDEMNIFIED IN PARAGRAPH I (ONE)ABOVE IS FORTHAT PUBUC ENTITYONLY,ANDTHAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS RLED.I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBUC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDEDIN SECTION 287.017.FLORIDASTATUTES.FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED INTHISFORM. [Signature]! Sworn to and subscribed before me this day of ,20 I—i Personally known ;| OR Produced identification Notary Public -State of My commission expires m (Typeof identification)(Printed,typedorstamped commissioned Form PUR 7068 (Rev.06/11 /92)name of notary public) 19 o :) j DRUG FREE WORKPLACE Whenever twoormore Bids or Proposals which are equal with respect to price,quality and service are received bytheStateorby any political subdivisions for the procurement of commodities or contractual services,aBidor Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference inthe award process.Established procedures for processing tie Bids or Proposals shall be followed if none ofthe tied vendors have a drug-free workplace program.In order to have a drug-free workplace program,a business shall: 1)Publish a statement notifying employees thatthe unlawful manufacture,distribution,dispensing, possession,oruseofacontrolled substance is prohibited intheworkplaceand specifying the actionsthat shall betaken against employeesfor violations ofsuch prohibition. 2)Inform employees aboutthe dangers of drug abuse inthe workplace,the business*policy of maintaining a drug-free workplace,any available drug counseling,rehabilitation,andemployee assistance programs,andthe penalties that maybeimposeduponemployeesfordrugabuse violations. 3)Giveeachemployee engaged in providing thecommoditiesor contractual servicesthatareunder Bid acopyofthestatement specified in Subsection (I). 4)in the statement specified in Subsection (1),notify the employees,that,as a condition of working ofthe commodities or contractual services that are under Bid,he employee shall abide bythe termsofthestatementand shall notifythe employee ofany conviction of,or plea of guilty or nob contendere to,any violation ofChapter893orofanycontrolled substance law oftheUnited Statesor any state,fora violation occurring inthe workplace no later than five (5)business days after such conviction. 5)Imposea sanction on*or require the satisfactory participation ina drug abuse assistance or rehabilitation program,ifsuchis available intheemployee'scommunity,byanyemployeewhois so convicted. 6)Makeagood faith efforttocontinueto maintain a drug-free workplacethrough implementation of this section. Astheperson authorized to sign thestatement,1certify thatthis firm complies fully withtheabove requirements. RESPONDENTS Signature: PrintName:. Date: 20 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI We,,(Name of CONTRACTOR),hereby acknowledge and agree that as CONTRACTOR forthe JanitorialServices project as specified have the sole responsibility for compliance with all the requirements ofthe Federal Occupational Safety and Health Actof 1970,and all State and local safety and health regulations,and agree to indemnify and hold harmless the CityofSouthMiami and N/A (Consultant) against anyand all liability,claims,damages,losses and expenses they may incur due tothe failure of (Sub contractor's names): to comply withsuchact or regulation. CONTRACTOR Witness BY:s Name Title 21 ) ') AFFIDAVIT CONCERNING. FEDERAL AND STATE VENDOR LISTINGS The person,or entity,who is responding to the City's solicitation,hereinafter referred to as "Respondent",must certify that the Respondent's name Does Not appear on the State of Florida,Department of Management Services "CONVICTED,SUSPENDED,DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS'7. If the Respondent's name Does appear onone or all the "Listings"summarized below,Respondents must "Check if Applies"next tothe applicable "Listing."The "Listings"can be accessed through the following link tothe Florida Department ofManagementServiceswebsite: http.7/www.dms.myfloridacom/business_operatlons/state^^purchasing/vendorfnformation/convicted susp ended discriminatory complaints vendorllsts DECLARATION UNDER PENALTY OFPERJURY '»__(hereinafter referred to as the "Declarant")state,under penalty of perjury, that the following statements are true and correct: (1)I represent the Respondent whose name is . (2)I have the following relationship with the Respondent j(Owner (if Respondent is a sole proprietor),President (if Respondent is a corporation)Partner (if Respondent isa partnership),General Partner (if Respondent is a Limited Partnership)or Managing Member>(if Respondent is a Limited Liability Company). (3)I have reviewed the Florida Department of Management Services website atthe following URL address: http://www.dms.myflorida.com/business_ope^^ scrirninatory_complaints_yendorjists (4)I have entered an "x"ora check mark beside each listing/category set forth below ifthe Respondent's name appears in the list found onthe Florida Department of Management Services website forthat category or listing.If I did notenteramark beside a listing/category it means that I am attesting tothe fact thatthe Respondent's name doesnot appear onthe listing forthat category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable Convicted Vendor List ;_•Suspended Vendor List DiscriminatoryVendorList Federal Excluded Parties List VendorComplaintList FURTHER DECLARANT SAYETH NOT. (Printnameof Declarant) By:. (Signature ofDeclarant) ACKNOWLEDGEMENT STATE OF FLORIDA ) COUNTY OF MIAMI-DADE ) Onthisthedayof ,20 1,beforeme,the undersigned authority,personally appeared .whoispersonallyknow to meorwhoprovided the following identification andwho took anoathor affirmed that that he/she/theyexecutedthe foregoing Affidavitas the Declarant. WITNESS myhandand official seal.^ Notary Public,State ofFlorida NOTARY PUBLIC: SEAL 22 (NameofNotary Public:Print, Stamp or typeascommissioned.) RELATED PARTY TRANSACTION VERIFICATION FORM __,individually and on behalf of ( ("Firm")have Name ofRepresentative Company/VendorlEntity read the City of South Miami ("City")'s Code of Ethics, Section 8A-1 of the City's Code of Ordinances and I hereby certify,under penalty of perjury thattothebestofmy knowledge,information and belief: (1)neither I nor the Firm have any conflict of interest (as defined in section 8A-I)with regard tothe contract or business that I,and/or the Firm,am(are)aboutto perform for,orto transact with,the City,and (2)neither 1nor any employees,officers,directors ofthe Firm,nor anyone who has a financial interest greater than S%in the Firm,has any relative(s),as defined in section 8A-1,whois an employee ofthe City orwho is(are) an appointed or elected official ofthe City,orwho is(are)a member of any public body created bythe City Commission,i.e.,aboardorcommitteeofthe City,[while theethicscodestill applies,ifthepersonexecutingthis form is doing soon behalf ofa firm whosestock is publicly traded,the statement inthis section (2)shall be based solely onthe signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship ofemployeesorthosewhohavea financial interestinthe Firm.];and (3)neither I northe Firm,nor anyone who has a financial interest greater than 5%inthe Firm,nor any member of those persons'immediate family (i.e.,spouse,parents,children,brothers and sisters)has transacted orentered intoany contract(s)withtheCityor has a financial interest,director indirect,inany business beingtransacted withthecity,orwithanypersonor agency acting forthecity,otherthanas follows: _(use (if necessary,usea separate sheetto supply additional information that will not fit onthis line;however,you must makereference,on the aboveline,to the additional sheet andtheadditional sheet mustbesignedunder oath),[while the ethics code still applies,ifthe person executing this form is doing soon behalf ofa firm whose stockis publicly traded,thestatementinthis section (3)shall be based solely onthe signatory's personal knowledge and he/she isnot required tomakean independent investigation astothe relationship ofthosewho havea financial interest in the Firm.];and (4)noelected and/or appointed official oremployeeoftheCityofSouth Miami,oranyoftheirimmediate family members (i.e.,spouse,parents,children,brothers and sisters)hasa financial interest,directly or indirectly,inthe contractbetweenyouand/oryour Firm andtheCityotherthanthe following individuals whoseinterestisset forthfollowingtheiruseaseparatenames: (ifnecessary,useaseparate sheet to supply additional information that will not fitonthis line;however,youmust makereference,on the aboveline,to the additional sheetandthe additional sheet mustbesignedunderoath). Thenamesof all Cityemployeesandthatof all electedand/or appointed city officials or board members,who own,directly or indirectly,aninterestof five percent (5%)ormoreofthetotalassetsof capital stockinthe firm are as follows: (ifnecessary,useaseparate sheet tosupply additional informationthatwill not fit onthis line;however,you must makereference,on the aboveline,to the additional sheetandthe additional sheet mustbesignedunder oath), [while the ethicscodestillapplies,ifthepersonexecutingthisformisdoingsoonbehalfofafirm whose stockis publicly traded,the statement inthissection(4)shall bebasedsolelyonthe signatory's personal knowledgeand he/she isnotrequiredto makeanindependent investigation as to the financial interestinthe Firm ofcity employees,appointedofficials or the immediate family members ofelected and/or appointedofficialoremployee.] (5)I andthe Firm furtheragreenottouseorattempttouseanyknowledge,propertyorresourcewhichmay cometousthrough our positionoftrust,orthroughourperformanceofourdutiesunder the terms ofthe contractwiththeCity,to securea special privilege,benefit,orexemptionforourselves,or others.We agree that wemay not disclose or useinformation,not available to members of the generalpublic,for our personal gain or benefit orforthepersonalgain or benefit ofany other person or business entity,outside of the normal gain or benefitanticipated through the performanceofthecontract. (6)I and the Firm herebyacknowledgethatwehavenotcontractedortransactedany business with theCityor anypersonoragencyactingfor the City,andthatwehave not appearedin representation ofanythirdparty 23 O o r \ before any board,commission or agency ofthe City within the past two years other than as follows:/jf necessary,usea separate sheettosupplyadditional information that will notfitonthis line;however,you must make reference,onthe above line,tothe additional sheet and the additional sheet must be signed under oath). X:\PurchasingWendor Registration 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7)Neither I nor any employees,officers,or directors ofthe Firm,nor any of their immediate family (i.e.,as a spouse,son,daughter,parent,brother or sister)is related by blood or marriage to:(i)any member oftheCity Commission;(ii)any city employee;or (iii)any member of any board or agency ofthe City other than as follows: '(if necessary,usea separate sheet tosupplyadditional information that will not fit onthis line;however,youmust make reference,onthe above line,tothe additional sheet and the additional sheetmustbe signed under oath),[while the ethics code still applies,ifthe person executing this form is doing soon behalf ofa firm whose stock is publicly traded,the statement in this section (7) shall be based solely onthe signatory's personal knowledge and he/she isnot required tomake an independent investigation as tothe relationship by blood or marriage of employees,officers,or directors ofthe Firm,orofany oftheir immediate family to any appointed or elected officials ofthe City,orto their immediate family members], (8)NoOther Firm,nor any officers or directors ofthatOther Firm or anyone who has a financial interest greater than 5%inthatOther Firm,nor any memberofthose persons'immediate family (i.e.,spouse,parents,children, brothers and sisters)nor any ofmy immediate family members (hereinafter referred to as "Related Parties")has respondedtoa solicitation bytheCityinwhich1orthe Firm that 1representor anyone whohasa financial interest greater than 5%inthe Firm,oranymemberofthose persons'immediate family (i.e.spouse,parents, children,brothers and sisters)have also responded,otherthanthe following: —:(^ necessary,useaseparatesheettosupply additional information thatwill not fitonthis line;however,you must make reference,onthe above line,tothe additional sheetandthe additional sheetmustbe signed under oath), [while the ethics code still applies,ifthe person executing this form is doing soon behalf ofa firm whosestockis publicly traded,thestatementinthissection (8)shall be based solely onthe signatory's personal knowledge and he/sheisnotrequired to makeanindependent investigation intothe Other Firm,orthe Firm he/she represents,as totheir officers,directorsoranyone having a financial interestinthose Firms oranyoftheiranymemberofthose persons'immediate family.] (9)I andthe Firm agreethatweare obligated to supplement this Verification Form and informtheCityofany change in circumstances thatwould change our answers tothis document.Specifically,afterthe opening ofany responsestoa solicitation,I andthe Firm have an obligation tosupplementthis Verification Formwiththenameof all Related Parties whohave also respondedtothesame solicitation andto disclose the relationship ofthose parties to meand the Firm. (10)A violation oftheCity's Ethics Code,the giving ofany false information orthe failure tosupplementthis Verification Form,maysubjectmeorthe Firm to immediatetermination ofany agreement withtheCity,andthe impositionofthemaximum fine and/orany penalties allowedby law,Additionally,violations maybeconsideredby andsubjecttoactionbythe Miami-Dade CountyCommissionon Ethics.Under penalty of perjury,I declare that I havemadea diligent effortto investigate thematterstowhich I amattesting hereinabove andthatthestatements made hereinabove aretrueandcorrecttothebestofmy knowledge,information and belief. Signature: PrintName&Title:m Date: 24 Sec.8A-1.-Conflict of interest and code of ethics ordinance. (a)Designation. Thissection shall be designated andknownasthe "City ofSouth Miami Conflict ofInterestandCodeofEthics Ordinance."This section shall be applicable to all city personnel as defined below,and shall also constitutea standardofethicalconductandbehaviorforallautonomouspersonnel,quasi-judicial personnel,advisory personnel and departmental personnel.The provisions ofthissection shall be applied ina cumulative manner.By wayof example,andnotasa limitation,subsections(c)and(d)may be applied tothesamecontractortransaction. (b)Definitions,Forthepurposesofthissectionthe following definitions shallbe effective: (!)Theterm "commission members"shallrefertothemayorandthemembersofthecity commission. (2)Theterm "autonomous personnel"shall refertothe members ofautonomous authorities,boardsand agencies, suchasthe city community redevelopment agencyandthehealth facilities authority. (3)Theterm "quasi-judicial personnel"shall refertothemembersofthe planning board,theenvironmentalreview and preservation board,the code enforcement boardandsuch other individuals,boardsand agenciesof the cityas perform quasi-judicialfunctions. (4)The term "advisorypersonnel"shallrefer to the membersof those cityadvisoryboardsandagencies whose sole or primaryresponsibilityisto recommend legislation orgiveadviceto the citycommission. (5)Theterm"departmentalpersonnel"shall refertothecityclerk,thecity manager,departmentheads,the city attorney,andallassistants to thecityclerk,citymanagerandcityattorney,howevertided. (6)Theterm "employees"shallrefertoallotherpersonnelemployedbythecity. (7)Theterm "compensation"shallrefertoany money,gift,favor,thingofvalueor financial benefitconferred,or to be conferred,in return.for services rendered or to be rendered. (8)The term "controllingfinancial interest"shall refer to ownership,directlyorindirecdy,often percent or more oftheoutstandingcapital stock inany corporation oradirectorindirect interest often percent or more inafirm, partnership,or other businessentityatthetimeoftransactingbusinesswiththe city. (9)Theterm "immediate family"shall refertothe spouse,parents,children,brothersandsistersoftheperson involved. (10)Theterm"transactany business"shall refertothepurchaseorsalebythecityof specific goodsorservices forconsiderationand to submittingabid,aproposalinresponsetoa Solicitation,a statement of qualifications in response toarequestby the city,or enteringinto contract negotiationsfor the provision onany goods or services,whichever firstoccurs. (c)Prohibition on transacting business with the city. Noperson included inthetermsdefinedin paragraphs (b)(1)through(6)andin paragraph (b)(9)shall enter into any contract or transact anybusinessinwhich that person ora member of the immediate family hasafinancial interest,directorindirectwiththecityoranypersonor agency actingforthe city,andanysuch contract, agreement or businessengagement entered inviolationofthissubsectionshall render thetransactionvoidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position.Nothinginthissubsectionshallprohibitormake illegal: (1)Thepaymentoftaxes,special assessmentsorfeesforservicesprovidedbythecitygovernment; (2)Thepurchaseofbonds,anticipation notesor other securitiesthat may be issued bythecitythrough underwriters or directlyfromtime to time. Waiver of prohibition.Therequirementsofthis subsection may be waived fora particular transaction onlybyfour affirmative votesofthecity commission after public hearing upon finding that (1)An open-to-all sealed competitive proposal hasbeen submitted bya city personas defined in paragraphs (b)(2), (3)and(4); (2)The proposal has been submitted byapersonor firm offering services within thescopeofthepracticeof architecture,professional engineering,orregistered land surveying,as defined bythe laws ofthestateand pursuanttothe provisions oftheConsultants'Competitive Negotiation Act,andwhentheproposalhasbeen submitted bya city person defined in paragraphs (b)(2),(3)and (4); (3)Thepropertyor services tobe involved in the proposed transaction are unique andthe city cannot avail itself ofsuchpropertyorserviceswithoutenteringatransaction which wouldviolatethissubsectionbutforwaiverof its requirements;and (4)Thattheproposedtransaction will beinthebestinterestofthe city. This subsection shall be applicable only to prospective transactions,andthe city commission may innocase ratify a transaction entered in violation of this subsection. Provisions cumulative.This subsection shall be taken tobe cumulative and shall not be construed to amend or repeal any other lawpertainingto thesamesubjectmatter. 25 (d)Further prohibition on transacting business with the c/ty. No person included in theterms defined in paragraphs (b)(1)through (6)and in paragraph (b)(9)shall enter into anycontract or transactany business through a firm,corporation,partnership or business entityin which that person or any member of the immediate family has a controlling financial interest,direct or Indirect,with the city or any person or agency acting forthe city,and any such contract agreement or business engagement enteredin violation of this subsection shall render the transaction voidable.The remaining provisions of subsection (c)will also be applicable to this subsection as though incorporated by recitation. Additionally,no person included in the term defined in paragraph (b)(1)shall vote onor participate in any way in any matter presented tothe city commission ifthat person has any ofthe following relationships with any ofthe persons or entities which would beor might be directly or indirectly affected by any action ofthe city commission: (I)Officer,director,partner,of counsel,consultant,employee,fiduciary or beneficiary;or (2)Stockholder,bondholder,debtor,orcreditor,ifinany instance the transaction ormatter would affect the person defined in paragraph (b)(I)ina manner distinct from the manner in which it would affect the public generally.Any person included intheterm defined in paragraph (b)(I)who has any ofthe specified relationships orwho would or might,directly or indirectly,realize a profit by the action ofthe city commission shall notvoteon or participateinanywayin the matter. (E)Gifts. (l)Definition.Theterm "gift"shall refertothe transfer of anything of economic value,whether in the form of money,service,loan,travel,entertainment,hospitality,item or promise,or in any other form,without adequate andlawful consideration. (2)Exceptions.The provisions of paragraph (e)(1)shall not apply to: a Political contributions specifically authorized bystate law; b.Gifts from relatives or members of one's household,unless the person is a conduit on behalf ofathird party to the delivery ofagiftthatisprohibitedunder paragraph(3); c.Awardsforprofessional or civic achievement; d.Material such as books,reports,periodicals or pamphlets which are solely informational orofan advertising nature. (3)Prohibitions:Aperson described in paragraphs (b)(1)through (6)shall neither solicit nor demand any gift.It is also unlawful foranypersonorentityto offer,give oragreeto give toanyperson included intheterms defined in paragraphs (b)(1)through(6),orfor any person included intheterms defined in paragraphs (b)(1)through (6)to acceptoragreetoacceptfrom another personorentity,anygiftfororbecauseof: a.An official public actiontaken,ortobetaken,or which could be taken,or an omission or failure totakea public action; b.A legal dutyperformedortobeperformed,or which couldbe performed,oran omission or failure toperform alegalduty; c.A legal duty violated ortobe violated,or which could be violated by any person included intheterm defined in paragraph (b)(1);or d.Attendanceorabsencefroma public meetingatwhich official actionistobetaken. (4)Disclosure.Any person included intheterm defined in paragraphs (b)(1)through (6)shall disclose any gift,or seriesof gifts fromanyonepersonorentity,having avalueinexcessof $25.00.The disclosure shall bemadeby filing acopyofthedisclosureformrequiredbychapter 112,FloridaStatutes,for"local officers"withthecityclerk simultaneously withthe filing oftheformwiththeclerkofthecountyandwiththe FloridaSecretaryofState. (f)Compulsory disclosureby employees of firms doingbusiness with the city. Should anyperson included intheterms defined in paragraphs (b)(1)through (6)be employed bya corporation, firm,partnership or businessentityin which that personorthe immediate.family doesnot have a controlling financial interest,andshouldthecorporation,firm,partnership or business entityhavesubstantialbusiness commitmentsto or from the cityorany city agency,or besubjecttodirectregulationbythecityora city agency, thenthepersonshallfileaswornstatement disclosing suchemploymentandinterest with theclerkofthecity. (g)Exploitation of official position prohibited* Nopersonincludedinthe terms definedinparagraphs (b)(1)through(6)shall corruptly use or attempt tousean official positiontosecurespecial privileges or exemptionsfor that personorothers. (h)Prohibition on use of confidential information. Noperson included in the terms defined inparagraphs (b)(1)through(6)shall acceptemploymentor engage in any business or professional activity which onemight reasonably expectwouldrequireor induce oneto disclose confidential information acquiredbyreasonofan official position,nor shall that personinfacteverdiscloseconfidentialinformationgarneredorgainedthroughan 26 official position with the city,nor shall that person ever use such information,direcdy or indirectly,for personal gain or benefit. (i)Conflictingemploymentprohibited. No person included in the terms defined in paragraphs (b)(1)through (6)shall accept other employment which would impair independence of judgment inthe performance of any public duties. (j)Prohibitionon outside employment. (1)No person included in the terms defined in paragraphs (b)(6)shall receive any compensation for services asan officer or employee ofthe city from any source other than the city,except as may be permitted as follows: a.Generally prohibited,No full-time city employee shall accept outside employment,either incidental,occasional or otherwise,where city time,equipment or material is tobe used or where such employment or any partthereofis tobe performed oncitytime. b.When permitted A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary,detrimental or adverse tothe interest ofthe city or any ofits departments and theapprovalrequiredinsubparagraphc.is obtained. c.Approval of department head required.Any outside employment by any full-time city employee must firstbe approved in writing bythe employee's department head who shall maintain acompleterecordof such employment d.Penalty.Any person convicted of violating any provision ofthis subsection shall be punished as provided in section I-11 oftheCodeof Miami-Dade County and,in addition shall besubjectto dismissal bythe appointing authority.The city may also assess against aviolatora fine notto exceed $500.00andthecostsof investigation incurred by the city. (2)All full-time city employees engaged inanyoutside employment for any person,firm,corporationorentity otherthanthe city,oranyofits agencies or instrumentalities,shall file,underoath,an annual report indicating the sourceoftheoutside employment,thenatureoftheworkbeingdoneandany amount ofmoneyorother consideration received bythe employee fromthe outside employment City employee reports shall be filed with thecityclerk.Thereports shall be available ata reasonable timeand place for inspection bythe public.Thecity manager may requiremonthlyreportsfrom individual employeesorgroupsofemployeesforgoodcause.. (k)Prohibited investments. Noperson included intheterms defined in paragraphs (b)(1)through (6)oramemberofthe immediate family shall havepersonalinvestmentsinany enterprise which will createasubstantialconflictbetweenprivateinterests and the public interest (I)Certain appearances and payment prohibited. (1)Noperson included inthetermsdefinedin paragraphs (b)(1),(5)and(6)shallappearbeforeanycityboard or agencyandmakea presentation onbehalfofathirdpersonwithrespect to any matter,license,contract, certificate,ruling,decision,opinion,rateschedule,franchise,or other benefitsoughtbythethirdperson.Norshall the person receiveanycompensation or gift,directlyor indirectly,forservices rendered toathirdperson,who hasappliedfororisseekingsomebenefitfromthecityoracity agency,inconnectionwiththeparticularbenefit soughtbythethirdperson.Nor shall theperson appear in any courtorbeforeany administrative tribunal as counselor legal advisortoapartywhoseeks legal relief fromthecityoracityagencythroughthesuitinquestion. (2)Noperson included intheterms defined in paragraphs (b)(2),(3)and(4)shall appearbeforethe city commissionoragencyonwhichthe person serves,eitherdirectlyorthroughanassociate,andmakea presentation onbehalfofathird person with respect to anymatter,license,contract,certificate,ruling,decision, opinion,rate schedule,franchise,or other benefitsoughtbythethirdperson.Nor shallsuch person receiveany compensation or gift,directly or indirectly,forservices rendered to athird party whohasappliedfor or isseeking somebenefitfromthecitycommission or agencyonwhichthepersonservesin.connectionwiththeparticular benefitsoughtbythethirdparty.Nor shall thepersonappearinanycourt or beforeany administrative tribunalas counselor legal advisortoathirdpartywhoseeks legal relieffromthecitycommissionoragencyon which such personservesthroughthesuitinquestion. (m)Actions prohibited when financial interests involved. Noperson included inthetermsdefinedin paragraphs (b)(1)through(6)shallparticipateinany official action directly or indirectly affecting a business in which thatpersonoranymemberofthe immediate family hasa financial interest.A financial interest isdefinedinthissubsectionto include,but hot belimitedto,anydirect or indirect interest inanyinvestment,equity,or debt. (n)Acquiring financial interests. Noperson included intheterms defined in paragraphs (b)(1)through (6)shall acquirea financial interestina project,businessentity or propertyatatimewhentheperson believes orhasreasonto believe thatthe financial 27 o ) o ,J interest may be directly affected by official actions orby official actions bythe city or city agency of which the person isan official,officeroremployee. (0)Recommending professional services. No person included inthe terms defined in paragraphs (b)(1)through (4)may recommend the services ofany lawyer or law firm,architect or architectural firm,public relations firm,or any other person or firm,professional or otherwise,toassistin any transaction involving thecityor any ofits agencies,provided thata recommendation may properlybemadewhenrequiredtobe made bythe duties of office and in advance ata public meeting attended by other city officials,officers or employees. (p)Continuing application aftercity service. (1)No person included in theterms defined in paragraphs (b)(1),(5)and (6)shall,fora period oftwo years after his orher city service or employment has ceased,lobby any city official [as defined in paragraphs (b)(1)through (6)]in connection with any judicial orother proceeding,application,Solicitation,RFQ,bid,request for ruling orother determination,contract,claim,controversy,charge,accusation,arrestorother particular subjectmatter in which thecityor orae of its agencies is apartyor has anyinterest whatever,whetherdirector indirect Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative requestor application toacitydepartmentor agency during thetwo-yearperiodafterhisorher service has ceased. (2)The provisions ofthe subsection shall not apply to persons who become employed by governmental entities, 501 (c)(3)non-profit entitiesor educational institutions or entities,and who lobby on behalf ofthoseentitiesin their official capacities. (3)The provisions ofthis subsection shall apply to all persons described in paragraph (p)(l)whose city service or employment ceasedafter the effective date ofthe ordinance fromwhichthissectionderives. (4)Noperson described in paragraph (p)(I)whose city service or employment ceased withintwoyearspriorto the effective dateofthisordinanceshallforaperiodoftwo years after his orherserviceor employment enter intoa lobbying contracttolobbyany city official inconnection with any subject describedin paragraph (p)(l)in which the city oroneofits agencies isapartyorhas any directand substantial interest;andin which heorshe participated directly or indirectly through decision,approval,disapproval,recommendation,the rendering of advice,investigation,orotherwise,during hisorhercity service oremploymentAperson participated "directly" whereheorshewas substantially involved inthe particular subjectmatterthrough decision,approval,disapproval, recommendation,therenderingofadvice,investigation,orotherwise,duringhisorhercityserviceor employmentApersonparticipated "indirectly"whereheorshe knowingly participated inanywayintheparticular subject matter throughdecision,approval,disapproval,recommendation,therenderingofadvice,investigation,or otherwise,duringhisorhercityservice or employment All personscoveredbythisparagraphshall execute an affidavit onaformapprovedbythecityattorneypriorto lobbying any city official attestingthatthe requirementsofthis subsection donot preclude thepersonfrom lobbying city officials. (5)Any personwho violates this subsection shall besubjecttothe penalties provided insection 8A-2(p). (q)City attorney to render opinionson request Wheneveranyperson included intheterms defined in paragraphs (b)(1)through (6)and paragraph (b)(9)isin doubtastotheproperinterpretationor application ofthis conflict ofinterestandcodeofethics ordinance,or wheneveranypersonwhorendersservicestothecityisindoubtas to the applicability oftheordinance that person,maysubmit to the city attorney a full written statement ofthefactsandquestions.Thecity attorney shall thenrenderanopiniontosuchpersonand shall publish theseopinionswithoutuseofthenameoftheperson advisedunlessthepersonpermits the useofaname. (Ord.No,6-99-1680,§2,3-2-99) Editor's note-Ord.No.6-99-1680,§I,adopted 3-2-99,repealed §§8A-I and8A-2intheirentiretyandreplaced them with new§§ 8A-I and 8A-2.Former §§8A-1 and8A-2 pertained to declaration of policy and definitions,respectively,and derivedfromOrd.No.634,§§I (I A-l),I (I A-2)adoptedJan.II,1969. END OF SECTION 28 PRESENTATION TEAM DECLARATION/AFFIDVAITOF REPRESENTATION This affidavit isnotrequiredforcompliancewiththe City's Solicitation;however,itmaybeusedto avoid theneedtoregistermembersofyourpresentationteamas lobbyists.Pursuantto City Ordinance 28-14- 2206 (c)(9),anypersonwhoappearsasarepresentativeforan individual or firm foranoralpresentation beforea City certification,evaluation,selection,technical review orsimilarcommittee,shalllistonan affidavit provided bythe City staff,all individuals who may makeapresentation.The affidavit shallbe filed bystaffwiththe Clerk's officeatthetimethecommittee'sproposalissubmittedto the City Manager.Forthepurposeofthissubsectiononly,thelistedmembersofthepresentation team,with theexceptionofanypersonotherwiserequiredtoregisterasa lobbyist,shallnotberequiredtopayany registrationfees.No person shall appearbeforeany committee onbehalfofananyone unless heorshe has been listedaspartofthefirm's presentation teampursuanttothisparagraphorunlessheorsheis registered with the CityClerk'sofficeasalobbyistandhaspaidallapplicablelobbyistregistration fees. Pursuant to'92.525(2),Florida Statutes,theundersigned,,makesthefollowing declaration under penalty of perjury: Listed belowareall individuals whomaymakeapresentation oh behalfoftheentitythat the affiant represents.Pleasenote;No person shallappear before any committee on behalf ofanyone unless he or she has been listedaspartof the firm's presentation team pursuant to this paragraphor unless he or she is registered with the Clerk's office asa lobbyist andhaspaidall applicable lobbyist registration fees. NAME TITLE For the purpose ofthisAffidavitof Representation only,the listed members of the presentation team, with the exception ofany person otherwise required toregisterasalobbyist,shallnotbe required to payanyregistrationfees.TheAffidavitof Representation shallbefiledwith the City Clerk's officeat the time the committee's proposal is submitted to the Cityas part of the procurement process. Under penalties of perjury,|declare that I have read the foregoing declaration and that the facts stated init are true andspecifically that the persons listedabovearethe members of the presentation team of the entity listed below Executed thisdayof ,20. Signature of Representative PrintNameandTitle Print nameof entity being represented 29 o v.y V NOTICE OF AWARD j Janitorial Services j RFP#PW20I5-I4 The City has considered the Proposal submitted by your firm forthe Janitorial Services in response toits advertisement for Request for Proposal and Instructions to Respondents. You are hereby notified that your Proposal has been accepted forthe Janitorial Services in the lump sum amount of (Attach Exhibit 4,"Cost and Technical Proposal/')broken down as follows: BaseProposal: Alternate #I Alternate #2; Alternate #3 Youarerequiredbythe Instructions to Respondents toexecutetheContract Documents atthetimeof submittal of proposal and to furnish any required Performance Bond,Payment Bond,and insurance documents (see Proposal Submittal Checklist Form)within ten (10)day fromthedateofthisnoticeto you. Notwithstanding the fact thatyou have agreed,by responding tothe Solicitation,tothetermsofthecontract attached tothe Solicitation package,if you fail to execute said Contract and to furnish said bonds,the required insurance documentation within ten (10)calendar days from thedateof this notice,the CITY shall have the right andbe entitled,initssoleand absolute discretion,to disqualify the Proposal,revokethe award andretainthe Proposal/Bid Bond/Security.Please be advised thatifthe contract price exceeds $5,000.00 orifitisa multi-year contract requiringpayment out ofmorethanoneyear'sappropriation,theawardandthe contract mustbe approvedbytheCity Commission beforeitis binding onthe City. BY: Steven Alexander City Manager Datedthisdayof f 20 ACCEPTANCE OF NOTICE ReceiptoftheaboveNoticeofAwardishereby acknowledged by Onthis the dayof ,20. BY: TITLE Youare required to returnanacknowledgedcopyofthisNoticeofAwardtotheCity Manager. END OF SECTION 30 EXHIBIT I Attachment A Scope of Services Janitorial Services RFP#PW20I5-I4 I.General Requirements: TheCityofSouth Miami isseekingproposalsfromexperiencedandcapablepartiesto provide janitorial services for all City facilities and buildings.The Contractor shall furnishallmaterial,labor,suppliesandequipmentnecessarytoperform all operations in connection withdailyjanitorialservicesfortheCityofSouth Miami. The term ofthis agreement shall beforaperiodof three-years (3),withone (I)two- year(2)option to renew fromthedateofexecutionof the agreement between the City and Contractor at the discretion of the City Manager. II.Site Specifications and Location: Pleasereferto Exhibit I,Attachment B,"Janitorial ServiceLocations/9 for deitails of each facility identifiedforthis project;including SquareFeet,Restrooms,Appliances, Sinksand Counters,Windows and Water Fountains.Cityfacilitiesand addresses are described as: •City Hall (lu &2nd Floor);Sylva Martin Bldg.&Porch;Police Department (Ist & 2nd Floor)-6130 Sunset Drive,South Miami,Fl 33143 •Gibson-BethelCommunity Center -5800 SW 66 Street,South Miami,Fl 33143 •Senior Citizens Center -6701 SW 62 Ave,South Miami,Fl 33143 •Public Works -4795 SW 75 Ave,South Miami,FL,33155 III.Responsibilities of the Parties: Contractor: The Contractor shall perform all dutiesandprovidetherequired material,labor, suppliesand equipment asidentifiedbelow: OFFICES-Daily Service .I.Empty all wastereceptacles,removingwastetodesignatedarea fordisposal,andreplaceplasticliners. 31 O o J ) 2.Emptyand 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,bookcasesandshelves. 6.Dustto hand height all horizontal surfaces of equipment,ledges, and sills,shelves,ventilating louvers,frames,partitions,etc. 7.Clean and sanitize all drink fountains. 8.Removecobwebsfrom walls and ceilings. 9.Spot.wash glass surfaces,doors,frames,kickandpushplates, handles,light switches,baseboards,andsimilarsurfaces.All surfaces will be cleaned with the utmost care. 10.Vacuum clean all exposed carpeting,minimum 3timesper week. 11.Inspectcarpetforspotsand stains,remove where possible. 12.Dustmoporsweep all non-carpeted floors thoroughly using a chemically treatedmop. 13.Mopuncarpeted floors asneeded,minimum 3timesper week. 14.Spot clean spills witha damp mop. 15.Before leaving anyoffice,shutoff lights,electrical appliances,and lock ail entrancedoorsandonlyinteriordoorsrequested. 16.Remove fingerprints andsmudgesfrom all walls. 17.Report all burned out lights. 18.Detailand clean all kitchen,counter tops,or lunch roomareas. 19.Clean Stairs daily,where applicable. OFFICES-Weekly Service 1.Dust all ledges,wall moldings,pictures,shelves,and other surfaces above [hand height]. 2.Brushdownandclean all ventsand grills 3.Clean all baseboards. 4.Dust all lightfixturesandcovers. 5.Clean all groundlevel windows and glass partitions OFFICES-Monthly Service (Community Center Only) I.Wax and buff floors. OFFICES-OuarterlyService 1.Dust andclean or vacuumalldrapesandblinds. 2.Detailandvacuumchairsand upholstered furniture. 3.Dust andclean all lightfrxturesandcovers. 32 4.Scruband wax vinylfloors. BI-ANNUAL SERVICE Deep cleaning,all carpetsat all City facilities.Thoroughlyclean all outside windowsand glass partitions.Thismayalso include additional requestforservice duringthiscleaningsession.(Stain removaletc.) RESTROOMS-Daily Service 1.Emptytrashcontainersand remove trash to designatedarea. 2.Dampwipeorscrubandsanitize all trashcontainers. 3.All Commodes,urinals,andbasins to be scoured and disinfected. Bothsides of toilet seat to becleaneddaily. 4.Clean and polish all faucets,sinks,and exposed metal. 5.All piping to becleanedandpolished. 6.Allpartitionstobe spot cleanedandwashedasnecessary. 7.Replenish all paperproducts,including toilet covers,paper towels andtoiletpaper daily. 8.Replenish handsoap daily. 9.Sweeptilefloorsanddampmopwith germicidal disinfectant. RESTROOMS-Weekly Service 1.Washdown all walls,and sanitize all partitions.v _y 2.Wash all waste containers and disinfect 3.Cleanandpolish all doors,doorplates,andhardware. 4.Allfloorscleanedandgroutcleaned. RESTROOMS-Monthly Service 1.Wipe clean all ceilings,lights,andfixtures. 2.Detail all toilet compartments andfixtures. 3.Brushandclean grills and vents. 4.Clean shower curtains and shower heads. RESTROOMS-Ouarterly Service I.Scrub all tile floors. TROPHYCASE (Gibson-Bethel CommunityCenter) I.Dustedandcleaned including shelving andtrophies. 33 o EMERGENCY SERVICE -As Needed: TheContractor shall provide an Emergency "After- Hours/Weekends/Holidays"contactfor emergency janitorial servicesthat mayoccurinanyoftheCity facilities and buildings.TheCity will contact theContractorand advise thenatureofthe emergency services that are required.After inspection,the Contractor will provide a quotation to the head ofthe Public Works Department or designee for the emergency services.Emergency services are additional andarenot included in Daily, Weekly,Monthly,Quarterly or Bi-Annual services.TheContractor must respond tothe City within two(2)hours from receiving the Emergency call fromthe City. Background Screening: All selected Contractor's personnel providing service at City facilities mustbe in compliance with Level II Background Screening and fingerprinting requirements asper Exhibit I,Attachment D,Chapter 435,includingbut not limited to Florida Statute 435.04,Employment Screening,priortothe scheduled start dateof janitorial services.TheContractor is responsible forthe Background Screenings and,all completed Background Screenings must be approved by the CityofSouth Miami Police Departmentpriortothe scheduled start datefor janitorial services and priortothestartof any employees not previously screened.o IV.City: u The City shall provide the Contractor and their qualified personnel access to all City facilities and janitorial storageareas during the hours of services,oras agreed,to perform janitorialservices. The selected Respondent 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 withthis type of operation 3.Demonstrated financial ability to perform the responsibilities oftheAgreement 4.Three professional references,including contracts/firmscurrently servicing. 5.Background information on persons of significant responsibility within the proposer's organization. 34 V.Qualifications: TheselectedRespondentand/oritssubcontractors(as applicable)shall have: 1.a minimum of five (S)years prior experience in commercial janitorial services. 2.knowledge of business operationsandthe legal requirements associated withthis typeof operation 3.Demonstrated financial ability toperformthe responsibilities oftheAgreement 4.Three professional references,including contracts/firms currently servicing. 5.Background information onpersonsof significant responsibility within theproposer's organization. VI.Janitorial Services Locations (6 Buildings.4 Locations) Refer to Exhibit I,Attachment B,"Janitorial Service Locations/9 foradetailed descriptionoftheCity facilities included withthisproject,including;square footage, restrooms,appliances,sinksand counters,water fountains,etc. END OF SECTION 35 o o •J i "3 .) SYLVA MARTIN & PORCH CITY HALL POLICE GIBSON-BETHEL COMMUNITY CENTER PUBUC WORKS SR.CITIZEN CENTER Frequency Monday -Friday 5AM-8AM or 6PM -10PM Monday-Friday 7AM -4PM Monday -Friday 7AM-8PM Saturday 10AM -4PM Monday -Friday 12:30PM-4PM EXHIBIT I Janitorial Services RFP#PW2015-I4 Attachment B lanitorial ServicesLocations(6 Buildings.4Locations) 573 2,840 2,730 Note:The measurements and 5.F.are estimated. 3,578 4,683 3,845 8 with Showers 10 18 3s-1c 9s -2c Is-3c 66 69 11,583 11,027 4 with Showers 14s -2c 172 674 1,277 2,860 40 Location(s) 3 with Showers 5s-lc ls-lc 10 1-Gty, Balance County City Hall:Departmental Offices,Human Resources,break rooms&Commission Chamber.* *Commission Chambers mustbecleanedtwiceon Commission Meeting Days. CityHall:PoliceDepartment,SylvaMartin Building,PublicWorks&MotorPool. Gibson-Bethel Community Center. Senior Center. END OF SECTION 36 County EXHIBIT I Janitorial Services RFP#PW20I5-I4 Attachment C o SUPPLEMENTAL INSTRUCTIONS AND PROPOSAL FORMAT FOR RESPONDENT I.Format and Content of RFP Response Firms responding to the solicitation,shall disclose their qualifications to serve asa provider of janitorial services for the City in the format set forth below.Failureto provide requested information may result in your proposal being deemed non- responsive and therefore eliminated from further consideration, A.Title Page I.Showthenameof Respondent's agency/firm,address,telephone number,nameof contactperson,dateandthe subject REQUEST FOR PROPOSAL For "Janitorial Services",RFP #PW20I5-I4. B.Table of Contents Includeaclearidentificationof the material bysectionandbypagenumber. C.Cover Letter and Executive Summary This letter should be signed by the person in your firm who is authorized to negotiate --^ terms,render binding decisions,and commit the firm's resources.(J Summarize yourfirm's qualifications andexperiencetoserveasaproviderof Janitorial Services.This response shouldemphasizethe strength of the firminany relevant areas whichyoufeel the Cityshouldweighinitsselection,(refer to F."Qualifications/9 listed below.) Summarizeyourfirm'sunderstandingofthe work tobe done andmakeapositive commitmenttoperformtheworkinaccordancewiththe terms oftheproposal being I submitted.This section should summarize the keypointsofyoursubmittal.Limit to one or two pages. D.Firm Overview State the full legal nameandorganizational structure of the firm.Describe the ownership structure of your firm.State the location of the office that will be serving the City including j mailing address and telephone numbers. a.Name ofFirm submitting respondingto the solicitation. b.Nameandtitleof individual responsibleforthe submittal. c.Mailing address. d.Telephone and facsimile numbers. V_.> 37 o I ) E.Personnel and References Identify theprimary individuals who will provideservicestotheCitywithregardto the day- to-day relationship withtheCityand include abriefresumefor each oftheprimary individuals including licenses and certifications,if applicable,heldby those individuals. Provide a list of three clients the firm has worked with in the last 36 months.Indicate the firm'sexperiencewith clients within theStateof Florida andprovideabriefdescriptionof the typeofservicesprovidedaswellasthe names,titles,addressesandtelephonenumbers ofthose primarily responsible fortheaccount In addition tothe day-to-day relationship, pleaseprovideinformationregardingthefirm'sand individual's experience with engagementswhicharesimilarto the ProjectcontemplatedbytheCity.Finally,provide specific servicesrequiredtocompletethisproject,that areprovidedbyyour firm,through subcontractors or subconsultants. F.Qualifications The selected Respondent and/or its subcontractors (as applicable)shallhave: 1.A minimum of five (5)yearspriorexperiencein commercial janitorial services. 2.Knowledgeofbusiness operations andthe legal requirements associated with this type of operation. 3.Demonstrated financial ability toperform the responsibilities of the Agreement 4.Three professional references,including contracts/firmscurrently servicing. END OF SECTION 38 EXHIBIT I Janitorial Services RFP#PW20I5-I4 Attachment D Chapter 435,including but not limited to Florida Statute 435.04, Employment Screening 39 o j O u Florida Statutes Title XXXL LABOR Chapter 435.EMPLOYMENT SCREENING Current through 2010Special Session A Legislation §435.04.Level2screeningstandards [1] (l)(a)Allemployees required bylawtobe screened pursuant tothis section must undergo security background investigations asa condition of employment andcontinued employment whichincludes,butneednot belimitedto,fingerprinting for statewide criminal history records checksthroughtheDepartment of Law Enforcement,and national criminal history records checks through the Federal Bureau of Investigation,and mayincludelocalcriminal records checksthroughlocal lawenforcementagencies. (b)Fingerprints submitted pursuant tothissectiononor afterJuly 1,2012,musthe submitted electronically tothe Department of LawEnforcement. (c)An agency may contractwithoneormorevendorsto performallorpart of the electronic fingerprinting pursuanttothis section.Such contracts must ensurethat theownersandpersonnel of thevendor performing the electronic fingerprinting arequalifiedandwillensurethe integrityandsecurityof all personal information. (d)An agencymay require byrulethat fingerprints submittedpursuanttothissection must besubmitted electronicallytotheDepartment of LawEnforcementon adateearlierthan July 1,2012. (2)Thesecuritybackgroundinvestigationsunderthis sectionmustensurethatnopersonssubjecttothe provisionsofthissectionhavebeenarrestedforandare awaitingfinaldispositionof,havebeenfoundguiltyof, regardless of adjudication,orenteredapleaofnolo contendere orguiltyto,orhavebeen adjudicated delinquent andtherecordhasnot been sealedor expunged for,anyoffenseprohibitedunderanyofthe followingprovisions of statelaworsimilarlaw of another jurisdiction: (a)Section 393.135,relatingtosexual misconduct with certaindevelopmentallydisabledclientsand reporting of such sexual misconduct (b)Section 394.4593,relatingtosexualmisconductwith certainmentalhealthpatientsandreporting of such sexual misconduct. (c)Section 415.111,relatingtoadultabuse,neglect,or exploitationof agedpersonsordisabledadults. (d)Section782.04,relatingtomurder. (e)Section782.07,relatingtomanslaughter,aggravated manslaughter of anelderlypersonordisabled adult,or aggravatedmanslaughter of achild. (f)Section 782.071,relatingto vehicular homicide. (g)Section782.09,relatingtokilling of anunborn quick childbyinjurytothemother. (h)Chapter784,relatingto assault,battery,andculpable negligence,if the offense wasafelony. (i)Section 784.011,relatingtoassault,ifthevictim of the offense was a minor. (j)Section784.03,relatingtobattery,if thevictim of the offense was a minor. (k)Section787.01,relatingtokidnapping. (1)Section787.02,relatingtofalse imprisonment (m)Section787.025,relatingtoluringorenticingachild. (n)Section787.04(2),relatingtotaking,enticing,or removingachild beyond thestatelimitswithcriminal intentpending custody proceedings. (o)Section787.04(3),relatingtocarryingachildbeyond thestatelines with criminalintenttoavoidproducinga childatacustodyhearingordeliveringthechildtothe designatedperson, (p)Section 790.115(1),relating toexhibiting firearms or weaponswithin1,000feetofaschool. (q)Section 790.115(2)(b),relatingtopossessingan electricweaponordevice,destructivedevice,orother weapononschoolproperty. (r)Section 794.011,relatingtosexualbattery. (s)Former 8.794.041,relating to prohibited acts of personsinfamilialorcustodialauthority. (t)Section794.05,relatingto unlawful sexualactivity with certain minors. (u)Chapter796,relatingtoprostitution. (v)Section 798.02,relating tolewdand lascivious behavior. 40 (w)Chapter800,relatingtolewdnessandindecent exposure. (x)Section806.01,relatingtoarson. (y)Section810.02,relatingtoburglary. (z)Section 810.14,relatingto voyeurism,if the offense is afelony. (aa)Section810.145,relatingtovideo voyeurism,if the offense isafelony. (bb)Chapter812,relatingtotheft,robbery,andrelated crimes,if the offense isafelony. (cc)Section817.563,relatingtofraudulentsale of controlled substances,only if the offense wasafelony. (dd)Section 825.102,relatingtoabuse,aggravatedabuse, orneglect of anelderlypersonordisabledadult. (ee)Section 825.1025,relatingtolewdorlascivious offenses committeduponorinthepresence of anelderly personordisabledadult. (ft)Section825.103,relatingtoexploitation of anelderly personordisabledadult,if theoffensewasafelony. (gg)Section 826.04,relatingtoincest. (hh)Section827.03,relatingtochildabuse,aggravated child abuse,or neglect of achild. (ii)Section 827.04,relatingtocontributingtothe delinquency or dependency of achild. (jj)Formers.827.05,relatingtonegligenttreatmentof children. (kk)Section827.071,relatingtosexualperformancebya child. (11)Section843.01,relatingtoresistingarrestwith violence. (mm)Section843.025,relatingtodeprivingalaw enforcement,correctional,orcorrectionalprobation officermeansofprotectionorcommunication. (nn)Section843.12,relatingtoaidinginan escape. (oo)Section843.13,relatingtoaidingintheescape of juvenile inmatesin correctional institutions. (pp)Chapter847,relatingtoobsceneliterature. (qq)Section874.05(1),relatingtoencouragingor recruitinganothertojoinacriminal gang. (it)Chapter893,relatingtodrugabusepreventionand control,only ifthe offense wasafelonyor if anyother person involved inthe offense wasaminor. (ss)Section 916.1075,relatingtosexualmisconduct with certainforensicclientsandreporting of such sexual misconduct. (tt)Section944.35(3),relatingto inflicting cruelor inhuman treatment onaninmateresultingingreat bodily harm. (uu)Section944.40,relatingtoescape. (w)Section 944.46,relating to harboring,concealing,or aidinganescapedprisoner. (ww)Section 944.47,relating to introduction of contrabandintoacorrectionalfacility. (xx)Section 985.701,relating tosexual misconduct in juvenilejusticeprograms. (yy)Section985.711,relatingto contraband introduced into detention facilities. (3)Thesecuritybackgroundinvestigationsunderthis sectionmustensurethatnopersonsubjecttothissection hasbeenfoundguiltyof,regardless of adjudication,or enteredaplea ofnolocontendereorguiltyto,anyoffense that constitutes domestic violence as defined ins.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,cL 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. 41 [1] Section58,ch.2010-114,providesthat "[flhe changes madebythisactareintendedtobeprospectivein nature. Itisnotintendedthatpersonswhoare employed or licensed on the effective date of this act be rescreened untilsuchtimeastheyareotherwiserequiredtobe rescreenedpursuanttolaw,atwhichtimetheymustmeet therequirementsforscreeningassetforthinthisact" O ~) o c EXHIBIT 2 Insurance &Indemnification Requirements 1.01 Insurance A.Without limitingits liability,the contractor,consultantorconsulting firm (hereinafterreferred to as "FIRM"withregardto Insurance and Indemnification requirements)shall berequiredtoprocureand maintainatits own expense during the lifeof the Contract,insurance of the types andin the minimum amountsstatedbelowaswillprotectthe FIRM,from claims whichmayariseoutoforresultfrom the contractor the performanceofthecontractwiththeCityofSouth Miami,whethersuch claim isagainst the FIRM oranysub-contractor,orbyanyone directly or indirectly employedbyanyofthemorby anyoneforwhoseactsanyofthemmaybe liable. B.No insurance requiredbytheCITY shall beissuedorwrittenbya surplus lines carrier unlessauthorized inwritingby the CITYandsuchauthorization shall beatthe CITY's soleandabsolutediscretion.The FIRM shall purchase insurance fromand shall maintain the insurance witha company or companies lawfully authorized tosell insurance intheStateof Florida,on forms approved bytheStateof Florida,as willprotectthe FIRM,ataminimum,from ail claims assetforthbelowwhichmayarise out oforresult fromthe FIRMfs operationsundertheContractandforwhichthe FIRM maybe legally liable,whether such operations bebythe FIRM orbya Subcontractor orby anyone directly or indirectly employedby anyofthem,orbyanyoneforwhoseactsanyofthemmaybe liable:(a)claims under workers' compensation,disability benefitand other similar employeebenefitactswhichare applicable to the Work tobe performed;(b)claims for damages because ofbodily injury,occupational sicknessor disease,or deathofthe FIRM'S employees;(c)claims for damages becauseofbodily injury,sickness or disease,or deathofanypersonotherthanthe FIRM's employees;(d)claims for damages insured by usual personal injury liability coverage;(e)claims for damages,otherthan to the Work itself,becauseofinjury to or destructionof tangible property,including lossofuse resulting there from;(f)claims for damages because of bodily injury,deathofa person orproperty damage arising out of ownership,maintenance oruseofa motor vehicle;(g)claims for bodily injury orproperty damage arising outofcompleted operations;and (h)claims involving contractual liability insurance applicable tothe FIRM's obligations undertheContract. 1.02 F\rm%s Insurance Generally.The FIRM shall provideand maintain inforceandeffectuntil all the Work to beperformedunderthisContract has beencompletedandacceptedbyCITY(orforsuch duration asisotherwise specified hereinafter),the insurance coveragewrittenon Florida approvedformsandassetforthbelow: 1.03 Workers*Compensation Insurance atthestatutoryamountasto all employeesin compliance withthe "Workers'Compensation Law"oftheStateof Florida including Chapter440,Florida Statutes,as presently written orhereafter amended,and all applicable federal laws.In addition,the policy (ies)must include:Employers'Liability atthestatutorycoverage amount.The FIRM shall furtherinsurethat all of itsSubcontractors maintain appropriate levels of Worker's Compensation Insurance. 1.04 Commercial Comprehensive General Liability insurance withbroadformendorsement,aswellas automobile liability,completed operations and products liability,contractual liability,severability ofinterestwith cross liability provision,and personal,injuryandproperty damage liability withlimitsof$1,000,000combinedsingle limitperoccurrenceand$2,000,000 aggregate,including: •Personal Injury:$1,000,000; •Medical Insurance:$5,000perperson; •Property Damage:$500,000 eachoccurrence; 1.05 Umbrella Commercial Comprehensive General Liability insurance shall bewrittenona Florida approved formwiththesamecoverageasthe primary insurance policy butin the amountof$1,000,000 per claim and $2,000,000AnnualAggregate.Coveragemustbeaffordedonaformno more restrictivethan the latesteditionof the Comprehensive General Liability policy,without restrictive endorsements,as filed by the InsuranceServices Office,and must include: (a)Premisesand Operation (b)Independent Contractors (c)Productsand/orCompletedOperations Hazard (d)Explosion,CollapseandUnderground Hazard Coverage 42 (e)BroadForm Property Damage (f)Broad Form Contractual Coverage applicable tothis specific Contract,including anyholdharmless and/orindemnification agreement./• (g)Personal Injury Coverage with Employee and Contractual Exclusions removed,with minimum limits ofV coverage equal tothose required for Bodily Injury Liability and Property Damage Liability. 1.06 Business Automobile Liability with minimum limitsofOne Million Dollars ($1,000,000.00)plus an additional One Million Dollar ($1,000,000.00)umbrella peroccurrencecombined single limitfor Bodily Injury Liability andPropertyDamage Liability.Umbrellacoverage must beaffordedonaformno more restrictivethan thelatesteditionof the BusinessAutomobile Liability policy,without restrictive endorsements,as filed by with the state of Florida,and must include: (a)Owned Vehicles. (b)Hiredand Non-Owned Vehicles (c)Employers'Non-Ownership 1.07 SUBCONTRACTS:The FIRM agreesthatifanypartof the Work under the Contract issublet,the subcontract shall containthesame insurance provision assetforthinsection 5.1 above and 5.4belowand substitutingthewordSubcontractorfortheword FIRM andsubstitutingtheword FIRM forCITYwhere applicable. 1.08 FireandExtendedCoverage Insurance (Builders'Risk).IF APPLICABLE: A.In the event that this contract involves the construction of a structure,the CONTRACTOR shall maintain,withan Insurance Companyor Insurance Companies acceptable totheCITY,"Broad"form/All Risk Insurance on buildings andstructures,including Vandalism &Malicious Mischief coverage,whilein the courseof construction,including foundations,additions,attachmentsand all permanentfixturesbelonging to and constituting apartofsaid buildings or structures.Thepolicyorpoliciesshallalso cover machinery,ifthecostof machinery is included inthe Contract,orifthe machinery is located ina building thatisbeingrenovatedbyreasonofthiscontract.Theamountof insurance must,at all times,beatleast equaltothereplacementand actual cash value of the insuredproperty.The policy shall beinthenameof the CITYand the CONTRACTOR,astheirinterestmay appear,and shall also covertheinterestsof all Subcontractors performing Work. B.AlloftheprovisionssetforthinSection5.4hereinbelow shall applytothis coverage unlessitwouldbe clearly not applicable. 1.09 Miscellaneous: A.Ifanynoticeof cancellation of insurance or change in coverage is issued bythe insurance company or shouldany insurance have an expiration datethat will occur during theperiodofthis contract,the RRM shall beresponsiblefor securing other acceptable insurance priortosuch cancellation,change,or expirationsoas to providecontinuouscoverageasspecifiedinthissectionandsoasto maintain coverage during the life of this Contract B.All deductibles mustbe declared bythe FIRM andmustbe approved bythe CITY.At theoptionofthe CITY,eitherthe FIRM shall eliminate orreducesuch deductible orthe FIRM shall procurea Bond,ina formsatisfactorytotheCITYcoveringthesame. C The policies shall contain waiverof subrogation against CITYwhere applicable,shall expressly provide thatsuch policy or policies are primary overanyother collectible insurance thatCITYmay have.The CITY reserves the right at any timetorequestacopyofthe required policies for review.All policies shall contain a "severability of interest"or"cross liability"clause without obligation for premium payment ofthe CITY as well as contractual liability provision covering the Contractors dutyto indemnify the Cityasprovidedinthis Agreement. D.Beforestartingthe Work,the FIRM shall deliverto the CITYand CONSULTANT certificatesofsuch insurance,acceptable tothe CITY,as well as the insurance binder,ifoneis issued,the insurance policy, including the declaration page and all applicable endorsements and provide the name,address and telephone numberofthe insurance agent orbroker through whomthe policy was obtained.The insurer shall be rated A.VII orbetterperAM.Best's Key Rating Guide,latest edition and authorized to issue insurance inthe State of Florida All insurance policies mustbewrittenon forms approved bythe State of Florida and theymust remain in full force and effect for the duration ofthe contract period with the CITY.The FIRM may be required bythe CITY,atitssole discretion,to provide a "certified copy"ofthe Policy (as defined in Article I of this document)which shall include the declaration page and all required endorsements.In addition,the FIRM shall deliver,atthetimeof delivery ofthe insurance certificate,the following endorsements: (I)a policy provision oran endorsement with substantially similar provisions as follows: 43 O '"A J "The City of South Miami is an additional insured.The insurer shall pay all sums that the Cityof South Miami becomes legally obligated to pay as damages because of 'bodily injury",'property (\damage1,or "personal and advertising injury"and itwill provide to the City all ofthe coverage Vv 'that is typically provided under the standard Florida approved forms for commercial general liability coverage Aand coverage B"; (2)a policy provision oran endorsement with substantially similar provisions as follows: "This policy shall notbe cancelled (including cancellation for non-payment of premium), terminatedor materially modified without first giving theCityof South Miami ten (10)days advanced written notice oftheintentto materially modify the policy orto cancel or terminate the policy forany reason.The notification shall be delivered totheCityby certified mail,with proofof delivery tothe City." E.If the FIRM is providing professional services,such as would be provided by an architect,engineer, attorney,oraccountant,to nameafew,theninsucheventandinadditiontotheaboverequirements, the FIRM shall also provide Professional Liability Insurance ona Florida approved form in the amount of $1,000,000 with deductible per claim if any,notto exceed 5%ofthe limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising outofthe services orwork performed bythe FIRM its agents,representatives,Sub Contractors or assigns,or by anypersonemployedorretainedbyhiminconnectionwiththis Agreement This insurance shall be maintained for four years after completion ofthe construction and acceptance of any Project coveredby thisAgreement.However,the FIRM may purchase Specific Project Professional Liability Insurance,inthe amount and under theterms specified above,which is also acceptable.No insurance shall be issued bya surplus lines carrier unless authorized in writing bythecityatthe city's sole,absolute and unfettered discretion. Indemnification Requirement A.The Contractor accepts and voluntarily incurs all risks of any injuries,damages,or harm which might arise during theworkoreventthatis occurring onthe ClTY's propertyduetothe negligence orother fault ofthe Contractor oranyoneactingthroughoronbehalfof the Contractor. B.TheContractor shall indemnify,defend,saveandholdCITY,its officers,affiliates,employees, successors and assigns,harmless fromanyand all damages,claims,liability,losses,claims,demands,suits,fines, judgments orcostandexpenses,including reasonable attorney's fees,paralegal fees and investigative costs incidental theretoand incurred priorto,during or following anylitigation,mediation,arbitration andat all appellate levels,whichmaybesufferedby,or accrued against,charged toor recoverable fromtheCityofSouth Miami,its officers,affiliates,employees,successors and assigns,by reason ofany causes of actions or claim of any kindor nature,including claims forinjuryto,ordeathofanypersonorpersonsandforthelossor damage toany property arising out ofa negligent error,omission,misconduct,oranygross negligence,intentional actor harmful conductoftheContractor,its contractor/subcontractor or any oftheir officers,directors,agents,representatives, employees,or assigns,oranyoneactingthroughoronbehalfofanyof them,arising outofthisAgreement, incident to it,or resulting from the performance or non-performance ofthe Contractor's obligations underthis AGREEMENT. C.The Contractor shall payall claims,lossesandexpenses of anykindornaturewhatsoever,in connection therewith,including the expense orloss of the CITY and/or itsaffectedofficers,affiliates,employees, successorsand assigns,including theirattorney'sfees,inthedefenseofanyactioninlaworequitybrought against them andarisingfrom the negligent error,omission,or actof the Contractor,its Sub-Contractor oranyof their agents,representatives,employees,or assigns,and/or arising outof,orincidentto,this Agreement,orincident to or resulting from the performance or non-performance oftheContractor's obligations underthis AGREEMENT. D.The Contractor agreesandrecognizesthatneithertheCITYnoritsofficers,affiliates,employees, successorsand assigns shall beheld liable orresponsibleforany claims,including thecostsandexpensesof defendingsuchclaimswhichmay result fromorarise out ofactionsor omissions ofthe Contractor,its contractor/subcontractororany of their agents,representatives,employees,or assigns,oranyone acting through oronbehalfof the them,and arising out oforconcerning the workor event that is occurringontheClTY's property.In reviewing approving or rejecting any submissions oractsofthe Contractor,CITYinnoway assumes orsharesresponsibilityor liability for the actsoromissionsofthe Contractor,its contractor/subcontractor orany oftheiragents,representatives,employees,or assigns,oranyoneactingthroughoronbehalfofthem. 44 E.The Contractor has thedutyto provide a defense with an attorneyor law firm approved by the City ofSouth Miami,which approval will not beunreasonablywithheld. F.However,asto design professional contracts,and pursuant to Section 725.08 (I),Florida Statutes, none ofthe provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility ofthe design professional concerning indemnification.Thus, the design professional's obligations as tothe City and its agencies,as well as to its officers and employees,isto indemnify and hold them harmless from liabilities,damages,losses,and costs,including butnot limited to, reasonable attorneys'fees,totheextent caused bythe negligence,recklessness,or intentionally wrongful conductofthe design professional andother persons employed or utilized bythe design professional inthe performance of the contract. END OF SECTION 45 ) V .) o EXHIBIT 3 Janitorial Services RFP#PW20I5-I4 BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander CityManager Cityof South Miami 6130 Sunset Drive South Miami,FL33 143 1.This Bid Form is being submitted on behalf of .,the Respondent tothe RFP referenced above.Attached to this Bid Form is the Respondent's Proposal.If this Proposal is accepted, the undersigned Respondent agrees toenterintoaContractwiththeCityof South Miami inthe form included inthis Solicitation Package andto perform and furnish all workas specified or indicated inthis Solicitation (the'Work"),including asset forth in Exhibit I (Scope of Services)forthe Proposed Priceas set forth below,within the Contract Timeandin accordance with the other terms and conditions of the Solicitation Package. 2.Respondent accepts all ofthetermsand conditions ofthe Solicitation and Instructions to Respondents, including without limitation those dealing with the disposition of Proposal/Bid Bond,if required.This Proposal will remain subject to acceptance for 180 calendar days afterthe day ofthe Proposal Opening. The Respondent,by signing and submitting this proposal,agreesto all ofthetermsand conditions ofthe form of contract thatisapartofthe Solicitation package with appropriate changes to conform tothe information contained inthis Bid Form.Respondent agrees to sign and submit the Bonds,if required by this Solicitation,required insurance documents,and other documents requiredbythe Solicitation, including the signed Contractifnot already submitted,within ten (10)calendar days afterthedateofthe City's Notice ofAward. 3.In submitting this Proposal,Respondent representsthat: a Respondent has examined copies of all the Solicitation Documents and ofthe following Addenda,if any (receiptof all which ishereby acknowledged.) Addendum No.Dated: b.Respondent has familiarized itself withthe nature and extentoftheContract Documents,theproposed work,site,locality,andall local conditionsand laws and regulations thatinanymanner may affect cost, progress,performance or furnishingof the Work. c.Respondenthas given theCitywrittennoticeof all conflicts,errors or discrepancies,if any,that ithas discovered intheContract Documents and,if any conflicts,errorsor discrepancies have beenfoundand notice given,theRespondentrepresents,by submitting itsproposaltotheCity,thattheRespondenthas received sufficient noticeoftheresolutionthereoffromtheCity,thatsuch resolution isacceptableto Respondent andthatthe Respondent waives any claim regarding the conflicts,errorsor discrepancies other thanthefollowing continuedonaseparate signed anddatedsheetofpaper.Aseparatesheetshallnotbecomepartofthis BidFormunlessthedescriptionoftheconflict,etc,hasusedup the available spaceinthe line above. d.ThisProposalisgenuineandnotmadeintheinterestoforonbehalfofany undisclosed person,firm or corporation andis not submitted pursuant toany agreement or rulesofanygroup,association, organization,or corporation;Respondent hasnotdirectly or indirectlyinduced or solicitedany other Respondenttosubmita false or sham Proposal;Respondenthasnotsolicited or induced anyperson,firm or corporation torefrainfromresponding;andRespondenthasnotsoughtbycollusion or otherwise to obtainforitselfany advantage overany other Respondent oroverthe CITY. 4.Respondent understandsandagrees that the Contract Priceis the amount that itneedstofurnishand installallofthe Work complete andinplace.TheScheduleofValues,if required,isprovidedforthe 46 purpose of Proposal Evaluation and when initiated bythe CITY,it shall form the basis for calculating the pricing of change orders.TheContract Price shall notbe adjusted in any way soastoresult in a deviation fromthe Schedule of Values,excepttotheextentthatthe CITY changes thescopeof the Work afterthe Contract Date.Assuch,theRespondent shall furnish all labor,materials,equipment, tools,superintendence and services necessary to provide a complete,in place,Project forthe Proposal Price.If this Solicitation requiresthe completion ofaCost and Technical Proposal,as may besetforth in inan exhibit tothis Solicitation,suchproposal must be attached to thisBidFormandwill take the placeof the Lump Sum Price,otherwise,the Contract Pricefor the completed work is as follows: (Note:Attach Exhibit 4."Cost&Technical Proposal) LUMP SUM BASE PRICE:NIA.See Note Above dollars and cents Alternates:#/#2 Afee breakdown for each task included in the Lump Sum-Price,if applicable,mustbe provided.Failure to provide this information shall render the proposal non-responsive. 5.The ENTIRE WORKshallbecompleted,in full,within N/A days fromthe commencement date set forth intheNOTICETO PROCEED.Failuretocompletetheentireworkduringthedescribedtimeperiod shallresultin the assessment of liquidated damagesasmaybe set forthinthe Contract. 6.Insertthe following information forfuture communication withyou concerning this Proposal: RESPONDENT: Address:• Telephone:^ Facsimile:. Contact Person ^ 7.The terms usedinthisProposal,whicharedefinedin the Contract Documents,shallhave the same meaningasisassigned to them inthe Contract Documents,unless specifically definedinthis Solicitation Packagefor the RFP. 8.If a Cost &Technical Proposal isrequiredbythe Solicitation,Respondentherebycertifiesthatallof thefactsandresponsestothequestionsposedinthe Cost &Technical Proposal,ifsuchanexhibitis madeapartof the Solicitation,aretrueand correct andareherebyadoptedaspartofthis Bid Form, andaremadea part ofthisproposal,by reference. 9.By submittingthisProposal,I,onbehalfofthe legal entitythat I represent,or,if none,individually,hereby agreeto the terms oftheformof contract contained intheSolicitationpackageand I agree to bebound by those terms,withany appropriate blankboxes,ifany,checkedandanyblanklines filled inwith the appropriate information contained intheSolicitation Documents,thisBidFormand the Proposal that has beensubmitted in response to the RFP,orsuchinformation that the City and I haveagreeduponinthe courseof contract negotiationsandwhichhavebeenconfirmedbytheCityinwriting,including e-mail confirmation,ifany.I herebycertifyunderpenaltyofperjurythatthe information containedinthis Bid Formand the Proposal submitted withthis Bid Formis true and correct to the best ofmyknowledge, informationandbeliefand,ifthis Bid Formisbeingsubmittedonbehalfofa legal entity,that I amthe lawful representative of the legal entityreferencedinthis Bid Form,and that I have authority to bind that entity. SUBMITTEDTHIS DAYOF 20 . 47 O J PROPOSAL SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Proposal Fax Number Signature Email Address Title END OF SECTION 48 EXHIBIT 4 Janitorial Services RFP#PW20I5-I4 RESPONDENTS COST &TECHNICAL PROPOSAL Respondents must include the Respondents Costand Technical Proposal withtheir submittal.Failure todoso will render yourproposalnon-responsiveand will be rejected from further consideration. Year Year 1 (12 Months) Year 2 (12 Months) Year3 (12 Months) Option Year:4 (12 Months) Option Year:5 (12 Months) TOTALS 49 Annual Amount ) ) u EXHIBIT 5 Janitorial Services RFP#PW20I5-I4 Contract Agreement CONTRACT FOR JANITORIAL SERVICES THIS CONTRACT,entered intothisdayof ,20,by the CITY OF SOUTH MIAMI through its Manager,both of whom shall be hereinafter referred toas the "CITY"where applicable;located at 6130 Sunset Drive,South Miami,FL,E-mail:salexander@southmiamifl.gov and •withanoffice and principal place .of business located at _,andE-mail address of (hereinafter called the "CONTRACTOR"). WITNESSETH: WHEREAS,the CITY isin need of janitorial services;and WHEREAS,the CITY desires to retain the CONTRACTOR toprovide the required good and/or services based on the CONTRACTOR'S representations that itisqualifiedand capable of providing said goods and/or servicesina professional andtimely manner and in accordance with the ClTY's goalsand requirements;and WHEREAS,the CONTRACTOR has agreed toprovide the required goods and/or servicesin accordance with the terms and conditions set forth herein. NOW,THEREFORE,in consideration of the mutual covenants and agreements herein contained,the parties agree as follows: 1)Engagement Of Contractor:Basedon the representations of the CONTRACTOR as set out in the following "checked"documents the CITY hereby retains the CONTRACTOR to provide the goods and/or services set forth in said proposal,quote or response to solicitation,whichever is applicable,asmodifiedby the Contract Documents definedbelow(allofwhichis hereinafter referredtoas the Work"). (Checktheboximmediatelyprecedingthedocumentdescribedbelowtoindicatethatsuch document ispartofthiscontract) X Contractor's response to the ClTY's written solicitation;or d Contractor's proposal or quote,orif none, •As described in paragraph 2 below. 2)Contract Documents:TheContractDocumentsshallincludethisContractandthe following "checkeddocuments",aswellasany attachments orexhibits that aremadeapartofanyof the "checked documents". (Check theboximmediatelypreceding thedocument described below.to indicate that such documentis part ofthis contract) X General Conditions to Contract, X Supplementary Conditions, d "Other Documents"referringtointhiscontractandsignedby the parties, XSolicitationdocuments("hereinafterreferredtoas "Bid Documents''including anyrequest forbid,request forproposalorsimilar request) X Scope of Services, X Contractor's response to the ClTY'sBid Documents, X Contractor's proposalor quote, X ClTY's Insurance&Indemnification Requirements, XBondingforeach employee whoworksonCityPropertyin the amount of $1,000,000 d Payment Bond, d Performance Bond, This Contract and the General Conditions to Contract,Supplementary Conditions,the Solicitation,Scope of Services and"Other Documents",ifanyare "checked documents",shall takeprecedentovertheresponse to the ClTY's Bid Documents,theproposalorthequote,ifany.The"checkeddocuments"areattached hereto andmade a part hereof by reference. 3)Dateof Commencement:The CONTRACTOR shallcommencetheperformanceoftheWorkunderthis Contracton 'oradatetobe specified ina Notice to Proceed,orPurchaseOrder,(hereinafter referred toasthe "Work Commencement Date"),and shall complete the performance hereunder within so days or the length of time set forth inthe Contract Documents,whichever is theshorterperiodof time.Time is of the essence. 4)Primary Contacts:The Primary Contact Person in charge of administering this Contract onbehalfof the CITY isthe City Manager ("Manager"),assistant Manager,orthe Manager's designee,who shall be designated inawritingsignedbytheManager.The Primary ContactPersonforthe CONTRACTOR andhis/hercontact information Is as follows:Name:e-mail:;Fax:Street Address:_____. 5)Scopeof Services:Thegoodsand/or services tobe provided areassetforthinthe"checked documents". 6)Compensation:The CONTRACTOR'S compensation forthe performance ofthis contract (hereinafter referred toasthe Contract Price)shall beoneofthe following,as indicated bya checked box,o $or assetforthinXCONTRACTOR'S response tothe ClTY's written solicitation,if any,or,if none,thenassetbutin CONTRACTOR'S proposal orquote,orthe Scope of Services,whichever is applicable,andas modified by the Contract Documents. 7)Hours of Work:In theeventthatthiscontract requires the performance of services,itispresumed thatthecostof performing the Work after regular working hours,andon Sunday and legal holidays is included In the Contract Price,However,nothing contained herein shall authorize work ondays and.during hoursthat are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City Manager,the Manager's assistant or designee. 8)Time Provisions:The term ofthis Contract shall commence on the Work Commencement Date and shallcontinuefor three t3Wears until it expires on ,orunlessearlierterminated according tothe ContractDocuments.Notwithstanding the foregoing,thisContractmaybe extended byanadditional two (2)year period iftheextensionisinwritingandsignedbythe City Manager.AnextensionofthetermofthisContractisat the ClTY's sole and absolute discretion. 9)Termination:This contractmaybeterminatedwithoutcausebythe CITY with30daysofadvanced writtennotice.This provision supersedesandtakes precedence overanycontrary provisions fortermination contained in the Contract Documents. 10)Applicable LawandVenue:Florida lawshallapplytothe interpretation andenforcementofthis Contract.Venue for all proceedings shall bein Miami-Dade County,Florida./''~*\ 11)Insurance,indemnification &Bonding:CONTRACTOR shall comply with the insurance,V._/ indemnification and bonding requirements set forth in the Contract Documents. 12)liquidated Damages:In the event that the CONTRACTOR shallfailto complete theWorkwithinthe timelimitsetforthin the ContractDocuments,orthe extended timelimitagreedupon,inaccordancewith the procedureasmoreparticularlysetforthintheContractDocuments,liquidateddamagesshallbepaidat the rateof S dollarsperdayuntiltheWorkiscompleted. 13)JuryTrialWaiver:Thepartieswaivetheirrighttojurytrial. 14)Entire Agreement,Modification,and Non-waiver:The Contract Documents constitute the entire agreement ofthepartiesand supersedes anyprioragreements,writtenororal.TheContractDocumentsmaynot bemodifiedor amended except inwriting,signedbybothparties hereto.The Contract Documents,in general,and this paragraph,in particular,shallnotbemodifiedor amended byanyactsor omissions of the parties.No failure to exercise and nodelayin exercising anyright,power orprivilegeshall operate asawaiver.No waiver of the Contract Documents,in whole orpart,including the provisionsofthis paragraph,maybeimpliedbyanyactor omission.j 15)Public Records:CONTRACTOR and all of its subcontractors are required to comply with the public j records law (s.119.0701)whileprovidinggoods and/or Servicesonbehalfof the CITY and the CONTRACTOR,under I suchconditions,shallincorporatethisparagraphinailofitssubcontractsforthisProject.| 16)Background Screening.All personnel must be in compliance with Level II Background Screening and [ fingerprinting requirements as per,Florida Statute Ch.435 prior tothe scheduled startofany employee ef j volunteer.CONTRACTOR shall prevent any and all of its personnel,from engaging in activities without having j passed abackground screening to the satisfaction oftheCity.Aviolationofthis requirement shall constitute a substantialbreachof the agreement. 17)DrugFree Workplace.The CONTRACTOR shallcomplywith the DrugFreeWorkplacepolicysetforth in the Cityof South Miami's Personnel Manual whichis made a part ofthis Contract by reference. 51 j o J 18)Transfer and Assignment.None of the work or services under this contract shallbe subcontracted or assigned without prior written consent from the SMCRA whichmaybe denied without cause. 19)Notices.All noticesgivenor required under this contract shallbe deemed sufficientif sent by a method that provides written evidence ofdelivery,includinge-mailandfacsimile transmission and delivered tothe CONTRACTOR orhis designated contact person.Returnofmail,sent to the address contained herein for the partiesortheircontactpersons,asnotdeliverableorforfailuretoclaimthemailshallbedeemedreceivedonthe date that the mail is returned to sender. INWITNESS WHEREOF,the parties,have executed thisContract,onor before the date firstabove written,withfull knowledge ofits content andsignificanceand intending tobelegallyboundby the terms hereof. [Individual or entity's name] Witnessed: By:By: [name of signatory] ATTESTED:CITY OF SOUTH MIAMI By:By:. Maria Menendez Steven Alexander CityClerk City Manager Read and Approved astoForm,Language, Legality and Execution Thereof: By: City Attorney END OF SECTION S2 EXHIBIT 6 Janitorial Services RFP#PW20I5-14 GENERAL CONDITIONS TO CONTRACT The following arethe General Conditions tothe Contract entered intothisdayof ,20,bythe CITY OF SOUTH MIAMI throughits City Manager,bothof who shall behereinafter referred toasthe "City"where applicable;and with an office and principalplace of business located at ,(hereinafter called the "Contractor"): 1.Commencement Prerequisites:Unless otherwise authorized by the City Manager in writing,no work shall be commenced,norany goods delivered,under any city contract until all conditions precedent as specified inthecontractdocumentsaremet,including,butnot limited to: 1.1.Thecontractwas duly executedbythe city;and 1.2.Thecontractorhas furnished,where required,insurance documents including policies, declaration pages,endorsements,insurance certificates,bid security,performance bonds,andpayment bonds. 1.3.Thecontractorhas notified thedepartmentin charge of overseeing theworkofthe date when the contractor shall commence the work.If the work involves construction,the contractor shall notify thedirectorof public worksofthe anticipated dateof mobilization. 2.DutiesandResponsibilities:The Contractor shall comply with all applicable laws,ordinances, codes,rules,regulations,and health and safety standards of any governmental body having jurisdiction over any matterrelatedtothis Agreement orthe goods and/or Services tobe performed hereunder,and shall commitno trespassonany private propertyin performing anyofthework embraced bythisAgreement Each andevery provision andclauserequiredbylawtobeinsertedinthis Agreement shall bedeemedtobe inserted hereinand theAgreement shall bereadandenforcedasthoughsuch provisions and clauses were included herein. 3.Change Orders:No additional Work orextras shall bedone unless thesameis duly authorized in writing andin advance oftheworkbyappropriateactionbytheCityandin accordance withtheContract Documents. 4.Licenses and Certifications:Contractor shall secure all necessary businessand professional licenses atitssoleexpenseprior to executingtheAgreementor commencing theWork. 5.Inspections and Audits: 5.1.Inspections.The City may,at reasonable times,inspect the partofthe plant,placeof business,or worksite ofacontractororany subcontractor thatis pertinent tothe performance of any contract awarded ortobe awarded by the City.The Contractor shall allow the City or its consultant to I inspect and examine the facility where workis being performed for safety and contractual compliance.j 5.2.Auditofcostor pricing data.TheCity may,at reasonable timesand places,auditthe booksandrecordsofanypersonwhosubmitteddatainsubstantiationofofferedpricestothe extent that such books and records relatetothat data.Any person who receives a contract,change order,or j contract modificationforwhichsuchdataisrequired,shall maintainsuch books andrecords that relateto suchcostor pricing datafora period of three years from thedateof final paymentunderthe contract In aneffort to confirmsuch information,theCitymaycommunicatedirectlywith Contractor's customers I andprovidersofgoodsandservices.Additionally,the Contractor shall keepcompleteandaccurate booksandrecordsofaccountsand business operationsinaccordancewithgenerallyacceptedaccounting principlesforaperiodof three (3)years following terminationofthis Agreement 6.Notice of Claim:Ifthe Contractor hasa claim arising outofthis Contract and/orthework contemplatedbyorperformedpursuanttothisContract,including injury or damage totheContractor'sperson or property,foranyor anyone's actsoromissionsforwhichtheCitymaybe legally liable,aNoticeofClaim shall bemadeinwritinganddelivered to theCitywithin twenty one {21)daysofthedatewhentheclaimantknew or should have known of the claim. 6.1.Anyclaimthatisnottimelymadeinaccordancewiththisparagraphiswaived. S3 o o o V ) 6.2.All claims,otherthanbidor solicitation protests,ofa contractor against theCity relating toor arising outofacontract,shall besubmittedin writing totheCity Manager.The contractor mayrequestaconferencewiththeCity Manager onthe claim.Claims include,without limitation,disputes arising undera contract andthosebaseduponbreachofcontract,mistake,misrepresentation,or other causeforcontract modification or rescission.The City Manager,after consultation withtheCityAttorney, shall havetheauthoritytoresolvecontroversiesbetweenthe contractor andthecity. 6.3.Ifadisputeisnotresolvedby mutual consent,theCity Manager shall promptly render a writtenreportstatingthereasonsfortheactiontaken,which shall be final and conclusive.Acopyofthe decision shall be immediately provided tothe claimant providedthatthe claimant shall notbe ent'rtled to seekany other formofreliefwithoutfirst having followed the procedure setforthhereinthis section. 6.4.Inanyevent,the Contractor shallnotbeentitledtodelaydamages or consequential damages andhissolecompensationforanydefaultbytheCity shall beterminationofthe Contract and/or compensationprovidedbythis Contract foranycompleted Contractor performance.Intheeventpartial paymenthasbeenmadeforsuch Contractor performancenotcompleted,the Contractor shall return such sumstotheCitywithin ten (10)days after noticethatsaidsumsaredue. 6.5.Claimsmustbemadeinwritingand sent tothe City at the addresslistedinthis Agreement andshalldescribethe nature ofthe claim,the eventsor circumstances that gaverise to the claim with reasonable detail,andtheamountthatis being claimed tothebestoftheContractor's information.Contractor shallnot assert any claim arising out ofanyactoromissionbyanyagent,officer or employeeoftheCityin the execution or performanceofthisAgreement,againstanysuchagent,officeror employee individually.SuchclaimsmaybemadeonlyagainsttheCity,ifatall. 7.Ownership of Documents:AHdocumentationandworkproductproducedaspartofthe contract shallbecometheexclusivepropertyofthe city.Allbids/proposalsand accompanying documentation receivedfromthe Contractor inresponsetoasolicitationshallbecomethe property ofthecityand "will notbe returned tothe Contractor.Thissubsectionshallbe applicable toallresponsestoa solicitation,including butnot limitedto request forproposal,requestsfor qualification,requests forlettersof interest and request forbids. 8.Indemnification:Contractor shallcomplywith the indemnification requirements set forthinthe solicitation or as set forth in an attached Exhibit. 9.Insurance and Bonding:Contractor shallcomplywiththeinsuranceandbonding requirements, ifany,set forthin the solicitation or as set forthinan attached Exhibit. 10.Termination for Convenience:TheCity shall havetherighttoterminatethisAgreementfor convenienceand without causeafter giving Contractor thirty(30)daysofadvancedwrittennotice. 11.Termination forCause:TheCity may,atitssoleoption,terminatethisagreement immediately if itdiscoversthatthe Contractor madeanymisrepresentationinanyofitsresponsestotheCity'ssolicitationfor bids/proposals orifthe Contractor substantially breachestheAgreement,asdefinedinthis Agreement 12.Compensation upon Termination:Upontermination,theCityshallbeentided to arefundof anymoniespaidforanyperiodof time subsequenttodateoftermination.Intheeventofsuchtermination,goods and/orservices shall bepaidforinsuchamountas shall reasonablycompensatethe Contractor forthegoods and/or services satisfactorily providedpriorto termination.Suchamount shall befixedbytheCityafter consultationwiththe Contractor,and shall besubjecttoauditbytheCityofSouth Miami. 12.1.The amounts due the Contractor after a termination for convenience or for cause shall not include anyconsequential damages,delay damages,lostprofitsorunabsorbedhomeofficeoverhead. 12.2.Termination for convenience orforcause shall not give risetoany claim against theCity for damages orfor compensation in addition tothatwhichis provided hereunder. 12.3.In theeventofa termination for cause,all costs,expenses,losses,damages,and any and all other charges incurred bythe City underthis Agreement resulting fromtheContractor's breach,ora default in the Contractor's duties,shall be charged tothe Contractor and shall be deducted from money owedtothe Contractor.Ifanysuch cost exceeds the sumdue or tobecomeduetothe Contractor, then,upon demand,theContractor shall pay theexcessamounttothe City.In computing the amounts chargeable totheContractor,theCity shall notbeheldtothelowestpricesforthe performance ofthe Contractor's obligations orany part thereof,butit shall chargetotheContractor,andtheContractor shall be liable for,all sums actually paid or expenses actually incurred by the City,provided thatthe costs incurred are reasonable.The City's rights described hereinarein addition to any other rights and remedies provided bylaw. 12.4.Ifthe Agreement isterminatedforcauseandthatterminationis ultimately deemed to havebeenwrongful,then said termination shallbe considered a termination forconvenienceandthe 54 Contractor shall be compensated in accordance with the provisions for termination for convenience as set forth herein. 14.ContractwithoutPayment Bond:If the Contractor is providing goods and/or services and if theContractorwas not required to provide the City with a bond,the Contractor shall be in substantial breach of this Agreement if itfails to pay anyone supplying goods and/or services ("Vendors")for the Work which payment is due the Vendor,in the City's sole and absolute opinion,for satisfactory goods and/or services and thatthe payment is more than 30 days past due.In such event the City may withhold from payment owed by the City to the Contractor any amount otherwise due and payable to the Contractor hereunder and the City may,in its absolute and sole discretion,pay the same tothe Vendor.Any amount so withheld may be retained by the City for a period of up to one (I)year as it may deem advisable to protect the City against any loss and may,after written notice tothe Contractor,be applied in satisfaction of any claim ofthe Vendor orto complete the Work. This provision is intended solely for the benefit ofthe City,and no person shall have any right against the City or claim against the City by reason of the City's failure or refusal to withhold monies.No interest shall be payable by the City on any amounts withheld under this provision.This provision is not intended to limit or in any way prejudice any other right ofthe City and it is not intended to benefit any persons who are notsignatories to this Agreement 15.Contractor's Warranty ofTitle:The Contractor warrants and guarantees thattitleto all Work, materials and equipment is free and clear of all liens,claims,security interest and encumbrances (hereafter in these General Conditions referred to as "Liens");and that no Lien for the Work,materials or equipment,supplied by or through the Contractor will have been acquired by the Contractor or by any other person performing the Work atthesiteor furnishing materials and equipment forthe Project,whetherornotthe claim of Lien isunderor pursuant toan agreement under which aninterest therein or encumbrance thereonis retained bytheselleror otherwise imposed by theContractororsuchother person. 16.Public Records:Contractor and all of its subcontractors are required to comply with the public recordslaw(s.119.0701)while providing goodsand/or Services on behalf ofthe CITY andtheContractor,under such conditions,shall incorporate this paragraph in all of its subcontracts forthisProject Under such condition, Contractorand its subcontractors are specifically required to: 16.1.Keep and maintain public records that ordinarily and necessarily would be required by the public agency inordertoperformits obligations hereunder; 16.2.Provide the public with access to public records onthesametermsand conditions that the public agency would provide the records and atacostthat does not exceed thecost provided in this chapteror as otherwise provided by law; 16.3.Ensure that public records thatareexemptor confidential and exempt from public records disclosure requirements arenot disclosed exceptas authorized by law;and 16.4.Meet all requirements for retaining public records and transfer,atnocosttothe public agency all public records in possession ofthe contractor upon termination ofthe contract and destroy any duplicate public recordsthatareexemptor confidential andexemptfrom public records disclosure requirements.All recordsstored electronically mustbe provided tothe public agency inaformatthatis compatible withthe information technology systems ofthe public agency. 16.5.If Contractororits subcontractor doesnot comply witha public recordsrequestthe CITY shall have the right to enforce this contract provision byspecific performance and the person who violates this provision shall be liable to CITY foritscostsof enforcing this provision,including attorney fees incurred in all proceedings,whether administrative or civil courtandin ail appellate proceedings.In addition,theContractor shall indemnify the City for all cost and expense incurred by the City,including attorney fees,duetothe failure oftheContractororanyofits subcontractors for failure to timely complywiththissectionofthe Agreement 17.Taxes:Contractor shall be responsible for all payments of federal,state,and/orlocaltaxesrelated totheWork,inclusive ofsalestaxifapplicable. 18.DrugFree Workplace:The Contractor shall comply with the City's Drug Free Workplace policy whichismadeapartofthisagreementby reference. 19.Independent Contractor:Contractorisan independent entityunderthis Agreement and nothing herein shall be construed tocreatea partnership,jointventure,or agency relationship between the parties. Services provided bytheContractor shall beby employees oftheContractorandsubjectto supervision bythe Contractor,andnotas officers,employees,or agentsofthe CITY.Personnel policies,tax responsibilities,social security,health insurance,employee benefits,purchasing policies andother similar administrative procedures, applicabletogoods and/or servicesprovidedunderthe Contract shallbe those of the Contractor 55 ) o 20.Entire Agreement,Modification,and Binding Effect:ThisAgreement constitutes the entire agreementoftheparties,incorporates alltheunderstandingsofthepartiesandsupersedesany prior agreements, understandings,representation ornegotiation,writtenororal.ThisAgreementmaynotbemodified or amended except in writing,signedbybothparties hereto.This Agreement shall bebindinguponandinureto the benefitof theCityand Contractor andtotheirrespective heirs,successorsand assigns.No modification or amendmentof anytermsor provisions ofthisagreement shall be valid or binding unless it complies with this paragraph.This agreement,in general,andthis paragraph,in particular,shall notbe modified oramendedbyactsoromissionsof theparties.IfthisAgreementwasrequiredby ordinance ortheCityChartertobe approved bytheCity Commission,no amendment tothisAgreement shall bevalidunlessapprovedbytheCityCommission. 21.Non-Waiver:City and Contractor agree that nofailure to exercise andnodelayinexercising anyrightpoweror privilege underthisAgreementonthepartofeitherparty shall operateasawaiverofany right power,or privilege under this Agreement Nowaiverofthis Agreement inwhole or part including the provisionsofthis paragraph,may be implied byanyactor omission and will onlybe valid andenforceableifin writingandduly executed byeachof the partiestothis Agreement Anywaiverofanyterm,conditionorprovision ofthisAgreement will notconstituteawaiverofany other term,conditionorprovisionhereof,norwillawaiver ofany breach ofany term,condition or provision constitute awaiverofany subsequent or succeeding breach. Thefailuretoenforcethisagreementastoany particular breachordefaultshallnotactasawaiverof any subsequent breach or default 22.Rules of Interpretation:Throughout thisagreementthepronounsthatareusedmaybe substituted formale,female or neuter,whenever applicableandthesingular words substituted forpluralandplural words substituted for singular wherever applicable. 23.Cumulative Remedies:Thedutiesandobligationsimposedbythe contract documents,ifany, and the rightsand remedies available hereunder,and,inparticularbut without limitation,the warranties, guaranteesand obligations imposedupon Contractor bytheContractDocumentsandtherightsandremedies available totheCityhereunder,shall beinadditionto,andshallnotbeconstruedinanywayasa limitation of,any rightsandremediesavailableatlaworinequity,byspecialguaranteeorby other provisionsof the Contract Documents.In order to entitleanypartytoexerciseanyremedyreservedtoitinthis Agreement or existingin laworinequity,itshallnotbenecessarytogivenotice,other thansuchnoticeasmaybehereinexpressly required.Noremedy conferred upon or reservedtoanyparty hereto,orexistingatlaw or inequity,shallbe exclusiveofany other availableremedyorremedies,buteachandeverysuchremedyshallbecumulativeandshall beinadditiontoevery other remedy given underthisAgreementorhereafter existing atlaw or inequityorby statute.Nodelay or omissiontoexerciseanyrightor power accruinguponanydefaultshallimpairanysuchright or power or shallbe construed tobeawaiverthereof,butanysuchrightand power maybe exercised fromtime totimeasoftenasmaybedeemed expedient 24.Waiver JuryTrial:CityandContractor knowingly,irrevocably.voluntarily and intentionally waive anyrighteithermayhavetoatrialbyjuryinStateorFederal Court proceedingsinrespecttoanyaction, proceeding,lawsuitorcounterclaimarisingoutofthe Contract Documents or theperformanceoftheWork thereunder. 25.Validity of Executed Copies:This agreement may beexecutedin several counterparts,eachof whichmaybe construed asanoriginal. 26.Severability:Ifanytermor provision ofthisAgreementorthe application thereof toanyperson orcircumstanceshall,to any extent be invalid orunenforceable,theremainderofthis Agreement or the applicationofsuch term or provisiontopersonsorcircumstances other thanthosetowhichitisheld invalid or unenforceable,shall notbe affected therebyand each termand provision ofthis Agreement shall be valid and enforceable to thefullest extent permittedby law. 27.No Discrimination andEqual Employment:Noaction shall betakenbytheContractor,nor will it permit any acts or omissions which result in discrimination against any person,including employee or applicant for employment onthe basis of race,creed,color,ethnicity,national origin,religion,age,sex,familial status,marital status,ethnicity,sexual orientationor physical or mental disability asproscribedbylawandthatit will take affirmative action to ensure that such discrimination does not take place.The Contractor shall comply with the Americans with Disabilities Act anditwill take affirmative action to ensure that such discrimination does nottake place.TheCityofSouth Miami's hiring practices striveto comply with all applicable federal regulations regarding employment eligibility and employment practices.Thus,all individuals andentitiesseekingtodowork fortheCityare expected to comply with all applicable laws,governmental requirements and regulations,including the regulations ofthe United States Department ofJustice pertaining to employment eligibility and employment practices.By signing this Agreement the Contractor hereby certifies under penalty of perjury,tothe City,that Contractorisin compliance with all applicable regulations and laws governing employment practices. 56 29.Governing Lawsand Venue:This Agreement andthe performance of duties and obligations hereunderwill be governed by the laws oftheStateof Florida,with exclusive venueforthe resolution ofany dispute being acourtofcompetent jurisdiction in Miami-Dade County,Florida./^\ 30.Attorneys'Fees and Costs:In the event of any litigation between the parties arising outofor\/ relating in any way tothis Agreement ora breach thereof,each party shall bearitsowncosts and legal fees. 31.UnauthorizedAliens:The employment of unauthorized aliens bythe Contractor is considered a violation of Federal Law.IftheContractor knowingly employs unauthorized aliens,such violation shall becausefor unilateral cancellation ofthis Agreement.This applies to any sub-contractors used bytheContractoraswell.The City reserves the right atits discretion,butdoesnot assume the obligation,to require proofof valid citizenship or, inthe alternative,proofofa valid greencardfor each person employed in the performance ofworkor providing thegoodsand/or services fororon behalf ofthe City including persons employed byany independent contractor. By reserving this right the City doesnot assume any obligation or responsibility toenforceorensure compliance with the applicable laws and/or regulations. 32.Assignment:Contractor shall not assign or transfer its rights underthis Agreement withoutthe expresswritten consent ofthe City.TheContractor shall not assign andofits duties,obligations and responsibilities.TheCity will not unreasonably withhold and/or delay itsconsenttothe assignment of the Contractor's rights.TheCity may,initssole discretion,allow theContractorto assign its duties,obligations and responsibilities provided the assignee meetsallofthe City's requirements to the City's sole satisfaction.The Contractor shall notsubcontractthisAgreementoranyofthegoodsand/or services to be provided byitwithout prior written consentoftheCity.Anyassignment or subcontractinginviolation hereof shallbevoidand unenforceable. 33.Subcontracting:Ifallowed bythis Agreement,theContractor shall beas fully responsible tothe Cityfortheactsand omissions of its subcontractorsasit is fortheactsand omissions of people direcdy employed by it All subcontractorsandsubcontractor agreements,ifallowed bythis Agreement,mustbe approved bythe City.TheContractor shall require each subcontractor,whois approved bythe City,toagreeinthesubcontract toobserveandbeboundbyall obligations andconditionsofthisAgreementtowhich Contractor isbound. 34.Effective Date:ThisAgreement shall become effective and binding uponitsexecutionby the City Manager. 35.Third Party Beneficiary:It is specifically understoodandagreedthatnootherpersonorentity shall beathirdparty beneficiary hereunder,andthatnoneof provisions ofthisAgreement shall beforthebenefit oforbeenforceablebyanyone other than the partieshereto,andthatonlytheparties hereto shall haveanyrights hereunder. 36.Further Assurances:Thepartiesheretoagreetoexecuteanyand all otherandfurther documentsasmightbereasonablynecessaryin order to ratify,confirm,andeffectuate the intentandpurposesof this Agreement 37:Time of Essence:Timeisoftheessenceofthis Agreement. 38.Construction:This Agreement shallnotbeconstruedmorestronglyagainsteitherparty hereto, regardlessofwhowasmoreresponsibleforitspreparation. 39.Force Majeure:Neitherparty hereto shall beindefaultofits failure toperformitsobligations underthis Agreement if caused byactsofGod,civil commotion,strikes,labor disputes,or governmental demands or requirements thatcouldnotbereasonablyanticipatedand the effectsavoidedor mitigated.Each partyshall notify the other ofanysuch occurrence. 40.Notices:Anynotice,demand,offeror other writteninstrumentrequiredorpermittedtobe given, made or sent(hereinafterreferredtoas"Notice")shallbein writing,signedbytheparty giving or making itand shallbe sent by facsimile transmission,e-mail,.courier,Federal Express,andany other meansthatprovidesfor proofof delivery.TheNotice shall besenttothe facsimile telephone number,e-mail address,streetaddressor postofficeboxassetforthhereinbelowandhereinafterreferredtoasa"Party'sAddress"forthepurposesof this paragraph.Refusal toaccept delivery or failure to pick-up aNotice within ten (10)afterthefirst notification by the deliveryservice("First Notification"),shallbeconstruedasreceiptofsame.AnyNotice given or sent to the estate ofanydeceasedpersonshallbesignedandsentinalikemanner,addressed to thepersonal representative ofthedeceasedpersonatthepersonalrepresentative'saddress,or,if there isnopersonal representative oftheestate,then itshallbe sent to thelastknownaddressof the deceasedParty.Theparties shallhave the rightto change theplacetowhich the Noticeshallbesent to themby giving Noticeas required for all other Noticesandsentto all ofthepartiestothis Agreement.Thedateof delivery ofthe Notice,thedateof refusal toaccept delivery orthedate following 10 days from thedateofFirst Notification orthedateofthereturn of mail as undeliverable when sent to the Parties Address shall be deemed to be the date of the offer,demand, notice or other writingforthepurposeofenforcingthisagreementandit shall be effective fromthatdate. V. 57 To the City:CityManager 6130 Sunset Drive South Miami,Fl.33143-5093 City Attorney 6130 Sunset Drive South Miami,Fl.33143-5093 City Clerk 6130 Sunset Drive South Miami,FL 33143-5093 To the Contractor: Name: Title: Street/Avenue: City,State,ZipCode:€ 41.Limitation on Liability:NomemberofthegoverningbodyoftheCity,andno other officer, employee,or agentof the Cityshallhaveany personal liability for the performance ofthis agreement nor any personalinterest,direct or indirect inthis Agreement exceptaspermittedby the CodeofEthicsof the Cityof South Miami;and the Contractor covenants that nopersonhavingsuch interest shallbeemployedin the performance ofthis Agreement 42.Corporate Authority:The Contractor anditsrepresentativewho signs thisAgreementhereby certifiesunderpenaltyofperjury that the Contractor andits representative have,andhaveexercised,the required corporate powerand that theyhavecompliedwithallapplicable legal requirements necessaryto adopt execute N\anddeliverthis Agreement andtoassume the responsibilitiesandobligations created hereunder;and that this /Agreement isduly executed anddeliveredbyanauthorized corporate officer,inaccordancewithsuchofficer's powerstobindthe Contractor hereunder,andconstitutesavalidandbindingobligationenforceableinaccordance with its terms,conditions andprovisions. IN WITNESS WHEREOF,the parties have executed these General Conditions to Contract onor prior to the datefirst above written. [Insert narne °f Contractor] By: (Printnameandtitleabove) ATTESTED:CITY OF SOUTH MIAMI By:By: Maria M.Menendez,CMC Steven Alexander City Clerk City Manager j I Read and Approved astoForm,Language,j Legality andExecution thereof: By: Thomas F.Pepe,Esq. City Attorney END OF SECTION 58 EXHIBIT 7 City of South Miami Bid Protest Procedures RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL PROCEDURE) The following procedures shall beusedfor resolution ofprotested solicitations and awards. The word "bid",aswellasallofitsderivations,shall meanaresponsetoa solicitation,including requestsforproposals,requestsfora letter of interest andrequestsfor qualifications. (a)NoticeofIntenttoProtest.Any actual orprospectivebidderwhoperceivesitselftobe aggrievedinconnectionwithanyformalsolicitationorwhointendsto contest orobject to anybid specifications oranybid solicitation shall file a written notice of intent to file a protest with the City Clerk's office within three calendardaysprior to thedate set foropeningofbids.Anoticeofintentto file a protest is considered filed whenreceived by the City Clerk's office bye-mailor,ifhanddelivered,whenstampedwith the City Clerk'sreceiptstamp containing thedateandtimeofreceiptofanoticeofintentto file a protest Anyactual responsive andresponsiblebidder who perceivesitselftobe aggrievedin connection with the recommended awardofa contract and who wishes to protest theaward,shall filea written noticeofintent to filea protest with the City Clerk's officewithin three calendar days after theCityCommissionmeetingatwhich the recommendation is considered for action.A notice of intent to filea protest is considered filed whenreceivedbytheCityClerk's office by e-mail or,ifhand delivered, whenstampedwiththeCityClerk'sreceiptstampcontainingthedateandtimeof receipt. (b)Protest ofsolicitation.A protest of the solicitation or awardmust be inwriting ("Protest Letter")and submitted to the CityClerk'sofficewithinfive calendar days after the dateof the filing ofthe notice of intent to file a protest.The Protest Letteris considered filedwhen the Protest Letter andtherequired filing feeof $1,000 areboth timelyreceivedbytheCityClerk's office.In order for the Protest Letterand filing fee to beconsidered timely deliveredbyhand delivery,thedatestampof the Clerk's office must appearon the original Protest Letter and/or acopyof the Protest Letter and the datestampmustalsoappearonacopyofthecheck issued forthepaymentofthe filing fee,or,if payment ismadein cash,areceipt must be issued by theClerk's office reflecting thedateofreceiptofthepaymentWhiletheClerk may accepttheProtest Letterby email,theProtestLetter shall notbeconsideredtobetimely received until and unless therequired filing feeof $1,000 is received bytheCityClerk's office and,if paymentisincash,areceiptis issued withthedateofthereceiptofpayment or if payment isby check,a copy ofthecheckis stamped by theClerkwiththedate stamp of theClerk's office showing thedateof receipt.The Protest Letter shall statewith particularity the specific factsand law upon which the protest is based,it shall describe andattachallpertinentdocumentsandevidencerelevantand material to theprotest andit shall be accompanied byanyrequired filing.Thebasisforreviewoftheprotest shall be the documents and other evidence described in and attached to the Protest Letterandno facts,grounds,documentation,orother evidence not specifically 59 o j J described in and attached tothe Protest Letter atthetimeof its filing shall be permitted orconsideredinsupport of the protest (c)Computation of time.No time will be added tothe above time limits for service by mail.The last day ofthe period so computed shall be included unless it is a Saturday, Sunday,or legal holiday in which event the period shall run until thenext day which is nota Saturday,Sunday,or legal holiday. (d)Challenges.The written protest may not challenge the relative weight ofthe evaluation criteria orany formula used for assigning points in making an award determination,nor shall it challenge the City's determination of what is inthe City's best interest which is oneofthe criteria for selecting a bidder whoseoffermaynotbethelowest bid price. (e)Authority to resolve protests.The Purchasing Manager,after consultation with the City Attorney,shall issue a written recommendation within ten calendar days after receipt of a valid Protest Letter.Said recommendation shall besenttotheCity Manager witha copysent to theprotesting party.TheCity Manager may then,submita recommendation totheCity Commission for approval or disapproval oftheprotest, resolve theprotestwithout submission totheCity Commission,orreject all proposals. (f)Stay ofprocurement during protests.Upon receipt ofa timely,proper and valid Protest Letter filed pursuant tothe requirements ofthissection,theCity shall notproceed further with the solicitation or with the award or execution of the contract until the protestis resolved bytheCity Manager ortheCity Commission as provided in subsection (e)above,unlesstheCity Manager makesawritten determination thatthe solicitation processor the contract award mustbecontinuedwithout delay inorderto avoid potential harm tothe health,safety,orwelfareofthe public orto protect substantial interests of the Cityortopreventyouth athletic teams from effectively missinga playing season. END OF DOCUMENT 60 <5hSouth'Miami THE COY OF pOttSANt LIVING ADDENDUM No.#1 Project Name:JanitorialServices RFP NO.PW20I5-I4 Date:July 10,2015 Sent:Fax/E-mail/webpage Thisaddendumsubmissionisissuedto clarify,supplement and/or modify the previously issued Solicitation,andisherebymade part of the Documents.All requirements of the Documents notmodifiedhereinshallremainin full forceandeffectas originally set forth.Itshallbe the soleresponsibilityofthebidder to secure Addendums that maybeissuedfora specific solicitation. Question #1: What is the annual BUDGET amount for the services outlined in the RFP? Answer to Question #1: TheCity does not havean approved budget amount forJanitorialServicesfor FY 2015 -2016. Refer to the answer to Question #3. Question #2: Who is your current janitorialservicevendor? Answer to Question #2: Kelly JanitorialSystems,Inc. Question #3: What is the current monthly cost forjanitorialservices? Answer to Question #3: The current monthlycostforjanitorialservicesis$4,600. Page1 of2 u ) o Question #4: Is thecurrent scope of janitorial services the same or different from the scope outlined in the RFP? Answer to Question #4: The current scope of janitorial services and the scope in the RFP arethe same. Question #5: Page 8 item 28 mentions a 5%bid bond,if required.Please confirm ifa bid bond is required for this project Answer to Question #5: A Bid Bond isnotrequiredforthis project Question #6: Page 8item29 mentions a Performance bond for 100%ofthetotal Proposal Price.Please confirm ifa performance bond is required forthis project. Answer to Question #6: A Performance Bond isnotrequiredforthis project; IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page2 of 2 South^Miami THT OTY OF PLEASANTLIVING ADDENDUM No,#2 Project Name:Janitorial Services RFP NO.PW20I5-I4 Date:July 13,2015 Sent Fax/E-mail/webpage This addendum submission is issued to clarify,supplementand/or modify the previously issued Solicitation,and ishereby made part ofthe Documents.All requirements ofthe Documents not modified herein shall,remainin full forceandeffectas originally setforth.It shall be the sole responsibility ofthe bidder tosecure Addendums that may be issued fora specific solicitation. Question #1;(j Canyou provide acopyofthebid tabulation sheet from theprevious solicitation? Answer to Question #1: Attached,Bid OpeningReport from RFP #PW-2-12-8-0,datedAugust24,2012. Question #2: Is the current vendor eligible to bidonthissolicitation? Answer to Question #2: Yes,the current vendor iseligible to bidonthissolicitation. Question #3: Is the City considering being responsible to the consumables -toilet paper,hand towels and can liners? o Page1 of 2 „_^AnswertoQuestion #3: No,the awarded vendor will provide all related consumables.j o IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. J Page2 of 2 i BID OPINING REPORT Bids wereopenedon:Friday;August 24v 2012 ,,rf?>_,^, jmtmM Services^Rffl^W-2Q12r8-^^17J£m .after:IJD^QGam B|DlVl0tBTS: THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BO)TOTALS AREJUBJECTTQCORRECTipN AgiM tHE ^Slfl^yTEBEEN£0Am£l$W City Clerk's Witness; '-mfflcrz/^ :) S(XjtfrMiami THECITY Of>LEASAtsir lMnC ADDENDUM No.#3 Project Name:Janitorial Services RFP NO.PW20I5-14 Date:July 16,2015 Sent:Fax/E-mail/webpage This addendum submission is issued to clarify,supplement and/or modify the previously issued Solicitation,andisherebymadepartoftheDocuments.All requirementsof the Documents not modified herein shall remain in full forceandeffectas originally set forth.It shall bethe sole responsibility ofthebiddertosecure Addendums that may be issued fora specific solicitation. In reviewing your RFP and Addendums I &2 for Janitorial Services for the City of South Miami,we realize that consumable supplies are tobe included in our bid reply.In order for us to properly include these costs we request the following information: Question #1: What is the building population?Or doyouhave estimated historicalusage/quantities. Answer to Question #1: Pleaserefertotheattachment,"Positionsby Department"fromthe City's Adopted Budget Approved Departments FY 2015.The building populationis approximate and the following departments identifiedonthe listing areexcludedfrom the Scopeof Services:"PW -Solid Waste;""PW-Streets;""Landscape Maintenance,"and"CommunityPool."TheSenior Center location will be determined by the tour of facilities at the Pre-Bid Meeting;however there are two City positions on-site. The City does not have estimated or historicalusage quantities. Question #2; Doyouhaveanyproprietarydispensersforsoap,papertowelsand/ortoilet paper? Page1 of 2 Answer to Question #2: Yes. Question #3: What quality ofpaperproductsareexpected (generic,mid-grade,high quality)? Answer to Question #3: Paper products expected under this agreement are generic to mid-grade. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. o () Page2 of 2 V.J Jpttfifi Wfib6#eKtf JMT6wI(«^ Hiatal) H<imaiv|.6sou«eTototf ®www®mwM 0> * t •4: ii 4 t •a .0 * I I o f 5fc •4r I 7k Jtioto^AccdUntant •y •i t finance DepartmentTotal Fid! TWne BWyjiftg-OfSciatifDittictpr -ri I Si lifoe;3, I. * 8 r i I 1 X j ft i i ii i •t'-i'i"».u4i. I carr^s^Efi-iMAm BUD^TfYMHfelOiS 1 8 I i *SSW j •i- s i- a. t 7->-..y. I I i r . &1 0 .0 A: o If * * w l i i » % i .ffimtmwjfflm i 4 i 1 PW '"0''$".."••'•"•!'7'ji ;:f '' 4 $'..-i r;,i: •"T .#t ""*;i M .ft fl i• "-T i i a i "4 r i § i 1 if s tmmmmMm r ji m*<mM*m p*l^£&g|jj$: *JM3fc£ saiii O^b^CbJIettipn i!t0^i •;iS^*/,-.f;.^'Aft^lf w His BW- lialii^tt^'ViaierlJR %aStft^blt«^eiilJrivjE*(StarmWatef): ^aM«iJ|rtf^W«^sir ( >ort titae f«tdi PWoJfcrags Malnctetal Autp FfacHamg PW^fefottrPeoProtal AsSfmntfldMit\W(SH«-DlriBcter e(TY OF ^dUtMHWPtt 1. l I J o 1 J I J ( t 10 I; i 4 *2 > t i % A: BUB^W3fWI$t$ 4 ft 10 •ft .I ¥ ':* i; is 0 J' J: 0 i •, 1 '' Of • 'i 0 2" * .r * i * r ~) u JfuittkmMm 1.......&............#... .6/ 6 . /&•#'.p 9 icScS^^tt .60 S9 M.if IPSQMTIiflpMl ssjpi^ffW^f' 'W0 -Far* m time I t ft 1; if i: £ j 2 x ii •t # ,.4FV' f ^•* ^ITS^I&fef;*•"• i;1, S_ 6 ,- 9. *{r 1 —u pj»••:4 a<?"t Parts fcUSacreatton Tptai Superintendent l( i I: t *_r -«'lfV"..2rf/l*».»"ita_i.-t». Mtimimi l^btivMQcfeeC&wmea? I- 8 t % -8 ft 2 ......».,«....... A 4 3 ,i 9 »*,f .. otal A' cityw$mmu mm mp®$T$?iWi$w!%m J ?%* Recrfeatfon ifeGuard u sWH wfmim #i.•t '•£•2 t .»••«9 ,0. :f '1!i f 6.- J ./..i..-.,s....I...,....a---, '*'»•.*1 '*-.' I i s 1 3 .It,tt el «!41' 1 ••a ..**.4'-" .i ..J .,,,.......:\I.-.1 '*,, M •M ..">$...»....M,, :m m xU.:-it- iH'fejiptdJ igE3$grw$w*$sjs SoutmMiami TftE CITY OF PLEASANT U VlNC ADDENDUM No.#4 Project Name:Janitorial Services RFP NO.PW20I5-I4 Date:July23,2015 Sent Fax/E-mai l/webpage Thisaddendumsubmissionisissued to clarify,supplement and/or modifythepreviouslyissued Solicitation,andis hereby madepartof the Documents.All requirements of the Documents 'not modifiedhereinshallremainin full forceandeffectas originally set forth.Itshallbethe soleresponsibility of the bidderto secure Addendums that maybeissuedfora specific solicitation 1.When completing the proposalsubmission,will data submitted onpage 13 remain confidential? RESPONSE: No,proposal submissions are a matter of public record,but are exempt from disclosure for a maximum 30 days from the Bid Opening Date;or earlier if an award decision is made* 2.Who is the incumbent and what date was the award made and the dollar value of the award? RESPONSE: Please refer to Addendum No.I,Questions #2,and #3. 3.Has there beenanysquarefootageand or frequency changes since incumbent was awarded bid? RESPONSE: Yes,but the current scopein the RFP represents the service currently provided ) the incumbent.v^ Page1 of 3 O o V .) 4.Wasthe last bid awarded forthree years plus two one-year options?If not,what wasthe number of months bid was awarded? RESPONSE: The previous RFPand contract wasawardedfora three (3)year periodand expires October 2015. 5.What has the number of emergency services within the last yearas identified on page 34of the solicitation?Are emergency services included in the base pricing or is it separate pricing? RESPONSE: Over the past three years,there havebeenno more than three (3) emergencies that required emergency services. 6.Doesthe city payforthe background screening.identified on page 34ofthe solicitation? Whatarethe fingerprinting requirements andwho completes this? RESPONSE: (^j The City does not pay for background screening and,background screening is in accordance with the RFP,Exhibit I,Attachment D "Chapter 435 Florida Statute 435.04."The City's Police Department however will conduct their own background screening of the awarded contractor at the City's expense. 7.What typeofdocumentsor statement arerequired in theproposaltoensurethebidder meets financial abilityas identified onpage34ofthe solicitation? RESPONSE: Respondents shall submit their most recent financial statement and the status of the company/organization,i.e.,Corporation,LLC,Sub-Chapter S Corporation,etc. 8.Who or whatpositionisthe background checkitem5atthe bottom ofpage34 requesting,anddoes this background check needtobe submitted with the bid package? RESPONSE: No.5is defined as either a resume or a qualifications and experience document of personnel with significant supervisory or management responsibilities within the organization.No.5 states the following: Page2 of 3 "S.Background information on persons of significant responsibility within the proposer's organization/' 9.What is the sq.ft.breakdown oftileand carpet foreachlocation? RESPONSE: The City does not have that information. 10.Do background screeningsneed to besubmittedwith the proposal? RESPONSE: No,background screenings are a condition of award and are not required with the submittal and must be provided by the awarded contractor prior to final execution of the contract. 11.Please clarify if windows aretobecleaned,insideandout,atall facilities listedin the Scope. RESPONSE: Weekly Service:Clean first and second floor inside windows and glass partitions,hand height.Bi-Annuai Service:Clean outside windows and glass partitions;refer to Scope of Services under "Bi-Annual Service." 12.How manyCity employees arehousedinthe Sylva Martin building. RESPONSE: Please refer to Addendum No.3 and the Answer to Question #1. 13.Are there anychanges to the Scopefor the Senior Center? RESPONSE: Yes,the kitchen counter tops are to be wiped,cleaned and sanitized daily. 14.Are there any changes to theScopeforthe Gibson-Bethel CommunityCenter? RESPONSE: Yes,the inside of the elevator is to be cleaned,swept and mopped daily. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page3 of 3 o o o SoutirMiami THE CrrVOF PU-ASttJT IJVlNG ADDENDUM No.#5 Project Name:Janitorial Services RFP NO.PW20I5-I4 Date:July29,2015 Sent Fax/E-mail/webpage This addendum submission is issued to clarify,supplement and/or modify the previously issued Solicitation,and is hereby made partofthe Documents.All requirements ofthe Documents not mpdified herein shall remain in full force and effect as originally set forth.It shall bethe sole responsibility ofthe bidder tosecure Addendums that may be issued fora specific solicitation. 1.Could you please confirm ifthecurrentscope includes cleaning of all windows(inside and out)? RESPONSE: Cleaning of windows,as stated at the pre-bid/tour meeting:OFFICES-WEEKLY SERVICE "Clean all I st &2nd floor windows inside hand height"BI-ANNUAL SERVICE "Thoroughly cleanall outside windows andglass partitions/' 2.Is the window cleaning taskbeingperformedby current vendortwiceayear (inside andout) or isitbeingaddedtothescope? RESPONSE: Yes,itis not being added to the scope. 3.At the CommunityCenter,whichwindowsneedtobecleaned,firstflooronlyor all floors? Please confirm. RESPONSE: Please refer to the Response to Question #1. Page1 of2 4.At the Police Department,pleaseconfirmifthe contractor will needtoclean the windowson the second floor whichwill require alift RESPONSE: Yes,outside cleaning of windows is required;see Response to Question #1. 5.Addendum#4,question#3 states that the current contractor shouldbedoingallfloorstwicea year,however,duringsite visits,manyfloorsappearnot to havebeencleanedinlongtime.Is the suggested floor cleaning frequency being required or optional? RESPONSE: Cleaning of floor will be required. 6.Which holidays areobservedbytheCityduringwhichservicesare not performed? RESPONSE: The City's designated holidays are listed below: New Year's Day MartinLuther Kingjr.'s Birthday Presidents Day MemorialDay Independence Day LaborDay Columbus Day Veterans1 Day Thanksgiving Day Friday after Thanksgiving HalfDay before Christmas Christmas Day 7.I would like confirmation that thecityisrequestingfortheblank contract documentstobe signedandincludedwith the proposalsubmittal,or woulditbe sufficient forbiddersto acknowledge agreementwiththetermsofthecontractintheir proposal,andwaitto sign the contract documents once a notice of award is issued? RESPONSE: Signed contract documents provided in the RFPare to be signed and returned asa part of the Respondents proposal.Refer to the "Proposal Submittal Checklist Form." IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page2 of 2 o ( o J -"-»•"^.^Js^^if^^^^".ttS-fk&nrKfSS^'S i®wiii^i ^p^k Bids were opened xmi ,,Ta^efafo.-lmflM4 %^S^B^-^^:»^»'>5*<^^^^^Ji^«^W &&»*S'&*V04*#!k ^T^**:*>.^^^^^:*:f *ft^:«r.f:?*St*,***-***.**.**. $.-tf&JSS *.*»>«•'£•♦."♦••Si*»..-»..»:''Wr.»:*•".<.«•«=».:♦•»**.%>*..»>v.»:*iv 3.GIM^CpIOKp^^ »".*'•»:»7*-•-.•*-i^*,«i»--**- lltlSS *$V\®J=jV!^^^:*VV*^^np 5334,084 THE ABOVIiBIDS HAVE NOT BTOSARESUBJECT TOXjORREGTION MTER BEEN CHECKED. BffiS HAVE BEEN COMPLETELY REVIEWED. ^$^$^_ if- WBS^feM&L PrintKime £<&£ ^WPSffljB^pp^?^^ wm mmm®mmm M^««^:|i^ai^ittBi ftigsfa..MeB^4»:lDM after*JW^Sam '~-JSi^'3ilig$]^^ MEF^miOta AMEHtfffc^ 1 ."A 7.SIM &w%*tm>*z *£> CHEGKSlX Oi J RFP PW2015-14 janitorial Services NOTE:RESULTSARENOTFINALUNTILAN AWARD RECOMMENOTION BYTHECITY MANAGER raJBRHgjgS '^^^^^^^^^^^^^^^M^Si^ Cht-ADA $189,578 NON-RESPONSIVE.BIDPRICEFOR 3-YEARS ONLY AD• Bunding Cleaning $219,408 NoOl|ftel No X X X X X .X .X X X X No No Sim City Cleaning $238,875 No Copies or Dtlltal No X X X X X X X X X X X X Ye*.Amis low No.Geo CortdOnrf Elite $257,898 X K X X X X X X X X X X X X X X Comprehensive proposal Staffing,JanitorialProcedures,Translton plan,Resume* Kelly $279,000 X V,No Tate X X X X X X X X X X X X X X Comprehnwrve Proposal,Chemicals,Equipment,JanitorialProcedures,Translton Plan,Resumes ABM $294,000 X T.NoTabs X X X X X X X X X X X X X X Comprehensive Proposal,Stifling,Janitorial Procedures,Tranttton Plan,Resume American FatHltr Senrfceat $297,400 X X X X X X X X X X X X X X No X USSI 5334,084 X X X X X X X X X X X X X X X X ^mprehenshre Proposjl;CntmicaiProducty.Equipment TransltonPlan,Resumes SFM $357,588 X X X X X X X X X X X X X X X No :ompr«her«l»e Proposal Chemitais,Equipment Towah,Translton Plan,Resumes XClean Corp $452,700 X No X X X X X X X X X X X X No No.Gin CofliOnly (1}Condition ofAward Title Page Table of Contents Cover Letter Executive Sumnt Firm Overview From:Kelly toKrt To;EqueSr Michelle Cc:flriyonira Joyner Subject:FW:Janitorial Services Date:Monday,September 21,2015 9:59:37 AM Attachments:Elite ProDosal Janitorial Services.odf AH Buildina Cleanina Coro Bid.odf Sun Citv Qeanina IncDdf Kellv Janitorial Service Prooosal RFP#PW2015-14.Ddf PROPOSAL SUMMARY Janitorial Services RFP PW2015-14 8.4.15.Ddf Sun Biz Janitorial RFP Tod Four Resoondents.Ddf imao£Q02.Qiifl FYI Kelly BarKet Jr. Director of Public Works City of South Miami Office:305-403-2071 Fax:305-668-7208 Main Office:305-403-2063 From:Kulick,Steven P Sent:Thursday,August 06,2015 1:16 PM To:Egues,Michelle;Kelly Barket Cc:Webster,John;Riverol,Alfredo Subject:Janitorial Services Kelly, Attached for your review,the top 5proposals sorted bybidprice.Chi-ADA is non- responsive since they quoted a three-year price;the requirement was to submit pricingfor 5-years including the renewals -Year4&5: Chi-ADA $189,578 Non- Responsive AllBuilding Cleaning $219,408 Sun City Cleaning $238,875 Elite $257,898 Kelly $279,000 ABM $294,000 American Facility Services $297,400 USSI $334,084 SFM $357,588 XCleanCorp $452,700 o J o o A summary of the top 5 proposals is below: 1.All Building's proposalpriceis $219,408 isa local companyincorporatedin2003, provided one government orquasi-government reference -HialeahHousing Authority.All Building didnotsubmit financials orsimilarto comply with "F. Qualifications/#3 below.All Building Cleaningdidnotfollowthebidformatanddid notcomplywithafewof the minimumrequirements,see attached Proposal Summary. 2.Sun City Cleaning'sproposalpriceis $238,875 and headquartered in Pompano Beachand incorporated in 2014,providedtwo government orquasi-government references -TownofLantanaandPalmBeach County.Sun City didnotsubmit financials or similar to comply with T.Qualifications/1 #3 below.Sun City Cleaning didnotfollow the bid format anddidnotcomplywithafewof the minimum requirements,see attached Proposal Summary. 3.Elite's proposalpriceis $257,898.Elite submittedacomprehensiveproposal including,staffinglevels,janitorialprocedures,transitionplansandresumesofkey personnel.If awarded,they would handle the account from their Oakland Park office.Elitedidnotsubmitfinancialsorsimilartocomplywith "F.Qualifications/ #3 below.Elite appears tohaveanextensiveprivate sector clientlistinghowever, one government or quasi-government references was provided:University of South Florida.They are aprivately owned company formed in2009.Headquarters areinNewYorkwith branch offices throughout Florida.Alink to their website: http://www.elitemaintenance.net/about-us/ 4.Theincumbent,Kelly Janitorialsubmittedaproposalpriceof $279,000 andisa local company,did not submit financials or similar to comply with "F.Qualifications/#3 below.Kelly has been performing janitorial services for the Cityfor the past 3-years and,provided extensive government or quasi -government references.Kelly was incorporated in 1997. 5.ABM's proposalpriceis $294,000 and headquartered inHouston,TX withover350 branch offices throughout the US.The Pompano Beachofficewouldbe responsible for South Miami.ABM submitted an comprehensive proposal that followed the RFP instructions,includingfinancialstability.Included;a project approach,staffing levels,janitorial procedures,transition plans,resumes,and employee training programs.ABM appears to havean extensive private sector clientlisting however, one government or quasi-government references was provided:CollierCounty Government.A link to their website: http://www.abm.com/Pages/default.aspx (DUE TO FILE SIZE LIMITATIONS,ABM'S PROPOSAL TO BE SENT UNDER A SEPARATEEMAIL) Section from the RFP: F.Qualifications The selected Respondent and/or its subcontractors (asapplicable)shallhave: 1.Aminimumoffive(5)yearsprior experience incommercialjanitorialservices. 2.Knowledge ofbusinessoperationsandthelegal requirements associatedwiththis type of operation. 4.Three professional references,including contracts/firms currently servicing. Note:SunBizfile is attached. Please advise how you wish to proceed.No references have been check at this point pending your direction. All proposals received are ready forPWto pick-up. Steven Kulick,C.P.M. Purchasing Manager/Procurement Division Qty of SouthMiami -6130 SunsetDrive -South Miami,Fl 33143 Ph:305/663-6339;Fax:305/663-6346 -Email:skulickmsouthmlamifl.gov o o u Soutn*Miami THEOTY OF PifASAW UViNG REFERENCE CHECK: Janitorial Services RFP Prepared by:Purchasing Department VENDOR:Elite Maintenance &Management,dba Southern Carpet Care DATE:9/18/15 REFERENCE:Bank United CONTACT:Frank Martorana "\1.Howis the vendor's qualityofwork? Quality of work is good and consistent. 2.How is the vendors Response Time and communication with staff? Communication withstaffisexcellent.Response timeis good as well. 3.What was the project scope/agreement and project value? Thisisa renewal agreement.Elite performs basic janitorial services at 20 locations in Broward.They alsodospecialservices upon request and,have been dispatched to other branch locations around the state ofFloridafor specialized service.Werecentlyhada meningitis scare at a location and Elite was dispatched to sanitize the location. ) SouthrMiami THE CiTY OF PLEASANTLIVING REFERENCE CHECK: Janitorial Services RFP Prepared by:Purchasing Department VENDOR:Elite Maintenance &Management,dba Southern Carpet Care DATE:9/18/15 REFERENCE:Clean Tech/New York CONTACT:Robert Kleber 1.How is the vendor's quality of work? Work quality is good.I believe youwillbe happy with them. 2.How is the vendors Response Time and communication with staff? Communicationisgood,and they areveryresponsiveandquicktosolveanyissue that may arise. 3.What was the project scope/agreement andprojectvalue? Eliteisa sub-contractor weusesince 2004.Mainly cleaning,functions atthe LaGuardia Airport,Clean-Tech is a cleaningcompany that hasaccountssuchas local colleges& schools.We use sub's to supplant and support our work with our clients. o u SouwMiami thecrrY of puasant lm^g REFERENCE CHECK: Janitorial Services RFP Prepared by:Purchasing Department VENDOR:Elite Maintenance &Management,dbaSouthernCarpet Care DATE:9/17/15 REFERENCE:University of South Florida CONTACT:Diane Zanto (\.1.How isthe vendor's quality ofwork? Qualityofworkis good.SinceMay,hadtocall them four times to correct items received as complaints. 2.How is the vendors Response Time and communication with staff? Verygood.Theyarevery professional andresolve problems and complaints quicklyand professionally. 3.What was the project scope/agreement and project value? Awarded through a competitive bidinMay2015,general janitorial services in the Student Health Services building on campus.A1,500sf,witha 5,000 sf annex facility. SoutffiVtiami THE CITY <)F PLEASANT UVING REFERENCE CHECK: Janitorial Services RFP Prepared by:Purchasing Department VENDOR:Elite Maintenance dba Southern Carpet Care DATE:9/22/15 REFERENCE:JP Morgan Chase CONTACT:Taryn Turner 1.How is the vendor's quality of work? Quality of work is good,no issues 2.How is the vendors Response Time and communication with staff? Response time very good.Immediately respond and,it needed,provide additional staff to resolve an issue or a special request. 3.What was the project scope/agreement and project value? Contractfrom2009 to Feb/2015.Awardedto the lowestbidder.Generaljanitorial, carpet cleaning,etc.,for 250 locations within Florida. ^ i \ v j o )• I 1 •4 § *te-*-WS&* :&eSg| rH_ Prpppsal Submittal Checklist Form Jahrtdrial Servkes ^^^i^iii^ia&Jl^^W f ^eoEameTW^may bf r*c$$te£swig 'ft % response Jball ineluxfeJniB Mtewi «^i^ar«Sbtt ml f^pdrtsfe m iffis fsipliafa m *--.Sfgne^€qf#acM$^rj^|s fXIWhcludmgGeneral Ooi^cli^Qri^ It Non^^ilusi^niAffijdayit ^p™"—-™—•«» :%l&ii^^ M-^gfigra f©to itolRieptesentitiQri; $^ihymtyx<tysi^m&G&n,g,tkei mmm-secbqw u * .,£_ aa«^»iiiipjiii^ii^M^ •i*inii ^•••w-^.t,i„t,..|,..nmmm: .v -X •^".'••^.'•Jffi i ) O O o' igKrmm Date: vnofe«odifled heres&v ifcafi remain taMf^reerand ^Sefoas ? JMf?J&»S m set forth.It ^hall be the Wfoa&isMe annual BUDGET amount for the semces outlined in ^®P* fflfo$$g$. wm Answer to «HF Answer to Question ftfc The current monthly cost for janitorial services i&j •W'i «•.••»»••J".' w* ^yili:teii $tst^ ^i^e^rB fc feii iJSitfl mmojffi&M JSfr Aiaswerl mm &ifej^tTaar«^lb3sdfe eofc i^^i^dffer fl#p^^ it ^wii^jititii^iyi giWMf«inirH».j^iiiiftcMspiiii i THAT MAY BE ISSUED 1 i<i&. ) \_y ADDENDUM No.#2 $$m m Can you provide a copy ofthebrdiabularjon sheetfrom the previous ^Hl&tfi **~%: /*\ i.i i Tinny ;•iiu'ii"'',;,*iwp.ii I^.^fi^^d^-yi^l^iw®ftffeM##BilM:#ipjftsaiwalte^ IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLIClTATIpN. 0 REPOKT 1 O •>•"\ .f'"* msmw®$&&&^ ADDENDUMNo.#3 Project l^ames ^itoriaESSerryices w®*m*fW^^M- £&*$.pyt&Mmz Senl-$^&m%^*fops^ S&fi4ilSS0B?and 3&hei^fejf macfo pai&^i&e documents.M requfrensents jcl^iirtl^ m%w$$M %mm mMmmm mts$few*w$\lyli^pfe aSsfiMIJ&BSMt p&$@$Hi m m % md Addendums £:k t$^fiM$$&&*&§prSfte :<%qfSQwSt Mm @ir |{#|^!pll^^g i^slj^ti^a^ei^^t^oi^sl;us^s/^juani^S^^ Answer to Question #i: Approved Departmeni^F¥2015.The building popufation is a$ ^liroi^ijiisiMK^^s feij5|aft <£t#M fiW:sit is#s-ii "t^ifi^M«SiS^fe^flK fe£;$^i^ed%?the •--fear ^fesili^fes al *h^l^g^I bs*h>£teve estimated orSi^rtea|u^^^i^n||^ ron#2: &8£i •SS^efe^ figli o Answer ito temWffligBk: o C: O ''Cr'*V Jl*$^ -|- * * * Vt^'.'^Vu?JB^FgW^ir.J.':•''VJtJJiVJ'ji j.fLJiVl"eafea i •^faLi'.^ii:...- A i .......,£..•#••"JjVl'fJeyJ-i^'tW^t'jiVai'L'li"ffi.'C t % i .J-L'ifeT-^e *'i.V.-"r-.7.i.rJjpi JrXf''i.iCCCi*'.i * fe^i#N?fe#«^ •if ,fm^Wr ••&'3 ""••>.-••.•'•;*|;"•'•**'-'••••••'^••-••-•'"•-.|- •"•••IP"---••-•-••-|.—-yr -••;•m '"•"#'•• :¥3 f £O: *•#•*•r *• j I I f nnwaa t li t I i i 1 a J f &Q£?paQA& NWM1H t J ;i-„i.,lr.Tj-j-,s,toi I is* Ipi #«p i^tam ^t^oF*a|«^^ws^ 1 3 i 1 i 1 1 '#f ?• &#$».:4 1 J #?$ *«$«4 «•£$•«ft 1 .1 £9 SI •i £fr K £ «*.J-..........<L„..._.--1 lifjffee%# ^^T^jfefi# **1**'4 3 a;--J-6 .......^&'- .,.£..^,........J;......_..!,.....,f •-.,«*•....,«....A.1.,... .*•-•• **w?"^.^V*1-'Ju-••^A-...nr '-•(^t^.^j^^^i^b^l 3 ft I: i ft SB f: t: .#..............!........»•...,.._j;._....,,._&.. ii^MW 1 —t... 1 $ #& •f '.-,r»-,,4.-=-.•EfcFrsK*? ,,,,l......,. ^^.^^^enlTStfal: i^.rx:; 1 Pirn mm I 4 3r I .i,...,:.........:..:...;...i. '£ U o o to t 1 Wife §-r~%. .f Jj;_Jt.._,„jfc. •f*\ TiiM Full Worn. rs 'mmmm-qig 0 i i i j i i £f $ J I 1 a jp W •-$1 ,,,.j^•:l »^1» 41 Si •„,,f.-••a ft ...-.JSL ....3L -...'•. ••:•:•«^y<,'C>V"-A!Mtj|"jV.jg SWORN r i $•1 b I,&I 1 I *£8 S £ 4;A"*$1 ?•'7:£?* *t *3*13*1?' 9 i £•.J $ i i f *J 1 t #*k 1 i «4 a &*o.ft 3 *,"._M.%.j;-^...-.i................,t ..;..J............. # ,..„j .,... itefi^issfcrf''^...t,,v,i,...,._..$1 g•„l ........ «0 .If •H &.'...HJ. .».'.»;agvw,wjii3r:.i^ m ':'•••*•"i**i o o to « n COMMUNITY CENTER Fxilt If&m Rjecreatloti^Otjervtsarir ¥fetf»3flK ft f I I 3- Jl^^on^iJfe|PTj I i 3P Si * ,m.......M M J& &ria]a^^^m m 3L m M coMMOiNHnrrPOGL UK fgrvisaF L^eGiiar<3: *fr ffc#-p§ie Tofo/ .#..- •fi ¥•$'iff » CI $0 !0 0 9 0 5 3 0 0 n 6 * 0 d=£pa s Btfl3iCieTff«^»S -& o o o o (> o ProfectlSame: Datet ADDENPUMN6.#4 |M»ft©#at Services &JI *m«£ not modffied herein shall remain infull force and m m^mtfm m®^$ie:pm&$ty !«$&§ :.as brigiMlly set forth.It shall be tli t '^iS &^Mg.id£i pepiii sdta&ti&b iafi Jte*misiW ar p|#J1--:sii8i& &'^Ssia %.'th©•ifi award? I submissions are a rnatfeer of R i^Ssffl!liB!TO- •W& record^tut 4ne i a ttig a^^i^i? I,Questions #2,and #J. age aitd or frequency changes smce service cur« ?a^» .U..!l.nil'M.M,,j,.,.|.,ir,.Uii from was f~*s. r\ ^% 4v Wz&M^ RESPONSE: TH&previpus VjSPP'm$contract ira?awarded for **three ^year the softtftaibrt?<&r©^ernepgeri^ser^i^lnduded iirjthe base piling or is Ifa and emergencies ^^abaasB 4fre$hgerprcn^^b&vGmw^f^ss^^ The City does not pay for background screening and,background sO-eening is Statute 435.04/'The Citys Police Department however wilt conduct their gg yesirs,there %ve been no miore than three 71 Whit i^jro:ofidbGtiraenfe^or statement^are required in ffl&proposal to ensure the bidder RESPONSE: ldeti^s sh^l submit their m ^atem^nt ,f.e.,Corporation,LLC,Sub^Chapter"S km mm &m mm w&mmmmp^p m Mp.5 is defined as either a resMme or a of personnel with Significant supei^isbry or &£S&4*£3: ".^.^U'U1 •f i'"J>.i i'i o u J nd 'mfprmation on persons of %^t^t^ The City does not have that information. screenings are a condition of awai^and a^^nof d mtist b«3 proyid^ed fay the a oto final to be cleaned,Irtsideiand oat,at all facilities listedin the Scope, hetjght.BirAnnuaLSet^ieer Cfeanoot H&S WMfy S3%<fefaplaye^are 6©«se^Kfo «%e J A -j£f&jflle&anjr tifcijgpsrifoi^Sto^Sent^r^CfrsI^ «MWi wmm*m tm mmMwmmMMi-m itm bidder to secure ADDENDUMS THAT MAY BB r\ i*"\ /-%. EXHIBIT I •••'/,••'••_----''••'-'••' Attachment C RESPONDENT L Format and Content of RFP Response irlilSfei f j^pondt!P^*<*^e 1^^ife*||^^s|^*dl discl-ise %6tr qualifications to serve a£a provider of janitorial services for the City in the mmkmm forth below.=Failure to provide requested information may result in your proposalbeing deemed non- %&mm^%m name ofR^niiid^ifs:is^^^m,M&8&idM$$M fiiiifes,fi$Si£;#1 B.Table of Contents :Ct ewer Lett^and E^ecutiv«3f Summary This lifter sHodM fee signed!%#ie £&s<^18 pStP Ifrlni $$*$3$gtfftoft^:*g ^i^iffljarite |?gBr Hfe#<pijj^^;s^|iescperfenee-&*servs as m p^d&r a££|S$tQia8fc >*—<%p^lfiipsji^. p^rtpt^ furniWEW^your firari&«6|iBrigiffl||#^ftf&ik-M 1&#q8i&&$t ffl$&%^yi^ S^©iow should |^mtrp?^#ie fcef goSy^ta*y^r^ub^^i3tia&ixtme ©r two pages. IjEftfligfe £Rd -P^jg^W^N^^riaa strusbare <o&ihe;Sknt describe ibe*iQ^rimfitp ^u^uiij.^a^imL S^^lbii^ b.Name and title of individual j *r ) v.. T\O i ) E.Personnel and References ship.*m,-am '£%$m&tiK&fc %Mf'mm*$r wiHk W #p r**na«yIh^dHll fctfONg WP*S«^ife9MSi «(i^|ilfe|bif,h-sjid %y 4QSe indMilifc $.ti|f«:i^^*Biii :$jg§i:«$fen$$vtftnw ihe^Si^e &W$k&^;&®$b3&m ^M^4^c^m *£ #e Igae -^-services ffeft«1Bi$&$1$iMs -tli!ai|Sj,]^l.ii^ii8^li^:m&l^^fmW«*%ra #1 sthose primarily resppMMe for the aGCouni fe additiGB te Bj&day^tosda^r^eteiBKnsiiig, ISifn r«sgard^|J&iBrWi ifig ifr#ii^|s m&&Bm W& •wfcffiiiB its*;siJiFlte^#ie;H0JP£ftftmgfittgllTfli4lgfo fto&ft^effljde' E^rMeB'fgf$fe§$S§W80&gtfj&i pr«?ii^##;:arc prtwfcted;fey gifts*Wfflr,ii$*i>jfh Iv 3.-AraMmum^fwe;m®$mw>i &9MS8k the legal requirementsassociated with 4,&@$88ltt^^ 4SL ^te^p^f^^bi^fg?j?|$^^^ser^fctegw iTODPSie?ri©st 3ft? ©LITE r*V^^Mmm^M^M^^tmr^&$• vuwwvelitemaintenancemet ^^ol^!#i^t&ral mmwmu&mm $Sr t^liWSSfMil Pft£>j&a#fi^^prin*at%$he Easter University,LaGuardiaAirport,ALM Media 5nd SMSr-Assist to rrarrie ^few. j^GaFeltfliBs^r~s $88 are ti^m^^M ^t^^mm^^0^^)&q®t$^^Ja ^$lg^^trough foliarni-Dade ( ^OfoHJR .Mw^Wmdltp feai^^tiM WSBS^bWi £$^#3^i 4ew oMemtakeftiats^teitemeni^ia Ka#f^ri M,Bedwell Please wsMmitw ") n J /""** ) r^v Jo&e Idtgmes •l'il r"—ii'l m-fiji fm i ml ifii^aaaaaaapa<aa.iiaj_-|nii^j fce^ ^f0r'$$£*|pi$3gT^^sfjl:ph^^irf iiieJanl^^B$career hegari fe 3f^^arf &&^iiesi#&if Ihie^xtenstyevexperience an.rf%^^^^^^)i^<5$£f:f^l^ili^S^?^^lv98*^^^^H*8S*!^ 0*$'j^gsgiOTd^fire,d^fe^a ijljfe^*^^^ii^^K^;i8S;#<S8^SW^tHSiF S$*W^$£I1?ptf^^£^rfefc^id?servK^t&^ffi^ra fe*m Kfev*Y&rfc Shfi^lr ffeiK SMUs *Customer,J ementM^^Vbife K/I?«ft|j^«i: Pir^giii #vfc*iiJf $%&g$^$^&:^^^ carpet &^fex$$te cleaning,window JEl^diiifp Superyisoi* s^i^HMSPi^ test <pdl%^:s^^meeVor exceed customer exp:eeteii^i Ff£g4^:^m&pt disaster events such as k fj^ig©;^jj|g$A&pj jpppgi^procedures to meet CDC $ /^ requirement). V... v. Owner/Operafor ffi*0%e$mk tiffllk $W»^^i^fe^s^fe^m^end:b^e^ized cqi$»$S£1S- MsJ^M fe$£^S^^f^^^%fe^fe,:fe^dift^^0^^and prejpyaredt ji>4^pcB&^ wm*$m '*%•(.) /-\ o k»M»nui»rtlWuiurtmiiiw mjil.*jfiaLiL»aT«iiaa^»fl#aini.iipihaiirpiaai Cywaywnw»laafiannyi'iii'|aaja'ijialifTl"'ij|ajii fiiji"*i bjhir>^i a?aiinri>;<iiif iaii'illiiiraajii i^ffi.friffi^ taa^jMI%J#^gepM#JJ :]!^fr.e^r^ir:^^i&ars;©f sev *§fcdf ##^il^:W Spfirj i^ftfeg^M^st lfec^nT#^^a£M^cr*#feitei^^Region fefiftt^M* '.ME ^~s ,r Mi i*m>* /^x b!W$\ M-1 $teffl development %^®!^P^ST §Wd |^^'&^nl)^isf tps^cottfcd measures Vendor manoaemenr L^os^mci^fern^rtt lor.i^^l^^oMm0^md M0M^mm0^.^ afT Bate Center critical en^snmmfe^smd ^fafeylfci p&^tivjily motivate j iffi$l$&$$ffi: Senior Management Level teqdfersftp :toowled,9e of buildlnQ Irifrastritctyre ^ysterris Route Techs,Safety &£fe^^ annualproject budget. ( v.) h/i o Transition &Mahqgeme^^^Retailtoe^onjs Ipllp^mg the JPMorgan Chose accjulsjtton of Woi^^SM^'^(^^fid^-4i p^fp^i$^^1$p^^ t"*£*' ffljgjffi '^Ipl^il^^p %jSgg8$f%&&<M€<& -a" n ittnavation tf of yia&flssolor femer^y pSW pro}e*&^s^^^ 0 fa"i«iaViifaliafft -environment >m College Wilm^tonfDE Qrgqinization** P-5>fftient fe W&mpfi !Qlfi#V M^#pi^8$i|j •$&&--«?398 1*7&~ »rsssfST-^ ene V&K mm Oms-Presertt $11$$^^ C) /«-"v ) o O \..y 1@mmi$m- |te5?0Bei|fedlfeiaQcid aid aeeomits willl go^ *IK Charles A.Trigg /**% Cohen,18$®%Wffi®,&&>IM^JM iteyiaeat t$m~mm :Stes<fee8 «gl^i0fflS|Msiies (3 m^m ssidll^Wiiir fii&^M^^^Md^i ^ims&?§ffli^ttat^^w j j--.-i.-1i:.:-... :mmm-j^mm^X lfi#JM <P##" flOTSDl operations l^l^^-fi^ee^orwe^i^itt- (j **% rvtaJntenwice&MarmQerneotOo Sg&§#*3^^ ^^^'f&tm^' o $#%Wi m%W /*> o ( (1 o Insurance &Indemnification RequMnients MJ".*asijiffic& ^|S^|fjg0;g^j .i|^pK>%^£ontraiefc tosuraa^/aW ai^sfefe«h^-",;•• 1M Kitm^lh^sOi^nTJeJ fee •-——-— mtfe^tb^^trie Wsrf|r*«^Compensattorr Insurance* appr^v^forms ^d^s^^tertii feejov^ k^s;Ihr'^Sitiotv 1 fa ^proprMe ^H^wthdut restjic^^hdbrsemeht^as filed ;byth^fear^ce S^^vTcfes 42; /•*** r~s- W0&P.WftninlftbiSoo:8j^eemenfc *$$^^^HpSj^lJi^BKlli agrees-^£*mjk^ subcHa^tira^jslSB *^t$ig!fr ^5#efl|aijn 5*1 a||oy#M9 5$&etoy»«4fiiti Mk Iftsur^ce ^n^'6y(«l%^^ld stl^eti^^JSa&fbi^^V*nle;-I^the &«1I f^^^vy©^^fef^fri S©|^»n Mftt^hM§vfr stalf^j^pfciso^be stioiiJi an^ijig^i^np^i^^qecw «i^the fW$£~ ^^^^^^^^^^mmk''~"""'*"""""J"''"^~ :s$|fi b&rated A«VI|ot4£$<&^^ loWMgendo^ernents! |f|*f©t?ieypm^fda oran ^dorsernen*with sx4istani^lif ^l^pro^oriis^ai^MJbvwsi # •^ u c> O ^heQty^^tfeSiana?kmadditional insured*ttefasuser sbaff|i^rdi^uR^Aat&eMi&4t 1becomes fegjjeij|^^ age?%:or ^^H^st^??*^fl y\d!^€$£3$sfStedww«p. _j^HL^Jj^^ Indemnification Requirement ^$e#irin^Suit ofcifie ft y^hmh^mm^0 fofemffg ^feffe^^%^^olcl GST**jfe^oe^rd^^^ sdMes^dri ift$a|^anvt aad all d^rna^sl i&iL&nS^tosses,clalrns,demands,:sufus,fines^ %£W :$$an$y*^^ &H0»ew^a^^f^$$U^€onli.|t«tfr^^Sh$-|^a$f l|$§ ENDSIFSECSQI^ 45 j 'W&ffi$$$fc •l^y.i^urtr^T'j^^ f-% O' *f$&.%®§8&ij$k:^^EiiT|Errp EXHIBIT 3 laniWrfaaServiGes RFP#PW20I5-T4 mmm. h;IHrB^portn ?i^heib^or,feehalty^^ff^6JP-; •ij^lil^^p^j^pgl ^^ffil^3BKJ f0rit^'^kHS^i^^i .%^ctL W$&.Preposal is,-aQcepfaadI -<&.jR^pondMt ^ais £*3flSite#&c$fe£ofaft ;fe^^aWipo $fc^cn§nt$aas&^fet&e feBosv&gi J?iiddian8%:jfeany Oal8&-!$$^^ 6 ftespoinden^ifeas rgfySto thfe Ofej?written.THH&&•dF^'i^^dBi^^i*i«Sl!«:of idTs ilferaww^'th:S«s £ontract£$^^^IF an^o^nfe *&•-*' ct 13S&feposaif fc ^#jeanirf^&&tniaife ttetia iWfcs*yjth»oft%fj#:ap$$ifl^i|cg|ci {rg^^;^*,$f corj^ratfet and &•not SUbnikt^d pursuant to any a|rieeM6ht ?©£ruiesr rf an^groM^^$Sp|$&nfc m&fiks^&v ©t\m^ps&ti»E ^ss^mimk hm-wilk ifel%or foJireG%kiiueecli mr soif^^^^-o^er Ees^onder^"^sfoam Bi^ojpo^^4Bb^^r3idbn^fea$-fi^it jsptfc^^^^Tn^ibeed my.parson,trrrfc, 46 ""tern b&en^w&m£ o o o a r\ ) $$^Ml£^6fca$tisMfo^^resdtnn a 1?ef^^l^ Pie^;fe^fiisl^^^5?fe&^\k ifflatar Attach pdS^^ lKIW.JfiR'%^N/A^teAfote^hove do»af3and :.....cents »%ftfas*n^ mm i^^ar#|^^vas^ei3 to lae^ri the^oniEracti ttocumei^*:rfes^^ecl^ify debited fe^^|^(^g| &&'$#£$£#[1(Miift^l Wtiflgifttil T^^G^M^-4l^^ia&^5^S^ond^b^et^.w$te$#ia*dfr erf a&3 ar^roa^a pms&$&prop® •Afanfe fines Mfeti feruftif Sie <g&m$8f i^hjti^^Jm#.d$|e§%0fflj^;&fr Iftfe £%•fab wtfng?!aeWn£::&TOaff Fsen^aiitf tfelroj^^M%rra fe-$0^-;^I%r*;§!g|.tg -ft ^esfc;g£:ftf IS^i^g1^ JasisHW ^t=es^nk©«S oftftte tepi mfy firfwBWJWfelh tMs K£#at^^d%^ 4M^ttil§Wfe ..t@fc ivir-Qf. 4? :arli> /r"sS %gqggjgBig EtttSfl A<T<fress #k«Mfe#19fe|ter, litfe sraffieHfSicriCi* v. 48 •rtu^i ^.4, ,J tllf &TfeCHNICAL PROPOSAL My&'m® to do sanM sender ymt j kfiosfc ant T«n^a|Sr^§j0t$i(g^l*$&e slSlonthsj Months) Atintial •i.ti,••»•,>•"-,•-':i-'. tpppil * .,.flllP laW' j V-'^ii-ii."Jl"'-U.'" 101*. o o u EXHIBIT 5 Janitorial Services RFP#PW20I5-I4 Contract Agreement CONTRACT FOR JANITORIAL SERVICES THIS CONTRACT,entered into this JL day of3fafa'4'tJ/,20 /£.by the CITY OF SOUTH MIAMI through its Manager,both of whom shall be hereinafter referred to as the "CITY"where applicable;located at 655v?Sunset *-J)rlv8#^South^mf!&FL ,E-mail:5alexanderfrsoummiamifl.gov and/So W^f"**+^'™*mh an office and^orincipai place of business located at 5*yj^g /fr/gfrand E-mail address of *£*«*+&*«".^Krinaftar called the "CONTRACTOR"). **«**»M,ft4.&#<{WITNESSETH: WHEREAS,the CITY isinneedof janitorial services;and WHEREAS,the CITY desires to retain the CONTRACTOR to provide the required good and/or services based onthe CONTRACTOR'S representations that It is qualified and capable of providing said goods and/or services in a professional and timely manner and in accordance with the ClTY's goals and requirements;and WHEREAS,the CONTRACTOR has agreed to provide the required goods and/or services in accordance with the terms andconditions set forthherein. NOW,THEREFORE,in consideration ofthe mutual covenants and agreements herein contained,the parties agree as follows: 1)Engagement Of Contractor Based onthe representations ofthe CONTRACTOR as setoutinthe following "checked"documents the CITY hereby retains the CONTRACTOR to provide the goods and/or services set forth in said proposal,quote or response to solicitation,whichever is applicable,as modified by the Contract Documents defined below (all of which Is hereinafter referred to as the Work"). (Check ihe box immediately preceding the document described below toindicate thatsuch document is part of this contract) XContractor's response tothe ClTY's written solicitation;or d Contractor's proposal orquote,orif none, a As describedin paragraph 2below. 2>.Contract Documents:The Contract Documents shall include this Contract and the following "checked documents",as well as any attachments or exhibits that are made a part of any of the "checked documents". (Check the box immediately preceding the document described below.to indicate thatsuch document &part of this contract) XGeneralConditionsto Contract, XSupplementaryConditions, d "Other Documents"referring to in this contract and signed by the parties, X Solicitation documents ("hereinafter referred to as "Bid Documents"including any request for bid,request for proposal or similar request) XScope of Services, X Contractor's response tothe ClTY's Bid Documents, X Contractor's proposal orquote, X CITY'S Insurance &Indemnification Requirements, X Bonding for each employee who works on qity Property in the amount of$1,000,000 a Payment Bond, oPerformance Bond, This Contract and the General Conditions to Contract Supplementary Conditions,the Solicitation,Scope of Services and Other Documents",if any are "checked documents",shall take precedent over the response to the CITY s Bid Documents,the proposal or the quote,if any.The "checked documents"are attached hereto and made a part hereof by reference. 3)Date ofCommencement:The CONTRACTOR shall commence the performance ofthe Work under this Contract on f/f*Yt *»»'*or adate to be specified in a Notice to Proceed,or Purchase Order,(hereinafter referred to as the Work Commencement Date"),and shall complete the performance hereunder within so ii^ris^h^nce"^°f *""*^in ^QMt D0CUmentS'wWchever *the shorter P-W of „!^Ju !2 *(^ana8«a assistant Manager,orthe Manager's designee,who shall be designated ()nawntmgagnedbytheManager.The Primary,Contact Person for the CONTRACTOR and his/her eoJtett J •nfonnationis as follows:Name:^/^^ Address:S°V*S>£ti-teA o4Xm~«mA*^r~i77TU 'TOCt document.SMPe "*******The goods and/or ***««*•be provided are as set forth in the "checked referred 2 aSS"'S d Thf ^RACTOR's Wsation for the performance of this contract (hereinafter TSS^SSSS^6°"e ""*fol,0Win8'aS lndiC3ted *achected bo*'°*^or^ONT^SrS ^PR SreSP0"Se t0 the C"YS Written so,ic,tation'lf a"V>°r,if none,then as set but In tonJ^^LT °r qU°te'°r ^SC0Pe °f SCrV5CeS'WhiChCVer is appHcab,e'and as momed bV the th»t th-JLMr'SJ,f WOfk:.ln *e eVent **th,s contract re*uices the Performance of services,It is presumed otL^-US'.r^'"0thin!C°nta'ned herein Sha"authorize *"*°"daV*^".during hours that areotherwiseprohibitedbyordinanceunlessspecificallyauthorizedorinstructedinwritingbythedyManager,the Managersassistantordesignee.b»#mw* <ha.i J',?e*T°Vlfi?nS:ThC term °f thlS Qmtrict shal,J«*•"«•«on the Work Commencement Date andSnST^TV?^T**eXPireS °n *>""*,or unless earlier terminated according to theSff?h°CU™^hstanding the foregoing,this Contract may be extended by an additional two mv*,,*^te «~"is in writing and signed by the City Manager.An extension of the term of this Contra*** the ClTY's soleandabsolute discretion. 9)Termination:This contract may be terminated without cause by the CITY with 30 days of advanced wntten notice This provision supersedes and takes precedence over any contrary provisions for termination contained in the Contract Documents. r ^*?!Applicable Law and Venue:Florida taw shall apply to the interpretation and enforcement of thisContractVenueforallproceedingsshallbeinMiami-Dade County,Florida.^"N 11)Insurance,Indemnification &Bonding:CONTRACTOR shall comply with the insurance,V ) indemnification and bonding requirements set forth inthe Contract Documents."~ 12)Liquidated Damages:In the event that the CONTRACTOR shall fail to complete the Work within the time limit set forth in the Contract Documents,or the extended time limit agreed upon,in accordance with the pnradureas more particularly set forth in the Contract Documents,liquidated damages shall be paid at the rate of 5 AYn dollars per day until the Work is completed. 13)Jury Trial Waiver:The parties waive their right to jury trial. 14)Entire Agreement,Modification,and Non-waiver:The Contract Documents constitute the entire agreement ofthe parties and supersedes any prior agreements,written or oral.The Contract Documents may not be modified or amended except in writing,signed by both parties hereto.The Contract Documents,in general,and this paragraph,in particular,shall not be modified or amended by any acts or omissions of the parties.No failure to exercise and no delay in exerdsing any right,power or privilege shall operate as a waiver.No waiver ofthe Contract Documents,in whole or part,including the provisions of this paragraph,may be implied by any act or omission. 15)Public Records:CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701)while providing goods and/or Services on behalf ofthe CITY and the CONTRACTOR,under such conditions,shall incorporate this paragraph in all ofits subcontracts for this Project. 16)Background Screening.All personnel must be in compliance with Level II Background Screening and fingerprinting requirements as per,Florida Statute Ch.435 prior to the scheduled start of any employee of vekmteef CONTRACTOR shall prevent any and ail of its personnel,from engaging in activities without having passed a background screening to the satisfaction of the City.A violation of this requirement shall constitute a substantial breach of the agreement. 17)Drug Free Workplace.The CONTRACTOR shall comply with the Drug Free Workplace policy set forth in the City ofSouth Miami's Personnel Manual which is made a part ofthis Contract by reference. o si o o u IB)Transfer and Assignment.None ofthe work orservices under this contract shall be subcontracted or assigned without prior written consent from the SMCRA which may be denied without cause. 19)Notices.All notices given or required under this contract shall be deemed sufficient if sent by a method that provides written evidence of delivery,including e-mail and facsimile transmission and delivered tothe CONTRACTOR orhis designated contact person.Return of mail,sent tothe address contained herein for the parties ortheir contact persons,as not deliverable or for failure to claim the mail shall be deemed received onthe date that the mailis returned tosender. IN WITNESS WHEREOF,the parties,have executed this Contract,onor before thedate first above written;with full knowledge of its content and significance and intending tobelegally bound bytheterms hereof. Witnessed-ELITE MA,NTEN£NCE &MANAGEMENT CORP. BV:—By:. aria Meneno^*^/.\, CityClerk {/ Read and Approved asto Form,Language, LegalityandExecution Thereof: City Attorney ll\fJ6l TENANCI JOSE ll\rj6UEZ,President [nameof signatory] END OF SECTION S2 EXHIBIT 6 Janitorial Services RFP#PW20I5.|4 GENERAL CONDITIONS TO CONTRACT TasJaI!?"™"*?/6 thG 6en€ral Conditions to the Contract entered into this J^day ofJW«y ,20^6,by the OTY OF SOUTH MIAMI through its City Manager,both of who shall t,rt a J^?^V^lT^t0 as the "atV''where applicable;and *«vfmfl n-rfA ^,y,,n W n th an offlce and Pnnc,Pa!P|ace of business located at3oVC&Z <*~T?A o+^Qfl^(hereinafter called the "Contractor"): work *h Ji'h*^Cammen<emef,t Prerequisifes:Unless otherwise authorized by the City Manager in writing,no2£?b,?Commcnce*"°^ny goods delivered,under any city contract until all conditions precedent as *specified in the contract documents are met,including,but not limited to: 1.1.The contract was duly executed by the city;and 1.2.The contractor has furnished,where required,insurance documents including policies. bo^dT^0"^^endorsements*insurance certificates,bid security,performance bonds,and payment 1.3.The contractor has notified the department in charge of overseeing the work of the cfate when the contractor shall commence the work.If the work involves construction,the contractor shall notify the director of public works ofthe anticipated date ofmobilization. 2.Duties and Responsibilities:The Contractor shall comply with all applicable laws,ordinances, codes,rules,regulations,and health and safety standards of any governmental body having jurisdiction over any matter related to this Agreement or the goods anoYor Services to be performed hereunder,and shall commit no trespass on any private property in performing any of the work embraced by this Agreement Each and every provision and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein and theAgreement shall be read and enforced as though such provisions and clauses were included herein. 3.Change Orders:No additional Work or extras shall be done unless the same is duly authorized in writing and in advance ofthe work bv appropriate action by the City and in accordance with the Contract Documents. 4.Licenses and Certifications:Contractor shall secure all necessary business and professional licenses at its sole expense prior to executing the Agreement or commencing the Work. 5.Inspections and Audits: 5.1.Inspections.The City may,at reasonable times,inspect the partofthe plant,place of business,orworksite of a contractor or any subcontractor that is pertinent to the performance of any contract awarded ortobe awarded by the Oty.The Contractor shall allow the City or its consultant to inspect and examine the facility where work is being performed for safety and contractual compliance. 5.2.Audit ofcostor pricing data.The City may,at reasonable times and places,audit the books and records ofany person who submitted data in substantiation of offered prices to the extent that such books and records relate to that data.Any person who receives a contract change order,or contract modification for which such data is required,shall maintain such booksand records that relate to such cost or pricing data for a period ofthree years from the date offinal payment under the contract In an effort to confirm such information,the City may communicate directiy with Contractor's customers and providers ofgoods and services.Additionally,the Contractor shall keep complete and accurate books and records ofaccounts and business operations in accordance with generally accepted accounting principles for a period ofthree (3)years following termination ofthis Agreement 6.NoticeofClaim:Ifthe Contractor has a claim arising outofthis Contract and/or thework contemplated by or performed pursuant to this Contract including injury or damage tothe Contractor's person or property,for any or anyone's acts or omissions for which the Oty may be legally liable,a Notice of Claim shay be made in writing and delivered tothe City within twenty one (21 j days ofthe date when the claimant knew or should have known of the claim. 6.1.Any claim that is nottimely made in accordance with this paragraph is waived. S3 o o o 62.AH claims,other than bid orsolicitation protests,of a contractor against the Oty relating toor arising out of a contract shall be submitted in writing to the City Manager.The contractor may request a conference with the City Manager on the claim.Claims include,without limitation,disputes arising under a contract and those based upon breach ofcontract mistake,misrepresentation,or other cause for contract modification or rescission.The Oty Manager,after consultation with the Oty Attorney, shall have the authority to resolve controversies between the contractor and thecity. 6.3.If a dispute Is not resolved by mutual consent the City Manager shall promptly render a written report stating the reasons forthe action taken,which shall befinal and conclusive.A copy ofthe decision shall be immediately provided to the claimant provided thatthe claimant shall notbeentitled to seek any other form of relief without first having followed the procedure set forth herein this section. 6.4.In any event the Contractor shall notbe entitled to delay damages or consequential damages and his sole compensation for any default by theOtyshall betermination ofthe Contract and/or compensation provided by this Contract for any completed Contractor performance In the event partial payment has been made forsuch Contractor performance notcompleted,the Contractor shad return such sums tothe Oty withinten (10)days after notice that said sumsare due. &5.Claims must bemade in writing and senttothe Oty atthe address listed inthis Agreement and shall describe the nature ofthe dalm,the events or circumstances that gave rise tothe daim with reasonable detail,and the amount thatis be'mgdairrred tothe best ofthe Contractor's information.Contractor shall notassert any daim arising outofany act or omission by any agent officer or employee ofthe Oty in theexecution or performance ofthis Agreement against any such agent officer or employee individually.Such claims may be made only against the Oty,ifat all. 7.Ownership of Documents:All documentation and work product produced as part ofthe contract shall become the exdusive property ofthetity.All bids/proposals and accompanying documentation received from theContractor in response toa solicitation shall become the property ofthe city and will notbe returned tothe Contractor.This subsection shalbeapplicable to all responses toa solicitation,including but not limited to request for proposal,requests for qualification,requests for letters ofinterest and request for bids. .8.Indemnification:Contractor shal comply with the indemnification requirements set forth indie solicitation or as set forth inan attached Exhibit .9.Insurance and Bonding:Contractor shal comply with the insurance and bonding requiraments, ifany,setforthin the sc^icHattm or as set forthinan attached 10.Terminationfor Convenience:The City shall have the right to terminate this Agreement for convenience and without causeafter pving Contractor thirty (30)days ofadvanced written notice. 11.Terminationfor Cause:The City may,at its sole option,terminate this agreement immediately if it discovers thatthe Contractor made any misrepresentation in any of itsresponses tothe City's solicitation for bids/proposals orifthe Contractor substantially breaches,the Agreement as defined in this Agreement 12.Compensation uponTermination:Upon termination,the City shall be entitled,toa refund of any monies paid for any periodoftime subsequent to date oftermination.In the event ofsuch termination,goods and/or services shafl be paid forinsuch amount asshall reasonably compensate the Contractor forthe goods and/or services satisfactorily provided prior to termination.Such amount shal befixed by the City after consultation with the Contractor,and shall be subject to audit bythe City of South Miami. 12.1.The amountsdue the Contractorafteraterminationforconvenience or forcauseshall not include any consequential damages,delay damages,test profits or unabsorbed home office overhead. 111.Termination for convenience or for cause shafl notgive rise to any claim against the City for damages orfor compensation In addition tothat which is provided hereunder. 12.3.In the event ofa termination forcause,all costs,expenses,losses,damages,and any and all other charges incurred by the Oty under this Agreement resulting from the Contractor's breach,ora default In the Contractor's duties,shall be charged tothe Contractor and shall be deducted from money owedtotheContractor.Ifanysuchcost exceeds thesumdueortobecomeduetotheContractor, then,upon demand,the Contractor shall pay the excess amount tothe Cny.In computing the amounts chargeable tothe Contractor,the City shal rwtbehdd tothebwestpricesforther>erformanceofthe Contractor's obligations or any partthereof,butItshall charge tothe Contractor,and the Contractor shal beliable for,ail sums actualy paid or expenses actually incurred by the City;provided thatthe costs Incurred are reasonable.The City's rights described hereinarein addition toanyother rights and remediesprovidedby law. 12.4.Ifthe Agreement isterminated for cause and thattermination is ultimately deemed to havebeenwrongful,then saidterminationshallbeconsideredaterminationforconvenienceandthe ^^r^r^r\this Agreement if k«kto^yanvor«TnnfcZ 2^/to^*e ^Wra^f ^«»»in substantial breach of () payrwm is more than 30 da^due ht,^^theContractaranyamc^other^absolute and sole dteretion WZLLTeTeWi ^ContracCor «»«"»*r and the Oty may,b haforaperiodof.evto^^jveWS Thisprevlsion hbJSt^i^SX^SS^*•**»»•"»Vendor onto complete the Work.^***to'a^t!Z*££Z£f ^?•~P~«**lw»any .**against the Chy ortheCrTonCaSn^h^^^No btterest shall be payable by Agreement WB,^TO?ttBTOtln^^toDer«^.aiVpe«onswh^arenotsigratOTO m-rtblid 552S^^""•^"tee.thattWe to aO Work. othe^H^e^^c'c^ the nuhfctin^Keep»d mainttin public records that ordinarily and necessarily would be required bytnepubteagweymoixlerta|»rfc™teoM '.""*™qo)r 3^T«^!3L*^O record.J£L.^lf!f ^reC°rd$^are BXerapt ^~"^tial a*i exrnpt from publicrecordsd^surerequlremems are not disclosed except as authorized by law:and ,«..«.J L e^,ay re°>»5rements *»r«*Mn«public records and transfer,at no cost,to the public 328^2^!^S^P6d if*0*^"*be provided tothepublfc agency inafbrnat that iscompatiblewiththehformationteclmole^systtrnsofthep^Be agency. rrrVA.n^*JfC°!'*'^wteM^t^r°*«notamVyvW*^ *ELZXT!222*??f£5*m C0ntract provWon b*sPe,aflc P«<onnance and the person who«obtes **prov«on shallIbe liable to CITY forte costs of enlw^this proylsten.lncludlngl^^ncurred to all proceedings,whether administrative or civil court and in all appellate proceeding,Tin i™£?<?ntract?r **^mnh>thecat/lbr all cost and expense incurred by the Chy.including comply withthissection ofthe Agreement policy wh£«,D„2a^h^^ herein «hln*i»,!lI!S!!I!S!!!t Contraetors Contractor is an independent entity under this Agreement and nothingheJe^ri»^nsm«lto create apartnership,Jolntventure.or agency relationship between the parties.tovta*prov^ivthejCon« S^IlSSlT""I ""P^"^Br *****of the OTY.Personnel policies,tax responsibilities,social SS o o o 20.Entire Agreement,Modification,and Binding Effect:This Agreement constitutes the entire agreement of the parties,incorporates all the understandings 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 tothe benefit of the City and Contractor and totheir respective heirs,successors and assigns.No modification or amendment of any terms or provisions ofthis agreement shall be valid or binding unless It complies with this paragraph.This agreement.In general,and this paragraph,in particular,shall not be modified or amended by acts or omissions of the parties.If this Agreement was required by ordinance or the Oty Charter to be approved by the City Commission,no amendment to this Agreement shaU be valid unless approved by the City Commission. 21.Non-Waiver:City and Contractor agree that no failure to exercise and no delay in exerdsing 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,indudlng the provisions ofthis paragraph,may be Implied by any act or omission and will only be valid and enforceable If in writing and duly executed by each ofthe parties to this Agreement Any waiver ofany term,condition or provision ofthis Agreement wit.notconstitute a waiver ofany other term,condition or provision hereof,nor will a waiver ofany breach ofany term,condition or provision constitute awaiver of any subsequent orsucceeding breach. The failure to enforce this agreement as to any particular breach or default shan not act as a waiver ofany subsequentbreach or default 22..Rides of Interpretation:Throughout this agreement the pronouns that are used may be substituted for mate,female or neuter,whenever applicable and the singular words substituted for plural and plural words substituted for singular wherever applicable. 23.Cumulative Remedies:The duties and obligations imposed by the contract documents,if any, and the rights and remedies available hereunder,and,In particular butwithout limitation,thewarranties, guarantees and obligations Imposed upon Contractor by the Contract Documents and the rights and remedies available to the Oty hereunder,shall be in addition to,and shall not be construed in any way as a rim'itation of,any lights and remedies available at law or in equity,by special guarantee or by other provisions ofthe Contract Documents.In order to entitle any party to exercise any remedy reserved toit in this Agreement,or existing in law or in equity,it shall notbe necessary to give notice,other than such notice as maybe herein expressly required Noremedy conferred upon or reserved to any party hereto,or existing at taw or in equity,shall be exclusive ofany other available remedy or remedies,but each and e^rysuch remedy shall be cumulative and shall be in addition to every other remedy ghren under this Agreement or hereafter existing at bw or in equity or by statute.No delay or omission to exercise any right or power accruing upon any default shall Impair any such right or power or shall be construed tobe a.waiver thereof,butany such right and power may be exercised from time totimeasoftenas may bedeemed expedient. 24.WaiverJury Trial:City and Contractor knowingly,irrevocably voluntarily and Intentionally waive any right either may have toa trial by jury in State or Federal Court proceedings in respect to any action, proceeding,lawsuit or counterclaim arising outofthe Contract Documents orthe performance ofthe Work thereunder. 25.ValidityofExecuted Copies:This agreement may beexecuted in several counterparts,each of which may beconstruedasan original 26.Severability:Ifany termor provision ofthis Agreement orthe application thereof to any person or circumstance shall,toanyextent,be invalid or unenforceable,the remainder of thisAgreement,orthe application of such termor provision to persons or circumstances otherthanthoseto which It bheld invalid or unenforceable,shall notbe affected thereby and each term and provision ofthisAgreement shall be valid and enforceable tothe fullest extent permitted bylaw. 27.No Discrimination and Equal Employment No c^cm shaJI betaken by the Contractor,nor will it permit any acts or omissions which result In discrimination against any person,including employee or applicant for employment onthe basis of race,creed,color,edmidty,national origin,religion,age,sex,familial status,marital status,ethnicity,sexual orientation or physical or mental disability as proscribed by law and that it will take affirmative action to ensure that such discrimination does not take place.The Contractor shall comply withthe Americans with Disabilities Actandit will take affirmative actiontoensurethatsuch discrimination does not take place.The Otyof South Miami's hiring practices strive to comply with ail applicable federal regulations regarding employment eligibility and employment practices.Thus,all individuals and entities seeking todowork for theOtyare expected to comply with all applicable laws,governmental requirements and regulations,including the regulations ofthe United States Department ofJustice pertaining to employment eligibility and employment practices.By signing this Agreement the Contractor hereby certifies under penalty ofperjury,tothe City,that Contractor isin compliance with all applicable regulations and laws governing employment practices. h«r*,m,ii 11?^^*if"?a?d Venue:Thb A«reement and the performance of duties and obligations disputebeinsaceurttfw uuonotany rdaiingiiiarvv^to^isA^^V.7 violation of lJ^riEZL 15S!lifW;1?!C6ntra?or ^wingjy employs uittuthortoed aliens,such violation shafl be cause for ^rfL^,i ^L"L d«™>".b"t does not assume the obligation,to require proof of valid citizenship or,mthe aternatwe,proof of avalid green card for each person employed in the performance of work or providing Byreservlng this right the City does not assume any obligation or responsibility to enforce orensure compliance with the applicable bvto aiulfor regubtions. 32.Assignments Contractor shall not assign or transfer Its rights under this Agreement without the ^^1!!^^C0Mef*rf**'Q*-The Contractor shall not assign and ofits duties,obligations andresponsltNlfties.The City will not unreasonably withhold and/or deby its consent to the assignment ofthe Contractors rights.The City may,In Its sole discretion,allow the Contractor to assign its duties,obligations and respcmsiWIities provided the assignee meets aH ofthe Chys requirements to the City's sole satisfaction.The Contractor shall not subcontract this Agreement or any of the goods and/or services to be provided by It without prior written consent ofthe Oty.Any assignment or subcontracting in violation hereof shall be void and unenforceable. r-iu I3'Subcontractm8s •allowed by this Agreement,the Contractor shall be as fully responsible to theOtyfor;the acts and omissions ofits subcontractors as itis for the acts and omissions of people directly employed by it M subcontractors and subcontractor agreements,if allowed by this Agreement,must be approved by the City.The Contractor shall require each subcontractor,who b approved by the Chy,to agree in the subcontract to observe and be bound by aH obligations and conditions ofthb Agreement to which Contractor is bound. 34.Effective Date:Thb Agreement shall become effective and binding upon its execution bythe City Manager.•/ 35.Third Paaty Beneficiary:It b specifically understood and agreed that no other person or entity shall be athird party beneficiary hereunder,and that none of provisions of this Agreement shal be fertile benefit ^N ofor be enforceable by anyone other than the parties hereto,and that only the parties hereto shall have any rights (J hereunder.V_y 36.Further Assurances:The parties hereto iigree to execute iwy and ail other aiuJ further documents as might be reasonably necessary in order to ratify,confirm,and effectuate the intent and purposes of this Agreement 37:Timeof Essence:Timeb ofthe essence ofthb Agreement 38.Construction:Thb Agreement shall notbeconstrued more strongly against either party hereto, regardless of who was more responsible for its preparation. 39.Force Majeure:Neither party hereto shaU be in defauk of tte failure to perfonn ta obligations under this Agreement ifcaused by acts of God,civil commotion,strikes,bbor disputes,or governmental demands or requirements thatcould notbe reasonably anticipated and the.effects avoided or mitigated.Each party shall notify the other of anysuchoccurrence. 40..Notices:Any notice,demand,offer or other written instrunient required or permitted tobegiven, made orsent (hereinafter referred to as "Notice")shall bein writing,signed bythe party giving or making Itand shal besentby facsimile transmission,e-maH.courier,Federal Express,and any ether means that provides for proof of delivery.The Notice shall besenttothe facsimile telephone number,e-mail address,street address or post office boxas set forth herein below and hereinafter referred to as a"Part/*Address"for the purposes of thb paragraph.Refusal to accept delivery or failure to pick-up a Notice within ten (10)after the first notification bythe delivery service ("Rrst Notification,,).shall be construed as receipt of same.Any Notice given or sent to the estate of any deceased person shafl be signed and sent in alike manner,addressed tothe personal \ representative ofthe deceased person atthe personal representative's address,or,ifthere Is no personal j representative ofthe estate,then it shall be sent tome Ian known .uldress ofthe deceased Party.The parties j shtaH have me right to change,the pbce to ! all other Notices and sentto all ofthe parties tothis Agreement The date of defivety ofthe Notice,the date of refusal to accept delivery or the date following 10 days from the date ofRrst Notification or the date ofthe return j of mail as unddhrerabte whensent to the Parties Addressshall be deemed tobethedateoftheoffer,demand, notice or other writing for the purpose of enforcing thb agreement and It shall be effective from that date.! ui ! S7 o To the City:City Manager 6130 Sunset Drive South Miami.Fl.33143-5093 CityAttorney 6130 Sunset Drive South Miami.FL 33143-5093 City Clerk 6130 Sunset Drive SouthMiami,FL 33143-5093 To the Contractor: Thomas F.Pe^e%Esq. Oty Attorney Name:&4 7>f/££^,*.6'C 0 f£^ Title:£X£c&ff f£/>/Vf f c/^V*- Street/Avenue-So tffs'Z '2~f2<*4C-C-' City,State.Zip Code:ofrtQ^h /A*/./*.///// 41.Limitation on Liability:No member of the governing body of the City,and no other officer, employee,or agent of the City shall have any personal liability for the performance of this agreement nor any personal Interest,direct or indirect,in this Agreement except as permitted by the Code of Ethics of the City of South Miami;and the Contractor covenants that no person having such interest shall be employed in the performance ofthbAgreement 42.Corporate Authority:The Contractor and its representative who signs this Agreement hereby certifies under penalty of perjury that the Contractor and its representative have,and have exercbed.the required f"\c°n>orate power and that they have complied with all applicable legal requirements necessary to adopt execute f \and deliver this Agreement and to assume the responsibilities and obligations created hereunder,and that this V-~J Agreement is duly executed and delivered by an authorized corporate officer,in accordance with such officer's powers to bind the Contractor hereunder,and constitutes a valid and binding obligation enforceable in accordance with its terms,conditions and provisions. IN WITNESS WHEREOF,the parties have executed these General Conditions to Contract on or prior to the date first above written. ELITE MAINTENANCE &MANAGEMENT CORP. {Print nameandtitle above) QTYOFSpUTHMlAMI By: _..^,y Steven Alexander QtyClerk J >^Mariafar END OF SECTION 58 | Read and Approved as to Form,Language,^' Legality and Execution thereof: %.y*^t$r O' t) r*h: mmmmmm mmmmr mmmwm Sir ^^Sl^^'ll^ff^l'^lr^li -fi^pWiidtaHrfwiRMiiS- !-*".'.'"k..• pacta, «; flame: WfrffiF^.rfir^^ytffijsZ. ..«.»-'t.i.mji UtiHw&H a.uyi:::&wti «S!m^MdfeMis; Wftte*MBSSBS^BK ^ri^i^aMet m r^ 3.Qm^iWQr%&& j;-Pfl iegeangri.....,..-.,. Ife^^i^aia^ jspfeggRfsi jsga^iaffr m®^wt&Me W$$s&...<ji:~...\:~:;.,.i Z'V't'-i'—Xr- •=4-|$i^&p]^;^^fcjy^agig^^^:#^fied^ss©^ 1$&8£$fe • SuspensiQn,of contacts or ^to^fi^*;^liCa^eiTCy; List joiner #ave^ftave done business within l»&M¥scg« Address* 1^e|&>n»Ssl^ Ctfm<&£ei^n; t* ()v. o T&s^lisfc ) J$ AND PRINCIPAL SUPPLIERS at r*% r\: NON COLLUSION AFFi DAVIT a^&amc^ cmafwaF^M^| m m m ..^fe^B^EJS^^J^9^WPj|.R ,-•••.•.........^.-v •%$•t^pjewfejjl$hat fasgsAmitced the ;e£is^i^h^tlftQ^IS^WS(^SM-1^SIl^!^^Pi PW^i^gTB&^Jajcjp^ftoppsit tkentcu^m^ SM}$fo?p^or «h;*tti firopos^Jj M^ftijsr^^aatif':Resjpfoiifet 3*©r atgr of its ^Ifieersy.$K^e8%:^&flgg&^eM*:;r£jp&fjiii^^ imptt^Bfc^?oF parSfesIn mls^s^Muairj^^have#t any my ro to |)l^||ipp^^i^i^g^faeenseMtteof *sr c*r ifjlp^^§g*j|&^'|^iSp^t^^.W*MWi$$®>,$r ^M^uiiffeicjifr,?m conference-*<*jfc ^atgr rtes|idtli%jjg %ft^T t^^^^'Miftf .i^Sii^^p^Br^^^^ii^##S^copo^^r o^a%father ^s|Jo^en§xor ^%p^:-ipp^^.|gF^ff $£$1 ej|$s^^T^'f1)^^,Wm ^*fe Prx>p.ejs:ai itrfee o^aiky^nihejc liis^d Es^jra£&3^ftBlv^& or4^fe»mil a^&tmm>mfm&^^s^pe^iemi^-of atj^pelf^h Ih^er^sli^^ifh)i )00ji§& vybrfe *'""_"'*"' .PftipSfe-^f prices ^upsed in tbeatfeachecf £ro|>05al;are3aiir and proper and are jnor^ntgji jteyjpy •Bmmii \ ) i n o ,J o me&,...im£::,i^.m^ m^jmr'mmm J ,J ^0^>iMm^Ms^^i^^bs^^;m^ ;„„,srfeiQBall^fkHi^tCtdtfi^r &k~.sfecsanatlttent^saifiori;" Mm iteiKfeji Mi /^N /^S Pplu^Ei^irnr gs^s^p ^i^ryiT^^r i«teii^ Pursuant to irm proVisfe&s dt J^m^^h^.-^^1^^^^^^^%te^iEafft^-%pepsM'#$®Bgfe who has ieen p1a<»di0n4^<^vj^^jfeg a|^p§f$ty #ipj&8a^ii^s^bip £ fooposat .or isftJ>o:ni^a-fc^ntraxai^or ^r^^<de mf ^d^W-^r^^m$j#J^S$M Sfproposalfor^Contract with ^jut^fe entity %r the t^nstructlbn of repair,v^"^^^.-^^!^'^^jfejP$$£gh^ ao£sjabmi 6^;©r;|^real pmperty^D^puMeetit^yj,;ma$hj&fc%|vyar<ied ^P^^M ^fel a?a;KESPOlSGliM^,lub^onti?a«t^suppliferi SB&mtisutas••*^nsufeantixindW $^mi^y$tfr faity 0iii^ eqfj^a^jt^vA any publfe erttftv,.tas&eess)^thWito tWb # Se^n28i$^ "WR- pp$S%0.$£W^o0mt 3p^^6r $§^ae|ie#*®k WM&&&W'0^¥-*M MmforSt^tse 5tafotes. % ^sstyofti;sg^h^tiis^pft^fto %, #s$e I0\t^^fi&^m....ifjfj^ gggjjii^^,^,_>v and^ap^licakiJei teJrederai^pJbjifirid^^f^h Mbpfer IfL.^.„....,•*>••--.-^^•••^•••...•.••..-.^•»->.»**< entity has no fifet,irrcfcrde the ScftM Se^of%NiirtVber of tne individual stgryn^this sWem ^fferttenfe J Sid$^#Hvalr3i,*lRi5Bp :J^-g$ST a*^M fa fe^apfr 38KU3&BlQ^^^ljtf^ fethe: f^Ss^i^^state t^d^^nij^Ste^ite^n^i^!p||r^f§>:a^W-pS^S^^^- t®£&^priovlaetf ©s m$piMfc enit^fffvari fgj^$or'.|^^^felR^^^f #anj^gj|j#^^!#'il tfi$ Wnteid :§tates.and tediving anotyc^istj fraud,tkefc brifeery^t^oilusion,Fa6ke^er.np-ronsr>irpGv.air material&sm&teeyi dfn^^laf j W^litaiiii SM *'<mtife&''or %pj^lpr^&&&***Sh fenigrapfi:S?a:S3 |1$v(%Florida &f^gafte lift.^#dl^t <35r |si§^-ftfal •j0&&tif '#&!!&&.felltihlg **v #&egesj Ijrougjit b^^di^nri^rtt ^rin^raf^a^f.Jiyi )r j^fe 5£S;^s#bf |jufry Ve^dR?fe ^^^^%:^li^^^pfi&dif^4%cfr ndfecontiM*^^ j «nfesian(iAataij aalSiiate^asvdeiRrtedJib i^gpaipl^^ias (fy \ iA^predecessor or^suciaessor dfwjmsson €©n\S<^ed ofhs ptiblie entit^icriliiei;or X$i An ^nj^fii^leiN^vvlo festive in^ttfee:^mana^mew^thfeen^ ^'n^ajn.^-. lad .^6 ft^leip c^R^ob^;ojFa|»^fcenj^Tfte term ^aWate-inctades those-'<L%a%' ta (j fc »: /•*-%, <) !!&Si%^^S&i&feMsJSi ^pte)«.es^Hr3fiemhers|-and agem^^He^$$$$.irt the :*ga$a^^fftfr©^^dfshamcon^^ JOfiatiSst %HK^$gp^j^||jg(^$j*%;D.jie among persons «meir flite fef*Mr ma^ji^^jf^g'^r$r$g %$%&l%g0$^Sfcafl ;fee a<grfnnala^e ^easfc,that one;$Sr5$* c^tr^fe fftj^f W^:J*igajs&I li^di^lpr^^ei^ifiib »lotht?yje&turgyMt a j^m y$Mtte&fee^#^l^£&^<tfarth|»t&e firec^dmg3S t^i^^sliaff ;l itofetohnA tfwx person!*w defined *n fegig^||^L ^#$ft fjd^^^ttifees^^n^earc;,^ ?|tyM pe^i^or^ntoB&-tfa*&M$$W s,fatgg fef:#:t(i^Mtfm$-States;»#&*He teg*l sgti^&t <g^^$fcfe Wp>$Sg3 #f |p|fi^p-6it'#^to'p0fsai^v *&$$&§$*lfrW$^!$f#£f g&efettr services lethy *p^ift-fii^£r il^^PW1^»P^$8*U|«8$£*m%1$e:*ei«^^r?^^^i^^; eX6CUtlVe^baftfhA^-:sfateh^niiimKftrc arw4:.«mrvK-jiaJk™ir^^Mlh ^hr«i^»^A«*^£>.«.i^slM ijD&fce>acti*e%i fn^i^gj^^bifag Based ;<m %\fe,Fifca*fem^^fejyg 4$P§i blfoMsfae;h relation so;the r^*....^-..^.f^v$yv^statei*»^. ^'Tfe.en;^^fr:.#|fe#^r^/#&?=dfflcer^Mwmsfy-e^cut^ partem ste»^fe%^S^:ma^^meni:oJd^ai^ •Mm MUtm^:0tk^^h3^bmfi i&g^W^^$ufee^^t<?Juiy vrm """" 'W&i&n n^ng^fe>swpTn staifeerftent^ar one^f ffi<$tf§: r^^MslQit;&Mm®00&^P^P^'^gS ^?Sai"'Oj#Br ^ejnferetf'%^e^1Hiear%^'r^ ^lefinjne^l Ji^at it vkss not frF'f^j|ai^^statement m K$ia^N^ft*^ifetf@$^^ittj&l.JsSK y^iiR^piW'T^s m «* •r^\ DRUG FREE WORKPLAGE *V\foen^eribyj£^^ &y$ie ^Me5^byany^fli^&h3bi$^^ Jf%0^s£t.r^fcfc^r$$e5 i^.a%ll.^>^p^!nn$ll^l avdr^fteeyyprlqpfa^pi ^qs^Jfialli^ I gtissessioi^ft^is pi*ii&ted fehWv^k^^ .^t^feiiSttSa^shallijetaken ajainst&rnpfc?)^proKlbitJonc inborn*iem|>tep^bifsfti^s!p&iij^of rj^y&^]|^i?u^Bree woi%faee,;an^^^and .em^i^yee ;asslsj&&^^^penaSie$iB^m^empl£yees$&r.<Jb^abM$e otf|i^§0^i^^ifigigyee sl^||«%^y^e terms;d%ifiie sWememsaftd s^all hiG^Aeem^^^o^^r^ieai^guilty^oir Mob earceffitere^lawd^eMtite<i Safes oreay^tat^^later than ffm^'bust^ rafter sj3jcfcponyfe&^ 'fg^pse^5ajH£&^^ i&iall^^J^SUitti^^ifalfe u^e|e£|^ ^^0^^// bl^Vse^fe>nj Jfethefpejrsonaii^orized tosto^e^t^ernent,l^d%^af^tejirfo^mpfie#foiiyWith theafevfefiMftf^ f^r^SSgvrRs mm®.. 20 a ACKNOWLEDGEMENT OFCONFORMANCE WITH mm Sl^tpl^O^ wihwst?m mmm mm ft*»dilrk ^ir^Vte^itoiftwtf^fr*^g^&sa ^:«SKi*i*l»iyat^i^il-X-u-^i-.Srtf/iaV 5^^^*a-|&jC=a;«2* ^isi^itt^ •*j.t'''*i'..'>>.'t'rii'r*»if:'ctt|L>-.. r7~^~P»«i£*^*!«**i— :tfc?l am^'rej&&$bQ (7 ISe o # •r*s icer^j^tth&l^^l^deil^s n^rneDdes Not app jf/£pj^^3El*!^MiiiBi^gs^*s^fee;0&k^%&M$% AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS DECLARATION UNDER PENALTY OF PERJURY ^^^^^^^^".:r vffi£f^aJ^^u&|#pitlhal^^pSip^ :58#4&ffii^^....~ -s^pS^^ipaifth^^ I|*r3^p^or i^a$tig|i^ilfitBed Qa^igf €otnpanijf| i^fchmiseytev^ s^ifofnater^ ^s£pfli^^^;th^|Q^j3#^rj^t^ feMces Wefete^s oftjie o^§£fe KhecMf Applicable Bbjmcfed Vendor 1M 7~I;slfc^^ ?&*&*£ACKNOWLEDGEMENT ^i^C^d^^^#|ffirii^J$%9 imyhandahdQrt NOTARYPUBLie: .mm. mmcj0e& j v y Or RELATED PARTY TRANSACTION VERIFICATION F©ttM %ir&rn^tfert^^feeliefi tiittter p$na%ci pe^i^Aat to theibes^ofmy f^:^^rl^#e Ffe&;h«^^^yjgh o&s^&iihe.eontractkor .;twsjmasfi%m%^nc&ariKe ^r^a:a^are^a^ut%perfei=m S^pr^'^ansa^fMim.^ £^iVan$/ .^^sW^l^Kisn;|a^^:ti&iiSI N^^i^'^^^isti^g i^m^^^j PiiSjfc^.'•' 5fto^feJ^m]^^d behalf'^iln^^ isdieiyoB^the^^ator^per^ofial t&&ftd&4(^^asto r^ie ^eJaifonsf^sf*niptev^es orthose^ha^ %^*iS^*^^^i^|#i^ihil^^^fi^^lS^^lisl^sa^^.enl^^ ttatty|«^ifc^erjsejso^ex^^wiMb^^ 'JLM^P^%fe se5#qw^sliafl oefcasetf srfeVon ^^^atQj^s^pr^piiai: mi^lens::^s||t>tts^:|^^t^^|iilW(6%;fe^fefInawda^ BuiJS^i^h&$ss&A sd$y<fmsfe#^^ he/shelfe not repaired tq make an iadependent r&Y£s%Ki^^the firm of city »ap i«fSl^r«jS^tBai ^hi|y hot dispose ^^^p^as^&^tiat^ta^p^^f^'-M^pers^l^o of bene&oribr th£peteona^lfi or^nefit crfan^other f^son arhusmes$:«ht^^gain or ^contiTact. jtand the firm fier^tj^ax^p^e^^t we,haYJBTiot £onto<£ed:or jfran^Ely or i$:0&®$jlwaffswgf^nd£a{#r^fnjepires^^pa# 15 •r^s. !$ij^vviiMtoAie pastiw^y^afs^feerTtliaa as ngc$5^not^onvififtlinej hdWrB^^ r^eni^fet^nc^addnfeial sheetat»d AeiacMiddnai'sftieetniust&e^piied unoWoaftj* ^ij^hasifijg^^ (%MetQier iisor^^diNeters:a#thetfihnv as* spuse.jso^i^^^o^si^r|^ „.,_,..:.,.,;.,''/\„-;...V ••"-'.•.'•'..,,:,,.,,.ffi.ftei&^£f^&>^u^l^^daitJcirtail ;i&gijii^^thf S^gtgfc::^: 3h||iSf^^ftSafeB an l^e|feKd^i*t tditei^a$b^^o$the lfenf*srW ^?4h#ffmm^ate^ 8I<?C3&ejKfijmi^^pI i^C^erSfe^ ^cjiS|F^-|rt^^^^il ^^i^j^yf^s§r.^fejiovyirig; Sne^ssa^as^a^se^aratte sheet;to%u£^^this iine^hrowevetj'^QU moist make refereaee*^^to Ihe a<JdSlooa(^^t^signed ujiifer path)., JyJtfMt^^y4r%0se?sio^c;|s puJbBgJj;ti^cfel^e siat^MftiW ^Mfeb^et^f^i^ei!|ii^al pe|^fr|f':jw^ £%e^;idhl|pe#ala^triforffi^ v^otratCnar^Buf'^ansvVers>l^iMs dQl&n^ftk:^ %JI and tfteBWhav&am names! ta#i^5an^e sj©|fdi^p^^4j? respocisesvt^a: a*&sli|e«^MtatnU^^ifeuSl^^p^ have made a^d^ent'endrtto inv^j^te^he^matfers to^rvhfch 1^;^atse$i^he^stacernents ina<feJher^i#3Qrye are|rue and|p?i^^Jk m o j i j &c.$A-i>~.^ortftic&oJM ^es^pi«itibn» ££*j$^ilk^i^0^-i^^^_j$$s^ i||$f&r^^tt&r*&^review ^Ato-i-^^u.wi ^&*^e^k<3&aili^^^ bggs #i|ps&^^dyisprj &par$s:and apen#s wfeae ^r^sj^ostlj^^fe f^niniend le|fcMB&ig ^:M0.^n^iMifc ' *** w^^wj^^m (jtfFfetf i&m^%^oljti^nan^:teerestris^^efe «©^vvnefsfti^dilbe£i%o^4niUee^^^^:}rei$«et w o«3>r& i tesn*1?fan^bmtfeefs )^iM^^lkiP0^^ $a§r^r^g[^W^m^^^W^^^ 'm'&W0M®$%^$W M^WM^k^MW^MM^^Mf^P.i$*l^i^^feiwaft ^^1^$^fe on^^lpoQ^qrsie |*}V^tne *%. IStb?:person ib^ude^lt^parag^pfe^p)r^roqg[?f6£afKkm pai^^pft,|b)P)shall enter into ariy contract orlransadl aiiy^>ustnessilh ¥$&h lliat pejw*^ anipetjtjve W&gb^tatldti; iw^*^^ fc^seihiitas?^^^ oif sticb pra^ei^^y^i#?would vlblateylhts subsec^on butte waiver of •ifeeqi^emetvfe^nd' ^|TMtos.1^^ is •f*T\ ..A fc|$pe^^^Wiij&ij^fe id^B^mfmt&®$$^fpfe«>M#^&***P^^rapte^^s^aii enierlfet©. (vldfeSdn pt^&*ubseeti^sJwfaende^tlie^atisactW &ijf. ;aisj&iMp ""*^d1iona|y<5no pieir^n&fciie^^^par^apfi$$ft-t[s1i#^pt^o^3fpfcfl^p^ll^^g ft ;ahjp raa|[:#pc^e^^nasim^cf^efol I<5^|JS?-'^f^fe l^s^Bs^ps^i^r^6teB M0s*\$fe&GF «ii|itete^^fey my^^rt;pf$&&t$$9$!M^^ ^^^^W^M^#¥^-^^W^^^3&&or:;oriGFeS&K?*tflfoaBy3nslance&^^matter Wo:^^ :$&s$£j^^itfj j^i^pipipl^a;TOMBC'dNlN*femSi^rnanner/^ icti^.1^^^^tftig^l^fefey^^teS dfcthe ^eomrrSsslbtf^ ||i^$foi^referto^trafiisfef 0^^ ^:„^__*_..^j^t^^^{ten*orpfroMse,,'$fc i^^l^-'«^f''|^Mi%^f^ I t:c«nSJerai^oni; he^rjr^ib^ sfie ?<^A*vaTG^ A SjalgrMsti^as,;&|<^jef p^ptii^^^f^fe^l §$fijj^^ nature......,*. j$$f0ttt>Weim &$mmttikss!&&&&i para|f3u3&^jj|&>^bi^l fjf??^ pn^aph&^PI tfr^u^l^or ferany^mon included Jfttfie terms defhe&in paY^^^?i^|J fth^$£t$ J^pfe^^or ^ri^an^^fe for or because of; ^^^|i^ii public;actipn !$^:j#%^Jbetaken^or^^ia«?ai^|s^if5ai:orfe8Jare totalker pubfifc i£8$$!.........i •&ieggl cJ^Jiej^^perform ^tej^iutp •c*&te|pfc^^ar^fce^yat^^l^any j^i^rif iM^|ft|i?^e t^^eSnedjn lie •0) irde$ri (ft Comj^tf^ry dis^osurebye ^ Ibouldi-a^pe^soal^the tetms dfefifieci In fimpaipfee^ip pi?bu^es55fi«%k:Wnic&i|[ia^p ^prl^lCpl I£g^£§St*SUD^p SJhiOlllOrtjfc^wr?«uauiCT3:s:iiK.iifjr.turns auu^at^i^v^i^ca«. faWa^^g^«f any ^r sgeney*or besuibfecs^^^t^tie^origl^fcj^^ej^. f Prohlbit/bn on us*of conf/^ jjersan ttiCt^cMfetfte terms deitelft.pars^gfi 3ny business or professional activ%which one mlgftfc ,r^§n^^ Sf|6ISI gfdj^$&'|^islKall th^t;pi9Pson in fact ever discloseconfidential fnfor^aiiibnvgarriered 0^^^-^^^- (Ij^sjffie Bfir^OFi&a,^^ ^,,/.,^>-,.WWf...^H,;^.-^.uwu^.^».ruruwuv ii.^^^ii^jwu »ru,i^h dfficlai^^on is't<5 |^tatj&p$£ s#M§fa$S$^^ente;:hayjb|a;,yatue Wje^^ss^M^S^VTlie dsdmare^iie^^a&^ jNilpf;TOi^iS^ifeWBS,foe %ea£ !©mer^:^ I steltorrBplly-use or-atsten^tftcfcuse an ##3 m O o a I.; :oB&ia1jptesMon widv dtacigg,nff^a||ha^e^^$m iisefa^^feq||^rfeol^ $&jfoi^n^^theierjiis ideHned iW^at^graip^f||®3^$iill ^ep^R^r ^mplo^ent^hkb ^1^dk$ined3h paragrapnf ^^);i||ifi^a^:g>r^^^an %j0®&$j&^ilfe$%^e^tf$i$^^ teur^^f^.^y^ $i§#^J^^$$#3$^^eo^tatn'pf ^r^S^ $Mms-:;oJf¥^fedi^^lenrecel^b£fe^fepiots ^$|i^i^^^^p^^iepsivft shaf%e Sfed :v*n# 9gl!$^sfca^fee availafcteat^^^ i^^^^f^^l^^^lj^^ceports,fenxlhdMoitiat en^pfo^eesgpf^cga'gs;-^^lifeS^^PNs^i^rf^> efcafilittifr -atflfctfie pui>ife fhtefe^l g£J$P i*erW$ni&^tie tferffi^^^($sfeal^ap^r;iyrom^f#y tera or: &,4e^isi^Opmfer^(&«5?Jlel3^^^ |p$€^^Ppp**f^vslalEsMch ^spii reseiye^ couns i&Otfffl&fffi < >per^on^^^^d#»|$11$'j^p01s0s ^fPIW^^sihall^aj^pate feany btl^ak^n ^li&y^r3hiireci%alfe^i^fc^hess im^^^.^t^r^^^^sSmMiJ^ifi:feimedlamfam%6asra frugal iRi^j^jAfcanc^al frserest^ei^^l^;r^be3fa^%anyjfceet or '1#$N^lftgi^ed(W W&%&m Wiu^fo paragraphs p^tfer^^|&j tfcsgl^^ :pro]e^'^i|^.e|ift^-^prj?p!^^i^fe^^teffeves^has r^?ht$^^it^^rffnft^ 27 fejgefslt r^b^ii^^actions or%dfif^ai ^^^%^J©M'^-J^B^-^wfifcl^e IfB.'l orseSers^^^jal«a^^ite|B^S.SS&Wjfea Qi^^e^iiTim^ :n}ajP£E^ g|J$kj^^^l^n^^iW^fer aperlbd of fyvrpyea^s afterr $?§&£^c%|^yJtee;Q.remp%^^||^^i^i^^K^j j^dsfine^h pan^plis; jr^sjiij^ llawyerwi^f$ffiipg0ik Wt &rn,pro^sjhnii ....:•*..—-n*'—•....•.•.••--•••••.-«-a»,-.-v»jrr-'^j..tf..«jt»_r^.-aar«.r«^:.'*^•'•••rA'gll -wl;...-;:ti«...v»..u —i-i..-j«JC I-fe*.~-.^^w..£i.«<».:•Sl^M«,'kT«l^aVl *Ur*.*>::W wiSf*>vtvifv>Anj4«y»i<kM t^est^^jpgi^has; •|3^Ji!^person vtf^ j^|cjf|^^and Who;y^ofc beh^ (1I£T^s}Aa|^t^$fp^^ ;ffj>fi^;^r^i ^j^B^d !$$$ra|^servj^^|&^jaaajs^jtiLait ta &e#eWy|&|aS^^h-^^l^^pgllgSLl^gjli..SK^^^-3cfies^b!js4 ofeaci yeara aS§r>ffs p^i|^^pg d^ftptQ|mQ^e^iier%&a€o^&^n^0J]^^j^||iJ^%R^^Si^pi|^ti||djn |^i^pfe^|l;|ft* wA^KSgre ch^r«oini&.$^^dir^aotfisd^%:5^|N ^0:Mm|*ariasi^pg^,$j^ |dy|^ijitf^^ $$$$!£•tt#:4fcSteW$.$ubs&niyf)4ffi^^ «ui>/f€£r^^ ^e^^e>-%^^|"§^^^p^liMijfe.w:emplb^e^jAll pet^soWsa**^^$Mt execute-at* ^^ay^^on S&iWa^Hi^^ r^ulisimett^^ tfc^iMiil^i^s^ijl^l^i^^^<s©de^#e#b i^lntap^S^ir$hg^ja^ifc^ fenra,*i^ a&vjfcedLuntess ife^ \W^^m^MM tatheit eritirJe; R^JfBfei anjd^&^psrAe^and B@FSIifi£5N atf: r o o o O' /"*•*$ j Ufom a©%ee^^rj^g^g^*i^s^^5fl*;..1^»iNfia^-S^BMifii^'^^ar^mrfllteefe.s^K i^^lti Kl»gp&,S^^itep^*tf $Bfe srifet^ft^^^i|^.fi^|g^$h*$^rila^ maJ^olper|iiir^ jiPesit&,Itease noie;tt^SStt M ffl^bg^miWmWMM WSfertfebf an^oriewlii^fe* For tJNe pttr^sc I^Ufll Prirtt frame arid Title m &aK not :be t*^r#$$^ *flrfrS^i&-fci»^^ ;ofMepreseiitaf^rf%a^t)E| pftWKS^Sofen^Mi^r^pr^r|b^ 28se I jVews m CHY OF SOUTH MIAMI COURTESY NOTICE NOTICE B HEREBY givtn thattheCityCommission oFmeCtty ofSouthMiami, Floridawill conduct Public Hearicg(s)at itsregularOty Ccntouoioa meeting scheduled fcr Thoday,November3,2015 beginning c 7:00 pan.,intheCity Commission Chambera,6130SunsetDrive,to consider the fbllowiBg ittro(s); Ajl Ordinance adopting ft 20-yetr vtster supply ftcflite uork plea and amending the tily*comprehensive planto tSxeagbm cacroiiaticn between watersupplyandlocallanduseplanning. A 5801 AResolutionoftheMayorandCfty Commaston oftheOty of Sou»Miami, Ftoitda,adoptrngadoftamendment toArticky Scc^ to changethe uty%officialelectionmonthto April,sobjecttoa Refaeadumof Qryfr electode j^piurlugdieamendment,andtobe placed ontheballot althe nextelectionscheduled fin February 9,2016anddirecting theCfiyClerktotake allnecessaryactions©carry oatiwjirovuiansoftWj resciittkn. A ResoluticDp*^"'g a non-binding strawballotquestionootheelection ballot fur Tuesday,February 9,2016,to *«»-™>»-abetter meelectorate jupportotheb4nldmgofanrwdtyliall,c<)li«stttcoaadnTa3iynsm^ from &sale,or othertransaction,ofCityproperty,and bow the funds from sucha transaction,shouldbe spent. ALL interested partiesareinvitedto attend andwiBbe heard. Forfarther jnfannatica,please contact theCityClerk*Officeat 3CS-653-6340. MariaM.Meamdez,CMC OtyCtek PuuutsttoFloridaStatutes 286.0105,IbeGtjr bothy tdrucstbe pttbfcttot ift pacaa decide* toappeal «V deejjJcnnadt bythis Boar*Aftacy or Commaiioa witb ajpect toany mauer coiaiicwd atili aocbajortearing,heorike wiO oecdafteord ofthepcoceedafs,andthat for aw*purpou,affected peaon mayneedto enstre that a vetbstim recordoftheproceedings a made whichrecordndsdes the testinoay andevidence«pca «duchtoeappealistobe based. theGty Monger to negotiateandesterinto .h anopticato xeoBW foramaximumof" ^ftn^cutive yem,vwfeSouthernCarpi Camhe DBA H>fr»Mmitrtmxn, ManagementCo.for janitorialservicesasrequiredbytheOty. atoa\ 'five \ -J Resolutionforspecialuse approval to permit a general restaurant at NEIGHBORS Beehive Natural •Vitamins •Allergen free food •HealthyEating •Heol1h&beauty •Nolura!and organic foods products •Nutrition advice •Truly organic products •Welghttoss products •Homeppdhicrerhedies •Herbsoressentialoils vyfihiioi Ifi Groceries To Register.(7S6);410i4'544i SUNDAY OCTOBER252015 MtAWHESALOXOM FROMPAGE3SE INVESTIGATION office.The state attorneys office took a while to review all of the evidence.They turned around and filed criminal chargesagainst him.FDLE moved in and pickedhimupanditwas There are 50 sworn offi cersinthedepartment,with one being hiredlastFriday. Landa saidthatthedepart ment added a female officer totheExplorerprogram aftertheallegations.Landa saidasupervisorwasalso added tothe program,but wasalready employed when thealleged events hap pened. "When thesethingshap pen,we have so many things inplace,butwealso go back andreviewallof ourpoliciesandproce dures,"Landasaid."We review to make sure to see what can we do to make this better." Lanciaencouragesother victims to come forward. "We contactedevery single Explorerthatwas with the programinthe past,was withthe program during the time thathe was there,and.we notified and contacted everysingleone of them justto verify and make sure,"Landa said. "Obviouslyifthereisany typeof Exjtforer orunder agechildthat mis guyhad contactwith,obviouslywe would make sure and tell everybody topleasecome forward and letus know and advise the South Miami police department immedi ately." Public Notice ThePublic is advised thatthe SouthA Municipal AdvisoryCommittee(MAC)will be Holding ameeting onTuesday.October 27,2015 at &3Q P.M.at Deerwood Bortttalakes Park,14445SW122ndAvenue, Miami,33186. TheMAC will be evaluating the potential incorporation oftheareaintoaseparate municipality;it will also be meeting withstafftodiscussthe County's concernsregarding anyadverse Impact tothe remaining unincorporated muntcipsi service areaorotherregional municipal-type servicesthat could occur dueto anysuch incorporation. TheMAC areaIs generally bounded as follows: NORTHERN MOST BOUNDARY: SW 120th Street SOUTHERNMOSTBOUNDARY: SW 232nd Street EASTERNMOST BOUNDARY: US1 WESTERNMOST BOUNDARY: SW 157th Avenue County Commission BtorktQtatshsayerea) Thepublic is invited toshareits thoughts on incorporation,theproposedboundaries,services itwishesto seeenhancedandany additional Information thatmayassistthe MAC In its deliberations. o () MIAMIREACH HfiamtUfnilb CITY OF MIAMIBEACH,FLORIDA NOTICE OF RUN-OFF ELECTION fMMffHttM.tfOtt NOTICE IS HEREBY GIVEN thai a Run-Off ElectionhasbeencalledbytheMayorand CityCommission oftheOtyof Miami Beach,Florida, pursuanttoCityResolution2015-29091,andwillbeheldintheCityofMiamiBeachfrom7:00a.m.until7:00p.m.on Tuesday,November17, 2015,forthepurposeofelectinga City Commissioner inGroupIV,whoshallholdoffice forthetermasprovidedbylaw.Atthe November 17, 2015 Run-Off Election,the following shallbesubmittedtothedulyregistered and qualified votersofthe Cityof Miami Beach: GROUP IV -COMMISSIONER (Votefor One) Kristen Rosen Gonzalez Betsy Pere* 44 47 Miami-Dade Countyelectionofficialsshallconductthe Run-off Electionhereby called,withacceptanceofthecertificationoftheresultsof theelectiontobeperformedbythe CityCommission.Thoofficial returnsforeachprecinctshallbefurnishedtotheCityClerkoftheCityof MiamiBeachas soon as the ballotsfromail predncts havebeen tabulated. ThevotingprecinctsintheCityforthe Run-Off Electionshallbeasestablishedbythe Miami-Dade Countyelectionofficials.OnElectionDay, all electorsshallvoteatthevotinglocation andthovoting precinctsin whichthe official registration booksshowthattheelectors reside. All questionsconcerningvoting location andvoting precincts shouldbe directed tothe Miami-Dade County Elections Department, 2700NW87Avenue,Doral,Florida 33172;Telephone:305.499.VOTE (8683)orTTY.305499.8460. Registration ofpersons desiring tovote Inthe Run-Off Election shallbe in accordancewiththegenerallawoftheStateof Florida governing voterregistration.Qualifiedpersonsmay obtain registrationformstovoteattheOfficeoftheCityClerk.City Hall 1700ConventionCenter Drive,FirstFloor,MiamiBeach,Florida,33139,duringnormalbusinesshours,andatsuchothervoterregistrationcentersandduringsuch timesasmaybeprovidedbytheSupervisorofElectionsofMiami-DadeCounty.Thevoter registration deadline forthe Run-OffElection wasMonday,October19,2015.Allpersons eligible tovoteattheElectionsmustberegisteredbeforethedatesetforthhereinorhave registeredpreviously,asprovidedbylaw.Each person desiringtobecomearegisteredvotershallbe responsible forproperlyfillingout theregistrationformandreturningittotheMiami-DadeCountyElectionsDepartment.Allquestionsconcerningvoterregistrationshould bedirectedtotheMiami-DadeCountyElectionsDepartment,2700NW87Avenue,Doral,Florida33172;Telephone:305.499.VOTE (8683)or TTY:305.499.8480. AbsenteevotersparticipatingintheRun-OffElectionshallbeentitledtocasttheirballotsinaccordancewiththeprovisionsoftheLaws oftheStateofFloridawithrespectto absentee voting.ThedeadlinetorequestanabsenteeballotfromtheMiami-DadeCountyElections Departmentforthe Run-OffElectionis 54)0 p.m.,Wednesday,November 11.2015.Allquestionsconcerningabsenteeballotsshouldbe directedtothe Miami-Dade CountyElectionsDepartment,2700NW87Avenue,Doral,Florida33172;Telephone:305.499.VOTE (8683)or TTY:305.499.8480. The Run-Off ElectionwillbeconductedinaccordancewiththeapplicableprovisionsoftheFloridaStatutesandtheCharterand CodeoftheCityofMiamiBeach,Florida.AcopyofResolution2015-29091 isavailableattheOfficeofthe City Clerkandonlineat: htto://docmqnrt.miamibeacrT^ RafaelE.Granado,City Clerk CityofMiami Beach,Florida Ad No.1066 CITY OF SOUTH MIAMI COURTESY NOTICE NOTICEISHEREBYgiven thattheCityCommission oftheCityofSouth Miami.Florida willconduct Public Hearings)atitsregular CityCommission meeting scheduled for Tuesday.November 17.2015 beginning at7:00 p.m.,intheCityCommission Chambers.6130 Sunset Drive,to consider feefollowing item(s): (A Resolution authorizing the Cay Manager tonegotiate and enter into athree-year agreement with an option (o renew for amaximum offive consecutive^ years,wfthSouthern Carpet CoreInc.DBAEliteMaintenance &Management Co.forjanitorial services as required by ihe City.J A Resolution forspecialuseapproval topermita general restaurant at5801SunsetDrive. A Resolution,authorizing (be Chy Manager toeaterintoan agreement with Granieus,bit,through aCityof Delray Beachpiggybackagreement. RFP#20)5-27,toenablethepublicto view pubficmeetings. A Resolution authorizing theOty Manager toenterintoathree-year agreement withanoptiontorenewwithTotoPestManagement forGreenPeaServices. A Resolution authorizing theCity Manager to enusT intoa three-ycnr agreement with anoptiontorenewwithARCO Electronics forthe Maintenance and Monitoring oftheFireAlarmSystem at (beGibson-BethelCommunityCenter. A Resolution authorizing IheCity Manager toenterintoa thrcc-ycar agreement withanoptiontorenewwithSouthern WasteSystemsfortheremoval and A Resolution forspecial useapproval to permit a general restaurant at5840SW 7JatSticettConimcrcial Space -A). A Resolution fcr special useapproval topermita general restaunurt at5840SW7 lrtStaset{Commercial Space-B). A Resolution approving a special exception waivingstrictcompliance with die provisions ofthe Hometown District Overlayparkingremrixementa,Tor a general restaurants at5840SW71Street(Commezcial Space-A). A Resolution approving a special exception waiving strictcompliance wiihthe provisions orthe Hometown District Ovedoy parkingleqahcmenls,fora general restaurants at 5840SW 71 Street(Commercial Space-BL A Resolution approving aspecialexception toconstructa5storyLargeScaleDevelopment at6201SunsetDrivewithintheTransit Oriented Development DistrictMixedUse-5'TODD MU-5"zoningdistrict A Resolution approving the construction more thantwostories on IheMadison Square siteforthe Madison Square affordable bousing project pursuant to Section20-3^(DXl)andotherapplicable provisions or theCityIsLandDevelopment Code, Ad Ordinance relating tothe year2016General andSpecialElection ofthoMayorandCityGaumis&oncns forGroups,U andIII:scheduling (he day,place andlime of theelection;jdjeauliug ftc day,placeand(intoofearlyvoting;providing forqualification of candidates;providing fordoseofelectionbooks; approving the officialballot;providingfornotification. AnOrdinancerelatingto ibeGty^2015 fiscalyear,amending thebudgettotakeintoaccountan increasein IheDebtServiceFundAppropriatedAmount An Ordinance AdoptingTheCityofSouthMiami 2015Text Amendments tothe Comprehensive PtenFuture Loud UseAnd Housing Bcmeuts,And Authorizing Transmittal ToTucFlorida Department Of Economic Opportunity andReviewAgencies. An Ordinance amending the Chy ofSouthMiamiLand Development Code.ArticleVW Transit Oriented Development District,"Definitions" Section20-&2."Definitions "toamendvertical storyfloorheightmaximum. An Ordinance AdoptingaSmallScaleAmendment to die Future LandUseMapofthe Comprehensive Plan,amending the designation of (he SylvaMartin Building anda parking lotontheOty IlalJ property locatedat6130Sunset Drive fromParisandOpenSpace toTransit Oriented Development District (TODD). An Ordinance amendingthe Official ZoningMapas provided intheCityofSouthMiamiLandDevelopment Code,ArticleHI.'Zoning Regulations," Section20-3.KQ.andotherapplicuble provisions toapplya Historic Preservation Overlay {HP-OVj uponthehistoricSylva MartinBuilding andBout porchonlylocatedat ajmrmdmatety6130SunsetDrive. AnOrdinanceamendingthe City ofSouthMiamiLand Developraeut Code,Article II,"Definitions"Section20-2.3,"Definitions,"toadddefinitions for "Variety RetaiT and"Retail Oudet -Off-Price Retail"andArticle VH,"Hometown DistrictOverlay Ordinance,**Section 20-7.12,PermittedUses." toprovidematsuchusesshallnotbepermittedin die HometownDistrictOverlay. ALLinterestedpartiesareinvitedtoattendand will be heard. Forfurtherinfoniiation.pleasecontactthe CityClerk'sOfficeat:305-663-6340. MariaM.Menendez,CMC OtyCJerk PoTs»ttmFl<iri<h$»&j}cs^6.0lQ$,tbcCtyben^^ •tffiTOccrtiiBtrrhcarrBg.heof thcwitlnctriareconlc^