BEST JANITORIAL & SUPPLIES, INC.COPY
MIR
m J1
6130 DRIVE
SOUTH MIAMI, FL 33141
•
B�
T
6900 N. W. 37th Avenue
Miarni, Florida 33147
STATEMENT OF COMMITMENT
Telephone .305- 691 -5596
Facsimile. 786-318-379G,
To our customer we commit to being a customer driven organization. Our custome'rs needs are
top priority. We strive to provide the highest quality and personal service possible at a cost — effective
price. We're creative and pro — active in our efforts to conform to your specifications. We listen and we
respond. We are a principle — centered company built on hard -work, honesty, loyalty and fairness. At
Best Janitorial & Supplies, Inc., we not only maintain facilities, we maintain reputations.
To our employees we commit to the highest standards in our recruitment and selection process.
Training is a top priority and we adhere to a policy of promotion from within. We ensure a positive, safe
and healthy work environment. We recognize employee contributions and provide incentives consistent
with their extraordinary effort. We flip the pyramid upside down in that our entry— level employees is
our greatest asset. We provide each employee with personal and career growth opportunities.
We agree to the Scope of Work for the City of South Miami and we will provide any emergency service
at any facility during the hours listed in the Scope of Work.
Finally, we commit to making a fair profit. We compete fairly, ethically, and aggressively. Our strategy is
one of controlled growth by building our customer base and selective acquisition. We commit to
repaying the community for providing Best Janitorial & Supplies, Inc Cleaning System with the business
opportunity. We support community efforts directed toward the betterment of children, home and the
environment.
Sincerely,
Pedro M. Diaz
President / C.E.O.
BE REST JANITORIAL & SUPPLIES, Inc
1 6900 N. W. 37th Avenue Telephone: 305-691-5596
Miami, Ronda 33147 Facsimile: 786- 318 -3790
GENERAL INFORMATION
Best Janitorial Supply Inc. is a corporation organized under the law of the State of Florida filed
on February 23, 1987 under Document number M47030. We are a certified minority owned
and operate small business.
The officers and director are Pedro M Diaz and Carmela Diaz. Our company has over 23 Years of
proven experience providing similar services under the present name. None of our officers,
directors, managers or share holders has failed to perform services or furnish good similar to
those sought in the request for a bid.
Best Janitorial & Supplies, Inc. is fully equipped and well established company with character,
integrity, reputation, judgment, experience and efficiency for more than a reasonable period of
time, with a very good record of performance.
We will maintain duringthe life of this contract the insurance requested at the RFP # PW -2012-
8-01.
All Best Janitorial Employees will wear uniforms bearing the company name, presenting at neat
appearance and will be easily recognized by wearing an identification badge at all times. Our
designated project manager will have the complete authority to enforce all aspect of the RFP #
PW- 2012 -8 -01.
Best Janitorial is proud to be a Drug Free, work place. `Screening test for alcohol and Illegal
'%vgf' are required. We will perform backgrounds checks before hiring as condition of
employment.
Dest Janitorial & Supplies, In., I lereby takes no exception to the RFP ft PW 2012- 8 -01.Wc will
utilize skilled and productive manpower to satisfactory furnishes the required level of service
specified in this contract, to obtain the maximum productive man -hours for services of the
Janitorial Services for the City of South Miami. Our method for determining the staffing needed
for the Janitorial Services for the City of South Miami is based on the special requirement of the
location. We will use the concept of" ream Cleaning whereby our employees working together
to accomplish the daily, weekly and monthly specifications. Our company is totally committed
to provide the highest level of Janitorial service and customer support,
From our main administrative headquarters office we will organize and control our field
supervisor, for this contract Is Mr. Pedro M Diaz with more than 28 years experience in the
management field, will oversee the day to day service that we will provide, he will be in charge
of assign the technical support and the labor personal needed. All or our Supervisors will have
a cell phone for immediate response for any emergency & inquiries. Also all the people involved
in this project will have a cell phone.
We will be in chd[Be ur all Equipment and Materials needed forth e cleaning of this project work
to be performed. We will apply the latest technology and product in the industries. All
equipment and supplies will meet all approved OSHA and Green Seals Standards. We have
concentrated our effort to provide Green cleaning products, utilizing support from our supplier
and manufactured.
Our management team and supervisors will determinate with methods to be used and how
much labor is needed to perform the task in the most efficiency way.
Best Janitorial will conform to the Quality Requirements for the Janitorial Services for the City
of South Miami and adhere to all special conditions in the Contract Specification. Our goal is to
maintain all your building in a "Clean looking their best at all times ".
We will conduct periodic inspections to guarantee the compliance and meet and exceed all the
requirements of the Contract Specification.
Best is prepared to work efficiently and aggressively, our primary objectives will be to ensure
that on a regular and routine basis all services are performed on scheduled and to the complate
satisfaction of our client in a manner that we continually improves the quality of services.
We believe our proposal package will confirm Best Janitorial & Supplies Inc. ability to meet and
exceed your expectations. If I can be of any additional assistance please do not hesitate to
contact me at: (305) 691 -5596. Best should be selected for this award because of our extensive
24 years experience in the Janitorial Field.
Sincerely Yours,
f����
edro M. Diaz
President & Director of Operations
Letter of Interest I
Experience and Qualification Z
Price Proposal & Bid Form 3
Operation Plan 4
Minority Certification S
0 Copyright
,h
6900 N. W. 37th Avenue Telephone 305-691-5596
Miami, Florida 33147 Facsimile: 786 -318 -3790
ORGANIZATION AND MANAGEMENT PLAN
A work plan is a tool for planning during a specific period of time and identifies the problems to
be solved, and ways to solve them. It is a standard management tool.
A work plan is written to plan the activities for a given period of time, first so as to convince
decision makers for its approval, then as a guiding document for the activities to be carried out
during that time period.
As in all planning, whether as a group process or not, we should think backwards, starting with
<, where you want to be at the end of the period, and generate the steps needed to get there from
where you are now.
GOALS AND OBJECTIVES
If awarded a contract with the City of South Miami, our goal would be to provide the City of
South Miami with the highest quality standards of service while ensuring the best competitive
prices, and providing service in a safe manner the protects City of South Miami employees and
patrons.
To accomplish this we must recognize and understand the needs and expectations of the City of
South Miami.
We are certain that we know the answer to this question. They expect Best to provide them with
a clean, healthy and safe facility to be enjoyed by its staff and patrons at the best competitive
price. They want 100% satisfaction and with that goal in mind we set nff to create a Work Plan
to accomplish this.
Best shall provide the required janitorial personnel to ensure successful completion of all
required services as outline in the Technical Specification.
Once the employees have been hired, passed their background check and received their id they
will then go through Best's orientation and initial training program. Once this is completed, each
employee will then be assigned a work area and provided with a job description and all the
necessary and required tools as well as a complete understanding of the objectives they must
each attain in their area. This will all take place within the first two (2) days of commencing
work.
By the end of the process they will have a full understanding of their work objectives; what is
expected of them on a daily, weekly and monthly basis; the frequencies and tasks required of
them; what equipment to use and when to use it; how to perform their work when there will be
people surrounding them; how their supervisors and managers will be measuring their quality of
work. This will all take place within the first week of commencing work.
By having a staff that is fully trained in procedures and safety and that understands the goals and
objectives of their assignment will assure that they perform all required work to the highest
quality standards.
From the first day service is provided by Best, each supervisor will be completing a facility and
restroom inspection evaluation form at the end of their shift.
Best will be fully prepared to respond immediately to all emergency notifications
Best has a consistent record of experience, innovation and reliability. We have met exacting
standards for cleaning and maintenance. Thousands of satisfied customers occupying thousands
of square feet are proof that when it comes to value, quality and responsiveness, Best Janitorial is
the company you can count on.
PERSONNEL ASSIGNED
Best Janitorial has reached the highest standard of quality through the management personnel it
has hired over the years, and continually searches for the best qualified personnel. With this vast
knowledge and experience we can handle any situation.
Best will have a competent and effective management team, headed by an industry- experience
Project Manager, Mrs. Carmela Diaz. Our on site management team will be supported by Best's
Corporate Management Team. The management team members will be well trained, skilled and
able leaders of the janitorial program.
Prior to beginning any work at the City of South Miami, Best will have its staff hired and ready
to begin working. All background, fingerprinting and getting of ID's will be done prior to our
first day of work. Employees will be assigned an area and they will be trained and familiar with
that area prior to begging working.
Our management staff will be ready to begin working as soon as we would be notified of an
award. They would work as a team for several weeks prior the start up date to become
acquainted with the Scope of Services, Schedules, Equipment and Supplies to be used on this
contract.
By the start up date they will be well acquainted with their staff and facility, assuring a smooth
transition from day one.
Mr. Pedro M. Diaz President and C.E.O. of Best Janitorial will be the authorized person to make
representation to the firm. His office number is 305- 691 -5596; fax 786 - 318 -3790, personal
number 305- 498 -9312. Email address is Bestjansupply @yahoo.com.
0 �� EST JANITORIAL SUPPLIES, Inc.
T 69W N W 37th Avenue Telephone: 305 891 -5596
Miami, Florida 33147 Facsimile: 736- 310 -37%
EXPERINCE AND QUALIFICATIONS
Best Janitorial & Supplies, Inc. has been in the building cleaning and property maintenance
industry since 1987. The company started out as a commercial and supplies cleaning company
and over the last two decades the company has grown providing quality Janitorial Services at
excellent prices.
Best has experienced a steady growth and has been supported by long term clients that have
appreciated personalized attention and the immediate responsiveness of management and
supervision.
Over 25 years of proven experience and remarkable rate of customer retention speaks to our
success.
Best currently has over 50 employees working in multiple contracts throughout Miami -Dade
County.
At Best Janitorial& Supplies, Inc. we have experience servicing a variety of industries and their
unique operating needs. From commercial, transportation, social services, government, we
understand our customer's janitorial requirements and they depend on Best to provide
consistent quality service.
We currently provide similar service to those requested in this ITB at the Police District
Headquarters in Kendall, Northside and Carol City, Juvenile Justice Courtroom, City of Miami
Beach and Coral Gables Courtroom. Various GSA facilities, Spoil Island maintenance and South
Dade Busway stations, just to name a few.
Ours is a consistent record of experience, innovation and reliability. We have met exacting
standards for cleaning and maintenance. Thousands of satisfied customers occupying
thousands of square feet are proof that when it comes to value, quality and responsiveness,
Best Janitorial is the company you can count on.
Best Janitorial has a diverse multicultural management team with decades of combined
management experience, unique in their unparalleled vision and expertise.
All executive team members contribute in the management of Best strategic direction and
collectively have transformed Best to a leader of Janitorial cleaning and building maintenance
services to a wide -range of facilities. This enables our company to deliver the highest quality of
service to our valued customers.
8/17/12
Print
Subject: Janitorial Services RFP: Addendum No 1
From: kulick, Steven P (SKulick@southmiamifl.gov)
ablmaint I @bell south. net; jb @abpmaintenance.com; best ansupply@yahoo.com; Crnfante @sfmservices.com;
To: kelly @kellyjanitorial.com; marhnorc6 @aol.com; emesegue @evlenamerica.us; rmarguez @evlenamerica.us;
luis @floridacleanex.com; chiadacorp @bellsouth.net; distinctionsvcs @gmail.com; cleansys5@aol.com;
roscoel @bellsouth.net: ashlee.spivak @coverall.com;
Cc: KBarket @southmiamifl.gov; CWilliams @southmiamifl,gov; ABaixauli@southmiamifl.gov;
SDiaz @southmiamifl.gov; JWebster@southmiamifl.gov; MMenendez @southmiamifl.gov;
Date: Thursday, August 16, 2012 5:05 PM
Good afternoon,
Attached is Addendum No 1 for RFP #PW- 2012 -8 -01, "Janitorial Set-vices RFP." In addition to this email
notice sent to the Pre -Bid conference attendees, the addendum has been posted on the Citys website. Also
enclosed is the Pre -bid Conference sign -fit sheet from Tuesday, August 14, 2012. The addendwn includes
questions raised during the Pre -bid conference, as well as, written questions received via etnaiL
The Cone of Silence is in effect. Any conurlunication relating to this bid must be in writing.
Regards,
Steven Kulick, C.P.M.
Purchasing Manager /Central Services
City of South Miami
6130 Sunset Drive
South Miami, FI 33143
Ph:305/663 -6339; Fax: 305 /667 -7806
:;L-ulick @soutluniatnitl gov
ut:blank
112
ADDENDUM No. 2
Project Name: Janitorial Services RFP
RFP NO. PW- 2012 -8 -01
Date: August 20, 2012
Sent: Fax /E- mail /webpage
This addendum submission is issued to clarify, supplement and /or modify the previously issued
Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All
requirements of the Documents not modified herein shall remain in full force and eff
originally set forth. It shall be the sole responsibility of the bidder to secure Addendum ect ll
may be issued for a specific solicitation. s that
Question #I
Does the bid require a cleaning crew at the Community Center for 13 hours m -f and 6
hours on Saturday? All other buildings 9 hours daily to clean and commute among
them? If so, I assume these requirements are not part of the current contract.
Please explain.
Answer to Question # 1
The Scope of Work includes the following: The Community Center requires janitorial
services from 7 AM to 8 PM, M - F; Saturday hours of service is 10 AM to 4 PM.
Staffing for those hours will be up to the contractor who receives the award. The City
however expects coverage for the hours listed in the scope of work. These hours of
coverage for the Community Center are not in the current month -to -month contract.
Page 1 oft
;$ REST JANITORIAL & SUPPLIES, Inc.
6900 N, W, 37th Avenue Telephone 305- 691 -5596
Miami, Florida 33147 Facsimile: 786- 316 -3790
JANITORIAL SERVICE EXPERIENCE
Thank you for allowing Best Janitorial & Supplies Inc. the opportunity to submit our formal
sealed Bids to your Bid No: RFP # PW- 2012 -8 -01, For the City of South Miami, providing
Janitorial Cleaning Service for Administrative Sites.
My name Is Pedro M. Diaz. In June of 1983, together with my daughter I was the co- founder of
Best's Maintenance & Janitorial Service Inc, a complete Janitorial Service company. I was the
C.E.O and General Manager until July 2003, when i left the company and transfer my stocks to
my daughter.
In 1987 1 started my other company, Best Janitorial & Supplies Inc, whose primary function at
that time was buying and selling janitorial supplies. In the beginning the company started out
as a small commercial cleaning company, and selling supplies over the last two decades the
company has been growing.
During my management of Best's Maintenance & Janitorial Service, Inc., as C.E.O. and owner, I
had the opportunity of servicing contracts of similar size and scope of work, For example, The
Dade County Court House, Rohde Building, F.D.L.E. Facility in Miami, F.D.L.E. Facility Building in
Tallahassee, Trammel Building, Larson Building, Carlton Building, Carr Building, Douglas Building
in addition to more than 20 State Buildings in Tallahassee —Tampa — Broward -- Miami.
Best Janitorial has experienced a steady growth and has been supported by long term clients
that have appreciated peisunalleed dllentiun and Lhe Immediate responsiveness of
management and supervision. We deliver the highest quality of service.
Our 23 years of proven experienre and a remarkable rate of Customer retention speak to our
success. Best Janitorial is the company you can count on.
Best Janitorial currently has over 50 employees working in multiple contracts throughout this
area.
Please see the attached list of verifiable References of various current customers, and some
past experiences in similar contracts. in addition you will Lind the Resumes of our proposed key
personnel for this project. Mr. Pedro Diaz the owner and General Manager of Best, Mrs.
Carmela Diaz, with vast experience in supervising different contracts and Mrs. Susana Almansa,
Quality Control Consultant.
0 l a� BEST JANITORIAL & SUPPLIES, Inc.
t 6900 N. W. 37th Avenue Telephone: 305 -691 -5596
Miami, Florida 33147 Facsimile: 786 - 318. -3790
EXECUTIVE SUMMARY
Best Janitorial & Supplies, Inc. began with the philosophy, "Make our company different and
better." Our first rule was to set the highest standards in the building services industry. Our
second rule was to provide motivated, professionally trained and expertly supervised personnel.
Our goal has always been to grow in a slow and controlled fashion, keeping the customers need
first.
Our company was founded in February 1987 and today maintains thousands of square feet,
providing excellent janitorial services to government and private clients. Our guiding principle is
to gain customer loyalty through dedicated service together with successful problem solving to
ensure continuous quality to private and governmental facilities. Best has over 25 years of
proven experience and a remarkable rate of customer retention speaks to our success.
Best Janitorial has reviewed, JANITORIAL SERVICES — CITY OF SOUTH MIAMI and is
prepared to meet and exceed all the requirement of the Technical Specifications ". Best is
prepared to provide our management team, supported by corporate management, resources and
regular oversight that will provide high standards of cleanliness through the development and
execution of an approved and effective janitorial service program.
Best Janitorial is prepared to provide the JANITORIAL SERVICES, FOR THE CITY OF
SOUTH MIAMI with a "clean and safe physical environment" as well as the "protection of
its physical property ". We are capable of providing the JANITORIAL SERVICES with
"continuity of operations" by responding in a timely manner to any emergency that occurs.
Best Janitorial & Supplies, Inc.'s corporate philosophy focuses on providing its service in a cost
efficient, professional way, providing quality service at the best competitive price for the City of
South Miami.
We are a Drug Free Workplace and Equal Opportunity Employer, providing contract service in
building maintenance for Commercial & Government Facilities. The top quality and first class
image which has become the hallmark of our Organization is the foundation of our company.
Our goal is service.
Best hat; extensive Experience providing similar services to facilities much like those requested
in this RFP # PW - 2012 -8 -01. Best Janitorial currently provides service to multiple clients
including Miami -Dade County at such at such facilities the Coral Gables Court House, Miami
Beach ,Police Department North Station, Juvenile Justice Center , Juvenile Justice Annex,
Advocate for Victims South Dade Bus Way and Spoil, Island Maintenance , Narcotic Bureau,
and GSA Buildings to name a few.
Best Janitorial & Supplies, Inc .Organizational Structure is one that has proven track record.
At Bast, Authority is delegated from our corporate office, tluough its araragcurent personnel,
supervisor and hired on -site personnel. `Authority is the right to act decides command' and
Authority is delegated in order in order to fulfill responsibilities" Authority is of the utmost
importance in order to assure the City of South Miami with total satisfaction.
Best Janitorial has reached the highest standard of quality through the management personnel it
has hired over the years, and continually searches for the best qualified personnel. With this vast
knowledge and experience we car handle any situation.
Our management staff will develop and implement a work plan to assure that all aspects of this
proposal are met on a daily basis. The managers and supervisors will be responsible for assuring
that this plan is followed by the custodians and the City of South Miami is satisfied with our
performance.
At the start up fur the au:onrt, Best Jarilurial ma agenrent will be on site to assure a smooth
transition and meet with all appropriate management staff.
We at Best Janitorial consistently seek ways to improve our performance. We offer clients the
resources of a highly motivated staff of professionals. We pride ourselves on our ability to
quickly respond to problems at any hour of the day or night.
Best offers it's staff the most advanced Training on the use of all the necessary equipment,
green chemicals and supplies as well as efficient techniques to help save time and money. These
comprehensive training programs enable our employees to provide cleaning services to a wide
variety of industries.
Best keeps abreast of current industry safety requirements. With these safety programs in place
you can trust Best Janitorial to safely clean you facilities.
Best Janitorial will employ only Qualified Personnel that are trained and skilled in the
performance of the work specified to ensure successful completion of all required services. We
will have appropriate "technical health and safety training as required by any and all local state
and federal regulation." Included in this package you will find a copy of the Resumes for our
Contract Manager and Project Manager,
Best Janitorial will initiate, maintain and supervise a Safety program, to assure the safety of all
workers, staff and patrons. Proper safety equipment and apparel will be used as needed. Our
personnel are trained to be safety conscious and we all know the importance of complying with
OSHA and other agencies regulations. We stress the importance of how to use in a safety way
the chemicals and equipment to prevent injury to themselves and to the building occupants.
Safety comes first at Best Janitorial.
Success in the cleaning industry requires the right Equipment and Materials combined with the
right chemicals. We have developed a partnership with some of the world's leading chemical
aitd eyuipn,ent mzurufacturers. Best is prepared to provide all necessary supplies and equipment
to perform all regular and project works.
SERVICE PROPOSAL
Best Janitorial & Supplies, Inc. has developed a transition plan, which is part of the overall
Project Management plan that is the process of moving (Transition) from the development phase
into the operations phase. The purpose of this plan is to outline the task and activities required to
efficiently move (i.e. transition) from one phase to another.
The transition plan is used to describe the products to be delivered, major activities, products,
milestones resources, and schedules.
Is our goal to 'bring about a smooth transition of work from the present contractor" To
accomplish this we have created a Transition Plan that will assure a smooth transition.
INTRODUCTION
As part of our first phase, the Development Phase, Best begins to understand the purpose of the
contract specification for the City of South Miami.
Once the information has been processed best can begin to put together the Objectives necessary
to perform the required services to be provided under the contract specifications and the Scope of
Services. Various lists are then created to better understand the needs of the project. A time line
is established to assure that Best can meet the needs of the City of South Miami.
STRATEGIES
At this time Best identifies a Strategy on how it is going to approach its response. Best will
attend a pre -bid conference and site visits allowed familiarizing themselves with the areas
requiring service as well as the expectations from the City of South Miami.
After said site visit Best will then begin to prepare a written document to be presented at the time
of the bid opening.
EMPLOYEE TRANSITION
In the event that Best Janitorial would be awarded according to the contract specification, Best is
prepared to immediately interview and hire any employee working with the current contractor
that is available and willing to continue working under our management if recommended by the
City of South Miami.
Once interviewed by Best if they are eligible to be hired we will begin our Human Resource
process of completing an employee application and going through the necessary background
checks.
Once all background screening is conducted, Best will implement its own specialized training
program as well as new hire or re -hire orientation. Site tours will then follow to assure that all
employees, supervisors and managers are aware of the area of responsibility.
Wherever keys are involved, Best Janitorial will implement a Key Control Program. All keys
will be assdgucd a number and issued to an employee. A roster will be created to account for all
keys and a key control box will be placed in the area office, where a manager will be assigned
the responsibility of keeping control of the keys.
Dispenser keys wilt also be distributed to employees having the responsibility of re- stocking
paper and soap supplies. If additional keys are required, they will be ordered to the manufacturer
to assure that all employees have their own set.
PLANNING AND CONTROL
Best's will then begin to assemble the resources it will need to accomplish the smooth transition
desired.
We will estimate the staffing needs and time necessary to provide the services as required in the
City of South Miami the cost of providing this labor will be calculated. A schedule of work will
be created to include employees, hours of work, and services to be provided.
We must also estimate the supplies, equipment and materials that will he needed to perform
the services as required in the City of South Miami. An exact amount of each item will be
calculated and the prices will be shopped with our supplies vendor. Best will settle with a price
that provides us with the best piece of equipment at the most reasonable cost. We always take
Into consideration the maintenance program provided by the vendors to assure that equipment is
always in top condition.
It is essential that all employees assigned to a work area have the proper equipment and supplies.
In addition they will be properly trained on how to use the supplies, equipment, materials and
chemicals. Therefore, we take great care in calculating these items when preparing our response.
Upon notification of award, Best will immediately put its procurement plan in place and begin to
order all supplies, equipment and materials necessary to start up the account; this will guarantee
that all necessary items will be held in our local Miami Office/Warehouse, ready for the delivery
to the job site on the first day of work beginning.
SUPPORTING PLANS
As part of our Transition Plan we must include several of Best Janitorial other plans that go hand
in hand during the process of transitioning a new account.
TRAINING PROGRAM FOR MANAGERS, ASSISTANTS AND SUPERVISORS
At Bcst Managers and Supervisors arc exposed to extensive seminars tluruugbuul their
employment. Providing our customers with exceptional service requires the best trained
supervisors. Supervision is the key to any successful cleaning contractor's operation.
TRAINING PROGRAM FOR CUSTODIANS AND MAINTENANCE WORKERS
Best Janitorial employees are also trained in industry and safety requirements. These include
"Right -To- Know ", "Bodily Fluids Clemmp Procedures "Infection Control ", "Safety Policies ",
"Safety Awareness ", "Hazard Communication ", "Bloodbome Pathogens ", "Office Ergonomics ",
"Stress Management" to name a few. There are also trainings that teach about the technical
aspects of their job.
SPECIALIZED TRAINING DESCRIPTIONS
Following is a brief description of various Training Best is continually providing to its
employees. These trainings coverall phases of the technical aspect of their jobs.
Our Risk Management Training explains how the staff should report incidents in order to
prevent, reduce and control liability and financial losses. It includes training for management
and supervisors on how to Investigate and analyze an Incident; provide recommendations and
measures to minimize or eliminate risk and injury to staff and visitors and how to maintain a
reporting system to track events. Also discussed is Worker's Compensation reporting, services
and prevention. Employee safety is also considered a part of this training to inchude reporting
suspicious activities, wearing id badges, key control and being alert and aware of ones
surroundings at all time while on the job.
Our Appearence/Uniforms Training ensures that the employees understand why uniforms are
important to the performance of their job. This includes drecging apprnpriately; being well
groomed; use of identification badges; nails according to OSHA standards; personal hygiene;
excessive jewelry; protective shoes. The understanding that uniforms help distinguishes our
employees, who are allowed to be on the job site.
Our Hazardous Communication and Right to Know Programs ensure that all cleaning
chemicals are properly labeled and hazardous substances in the workplace are known. This
includes training on Hnzmat; MSDS; labeling; Written Communications Program; spills.
Our Recycling Program teaches employees what recycling is; what materials are recyclable;
how to collect and sort recyclable materials; how recycling works and is beneficial to us and
our planet and why it is an important aspect or our work.
Our Preventing Slips, Trips and Falls Training teaches how slips, trips and falls can
happen, identifying potential hazards in the workplace and strategies to reduce them.
Our Preventing Back Injuries Training teaches employees techniques and procedures that
may help prevent back injuries by explaining why back injuries occur; contributing factors of
back injuries; common causes of back injuries; how to prevent back injuries; lifting
techniques; how to lift safely; guidance on pushing and pulling loads; use of back belts and
tips for back safety.
Our Supplies Training will teach cmployees how to requisition and secure supplies to assure
availability at all times and to manage waste. How to use the chemical blending machines
properly.
Our Equipment Training will teach employees to use the equipment they use; how to
maintain their equipment to assure optimal usage and prevention of a hazard; how to
recognize broken equipment. This training includes the importance and use of "wet floor
signs" as wcll.
Our General Safety Training ensures that all employees are using all the tools available to
them to make the working environment safe for them as well as others using the facility.
Our Communications Training explains the different methods of communication with
cellular phones, radios, pagers; proper etiquette when using these; importance of
conuuwucatiun in order to aucuiuplialr daily (asks and having a satisfied customer. This is
accomplished when mutual trust and respect exists between employees, supervisors and the
customer by having communication.
Our Sexual Harassment Training explains the companies no tolerance policy; about the
forms of sexual harassment; verbal, non - verbal or physical; reporting; investigating
Our Workplace Harassment Training explains the companies no Loleranuc policy; abuul the
complaint and disciplinary action. Forms of harassment like threatening, intimidating or
hostile acts, written or graphic materials, slurs, negative stereotyping to name a few, on the
basis of race, color, religion, gender, national origin, age, disability, sexual orientation or any
other characteristic protected by law.
Training — To ensure that all Best employees meet our high quality standards, we provide a sta
to -of -the -art Training Program. Workplace learning to improve performance is called Training
and Development. It is a way of providing support and occasional advice in order to help our
management staff recognize ways in which we can improve the effectiveness of our business
while at the same time save the City of South Miami. There is a need to continue training beyond
the initial qualifications to maintain, upgrade and update skills throughout the working life of an
employee. Best job training takes place in normal working situations, and includes innovative
cleaning techniques and training on using the actual tools, equipment, supplies, documents or
materials that trainees will use when fully trained. Continued education ensures that Best has the
strongest team of cleaning professionals servicing your facility.
Quality Control - To ensure customer satisfaction, Best Janitorial & Supplies, Inc. provides
quality service on a consistent, on -going basis. To achieve this goal, Best has implemented an
interactive four step problem - solving process for Quality Control we call P.I.E.R. - Plan -
Implement- Evaluate- Review.
Quality Control flourishes with the guidance of management commitment. Best Janitorial
management team will sct expectations, develop plans, manage processes and improve and
maintain the quality at the City of South Miami.
Our Quality Control Plan shall be designed in a way to facilitate continuous quality improvement
efforts throughout the facilities. The focus is on the performance of processes that can be
achieved collaboratively. Our work process depends of the effective communication and
cooperation with all departments. Our leadership sets priorities based on the needs of the
customers.
Safety - Safety comes first at Best Janitorial & Supplies, Inc. It is our policy to provide a safe
working environment for its employees, at the City of South Miami and the people who use the
facility.
Safety is an integral part of everything Best does. The safety of our workers and the
cuviruunieutal respunsibility to safeguard our natural sutruuud ngs are iutugratcd rrumageurcut
practices throughout Best.
We understand that having a clean and safe working environment minimizes our liability, this is
accomplished when we control injuries and illness, and therefore we promote a safe working
environment at all our facilities. Our customers can enjoy the benefits of our safe working
environment.
A safety program can only be effective if it is accorded the full attention of all employees at all
times. Our efforts demonstrate our commitment to providing a Safe Working Environment by
performing comprehensive safety training to all our new employees as well as ongoing training
to our existing employees,
There is a need for everyone to take responsibility in maintaining a healthy and safe workplace.
It is a primary duty of all persons in authority, including supervisors, to ensure that any persons
under their direction are made aware of and comply with all applicable policy and safety
procedures.
VREST JANITORIAL & SUPPLIES, Inc.
6900 N. W. 37th Avenue Telephone: 305- 691 -5596
(T
Miami, Florida 33147 Facsimile: 786- 318 -3790
CURRENT PARTIAL CUSTOMER REFERENCES
CITY OF HOMESTEAD
Services provided from January 1, 2012 to Present
Providing daily janitorial services to several locations
Contact: Xintia Rubio
Telephone No: (305) 224 -4626
JUVENILE JUSTICE ANNEX
Services provided from July 2, 2008 to Present
Providing daily janitorial services
Contact: Mr. Juan Carlos Izquierdo
Telephone No: (786) 277 -0823
MIAMI -DADE COUNTY COURT HOUSE
Services provided from October 15, 2008 to Present
Providing daily janitorial services to Coral Gables Courthouse and Coordinated Victims Assistant
Contact: Mr. Jorge Aneiros
Telephone No.: (305) 547 -0180
CMLDREN'S COURTHOUSE & JUVENILE JUSTICE CENTER
Services provided from November 9'" 2009 to Present
Providing daily janitorial services
Contact: Mr. Mary Woolley- Larrea
Telephone No:( 305) 638 -6102
MIAMI -DADE POLICE DEPARTMENT STATIONS
Services provided from December 1, 2007 to Present
Providing daily janitorial services to several locations including Police Operations, Marine Patrol'
Pelican Harbor, Narcotics Bureau Office, Intergovernmental South office, Northside District
Station. Weed & Seed, Carol City Station, and Kendall District Police Station.
Contact: Mr. Eddie Pantoja
Telephone No: (305) 596 -3850
MIANH -DARE COUNTY VARIOUS GSA FACILITIES
Services provided from December 1, 2007 to Present
Providing daily janitorial scrviccs to scvcral locations including GSA Construction and
Renovation Building, GSA Administration Building and Warehouse and County Store Building.
Contact: Ms. Ruth Castellanos
Telephone No: (786) 469 -2761
LIGHT SPEED BUILDING 157 FLOOR 911
Services provided from 2009 to Present
Providing janitorial services 7 days per week, 24 hours per day
Contact: Andres Perez
Telephone No: (305) 873 -3150
MIAMT REACH COURTROUSE ANn CLERK OFPICF.
Service provided from 2009 to Present
Providing daily janitorial services
Contact: Joseph M. Hyde
Telephone No: (305) 520 -4204
!'
6900 N. W. 37th Avenue Telephone: 305- 691 -5596
Miami, Florida 33147 Facsimile: 786- 318 -3790
SIMILAR PAST CUSTOMER REFERENCES
Services provided from January 2004 to 2006
Providing daily aervicos to the various city buildings like City Hall Library, Btu. Services including
Project Work, Carpet Cleaning, Floor Maintenance and Window Cleaning.
Contact: Mike Flores
Telephone No: (305) 388 -2303
HEALTH BIALDDVG AND CLINIC
Providing daily Cleaning Services including Project work, Carpet Cleaning and Floor Maintenance.
Dade County Health Department, various locations.
Jackson Medical Towers 2 Buildings and Highland Building.
STATE OF FLORH)A
Providing Janitorial services to more than 15 State Buildings in Tallahassee. 2 Buildings in Tampa. The
Rohde Building in Miami. 3 Ruildinga in Rroward County. Including Floor Maintenance, Carpet
Cleaning, Window Cleaning and Pressure washer.
Services provided from January 2004 to 2006
Providing daily janitorial services to tlw variuus uity buildings like City Hall Library, Etc. Services
including Project Work, Carpet Cleaning, Floor Maintenance and Window Cleaning.
Contact: Mr. Mike Flores
Telephone No: (305) 388 -2303
MIA114I -DADS COUNTY LIBRARY DIVISION
Services provided from February 2005 to 2008
Providing daily janitorial services to the Miami Beach regional Library. Services including daily cleaning
seven days per week including Project Work, Carpet Cleaning, Floor Maintenance and Window Cleaning.
Contact: Ms. Margaret Zebrowski
Telephone No: (305) 535 -4219
�F REST JANITORIAL & SUPPLIES, Inc.
e
6300 N. W. 37th Avenue Telephone'. 305-691-5590 ..
Miami, Florida 33147 Fw ,irnile: 786 -31II -3790
PROJECT MANAGER JOB DESCRIPTION
Position Title: Project Manager
Department: City of South Miami RFP # PW- 2012 -8 -01
Position Summary:
Responsible for managing the operations and maintenance of the City of South Miami.
Responsible for the work performed under this contract to assure maximum performance and
cooperation.
Essential Functions /Task:
Responsible to maintain efficiency, cooperation and proper conduct among personnel.
1. Manage the day to day operations of the facility.
2. In an effectively and timely manner ensure compliance with the contract requirements.
3. Maintain continuity of services with the utmost proficiency without interruption.
4. Ensure that all work meets or exceeds the highest standards of cleaning by utilizing our
Quality control program.
5. Encourage and promote positive and productive working environments among employees
and supervisors.
6. Ensure that appropriate personnel rules, regulations and procedures are communicated to
and observed by employees and supervisors.
7. Oversee the disciplinary process, performance appraisals and personnel related conflict
resolution.
8. Facilitate and coordinate appropriate training to meet the growing need of employees and
supervisors.
9. Foster communications and cooperation among supervisors and employees.
10. Available to receive notices, reports or request from the City of South Miami District.
Skills:
Communications- Able to read, write, and speak English.
Active Listening- Giving full attention to what other people are saying, taking time to
understand the points being made.
Reading Comprehension- Understanding written sentences and paragraphs in work related
documents.
Writing — Communicating effectively in writing as appropriate.
Speaking- Talking to others to convey information effectively.
Critical Thinking — Using logic and reasoning to identify the strengths and weaknesses of
alternative solutions, conclusions or approach to problems.
Time Management- Managing one's own time and time of others.
Attributes:
Oral Comprehension- The ability to listen to understand information and ideas presented
through spoken words and sentences.
Written Comprehension- The Ability to read and understand information and ideas presented
in writing.
Writing Expression- The ability to communicate information and ideas in writing so others will
understand.
Speech Clarity- The ability to speak clearly so others can understand you.
Near Vision- The ability to see details at close range.
W
a
a
O
ti
y N
bA
CC �
O �a
�a
z0�, �
d F C
aO �
O� a
F
� C
d'
N
A
U
A4
0
a
ti
N
3
O �
�a
ah
Pedro M. Diaz
7933 West Drive # 921 North Bay Village, Florida 33141
(305) 498 -9312
Pedrodiaz20076a,aol. com
Profile . Vast experience in successful management of numerous businesses.
Knowledge in personal interaction skills with clients and employees.
Extensive public relations with financial institutions involved in
business relations.
. Proven ability to deal with high level with a variety of business
problems concerns.
. Proven financial abilities.
Education Certified Laboratory Technician - Finlay Institute. Havana, Cuba.
Dental School. Havana, Cuba.
Certified Building Service Executive by BSCAI, Chicago, Illinois.
Relevant Experience & Accomplishments
Involved in initial promotion of clients to help business grow.
Dealt heavily with clients in maintaining image of Company.
Improved company's image with suppliers, financial institutions and
governmental agencies.
Problem solving abilities in dealing with company supplier in face to
face basis.
Management /Supervision
Successful 30 years managerial career in a variety of business concerns.
Directly responsible for success in maintaining favorable financial
ratios that have lead to a positive review by credit review agencies.
Have overseen working capital to keep positive cash flow.
Directly involved in implementing financial planning in continual
growth of company.
Helped in preparing training practices of company for direct labor
force.
Have helped in preparing policies and procedures manual and
interviewing of potential employees.
Employment Best Janitorial and Supplies, Inc. 1987 - Present
President
6900 NW 37 Ave. Miami, FL 33147
(305) 691 -5596
Best's Maintenance & Janitorial Service, Inc. 1983 -2003
C.E.O and General Manager
3290 NW 29th St. Miami, FL 33142
(305)_635-5555
Community President and C.E.O of Fifty Five & Up, Inc., a Non -profit
Involvement Organization for the Rights of Seniors Citizens, helping elderly
members when they need assistant by directing them to the right
department for assistance. Also delivering on a daily basis, 5 days per
week, a hot meals on wheel directly to the senior citizens homes.
Honors & Certificate of Achievement from the Building Service Contractors
Awards Association International
TEOCHEM Corporation
Cleaning Management Institute
National Cleaning
Children & Families
Ramsey Corporation
City of Miami Beach
City of West Miami
Panorama Hispano
Carmela R. Diaz
8635 N.W 8th Street Apt # 406 Miami, Florida 33126
(305) 261 -8460
Profile: Vast experience in supervising large number of employees.
Serves as an instructor for training personnel
Education: Graduated from University of Trujillo, Peru
Bachelor in Business Administration.
RELEVANT EXPERIENCE & ACCOMPLISHMENTS
• Responsible for the supervision, hiring, training and safety of employees.
• 22 Years experience in Janitorial supervision
• Held position as Quality Control Officer, and Assistant Instructor on
• Safety Procedures and Control of Supplies.
• Extensive knowledge of janitorial procedures and practices
• Hard working, able to multi -task effectively
• Knowledgeable in cleaning methods
• Established the evaluation standards to measure training progress.
• Liaison to corporate office.
• Able to read, write and speak English and Spanish
• Management/Supervision
• Supervising numerous employees; monitoring their productivity and
evaluating performance and work quality.
• Project Manager at North Dade Police Department, Norhside Station, Carol City
Station and Kendall Station.
• Project Manager at Juvenile Justice Annex and Coral Gables Courthouse.
• City of Miami Beach Regional Library and JFK Regional Library in Hialeah,
Florida.
PROFESSIONAL EXPERIENCE
• Oversee all daily activities
• Communicate and interact with customer
• Hire and train employees
• Prepare weekly schedules
• Monitor and evaluate performance
• Oversee project works to include carpet and floor cleaning
EMPLOYMENT:
Best Janitorial & Supplies, Inc. 6900 NW 37`h Avenue, Miami, FL 33147
1987- Present
Bes't Maintenance & Janitorial Services, Inc 3430 NE 6`h Terrace Pompano Beach, Fl
33141. 1985-2003
9930 SW 19 STREET • MIAMI, FI. 33165
PHONE 786- 236 -2077 • ALMANSAICu aELLSOUTH.NET
SUSANA D. ALMANSA
QUALIFICATIONS
More than 15 years of experience in the Janitorial Industry
Ability to maintain and strengthen business relationships with clients
Outstanding verbal and written communication skills
Pleasant personality, hard working and dedicated to employee satisfaction
PROFESSIONAL EXPERIENCE
ST. BRENDAN HIGH SCHOOL, Miami, FL August 2008 - Present
Teacher
Business Department Teacher
BESTCO, INC., Boca Raton, FL
Vice - President /Training and Quality Control
Prepare lesson plan and training materials
Conduct training sessions and evaluations
Perform quality control inspections
Human Resource coordinator for field employees
Oversee daily business activities
Prepare and distribute payroll
Prepare daily, weekly and monthly reports
EDUCATION
SKILLS
NOVA SOUTHEASTERN UNIVERSITY, Miami, FL
Master of Science, Elementary Education, 9 credits from completion
FLORIDA INTERNATIONAL UNIVERSITY, Miami, FL
Bachelor of Science in Social Studies Education, 1991
Company Sponsored trainings
Fluent in English and Spanish
Proficient in Microsoft Office
Oral and written Comprehension
Speech Clarity
Time Management
Computer skills including MS Office, Excel, Quickbooks, Power Point
June 1992 —July 2008
Yanetsis Sosa
Objective
To secure a challenging position where 1 may implement my education, background and experience, to
achieve company goals using organizational and customer service skills. Exercising my ability to
maintain and strengthen business relationships with clients through my outstanding verbal and written
communications skills with pleasant personality, hardworking and dedicated to employer's satisfaction.
Employment History
Best Janitorial & Supplies, Inc
6900 N.W. 37TH AVE
Miami, FL 33018
05/01/2009 to Present
Administrative Manager:
Oversee daily business activities. Organizes and supervises sales force. Prepare and distribute payroll.
Prepare dally, weekly and monthly reports. Communicate and Interact with customer. Supervising
numerous employees; monitoring their productivity and evaluating performance and work quality.
Manages overall business operations.
Simple Aesthetics
Miami Gardens FI
2/1/2007 to 4/20/2009
Center Manager:
Daily Operations - managed services, retail sales, and marketing. Accounting — bank deposits,
maintaining records, and invoicing. Customer service - incoming phone calls, appointment setting,
follow up calls. Creating monthly marketing bulletins, and heading staff meetings and training. Attending
marketing and networking events.
LA Weight Loss
8231 west 16 Ave
Hialeah, F133012
6/7/2002 to 10/20/2007
Center Manager:
Worked directly with customers, providing initial consultations for all services provided. Inventory,
ordering, purchasing, and loss prevention. Accounting, bank deposits, credit cards deposits, maintaining
records, payroll. Incoming phone calls, appointment setting, and follow up calls. Assisting director of
company with managing personal appointments, expansion project, and travel arrangements.
7935 West 30th Court Apt 205 Hialeah Florida 33018
yanetsissosa @yahoo.com
Best Janitorials
From: Best Janitorials [bestjansupply @bellsouth.net]
Sent: Monday, May 17, 2010 2:13 PM
To: 'Zukovich, Michele'
Subject: RE: Janitorial team
Good afternoon Michele,
We received you Email, I just wanted to say thank you so much for taking the time out of your busy schedule to let us
know how pleased you are with our staff. It is our up most priority to provide our clients with the best possible service
and friendliest staff. I do appreciate your compliments, since most people never take the time to point out the good. So
once again thank you so much.
Sincerely,
Carmela Diaz
From: Zukovich, Michele [ mailto :mzukovich @judii.flcourts.org]
Sent: Monday, May 17, 2010 8:46 AM
To: Best Janitorials
Cc, Woolley- Larrea, Mary
Subject: FW: Janitorial team
Carmela,
Please see below a -mail.
Thanks so much to the janitorial staff here at the Children's Courthouse crud Juvenile Justice Center. You have
a great team here!
Also, the carpets look so march better. Thanks.
From: Woolley - Larrea, Mary
Sent: Monday, May 17, 2010 7:59 AM
To: Zukovich, Michele
Cc: Regits, Valerie
Subject: Janitorial team
Michele,
I wanted to acknowledge the efforts of our janitorial team as their assistance with court events last week
helped with the presentation of our courthouse. They handled the event and additional tasks with a
professional demeanor and willingness as if it was their own event. It is satisfying to experience.
Thank you
Mary Woolley- Larrea, M.S.
Administrative OLfce of the Courts
Juvenile Court Operations
Director
i
Children's Courthouse and Juvenile Justice Center
AUG -01 -2012 08:13 From:REROPRRTS 7863374428 To:97863183790 P.2'3
Reference Questionnaire
(Please have a minimum ojthree (3) rejerencer
complete this%rm and submit with Bld documents)
Giving reference for: YfYt j7*,Li ra z st c. 4° J'u PAZ t es r mac-
(name of company)
Firm giving Reference: Mf"1,4)
Address: QfO� Ve gs -S drVt .:,( 33/%z 3vi�Jt)
Phone: t!�} 337 lip-`%rSD
Fax: (7g6 /V 337 4ZV-ab
Email: edNr7Ygsv @/Ylaf�1d Cdy►'l
1, Q: Was invoicing consistep -t with cpntract pricing?
A. % I �, '� \ E4% b2 e✓1
2. Q: W re response times consistent?
3. Q: Was the vendor easy to get in contact with? How was air customer service?
A'-T— Vjjj & fi-�� - Cary
4. Q: HoW was their responsiveness go emOerrg ncy orrd ;rs�,
5. Q: Would you use them again? r .I Nt
A' w!') 45^ 4caQ -2r► e�ce� ANY to%'Ye lS f�rJ cc€il�nfi 1� r 2
6. Q: Overall, what would you rate their performance? (Scale from 1 -5)
A: V5 Excellent ❑4 Good ❑3 Fair ❑ 2 Poor ❑l Unacceptable
7. Q: Is there Inything else we should know, that we have not asked?
The undersi ned does hereby certify that the foregoing and subsequent statements are true and
correct and a e made indepen ntiy, free from vendor interfereneelcoll Sion.
Name: Title eV Pv',16i„viQ '
Print Name: Date: 3d f�
ITBk201210 Page 65
_ r
Reference Questionnaire
(Please have a minimum of three (3) reference.,
complete this form and submit with Bid documents)
Giving reference for:x
(name of company) ,
Firm giving Reference:
Address:
Phone: .3c5- L3s-617y �1G�
Fax: )C Si3 —c a °!
Email: ; i-uf(Cv,c/)L
1. Q: Was invoicing consistent with contract priding?
A: ' i� 1.�' c�. L �Y';C -lV mil' -✓t ! /`� :L�aE. w�r�l. 1 �.T �. s `i �/C Y :� :�.� -�t`t_
2. Q: Were response times consistent?
A LA
3. Q: Wes the ve or easy to get in contact with? How was their customer service?
A J L xi 1. i T� 1' ti'li "( C.:'y_e. �;'i. `l C_� ^; J• % ! ,^ s f ( 'C
4. Q: How was their responsiveness to emergency orders?
A: L!('CC
5. Q: Would you use them again?
A: (C
6. Q: Overall, what would you rate their performance? (Scale from 1 -5)
r
A: ]5 Excellent ❑4 Good ❑3 Fair ❑ 2 Poor ❑l Unacceptable
7. Q: Is there anything else we should know, that we have not asked?
A:
The undersigned does hereby certify that the foregoing and subsequent statements are true and
correct and are made independently, free from vendor interference /collusion.
Name: x.^ 'C ' Title CCa..S t -� e i -�� ✓ a f ` = � �.� ><;C ! r"
�I �r
Print Name: ? n<. = ';iC . C Date:
ITBt1201210 Page 65
r•'
Au.ust 25, 2010
TO WHOM IT MAY CONCERN:
As Building Manager for two of the facilities operated by Miami -Dade County, Coral Gables Court House,
and Coordinated Victim Assistance Center, I am very satisfied With the services provided by Best
Janitorial and Supplies Inc., theircompany provides excellentjanitorial services on a daily basis. Bert
Janitorial and Supplies Inc., has efficient and proficient personnel who are available everyday to keep
the buildings clean, which in turn helps us ke =p our operation moving. Best Janitorial and Supplies Inc.,
employee demonstrate professionalism, and are tactful when in contact v;ith the general pubiic, and
employee.
This letter is to commend Best Janitorial Supplies Inc., for excel!ent I In our facilities.
Sincerely,
Jorge Aneiros
Bui!dino Manager
c
1
it
i.
a�
Reference Questionnaire ,
(Please have a minimum of three (3) references
complete this form and submit with Bid documents)
Giving reference for: 3 crsr
(name of company)
Firm giving Reference: .v oA*v 0409Cowr74 to,eac `adCG -Xe-0a w-/dGVSeT
Address: S e ?on c_ r ou.
Phone:
Fax: 30 s'
Email: z a�,e�ao E► �,�,oa,de �#
1. Q: Was invoicing consistent with contract pricing?
A:
2. Q: Were response times consistent?
A: t S
3. Q: Was the vendor easy to get in contact with? How was their customer service?
!� A: `r- 5
4. Q: How was their responsiveness to emergency orders?
A: C A-r(
5. Q: Would you use them again?
A:
6. Q: Overall, what would you rate their performance? (Scale from 1 -5)
A: 05 Excellent E14 Good ❑3 Fair
❑ 2 Poor ❑1 Unacceptable
7. Q: Is there anything else we should know, that we have not asked?
A:
The under$igned does hereby certify that the foregoing and subsequent statements are true and
correct anddd re made independently, free from vendor interference /collusion.
Name: i r - -- Title u Din/
e aeiros
Print Name: Date:
lTB #201210
Page 65
Reference [)ueitionnaire
(Please have a minimum of three (3) references
complete this form and submit with Bid documents)
Giving reference for. U S7 TAN Z TD p_MA
(name of company)
Firm giving Reference: MI:AK7- -
Address. Q 9 S 0 N W 83 ST,
Phone: 30S -Y3S -4004
Fax: "3os- (093-nr)o4
Email: iapprri e G rndp i,C0rn
tJFNJE Pb —NM- SIDE S ATIorJ
MZAMi,Ft_ 33i4Q
Q: Was invoicing consistent with contract pricing?
A. VE S
2• Q: Were response times consistent?
A yF S
Q: Was the vendor easy to get in contact with? How was their customer service?
A YES /AOc\.,E SWTiSFACTDRy
4. Q: How was their responsiveness to emergency orders?
A NO EHE/RG- ENCZFS
Q: Would you use them again?
A YES
6. Q: Overall, what would you rate their performance? (Scale from 1 -5)
A Lys Excellent 04 Good ❑3 Fair ❑ 2 Poor 01 Unacceptable
7. Q: Is there anything else we should know, that we have not asked?
A NO
The undersigned does hereby certify that the foregoing and subsequent statements are true and
correct and are made independently, free from vendor interference /collusion.
Name: LyH A O(V7E �. Title A ft-CrNsTn- A-TTVFE OF -TCEfl
Print Name: Date: (2) fl -
lTBN201210
Page 65
Reference Ouestionnnire
(Please have a minimum of hree (3) references
complele this form and submit with Bid documents)
Giving reference for: V s S T I')-ox t�- J c f.
(name Of company)
Firm giving Reference:
Address:
Phone: ,
Fax: ��1 2 7 (L11
Email'
1 • Q. Was inKoicing consistent with contract pricing?
A
2. Q: We 're re, onse times consistent?
A 71
3• A Was t vendor easy to get in contact with? How was their customer service?
4. Q: How was their responsivene s td erNergency orders?
5. Q: Would u use them again?
A
6. Q: Overall, what would you rate their performance? (Scale from 1 -5)
A 05 Excellent -[VA Good ❑3 Fair ❑ 2 Poor ❑l Unacceptable
?• Q: Is there anything else we should know, that we have not asked?
A i-\ v , A
The undersigned does hereby certify that the foregoing and subsequent statements are true and
correct and are made,ipdependeftly, free from vendor interference /collusion.
Name: Title
I 1
Print Name:
Date:
��Zctli2
ITBk201210
Page 65
$ererence Oueatioanaire
(Please have a minimum of three (3) references
complete this form and submit with RFP documents)
Giving reference for: 965f � fall r}�r�J
(name of company) , �1
Firm giving Reference: Nrfft, - DG. I p
A A
Address: e2q-O, NW ,3 S'( NNN//III l F�
Phone: (�Sj �35'obS
Fax: 3 693
Finail: � I HL I dp,4 . �h
1 Q: Was invoicing consistent with contract pricing?
A: IleS
2. Q: Were re` onse times consistent?
A: �` C sp
3. Q. Was the vendor easy to get in contact with? How was their customer service?
A: \JeS
4. Q: How was their responsiveness to emergency orders?
A: hO ems„ J � l2 S
5. Q. Would you use them again?
A: yPs
6. Q: Overall, w at would you rate their performance? (Scale from 1 -5)
A: Excellent Q4 Good [13 Fair ❑ 2 Poor 01 Unacceptable
7. Q: Is there anything.else we should know, that we have not asked?
A; �'vv
The undersigned does hereby certify that the foregoing and subsequent statements are
true and co and are ma indep ently, free from _v_ e_ ndor � interference/collusion.
Name: Title SCAUe,
i- Print Name: %, a S f r Date:
Olt
RFPk201121 Page 69
ADDENDUM #I
REVISED PRICE PROPOSAL SHEET; AUGUST 16, 2012
Janitorial
Proposers must include the Revised Price Proposal Sheet with their submittal. Failure to do so will render
your proposal non - responsive and will be rejected from further consideration.
Year
Year 1 (12 Months)
Year 2 (12 Months)
Year 3 (12 Months)
TOTALS
PRICE PROPOSAL SHEET
Central
Head Start Services All Other Total
Monthly Fee Monthly Locations Monthly Annual
Fee Monthly Fee Fee Amount
300• ov
300.00
00. o
Gov. ov
i•��, o0
2i (. GO. DO S, /GU. w
i50 •, 260.
_ ��f,08D.ao 15;S20.or
IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE
ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION.
page 5 of 5
G/ .�0. oo
6/ 20.00
G 2a. Oo
/� UU
ATTACHMENT #1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
janitorial Services RFP##PW- 1012 -"1
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A
person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a Bid on a Contract to provide any goods or services to a
public entity, may not submit a Bid on a Contract with a public entity for the construction or
repair of a public building or public work, may not submit bids on leases of real property to a
public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor,
or Consultant under a Contract with any public entity, and may not transact business with any
public entity in excess of the threshold amount Category Two of Section 287.017, Florida
Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ".
The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State
Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner,
associate or agent who is also an officer or employee of the City of South Miami or it's
agencies.
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY
PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
I. This sworn statement is submitted to dfff x L�zzel ,
[print name of the public entity]
individual's name and
for CJCf% --5�191N170XX4,- ,�
[print name of entity submitting sworn statement]
whose business address is 6 yw y 3 r% t, � r
I/-)f -7/ , k''C . 33/Y12
and (if applicable) its Federal Employer Identification Number (FEIN) is IS `9 2'l6'
(If the entity has no FEIN, include the Social Security Number of the individual signing this
sworn statement I
2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florid
Statutes means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency
or political subdivision of any other state or of the United States, including, but not
limited to , any bid or contract for goods or services to be provided to any public entity
or an agency or political subdivision of any other state or of the United States and
involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or
1E
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July I, 1989, as a result of a jury
verdict, non -jury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes.
means:
(a) A predecessor or successor of a person convicted of a public entity crime; or
(b) An entity under the control of any natural person who is active in the
management of the entity and who has been convicted of a public entity crime. The
term "affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an affiliate. The
ownership by one person of shares constituting a controlling interest in any person, or a
pooling of equipment or income among persons when not for fair market value under
an arm's length agreement, shall be a prima facie case that one person controls another
person. A person who knowingly enters into a joint venture with a person who has
been convicted of a public entity crime in Florida during the preceding 36 months shall
be considered an affiliate.
S. I understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the
United States with the legal power to enter into a binding contract and which bids or
applies to bid on contracts for the provision of goods or services led by a public entity,
or which otherwise transacts or applies to transact business with a public entity. The
term "person" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in management of an entity.
6. Based on information and belief, the statement which I have marked below is true in
relation to the entity submitting this sworn statement. [Indicate which statement
applies.]
V Neither the entity submitting this sworn statement, nor any of its officers,
directors, executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, nor any affiliate of the entity has been charged
with and convicted of a public entity crime subsequent to July I, 1989.
The entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, or an affiliate of the entity has been charged with
and convicted of a public entity crime subsequent to July I, 1989.
The entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, or an affiliate of the entity has been charged with
and convicted of a public entity crime subsequent of July I, 1989. However, there has
been a subsequent proceeding before a Hearing Officer of the State of Florida, Division
of Administrative Hearings and the Final Order entered by the Hearing Officer
determined that it was not in the public interest to place the entity submitting this
sworn statement on the convicted vendor list. {attach a copy of the final order.]
X/
M
Continuation of Attachment #2 Public Entity Crimes and Conflicts
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH
DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND
THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A
CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION
287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE
INFORMATION CONTAINED IN THIS FORM.
[signature]
Sworn to and subscribed before me this 1,1 day of CC 20/,)-
/Personally known or
Produced identification
(Type of identification)
(Printed,
Form FUR 7068 (Rev.06/ 1 1 /92)
Notary Public - State of %�G 0.0, GQ
My commission expires 0/_ '2,0-
name of notary public)
AR
M� lC MELA DIAZ Z Notary Public State of Flori4a
My Comm. Expires Jan 20. 2015
?> Commission # EE 29047
Bonded Through National Nolary Assn
37
ATTACHMENT #2 DRUG FREE WORKPLACE
janitorial Services RFP #PW- 2012 -"
Whenever two or more Bids which are equal with respect to price, quality and service are
received by the State or by any political subdivisions for the procurement of commodities or
contractual services, a Bid received from a business that certifies that it has implemented a
drug -free workplace program shall be given preference in the award process. Established
procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free
workplace program. In order to have a drug -free workplace program, a business shall:
I. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business'
policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation,
and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under Bid a copy of the statement specified in Subsection (1).
4. In the statement specified in Subsection (1), notify the employees, that, as a condition of
working on the commodities or contractual services that are under Bid, the employee
will abide by the terms of the statement and will notify the employer of any conviction
of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any
controlled substance law of the United States or any state, for a violation occurring in
the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program, if such is available in the employee's community, by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the
above requirements.
PROPOSER's
Signature:
Print Name:
Date: _ &4 -0 22, ?O /2
38
ATTACHMENT #3 NO CONFLICT OF INTEREST /NON - COLLUSION
CERTIFICATION
Janitorial Services RFP #PW- 2012 -8-01
Submitted this. 4 day of /)UI U S' i . 20
The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are named
herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains;
that this response is made without connection or arrangement with any other person; and that this
response is in every respect fair and made in good faith, without collusion or fraud.
The Bidder /Proposer agrees if this response /submission is accepted, to execute an appropriate CITY
document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer
and the CITY, for the performance of all requirements to which the response /submission pertains.
The Bidder /Proposer states that this response is based upon the documents identified by the following
number: Bid /RFP
The full -names and residences of persons and firms interested in the foregoing bid /proposal, as
principals, are as follows:
Name
X� Ow
Street Address
17V3
The Bidder /Proposer further certifies that this response/submission complies with section 4(c) of the
Charter of the City of Miami, Florida, that, to the best of its knowledge and belief, no Commissioner,
Mayor, or other officer or employee of the CITY has an interest directly or indirectly in the profits or
emoluments of the Contract, job, work or service to which the response /submission pertains.
Signature: E .G )y f �,
Printed Name: o �j
Title: //,/ »pcc T
Telephone: 3 d S— C
Company Name Yg('J% /�
39
Continuation of Attachment #4No Conflict ojinter /Non - Collusion Certification
NOTARY PUBLIC:
STATE OF jc- L to R � -P /Q-
COUNTY OF P I /3 /-1 i– 3 y b Z
The foreg oing instr ment was acknowledged before me this � day of
G a, 20 —LL_ by ?,� -I) A59 f9- D /-ii 2– (name of
person who signature is being notarized) who is
SEAL E , CARMELA DIAZ
`1 Notary Public Slate of Florida My Comm. Expires Jan 20, 2015
ve, Commission N EE 29041 Bonded Through National Notary Assn.
;/Personally known to me, or
Personal identification:
Type of Identification Produced
;/ Did take an oath, or
Did Not take an oath.
Gc6 rs91L)w �lQ.
(Name of Notary Public: Print, Stamp
or type as commissioned.)
FAILURE TO COMPLETE SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE
40
ATTACHMENT #W ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA
STANDARDS
Janitorial Services RFP#PW- 2012-&01
TO THE CITY OF SOUTH MIAMI
We, .9ff7- (Name of Contractor), hereby acknowledge and agree that
as Contractors for the Janitorial Services RFP, as specified have the sole responsibility for compliance
with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and
local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami
against any and all liability, claims, damages, losses and expenses they may incur due to the failure of
(subcontractor's names):
to comply with such act or regulation.
CONTRACTOR
BY: /L4 /y- 1-11%a Z a %� f✓ %l%/
Name
Title
175;
f-
FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE
41
PROPOSAL SUBMITTAL FORM
Janitorial Services RFP #PW- 2012 -8-01
This checklist indicates the forms and documents required to be submitted for this Request for Proposal
(RFP) to be presented by the deadline set for within the RFP. Please check off and submit documents in
the order listed below. Fulfillment of all proposal requirements listed is mandatory for consideration of
proposals. The proposal shall include the following items:
V Bidder Qualification Statement
Non - Collusion Affidavit
V Public Entity Crimes and Conflicts of Interest
Drug Free Workplace
t Acknowledgement of Conformance with OSHA Standards
V List of Proposed Subcontractors and Principal Suppliers
i/ Indemnification and Insurance Documents
V Price Proposal Sheet
Submit this checklist along with your proposal indicating the completion
and submission of each required forms and/or documents.
20
BEST IANITORIAL &SUPPLIES, Inc
ulk8900 N. W. 37th Avenue
Miami, Rxicia 33147
Telephone: 305 -691 -5596
Facsimile: 786-31 8-9790
PROPOSAL START UP AND OPERATION PLAN
Best Janitorial & Supplies, Inc., is prepared to provide the City of South Miami with all the necessary
supplies and equipment necessary to perform the mention services.
Best will not have any sub - contractor assigned to this project. our supply provider will be Miami
Janitorial and Ali Florida Paper, Our Management Team has more than 90 years combine experience.
We will check with the management team of the City or south Miami and if they are satisfy with the
performance of the current employee we will then offer the position to them.
Best does not have any contractual relationship or other business affiliation,
Best does not have any relationship between the individuals of the firm or any Commission member,
his/ her spouse, or family member, or our family has had an interest, any other information concerning
any relationship between any individual of the firm or any cornrniesiun member with the respondent
deems might be relevant to the Commissions consideration, Such other governmental or
quasigovernmental entities which are represented by the individual (s) Firm.
If we awarded the contract for services at your facility, with the knowledge and the observation we had
on the walk thru; we will make a plan of action for each location. Preparation for a smooth and orderly
transition will begin as soon as were notified. Before we initiate services, we will augment our on —site
staff which will be assigned to your facility. To do this, we add extra operational and management
personnel along with seasoned production specialist. They will be on location well before the start of
service and remain with the operational until it reaches quality standards. The transition team includes
specialist skilled in personnel, training, equipment set -up, security, and quality control.
Our plan is to use 3 regular full time employees to perform the work as mention in the scope of service.
We look forward to working with you to carry a trouble —free transaction
Sincerely,
Pedro M Diaz
President
R
5
6900 N. W. 37th Avenue
Miami, Florida 33147
QUALITY CONTROL PROGRAM
Telephone: 305- 691 -5596
Facsimile: 786-318-3790
To ensure customer satisfaction, Best Janitorial & Supplies, Inc. provides quality service on a
consistent, on -going basis. To achieve this goal, Best has implemented an interactive four step
problem- solving process for Quality Control we call P.I.E.R. - Plan-Implement-Evaluate-
Review.
Quality Control flourishes with the guidance of management commitment. Best Janitorials
management team will set expectations, develop plans, manage processes and improve and
maintain the quality of the City of South Miami.
Our Quality Control Plan shall be designed in a way to facilitate continuous quality improvement
efforts throughout the facilities. The focus is on the performance of processes that can be
achieved collaboratively. Our work process depends of the effective communication and
cooperation with all departments. Our leadership sets priorities based on the needs of the
customers.
Best Janitorial is prepared to provide the City of South Miami with a "clean and safe physical
environment that is No from loose, adhered or impregnated soil, gum or debris ". Floors shall be
free from "spots, spills, liquids, all substances and stains ". All areas such as restrooms will be
kept sanitary.
Here is how Best Quality Control Program, P.I.E.R. Plan will accomplish these tasks:
1) Plan - Establish the objectives we need to accomplish and devise a Quality Control Plan
necessary to deliver results in accordance with the City of South Miami expectations and
specifications.
2) Implement- Implement the plan established for the City of South Miami by involving
everyone in our management team and our daily custodial staff. Assure that all staff is familiar
with the plan and the monitoring can be achieved.
3) Evaluate — Monitor and collect data on the plan to get results to be able to evaluate the results
against the objectives and speciflcations as required under this Contract. Report the outcome in
order to take action and make improvement if needed.
4) Review - Apply actions to the outcome for necessary improvement. This means reviewing all
steps of our plan and modifying the process to improve it before its next implementation.
Address individual performance problems.
In order to achieve our goal of a Clean and Safe Facility, our Plan-Implement- Evaluate- Review
Plan must be developed with the specific needs of the City of South Miami to accomplish this we
take the following steps:
We ensure that quality service is attained up front in order to minimize the need to react. A site
visit and meeting the City of South Miami personnel will take place to better understand the
needs.
Part of our Plan includes the interviewing and hiring of the personnel who will be assigned to
work at the City of South Miami. The emphasis on uniform quality is a distinctive feature of Best
Janitorial and is responsible for our growth and success. The efficiency with which Best operates
depends largely on how effectively we manage our personnel. Effective personnel administration
begins with programs that recruit workers for jobs compatible with their abilities and encourages
the development of these workers. We strive to provide an atmosphere for motivation so that each
worker will contribute his or her maximum performance to the team effort. This is accomplished
by planning the work so that custodial personnel understand, perform and meet work objective
and organizing so the custodial personnel function effectively and efficiently as a team.
1) Implement - Once awarded the contract, Best is ready to implement its QC- P.I.E.R. Plan.
Our quality control program centers on our pro- active inspection process and our active
involvement with our customers. Our Quality Control Coordinator will frequently visit job sites,
both with and without the City of South Miami own representatives, to ensure that the cleaning
schedule is kept up exactly as specified.
Supervisors are responsible for monitoring the cleaning of a group of offices and \all other areas
to be cleaned. They will be provided with the following documentation to record his or her
ubservalions.
(a) A cleaning journal along with a check list of job specifications for the daily, weekly, monthly,
and periodic tasks for each custodial area. Each night, a supervisor will use the "Daily Regular
Janitorial Cleaning Service 'Tasks — Work Routines" list to verily that all tasks have been
completed.
(b) An appropriate inspection sheet will be contained therein to record that an assignment has
taken place acceptably or not. There is also space to record notes or any other useful data.
2) Evaluate — Once we have implemented the QC Plan we must then begin to monitor and
evaluate the plan. We do this by collecting data from all our inspections and following up with
another set of inspection performed by our management team to be certain that the results
conform to our plans. It is our goal to meet, evaluate and discuss with the assigned personnel on
a regular and on -going basis to discuss the outcome of our evaluations and compare to their
experience.
All janitorial services procedures and frequencies will be checked periodically to ensure that they
align with actual facility requirements and slatting Icvels.
3) Review - At Best we understand that problems might arise and if they do we have a team -
based support center. When the City of South Miami calls in a request, the voice you hear will be
a familiar one. When a client need arises, staff will field your daytime calls and rush them to rmr
crews so that appropriate action can be taken, resulting in rapid resolution of day to day issues.
They will follow up with the City of South Miami Services to make sure the work was performed
to your satisfaction.
Another way Best achieves its goals is by the periodic, face -to -face reviews so that we can go
over how we think we are doing and compare that to how the customer thinks we are doing.
TRAINING
Essential to our Quality Control Program is our Training Program. Our company's approach is
built on intensive hands -on training of our operational staff and constant auditing to monitor,
report and adjust cleaning programs where needed. We understand that training and safety go
hand in hand. A well trained staff works safer and provides a safe environment for its clients.
SLIPF.RVISION
All custodial areas come under the control of a supervisor who uses an established system of
checks and balances to monitor and report on compliance with specifications and quality
standards. All supervisors prcpam bi- wcekly reports comparing actual performance against
planned accomplishments for building cleaning.
COMMUNICATIONS
On a daily basis, our Operations Manager makes contact, in person, with Supervisors to discuss
nightly cleaning functions, staff performance, ongoing project work, special services, or any
problems which are occurring that inhibit the cleaning function.
Each supervisor begins each shift with a quick briefing to every custodian under his or her
direction. During this briefing, the supervisor will discuss issues and activities, such as: the
evaluation of the cleaner's work performed on the previous day; complaints or requests received
thereto; and periodic cleaning assignments to be performed that day /week. They will then
accompany each cleaner to visit the custodial area of concern and providing additional
instruction.
SAFETY AND COMPLIANCE REPORTING
In addition to reporting on the cleaning on our Quality Control Plan, we report on Safety
Procedures and their compliance; OHSA and other Federal and State compliance issues: ID
badges and uniform compliance and time keeping accuracy
LT BEST JANITORIAL & SUPPLIES, Inc. 6900 N. W 37th Avenue telephone 305 -691 -5596
Miami, Flonde 33147 Facsimile. 786- 318 -3 "7%
HUMAN RESOURCE PROGRAM
Our Human Resource Program has been developed to help Best Janitorial & Supplies, Inc.
Employees to understand the practices, policies and procedures of Best.
RECRUITMENT AND PROMOTIONAL OPPORTUNITIES
Best Janitorial & Supplies, Inc. is committed to maintaining an employee relations climate which
promotes maximum personal development and achievement. We are dedicated to treating our
employees fairly and providing good working conditions, competitive wages and benefits and above all,
the respect that each employee deserves.
We also believe in open and direct communications which permits the resolution of employee problems
in an atmosphere of mutual trust, responsive to individual circumstances.
Best Janitorial encourages all employees to improve their qualifications, not only for their present
position, but to enhance their opportunities for promotion. Best wants its employees to advance within
Best, therefore, employees are encourage to developed and improve their skills and abilities.
Best is very proud of the many employees who have risen within the ranks to positions of additional
responsibility. The demonstrated ability to learn and attitude toward work are factors that have
contributed to their progress. We look forward to seeing this same ability and attitude to take place
among the Best employees working at the City of South Miami.
The ongoing training that Best provides its employees helps to give an employee the incentive to
broaden their horizons and may help prepare them to accept new challenges and responsibilities.
Best Janitorial is an Equal Opportunity /Affirmative Action employer. Best recruits, employ and promote
without regard to race, religion, color, sex, sexual orientation, age, national origin, disability, veteran
status or marital status.
Our goal is to do all that is realistically possible to give all persons an opportunity toward economic and
promotional progress, while conducting business soundly and to the satisfaction of the City of South
Miami.
EMPLOYEE COMMUNICATIONS
An employee's first line of communication within Best is through their immediate supervisor.
Both the employee and supervisor have a shared responsibility to ensure that every assignment
is accomplished with the ultimate objective of maintaining their work area clean and safe.
Mutual trust and respect are necessary to achieve this and can only exist if the employee and
supervisor have a satisfactory two- way communication.
If an employee has a concern, they should share that concern with their supervisor. The
employee should be specific about any problem and supervisors should provide an atmosphere
that encourages open communications. Should the employee's direct supervisor not to be
accessible, or a part of the problem requiring discussion, the employee should go to the next
highest -level employee within the facility they are assigned to or directly to the corporate
office.
PERFORMANCE COMPETENCY EVALUATION
In order for employees to know how their performance is measuring up to job standards, Best
Janitorial has Performance Competency Evaluation in place. Periodically employee job
performance is evaluated.
1) Job/ Department Orientation- New employees will receive orientation to their
job /department within 30 days of the appointment to their position
2) 90 -Day Evaluation — New employees performance will be evaluated as satisfactory or
unsatisfactory to determine if their performance is at level to retain them in a new position.
3) Status Change Evaluation- Employees will be evaluated by their current department
supervisor or manager as a part of an evaluation process prior to being promoted or
transferred.
4) Annual Performance Competency Evaluation- Every employee should know how well he or
she is performing. For this reason Best has an annual evaluation program. A performance
competency6 evaluation will be prepared on all employees at least once per year.
These periodic evaluations provide employees the opportunity to meet with their supervisors
and / or managers to discuss their careers goals. These evaluations become on of the tools for
retention, promotions, transfers and professional development.
CL-)T
BEST JANITORIAL &SUPPLIES, Inc.
6900 N. W. 37th Avenue
Miami, Florida 33147
General Procedures
Statements of Service and Codes of Conduct
Telephone: 305- 691 -5696
Facsimile: 786-318 -3790
1- Work covered in this agreement with the City of South Miami, Includes labor, supervision,
equipment and cleaning supplies necessary to perform the services as outlined in the
specifications.
2- Best Janitorial & Supplies, Inc, feels the responsibility to use the most qualified personnel
available and will continue to train those who are less qualified.
3- Best Janitorial & Supplies, Inc., dress code calls for "neatness appearance ".
4- Responsible supervision will be designated by Best Janitorial along with the support
management to constant check for quality of workmanship.
5- Best Janitorial & Supplies, Inc. uses only the highest quality materials and supplies. It specific
materials are required in your contract, those materials will be utilized or an acceptable
substitute will be provided for your approval.
6- The scheduling of working hours for the completion of building services will conform to the
requirements as outlined in the bid contract.
7- Bpct lanitorial & Supplies, Inc., will be responsible for the instructing it's employees in safe
work habits and requirements to comply with the Occupational Safety and Health Act.
8- All work, equipment and supplies furnished in the performance of the contracted
specifications shall be subject to inspections at any and all times by a representative of the City.
9- Best Janitorial & Supplies, Inc. provides complete Liability insurance covering all of our
activities at the facility. Worker's Compensation and Car Insurance owned and non- owned.
10- Best Janitorial & Supplies, Inc, will take no exceptions to your general or especial conditions
of your specification.
SCOPE OF SERVICES
Janitorial Services RFP #PW- 2012 -8A1
INTRODUCTION
The City of South Miami is seeking proposals from experienced and capable parties to provide
janitorial services for all City facilities and buildings. The Contractor shall furnish all material,
labor, supplies and equipment necessary to perform all operations in connection with daily
janitorial services for the City of South Miami.
TERM
The term of this agreement shall be for a period of three -years (3), from the date of execution
of the agreement between the City and Contractor.
RESPONSIBILITIES OF THE PARTIES
Contractor
The Contractor shall perform all duties and provide the required material, labor,
supplies and equipment as identified below:
OFFICES -Daily Service
I. Empty all waste receptacles, removing waste to designated area
for disposal, and replace plastic liners.
2. Empty and damp wipe garbage receptacles.
3. Dust and spot clean all desktops and counter tops.
4. Dust all horizontal surfaces of desks, chairs, tables and office
equipment.
5. Dust all exposed filing cabinets, bookcases and shelves.
6. Dust to hand height all horizontal surfaces of equipment, ledges,
and sills, shelves, ventilating louvers, frames, partitions, etc.
7. Clean and sanitize all drink fountains.
8. Remove cobwebs from walls and ceilings.
9. Spot wash glass surfaces, doors, frames, kick and push plates,
handles, light switches, baseboards, and similar surfaces. All
surfaces will be cleaned with the utmost care.
10. Vacuum clean all exposed carpeting, minimum 3 times per week.
11. Inspect carpet for spots and stains, remove where possible.
12. Dust mop or sweep all non - carpeted floors thoroughly using a
chemically treated mop.
13. Mop uncarpeted floors as needed, minimum 3 times per week.
2 P
14. Spot clean spills with a damp mop.
15. Before leaving any office, shut off lights, electrical appliances, and
lock all entrance doors and only interior doors requested.
16. Remove fingerprints and smudges from all walls.
17. Report all burned out lights.
I S. Detail and clean all kitchen, counter tops, or lunch room areas.
19. Clean Stairs daily, where applicable.
OFFICES - Weekly Service
I . Dust all ledges, wall moldings, pictures, shelves, and other surfaces
above [hand height].
2. Brush down and clean all vents and grills
3. Clean all baseboards.
4. Dust all light fixtures and covers.
S. Clean all ground level windows and glass partitions
OFFICES - Monthly Service Community Center Only)
1. Wax and buff floors.
OFFICES - Ouarterly Service
1. Dust and clean or vacuum all drapes and blinds.
2. Detail and vacuum chairs and upholstered furniture.
3. Dust and clean all light fixtures and covers.
4. Scrub and wax. vinyl floors.
BI- ANNUAL SERVICE
1. Deep cleaning, all carpets at all City facilities.
2. Thoroughly clean all outside windows and glass partitions
RESTROOMS -Daily Service
I. Empty trash containers and remove trash to designated area.
2. Damp wipe or scrub and sanitize all trash containers.
3. All Commodes, urinals, and basins to be scoured and disinfected.
Both sides of toilet seat to be cleaned daily.
4. Clean and polish all faucets, sinks, and exposed metal.
S. All piping to be cleaned and polished.
6. All partitions to be spot cleaned and washed as necessary.
3
FIN
7. Replenish all paper products, including toilet covers, paper towels
and toilet paper daily.
8. Replenish hand soap daily.
9. Sweep tile floors and damp mop with germicidal disinfectant.
RESTROOMS - Weekly Service
1. Wash down all walls, and sanitize all partitions.
2. Wash all waste containers and disinfect.
3. Clean and polish all doors, doorplates, and hardware.
4. All floors cleaned and grout cleaned.
RESTROOMS - Monthly Service
I. Wipe clean all ceilings, lights, and fixtures.
2. Detail all toilet compartments and fixtures.
3. Brush and clean grills and vents.
4. Clean shower curtains and shower heads.
RESTROOMS - Ouarterly Service
1. Scrub all tile floors.
EMERGENCY SERVICE — As Needed
The Contractor shall provide an Emergency "After- Hours/Weekends /Holidays" contact for
emergency janitorial services that may occur in any of the City facilities and buildings. The City
will contact the Contractor and advise the nature of the emergency services that are required.
After inspection, the Contractor will provide a quotation to the head of the Public Works
Department or designee for the emergency services. Emergency services are additional and are
not included in Daily, Weekly, Monthly, Quarterly or Bi- Annual services. The Contractor
must respond to the City within two (2) hours from receiving the Emergency call from the
City.
4
BEST JANITORIAL &SUPPLIES, Inc.
69W N. W. 37th Avenue
Miami, Florida 33147
Telephone. 305-691-5596
Faosimile 766 -318 -3790
PARTIAL EQUIPMENT AND MATERIAL LIST
Best janitorial will provide new or like new equipment that will be stored in a secure storage
space in a neat and presentable condition. All materials, supplies and equipment will be
delivered to the premises in a way that will insure that no interruption with the regular
operation of the facility.
Following is a list of recommended equipment to be utilized:
Floor Machine — Single Disk High Speed 2000 RPM - General 20'
Floor Machine- Single Disk Low speed 175 -350 RPM- General 19'
High Speed Burnisher
Spot Cleaner Machine
Hot water carpet extractor
Pressure Cleaner
Gas Blower
Self propelled carpet Extractor with Rotary Brush Commercial Brower for carpet- Thoro- Matic
Commercial Blower for carpet
Wet and Dry Tank Vacuum -10 gallon
Upright vacuum cleaners- sanitaire
Back pack Vacuum cleaner- Eureka
Canister Vacuum- Eureka
Port A Vac- Hand Help Vacuum - Sanitaire
Vacuum magnetic strip
Bucket and Wringer
Brute 44 gallon containers w /dolly
Janitor /Maid Carts
Janitor/ Maid Carts Aprons
Maid Caddy
Caution — Wet Floor Signs
Dust Mop with head
Mop Stick with mop head
Dust pan — short and long handle
Brooms Upright
Toy Brooms
Duster with extension
Squeegees and extensions poles
Floor scrapers and blades
Toilet Bowl Brush
Cleaning Rags
Scrubbing Brush
Floor pads
Gloves
Toilet Plungers
Measuring Cups
Spray bottles with triggers
Following is a list of recommended supplies to be utilized:
Trash cans liners 2432
Trash cans liners 3006
Trash cans liners 4008
Carpet bonnets
Floor buffing and stripping pads
Latex gloves
Cleaning rags
Following is a list of chemicals to be utilized:
Glass Cleaner
Neutral Cleaner
Toilet Bowl Cleaner
Bleach
Chlorinated Cleanser
Disinfectant /Deodorizer
Floor Stripper
Floor Sealer
Floor Finish
Carpet Shampoo
Carpet Spot Remover
Furniture polish
All MSDS (material safety data sheets) will be provided to each Department.
All equipment to be used on this contract are owned and maintained by Best Janitorial & Supplies, Inc.
All equipments will be either new or in good working condition, and will be delivered to the job site in a
way that will insure that no interruption with the regular operation of the facility.
Best Janitorial & Supplies, Inc. uses the latest in equipment and material to assure the best possible
service provided to our customers. All equipment will have bumpers and guars to prevent marking or
scratching. All electrical equipment will be checked to assure they meet all safety requirements and are
UL approved.
Best Janitorial & Supplies, Inc. service has an onsite mechanic working at the home office, five days per
week, ready to fix and maintain any piece of equipment in need of service. We also have backup
equipment readily available to assure uninterrupted maintenance.
M71
miamidade.gov
October 28, 2011
Mr. Pedro Diaz
BEST JANITORIAL & SUPPLIES, INC.
6900 NW 37th Ave
Miami, FL 33147 -0000
Dear Mr. Diaz:
Small Business Developmt
111 NW 1 Street, 191° F
Miami, Florida 33
T 305- 375 -3111 F 305 -375 -3
CERT. NO: 11411
Approval Date: 10/26/2011 - MICRO /SBE
Expiration Date: 10/31/2014
ANNUAL ANNIVERSARY: 10/26/2012
Small Business Development (SBD), a division of Sustainability, Planning and Economic Enhancement
Department (SPEED) has completed the review of your application and attachments submitted for
certification. Your fine is officially certified as a Micro /Small Business Enterprise (MICRO /SBE) in
accordance With section 2- 8.1.1.1.1 of the Code of Miami Dade County.
This certification is valid for three years provided there are no changes rendering your firm ineligible for
certification. You are required to submit a "Continuing Eligibility Affidavit" annually with specific supporting
documents on or before your Anniversary Date as listed above. You will be notified in advance of your firm's
Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to
decertify your fine. Every three years you will receive a full recertification review that may include an onsite
investigation; SBD will also notify you accordingly.
If at any time during the certification period, there is a material change in your firm, including, but not limited
to ownership, officers, Director, scope of work being performed, daily operations, affiliations with other
business (es) or physical location of the fine, you must notify this office in writing Within (30) days.
Notification should include supporting documentation. You will receive timely instructions from this office as
to how you should proceed, if necessary.
Your company is certified in the following categories as listed below, affording you the opportunity to bid and
participate on contracts with small business measures. Please note that the categories listed are very
general and are used only to assist our customers in searching the directory for certified firms to meet
contract needs. The directory for all certified firms can be accessed on the Miami -Dade County SPEED
website http: / /www.miamidade.goVsba .
Thank you for doing business with Miami Dade County
Sincerely,
Sher Cbriff, Directbr
Business Opportunity Support Services
,Small Business D—viLpment Division
Sustainability, Planning and Economic Enhancement Department
CATEGORIES: (Your firm may bid or participate on contracts only under these categories)
CLEANING SERVICES, STEAM AND PRESSURE (MICRO /SBE)
WINDOW WASHING SERVICES (MICRO /SBE)
JANITORIAUCUSTODIAL SERVICES (MICRO /SBE)
BEARINGS (EXCEPT WHEEL BEARINGS AND SEALS) (MICRO /SBE)
BRUSHES (NOT OTHERWISE CLASSIFIED) (MICRO /SBE)
FLOOR MAINTENANCE MACHINES, PARTS, AND ACCESSORIE (MICRO /SBE)
DBDR0030,201110I6
CC$
Q.�
a
rV6I
w
• ,
a>
0
an
n
O
►
i
V-
C)
N
LO
N
O
0
y�
r
C)
N
LO
Q
q
m
U �
� Ud
ro
0
v
3 W
0
r
c
�
�
o
• ►" I
o Ca
Zn
P �
0
T�
C )
co
CZ
U 1(j
cn
�
f�l
Cq
►
i
V-
C)
N
LO
N
O
0
y�
r
C)
N
LO
Q
q
m
U �
� Ud
ro
0
v
3 W
0
r
c
w
CJ
U
E�
C
N
a
CL
N1
ca
R
.L
N
m
U
V)
a
a
U
b v
>,tb
b�
a
� b
N Q
j
U Q
U
a
W
Cm
G
c
V
d
Q
c
R
CL
N
0
rti
0
0
0
0
0
O
cn
r-q
I
E � r
,12
cl
Q
U
W
w
L'a
m
N
0
N
Q
0
a
G
2
a
H
O
O
z
O
w
=
a
v
=
a
y
V
w
w
m
H
LL
O
F
N
IL
O
z
of
"
W
O
N
a
W
w
a
G
?
a
�
p
�
Q
�
a
O
w
o-
lz
_
J
N
m
o-
a
N
w
CJ
U
E�
C
N
a
CL
N1
ca
R
.L
N
m
U
V)
a
a
U
b v
>,tb
b�
a
� b
N Q
j
U Q
U
a
W
Cm
G
c
V
d
Q
c
R
CL
N
0
rti
0
0
0
0
0
O
cn
r-q
I
E � r
,12
cl
Q
U
W
w
L'a
m
N
0
N
Q
0
a
G
08/22/2012 15:45 3054421775 ALL USA INSURANCE PAGE 02/02
CERTIFICATE OF LIABILITY INSURANCE °ATE(MAVDPYYYY,
Ot122/12
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BE IyYttN THE 13BUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER,
the terms and com"lons of the podgy, prom policies may require an endosemenl. A slalemeld on this cediricale does not confer rights to the
eenlneete holder In lieu of Such eMOSementfaL
All USA Insurance
4200 S.W. 3rd. St.
Miami, FL 33134
775
INSURED
Best Janitorial A Supplies, Inc.
6900 NW 37 AVE
Miami, FL 33142-
A
CD
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMFn AROVF FOR THE POLICY PERIGW
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSUR/WCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 19 SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INRR
A
TYPO DF WB~CE
A °�
MR
Y
UBR
POLICY NUMBER
MIRIIOdr r
MUMY
LIMITS
DeNrDtAL LIABILITY
n COMMERCIAL GENERIALL1LIASILITY
❑CLAN&MADE LJ OCcuR
❑
CCPT36837
101182011
10119R012
5ACHOCCURRENCE
s 1,000000.00
PAEMreEBO R e«u� r�
s 100,000.00
NEDOWPWVrneveaoAt
f 5,0DO.00
PERSONAL A ADV NNRY
f I,000,000.00
❑
GENERAL AGGREGATE
_
S 2,OWNWU.UU
OENL AGGREGATE UNIT APPLIES PER
❑ POLICY 13 PR ❑ Lot:
PRODUCTS. rAMPgP AGO
S 1,000,000.00
s _
AUTOMOBILE LIABI4TY
ANY AUTO
ALL OWNED SCHEDULED
❑ AUTOS n AIIINRWN®
❑ WREDAUTOS ❑ AV10�
I ❑ n
y
0828$402.0
1011912011
10110/2012
WMwrIU UIIL 1
EA AoelAent
f 1,000,000.00
I10OLY WAIM Lgrp,erp,)
f
BODILY NJUITY(Per amidst
I
roe Ae AGE
-_
f _ - --
_
e
❑ UNUMPU.A I IAR ❑OCCUR
❑ EXCESS LWB ❑CWMS.MADE
NIA
'•
EACHOCCLARENCE
f
AGGREGATE
❑ OED RNMT Nf
WOnHER3 YERS'LMT1aN
AND EMPLDYERS'UAaLRY
ANY PROMEMBERFXC UDEW CUIIVI; IN
OPnCERryinN4REXCLUDED'! O
IM[n0abryl'NNl
Ryyee1I Oeaenee vM«
DE96,11"ON OF OPERATIONS e«aN
SfATU -"
Eg
S
E.L. EACH ACCIDENT
-
a
F.L. GSeAea -u CMTLOYC
S -
E1.01SEASE- POUCYUMM
S
11,"
," Hired A Non Owned Autos N 08285402-0 10/102011 1011842012 1.U%1 U(Nl
DSECRIPTION OF OPERATIONS /LOCATION3l VEHICLES IAMCh ACORD 1D1. AddMOMI ROMI,ks SehMUN, R MNa rP1la b Iegolrcel
Jantonat Services
Chould any of the above desorlbed pWk;km be cancelled before the eylllfatiOn date moroor, it* issuing insurer VAN endeavor to mail 30 days written notice to the
certificate holder named below, but failure to do so Shah impose no Obligation °r liability of any kind upon the insurer, Its agents or representatives.
eeonerrtere unmco
City of South Miami
6130 Sume1 Drive
South Mlaml, FI 33143
RFPS PW2012A -01
ACORD 25 (2010106) OF
SHOULD ANY OF THE ABOVE DE0%I3 POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THERE CO; NOTItE WILL BE DELIVERED IN
ACCORDANCE WITH THE POILI& PROWSIONS.
ESENTATIV '
1915 -2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
BESTJAN -02 RATI
`a�ofzo CERTIFICATE OF LIABILITY INSURANCE DA E(MMID1D72 )
`RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
.utomatiC Data Processing Insurance Agency, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1 ADP Boulevard ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Roseland, NJ 07066
INSURERS AFFORDING COVERAGE NAIC #
INSURED Best Janitorial & Supplies, Inc INSURERA: Travelers indemnity Company of Americ 5666
6900 NW 37th Ave INSURERS:
Miami, FL 33147 INSURER C:
INSURER D:
INSURER E'
GES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER
DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONOITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR'ADD' POLICY NUMBER
T N R TYPE IN NC
i POLICY EFFECTIVE pATIC ryEXPIRATIO, LIMITS DAT
S
LIABILITY -
EACH OCCURRENCE
S
GENERAL
! OOMMEROIAL GENERAL LIABILITY
PREMISES Ea=u0noe
S
�; CLAIMS MADE '_ OCCUR'
MED EXP (Any one person)
S
PERSONAL S ADV INJURY I
1
GENERAL AGGREGATE
S
S
iGEN'L AGGREGATE LIMIT APPLIES PER:
- PRODUCTS - COMPIOP AGG
I POLICY PRO- LOC
j
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
—I
(Ea amdent)
S
_I ANY AUTO
ALL OWNED AUTOS
BODILY INJURY
S
(Per person)
SCHEDULED AUTOS
HIRED AUTOS
BODILY INJURY
S
j (PereuidenQ
NON -OWNED AUTOS
PROPERTY DAMAGE
S
I
(Per accident)
GARAGE UABIUTY
i AUTO ONLY - EA ACCIDENT �', S
-�' ANY AUTO
OTHER THAN EA ACC S
AUTO ONLY ADD 5
EXCESS I UMBRELLA LIABILITY
EACH OCCURRENCE
S
S
OCCUR CLAIMS MADE
AGGREGATE
s
S
DEDUCTIBLE
IS
RETENTION S
WC STA ru- OTH-'
X
1
WORKERS COMPENSATION
TORY LIMIT !
AND EMPLOYERS'UABIUTY
A ANY PROPRIETOPoPARTNERIEXECUTIVE YIN '., IHU84AO5754912
6/1/2012 6/112013 E.L. EACH ACCIDENT
5 100,00
100,00
OFFICERMIEMBER EXCLUDED? Y❑
EL. DISEASE -EA EMPLOYEES
!(Mandatory in NH)
500,00
Ityes,descriCe under
- E.L. DISEASE - POLICY LIMIT
S
SPECIAL PROVISIONS W.
OTHER
I
I
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS
PW- 2012 -8.01
I
CERTIFICATE HOLDER
CANCELLATION
SHOULDANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
City of South Miami
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL
6130 Sunset Dr
IMPOSE NO OBLIGATION OR LIABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
South Miami, FL 33143-
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
anon Arnon rnavnRATION_ All riahtS reserved.
ACORD 25 (ZUUVIUl) — " - -- The ACORD name and logo are registered marks of ACORD
MIAMI -D.ADE COUNTY 2011 LOCAL BUSINESS T AX RECEIPT 2012 F!RST -CLASS
140 COLLECTOR
F GLSIIAIdi-DADE COUNTY - STATE OF FLORIDA U.S. POSTAGE
140 L rLAGLER ST. E�P!RES SEPT. 30, 2012 PAID
MI FLOOR MUST BE DISPLAYED AT PLACE OF BUSINESS MIAMI, FL
MIAMI, FL 33130 PURSUANT TO COUNTY CODE CHAPTER 8A - ART. 9 & 10 PERMIT NO. 231
165923 -5 TaIS IS NOT A B!LL- DO NOT PAY RENEWAL
BUSffPNAMEJff6 flON & SUPPLIES INC RECE- IPTNO. 394296 -9
tl 6699010JNHNW137 AVE
33147 HIALEAH
owW?ST JANITORIAL & SUPPLIES INC
Sec iff'S1`�`✓�IVE BUSINESS EMPLOYEE /S
THIS IS ONLY A LOCAL NOT A CONTRACTORS RECEIPT
3USINSSE TAX RECEIP-- :T
DOES NOT P- RI,l;T
HOLDER TO VIOUT£ AN°
EXISTING REGUUTORY OR
O
Z NINE LAWS OF FR
COUNTY OR
:11E
2011 LOCAL BUSINESS TAX RECEIPT 2012
DO NOT FORWARD
HOED n EXAMRT r +E
EWT
HOLDER F,iOR ANY CENSR
BEST
JANITORIAL $ SUPPLIES INC
.REQUIRED BY LAWLI ys IS
PEDRO
DIAZ PRIES
NOT A THE HOLOR'S CUALIIRCA-
6900
NW 37 AVE
TIONS.
MIAMI
FL 33147
PAYMEN'i RECEIVED
EXISP.NG REODUTORY OR
MIAMTGADE COUNTY TAX
OC NOT -ORINARD
DOES IT EXEMPT THE
COLLECTOR:
HOLDER FROM ANY OTHER
10/19/2011
REQUIRED BY 1.1. THIS IS
09010053002
NOT A DER. IF of
THE A DER..s CA70% O-
PEDRO DIAZ PRIES
000099.00
I „ll,,,li
„„ lilt, Ilh ,,Lll,,:LL
MIAMI FL 33147
MIAMI -DADE COUNTY TAX
„Ili,l „iIL,IILIRft,.J
I SEE OTHER SIDE
10/19/2011
e MIAMI -DAD= COUNTY
2011 LOCAL BUSINESS TAX RECEIPT 2012
FIRST -CLASS
i TAX COLLECTOR
MIAMI -DADE COUNTY - STATE OF FLORIDA
U.S. POSTAGE
140 W. FLAGLER ST.
EXPIRES SEPT. 30, 2012
PAID
Is', FLOOR
MIAMI, FL 33130
MUST BE DISPLAYED AT PLACE OF BUSINESS
MIAMI, FL
DOES NOT PcRMtT THE
PURSUANT TO COUNTY CODE CHAPTER SA - ART. 9 & 10
PERMIT NO. 231
165923 -5 Trj!S IS NOT A BILL - DO NOT PAY RENEWAL
BUSIEST NJ�N118R1ANL 8 SUPPLIES INC RECEIPTNC. 165923 -5
65900 NNW 37 AVE
33147 HIALEAH
OWN- -
WST
JANITORIAL
& SUPPLIES INC
SODA? OA'�VAVCYCLING
EMPLOYOEE /S
/PROCESSING
THIS IS ONLY A LOCAL
SUDINCSS TAX RECEIPT. :T
DOES NOT PcRMtT THE
HOLDER TO V!OUTE ANY
EXISP.NG REODUTORY OR
20NING :-:VIS OF ' +_
.AUNTY OR JT:£S. `:OR
OC NOT -ORINARD
DOES IT EXEMPT THE
HOLDER FROM ANY OTHER
PE_RMR CR L:C=i3E
REQUIRED BY 1.1. THIS IS
BEST JANITORIAL & SUPPLIES INC
NOT A DER. IF of
THE A DER..s CA70% O-
PEDRO DIAZ PRIES
TI`NS.
6900 NW 37 AVE
PAYOAENT RECEIVED
MIAMI FL 33147
MIAMI -DADE COUNTY TAX
COLLECTOR:
10/19/2011
09010053001
000049.50
III
„li,,,HTI III
„I „lI,I,I:I II, ,,ll,l,lili„Illl,:p511
SEE OTHER SIDE
wl-�
+i3ppartmrrtt of Mate
I certify the attached is a true and correct copy of the Articles of Amendment,
filed on November 29, 1993, to Articles of Incorporation for BEST JANITORIAL
CHEMICAL & SUPPLIES, !NC. which changed its name to BEST JANITORIAL &
SUPPLIES, INC., a Florida corporation, as shown by the records of this office.
The document number of this corporation is M47030.
CR2E022 (2 -91)
(biben umber nip fjanb anb tfjr
oreat meal of tfje Mate of _11oriba,
at T311alja55ee, tl)e Capital, tlji5 thr
Seventh bay of December, 1993
dim �mitlj
,$ecretarq of Mate