CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM

Size: px
Start display at page:

Download "CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM"

Transcription

1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM South Miami bod mr 2001 To: The Honorable Mayor & Members of th~ ~, Commission From: Hector Mirabile, PhD, City Manager (11 II Date: September 18, 2012 Agenda Item No.:-=',-,41,--- SUBJECT: A Resolution authorizing the City Manager to enter into a three-year agreement with Kelly Janitorial Systems, Inc. for janitorial services as required by the City. BACKGROUND: During june of 2012, the City was confronted with an emergency involving current janitorial staff that required quick and decisive action by staff. The approach was to initially contract for services on a month-to-month basis until such time a formal Request for Proposal was developed and awarded. The formal RFP was issued on july 31, 2012 and closed on August 24, Ten proposals were received. Prior to the closing date, a pre-bid meeting was held on August 14, 2012 where an extensive on-site walk-through was conducted of City Hall, Police, Parks, Community Center, Senior Center, Public Works and the Head Start building. Fourteen companies attended the pre-bid meeting. An Evaluation Selection Committee was compiled to review and analyze the received proposals. The Selection Committee members: Kelly Barket, Superintendent/Public Works Lisa Morton, Lieutenant/Police Steven Kulick, Purchasing Manager/Central Services Carl Williams, Assistant Parks and Recreation Director/Parks The Selection Committee reviewed the ten proposals and created an initial short list encompassing the top five proposals by way of the bid price. From there, one proposal was eliminated and the decision was to conduct interviews with the top four bidders. One of the four bidders declined the invitation to the interview; consequently, three bidders attended the interview sessions: American Facility Services, Kelly janitorial Systems, Inc., and Best janitorial & Supplies, Inc. Based on the proposals, interviews and reference checks, Kelly janitorial Systems, Inc. is recommended for the award. Kelly, while not the low bidder, has the most Page 1 of3

2 experience with municipalities, is a local company and, had the highest combined score from the Selection Committee: Evaluation Selection Committee Combined Score Kelly American Best Janitorial Committee Member Facility Janitorial & Systems, Services Supplies Inc. Kelly Barket Lisa Morton Steven Kulick Carl Williams Total Score Kelly quoted $4,900 per month. As a result of Miami-Dade County taking over the lease and maintenance of the Head Start building, the revised monthly amount is $4,600 per month, or $165,600 over the three-year term. As a point of comparison, the cost to maintain in-house janitorial staff was in excess of $190,000 per year, or $570,000 over the three-year contract term; saving the City an estimated $404,400 in salaries and benefits. Below is a comparison of the bid prices, less the Head Start building: Janitorial Services RFP Less Head Start Less REVISED Yr 1 Yr2 Yr3 Bidder 36 Yr 1 Yr2 Yr3 Head 36 Monthly Monthly Monthly Month Monthly Monthly Monthly Start Month American Facility Services Kelly Janitorial Systems, Inc. Best Janitorial & Supplies $160,200 $4,450 $4,450 $4,450 $3,863 $3,863 $3,863 $587 $139,068 $176,400 $4,900 $4,900 $4,900 $4,600 $4,600 $4,600 $300 $165,600 $186,960 $5,160 $5,160 $5,260 $4,860 $4,860 $4,960 $300 $176,160 While American Facility Services provided the lowest bid, the Selection Committee was not comfortable with some of the responses during the interview and, a check of reference indicated there may not be enough coverage to adequately support the City's needs. Page 2 of3

3 The City's current month-to-month contract with Able Business Services Inc., is $4,000 per month. It should be noted Able Business Services, Inc. bid $7,212 per month before the Head Start deduction, or $259,636 over the three-year term. Kelly janitorial Systems advised they could be on-site, stocked with supplies, and fully operational at all City locations, including the completion of Level" background checks, within one week of the Notice of Award. Staff estimates the start date to be approximately October 15, EXPENSE: $55,200 FY ($165,600 over 3-years) to account no for FY , with a current balance of $99,307 SUPPORT: Resolution Request for Proposal Addendum #1 Addendum #2 Pre-Bid Meeting Sign-in Sheet Bid Opening Report Bid Summary Short Listing, Bid Summary Selection Committee Interview Questions Selection Committee Individual and Combined Score Sheets Proposals: Kelly janitorial Systems, Inc. Best janitorial & Supplies, Inc. American Facility Services Page 3 of3

4 RESOLUTION NO.: A Resolution authorizing the City Manager to enter into a three-year agreement with Kelly Janitorial Systems, Inc. for janitorial services as required by the City. 7 WHEREAS, the City accepted sealed proposals for janitorial services; and 8 9 WHEREAS, an Evaluation Selection Committee reviewed and analyzed said proposals; 10 and 11 WHEREAS, the awarded vendor will replace the current month-to-month contract for 12 janitorial services; and WHEREAS, the Evaluation Selection Committee ranked Kelly Janitorial Systems Inc. as 15 the top ranked proposer who will provide janitorial services in the amount of $4,600 per month, 16 each month, during the three-year agreement in accordance with the scope of services 17 identified in the formal Request for Proposal, excluding the Head Start building since Miami- 18 Dade County (the Tenant) and the Sub-tenant have agreed that the Sub-tenant, who has a one 19 year sub-lease with an option to renew as Sub-tenant, shall be responsible for such services NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY 22 OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is authorized to enter into a three-year agreement with 25 Kelly Janitorial Systems, Inc. for janitorial services, including all related chemicals and supplies at 26 City facilities and buildings in accordance with the formal Request for Proposal, excluding the 27 Head Start building; for a fee of $4, per month, each month, during the three-year 28 agreement and charged to account number , Public Works Contractual 29 Services Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is 32 for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding 33 shall not affect the validity of the remaining portions of this resolution Section 3. Effective Date: This resolution shall take effect immediately upon 36 enactment PASSED AND ENACTED this day of -', ATIEST: CITY CLERK READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard: Vice Mayor Liebman:

5 CITY ATIORNEY Commissioner Harris: Commissioner Newman: Commissioner Welsh:

6 City of South Miami REQUEST FOR PROPOSAL RFP #PW Janitorial Services The City of South Miami, Florida, hereinafter referred to as City, will receive sealed proposals. The submittal, consisting of one (I) original unbound proposal (clearly identify the original). ten (10) additional copies and one (I) digital copy (CD or Flash Drive) shall be enclosed in a sealed envelope or container and shall have RFP #PW I Janitorial Services, and the name of the respondent clearly written on the exterior of the envelope in which the sealed proposal is delivered. Special envelopes such as provided by UPS or Federal Express will not be opened unless they contain the required information on the front or back of the envelope. All proposals must be received by the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida Sealed Proposals must be received by the City Clerk, either by mail or hand delivery, no later than 10 A.M. local time on Friday. August A public opening will take place at loam. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after loam. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Bidders. The Project is generally described as: Janitorial Services including material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami over a three-year period. The scope of work for this project is include in this RFP and specifies responsibilities of the proposer and the City. A Mandatory Pre-PROPOSAL Meeting will be held at 10 A.M. local time on Tuesday August 14, 2012 at City Chamber located at 6130 Sunset Drive South Miami FI, The Pre PROPOSAL Meeting shall be held regardless of weather conditions. Any requests for additional information or clarification should be submitted in writing by 10:00 A.M. local time on Wednesday. August to the attention of Steven Kulick, C.P.M. Purchasing Manager at skulick@southmiamifl.gov or via facsimile at (305) Proposals are subject to the attached Standard Terms and Conditions contained in the complete bid package. Interested Bidders who wish to bid on this RFP can obtain the complete bid package at City's website at cityofsouthmiamlnetlindex.php?src=gendocs&ref=bidposting20 I O&category=RFPs-and-Bids or at the City Clerk's office Monday through Friday from 9:00 AM. to 4:00 P.M. The City of South Miami reserves the right to award the contract to the lowest, most responsive, responsible bidder, as determined by the City Commission, subject to the right of the City Manager, or designee, or the City Commission, to reject any and all bids, to waive any irregularity in the bids or bidding procedure and to award the bid and the contract to bidders other than the low bidder. Maria M. Menendez, CMC South Miami City Clerk

7 TABLE OF CONTENTS SCOPE OF SERVICES PRICE PROPOSAL SHEET GENERAL CONDITIONS AND INFORMATION SUBMISSION REQUiREMENTS EVALUATION AND SELECTION OF CONTRACTOR PROPOSAL SUBMITTAL FORM EXHIBIT # I JANITORIAL SERVICES AGREEMENT EXHIBIT 2: FLORIDA STATUTE , CHAPTER 435, EMPLOYMENT SCREENING ATTACHMENT #1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST ATTACHMENT #2 DRUG FREE WORKPLACE ATTACHMENT #3 No CONFLICT OF INTEREST/NoN-COLLUSION CERTIFiCATION Attachment #4 ACKNOWLEDGEMENT AND CONFORMANCE WITH OSHA STANDARDS...41

8 SCOPE OF SERVICES = OJ Janitorial Services RFP #PW I 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. II. 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

9 14. Spot clean spills with a damp mop. 15. Before leaving any office, shut off lights, electrical appliances, and lock all entrance doors and only interior doors requested. 16. Remove fingerprints and smudges from all walls. 17. Report all burned out lights. 18. Detail and clean all kitchen, counter tops, or lunch room areas. 19. Clean Stairs daily, where applicable. OFFICES-Weekly Service 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. 5. Clean all ground level windows and glass partitions OFFICES-Monthly Service (Community Center Only) I. Wax and buff floors. OFFICES-Quarterly Service I. 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 I. 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. 5. All piping to be cleaned and polished. 6. All partitions to be spot cleaned and washed as necessary. 3

10 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 I. Wash down all walls, and sanitize all partitions. 2. Wash all waste containers and disinfect. 3. Clean and polish all doors, doorplates, and hardware. 4. All floors cleaned and grout cleaned. RESTROOMS-Monthly Service I. Wipe clean all ceilings, lights, and fixtures. 2. Detail all toilet compartments and fixtures. 3. Brush and clean grills and vents. 4. Clean shower curtains and shower heads. RESTROOMS-Quarterly Service I. Scrub all tile floors. EMERGENCY SERVICE - As Needed The Contractor shall provide an Emergency "After-HourslWeekends/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

11 lanitorial Services Locations ( 8 Buildings. 5 Locations) Note: The measurements and S.F. are estimated. APPLIANCES LOCATION OFFICE MIRROWAVE, LOBBY/FLOORS SINKS & SPACE RESTROOMS TOSTER, (SF) COUNTERS (SF) REFREGERATOR, WINDOWS STOVE WATER FOUNTAIN SYLVA MARTIN & PORCH 573 3, c 6 1 CITY HALL 2,840 4, c 66 3 POLICE 2,730 3,845 8 with Showers c 69 4 CENTRAL SERVICES 1, lc 3 1 COMMUNITY CENTER 11,583 11,027 4 with Showers c PUBLIC WORKS 674 1,277 3 with Showers lc 10 2 HEAD START 3, lc 9 2 SR. CITIZEN CENTER 2, lc Balance County County SERVICES REQUIRED: Frequency: Community Center: All Locations, Daily M - F 7:00 AM to 4 PM M - F 7:00 AM to 8:00 PM/Saturday 10 AM to 4 PM l-city. NOTE: IN ORDER TO FACILLITATE FUTURE ADJUSTMENTS, EITHER INCREASES OR DECREASES IN THE NUMBER OF FACILITIES AND AREAS THAT WOULD REQUIRE JANITORIAL SERVICES, THE COMPANY WILL BE REQUIRED TO SUBMIT PRICING BASED ON THE SCOPE OF SERVICES AND FACILITY. THE PRICING WILL BE SUBJECT TO APPROVAL AND ACCEPTANCE BY THE CITY PRIOR TO IMPLEMENTATION. 5

12 Background Screening All selected Contractor's personnel providing service at City facilities must be in compliance with Level II Background Screening and fingerprinting requirements as per Exhibit 2, Chapter 435, including but not limited to Florida Statute , Employment Screening, prior to the scheduled start date of janitorial services. The Contractor is responsible for the Background Screenings and, all completed Background Screenings must be approved by the City of South Miami Police Department prior to the scheduled start date for janitorial services and prior to the start of any employees not previously screened. Q.tx: The City shall provide the Contractor and their qualified personnel access to all City facilities and janitorial storage areas during the hours of services, or as agreed, to perform janitorial services. QUALIFICATIONS The selected Proposer and/or its subcontractors (as applicable) shall have: I. a minimum of five (5) years prior experience in commercial janitorial services. 2. knowledge of business operations and the legal requirements associated with this type of operation 3. Demonstrated financial ability to perform the responsibilities of the Agreement 4. Three professional references, including contracts/firms currently servicing. 5. Background information on persons of significant responsibility within the proposer's organization. 6

13 PRICE PROPOSAL SHEET Janitorial Services RFP #PW I Proposers must include the Price Proposal Sheet with their submittal. Failure to do so will render your proposal non-responsive and will be rejected from further consideration. PRICE PROPOSAL SHEET Monthly Fee Annual Amount Year I (12 Months) Year 2 (12 Months) Year 3 (12 Months) TOTALS 7

14 GENERAL CONDITIONS & INFORMATION Janitorial Services RFP #PW I I. Submission of Request for Proposals Firms shall submit one (I) original unbound proposal, ten (10) additional copies and one (I) digital CD copy. Request for Proposals must be in conformance with the detailed submittal instructions and must be delivered by mail or courier personal delivery by Friday. August at 10:00 A.M, shall be enclosed in a sealed envelope or container and shall have Janitorial Services RFP and the name of the respondent clearly written on the exterior. No faxed or RFP responses will be accepted. Response to RFP may be submitted in person or by mail to the following address: Office of City Clerk South Miami City Hall 6130 Sunset Drive South Miami, FL Upon submission, all documents become the property of the City of South Miami and are subject to public records laws. 2. Rules. Regulations. Laws. Ordinances. & Licenses The awarded firm shall observe and obey all laws, ordinances, rules, and regulations of the federal, state, and local municipality, which may be applicable to the service being provided. The firm shall have or be responsible for obtaining all necessary permits or licenses required in order to provide this service. 3. Requests for Additional Information or Questions Any requests for additional information or clarification should be submitted in writing by 10:00 A.M.. local time on Wednesday. August to the attention of Steven Kulick, C.P.M. PurchaSing Manager at skulick@southmiamifl.gov or via facsimile at (305) The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. If any addendums are issued to this RFP, the City will notify all prospective firms via the City's website. 4. Lobbying All firms and their agents who intend to submit, or who have submitted, bids or responses for the City of South Miami Janitorial Services RFP are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioners, members of the Evaluation Selection Committee, nor any employee of the City of South Miami are to be lobbied either individually or collectively concerning this City of South Miami Janitorial Services RFP. 8

15 5. Cone of Silence: All firms and their agents shall comply with the "Cone of Silence" prohibitions contained in the 'Miami-Dade County's Cone of Silence Ordinance Part III, chapter 2, article I, section (t)(a). Contact should only be made through regularly scheduled Commission meetings; Evaluation Selection Committee meetings scheduled for interviews and/or negotiations, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 6. Reserves the Right The City anticipates awarding one or more contract(s) for services as a result of this Request for Proposals. The City, however, reserves the right to reject any and all submitted Proposals and to further define or limit the scope of the award. The City reserves the right to request additional information from Firms as deemed necessary. Notice is also given of the possibility that an award may be made without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposals be completed in all respects. All awards must be confirmed by the City Commission in the form of a resolution approving a contract for the services in question. The City Manager reserves the right to negotiate modifications to Proposals that the Manager deems acceptable, reject any and all responses to the RFP in the Manager's sole discretion, and to waive any irregularities in the response to the RFP or in the procedures. 7. Contract Cancellation The resulting contract may be canceled by the City of South Miami for any reason. Cancellation by the City will be effective sixty (60) days following the receipt by the Contractor of a written notice advising the contractor that the contract shall be cancelled or due to lack of performance or due to abandonment of Contractor. In such cases, cancellation can be utilized without notification. 8. Ownership of Preliminary and Final Records All preliminary and final documentation and records shall become and remain the sole property of the City. The awarded firm shall maintain original documents thereof for its records and for its future professional endeavors and provide reproducible copies to the City. In the event of termination of the agreement, the proposing firm shall cease work and deliver to the City all documents (including reports and all other data and material prepared or obtained by the awarded firm in connection with the City of South Miami Janitorial Services RFP, as well as all documents bearing the professional seal of the firm. The City shall, upon delivery of the aforesaid documents, pay the firm and the firm shall accept as full payment for its services there under, a sum of money equal to the percentage of the work done by the firm and accepted as satisfactory to the City. The Firm shall warrant and certify that it has the right to use, and the right to license the City to use, all copyrighted material that is developed for or used in the Work to be performed and the contract with the selected Firm shall contain a provision granting the City the right to used such 9

16 copyrighted material, or at the City's option assigned to the City, so long as it is needed to complete the project. 9. Indemnification The proposing firm shall indemnify and hold harmless the City, its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the proposing firm and any persons employed or utilized by proposing firm in the performance of this contract. 10. Equal Employment In accordance with Federal, State and Local law, the proposing firm will not discriminate against any employee or applicant for employment because of race, color, ethnicity, religion, sex, sexual orientation, national origin or handicap. The proposing firm will be required to comply with all aspects of the Americans with Disabilities Act (ADA) during the performance of this contract. I I. Insurance Without limiting its liability, the proposing firm shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the proposing firm, from claims which may arise out of or result from the proposing firm's execution of a contract with the City of South Miami for Janitorial Services RFP whether such execution by the firm or by any sub-consultant, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The firm shall not commence WORK on this Agreement until he has obtained all insurance required by the City. The firm shall indemnify and save the City harmless from any and all damages, claims, liability, losses and causes of actions of any kind or nature arising out of a negligent error, omission, or act of the firm, its agents, representatives, employees, subcontractor, or assigns, incident to arising out of or resulting from the performance of the firm professional services under this Agreement. The firm shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including the City's attorney's fees and expenses in the defense of any action in law or equity brought against the City arising from the negligent error, omission, or act of the firm, its agents, representatives, employees, subcontractor, or assigns, incident to, arising out of or resulting from the performance of the firm's services under this Agreement. The firm agrees and recognizes that the City shall not be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the firm, its agents, representatives, employees, subcontractors, sub-contractors, or assigns. In reviewing, approving or rejecting any submissions or acts of the firm, the City in no way assumes or shares responsibility or liability of the firm, sub-contractors, their agents or assigns. 10

17 The firm shall maintain during the term of this Agreement the following insurance: A. Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the firm shall become legally obligated to pay as damages for claims arising out of the services or work performed by the firm its agents, representatives, Sub-Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the firm may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, on a Florida approved form including automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: Personal Injury: $1,000,000; Medical Insurance $25,000 per person; Property Damage: $50, each occurrence; Automobile Liability: $1,000,000 each accident/occurrence. C. Umbrella Commercial General Liability insurance on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim. The City must be named as additional "named" insured for all except Workers' Compensation, and reflect the indemnification and hold harmless provision contained herein. Policy must specify whether it is primary or excess/umbrella coverage. City must receive 10 days advance written notice of any policy modification and 30 days advance written notice of cancellation, including cancellation for non-payment of premiums. All insurance must remain in full force and effect for the duration of the contract period with the City. The firm must provide not only a "certified copy" of the Binder but also the Policy itself with the name, address and phone number of the agent and agency procuring the insurance. D. Wcrkman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. E. The policies shall contain waiver of subrogation against City where applicable, shall expressly provide that such policy or policies are primary over any other collective insurance that City may have. The City reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of 11

18 interest" or "cross liability" clause without obligation for premium payment of the City. F. All of the above insurance required to be provided by the firm is to be placed with BEST rated A-a (A-VIII) or better insurance companies, qualified to do business under the laws of the State of Florida on approved Florida forms. The firm shall furnish certified copies of all "Binders" or certificates of insurance to the City prior to the commencement of operations, which "Binders" or certificates shall clearly indicate that the firm has obtained insurance in the type, amount, and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the CITY. Compliance with the foregoing requirements shall not relieve the firm of his liability and obligations under this Section or under any other portion of this Agreement. Firm agrees to supply copies of certificates of insurance to the City verifying the above-mentioned insurance coverage. Firm agrees to list City as an Additional Insured of the firm General liability insurance and shall provide the City quarterly reports concerning any and all claims. 12. Opening of Request for Proposals Request for Proposals will be opened and evaluated after the final date and time set for receipt. The City may request proposing firm(s) considered for award to make an oral presentation to a selection board or to submit additional data. 13. Rejection of Proposals The City reserves the right to reject any and all Request for Proposals. It also reserves the right to waive any minor irregularities in connection with Request for Proposals. 14. Acceptance of Proposal Within thirty (30) days after the final submission date for Request for Proposals, the City will act upon them. The Successful Firm will be requested to enter into negotiations to produce a contract for City of South Miami Janitorial Services RFP. The City reserves the right to terminate negotiations in the event it deems progress towards a contract to be insufficient. 15. Applicable Law All applicable laws and regulations of the state of Florida and ordinances and regulations of the City of South Miami will apply to any resulting agreement and venue for any action arising out of any agreement shall be in Miami-Dade County, Florida and such right shall remain solely with the City. 12

19 16. Qualification of Proposing Firm Request for Proposals will be considered from firms normally engaged in providing the services requested. The proposing Firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject any response to Request for Proposals where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 17. Designated Contact The awarded firm shall designate, in writing, a person to act as a primary contact with the City of South Miami. This person or back-up shall be readily available during normal work hours by phone or in person, and shall be knowledgeable of the terms of the contract. All contact persons shall have sufficient command of the English language so as to accurately communicate verbally and in writing. 18. Deviations from Specifications The awarded Firm shall clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this Request for Proposal. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 19. Precedence of Conditions The proposing Firm, by virtue of submitting a proposal, agrees that City's general provisions, terms and conditions, as set forth in this Request for Proposal and including the proposed contract documents, subject to change by mutual agreement in writing shall take precedence over any and all provisions, terms and conditions submitted with the proposal, either appearing separately or included. Any conflict between the provisions, terms and conditions of this document and the Firm's proposal shall be resolved in favor of this document. All proposals shall be presumed to include all the provisions, terms and conditions of this document unless the City specifically waives those provisions, terms and conditions in a writing signed by the City Manager. 20. Proposal Withdrawal After responses to the Request for Proposals are opened, corrections or modifications to Proposals are not permitted, but the proposing firm may be permitted to withdraw an erroneous proposal prior to the award of the contract by the City Commission, if the following is established: 13

20 19.1 the proposing firm acted in good faith in submitting the proposal; and 19.2 the error was not the result of gross negligence or willful inattention on the part of the firm; and 19.3 the error was discovered and communicated to the City within twenty-four (24) hours of proposal opening, along with a request for permission to withdraw the proposal; and 19.4 the firm submits documentation and an explanation of how the proposal error was made. 21. Public EntitY Crimes A person or affiliate who has been placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a proposal on a contract to provide any services to a public entity, may not submit Request for Qualifications on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for a period of 36 months from the date of being placed on the Convicted Vendors List. 22. Contingent Fees Prohibited The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the CITY, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub-consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 23. Inspection and Copying of Records All records in any manner whatsoever assigned to the City of South Miami, or any designated portion thereof which are in the possession of the proposing firm or proposing firm's subcontractors, or consultants, shall be made available, upon request by the CITY, for inspection and copying upon written request of the CITY. Additionally, said records shall be made available, upon request by the CITY, to any state, federal or other regulatory authorities and any such authority may review the same. Said records include, but are not limited to, all submittals, correspondence, minutes, memoranda, tape recordings, videos, or other writings. Said records expressly include those documents reflecting the time expended by the proposing firm and its personnel in performing the obligations of this Contract and the records of expenses incurred by the proposing firm in its performance under said contract. 24. Auditable Records 14

21 The proposing firm shall maintain auditable records concerning the procurement adequate to account for all receipts and expenditures, and to document compliance with the specifications. These records shall be kept in accordance with generally accepted accounting principles, and the City reserves the right to determine recordkeeping method in the event of non-conformity. These records shall be maintained for five (5) years after final payment has been made and shall be readily available to City personnel with reasonable notice, and to other persons in accordance with the Florida Public Disclosure Statutes. All preliminary and final documentation and records shall become and remain the sole property of the City. The Company shall maintain original documents thereof for its records and for its future professional endeavors and provide reproducible copies to the City. In the event of termination of the agreement, the proposing Company shall cease work and deliver to the City all documents (including reports and all other data and material prepared or obtained by the Company in connection with the City of South Miami Janitorial Services RFP, as well as all documents bearing the professional seal of the Company. The City shall, upon delivery of the aforesaid documents, pay the Company and the Company shall accept as full payment for its services there under, a sum of money equal to the percentage of the work done by the Company and accepted as satisfactory to the City. The Company warrants and certifies that it has the right to use, and the right to license the City to use, all copyrighted material that is developed for or used in the Work to be performed and hereby grants to the City the right to used such copyrighted material, or at the City's option, the Company shall assign to the City such material, so long as it is needed to complete the contemplated janitorial services program. 25. Unauthorized Aliens The employment of unauthorized aliens by any firm is considered a violation of Federal Law. If the Contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of any contract resulting from this RFP. This applies to any sub-contractors used by the firm as well. 26. Waiver Failure of the City to take any action with respect to any breach of any term, covenant, provision or condition contained in the agreement, or any instance of default there under by the awarded firm shall not be deemed to be a waiver of such term, covenant, provision or condition nor shall it be deemed to be waiver of any future default. 27. Attorney's Fees: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. 15

22 SUBMISSION REQUIREMENTS janitorial Services RFP #PW I It is imperative that the information submitted is precise. clear, and complete. All submittals must be presented one (I) original unbound proposal, ten (10) additional copies and one (I) digital Flash Drive or CD copy, an 8 1/2" x I I ", tabbed for the following format (submittals not conforming to this format may be disqualified from further consideration). Request for Qualifications should include the requirements listed below. Submittals submitted without meeting ALL the requirements may be considered non-responsive. I. Format Sections and subsections should correspond in sequence with those identified below. All additional information that the Consultant believes is unique to a section and does not fit the established outline may be included at the end of each section under a subheading "Additional Information." The following information shall be provided in the order detailed: failure to provide anyone part of this section without appropriate explanation may result in disqualification of proposal. a. Title Page - List the RFP subject, the name of the firm, address, telephone number, address, contact person and date. b. Table of contents - Include a clear identification of the material included in the submittal by page number. c. Letter of Interest -- Limit two (2) pages. Make a positive commitment to perform the required work within a specified timeline, acknowledgement of receipt of addenda. Give the name(s) of the person(s) who will be authorized to make representation for the firm, their title, phone number and address. d. Qualifications and Experience I. Provide a brief discussion of the firm's understanding and approach to the work described herein. 2. A resume of the individual(s) who will work on City matters and a statement identifying the individual(s) who will attend meetings and have primary responsibility for City matters and whether the individual(s) represents other municipalities.. 3. A list of any individual(s) or firm with whom the Respondent has a contractual relationship or other business affiliation. 16

23 4. A disclosure of the following: (a) any relationships between the individual(s) of the firm and any Commission member, his/her spouse, or family: (b) any relationship between any individual(s) of the firm and any business or entity owned by a Commission member or their family or in which a Commission member or their family has or had an interest; (c) any other information concerning any relationships between the individual(s) of the firm and any Commission member which the Respondent deems might be relevant to the Commission's consideration; (d) such other governmental or quasigovernmental entities which are represented by the individual(s)/firm, and the nature of the representation in such matters; and (e) a "conflict list" if the same is maintained by the individual(s) or the firm. 5. Three (3) contracts the individual(s)/firm performed involving services similar to those detailed herein. The schedule of the work, cost of the work and scope of work for each such contract. 6. Three (3) references. 7. Resumes for each of the firm's staff who will be performing any of the work. e. Respondent's Sworn Statement Under Section (3)(A), Florida Statutes, on Attachment # I "Public Entity Crimes and Conflicts of Interest Affidavit," shall be completed and provided with the proposal submittal. f. Neither the individual(s)/firm, nor any of his/her/its employees shall be permitted to represent any client before the Commission or any Committee, department or agency of the City, and shall agree not to undertake any other private representation which might create a conflict of interest with the City. The individual(s)/firm may not represent any Commission member, individually, or, any member of their family or any business in which the Commission member of their family has an interest. g. All proposals received will be considered public records. The City will consider all proposals using such criteria as the Commission or City Manager may adopt at either of their sole discretion. The individual(s)/firm selected will be required to enter into a formal agreement with the City in a form satisfactory to the City, prior to the execution of which the City shall reserve all rights, including the right to change its selection. h. Respondent's Attachment # 2 "Drug Free Workplace" form shall be completed and provided with the proposal submittal. i. Respondent's Attachment # 1 "No Conflict of Interest/Non Collusion Affidavit," shall be completed and provided with the proposal submittal. 17

24 j. Respondent's Attachment # 4 "Acknowledgement and Conformance with OSHA Standards," shall be completed and provided with the proposal submittal. k. Price Proposal Sheet - All proposals shall include a Price Proposal Sheet with their submittal. 18

25 EVALUATION AND SELECTION OF CONTRACTOR Janitorial Services RFP #PW I EVALUATION CRITERIA Proposals will be evaluated by an Evaluation/Selection Committee which will evaluate and rank proposals on criteria listed below. The criteria are itemized with their respective weights for a maximum total of one hundred (100) points per Evaluation/Selection Committee member. Proposer's experience, qualifications, and past performance related to the managing and operating of similar contracts for janitorial services Points 25 Relevant experience and qualifications of key personnel, including key personnel of any subcontractors, that will be assigned to this project, and experience and qualifications of any subcontractors Points 20 Proposer's start-up and operation plan, time frame, number of qualified staff to be assigned to the facilities. Points 20 Proposed Monthly/Annual Fee Points 35 TOTAL Points

26 PROPOSAL SUBMITTAL FORM Janitorial Services RFP #PW I 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: Attachments: Bidder Qualification Statement Non-Collusion Affidavit Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers Indemnification and Insurance Documents --- Price Proposal Sheet Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. 20

27 EXHIBIT # I JANITORIAL SERVICES AGREEMENT Janitorial Services RFP #PW I THIS AGREEMENT is made between " a Florida corporation, ("Company") and the City of South Miami, a Florida municipal corporation, ("City"), on this _ day of,, WHEREAS, the City desires to contract with a Company to perform janitorial services at all City facilities and buildings. NOW, THEREFORE, in consideration of the mutual promises and agreements hereinafter set forth, the receipt and sufficiency of which are hereby acknowledged, and, at the City's option, contingent upon the completion and submittal of all required bid documents, the parties agree as follows: SCOPE OF SERVICES: The Company agrees to provide janitorial services for the City including all material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami, including those services set forth in the Janitorial Request for Proposal ("Janitorial RFP") and those included in the Company's response to the RFP. RESPONSIBILITIES OF THE PARTIES Company: The Company shall perform all duties and provide the required material, labor, supplies and equipment to perform the scope of services which includes the following: OFFICES-Daily Service I. Empty all waste receptacles, removing waste to designated area for disposal, replace plastic liners. 2. Empty and damp wipe garbage receptacles. 3. Dust and spot clean all counter tops. 4. Dust all horizontal surfaces of desks, chairs, tables and office equipment. 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. 21

28 9. Spot wash glass surfaces, doors, frames, kick and push plates, handles, light switches, baseboards, etc. All surfaces will be cleaned with the utmost care. 10. Vacuum clean all exposed carpeting, minimum 3 times per week. I I. Inspect carpet for spots and stains, remove where possible. 12. Dust mop or sweep all non-carpeted floors thoroughly using a chemically treated mop. 13. Mop uncarpeted floors as needed, minimum 3 times per week. 14. Spot clean spills with a damp mop. 15. Before leaving any office, shut off lights, electrical appliances, and lock all entrance doors and only interior doors requested. 16. Remove fingerprints and smudges from all walls. 17. Report all burned out lights. 18. Detail and clean all kitchens, counter tops, or lunch room areas. OFFICES-Weekly Service I. Dust all ledges, wall moldings, pictures, shelves and other services above hand height. 2. Brush down and clean all vents and grills 3. Clean all baseboards. 4. Dust all light fixtures and covers. 5. Clean all ground level windows and glass partitions OFFICES-Quarterly Service I. Dust and clean or vacuum all drapes and blinds. 2. Detail and vacuum chairs and upholstered furniture. 3. Dust and clean all light fixtures and covers. 4. Scrub and wax vinyl floors. OFFICES-Monthly Service (Community Center Only) BI-ANNUAL SERVICE I. Wax and buff floors. I. 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. 22

29 2. Damp wipe or scrub and sanitize all trash containers. 3. All Commodes, urinals, and basins to be scoured and disinfected. Both sides of toilet seat to be cleaned daily. 4. Clean and polish all faucets, sinks, and exposed metal. 5. All piping to be cleaned and polished. 6. All partitions to be spot cleaned and washed as necessary. 7. Replenish all paper products, including toilet covers, paper towels and toilet paper daily. 8. Replenish hand soap daily. 9. Sweep tile floors and damp mop with germicidal disinfectant. RESTROOMS-Weekly Service I. 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 I. Scrub all tile floors. BACKGROUND SCREENING All selected Company's personnel providing service at City facilities must be in compliance with Level II Background Screening and fingerprinting requirements as per Exhibit 2, Chapter 435, including but not limited to Florida Statute , Employment Screening, prior to the scheduled start date of janitorial services. The Company is responsible for the Background Screenings and, all completed Background Screenings must be approved by the City of South Miami Police Department prior to the scheduled start date for janitorial services. 23

30 The City shall provide access for the Company's authorized personnel who have successfully completed Level II Background Screening, to all City facilities and buildings to perform janitorial services as per the schedule below. The City agrees to pay the Company the agreed upon monthly fee for the performance of said janitorial services in the amount of $ (as set forth in the Company's bid, or the amount negotiated with the City). lanitorial Services Locations ( 8 Buildings,S Locations) Note: The measurements and S.F. are estimated. APPLIANCES LOCATION OFFICE MIRROWAVE, LOBBY/FLOORS SINKS & SPACE RESTROOMS TOSTER, (SF) COUNTERS (SF) REFREGERATOR, WINDOWS STOVE WATER FOUNTAIN SYLVA MARTIN & PORCH 573 3, c 6 1 CITY HALL 2,840 4, c 66 3 POLICE 2,730 3,845 8 with Showers c 69 4 CENTRAL SERVICES 1, lc 3 1 COMMUNITY CENTER 11,583 11,027 4 with Showers c PUBLIC WORKS 674 1,277 3 with Showers lc 10 2 HEAD START 3, lc 9 2 I-City. SR. CITIZEN CENTER 2, lc Balance County SERVICES REQUIRED: Frequency: Community Center: All Locations, Daily M - F 7:00 AM to 4 PM M - F 7:00 AM to 8:00 PM/Saturday 10 AM to 4 PM County 24

31 NOTE: IN ORDER TO FACILLITATE FUTURE ADJUSTMENTS, EITHER INCREASES OR DECREASES IN THE NUMBER OF FACILITIES AND AREAS THAT WOULD REQUIRE JANITORIAL SERVICES, THE COMPANY WILL BE REQUIRED TO SUBMIT PRICING BASED ON THE SCOPE OF SERVICES AND FACILITY. THE PRICING WILL BE SUBJECT TO APPROVAL AND ACCEPTANCE BY THE CITY PRIOR TO IMPLEMENTATION. TERM: The term of this contract is three (3) years and shall commence from the date of execution of the agreement between the City and Contractor. PERSONNEL: All personnel fulfilling the terms of this Agreement, shall be employed solely by the Company and be employees of the Company. Company agrees to pay the following for each of the Company's employees: Wages Income tax with holdings Social security withholdings State unemployment insurance Federal unemployment insurance Workmen's compensation insurance Company shall train personnel. Personnel not performing up to the standards of the City will be replaced by the Company immediately upon receipt of written notice of the unsatisfactory performance issued by the City Manager. INSURANCE and INDEMNIFICATION: The Company shall maintain and keep in full force and affect the coverage as set forth in the City's standard insurance requirements: Without limiting its liability, the Company shall procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the Company, from claims which may arise out of or result from the proposing Company's execution of a contract with the City of South Miami for janitorial Services, whether such execution by the Company or by any subconsultant, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The Company shall not commence WORK on this Agreement until the Company has obtained all insurance required by the City. The Company shall indemnify and save the City harmless from any and all damages, claims, liability, losses and causes of actions of any kind or nature arising out of a negligent act or omission of the Company, its agents, representatives, employees, sub-contractor, or assigns.. The Company shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including the City's attorney's fees and expenses in the defense of any action in law or equity brought against 25

32 the City arising from the negligent act or omission of the Company, its agents, representatives, employees, sub-contractor, or assigns. The Company agrees and recognizes that the City shall not be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Company, its agents, representatives, employees, sub-contractors or assigns. In reviewing, approving or rejecting any submissions or acts of the Company, the City in no way assumes or shares responsibility or liability of the Company, its agents, representatives, employees, sub-contractors or assigns. The Company shall maintain during the term of this Agreement the following insurance: A. Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the Company shall become legally obligated to pay as damages for claims arising out of the services or work performed by the Company, its agents, servants, employees, representatives, sub-contractors, independent contractors or assigns, in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the Company may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, on a Florida approved form including automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: Personal Injury: $1,000,000; Medical Insurance $25,000 per person; Property Damage: $50, each occurrence; Automobile Liability: $1,000,000 each accident/occurrence. C. Umbrella Commercial General Liability insurance on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim. The City must be named as additional "named" insured for all except Workers' Compensation, and reflect the indemnification and hold harmless provision contained herein. PoliCY must specify whether it is primary or excess/umbrella coverage. City must receive 30 days advance written notice of any policy modification and 30 days advance written notice of cancellation, including cancellation for non-payment of premiums. All insurance must remain in full force and effect for the duration of the contract period with the City. The Company must provide not only a "certified 26

33 copy" of the Binder but also the Policy itself with the name, address and phone number of the agent and agency procuring the insurance. D. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. E. The policies, except for the policy described in Section D above, shall contain a waiver of subrogation against City where applicable, shall expressly provide that such policy or policies are primary over any other insurance that City may have. The City reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment by the City. G. All of the above insurance required to be provided by the Company is to be placed with BEST rated A-8 (A-VIII) or better insurance companies, qualified to do business under the laws of the State of Florida on approved Florida forms. The Company shall furnish certified copies of all "Binders" or certificates of insurance to the City prior to the commencement of operations, which "Binders" or certificates shall clearly indicate that the Company has obtained insurance in the type, amount, and classification as required for strict compliance with this section concerning insurance and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the City. Compliance with the foregoing requirements shall not relieve the Company of its liability and obligations under this or any other portion of this Agreement. Company agrees to supply copies of certificates of insurance to the City verifying the above-mentioned insurance coverage. Company agrees to list City as an Additional Named Insured of the Company's General liability insurance and shall provide the City quarterly reports concerning any and all claims. T AXES: Company shall be responsible for all payments of federal, state, and/or local taxes related to its performance under the terms of this agreement, inclusive of sales tax if applicable. DRUG FREE WORKPLACE: The Company shall comply with the Drug Free Workplace policy set forth in attachment # two which is made a part of this agreement by reference. INDEPENDENT CONTRACTOR: Company is an independent entity under this Agreement and nothing herein shall be construed to create a partnership, joint venture, or agency relationship between the parties. 27

34 DUTIES AND RESPONSIBILITIES: Company agrees to provide its services during the term of this Agreement in accordance with all applicable laws, rules, regulations, and health and safety standards of the federal, state, and City, which may be applicable to the service being provided. LICENSES AND CERTIFICATIONS: Company shall secure all necessary business and professional licenses at its sole expense prior to executing the Agreement. TERMINATION: The City shall have the right to terminate this Agreement with or without cause upon sixty (60) days written notice to Company. Cancellation by the City will be effective sixty (60) days following the receipt by the Contractor of a written notice advising the contractor that the contract shall be cancelled. Upon termination, the City shall be entitled to a refund of any monies paid for any period of time subsequent to date of termination. The City may, at its sole option, terminate this agreement immediately, without prior notice, if it discovers that the Company made any misrepresentation in any of its responses to the City's Janitorial RFP. ENTIRE AGREEMENT, MODIFICATION, and BINDING EFFECT: This Agreement constitutes the entire agreement of the parties and supersedes any prior agreements, understandings, representation or negotiation, written or oral. This Agreement may not be modified or amended except in writing, signed by both parties hereto. This Agreement shall be binding upon and inure to the benefit of the City and Company and to their respective heirs, successors and assigns. CUMULATIVE REMEDIES: The duties and obligations imposed by the contract documents, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Company by the Contract Documents and the rights and remedies available to the City hereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract Documents. In order to entitle any party to exercise any remedy reserved to it in this Agreement, or existing in law or in equity, it shall not be necessary to give notice, other than such notice as maybe herein expressly required. CLAIM PERIOD: Should the City or the Company suffer injury or damage to its person or property because of any error, omission, or act of the other or of any of their employees or agents or others for whose acts they are legally liable, claim shall be made in writing to the other party within twenty one (21) days of the first observance of such injury or damage. The parties hereby agree that any claim that is not timely made in accordance with this paragraph is waived by the party failing to timely make the claim. JURY TRIAL: City and Company knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in 28

35 respect to any action or proceeding in which a jury trial is allowed and which arises out of this Agreement or the performance of the work thereunder. VALIDITY OF EXECUTED COPIES: This agreement may be executed in several counterparts, each of which may be construed as an original. RULES OF INTERPRETATION: Throughout this agreement the male pronoun may be substituted for female and neuter and the singular words substituted for plural and plural words substituted for singular wherever applicable. SEVERABILITY: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. NON-WAIVER: City and Company agree that no failure to exercise and no delay in exercising any right, power or privilege under this Agreement on the part of either party shall operate as a waiver of any right, power, or privilege under this Agreement. No waiver of this Agreement, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this agreement. Any waiver of any term, condition or provision of this Agreement will not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. EQUAL EMPLOYMENT AND NO DISCRIMINATION: The Company shall not discriminate against any person, including any employee or applicant for employment, on the basis of race, creed, color, national origin, religion, sex, familial status, ethnicity, sexual orientation, handicap or disability. The Company shall comply with the Americans with Disabilities Act, including any amendments thereto, during the performance of this contract. GOVERNING LAWS: This Agreement and the performance of services hereunder will be governed by the laws of the State of Florida, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County, Florida. ATTORNEYS' FEES AND COSTS: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. AUDIT: Upon request and during regular business hours, the Company shall allow the City or its consultant to audit, inspect, and examine the facility for safety and the Company's records for contractual compliance. In an effort to confirm such information, the City may communicate directly with Company's providers of goods and services. Additionally, the Company shall keep complete and accurate books and records of accounts and business operations in accordance with 29

36 generally accepted accounting principles for a period of three (3) years following termination of this Agreement. UNAUTHORIZED ALIENS: The employment of unauthorized aliens by the Company is considered a violation of Federal Law. If the Company knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. This applies to any sub-contractors used by the Company as well. ASSIGNMENT: Company shall not assign or transfer its rights under this Agreement without the express written consent of the City. The Company shall not assign any of its duties, obligations and responsibilities. The City will not unreasonably withhold and/or delay its consent to the assignment of the Contractor's rights. The City may, in its sole discretion and satisfaction. allow the Company to assign its duties. obligations and responsibilities if the assignee meets all of the City's requirements. EFFECTIVE DATE: This Agreement shall not become effective and binding until it has been executed by both parties hereto and the effective date shall be the date of its execution by the last party so executing it. THIRD PARTY BENEFICIARY: It is specifically understood and agreed that no other person or entity shall be a third party beneficiary hereunder. and that none of provisions of this Agreement shall be for the benefit of or be enforceable by anyone other than the parties hereto. and that only the parties hereto shall have any rights hereunder. FURTHER ASSURANCES: The parties hereto agree to execute any and all other and further documents as might be reasonably necessary in order to ratify. confirm. and effectuate the intent and purposes of the Agreement. TIME OF ESSENCE: Time is of the essence of this Agreement. INTERPRETATION: This Agreement shall not be construed more strongly against either party hereto. regardless of who was more responsible for its preparation. FORCE MAJEURE: Neither party hereto shall be in default of its failure to perform its obligations under this Agreement if caused by acts of God. civil commotion, strikes, labor disputes. or governmental demands or requirements that could not be reasonably anticipated and the effects avoided or mitigated. Each party shall notify the other of any such occurrence. NOTICES: Whenever notice shall be required or permitted herein. it shall be delivered by hand delivery. . facsimile transmission or certified mail with return receipt requested. or other customary electronic means that provides confirmation of delivery and shall be deemed delivered on the date shown on the delivery confirmation or if by certified mail. the date on the return receipt or the date shown as the date same was refused or unclaimed. No notice shall be considered valid or enforceable unless there is written or electronic proof of delivery. Notices shall be delivered to the following individuals or entities at the transmission numbers or the addresses (including electronic communication addresses such as ) as set forth below: 30

37 To the City of South Miami: City Manager, Hector Mirabile, PhD 6130 Sunset Dr. South Miami, FL Fax: With copies by U.S. mail to: City Attorney, Thomas Pepe, Esquire 6130 Sunset Dr. South Miami, FL To the ' Company President Address Fax: With copies by U.S. mail to: Company Attorney IN WITNESS WHEREOF, the parties have signed this Agreement this day of of2012. COMPANY NAME, a Florida corporation Signature of Witness By:, as its President Name AUTHENTICATION: Signature: Maria M. Menendez, CMC City Clerk CITY OF SOUTH MIAMI Signature: Dr. Hector Mirabile City Manager Read and Approved as to Form, Language, Legality and Execution Thereof: Signature: City Attorney 31

38 EXHIBIT 2: FLORIDA STATUTE , CHAPTER 435, EMPLOYMENT SCREENING Janitorial Services RFP #PW I Exhibit 2 Florida Statute , Chapter 435, Employment Screening 32

39 sexual misconduct. Florida Statutes Title XXXI. LABOR Chapter 435. EMPLOYMENT SCREENING Current through 20 I 0 Special Session A Legislation Level 2 screening standards [I] (1)(a) All employees required by law to be screened pursuant to this section must undergo security background investigations as a condition of employment and continued employment which includes, but need not be limited to, fingerprinting for statewide criminal history records checks through the Department of Law Enforcement, and national criminal history records checks through the Federal Bureau ofinvestigation, and may include local criminal records checks through local law enforcement agencies. (b) Fingerprints submitted pursuant to this section on or after July I, 2012, must be submitted electronically to the Department of Law Enforcement. (c) An agency may contract with one or more vendors to perform all or part of the electronic fmgerprinting pursuant to this section. Such contracts must ensure that the owners and personnel of the vendor performing the electronic fingerprinting are qualified and will ensure the integrity and security of all personal information. (d) An agency may require by rule that fingerprints submitted pursuant to this section must be submitted electronically to the Department of Law Enforcement on a date earlier than July 1, (2) The security background investigations under this section must ensure that no persons subject to the provisions of this section have been arrested for and are awaiting final disposition of, have been found guilty of, regardless of adjudication, or entered a plea of nolo contendere or guilty to, or have been adjudicated delinquent and the record has not been sealed or expunged for, any offense prohibited under any of the following provisions of state law or similar law of another jurisdiction: (a) Section , relating to sexual misconduct with certain developmentally disabled clients and reporting of such sexual misconduct. (b) Section , relating to sexual misconduct with certain mental health patients and reporting of such (c) Section , relating to adult abuse, neglect, or exploitation of aged persons or disabled adults. (d) Section , relating to murder. (e) Section , relating to manslaughter, aggravated manslaughter of an elderly person or disabled adult, or aggravated manslaughter of a child. (f) Section , relating to vehicular homicide. (g) Section , relating to killing of an unborn quick child by injury to the mother. (h) Chapter 784, relating to assault, battery, and culpable negligence, if the offense was a felony. (i) Section , relating to assault, if the victim ofthe offense was a minor. U) Section , relating to battery, if the victim of the offense was a minor. (k) Section , relating to kidnapping. (I) Section , relating to false imprisonment. (m) Section , relating to luring or enticing a child. (n) Section (2), relating to taking, enticing, or removing a child beyond the state limits with criminal intent pending custody proceedings. (0) Section (3), relating to carrying a child beyond the state lines with criminal intent to avoid producing a child at a custody hearing or delivering the child to the designated person. (p) Section (1), relating to exhibiting firearms or weapons within 1,000 feet ofa school. (q) Section (2)(b), relating to possessing an electric weapon or device, destructive device, or other weapon on school property. (r) Section , relating to sexual battery. (s) Former s , relating to prohibited acts of persons in familial or custodial authority. (t) Section , relating to unlawful sexual activity with certain minors. (u) Chapter 796, relating to prostitution. (v) Section , relating to lewd and lascivious behavior.

40 (w) Chapter 800, relating to lewdness and indecent exposure. (x) Section , relating to arson. (y) Section , relating to burglary. (z) Section , relating to voyeurism, if the offense is a felony. (aa) Section , relating to video voyeurism, ifthe offense is a felony. (bb) Chapter 812, relating to theft, robbery, and related crimes, ifthe offense is a felony. (cc) Section , relating to fraudulent sale of controlled substances, only if the offense was a felony. (dd) Section , relating to abuse, aggravated abuse, or neglect of an elderly person or disabled adult. (ee) Section , relating to lewd or lascivious offenses committed upon or in the presence of an elderly person or disabled adult. (ft) Section , relating to exploitation of an elderly person or disabled adult, if the offense was a felony. (gg) Section , relating to incest. (hh) Section , relating to child abuse, aggravated child abuse, or neglect of a child. (ii) Section , relating to contributing to the delinquency or dependency of a child. (jj) Former s , relating to negligent treatment of children. (kk) Section , relating to sexual performance by a child. (11) Section , relating to resisting arrest with violence. (mm) Section , relating to depriving a law enforcement, correctional, or correctional probation officer means of protection or communication. person involved in the offense was a minor. (ss) Section , relating to sexual misconduct with certain forensic clients and reporting of such sexual misconduct. (tt) Section (3), relating to inflicting cruel or inhuman treatment on an inmate resulting in great bodily harm. (uu) Section , relating to escape. (vv) Section , relating to harboring, concealing, or aiding an escaped prisoner. (ww) Section , relating to introduction of contraband into a correctional facility. (xx) Section , relating to sexual misconduct in juvenile justice programs. (yy) Section , relating to contraband introduced into detention facilities. (3) The security background investigations under this section must ensure that no person subject to this section has been found guilty of, regardless of adjudication, or entered a plea of nolo contendere or guilty to, any offense that constitutes domestic violence as defined in s , whether such act was committed in this state or in another jurisdiction. History_ s.47, ch ; s.16, ch ; 5.22, ch ; 5.4, ch ; 5.5, ch ; 5.88, ch ; s.7, ch ; 5.5, ch ; 5.4, ch ; s.111, ch ; 5.90, ch ; 5.110, ch ; 5.3, ch ; s.66, ch ; s.6, ch ; s.38, ch [1] Section 58, ch , provides that "[t]he changes made by this act are intended to be prospective in nature. It is not intended that persons who are employed or licensed on the effective date of this act be rescreened until such time as they are otherwise required to be rescreened pursuant to law, at which time they must meet the requirements for screening as set forth in this act." (nn) Section , relating to aiding in an escape. (00) Section , relating to aiding in the escape of juvenile inmates in correctional institutions. (pp) Chapter 847, relating to obscene literature. (qq) Section (1), relating to encouraging or recruiting another to join a criminal gang. (rr) Chapter 893, relating to drug abuse prevention and control, only if the offense was a felony or if any other

41 ATTACHMENT #1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Janitorial Services RFP#PW I Pursuant to the provisions of Paragraph (2) (a) of Section , 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 p'ublic 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 , 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 I 12, 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 (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to [print name of the public entity] by [print individual's name and title] for [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:.) 2. I understand that a "public entity crime" as defined in Paragraph (I ) (g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph (I )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or 35

42 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. I understand that an "affiliate" as defined in Paragraph (I )(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph (I )(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 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, 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, However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. {attach a copy of the final order.] 36

43 Continuation of Attachment #2 Public Entity Crimes and Con~icts 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 , FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [signature] Sworn to and subscribed before me this Personally known or Produced identification day of, Notary Public - State of My commission expires (Type of identification) (Printed, typed or stamped commissioned name of notary public) Form PUR 7068 (Rev.06/11/92) 37

44 ATTACHMENT #2 DRUG FREE WORKPLACE Janitorial Services RFP #PW I 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 (I). 4. In the statement specified in Subsection (I), 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:

45 ATTACHMENT #3 No CONFLICT OF INTEREST/NoN-COLLUSION CERTIFICATION Submitted this day of 20 Janitorial Services RFP #PW I The undersigned. as Bidder/Proposer. declares that the only persons interested in this RFP are named herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith. without collusion or fraud. The Bidder/Proposer agrees if this response/submission is accepted. to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder/Proposer and the CITY. for the performance of all requirements to which the response/submission pertains. The Bidder/Proposer states that this response is based upon the documents identified by the following number: Bid/RFP The full-names and residences of persons and firms interested in the foregoing bid/proposal. as principals. are as follows: Name Street Address City State Zip The Bidder/Proposer further certifies that this response/submission complies with section 4(c) of the Charter of the City of Miami. Florida. that. to the best of its knowledge and belief. no Commissioner. Mayor. or other officer or employee of the CITY has an interest directly or indirectly in the profits or emoluments of the Contract. job. work or service to which the response/submission pertains. Signature: Printed Name: Title: Telephone: Company Name

46 Continuation of Attachment #4No Conffid of inter/non-collusion Certification NOTARY PUBLIC: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of ~,20 by (nameof person whose Signature is being notarized) who is Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. SEAL (Name of Notary Public: Print, Stamp or type as commissioned.) FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISOUALIFY YOUR RESPONSE 40

47 ATTACHMENT #4 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS Janitorial Services RFP#PW I TO THE CITY OF SOUTH MIAMI We,, (Name of Contractor), hereby acknowledge and agree that as Contractors for the janitorial Services RFP, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): to comply with such act or regulation. CONTRACTOR Witness BY: Name Title FAILURE TO COMPLETE, SIGN, & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 41

48 ADDENDUM No. I Project Name: RFP NO. Janitorial Services RFP PW I Date: August I 6, 20 I 2 Sent: Faxl /webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question # I: How do we quote the Head Start Building and Central Services? Answer to Question # I: The Head Start and Central Services buildings should be quoted separately. Attached to this Addendum is a revised Price Proposal Sheet that must be submitted with your quote. All other facilities and puildings must be quoted in one combined monthly and annual quote. Question #2: Can you please provide us with the current contract price and, who is providing services? Answer to Question #2 The City is on a month-to-month contract with Able Business Systems at $4,000 per month. Page 1 of5

49 Question #3: Will the City provide storage for the contractors janitorial supplies? Answer to Question #3: The City will provide a storage area in each location except for the Senior Center. Question #4: Please advise the size of the bleachers in the Gym in the Community Center. Answer Question #4: The bleachers are 42' LX 12' W. Question #5: Is the contractor responsible to clean the Gym in the Community Center? Answer to Question #5: No, the contractor is responsible to clean the bleachers only. Question #6: Is the contractor responsible to clean refrigerators located in each City department? Answer to Question #6: No, the only refrigerator the contractor is responsible to clean is in the Community Center. Question #7: Is the contractor responsible to strip and wax the floor in the Community Center? Answer to Question #7: No, contractor is required to sweep, mop and buff the floors at the Community Center. Question #8: Please advise the frequency of service and access requirements for the "Evidence Room" in the Police Department Answer to Question #8: The Evidence Room will be cleaned when access is provided by the Police Department. Page 2 of5

50 Question #9: Is the Police Department available after normal business hours to wax and strip floors~ Answer to Questions #9: Yes, weekend mornings Saturday or Sunday, by appointment only with the Police Department. Question # 10: Please explain the square footage provided in the RFP for each City location requiring service. Answer to Question # 10: The square footage for each location identified as "Lobby/Floors" and "Office Space" should be combined for a grand total for each location. Question # 1 I: During pre-bid walk thru, it was mentioned the City gets cleaned twice per day, the specs do not say that. Please clarify. Answer to Question # 1 I: Please refer to the scope of services and the frequency of services under the section "Responsibilities of the Parties" that are required on a daily, weekly, monthly, quarterly and bi-annual basis. Question # 12: Motorpool is not listed in the RFP where all the buildings are. Is this going to be added since it was part of the walk thru~ Answer to Ouestion # 12: Motopool is included with the Public Works department. Question #13: Does the bidder need to include consumable supplies (toilet tissue, hand towel, hand soap, & trash liners)? If so, how much was the city spending per month when it was done in house? Answer to Question # 13: The City previously purchased consumable supplies and were co-mingled with all supply purchases and we are unable to provide a dollar amount for specifically for janitorial services. Page 3 of5

51 Question # 14: If we are to supply all the paper stock, please tell us the population per location. Answer to Question # 14: The City is unable to provide specific paper stock numbers or activity per location. Question #15: Is there a bid or performance bond required? Answer to Question # 15: No, a bid or performance bond is not required. Question # 16: Do we need to include a copy of our insurance certificate with the bid or upon an award? Does the janitorial services agreement need to be included with the bid? I believe it is only necessary upon an award. Answer to Question # 16: No, the insurance certificate is not required with the bid but is a condition of award. The certificate is required prior to the execution of a contract or the City issues a PO. The Janitorial Services agreement is not required with the submission of the bid. Question #17: Do you want floor maintenance and carpet cleaning completed during normal working hours? This is a safety issue. If someone walks on a wet floor or carpet they could fall and be injured. Normally these services are completed after hours or on weekends. Answer to Question # 17: Floor maintenance and carpet cleaning can occur between the hours of 7 AM to 4 PM, M - F. However, the cleaning crew can schedule this activity early in the shift as most employees and traffic occurs after 8 AM. Floor maintenance does not require heavy mopping; suggest the contractor place 'Wet Floor" warning cones on areas that have been mopped. Warning cones would be the responsibility of the contractor. Page 4 of5

52 ADDENDUM#I REVISED PRICE PROPOSAL SHEET; AUGUST 16,2012 Janitorial Services RFP #PW I 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) Head Start Monthly Fee PRICE PROPOSAL SHEET Central Services Monthly Fee All Other Locations Monthly Fee Total Monthly Fee Annual Amount Year 2 (12 Months) Year 3 (12 Months) TOTALS IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 5 of5

53 ADDENDUM No.2 Project Name: RFP NO. Janitorial Services RFP PW I Date: August 20, 20 I 2 Sent: Faxl lwebpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question # I : Does the bid require a cleaning crew at the Community Center for 13 hours m-f and 6 hours on Saturday? All other buildings 9 hours daily to clean and commute among them? If so, I assume these requirements are not part of the current contract. Please explain. Answer to Question # I: The Scope of Work includes the following: The Community Center requires janitorial services from 7 AM to 8 PM, M - F; Saturday hours of service is loam 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 of2

54 Question #2: Does the bidder need to purchase consumables (Toilet paper, paper towels, hand soap etc.)? Answer to Question #2: Yes. The City of South Miami is seeking proposals from experienced and capable parties to provide janitorial services for all City facilities and buildings. The Contractor shall furnish all material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami. Question #3: The wording in the RFP regarding the Service Frequency is unclear. It lists all Locations as 7:00 a.m. to 4:00 p.m. Is that each location or all the locations combined. Are those times required or are they at the contractor's discretion? It also lists the Community Center as 13 hours per day and 6 hours on Saturday. Is that the requirement for a 22,000 SF facility? Is this part of the current contract? If so, are you sure about the current contract price of $ per month? We need your response as soon as possible since the bid is due Friday. Answer to Question #3 The frequency of service for All Locations is 7 AM to 4 PM, M-F. The exception is the Community Center. Service hours for the Community Center are 7 AM to 8 PM, M-F; Saturday hours of service is loam to 4 PM. The City requires service and coverage for the hours listed in the scope of work; it is not at the discretion of the contractor. The square footage for the Community Center and all locations listed the scope of work should be combined for a grand total per location. The current month-to-month contract does not include the same scope of services as RFP # PW I. The contract price of the month-to-month contract is $4,000 per month. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FORA SPECIFIC SOLICITATION. Page 2 of2

55 Pre-Bid Conference Sign-In Sheet Date: RFP Title: RFP No.: August 14,2012 Janitorial Services RFP PW Co Ky./1;JlUiJA-Cli2 ~ ::;t7)1cb-6 tsni/c 2 & ~. /Jf e5/f!" 3 7,V Lo~s LoOi2Q 'Pre.S" d~1'\ +- Lui ~54-484:+00q \\EXODUS\Exodus\Departments\finance\Refinancing Bonds 20 12\Purchasing\Request for Proposals & Qualification (RFPs)\Janitorial RFP 20 12\Pre Bid Meeting\Janitorial Services RFP doc

56 PI P. t Cl I Date: RFP Title: RFP No.: Pre-Bid Conference Sign-In Sheet August 14,2012 Janitorial Services RFP ,-,-----,---- PW Name/Title Company Name/ Address Telephone No. 2 3 Au c::: <E:'" 0 Q.."' ICIO UGLAn_ 4 "l~\dc Crq\-tE:Y 0/ 5 :JIM fi s ~l-re: f? ~\~ ~\\}o..k 36~X'40 I'~OK/TI ~~~~~~~--~~--~--~ f'ovt ~,305 ~~~;7 l} ~y..?/y / -?:!;4}O jj r , \\EXODUS\Exodus\Departments\finance\Refinancing Bonds 2012\Purchasing\Request for Proposals & Qualification (RFPs)\Janitorial RFP 2012\Pre Bid Meeting\Janitorial Services RFP doc

57 BID OPENING REPORT Bids were opened on: Friday, August 24,2012 after: lo:ooam For: Janitorial Services - RFP#PW CONTRACTORS: BID AMOUNTS: ----,------,----, , ~------, ,----,----,------_l , , '"'", , , '''----,-,--,-" f ,---, -,, ,----,, f ,, ,------""" "' THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REV)~.WED. _ Q /" /) /'./ _/~) J / I ji:!/ City CI"k', Sig C:[j: C' lit '11.biJ v:itnj'~'/ r. LC t2a.tp- jlft;: rl Cl t1 Nt:I1t: I IJ:::),t/tj J P ) L/ lj f /;'/,1~-.; }'.---)-J/J t:/4

58 JANITORIAL SERVICES RFP NO.PW NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BYTHE CITY MANAGER Entity Qualif. 3 Yr Est. Ack. Proposed Insurance: Price Sun Bid. Qual. Non Coli. Crimes and Drug Free and 3 Bidder Proposal Monthly: OSHA Sub's and At time of Proposal 3 Ref's Biz Statement Affidavit Conflicts of Workplace Company Contracts Price 36 Mths Stds. Suppliers Award Sheet Interest Resumes 1 American Facility $160,200 $4,450 X X X X X X X X X X X Services Kelly Janitorial $176,400 $4,900 X X X X X X X X X X X Systems, Inc. 3' Premiere No Building $175,356 $4,871 X X X X X X Suppliers X X X X Services Listed 2&3 Best Janitorial & $186,960 $5,193 X X X X X X X X X X X Supplies Distinction Services LLC $189,000 $5,250 X X X X X X X X Senlex $225,000 $6,250 Chi-ADA Corporation $234,080 $6,502 Able Business $259,636 $7,212 Services, Inc. SFM Services, $311,328 $8,648 Inc Eulen $332,109 $9,225 ~merica 1. Certified Minority Business Enterprise, Fulton County, GA 2. MICRO/SBE; Dade County 3. Graduated Monthly Fee.

59 Janitorial Services RFP less Head Start Bidder Yr 1 Yr 1 Yr2 Yr2 Yr3 Less Head Yr3 REVISED 36 Monthly Monthly Monthly Start 36 Month Monthly Monthly Monthly Month 1 American Facility Services $160,200 $4,450 $4,450 $4,450 $3,863 $3,863 $3,863 $587 $139,068 Kelly Janitorial Systems, Inc. $176,400 $4,900 $4,900 $4,900 $4,600 $4,600 $4,600 $300 $165,600 2 & 3 Best Janitorial & Supplies $186,960 $5,160 $5,160 $5,260 $4,860 $4,860 $4,960 $300 $176,160

60 QUESTIONS FOR JANITORIAL VENDORS: 1. If awarded the bid, how long would it take you to staff and provide adequate supplies/equipment to meet the needs stated for the facilities requested in the RFP? 2. What brands/manufacturers of supplies; cleaning and paper products does your company provide? 3. What steps will you take to ensure performance expectations are always met and what steps are taken in the event performance expectations are not met? 4. How many staff will be needed to cover all facilities requested? Will these be all full time positions? 5. Emergencies do occur, generally at the PD holding cell after hours and on the weekends. Will you have coverage, cell phone contacts and how long to respond? (Covered in RFP) 6. Transition: The Commission will approve the award recommendation on October 2 nd How long will it take your company to be ready to take over service; personnel (Level II Background Checks) and supplies in place, trained, etc. 7. Explain how your company handles complaints, either service or complaints about your staff? 8. Employees are hired locally or moved from other jobs? 9. Are staff positions hired and are company employees or are sub's used? 10. Would your company be interested in any of the current staff that is cleaning the City? 11. Have you ever walked away from a job or contract? If so, please explain the issues/reasons. 12. It is advised the contractor that is recommended for award be present at the Commission meeting for any questions.

61 Janitorial Services RFP Evaluation Selection Committee Combined Score Committee Member American Facility Services Best Janitorial & Supplies Kelly Janitorial Systems, Inc. Kelly Barket Lisa Morton Steven Kulick Carl Williams Total Score

62 \,., Evaluation Scoring Sheet Purchasing Division 6130 Sunset Drive South Miami, Florida (305) Fax: (305) RFP Title: RFP No.: Janitorial Services RFP ~--~ PW DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. The firm with the GREATEST total score shall be the top ranked firm and the recommended proposer. A B. C. D. Proposer's experience, qualifications, and past performance related to managing / and operating of similar contracts.2t(..2j )...1 for janitorial services. 25 Relevant experience and qualifications of key personnel, including key personnel of any subcontractors, that will be assigned to this project, and /.i'/ II/ experience and qualifications of subcontractors. ax. 20 Poi Proposer's start-up and operation plan, time frame, number of qualified staff to be assigned to the facilities. (Max. 20 Points) /~ 17 Proposed Monthly/Annual fee. 3.1,,/" (Max. 35 Points) }O Total Score: I( If' jj Reviewed by: C:\Documents and Settings\kbarket\Local Settings\Temporary Internet Files\Content.Outlook\FXETDXOU\Janitorial Services RFP Evaluation Score Sheet doc

63 Evaluation Scoring Sheet Purchasing Division 6130 Sunset Drive South Miami, Florida (305) Fax: (305) RFP Title: RFP No.: Janitorial Services RFP PW DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. The firm with the GREATEST total score shall be the top ranked firm and the recommended proposer. Crj teria Proposer's exp erience, qualifications, a nd past performance re lated to managing A. and operating 0 f similar contracts for janitorial se rvices.... ~~x. 25-.E.Q.~~ Relevant exper ience and qualifications 0 f key personnel, including key p ersonnel of any subcontractors, that will be B. assigned to thi s project, and experience and qualifications of subcontractors. t--_+-,.;;.;.m;~~j) Points) Proposer's start -up and operation plan, time fram e, number of C. qualified staff t o be assigned to the facilities. (Max. 20 Points) Proposed Mont hly/annual fee. D. (Max. 35 Points ) Total Score:, American Facility Services Best Janitorial & Supplies Kelly Janitorial Systems 15 ~d- ~5 _.- ~c) ~3 J~ -- - do J.~ J~ ~-~~"-'- ~-~- 3S ~s 30 9iL. ----Crr Additional Comments: l~iu~.l..... i;l(l~j{{\l~.~td.lk\ hjt\':l~~_~_ ()~)1lL!1J_. ~.._.,.. I.: (){\S «( \ ( :k~l:l\., \\)l(a \. _\..«(; ~}~,. ""'"_... _... _.... 1(')0 Reviewed by: U~\'\ ~\)~W~ (Print Name) C: \U sers\lmorton. CSMPD\AppData \Local\Microsoft\ Windows\ Temporary [nternet Files \Content. Outlook\E3 C3 IJ9T\J anitorial Services RFP Evaluation Score Sheet doc

64 Evaluation Scoring Sheet Purchasing Division 6130 Sunset Drive South Miami, Florida (305) Fax: (305) wyvw ~yityofsoujhmiqmi. net RFP Title: RFP No.: Janitorial Services RFP PW DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. The firm with the GREATEST total score shall be the top ranked firm and the recommended proposer. A. B. C. Proposer's experience, qualifications, and past performance related to managing and operating of similar contracts for janitorial services. 25 Relevant experience and qualifications of key personnel, including key personnel of any subcontractors, that will be assigned to this project, and experience and qualifications of subcontractors. Max. 20 Poi Proposer's start up and operation plan, time frame, number of qualified staff to be assigned to the facilities. (Max. 20 Points) ~( J-:?? c:10 /( /0 17 fro D. Proposed Monthly/Annual fee. (Max. 35 Points) 3~ 02i 30 Total Score:,/ Additional Comments:.:: AcS_~_}.J!..J (1f(c-SI,",~:' L,,~\<c-.?1&. d:0~ie.d:: '4--".6""" (l7~-;:~)' Qs..A ~'..,12_."f:::.~ y-lll~:~."'1-::1!~«j,ill~7-.a?~ LL.0::::i",--7/-r_Lz.bA,.-f.. ~/r]:.t._la/;:.l/: 4- L<-J +-_ L!i1tt~7' rt<. ;-=--1!.;4 f21?; c"* ' 1-!?J.('4"" /1) A~.. Ivi.J ~.'t...."7;" RevieWedby:_JJ.,.,_dJJ M-f:~ {~-- Date: 9 (7- /L- (Print Name) (Signature) X:\Purchasing\Request for Proposals & Qualification (RFPs)\Janitorial RFP 20 2\Evaluation Selection Committee\lanitorial Services RFP Evaluation Score Sheet doc

65 Evaluation Scoring Sheet Purchasing Division 6130 Sunset Drive South Miami, Florida (305) Fax: (305) RFP Title: RFP No.: Janitorial Services RFP ~------~-~""--.-.-" ,--~~ ~ PW _.._ ,--"-,-----,----" -- DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed below with a maximum score for each criteria. The total score for each proposer is calculated by adding each criteria for a total score by proposer. The maximum score total score for each proposer is 100 points. The firm with the GREATEST total score shall be the top ranked firm and the recommended proposer. A. B. C. D. Proposer's experience, qualifications, and past performance related to managing and operating of similar contracts for janitorial services. 25 Po Relevant experience and qualifications of key personnel, including key personnel of any subcontractors, that will be assigned to this project, and experience and qualifications of subcontractors. 20 Poi 2.~ t6 d l'--\ Z- 1..( (1 19 Proposer's start-up and operation plan, time frame, number of qualified staff to be assigned to the facilities. (Max. 20 Points),4 Proposed Monthly/Annual fee. (Max. 35 Points) Total Score: I I / '"L Additional Comments: J2!!1_t'?._...J:..h::_"'. (~tl.i.!:!.ili_ e.,.f=f- i~rlc. ~ ul...l.. II\(~ '-!.L...J..,t,,J " +YL. ~.G.4~.k(ls-L~' \ C-e si La.(.fl.L ~erep17 _-2:f:B.f:E!S.. m.. &-e ke3..i_..l!d±efr:$.±_qf~....±.h~ - tzt_.:5_dj!.ih_jja~fivla~.~l-jd:ll- --(QJ1!.p:'.!.flj--_h..~cf..2 ~~i~\gl_e.)','f?!:{;:!?.fic-{.-.b-1j.i~.-qj0'?'1 r~ 0 f1c~ \ \. 1-' b?y J~ He l: _ Reviewed by: -~l4.';k~---- -k!~~----- Date: J/nJ-IL- C:\U sers\cwiliiams.csm 1 \AppData\Local\Microsoft\ Windows\ Temporary Internet Files\Content. Outlook\25J45ZI9\J anitorial Services RFP Evaluation Score Sheet doc

66 (t I<ELLY JANITORIAL SYSTEMS, INC SW 94 Court, Miami, FL Tel Fax: Contact person: Luisa Alonso JANITORIAL SERVICES BID RFP '\ ) PW To be open: 08/24/2012 at AM 2

67 () A. Title Page B. Letter of intent TABLE OF CONTENTS C. Qualification and Experience -General Information and procedures -Relevant experience of key personnel, similar governments projects, resume of Principals and regional offices. - Currents and past performance related to the managing and operating of similar contracts. D. Organization Chart E. Work load and financial Statement F. Equipment and Supplies G. Star-up Plan, time frame, number of qualified staff ( H. Forms: Non-Collusion Affidavit Public enrity Crimes and conflict of Interest Drug Free Workplace Acknowledge of Conformance with Osha standards List of proposed subcontractors and principal suppliers Indemnification and Insurance Documents Price Proposal Sheet I. Addendums of the bid. J. 3 References K. Financial Statements L. e.,. '"b. I 1\ 0\ \J U.

68 08/23/2012 I<ELLY JANITORIAL SYSTEMS, INC SW 94 CT. MIAMI, FL Steven Kulick, C.P.M. Purchasing Manager/Central Services City of South Miami 6130 Sunset Drive South Miami, FI Dear Mr. Kulick: Tel. (305) Fax: (305) Letter of interest We are pleased to present our proposal for the Janitorial Maintenance of the facilities included in the BID RFP#PW /-01 We believe experience, supervision and viable labor force, combined with a strong () management team, make up the key ingredients for a successful janitorial service. I personally invite you to spend a few minutes reviewing the enclosed material. It shall help you provide a clear understanding of our company and how you too could have the best quality cleaning. KELLY JANITORIAl is committed to perform the job according with the scope of services given with proffesionalismin order to meet and surpass the City's espectations. Thank you for your consideration and the opportunity to provide these services to you and your organization. Cordially, ~ - /7 / ~ ef2uisa Ahl1SrJ- c:x.vud/-v ~ President- Authorized to make representation for the firm. Kelly Janitorial Systems, Inc. (30 5) (800) Kglly@\{)lIlyjanitorial.com Website: kelly j anitorial. com 3

69 GENERAL INFORMATION AND PROCEDURES High quality service does not come by accident. KELL Y J ANITO RIAL is a distinctive service centered organization that has set high quality as our GOAL. We work continuously and tirelessly toward that goal. QUALITY INSPECTIONS: Your account executive will perform unannounced inspections at different times of the day. This practice assure KELLY JANITORIAL'S high standards and encourages feedback from our customers. (] RULES AND REGULATIONS: It is understood that KELLY JANITORIAL'S personnel shall comply with any building rules and that the aforementioned schedule may vary from time(s) to time(s), according to the needs of CUSTOMER. EQUIPMENT AND SUPPLIES: As per our contract agreement, KELLY JANITORIAL will furnish equipment and labor. COMMUNICATIONS:We work when you work. - So we will always be available when you need us. KELLY JANITORIAL is able to assist you with any cleaning matters 24 hours a day. The following days are statutory holidays in which KELLY JANITORIAL shall not be obligated to perform any service; New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, and Christmas Day. Upon three(3) days written notice by building KELLY JANITORIAL will perform services on said days at use (2) times the normal daily rate. 4

70 RELEVANT EXPERIENCE AND QUALIFICATIONS OF KEY PERSONNEL OF KELLY JANITORIAL. SIMILAR GOVERNMENTS PROJECTS. RESUME OF PRINCIPALS. Kelly Janitorial Systems, Inc. is a Florida Corporation since The Principals, Luisa Alonso & Fernando Ascenso have an extended experience for more than 25 years, not only in Florida but in New York, Connecticut & New Jersey. The owners managed accounts in New York City such as the MARRIOT and SHERATON HOTELS in the tri-state area. In 1997 Fernando Ascenso and Luisa Alonso moved to Florida and they opened their own business: KELLY JANITORIAL SYSTEMS, INC in Miami, Florida and bought TRIDON CLEANING CONTRACTORS, and since them, they have managed both companies succesfully. We are proud to describe our excellent accounts: CITY OF AVENTURA ( ) BAL HARBOUR VILLAGE HALL GOLDEN BEACH PALMETTO BAY CITY OF HOLLYWOOD FLORIDA TURNPIKE ENTERPRISES 3 Buildings ONE TURN BERRY PLACE Building with square footage of cleaning space Client for12 years TURBERRY PLAZA BUILDING. Building with more than slf of cleaning space. Client for 10 years. Our experience with Government facilities are extensive. We are very similar with departments such as: City Halls, Police Departments, Community Centers, Dispatcher Department, Parks, Schools. KELLY JANITORIAL has the BEST reputation in the industry, not only for the personalized attention the owners give to each of one of our customers but for the proffesionalism, knowhow of the industry, courtesy and reliabilty. 5

71 FERNANDO ASCENSO 2130 SW 94 Ct., Miami, FL & WORK EXPERIENCE: Sept Present KELLY JANITORIAL SYSTEMS, Inc.. Own & Manage accounts: City of Aventura, Bal Harbour, City of Hollywood, One Turnberry Place, Turnberry Plaza, Legal Services, Florida Turnpike Buildings MP 65,99 & Owned and managed Cleaning Services Company. Colin Services Systems. 1 Colin Plaza, White Plains, NY (l Hotel Salisbury. ExecuilveHousekeeper 123 West 5ih St. New York, NY Sheraton Center. Night Manager ih Ave. New York, NY Arcade Building Services. Operations Manager th Ave. New York, NY EDUCATION Mercy College Dobbs ferry, NY Bachelor of Business Administration w/specialization in management. LANGUAGES: English, Portuguese, Spanish, and some French. References will be furnished on request.

72 LUISA ALONSO 2130 SW 94 Ct. Miami, FL & WORK EXPERIENCE: Present Owner & Manage of KELLY JANITORIAL SYSTEMS, INC. ) Position: President: Manage all operations of the business including sales, marketing, account receivables and payables, accounting, banking, Manages accounts such as Palmetto Bay City Hall, Concorde Centre 12 floor building, Roca Tile group, Carisam Building, Levine Building, Sunset Building. Marshall Consulting firm., Caracas, Venezuela Position: Finance Director. EDUCATION Universidad Simon Rodriguez, Caracas, Venezuela. Bachelor of Business Administration w/specialization in management and Finance. Associate in New York University in International Business LANGUAGES: English, Spanish, and Portuguese. References will be furnished on request.

73 EXPERIENCE, QUALIFICATION, CURRENTS AND PAST PROJECTS INCLUDING MORE THAN 3 CONTRACTS SIMILAR WITH TIllS BID. KELLY JANITORIAL SYSTEMS, INC. is a leading cleaning company in Miami-Dade county. We service the most exclusive city halls, town halls and villages in South Florida. Below, we will describe some of our current and past projects: {, \ I i.-city OF AVENTURA: 11 years Client *SIMILAR PROJECT Janitorial and porter services of:- a. City of Aventura Government Center, Poll ice Station square footage building b. Community Center square footage c. Charter Elementary school square footage d. Middle School square footage e. Founders Park & Waterways Park Client since 2000 until Project Manager: Julio Garcia Dollar Value per month: $ per month 2. LEGAL SERVICES OF GREATER MIAMI - 14 years Client. Janitorial and porter services Building over square footage with 5 floors Client since present Project Manager: Luis Diaz Dollar value per month: $ per month 3. VILLAGE OF BAL HARBOUR. Client of 7 years *SIMILAR PROJECT Janitorial services of: a. City Hall b. Police Dispatcher d. Community Center e. Special tasks Trailer f. Public works Client since present Project manager: Alfred Treppeda or Andrea Dollar value: $ per month 6

74 4. VILLAGE OF PALMETTO BAY. Client of 3 years *SIMILAR PROJECT Janitorial services of Permit Department City Hall offices Police Department Client since (in house service) Project manager Kristy Nunez Dollar value: $ per month 5. CITY OF HOLLYWOOD, Client for 1 year. *SIMILAR PROJECT Janitorial services of the City Hall, Annex and Old library Client since 2011 to present Project Manager Charles Lassiter Dollar value: per month 6. SUNSET BUILDING. Client for 4 years Janitorial services of a building with square footage and 2 floors Client since present Project manager: Gary Einsemberg Dollar value: $ per month. ( 7. CONCORDE CENTRE II Client for 15 years Janitorial and porter services of a builging with 10 floors and more than square footage with serveral banks in the building. Client since present Project manager: Joaquin Delgado Dollar value: $ per month 8. FLORIDA TURNPIKE BOCA SUNPASS OPERATION. Client of 3 years *SIMILAR PROJECT Janitorial and porter services SUNPASS Building with 2 floors and square footage. Client since present Project manager: Deborah Hahn Dollar value: $ per month 9. FLORIDA TURNPIKE OPERATION CENTER. Client for 1 year *SIMILAR PROJECT Janitorial and porter services 2 buildings of square footage Client since 2010 to present Project manager: Mr. Gordon Dollar amount: $ per month 10. GOLDEN BEACH CITY HALL Client for 3 years *SIMILAR PROJECT Janitorial services Client since 2005 to 2008 {) Dollar amount $ per month 7

75 ORGANIZATION CHART PRESIDENT GENERAL MANAGER ADMINISTRATIVE DEPARTMENT REGIONAL MANAGERS DADE, BROWARD,PALM BEACH Building or Project Managers \! Supervisors Janitors and porters 9

76 WORK LOAD AND FINANCIAL INFORMATION Kelly Janitorial is currently available for the workload of the City of South Miami. See Financial statement attached. EQUIPMENT & SUPPLIES KELLY JANITORIAL has in every facility all equipment needed to perform the tasks assigned. We only supply to our personnel the best commercial machines to assure the level of performance required for the job. The Supplies such as toilet paper, paper towels, plastic liners and handsoap will be furnished by KELLY JANITORIAL SYSTEMS, Inc. 9

77 START-UP AND OPERATION PLAN, TIME FRAME AND NUMBER OF QUALIFIED STAFF TO BE ASSIGNED TO 1HE FACILITY KELLY JANITORIAL SYSTEMS will perform as star-up plan with an Initial clean up in addition to the routine cleaning at not cost to the City. We schedule one month to bring all your facilities to a high cleaning standards. After the initial clean up, we will do the walk through with the Facility maintenance supervisor and make a plan of action for the weekly, monthly, quarterly and semi-annual tasks described in this bid. This plan must be approved by the City. This account will be supervise by one of the owners of KELLY JANITORIAL, Fernando Ascenso. He has 25 years of experience in this kind of facility and he will be available for the City personnel 7 days per week.. ( ) It is important to mention that the communication between the City and KELLY JANITORIAL will be channel through FERNANDO ASCENSO -owner of the KELLY JANITORIAL, to deliver the service requested on time and fix any problem inmediately. We will assign a Building Supervisor with a crew to perform the daily services. In addtion of the regular crew, we will assign another crew for the maintanence of floors and carpet and any other services needed. f f 10

78 FORMS/ATIACHMENTS, REFERENCES, ADDENDUMS, {i INSURANCE CERTIFICATE and FINANCIAL STATEMENTS

79 ATTACHMENT #1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST... janitorial ServicesRFi'iiPW-20i 2~8-01 Pursuant to the provisions of Paragraph (2) (a) of Section , 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 , 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 I 12, 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 (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 c..\~ ;1-3.:>~ ri. \-I\'H I [print na'me the public entity] by LU\&+\- ~LDN~O [print individual's name and ~tle]. \ L' L for K~L'I Tt:thl-\b (lcl :::>~ uterts I INC' [print name of entity submitting sworn statem(;t], whose business address is Z-l no t5 ljj q ~ d. ".- tt tart, I f l w- and (if applicable) its Federal Employer Identification Number (FEIN) is ~ ~ b <& 1'6 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:.) 2. I understand that a "public entity crime" as defined in Paragraph (I )(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph (I )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or 35

80 ( ) ( ) 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. I understand that an "affiliate" as defined in Paragraph (I )(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. I understand that a "person" as defined in Paragraph (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. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] / Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 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, 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, However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. {attach a copy of the final order.] 36

81 Continuation of Attachment #2 Public Entity Crimes and Confficts 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 , FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this ~ a'l- day of J Personally known or Produced identification Notary Public - State of _-=tij...j..ao<dcl~j4lj=a.l-- ( ) 1=1>( l A~S"d.. ~'do"~o.~:zt,({) (Type of identification) My commission expires,r"uc 1'J 8 c901~ (Printed, typed or stamped commissioned name of notary public) Form PUR 7068 (Rev ) J,' J..,.,..lt~e... f\wr2.'~ije.,z,.- "..r,:.:..:.....'" -. ] I~<;' :.~. IIIMttl HRlClUEZ ~ i :"1 MY COI.t.IISsIoH, EE ~~w o_... f1'plres: June ::1;.. WI""", Thru NoIasy PublIc Underwriters ~,.,.:;; c... 37

82 ( ) ATTACHMENT #2 DRUG FREE WORKPLACE j.' Janitorial Services RFP #PW 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 (I). 4. In the statement specified in Subsection (I), 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../ '1 / " Signature: -+-.~~' ~~~&Z~q~~- Print Name: 'U [S/l ~ tvs:j Date: D~ - z.'l- 2.:D (L- 38

83 ATTACHMENT #3 No CONFLICT OF INTEREST/NoN-COLLUSION CERTIFICATION Submitted this 22- day of /tv II <J S+,20,~ Janitorial Services RFP #PW I 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: ( ) 2/30 8 t..v 11. (.f\hi 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: --b~~~;::------~~~----'-- Printed Name: LUIsII A-LD1V5D ( 1 Title: Telephone: c3 DJ - q 7-2-6'- -ku--l-y-v;-.-~-n-t-h-i'-tj-sj6.l~ INC, Company Name I 39

84 Continuation of Attachment #4No Con~id of inter/non-collusion Certification NOTARY PUBLIC: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this ~"-A.Iu day of AV<ausJ-.20 I'd- by--'l... i,~smta,--.-j.a...,lb...ulof.)... s.."q'-- (name of person whose signature is being notarized) who is Personally known to me. or ~ Personal identification: «~~ AIMEE t NRIQUEZ fi '-1~ MY COMMISSION t EE ~i EXPIRES: June ,;..$" Bonded Thru NoIa!Y Public UndefwrIe!s ti\'"' 'fi>l A: A-<LS~ ~ ~ O.. 60" "15"- 0 Type of Identification Produced / Did take an oath. or Did Not take an oath. ( ) SEAL (Name 0 Notary Public: Print, Stamp or type as commissioned.) FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISOUALIFY YOUR RESPONSE 40

85 ATTACHMENT #4 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI.. jelnitorioi Se;vicesRFf>#PW-20/2-8-0 I We,.l(Ut... V/lN,~(J "5 ()~" (~~e of Contractor), hereby acknowledge and agree that as Contractors for the Janitorial ervices 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: ~l1 J a\j.~j %'15\"",..1 Name (...\3 ts A- 1"\(..b N S c fl-e 'S<-k "'V+-, Title FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 41

86 List of Proposed Subcontractors and Suppliers SUBCONTRACTORS: Kelly Janitorial Systems, Inc., will not use any su bcontractors to perform the job of th is bid. SUPPLIERS Unisource, Dade Paper and Quality Chemical ( ) ( 1 11

87 I CERTIFICATE OF LIABILITY INSURANCE THIS CER' 'FiCA;"E IS,SSuED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICA TE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TH!S CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED i REPRESENTA Ti'lE OR PRODUCER. AND THE CERTIFICATE HOLDER. I IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate hoider in lieu of such endorsement(s). I I PRCS~:=; South Insurance Agency 322 SW 20th 8T I ~e~ i Ft laud, E J I i L IIIN~:ilY Janitorial 2130 S,(V' 94th Ct Hiami, PL 33}.6 Systems Inc NAIC,#" Co COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 7~:S.S :0 C=RT~~Y ::-ia lhe PCUCiES OF.:-~SURANCE LISTED 8ELOV'; HAVE ac:e~! ~SSUED :0 :~E ins.jred NAMED ASOVE FOR l;.-1e POLley?ERlO:; \.!:;"CA-=:: \07\.'V'-:-... S-:-A~..;[W\8 A~'( REQuiREMENT. T~RM OR CO:-.D!;lC~ OF Ai~Y CC;~:RA.CT OR OTHER DGCurv'ENT V"J;""fo-i RES~EC""!"" TO \... /~;Cri -;-:~S C~RT;;:fCA":" E VAY SE :SS0~D OR MAY P::RTAH'i. :HE :NS0RANCi:: A;::FORCED BY :~E ;:)O:"':C:ES DESeR BED ~=REi~'.j.S SU8JEC-:-- :0 ALL T..,E --r=~f.. ~S EXC:"vSiQ~S A~ ~:; CC~'~D~-:8~JS 0;: SUC~ PC~ C!ES :...im:ts S:"':GvVN ~}AV HAVE 8EE~\, ;:(~DUC=C 3v =A:C C:_A\~I:S i~~-":;~e ~~I~SU-RANCE- -~~;'~b"-- POLICY NUMBER ;:~F~~-(~~T&i~)- LIMITS A GENERAL LIABILITY x G /22/11-12 } AUTOMOBILE LIABILITY C~16iNt:D Sl~JGL.= :..:\.~: : \ca ac:lde~t~ UMBRELLA L1AB EXCESS L1AB WORKERS COMPENSATION ~~~ i~~l~~~~~i~~~~iex~cu;'v= ~ O;::~:CERi~f'EM:ER EXC;"~D=:-; (Mandatory In NH) ~~~:~~s~~~~~ ~~~~.~\:q R Janitorial Bond : N I A r-- r -r 8/1/11-12, DESCRIPTION OF OPERATIONS, LOCATiONS, VEHICLES (Attach ACORD 101, Additional Remarks Schedule. "more space is required) $10,000. per claim CERTIFICATE HOLDER Bal Harbour Sf Bal Harbour, City Hall PL CANCELLA TlON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DEL!VERED in ACCORDANCE WITH THE POLICY PROVISIONS. \ ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD ACORD CORPORATION. All rights reserved.

88 ( ~RD CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY) 06121/2012 -'. THIS CERTIFICATE IS ISSUED AS A MAnER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ~, CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Risk Transfer Programs, LLC iljg~eo Ext): I FAX 219 East Livingston Street (Atc. No): Orlando, FL ADDRESS: INSURED AlphaStaff Group, Inc. Labor Contractor for leased workers to: Kelly Janitorial Systems, Inc. # Corporate Drive Suite 600 Fort Lauderd_a.le. FL INSURER(S) AFFORDING COVERAGE NAIC# INSURER A :Technology Insurance Company, Inc INSURER B :Wesco Insurance Company INSURERC: INSURER 0 : INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER'LCWSHTRQ REVISION NUMBER' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (,,';Wilg~!(~l11\gM% LIMITS GENERAL LIABILITY EACH OCCURRENCE $ I-- OMMERCIAL GENERAL LIABILITY ~~~~'E~~Er;,t:o~~::ence) $ I-- CLAIMS-MADE D OCCUR MED EXP (Any one person) $ I-- PERSONAL & ArN INJURY $ I-- GENERAL AGGREGATE $ I-- ~~~ AD PER: PRODUCTS - COMP/OP AGG $ \ n'laggren POLICY JECT LOC $ - AUTOMOBILE LIABILITY &~~:~~~t~'ngle LIMIT I-- $ ANY AUTO BODILY INJURY (Per person) $ I-- ALL OWNED - SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ - ~ NON-CWNED HIRED AUTOS rr!!~~~~~t?amage $ - AUTOS c--- $ UMBRELLA LIAS HOCCUR EACH OCCURRENCE $ - EXCESS liab CLAIMS-MADE AGGREGATE $ OED!! RETENTION $ $ A WORKERS COMPENSATION TWC /01/ /01/2013 X I WC STATU- j IOTH- B AND EMPLOYERS' LIABILITY Y N WWC TORY LIMITS ER. ANY 'PROPRIETOR/PARTNER/EXECUTIVE -0' E.L. EACHACCIDENr $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 ; $ $ $ DESCRiPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedul., if more space is required) Co~erage is extended to the leased employees of alternate employer in all states except in monopolistic states (ND, OH, WA, WY) and other states (AK, HI, ID, OK): Kelly JanitOrial Systems, Inc. # (Effective 6/1/2011) CERTIFICATE HOLDER CANCELLATION ) Kelly Janitorial Systems, Inc SW 94th Ct Miami, FL ACORD 25 (2010/05) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Page 1 of 1 The ACORD name and logo are registered marks of ACORD ~ ACORD CORPORATION. All rights reserved.

89 ADDENDUM#I REVISED PRICE PROPOSAL SHEET; AUGUST 16, LL... l Janitorial Services RFP #PW I 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) )ear 3 (12 Months) TOTALS Head Start Monthly: Fee {> 300. E>\:) ~ ~Ol).oo ~ 30 D.'Oo t ~OO,if) PRICE PROPOSAL SHEET Central Services Monthly: Fee ~~t>o.d<:) ~ Boz>.ot ;,00. O~ ~ All Other Locations Monthly: Fee Total Monthly: Fee Annual Amount.It> 4 3DO.oo ~i <\()O.o~ ~ Sg ~OO_Do ~ i,ao_o-:> "i 'lo0,00 $ ~~.&l)l).oo 1> ~3t)D.o? ~ lf4oo.. oo :t $"6.~o Q ~ 12-"00.0:> 11~ \16.. \..{oo.o IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 50f5

90 ADDENDUM No. I Project Name: RFP NO. Janitorial Services RFP PW I Date: August I 6, Sent: FaxlE-mai I/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that ) may be issued for a specific solicitation. Question # I: How do we quote the Head Start Building and Central Services? Answer to Question # I: The Head Start and Central Services buildings should be quoted separately. Attached to this Addendum is a revised Price Proposal Sheet that must be submitted with your quote. All other facilities and buildings must be quoted in one combined monthly and annual quote. Question #2: Can you please provide us with the current contract price and, who is providing services? Answer to Question #2 The City is on a month-to-month contract with Able Business Systems at $4,000 per month. Page 1 of5

91 Question #3: Will the City provide storage for the contractors janitorial supplies? Answer to Question #3: The City will provide a storage area in each location except for the Senior Center. Question #4: Please advise the size of the bleachers in the Gym in the Community Center. Answer Question #4: The bleachers are 42' L X 12' W. Question #5: Is the contractor responsible to clean the Gym in the Community Center? Answer to Question #5: No, the contractor is responsible to clean the bleachers only. ( ) Question #6: Is the contractor responsible to clean refrigerators located in each City department? Answer to Question #6: No, the only refrigerator the contractor is responsible to clean is in the Community Center. Question #7: Is the contractor responsible to strip and wax the floor in the Community Center? Answer to Ouestion #7: No, contractor is required to sweep, mop and buff the floors at the Community Center. Question #8: Please advise the frequency of service and access requirements for the "Evidence Room" in the Police Department Answer to Question #8: The Evidence Room will be cleaned when access is provided by the Police Department. Page 20f5

92 Question #9: Is the Police Department available after normal business hours to wax and strip floors? Answer to Questions #9: Yes, weekend mornings Saturday or Sunday, by appointment only with the Police Department. Question #10: Please explain the square footage provided in the RFP for each City location requiring service. Answer to Question #10: The square footage for each location identified as "Lobby/Floors" and "Office Space" should be combined for a grand total for each location. Question # II: During pre-bid walk thru, it was mentioned the City gets cleaned twice per day, the specs do not say that. Please clarify. Answer to Question # I I: Please refer to the scope of services and the frequency of services under the section "Responsibilities of the Parties" that are required on a daily, weekly, monthly, quarterly and bi-annual basis. Ouestion # 12: Motorpool is not listed in the RFP where all the buildings are. Is this going to be added since it was part of the walk thru? Answer to Question # 12: Motopool is included with the Public Works department. Question #13: Does the bidder need to include consumable supplies (toilet tissue, hand towel, hand soap, & trash liners)? If so, how much was the city spending per month when it was done in house? Answer to Question #13: The City previously purchased consumable supplies and were co-mingled with all supply purchases and we are unable to provide a dollar amount for specifically for janitorial services. Page 3 of5

93 Question # 14: If we are to supply all the paper stock, please tell us the population per location. Answer to Question # 14: The City is unable to provide specific paper stock numbers or activity per location. Question #15: Is there a bid or performance bond required? Answer to Question #15: No, a bid or performance bond is not required. Question # 16: Do we need to include a copy of our insurance certificate with the bid or upon an award? Does the janitorial services agreement need to be included with the bid? I believe it is only necessary upon an award. Answer to Question #16: No, the insurance certificate is not required with the bid but is a condition of award. The certificate is required prior to the execution of a contract or the City issues a PO. The Janitorial Services agreement is not required with the submission of the bid. Question # 17: Do you want floor maintenance and carpet cleaning completed during normal working hours? This is a safety issue. If someone walks on a wet floor or carpet they could fall and be injured. Normally these services are completed after hours or on weekends. Answer to Question #17: Floor maintenance and carpet cleaning can occur between the hours of 7 AM to 4 PM, M - F. However, the cleaning crew can schedule this activity early in the shift as most employees and traffic occurs after 8 AM. Floor maintenance does not require heavy mopping; suggest the contractor place 'Wet Floor" warning cones on areas that have been mopped. Warning cones would be the responsibility of the contractor. ( Page 4 of5

94 ADDENDUM No.2 Project Name: RFP NO. Janitorial Services RFP PW I Date: August 20, 2012 Sent: Faxl /webpage ( This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Ouestion # 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 Ouestion # I : The Scope of Work includes the following: The Community Center requires janitorial services from 7 AM to 8 PM, M - F; Saturday hours of service is loam 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 of2

95 Question #2: Does the bidder need to purchase consumables (Toilet paper, paper towels, hand soap etc.)? Answer to Ouestion #2: Yes. The City of South Miami is seeking proposals from experienced and capable parties to provide janitorial services for all City facilities and buildings. The Contractor shall furnish all material, labor, supplies and equipment necessary to perform all operations in connection with daily janitorial services for the City of South Miami. Question #3: The wording in the RFP regarding the Service Frequency is unclear. It lists all Locations as 7:00 a.m. to 4:00 p.m. Is that each location or all the locations combined. Are those times required or are they at the contractor's discretion? It also lists the Community Center as 13 hours per day and 6 hours on Saturday. Is that the requirement for a 22,000 SF facility? Is this part of the current contract? If so, are you sure about the current contract price of $ per month? We need your response as soon as possible since the bid is due Friday. Answer to Ouestion #3 The frequency of service for All Locations is 7 AM to 4 PM, M-F. The exception is the Community Center. Service hours for the Community Center are 7 AM to 8 PM, M-F; Saturday hours of service is loam to 4 PM. The City requires service and coverage for the hours listed in the scope of work; it is not at the discretion of the contractor. The square footage for the Community Center and all locations listed the scope of work should be combined for a grand total per location. The current month-to-month contract does not include the same scope of services as RFP # PW I. The contract price of the month-to-month contract is $4,000 per month. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 2 of2

96 LEGAL SERVICES OF GREATER M;IAMI, INC. Chesterfield Smith Center for Equal Justice i 3000 Biscayne Boulevard, Suite 500. Miami, FI331~ Direct Line: (305) Fax: (305) TD9: (305) LDiaz@lsgmi.org _ wwwjsgmlorg. April 19, 2010 To w~om it may concern: Re: KrllY Janitorial Systems, This letter confirms our satisfaction in working with Kelly Janitorial Sysfems for over a decade. Since this vendor has all the important qualifications t~at we look fo~ in a company, tljy have remained our sole service provider for our building's janitorial needs.! I.: The cleaning personnel are knowledgeable and responsible professionals. They take the time each night to tum offfans, lamps and other electronic equipment left on by staff. This is a step abo~e what is req~ired of them. They make sure to communicate any problems they may encounter before leavin1g the premises. They always turn in items found and are good! about making any type of cleaning recommendations.. : I admire the fact that I can always speak with a live person when calling I\elly Janitorial Syst ms and never have to deal with an answering machine. Kelly Janitorial Systems is prompt by providirlg same day etergency service or early the next day. ' i I highly recommend Kelly Janitorial Systems for anyone that needs to co(1tract a reputable Janitorial company for their business or home.. : Feel fjee to contact me if you need any other information regarding our r~lationshipwith this endor., ; s&y,~ LoUIS Dlaz. Building and Operation~ Administrator iilblsc PASSIONATELY COMMITTED TO EQUAL JUSTICE:

97 11:48 AM 07/20112 Accrual Bull Kelly Janitorial Systems, Inc. Profit & LQSS JanYlrv through Oectmber 2011 Ordinary IncomelE!C,pen!! Income SERVICES INCOME Toli/lncome Coat of Good! Sold CASUALLABQR CLEANING SUPPUES GAS EXPENSES JANITORIAL SUBCONTRACTORS Total COGS Gron Profit Expftnse ADVERTISEMENT AUTO EXPENSES BANK CHARGES BUILDtNG REPAIRS CONTRIBUTIONS DUes & SUBSCRIPTIONS EQUIPMENT REPAIRS FLOORSJWtNpQWS SERVlCE GAS & ELECTRIC INSURANCE EXPENSES JANITORIAL EXPgNSES UCENSES & PERMITS OFFICE SVPPUES ONUNE SEfMCES flayroll EXPENSES POSTAGE & OEUVERIES PRQFESSIONAl FEES RENT SUB-CONTBACTOR EXPENSES TELEPHONE EXPEN~ES TRAVEL & ENTEBTAJMENT WATER & SEWER Total Expense Nel Ordinary Income Net Income 945, ~5,914,57 33,601,00 101, , ,95 598, , , , QU6 7,112,50 WJ!Q 3, , , , , ~, ~ 1, ,00 4, , ,069,07 268,938,59 Q , l / ~"',... 1

98 11:CM AM 07/20/12 AccrW" Ba,ls Kelly Janitorial System., Inc. Profit & Los! Janu,ry through Jun Jan -Jun II" { ) Ordinary IncomelEXD!n,. Income SERVICES INCOMES Totallncom, Cost of Goods Sofd CASUAL LABOR CLEANING SUPPUES GAS EXPENSes JANITORIAL SyecONTRACTQR Total COGS Gr9$! Profit EXP!f1H ADVERTISEMENT AUTO EXPENSE BANK CHARGES BUILDING REPAiRS CONTRIBUTIONS DUES & SUBSCRIPTIONS EQUIPMENT REPAIRS FLOORSJWINPOWS SERVlCES INSURANCE EXPENSES JANITORIAL ~PENSES, UCENSES & PERMLTS OFFICE SUPPLIES QNUNE SERVICes PAYROLL EXPENJeS POSTAGE & OE~RIES PROFESSiONAL FEES BENT TELEPHONE EXPENSes TRAVEL & ENTERTAIMENT WATER & SEWER Total &penu Net QrdlQ@JY I"yom, Net Income 1~ , ~, , , ~ 7, ill.:. Q 3, ,742.6Q ~ ~, , & ~ , , , P"'... oj

99 CITY OF SOUTH MIAMI JANITORIAL SERVICES OFFICE OF CITY CLERK SOUTH MIAMI CITY HALL 6130 SUNSET DRIVE SOUTH MIAMI, FL RFP # PW Submitted by: Best Janitorial & Suppl!~s, JQ~. Pedro M. Diaz 6900 NW37 th Avenue Miami, Florida (305) August 24,2012

100 BEST JANITORIAL & SUPPLIES, In(~ ~"_""ni. }; 1m.1ltlI,'<IN$OI'<!!!tIl!l!t'< $ '~_ImU_O' rn>m"'-w<<!;')'\'~.jw""',.~ 6900 N. W. 37Ui Avenue Miami, Florida Teleph<::w1e: Facs1rnile j STATEMENT OF COMMITMENT To our customer we commit to being a customer driven organization. Our custome'rs needs are top priority. We strive to provide the highest quality and personal service possible at a cost - effective price. We're creative and pro - active in our efforts to conform to your specifications. We listen and we respond. We are a principle - centered company built on hard-work, honesty, loyalty and fairness. At Best Janitorial & Supplies, Inc., we not only maintain facilities, we maintain reputations. To our employees we commit to the highest standards in our recruitment and selection process. Training is a top priority and we adhere to a policy of promotion from within. We ensure a positive, safe and healthy work environment. We recognize employee contributions and provide incentives consistent with their extraordinary effort. We flip the pyramid upside down in that our entry -level employees is our greatest asset. We provide each employee with personal and career growth opportunities. We agree to the Scope of Work for the City of South Miami and we will provide any emergency service at any facility during the hours listed in the Scope of Work. Finally, we commit to making a fair profit. We compete fairly, ethically, and aggressively. Our strategy is one of controlled growth by building our customer base and selective acquisition. We commit to repaying the community for providing Best Janitorial & Supplies, Inc Cleaning System with the business opportunity. We support community efforts directed toward the betterment of children, home and the environment. Sincerely, President I C.E.O.

101 BEST JANITORIAL & SUPPLIES, ~~1$I1I'I! a 6900 N. W. 37ltt Avenue Miar'fli, Florida 3314'7 Telephone: FaC$imife: 786-3' GENERAL INFORMATION Best Janitorial Supply Inc. is a corporation organized under the law of the State of Florida flied on February under Document number M We are a certified minority owned and operate small buslness. The officers and director are Pedro M Dlaz and carmela Dlaz. Our company has over 23 Years of proven experience providing similar services under the present name. None of our officers, directors, managers or share holders has failed to perform services or furnish good similar to 'those sought in the request for a bid. Best Janitorial & Supplies, Inc. is fully equipped and well established company with character. integrity. reputation, judgment, experience and efficiency for more than a reasonable period of time, with a very good record of performance. We will maintain during the life of this contract the insurance requested at the RFP # PW All Best Janitorial Employees will wear uniforms bearing the company name, presenting at neat appearance and witl 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-20t2-8-01, Best Janitorial is proud to be a Drug Free, work place. ''Screening test for alcohol and illegal 'UruS!!' are required. We wilt perform backgrounds checks heforp. hiring ao; condition of employment. De:.t Janitorial & Supplies, In., liereby takes no e>cceptfon to the RFP #I PW 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'team Cleanlntwhereby 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.

102 From our main admfnlstratlve headquarters office we wrll organize and control our field 'iupenlsnr. for this contract Is Mr. Pedro M Dial 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 ij cell phone for immediate response for any emergency 8& Inquiries:. Als:o all the people involved in this project will have a cell phone. W~ will be In thiff ge u r all Equipment and Materials needed for the cleaning of thl$ project work to be performed. We will apply the latest technology and product in the Industries. An equrpment and supplies will meet all approved OSHA and Green Seals Standards. We have concentrated our effort to provide Green Cleaning products, utulzlng 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 thaton a regular and routine basis all $Qrvlc~s are performed on scheduled and to the compline satisfaction of our client In a manner that we continually improves the quality of services. We believe our propoljdi package will confirm Best Janitorial & Supplies Inc. :lbility to meet ond exceed your expectations. If I can be of any additional assistance please do not hesitate to contact me at: (305) Best should be selected for this award because of our extensive 24 years experience tn the Janitorial Field. Sincerely Yours, 42//!'d?d ~;~iaz PreSident & Director of Operations

103 TABLE OF CONTENTS Letter of Interest J Experience and Qualification 2 Price Proposal & Bid Form 3 Operation Plan 4 Minority Certification 5 Copyright

104 1

105 BEST JANITORIAL & SUPPLIES, Inc. '_~lliiill II fa g 6900 N. W. 37th AvenU Miami, Florida Telephone Facsimile <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 ~nd safe facility to be enjoyed by its staff and patrons at the best competitive price. They want 1000/0 satisfaction and with that goal in mind we set offtn creatp. It 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 Specitication. Once the employees have been hired, passed their background check and received their id they will then So through Best's orientation and initial training program. Once this i~ completed, ear.h 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 frequenc.ies and tash Tf:quirf:d of them; what equipment to use and when to use it; how to perfonn 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.

106 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 proofthat 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 fum. His office number is ; fax , personal number addressisbestjansupply@yahoo.com.

107 BEST JANITORiAL & SUPPLIES, Inc~ ~..t'iii!:\::i!!l r J U 'R.'$'il'Z 11 r ~_~_~ "~"=_' *""~M 6900 N. W 37th Avenue Miami, Florida :33147 EXPERINCE AND QUALIFICATIONS TelephOne Facsimile: Best Janitorial & Supplies, Inc. has been in the building cleaning and property maintenance industry since 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 provi~e 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.

108 8/17/12 Print Subject: Janitorial Services RFP: Addendum No 1 From: To: Cc: Date: kulick. Steven P (SKulick@southmiamifl.gov) ablmaint jb@abpmaintenance.com; best;iansupply@yahoo.com; Clnfante@sfmservices.com; kelly@kellyjanitorial.com; marhnorc8@aol,com; emesegue@evlenamerica.us; rmarguez@evlenamerica.us; luis@floridacleanex.com; chiadacorp@bellsouth.net; distinctionsvcs@gmail.com; cleansys5@aol.com; roscoe l@bellsouth.net: ashlee.spivak@coverafl.com; KBarket@southmiamifl.gov; CWilfiams@southmiamifl.gov; ABaixauli@southmiamifl.gov; SDiaz@southmiamifl.gov; JWebster@southmiamifl.gov; MMenendez@southmiamifl.gov; Thursday, August :05 PM Good afternoon, Attached is Addendum No 1 for RFP #PW , "Janitorial Services RFP." In addition to this notice sent to the Pre-Bid confurence attendees, the addendwn has been posted on the City's website. Also enclosed is the Pre-bid Conference sign-in sheet from Tuesday, August 14,2012. The addendwll includes questions raised during the Pre-bid conference, as well as, written questions received via . The Cone of Silence is in effect. Any commlu1ication 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, Fl Ph: 305/ ; Fax: 305/ ut:blank 1/2

109 ADDENDUM No.2 Project Name: RFP NO. Janitorial Services RFP PW I 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 effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question # J i Does the bid require a cleaning crew at the Community Center for 13 hours m-f and 6 hours on Saturday? All other buildings 9 hours daily to clean and commute among them? If so. I assume these requirements are not part of the current contract. Please explain. Answer to Question # I : The Scope of Work includes the following: The Community Center requires janitorial services from 7 AM to 8 PM, M - F; Saturday hours of service is loam 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 I of2

110

111 BEST JANITORIAL & SUPPLIES, In(~ ''''-'t ~, ;&1$;; III 69(X) N. W :37i:tl Avenue Miami, Florida Telephone Facsimile JANITORIAL SERVICE EXPERI ENCE Thank you for allowing Best Janitorial & Supplies Inc. the opportunity to submit our formal sealed Bids to your Bid No: RFP ## PW-2012-S-01, For the Cit v of South Miami, providing Janitorial Cleaning Service for Administrative Sites. My name Is Pedro M. Dlaz. 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 I started my other company, Best Janitorial & Supplies Inc, whose primary function at that time was buying and seiling 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 mv management of Best's Maintenance & Janitorial ServIce, Inc., a:; C.E.O. and owner, I had the opportunity of servicing contracts of Similar size and scope of work, I-or example, Ihe 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 IIi~v~ Clppre.;.la~et! phi~unall,et! dllhnuun alit! lilt:!! inllllet!idlh rt:~pofl~iv~lit:~~ of management and supervision. We deliver the highest quality of service. Our 23 years of proven experlenr.p. and a remarkable rate of clistomer retention!:.flqak 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. prease see the attached list of verifiable References of various current customers, and some past experiences In similar contracts. In addition you will find the Resumes ot our proposed key personnel for this project. Mr. Pedro Diaz the owner and General Manager of Best, Mrs. Carmela Dlaz, with vast experience in supervising different contracts and Mrs. Susana Almansa, Quality Control Consultant.

112 BEST JANITORIAL & SUPPLiES, In(~ '_'_i4~ l<'~ t I$_~'!_;_OO_,_ N W. 37th Avenue Miarni, FlOrida Telephorle Facsimile: 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 2S 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 SOUTIl 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 WorkpJace and Equal Opportunity Employer, providing contract service in building maintenance for Commercial & Government Facilities. The top quality and first class image which has become the hallmark of our Organization is the foundation of our company. Our goal is service. Best has extensive Experienoe providing similar services to facilities much like those requested in this RFP # PW 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.

113 Best Janitorial & Supplies, Inc.Organizational Strudure is one that has proven track record. At Dest, Authority is dclc~ti;d from Olli" co pontte office, tluough itt:! luiull1gt:uuilll p~r:soilnt;l, 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 kllowleugro; Wid expro;iiro;uce we call hamllt: I:lUY l!ilul1(iui1. 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 lilt: l!wl up fur Lhe ilc\,;uwil, Bt:l:il JWlllurial {ml.m.gt:jll~lil transition and meet with all appropriate management staff. will bt: Ull :sitt: lu W:ioSUft: II I:iJIluulh 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 ofthe day or night. Best offers it's staff the most advanced Traliolng on the use ur all the n~el:l:mry t:quipmenl. 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 ailloeal 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 persolulel 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.

114 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 and eqwpl1umt LUulluflll.:lurt;rs. Best is prepared to provide au necessary supplies and equipment to perfonn 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 perfonn 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 familitu'izing themselves with the llt'em 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.

115 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 oheeks. 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 a.q~ure thstt a 11 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 iuilsi Jlt:d a llwube.r am.i issut!d to an employee. A roster wlll be created to account for au keys and a key control box will be placed in the area office, where a manager will be assigned the responsibility of keeping control of the keys. Dispenser keys will also be distributed to employees having the responsibility of re-stocking paper and soap supplies. If additional keys are required, they will be ordered to the manufacturer to assure that all employees have their own set. PLANNING AND CONTROL Best's will then begin to assemble -the resources it will need to accomp1i$lh the 'Imooth transition desired. We will estimate the staffing needs and time necessary to provide the services as required in the City of South Miami the cost of providing this labor will be calculated. A schedule of work will be created to include employees, hours of work, and services to be provided. We must also estimate the supplies. equipment and materialr that will he ne.edf'.d to perform. the services as required in the City of South Miami. An exact amount of each item will be calculated and the prices will be shopped with our supplies vendor. Best will settle with a price that provides us with the best piece of equipment at the most reasonable cost. We always take into consideration the maintenance program provided by the vendors to assure that equipment is always in top condition. It is essential that all employees a."i$ligned to a work area have the proper equipme>.nt and sllpplies. 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 thejoh ~jte on the tim day ofwnrk heeinning. SUPPORTING PLANS As part of our Transition Plan we must include several of Best Janitorial other plans that go hand in band during the process of transitioning a new account.

116 TRAINING PROGRAM FOR MANAGERS, ASSISTANTS AND SUPERVISORS At Best MWUlgc;r:s and Su~rvi50rs at'(; cx.polsc:d to extensive semimu1j lhruu~uul lheir 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 Cll7cUIUP Pruct:dun~!.I " "InfC:Clion Control", "Safety Policies", "Safety Awareness", "Hazard Communication", "Bloodbome Pathogens",,cOffice 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 cover all phases of the technical aspect of their jobs. Our Risk Management Training explains how the staff should report incidents in order to prevent, reduce and control liability and financial losses. It includes training for management and supervisors on how to Investigate and analyze an incident; provide recommendations and measures to minimize or eliminate risk and injury to staff and visitors and how to maintain a reporting system to track events. Also discussed is Worker's Compensation reporting, services and prevention. Employee safety is also considered a part of this training to include reponing suspicious activities, wearing id badges, key control and being alert and aware of ones surroundings at all time while on the job. Our AppearanceJUniforms Training ensures that the employees understand why unifonns are important to the perfonnance of their joh. Thi,; include!; drelt'ling ~pl"rnl"risltely; being well groomed; use of identification badges; nails according to OSHA standards; personal hygiene; excessive jewelry; protective shoes. The understanding that unifonns 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. lbis includes training on Hnmat; MSDS; labeling; Written Communications Program; spills. Our R~yeling 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.

117 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 Ba(!k 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 employees how to requisition and secure supplies 10 as/jw'~ 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" t:\3 well. Our General Safety Training ensures that all employees are using all the tools available to them to make the working environment safe for them as well as others using the facility. Our Communieations Training explains the different methods of communication with cellular phones, radios, pagers; proper etiquette when using these; importance of conllllwti~utiujl in oldc:l' tu,,\,;culllplbh lla.ily La:>k:t iiull hlivlllk Ii :Slili:sficu cu~tomt;r. TId~ 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 Workphu.:e HUl"ltUHliment Tntining t:xplains Lht:: cumpauies nu Lult:nmce 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 cbaracteristic protected by law. Training - To ensure that all Best employees meet our high quality standards, we provide a sta te-of-the-art Training Program. Workplace learning to improve performance is called Training and Development. It is a way of providing support and occasional advice in order to help our management staff recognize ways in which we can improve the effectiveness of our business while at the!lame 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 nonnal 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.

118 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 set expectations, develop plans. manllge processes and improve; ~ 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. OUf 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 envirorunent 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 e.uvhulw1ciutal responsibility to safeguard ow llcltural 5W.1UWl~i.ngs arc illt\;;grated JlUUlllg(llllCuL 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 perfonnina comprehensive safety training to all our new employees as well as onlloina 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 pcisods In authority, including supervisors, to ensure that any persuns under their direction are made aware of and comply with all applicable policy and safety procedures.

119 BEST JANITORIAL & SUPPLIES, Inc. ill< li lwt;i<l~\1;!1/o~ ~ 6900 N. W. 37th Avenue Miami, Florida 3314'1 TelephOne Facsimile CURRENT PARTIAL CUSTOMER REFERENCES CITY OF HOMESTEAD Services provided from January 1, 2012 to Present Providing daily janitorial scrviccs to 8Cvcrallocations Contact: Xintia Rubio Telephone No: (305) JUVENILE JUSTICE ANNEX. Services provided from July 2, 2008 to Present Providing daily janitorial services Contact: Mr. Juan Carlos Izquierdo Telephone No: (186) MIAMI-DADE COUNTY COURT HOUSE Services provided from October ls, 2008 to Present Providing daily janitorial services to Coral Gables Courthouse and Coordinated Victims Assistant Contnot: Mr. Jorge Aneiros Telephone No.: (305) CHILDREN'S COURTHOUSE & JUVENILE JUSTICE CENTER Services provided from November 9 Th 2009 to Present Providing daily janitorial services Contact Mr. Mary Woolley-Larrea Telephone No :( 305) 63 K~61 02 MIAMI-DAPE POLICE DEPARTMENT STATIONS Services provided from December I, 2007 to Present Providing daily janitorial services to several locations including Pollce 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)

120 MIAMI-DADE COUNTY VARIOUS GSA FACiLITIES Services provided from December 1,2007 to Present Providing daily jonitorial services to several locdtions including CSA Construction And Renovation Building, GSA Administration Building and Warehouse and County Store Building. Contact: Ms. Ruth Castellanos Telephone No: (786) LIGHT speed BUILDING tat FLOOR 911 Services provided from 2009 to Present Providingjanitorial services 7 days per we~k. 24 hours per day Contact: Andres Perez Telephone No: (305) MIAMI BEACH r.mmthousic ANn c,j.rbk QFIi'Jr.F. Service provided from 2009 to Present Providing daily janitorial services Contact: Joseph M. Hyde Telephone No: (305)

121 BEST NITORIAl & SUPPLIES, In($ 6900 N W 37th AvenU$ Miami, F!orida Telephone Facsimile SIMILAR PAST CUSTOMER REFERENCES CITY OF HIALEAH - CITY WIDE CONTRACT INCLUDING JFK REGIONAL LIBRARY CITY HALL. POLICE DEPARTMENT AND FIRE DEPARTMENT Services provided from January 2004 to 2006 Providing daily oervieos to tho various city building5likc; City Hall LUmuy. EI.c. Se;:rvil;e;:s including Project Work, CarjJet Cleaning, Floor Maintenance and Window Cleaning. Contact: Mike Flores Telephone No: (305) HEALm BUILDING AND CI.lINIC Providing daily Cleaning Services including Project work, Carpet Cleaning and Floor Maintenance. Dade County Health ljepartment. various locations. Jackson Medical Towers 2 Buildings and Highland Building. STATE OF FLORIDA Providing Janitorial services to more than 15 State Buildings in Tallahassee. 2 Buildings in Tampa. The Rohde Building in Miami. J Ruildin8!; in Rroward County. InchJdins Floor Maintf:nance, Carpot Cleaning, Window Cleaning and Pressure washer. cra OF HIALEAH - cra WIDE CONTRACT INCLUDING 1m REGIONAL LWRARY cm HALL. POLICE D.EPARTMENT, FIRE DEPARTMENT Services provided from January 2004 to 2006 Providing d4i1y jauitorial SCJvi,,~ tu tit" Yl:lduUIj city buildings like City Hall Library. Etc. ServIces including Project Work, Carpet Cleaning, Floor Maintenance and Window Cleaning. Contact: Mr. Mike Flores Telephone No: (30S) MIAMI~DADE COUNTY LmRARY DMSION 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. Marpret Zebrowski Telephone No: (305) S

122 BEST JANITORiAL & SUPPLIES, In(~ """.~_'" \;ili. iilr m~:wi~ ~ * 1 m S!*'!I~~_~""' ~''''''''_~ 6900 N W 37th Avenue Miami, Florida PROJECT MANAGE~JOB DESCRIPTlON Telephone Facsimile Position Title: Project Manager Department: City of South Miami RFP # PW 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.

123 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.

124 ORGANIZATION CHART BEST JANITORIAL & SUPPLIES, INC C.E.O General Manager Pedro M. Diaz 1 ADMINISTRATIVE Yanetsis Sosa SUBCONSULTANT t--1 QUALITY CONTROL Susana Almansa PROJECT MANAGER Carmela Diaz -- """ -"-r"-"-- Project Work Jose Quesada Supervisor Walter Lopez Janitors

125 Pedro M. Diaz 7933 West Drive # 921 North Bay Village, Florida (305) Pedrodiaz2007@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 BSCAl, 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.

126 Employment Best Janitorial and Supplies, Inc. President 6900 NW 37 Ave. Miami, FL (305) Best's Maintenance & Janitorial Service, Inc. C.E.O and General Manager 3290 NW 29th St. Miami, FL Present Community Involvement Honors & Awards President and C.E.O of Fifty Five & Up, Inc., a Non-profit 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 direcdy to the senior citizens homes. Certificate of Achievement from the Building Service Contractors Association International TEOCHEM Corporation Cleaning Management Institute National Cleaning Children & Families Ramsey Corporation City of Miami Beach City of West Miami Panorama Hispano

127 Carmela R. Diaz 8635 N.W 8th Street Apt # 406 Miami, Florida (305) Profile: Education: Vast experience in supervising large number of employees. Serves as an instructor for training personnel 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 NW 37 th Avenue, Miami, FL Present Bes't Maintenance & Janitorial Services, Inc 3430 NE 6 th Terrace Pompano Beach, Fl

128 9930 SW 19 STREET' MIAMI, FL PHONE ' SUSANA D. ALMANSA QUALIFICATIONS More than 15 years of experience in the J anitoriallndustry Ability to maintain and strengthen business relationships with clients Outstanding verbal and written communication skills Pleasant personality, hard working and dedicated to employee satisfaction PROFESSIONAL EXPERIENCE ST. BRENDAN HIGH SCHOOL, Miami, FL Teacher Business Department Teacher August Present BESTCO, INC., Boca Raton, FL Vice-President/Training and Quality Control Prepare lesson plan and training materials Conduct training sessions and evaluations Perfonn quality control inspections Human Resource coordinator for field employees Oversee daily business activities Prepare and distribute payroll Prepare daily, weekly and monthly reports June July 2008 EDUCATION NOV A SOUTHEASTERN UNIVERSITY, Miami, FL Master a/science, Elementary Education, 9 credits from completion FLORIDA INTERNATIONAL UNIVERSITY, Miami, FL Bachelor o/science in Social Studies Education Company Sponsored trainings SKILLS 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

129 9 Yanetsis Sosa Objective To secure a challenging position where I may implement my education, background and experience, to achieve company goals using organizational and customer service skills. Exercising my ability to maintain and strengthen business relationships with clients through mv outstanding verbal and written communications skills witry pleasant personality, hardworking and dedicated to employer's satisfaction. Best Janitorial & Supplies, Inc 6900 N.W. 37 TH AVE Miami, FL /01/2009 to Present Employment History Administrative Manager: Oversee dally business activities. Organize~ and supervises sales force. Prepare and distribute payroll. Prepare dally, weekly and monthlv 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 Manacer: Dally 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, FI /7/2002 to 10/20/2007 Center Manaeer: 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 West 30 th Court Apt 205 Hialeah Florida yanetsissosa@yahoo.com

130 Best Janitorials I"'" From: Sent: To: Subject: Ziltv~ ,..._~... Best Janitorials Monday, May 17, 20102:13 PM 'Zukovich, Michele' RE: Janitorial team m""""''''''' r... '... Ul Good afternoon Michele, We received you , 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@judl1.f1courts.org] Sent: Monday, May 17, 20108:46 AM To: Best Janitorials Cc: Woolley-Larrea, Mary Subject: PN: Janitorial team Carmela, Please see belalll . Thanks so mllch to the janitorial staff here al the Children's Courthouse and Juvenile Justice Center. You hm'e a great team here! Also, the cmpets look so much better. Thanks. From: Woolley-Larrea, Mary Sent: Monday, May 17, :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, MS. Administrative Office of the Courts Juvenile Court Operations Director \ Childrens Courthpuse and Juvenile Justice Center J 1

131 AUG :13 From:AEROPARTS To: P.2/3 Refereng Qu~stion.. aire (P/ecue have Q minimum o/three (J) r./erencc.f complete thi" form und.,ubmit wilh BI(I documents) Giving reference for: ; 5'7 :r)9~/-n~/a'- ~ fljpp~ t >, IPC,. (name of company) ~I \ Firm giving Reference: MI1hJI-IJ~ /bile. ~1 Aj(jy~(}1tcs " Address; ~/OS..-v~ as-.st:-d6ritf PI 33/7'2. gv~ Phone: (~ 3.3? 4..~ I. Fax: ( 7?>G J '337- t,tt,l.:l.8 ed;,m"1.f.l)@h1dpd. ~, 1. Q: Was invoicing consister~ with c~ntract pricing? A. '16; :r:\ f)~ beea' 2. ~~~!{e~oc=~ M~~t-t~.c~~rfi~~40 3. Q: Was the yendor ay to get in conlact with? How was ~r custom,r rvloe? ~~ \ AT Wr\S~'i-\OCetJ;l!d &~ WrJ'tl ~ ~ 4. Q: HO~Wa$ Ihelr,.spon.iven F~ I~. mergen\r or~, "" ~ ao () wi.. A A: W tj t~i2.c..~ ~ 0 tij Itc ~lllu..h\tln{!~ 5. ~UldaMU&1~~~<~ Mt(j)~ u f)rj ~.a1lt,a- ~ Qlwlft'Jl 6. Q: Overall, what would you rate their performance? (Scale from 1-6) ~ J A: 'fijs excellent []4 Good 03 Fair 0 2 Poor 01 Unacceptable 7. ~: la the'q'1tng 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 ~d!p~~ntly, free from vendor interference/con ~i~n.~ ~...t1 ~~ ~ ~ e~ ~I Print Name: bj t2.l6j<j.l..llm&i2 Date: -~f-==-i-~----- ITBII20t2J.O! Ii Page 6S 4

132 Reference Questionnaire (Please have a minimum afthree (3) references complete this/arm and submit WiTh Bid dacumenl.~~ Q: Was invoicing consistent with contract pri((ing?,', '" A:. j'i.i... d, +c. Ul.i:. ~l-l. ~... '1 'f/v J:~-(!..A_ {"<'./<-i Cl.{. L~:.A'''r\...Ct Cl"' l,, c 1. ~; fat' h....-'; ~ '';'-- (. l.. c.'--\... " (...:- f:::.t. \L-J..-. ') Q: Wenfresponse times consistent?, "'--- -f... --t.,', )<:,;... ~\..r A. '~/'(\l1vi::j-71~t-ll;:il4--t')v~'~.,:,l...) [.1",,, '-.~ ~.,,-... Q: ~;;~h:~~~;~~~~';~~ ir:co~~~ How~as their customer service? A LI "-f.' I I J --r,-)"'.".,. J.\... ~J :,. I.' I."\,..) i" I )'",''' A.' r... ' / -,"t, ',/th' C"etA Iv I ~t~ I f...)._"' vl. c\:..,..,..,,--'.-....'!'-"'/-'-'-" /,.~,. " f r. ~. I I' '-;1-, _, \rat... ' Wj..'-t.., t.~'~ l.. _l.-''ti... l_ ~ /<"'L--""-:~'-". ' Q: H~ow wa~ t~eir responsiveness to emergency orders? A: t,~ (iu:.: LL 'v~-r, Q: Would you use them again? A: L-f 3 Q: Overall, what would you rate their performance? (Scale from 1-5) I A:~5 Excellent 04 Good 03 Fair 0 2 Poor 01 Unacceptable Q: Is ~ere 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, fr~e from vendor interference/collusion., ,1 (. Name:,\..b;;&'v--tA 'i-.,::('~~t ),-Gs;J/\,. \ I ' --""'I ~. ~ /...-,! /, Print Name:.T;u'.n.-c:r i-.. LL..J )f.. 1"., (. h Date: --...:/_'_-..:;;..;u~',_.~:-_1_'.:::y"-_' ITB# Page 65

133 August 25, 2010 I TO WHOM IT MAY CONCERN; As Building Manager for two of the fachities operated by Mi2mi-Dade County, Coral Gables Court House, <l:1d Coordinated Victim Assistance Center, I am very satisfied "'Jith the services provided by Best Janitorial and Supplies Inc., their company provides excellent janitorial services on a daily basis. Best Janitorial and Supplies Inc., has efficient and proficient personnel who are available everyday to keep the buildings ci;,:a:1, vlhich in turn helps us keep our operation moving. Bast Janitorial and Supplies Inc., employe~ demonstrate prcfessio:1alism, and are tactful when in contact with the general public, and emp:oyea. This letter Is to commend Best J::;n itori31 Supplies Inc., for excel:ent work in ourfacilities. Sincerely, Jorge Aneiros Bui!ding Manager c

134 Rererence Questionnaire (Please have a minimum of three (3) references complete this form and submit with Bid documents) Giving reference for: is~r ~1{,t:Jll,jL'- 'i ~vl" ItT$.,,1'1 Co.. (name of company) Firm giving Reference:,4A,'" OAO:rc.o~TI1 (()u,(. ~4~UV"""I':t't/J(JSS Address: "1 eo? 0,,", C"ca- 0 I.Ir ~ Phone: '" 0 S - ~I.{ Fax: S,<' ~,c.. ~ ~U4t..\.LO@ "",,,,-4M.A(\)~.~u 1. Q: Was invoicing consistent with contract pricing? A: \)t-5 2. Q: Were response times consistent? A: Yt:5? 3. Q: Was the vendor easy to get in contact with? How was their customer service? A: "f'_s 4. Q: How was their responsiveness to emergency orders? A: G"'"r~C- A:-t 5. Q: Would you use them again? A: Yc-L-S 6. Q: Overall, what would you rate their performance? (Scale from 1-5) A: G.?J$ Excellent 04 Good 03 Fair 0 2 Poor 01 Unacceptable 7. Q: Is there anything else we should know, that we have not asked? A: The unde~~ned does hereby certify that the foregoing and subsequent statements are true and correct a~ji; re made independently. free from vendor interference/collusion. it,, I J.. Name: I' ( ~ Title [3 u, LJ),N6 f\-/i../t?va-~2-l e neiros Print Name: Date: _'7-+/_2.-;.1,..1_2_ _'1_'2- ITB# Page 65

135 Rererence Questionnaire (Please have a minimum oflhree (3) reference., compiele Ihis form and submit wilh Bid documenls) Giving reference for: BE ~,. (name of company) JAN I TO {l.;i:.f\ L Firm giving Reference: mrat-{l:. - DA~e P D - N O(l.TH SIDe:. S --rat'ion Address; ~'fso NLV &3 ST, tv'i1::a((':l., FL 311'1'1 Phone: 30S-V3S-400~ Fax: 30S-~9'3-'1f)O\{ la~orrle@.rndfd.com 1. Q: Was invoicing consistent with contract pricing? A. 'If. c; 2. Q: Were response times consistent? A 'ies 3. Q: Was the vendor easy to get in contact with? How was their customer service? A YES / A{)oVE S,:nl:SFA~(l't 4. Q: How was their responsiveness to emergency orders? A NO EM E.1lG-t"'(,J:~S 5. Q: Would you use them again? 1\: 'IE S 6. Q: Overall, what would you rate their performance? (Scale from 1-5) A. ~xcellent 04 Good 03 Fair 0 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: l\1h/ht,re. APONT.4~ Title AD~)J\f)TT\I OFfTC t 0: Print Name: l'thflme-!jptjlv'tf Date: Ofl- J b - de I.) ITB#20121O Page 6S

136 Reference Questionnaire (Please have a minimum oflhree (3) references complete this form and submit with Bid documents) Givtngreferencefor: (name of company) B[iT JA;Vlfo.e/~c [j(.\/'pli2)'t>o( Firm giving Reference:' /1'~,"'1 n(l I,C"~"A~ (UIC.-{ S r::j-.e.(tj Addre~s:, '>S,C' l n It\ Lll(~t ~vu,~\1 I V(. --::;, I q.)_ Phone,!", Lf (v' 'J '7 1/1 Fax: (': v i '-' (t. \J/ 'c '-:::) i,,j ~"1 (~l '"if?). " VC~JC(YtJI-)/TLtt(< ~W ~Jc.-~ 1. Q: was, in1icing consistent with contract pricing? I>' s. II\? LX\.,: ~: we'r~, r~"onse times consistent?,,-~i\:) Q: w, ~s ~~~vendo,r easy to get in contact with? How was their customer service? A \ \r\ f ',,~ "jr,\ i ("'~.Y(t+ (-(.' rjl~-k\/j.-l--t"-c ~: HoW was t~ei~, ~~sponsi~enels'~~aerti~g~cy orders? C\.. \.t \ (. t/ '-{-c \X/.11~ ~ ~: ~~(f.ru use them again? I 6. Q: Overall, what would you rate their performance? (Scale from 1-S) A. 05 Excellent ~ Good 03 Fa;r 0 2 Poor 01 Unacceptable 7. Q: Is there anything else we should know. that we have not asked? A' C\~'\A ITB#20121O Page 65

137 IkfereDce QugtionDglre (please have a minimum o/three (3) re/ere1jces complete thij form and Jubmit with RFP documents) Giving reference for: Besf (Ta.J1i'fcr-,o.l (name of compsny) SrImo j A(ra_1 -UxJe. P 1>. - NlPf:itt ~ FIrm giving Reference: f./i W" '.,vi,am _I ~t'l7 Address:.;J..qJjQ NW ~3 s--r I it n Phone: (~~ ~-tft>6~ ~~~ii: ~~Jf1:n7e1 MoIpJ. OM Q: Was invoicing consistent with contract pricing? A: yes Q: Were response times consistent? A: ye.5 3. Q: Was the vendor easy to get in contact with? How was their customer service? A: yes Q: How was their responsiveness to emergency orders? 'A: no ~ies ' Q: Would you use them again? A; ye, 6. Q: Overall. ~at would you rate their performance? (Scale from 1-5) A: r:g( Excellent []4 Good [J3 Fair 0 2 Poor 01 Unacceptable 7. Q: Is th~r, anything. else we should know, that we have not asked? A: ND The undersigned does hereby certify that the foregoing and subsequent statements are true and co and are ma ~ indepei ently, ~ from vendor inter::erance/colfusion. Name: v-c.1l- Title A:j.tntASWU(,. cf.f{l~ Print Name: t2._1cty~$~cj(er _-t!/lfrvp Date: '1 -== RFPH Page 69

138

139 ADDENDUM#I REVISED PRICE PROPOSAL SHEET; AUGUST 16,2012 Janitorial Services RFP #PW I 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 PRICE PROPOSAL SHEET Central All Other Head St~r1: Servicg~ LQS;f!tion/i Monthly Fee Monthly lli Total Mooth1x Monthlx Fee ~ Year I (12 Months) ')O!).OO ;;J. 0 t).,~() "4 tbo. I/O ~/J60.ro ---, Year 2 (12 Months) 3CJo ~'o 200.0{1 ~r.;b!}.ov ~ Ibl), oq Year 3 (12 Months) eJc, t;c 7't?~.(1. t) 0 s.-,, 2. to. oj TOTALS 900, l'lj G~'t'). f-,1"o 14, 08D. 0 {) /.51 ~ j '-30,,.J~ Annual Amount 61, 1:20. ">0 r;;/li2p. <>0 G_~I I.f6 a,_ L~Q&Oi) I IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 50fS

140 ATTACHMENT #1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Janitorial Services RFP#PW-20' I Pursuant to the provisions of Paragraph (2) (a) of Section , 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 , 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 (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 tj 6fr '5//1-/11> flac I-.r '-"/' 1Jt: 16>... :r:t.,..c- [print name of the public entity] by 1i:1Zeo H. p;6l2. /ff5ij(c,vr [print individual's name and tide] for t:jf)'t "Y/9;f/J70/()d,( A S~)t:(YCI6j~ :F",A/C". [print name of entity subm~tting sworn statem~ whose business address is 6900 /f/. w..3 f).. /91/-;:)//&)[ /1}/J/JI ( /"(. :5 3/'1/7 and (if applicable) its Federal Employer Identification Number (FEIN) is S:'j.-.2 Q69 '19/ (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:.) 2. I understand that a "public entity crime" as defined in Paragraph (I )(g), Florida Statutes. means a violation of any state or federal law by a person with respect to and direcdy 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. I understand that "convicted" or "conviction" as defined in Paragraph (I )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or 35

141 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 as a result of a jury verdict, non-jury trial. or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph (I )(a). Florida Statutes. means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers. directors. executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph (I )(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 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 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 However. there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. {attach a copy of the final order.~ 36

142 Continuation of Attachment #2 Public Entity Crimes and Confficts 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 , FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM., [signature] Sworn to and subscribed before me this )..1 day of ~ Personally known or Produced identification j (Type of identification) (Printed, ty Form PUR 7068 (Rev.06/1 1/92) Notary Public - State of _--Lr_.-_&_O_/<.._/~ ' j)~t+..!.-.._ My commission expires 01- ;;L.o-" J- )/r '~m';';';;~\lt:~... d ommissioned name of notary public) CARMElA DIAZ f. t\ Notary Public Slale of Florida \~. :;j My Comm. Expires Jan 20, ,::;~ fl"''f.~'' Commission " EE BOnded Through Nalional NOlary Assn. 37

143 ATTACHMENT#2 DRUG FREE WORKPLACE Janitorial Services RFP #PW 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 (I). 4. In the statement specified in Subsection (I), notify the employees, that, as a condition of working on the commc?dities 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. S. Impose a sanction on. or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community. by any 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: _...;.d~-:.;/_~<::_": _.4"_L_V'.-"-}'-~_2_L_,~_(--,p'7-/ Print Name: _--'-/:_... ~_. ","/;!"-,/{;.,,,-d~)_'& :...;.7,--,,-~-,:?/:...:..:Z...:...<.1... Date: _-L/.I}...l<lJ~(::"':(;;'::").J-/---.:2--=.2~/---=-;2...;O::-.L..:/.2.=-- 38

144 ATTACHMENT #3 No CONFLICT OF INTEREST/NoN-COLLUSION CERTIFICATION Submitted this ;). ~ day of_.j.!.~cj..:::(;-,,1 k:;;..-:.!<:.(.,"-,s_ 7,-~ --" 20,d;1. Janitorial Services RFP #PW I 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: 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: AL- };:::! ~e-j? --~~~~----~~~~;y~ Printed Name: _-'-~_-':-(.,?'J.:..4?.t.../1.:..::;,::;----,A,--,-1.,--"V::...'..,c.?~:!l~2 Title: ---"h_".l-tf..:...:...'(<:..:;...>'..:..:j Y::.-/..::..(\.<...;V... L'-- Telephone: 5_c)_S_----"0_~ -<'1-,1_-...:...,)<-/:;:.5'_-.<-9.;;:;t_' Company Name y!j(0j-:s/-};f//tt-j/-(ij c' ~ "'>L.J//(!(t:5~ 39

145 Continuation of Attachment #4No Conflict of interlnon-collusion Certification NOTARY PUBLIC: STATE OF COUNTY OF The forejoing Instr ment was acknowledged before me this d.j.- day of (A.tl./ V) 20 / '- by?ej)"u; /1. j) 17t2- person who signature is being notarized) who is (name of /Personally known to me. or Personal identification: SEAL,"'"'''' CARMElA OIAl ~,\\~y P(, ", FI 'd l:>m"'",:\ Nolary Public' Slate ot on a 4 ~.. : E My Comm Expires Jan \;,,~' <1l Commission II EE ",:r..?r.1.~~ ' Bonded Throuth National Nolary Assn,,. 7 Type of Identification Produced /' Did take an oath. or Did Not take an oath. (Name of Notary Public: Print. Stamp or type as commissioned.) FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISOUALIFY YOUR RESPONSE 40

146 ATTACHMENT #4 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS Janitorial SelVices RFP#PW I TO THE CITY OF SOUTH MIAMI We. (16 T ~h'?)i--ijf)/!1/1' /.31///1(.11:>, (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: /i<;;~p Iii.,/J;// 2 Name Title FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 41

147 PROPOSAL SUBMITTAL FORM Janitorial Services RFP #PW I 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: Attachments: Bidder Qualification Statement Non-Collusion Affidavit Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers Indemnification and Insurance Documents Price Proposal Sheet Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. 20

148 /

149 BEST JANITORIAL & SUPPLIES, Inc..- B900 N. W. 37'" Avenue Miami. Florida TelephOne: Feoslmllo: PROPOSAL START UP AND OPERATION PLAN Best Janitorial & Supplies, Inc., is prepared to provide the Oty 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 All Florida Paper. Our Management Team has more than 90 years combine experience. We will check with the managemt::nl team of the Cily of 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 ur any CUrluui:'siun member with the respondent deems might be relevant to the Commissions consideration, Such other governmental or quasigovernmental entities which are represented by the individual (5) Firm. If we awarded the contract for services at your facilltv, with the knowledge and the observation we had on the walk thruj we will make a plan of action for each location. Preparation for a smooth and orderly transition wlll 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 thts} 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 CIS mention in the scope of service. We took forward to working with you to carry a trouble -free trarlsaction Sincerely,

150 BEST NITORIAl & SUPPLIES, Inc~ 6900 N, W, 37th Avenue Miami, Florida TelephOrie ,5596 Facsimile 786-3' QUALITY CONTROL PROGRAM To ensure customer satisfaction. Best Janitorial & Supplies, Inc. provides quality service on a consistent, on-going basis. To achieve this goal. Best has implemented an interactive four step problem-solving process for Quality Control we call P.I.E.R. - Plan-Implement-EvaluaCe Review. Quality Control flourishes with the guidance of management commitment. Best Ianitorials management team will set expectations. develop plans, manage processes and improve and maintain the quality olthe 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 perfonnance 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 tho customers. Best Janitorial is prepared to provide the City of South Miami with a "clean and safe physical environment that is free from IODs~ 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!lrnitltry. Here is how Best Quality Control Program, P.LE.R Plan will accomplish these tasks: 1) Plan - Establish the objectives we need to accomplish and devise a Quality Control Plan nece5s1u}' to deliver results in accordance witb the City of South Miami expectations and specifications. 2) Implement- Implement the plan established for the City Df South Miami by involving everyone in our management team and our daily custodial staff. Assure that all staff is familiar with the plan and the monitoring can be achieved. 3) Evaluate - Monitor and collect data on the plan to get results to be able to evaluate the results against the objectives and specifications as required under this Contmct. 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. Addre~!J individual pr.rthrmance prohlem!l,

151 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 ofthe 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 perljonnel will take pineo to bcttqr undqr:jtand 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 unifonn quality is a distinctive feature ot Hest 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 perfonnance to the team effort. This is accomplished by planning the work so that custodial personnel understand J perfonn and meet work objective and ol'ranizing so the custodial personnel function effectively and efficiently as a team. 1) Implement - Once awarded the contmct, Best is ready to implement its QC-P.l.E.R. Plan. Our quauty control program centers on our pro-active inspection process and our active involvement with our customers. OUf 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 exaotlyas speoified. 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 ub!i\:cvalions. (a) A clcbilingjoumal 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 verity 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 beein to monitor and evaluate the plan. We do this by collecting data from all our inspections and following up with another set of inspection perfonned 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 0. regular ond on-going basis to disouss the outoome of our evo.luntions ond oompare to thoir experience. All janitorial services procedures and frequencies will be checked periodically to ensure that they align with actual fl1cility requirl;mtlnts amj Slaillng hm:ls.

152 3) Review - At Best we understand that problems might arise and if they do we have a teambased support center. When the City of South Miami calls in a request, the voice you hear will be 8 familiar one. When a client need arises. staff will field your daytime calls and rush them to our 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 tmining of our operational staff and constant auditin~ 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. SllPF.RVI8ION 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 :rtnndnrds. AU supervisors prepare hi-weekly reports comparing Actual performanco 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 Ble occurring tbat inhibit the cleaning function. Each supervisor begins each shift with a quick briefing to every custodian under his or her direction. During this briefmg, the supervisor will discuss issues and activities, such as: the evalnation of the clernp.r'~ work perfonned on the previous day; complaint!! or reqllp.lifs te('.eived 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

153 BEST JANITORIAL & SUPPLIES, 6900 N. W. 37th Avenue Miami, Florida HUMAN RESOURCE PROGRAM Telapho\'"'.a Facsimile 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

154 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) go-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.

155 BEST JANITORIAL & SUPPLIES, In(9 iii N. W. 37th Avenue Miami, Florida Talapho;1a: Facsimile: General Procedures Statements of Service and Codes of Conduct 1- Work cove.-ed In llll::. a~rt!t:mt!nl with the Clty of South Miami, Indudes labor, supervision, equipment and cleaning supplies necessary to perform the services as outlined In the specuicatfons. 2- Best Janitorial & Supplies, Inc. feels the responsibility to use the most qualified personnet avallahlp- 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. If specific materials are required in your contract, those materials will be utilized or an acceptable substitute will be provided for your approval. 6- The schedu ling of working hours for the completion of building services will conform to the requirements as outlined in the bid contract. 7- Bp~t lanltorial &. Supplies, Inc. w1l1 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.

156 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.

157 SCOPE OF SERVICES Jt Janitorial Services RFP #PW I 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. S. Dust all exposed filing cabinets. bookcases and shelves. 6. Dust to hand height all horizontal surfaces of equipment, ledges. and sills. shelves, ventilating louvers. frames, partitions. etc. 7. Clean and sanitize all drink fountains. 8. Remove cobwebs from walls and ceilings. 9. Spot wash glass surfaces, doors. frames. kick and push plates, handles. light switches. baseboards. and similar surfaces. All surfaces will be cleaned with the utmost care. 10. Vacuum clean all exposed carpeting. minimum 3 times per week. II. 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 fj

158 14. Spot clean spills with a damp mop. 15. Before leaving any office, shut off lights. electrical appliances. and lock all entrance doors and only interior doors requested. 16. Remove fingerprints and smudges from all walls. 17. Report all burned out lights. 18. Detail and clean all kitchen. counter tops. or lunch room areas. 19. Clean Stairs daily. where applicable. OFFICES-Weekly Service 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. 5. Clean all ground level windows and glass partitions OFFICES-Monthly Service (Community Center Onlx) I. Wax and buff floors. OFFICES-Quarterly Service I. 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 I. 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. 5. All piping to be cleaned and polished. 6. All partitions to be spot cleaned and washed as necessary. 3

159 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-WeekJy Service I. 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 I. Scrub all tile floors. EMERGENCY SERVICE - As Needed The Contractor shall provide an Emergency "After-HourslWeekends/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

160 BEST ANITORIAl & SUPPLIES, Inc N. W. 37tl1 Avenue Miami, Florida Tel lphorle Facsimile: 78(') 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 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 deaners- 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

161 Scrubbing Brush Floor pads Gloves Toilet Plungers Measuring Cups Spray bottles wit.h triggers Following is a list of recommended supplies to be utilized: Trash cans liners 24x32 Trash cans liners 30x36 Trash cans liners 40x48 Carpet bonnets Floor buffing and stripping pads Latex gloves Cleaning rags Following is a list of chemicals to be utilized: Glass Cleaner Neutral Cleaner Toilet Bowl Cleaner Bleach Chlorinated Cleanser Disinfectant/Deodorizer Floor Stripper Floor Sealer Floor Finish Carpet Shampoo Carpet Spot Remover Furniture polish All MSDS (material safety data sheets) will be provided to each Department. All equipment to be used on this contract are owned and maintained by Best Janitorial & Supplies, Inc. All equipments will be either new or in good working condition, and will be delivered to the job site in a way that will insure that no interruption with the regular operation of the facility. Best Janitorial & Supplies, Inc. uses the latest in equipment and material to assure the best possible service provided to our customers. All equipment will have bumpers and guars to prevent marking or scratching. All electrical equipment will be checked to assure they meet all safety requirements and are UL approved. Best Janitorial & Supplies, Inc. service has an onsite mechanic working at the home office, five days per week, ready to fix and maintain any piece of equipment in need of service. We also have backup equipment readily available to assure uninterrupted maintenance.

162

163 MIAMloaDAD ((,l!jb" Small Business Developm. 111 NW 1 Street, 19 th F Miami, Florida 33 T F miamidade.gov October 28, 2011 Mr. Pedro Diaz BEST JANITORIAL & SUPPLIES, INC NW 37th A-.e Miami, FL CERT. NO: Approval Date: 10/26/ MICRO/SBE Expiration Date: 10/31/2014 ANNUAL ANNIVERSARY: 10/26/2012 Dear Mr. Diaz: Small Business De-.elopment (SBD), a dil.1sion of Sustainability, Planning and Economic Enhancement Department (SPEED) has completed the rel.1ew of your application and attachments submitted for certification. Your firm is officially certified as a Micro/Small Business Enterprise (MICRO/SBE) in accordance with section of the Code of Miami Dade County. This certification is valid for three years prol.1ded there are no changes rendering your firm ineligible for certification. You are required to submit a "Continuing Eligibility Affidal.1t" annually with specific supporting documents on or before your Anniwrsary Date as listed abo-.e. You will be notified in advance of your firm's Anni-.ersary Date. Failure to comply with the said responsibilities may result in immediate action to decertify your firm. E-.ery three years you will recei-.e a full recertification re"';ew that may include an onsite in-.estigation; SBD will also notify you accordingly. If at any time during the certification period, there is a material change in your firm, including, but not limited to ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business (es) or physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will recei-.e 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 Thank you for doing business with Miami Dade County. Sincerely, -:-\\lc croi l Direct ;Vl/' Business Opportunity Support SeNces $mall BusinesS'O~lopment Dil.1sion Sustainability, Planning and Economic Enhancement Department Sheri ~cgriff, CATEGORIES: (Your firm may bid or participate on contracts only under these categories) CLEANING SERVICES, SlEAM AND PRESSURE (MICRO/SSE) WINDOW WASHING SERVICES (MICRO/SBE) JANrrORIAUCUSTODIAL SERVICES (MICRO/SSE) SEARINGS (EXCEPT WHEEL SEARINGS AND SEALS) (MICRO/SSE) BRUSHES (NOT Oll-lERWISE CLASSIFIED) (MICRO/SSE) FLOOR MAINTENANCE MACHINES, PARTS, AND ACCESSORIE (MICRO/SSE) DBDROO20.,,20 II 1026

164 lmrida Minority, Women & Florida Veteran Business Certification Best Janitorial & Supplies, Inc Is certified under the provisions of 287 and , Florida Statutes for a period from: to 07/25/ /25/2014 DEPAIt1ldENT OF MANAGEMENT SERVICES Office of Suppiier Diversity? 4050 Esplanade Way, Suite 380 Tai:anassee, FL (850) "

165 138/22/ : AlL LEA INSURANCE PAGE 02/132 (~ ACORu '-.--*" CERTIFICATE OF LIABILITY INSURANCE r:a'&(~yyyi L THIS CI:RTIFICATE IS ISSUED AS A MATTER OF INFDRMAnON Ot&. Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THfs- CERTFICATE DOES NOT AFFIRMATNB. Y OR NEGAT1VELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. Ttl' CERTIFICATI! OP lnaullltancl: DOES NOT CONSTITUTe A CONTRACT Bioi I WI;;t;N THe ISSUING IN5URl:RCS,. AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMPORt : If Ille ctrtmeate holder I.., AODI L INSUREO, the JXlk1tlnl nivitbe.ndome!. If SUBROGATION IS WAIVED, '\lb)ect to III. 11Kn1S :mel COnclllOns Of the policy, celulu' poilciiiii\iy l'equlnt In endolllm,nt. A Nttmerlt on this certlflc.te doe. not C'IIrlfer rights lolhe c:tnlflc:.te "Older In lieu of.ud! enctorhmtnq,). PROOUCER An USA Insurance (305) (305) S.w. 3rd. 5.. ellulagblliiaoulil.ni!i Milml. FL 33t34 1-.tHIWAI!!f(B'A'FOROIHO COIl1iRA!P1I NAIC_ Phone (305)442.1 Dee Ctntury SIIntty Co. INSUReD Belit JW1I011a1 & SUppllM, Inc t(on 37 Ave Miami, Fl INSUllliRFi COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CeRTIFY THAT THE I'ClUCIES OF INSURANCE USTED BtiLOW... ve BeeN ISSUED TO THE INSURl!ID NAMFn AROVF FO~'THE POLICY PI.!RIOO INDICATED. NOTWITMSTANDtNO ANY REQUIREMENT. 'ream OR c:oncition OF Aft( CONTRACT OR OTHER DOCUMENT WITH R!!SPI!CT TO WHICH THIS CERTIFlC~Te MAY II! ISSUED OR MAY ~TAIN, THlIN$~E AFFORDeD BY THE POLICES DeSCRIBED HEREIN IS SUBJECT TO ALL THe TlORMS. EXCLUSIONS AND CONDITIONS OF SUCH POUCIEa. LMTS SHOWN MAY HAVE BEEN ReOUCEo 8'1' PAID ClAIMS... - '~r: "'PI 01' INSURANCE ~r:t JIOI.JeY NUIill'JEK Iln~ 1~~~TrfJYJ WillITS = " OI!liI!'RJlL LIAIIlLITY S ~ CCMM&ACIo\I, GENiRAI. Ll~81l11'V RE~~_~ c o 0 tbe! CL~NS.MAOfii o OCCUII MIiO CCP iXF> (Anv _ P,!!,OII/ s 5,000,00 A Y PERSONAL' AOV INJURY J 1,000, ~~~RGGAYE S 2,000 Il00.00._ OEN'L AQQREGA'IE! limit APPLIES!'lilt PftODUCTS COMPICP ~" S _, o POlICY 0 ~ 0, LOC. AU10MOQlLI!. LlIoDII.ITV..r~,,==r"M~ LINIIT._~, ANVAUTO 9OIlII. Y NJUR'f (F'W,,...) S o ALLOWfEO RlseH!OULeD fdj1bf.z012 BODILY INJURYIPllr _idef1ti AUTOS y I 0 o r.b'wgwned HIRED AU'lCS ipe';';e-;j."fti"""~~~ I,0 0 I :.~ AUTOS." -. o - UMIIIII'U II." OOQC\l" EACH OCCIJlIlIillCi,- [] EXCESS LIAII Ei ClNMs.MAQIi ~~GIITIi S.. o oed n II~N' S -" WVRKEI<3 (X)MNHIlATION - Dro,\~~h [1~'!''''.. ND EMl'LOVEII" UAIIlLITV YIN.iilJ -- ANY PIIOPRlmORIPARTNIiRJEXIiCV11VE E.L EACH ACCIOBIIT S OI'RCi;Rq,lG DIm EXCt.UC6D? 0 NIA '. _...- /Mlnd1l1Ory III Nlt) Jr.L DIIJI!i\K. t:i\ CMf'l.Ovt: $.. g&,c~="i: ~~IiRAT1ONS~ E.L. DISEAse, POucy UMrr $.- B." lo4i~ oil Non Owntd Autos N '111201' 10/ ,UUU,UOO - DIBIIC"II"TION 01' OI'I!MTIONS 'I,OCIIYlOlla r YeltICLla IAlliKltACOIIO tot. ""IIIOnIIIt_rts SeI1edUII, II' 'PI" 1S1'tIJI11'H1 Janlol1al 5eMcee Elhou/d any of tile abowo dekrlbed lniiiilw be cancelled belen trle ecplration Gate!/WOOf, ttlt i.. uing inlurer wi' endnvvr to mlil30 days written notice to the certlrlcate holder named bew, but r.ilwe 10 do 10 lha.'mpose no obilgliitlon or fiabiity of any klnd "pg!1 the insurer. Ita agents or rlllpnlhnlallves. CERTIFICATE HOLDeR city of South Miami 8130 S"I18111 Dr"'" Soulh M~', FI33143 RFPt PW.2012-S.()1 CANCELLATION SHOULD ANY 01' THI! ABOVE D~BEt, POlICIES IE CANCELLED el'qai! TIE EXPIRATION DATI THERE~ NoTite IMLL 8E DGLIVERED IN ACCOltOANCE WITH THE PoWCV P $IONS..i f,.. ACORD 25 (2010/011, QF 19U-2010 ACORD CORPORATION. All rights reserved. The ACORD nll'l1l! and logo... registered marks of ACORO

166 I 'RODUCER.utomatic Data Processing Insurance Agency, Inc 11 ADP Boulevard Roseland, NJ CERTIFICATE OF LIABILITY INSURANCE BEST JAN-Or.;;;2=-- ---'RA:..::;..;..;T..:.,1 I DATE (MMlDDIYYYY, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE I NAIC # ---'-'-''''---:=----:--0--=-'-,,- =-~-~--:" """::":'::"::~::":'::~--'::":":':-:-':"--=-~~-:::-=-=------"-+:::-:-=-::= INSURED Best Janitorial 8. Supplies, Inc : INSURER A: Travelers Indemnity Company of AmeriCt5~!~ COVERAGES 6900 NW 37th Ave Miami, FL ~.RER8:.~!'ISURER c: _ -=t= ~ INSURER 0: _~ i INSURERE: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO-nNlTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WlTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. fu;jsr'aod'w --_._.....-, i '1',; w.. g~ rvpi' I'lF '''SURANce POLICY NUMBER ; &2f~Cl~~ftlW;f)~ i ~~~\frm~b~~n I UMITS I A, AI GENERAL. UABIUTY' I! I EACH OCCURReNce I s,,,i Ih' I.~MERCIAL GENE~IABILITY, I'. = o;r.oo<xl;lna[r.g"'e:";:r;':;o'c""'eiint;';s;;:oi PREMISES (Ea occ!j!ence) i ~_! _J CLAIMS MADE _--' OCCUR I I '.'oleo EXP (Any one person) : S, : ': PERSONAL & ADV INJURY I s =:J ; I I I GENERAL AGGREGATE Is! GEN'L AGGREGATE LIMIT APPLIES PER: ' i I : PROOUCTS.. COMPIOP AGG I s ;--1 POLICY i-i jfbi :--. LOC ' I i I I AUTOMOBILE LIABILITY : II I COMBINED SINGLE LIMIT n ANY AUTO I (Ea accident) I S S CJ ALL OWNEO AUTOS ; I BO~;LYINJU~Y r s I SCHEDULED AUTOS : I (Par person), I HIREOAUTOS i BODILY INJURY ---r--s' ----, NON-OWNED AUTOS i! (Per accident) _. ~, --- I : GARAGE LlABIUTY ~,. I PROPERTY DAMAGE! I : (Per accident) i S ----,. ANY AUTO! I :--J, I 1 excess I UMBREUA LIABILITY noccur o CLAIMS MADE r-'..j I r-- i DEDUCTIBLE I I n RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY ANY PROPRIETORfPARTNERlEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH, i - I ; I, AVTO ONLY - EA ACCIDENT! S ~~~:~~~~~~-+-= ~ OTHER THAN AUTO ONLY: EA ACC:..::..,:S:..... ~~ I s ~~,~ ~ I EACH OCCURRENCe! s AGGREGATE.~~~------r : ~ x' WCSTATU- i 10TH.: Y I NIHUB4A [YJI 8/1/2012 8/1/2013 ~.Bll!M!l:;.. L_.L~R..I ;:; I E.L EACH ACCIDEN!_ ~.:::.s 1_0.,-0-,-.0_O_;~,./! E.L. DISEASE - EA EMPLOYE; S 100,00d i If yeo, dogctibe under i SPECIAL PROVISIONS Deiaw E.L. DISEASE.. POLICY LIMIT I s 500,00C OTHER II OESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I exclusions ADDED BY ENDORSEMENT I SPECIAL PROVISIONS rw-2012-s-01 I Is Is I, rertificat:i:o::::~h Miami 6130 Sunset Or South Miami, FL CANCELLATION SHOULD ANY OF THE ABOVE OESCRIBED POLICIES BECANCELLED BEFORE '!lie EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CEIU1FICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABtl.lTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25 (2009/01) The ACORD name and logo are registered marks of ACORD ACORD CORPORATION. All rights reserved.

167 BROWARD COUNTY PUBLIC SCHOOLS SUPPLIER DIVERSITY & OUTREACH PROGRAM A DIVISION OF SUPPLY MANAGEMENT & LOGISTICS DEPARTMENT This Certifies Best Janitorial Be Supplies, Inc. Has met the requirements for certification established by Broward County Public Schools Supplier Diversity & Outreach Program as a (an) Hispanic-American (MBE) 12/30/2010 Effective Date ~~ :,,;~-ti 1.r'* /29/2013 Expiration Date

168 MIAMI-DADE GOUNTf TAX COLLECTOR 140 W. l"lagler ST. 1st FLOOR MIAMI, FL LOCAL BUS!NESS TAX RECEIPT 2012 MIAMI-DADE C0UNTY - STATE OF FLORIDA E~P1C\ES SEPT. 30, 2012 MUST BE DISPLAYED AT PLACE OF BUSINESS PURSUANT TO COUNTY CODE CHAPTER SA - ART. 9 & 10 first-class U.S. POSTAGE PAID MIAMI, FL PERMIT NO U~~~N~i(tfa~~~~ 6900 NW 37 AVE HIALEAH T:-IIS IS NOT A B!ll - DO NOT PAY RENEWAL RECEIPT NO. 8 SUPPLIES INC OWWST JANITORIAL & SUPPLIES INC Sec'ir'3' SmreE BUSINESS ~~'~N~~S T'l~V "gce7~f~~ NOT A CONTRACTORS RECEI PT DOES NOT PERM(T 7HE HOLDER 70 VIOLATE ANY EXISnNG REGULA TORY OR ZONING LAWS OF 7HE COUNTY OR CmES. NOR DOES IT exempt THe HelPER from ~NV omen?ermtt OR LICENse!!lEQUIRED BY LAW. n-ns IS NOT A CER'ftFICATfON Of: THE MOI.O!!R S QiJALll:~C"" TIONS- PAYMENT RcCEIVI;O MIAMI DAPE COUNTY TAX COl.LECTOR: 10/ :1 SEE OTHER SIDE DO NOT FORWARD EMPLOYEE/S 20 BEST JANITORIAL & SUPPLIES INC PEDRO DIAl PRES 6900 NW 37 AVE MIAMI Fl i,,) ill, Ii" "Ii, i,,ii" I L Ii, I, /, i",,11,jlll/l, 1,1i.. Aft!,,/ I MIAM!-DAD;:: COUNTY TAX COLLECTOR 140 W. FLAGLER ST. 1st FLOOR MIAMI, FL LOCAL BUSINESS TAX RECEIPT 2012 MIAMI-DADE COUNTY - STATE OF FLORIDA EXPIRES SEPT. 30, 2012 MUST SE DISPLAYED AT PLACE OF BUSINESS PURSUANT TO COUNTY CODe CHAPTER SA - ART. 9 & 10 FIRST CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO US~~~,N~i{tf8~Y~~ 6900 NW 37 AVE HIALEAH THIS IS NOT A Bill - DO NOT PAY 8 SUPPLIES INC RENEWAL RECEfPT NO OW~E ST JANITORIAL & SUPPLIES INC sec-zof ~~lt7rrcycl I NS/PROCESSI NS THIS IS ONLY A LOCAL BUSINESS TAX RECCEIPT. :T DOES NOT PERMIT 7H HOLOER TO VIOLATE ANY E:X!STlNG REaUu,TORY OR ZONING!..fl.WS OF 7H2. COUNTY OR CITIES ~OR Does IT :XEMPT TH~ HOLOER FROM ANY OTHER P=:RMIT OR :"ICENSE REQUIRED BY...AW. THIS IS NOT A CERj'!FICA7TOi\ OF THE HOLDC:R'S CUAUi=!CAnONS.?f... YMENT RECEIVED MIAMI-DADE COUNTY TAX COLLECTOR: SEE OTHER SIDE ~o NOT r=orw,il,rd EMPLOYEE/S 10 BEST JANITORIAL & SUPPLIES INC PEDRO DIAl PRES 6900 NW 37 AVE MIAMI FL i"/i",ii,."ji.i"jj",),ii,i,i.i,.,,ii,i JI1,.,ii,"afi.,1

169

170 Ar~rican,I n:~r\.. JlT.:~<::;; -=,.Vl~T American Facility Services, Inc U1l0l1 Hllindustnal Cburt.S,,,teAAlpharetta,G\30CXY1 afice. 770" F~ D Sealed Proposal to Provide Janitorial Services City of South Miami, RFP #PW August 24, 2012 Original City of South Miami REQUEST FOR PROPOSAL RFP #PW Janitorial Services Proposal by American Facility Services, Inc Kevin McCann, President kmccan

171 Table of Contents Title Page Table of Contents Letter of Interest Section i Qualifications and Experience Plan of Approach Operations Manager Resume Area Project Manager Resume Disclosure Statement Current Contracts References Additional Information Company Profile Management Transition Plan Personnel Staffing Corporate Organizational Structure Emergency and Office Contacts Executive Summary Section 2 RFP Attachments Attachment #1 Public Entity Crimes and Conflicts of Interest Affidavit Attachment # 2 Drug Free Workplace Attachment # 3 No Conflict of Interest/Non Collusion Affidavit Attachment # 4 Acknowledgement and Conformance with OSHA standards Section 3 Price Proposal Sheet Price Proposal Sheet 1325 Union Hillindustnal Couri:. SUite A. Alpharetta. GA Office no Fax no

172 August 20, 2012 City of South Miami Office of the City Clerk South Miami City Hall 6130 Sunset Drive South Miami, FL RE: Letter of Interest for Janitorial Services, RFP #PW Dear Ladies and Gentlemen: On behalf of American Facility Services, Inc., please accept this proposal to provide janitorial services for the various city facilities for the City of South Miami. Our headquarters in Alpharetta, Georgia will provide administrative support. Our corporate and executive roles are identified on the enclosed Corporate Organizational Chart. The Account Manager will be Mr. Mark Thompson. Mr. Thompson supports our Florida contracts and would be available to you in person on a regular basis; please find his resume enclosed for your review. American Facility Services, Inc. is a SBA Certified Women owned and operated small business. It was established in May 1991, in order to perform Janitorial Services for private organizations and government agencies. American Facility Services, Inc is a Sub-Chapter S Corporation registered in the state of Georgia and is based in Atlanta. As a Sub-Chapter S Corporation, the stockholders are personally responsible for all liabilities, taxes, and all profits are taxed as personal income. American Facility Services, Inc currently conducts business across the United States and employs over 350 employees, with annual sales base of $20 million. American Facility Services, Inc has established a relationship with National Surety Services, Inc., which has approved the performance and payment bonding capabilities of American Facility Services, Inc to $6 Million. Operations and Management Philosophy "Total Involvement and Continuous Quality Improvement sums up American Facility Services philosophy. American Facility Services, Inc is a corporate entity organized to provide top-level service in an expedient, reliable, and cost-effective manner. The company treats its' employees within the organization as individuals and as life-time employees. We seek to avoid turnover to maximize its' capability to maintain peak performance on all projects, at all times. Our Vision To be recognized as the "BEST" in the industry by our customers, potential customers, and our competition. Our Mission To provide the most cost effective service to our customers To provide a "win/win" solution in all situations. III To utilize our staff to their full potential. To make the best decisions based on available information. American Facility Services, Inc Ltllon Hllirdust.flill Q)urt8..lIteAf'IJpharettaCA30C04 Otire ' F'a><

173 ~R\i( Approach to Mission Success To achieve this stated objective, American Facility Services' management plan is based on five (5) basic components Partnering - AFS stresses the "partnering" concepts in all of its' customer relationships. We have discovered that by using this concept, successful contract completion is inevitable. AFS is confident that through this type of cooperative effort, stated objectives will be met. Cost Effectiveness - Our cost-effectiveness translates into monetary savings for our clients. Quality Control- We believe in quality for every project. Every AFS worker is expected to put "due diligence" into every project, whether it is services for several buildings, or for a single office. AFS employees take pride in their work, and are committed to providing superior service. Our goal is to "get our clients out of the cleaning business". Safety American Facility Services strives to be "proactive" with accident prevention. It is the responsibility of each AFS Account Managers, Supervisors and Custodians to ensure safe procedures and conditions. Key Staff Capabilities - AFS is confident of the capabilities of its' employees. Our employees possess extensive experience in the janitorial and ground maintenance fields. The information contained in this Proposal or any part thereof, including its Exhibits, Schedules, and other documents and instruments delivered or to be delivered to the City, is true, accurate, and complete. This Proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the City as to any material facts. At American Facility Services, Inc., we view service contracts as partnerships with our customers. We have concentrated our efforts to provide Green Cleaning services, utilizing support from our primary supplier and manufacturers. Our project managers are now CIMS certified to ensure outstanding customer service and quality control. We are totally committed to providing the City of Highland Village Facilities with the highest level of custodial service and customer support. We would greatly appreciate the opportunity to add your facility to our list of locations served. If you have any questions, please contact me at our office on (770) We look forward to hearing froll} you. /. IP' Kevin McCann President American Facility Services, inc Lilian lillindustnal Cbur\,El.;ite/\ fljpliarettaca:jocxl4 alice f~ T70475 T720

174 flean Section 1 Qualifications and Experience Plan of Approach Operations Manager Resume Area Project Manager Resume Disclosure Statement Current Contracts References Additional Information Company Profile Management Transition Plan Personnel Staffing Corporate Organizational Structure Emergency and Office Contacts Executive Summary 1325 Union Hili Illoustrial Court. SUite A Alpharetta, GA Office, 770, Fax

175 ~rlcatl SERVIa~~' Plan of Approach Overall understanding of the RFP Requirements: Documentation of capabilities and experience with similar type of service: We have reviewed the entire solicitation and examined the requirements closely. The scope of work and requirements of our company are very much within our abilities to accomplish, we have the financial stability, equipment and supply inventory and the physical requirements to complete this project. American Facility Services, Inc. has extensive experience with City, County and State requirements and specifications. Please see our list of references. Logical approach to fulfilling the RFP requirements: Comprehensive List of project tasks with deadlines: The processes that we will put in place to manage this contract have been used by our company for many years, with improvements implemented as identified by parties involved. We utilize a.f\i1anagement Transition Plan, which helps to ensure all aspects of the contract requirements are being managed efficiently and effectively from the beginning of the contract term. American Facility Services, Inc. utilizes a detailed Schedule of Tasks and comprehensive Quality Control Plan to ensure all work is completed and on time. Clearly defined project responsibilities I accountability: Appropriate Management and staffing to the project team: The roles of the individuals assigned to support this contract are very clear and definite. All employees are held accountable for their individual responsibilities. We work as a team to support each other to ensure the best possible service that is available to our customers. Included in our proposal are formal job descriptions that define the roles that will be utilized to support this contract. AFS will assign a Bernardo Largaespada as Area Project Manager to the project. Mr. Largaespada will be on call 24/7, and will carry a smart phone in order to receive calls and s, please review his resume for his qualifications and experience. He will be responsible for the day to day management of all personnel. He will also be responsible for maintaining the supplies and equipment, ensuring chemicals are properly stocked and mixed and ensure equipment is in proper working order. Mr. Largaespada will coordinate responsibilities and communicate with the city representative and will conduct weekly documented walkthroughs to Inspect the work. Arr'lericarr Faciliiy Servioos., Inc I,h", HII {lim wwin.amen C;fl1lla()Ii Iy~r vioo~oom

176 SI-I{\t{ a:s~ Because Mr. Largaespada is our Area Manager and is also responsible for other municipalities and projects, a Project Supervisor will be hired who will monitor the efforts of the crew throughout the shift and provide assistance where needed. The Project Supervisor main task is to check the work and bring deficiencies to the crews' attention for immediate corrective action. The supervisors will give guidance, instruction, and training to the general cleaners, and oversee the completion of the work assignments in a quality and timely manner. Our criteria for supervisor are two or more years experience in the janitorial field and at least one year in a lead position. They must also be able to ensure that all contract specifications are followed and performed in a satisfactory manner. General Cleaners will perform all general facility and restroom cieaning functions using cieaning industry best methods during the process. Each cleaner will have specific responsibilities, (i.e. restrooms, dusting, trash pick-up) and will report to the shift supervisor to sign off on those completed duties. The shift supervisor will inspect the buildings for deficiencies before leaving each shift and then sign off all responsibility sheets before leaving facilities. Floor Crew will work as scheduled per facility to keep floors at the acceptable level. Project work will be scheduled on weekends when facilities have fewer occupants. The scope of work provided within this RFP are very well within the capabilities of AFS. Our management staff along with the administrative staff will provide the support and management to ensure the satisfaction of the City of South Miami. Our Operations Manager will ensure that the daily, weekly, quarterly and periodic services outlined in the specifications are accomplished by submitting a detailed schedule for approval, and then monitoring and inspecting on a monthly basis, to include a checklist of accomplished tasks. This schedule and monthly checklists will be provided to the City of South Miami representative per the requirements of the RFP. AFS will employ from the local area employment pool, the required number of employees to properly staff this contract. AFS will advertise locally to employ individuals who have a minimum of two years janitorial experience, these individuals will then be trained by our managers; as well as our suppliers. New employees are welcomed to the company through our orientation program. We recognize that the first two weeks on the job create a powerful and lasting impression, and orientation training is designed to teach basic cieaning techniques and to show new workers the meaning of teamwork. We also give them a set of written rules and specific information on their job assignments. Following the orientation session, and within the first two weeks after we assume control of the contract, all ArrnHrcan R:lcilily Servloo,,", inc lh,"' Hil (1/(1,

177 AnericaIl SfRVleIS: employees will be given procedural and safety classes on all of the following subjects that apply to their assigned tasks: Training available to new hires and current employees. Environmental Responsibilities Introduction to Assignments Chemicals Tools and Equipment Restroom Cleaning Housekeeping Common mistakes Hard surface Floor care methods Employee Safety Shampooing Methods Green Cleaning Process Training -Basic Green Cleaning -Restroom Sanitation -Educational Facility Disinfection -BETCO's Green Cleaning products, Specific care and use Material Safety Sheets will be made available in both Spanish and English. American Facility Sl2rvloo$, inc. 1%11 1\ (JIm Ww.".ilmI1r'c.anladHlyoorv,oo~com

178 Mark Thompson 4255 Wayfield Dr. Norcross, GA Home SUMMARY,.. Over 20 successful years of Operations Management and Marketing experience in Commercial Office Services and Janitorial Industry. r Strong history of consistent and significant contributions to company goals for business retention, growth and profitability I" Outstanding customer relations skills that have enabled my continued advancements and promotions within the Industry,.. 8 years of Military service, serving both as an enlisted NCO and Commissioned Officer. EXPERIENCE American Facility Services, Inc., Alpharetta, GA Marketing Director, Account Executive, Project Manager, Current.. Overall responsibility for sales, operations, customer services for assigned accounts. General Building Maintenance, Atlanta, GA General Manager, <Ii Overall responsibility for sales, operations, customer services, subcontracting, employee recruitment and development of a $5 Million Dollar branch... Rewrote ISO quality control program and procedures for Atlanta Branch and managed 65 properties under ISO gu.idelines Received 3 ISO recertification's during tenure... Sold over 4 million square feet of Janitorial service contracts, while continually maintaining relationships with my current customer base that resulted in a 95% retention rate. OneSource Senior District Manager, , Atlanta GA District Manager , Tampa FI... Successfully integrated and merged Coastal States, Tower Cleaning Franchising with Tampa's OneSource Branch.. Developed into OneSource's most profitable Southeast region branch... Restructured entire Atlanta Operation to bring profitability goals and loss of business percentages to targeted goals. Coastal States industries, Area Supervisor, Division Manager, Operations Manager.. Managed 350 full and part-time Managers, Supervisors, floor and carpet technicians, cleaning 5 million square feet of Commercial office space in Greater Tampa area... Developed, organized, and managed a Master Tower Franchise Company, integrating its operations with branch... Helped start-up a satellite branch in Orlando. growing its operation into $3 Million dollar operation. u.s. Army, Ft. Huachuca, AZ Captain, Graduated from LJS Army's Intelligence Center and School, Instructed Field Grade Officers on Soviet Tactics, Intelligence Officer for Tank Battalion EDUCATION Winona State University, Winona, MN B.S. Hospital Administration.. Cadet Commander, ROTC.. Co-Captain, Football

179 Bernardo Largaespada 201 NE 28th Road Boca Raton, FL ) cell. 24/7 Area Manager Results-driven project and program management professional with first-rate skills in directing full cycles for complex, multi-site programs and initiatives. Proven ability to deliver substantial revenue, productivity, and quality improvements through well-managed, on-time projects. Particularly strong in staff development, including training coaching, and evaluation. Core competencies include: Cost Reduction & Avoidance 0 Operations Managernent 0 Staff Training & Development (; Multi-Site Programs 0 Client Relations & Negotiations 0 Quality Assurance 0 Budget & Financial Management Performance Management () HR Functions/Issues PROFESSIONAL EXPERIENCE American Facility Services, Inc., Florida South Florida Area Manager, Current Responsible for generatmg sales and business development in the Florida region. In charge of daily operations, customer service for assigned accounts and direct development and implementation of projects, working with cross-functional team at headquarters, our suppliers and employees. Present detailed project summaries to senior-level management and conducted post-implementation analyses to determine areas for project improvement. Responsible for day to day operations, weekly quality inspections and Monthly quality assurance reviews. Coverall, Boca Raton Francllise Owner Responsible for more than 22 accounts that range from small to large. I supervised and delegated 15 employees, some of thern have been with me since day one. As owner of the business my duties ranged from purchasing to customer service and anything that goes along with the business. Full service company that provided all the aspect a janitorial service My expertise is carpet cleaning, floor stripping and refinishing, floor burnishing, Window cleaning, emergency cleaning and furniture and upholstery cleaning. ACCOMPLISHMENTS Helped gl"oup to achieve 30+ successful project launches, starting up several projects into production start up Modified timeline for project planning period from 1 to 2 weeks in order to include Project Initiation Phase. heelng up time to meet with marketing team and gain better understanding of project's importance to business development. Helped developed comprehensive training program for all projects that led to overall improved team capabilities. Worked closely with training group and teamed with supplier in developing lesson plans for Green Clean training programs

180 Disclosure Statement American Facility Services, Inc Union Hill Industrial Court, Suite A Alpharetta, GA Kevin McCann, President AFS, Inc. has no conflict between our interest and those of the City and/or its Board; and no facts or circumstances that might create the appearance of a conflict between our interest and those of the City, except as disclosed in writing, which are none. AFS is a certified Minority Female Business Enterprise, as certified by Fulton County, GA government There is not now, nor in the past, been any investigation, inquiry, or litigation of our company in connection with our services as a consultant for project coordinator. AFS, nor any of our officers, or anyone acting on our behalf, has ever been convicted of any crime or offense arising directly or indirectly from the conduct of our business. None at our company, including our officers and all employees have ever been convicted of any crime or offense involving financial misconduct or fraud. AFS, nor any of our officers, or anyone acting on our behalf, has ever been indicted or otherwise charged in connection with any criminal matter arising directly or indirectly from the conduct of our business in the past or that is still pending. AFS, nor anyone exercising substantial policy discretion has been or is being indicted or otherwise charged in connection with any criminal matter involving financial misconduct or fraud. Arne rica n Facility Services, Inc, 1325 Ulion Hllllldustnal Cburt.SJlteA CA30CXl4 afire Fit<

181 Arerica11 CURRENT CONTRACTS: City of Marietta P.O. Box Lawrence Street Marietta, GA Contact: Phone: Fax: Tom Teslicka AFS provides janitorial and custodial services for over 255,500 SF of facilities. This includes the Marietta City Hall, Courthouse, Administration Building, Recreation Centers and Police Departments and Jail. Began services in May of 2007 until present. Cost of contract is $264,000 per year. City of Peachtree City 151 Willowbend Road Peachtree City, GA Contact: Phone: Angela Egan Provide custodial services for various facilities to include City Hall, Library, Public Works, Recreation Administration, Amphitheater, Gazebo and Restrooms. Started 3/10/2008 until present Cost of contract is $57,000 per year. Pinellas County Health Department 205 Dr. M.L. King Street North St. Petersburg, FL Contact: Phone: Fax: . Rick Wallace American Facility Services, Inc provides janitorial and custodial services for 6 locations for a total of 237,000 Square feet. 132S Union Hill Industrial Court. SUite 1\!\Ipharetta. C3A Office. no Fax T704?ST720

182 REFERENCES: City of Tamarac, Florida 7525 NW 88 th Ave Tamarac, FL Contact: Title: Phone: Fax: Troy Gies Budget and Contracts Manager ra Q..:9J:9 Escambia County 100 East Blount Street Pensacola, FL Contact: Title: Phone: Fax: David Wheeler Deputy Bureau Chief Pinellas County Annex Building, 6 th Floor, 400 South Fort Harrison Ave Clearwater, FL Contact: Title: Phone: Fax: Elena Weeks Pinellas County Real Estate Management Union HIli Industrial Court SUite A Aipflaretta GA Office no Fax no 475 Ti20

183 Company Profile American Facility Services Company, [nc" 1325 Union Ililllndustrial Court. Suite A, Alpharetta. GA 30004, is a SBA Certined Women Owned and operated small business. It '0. as i established in May l <)91, in order to PCrf{)rIll Janitorial Services for Private Organizations and (i()vernll1enl Agencies. under the name of' Atlanta Building Maintenance Company, Inc. In Decell1bn ()r 2007, VvC changed our company name to better renect ollr nationwide presence in the industry. We maintain the organization and our processes as they were before. /\merican Facility Services currently conducts business in the Southern United States and employs hundreds of employees. with annual sales base greater than $2(),OO(),OOO. Current clients include: Fort flood Army Base, Coca-Cola Fountain [)ivision. Georgia Departments of Transportation. Georgia pepartment of Labor. Kennesaw State University. and Columbia ChemicaL Pinellas and Fscambia Counties in Florida. As well as many city governments like. the Cit) of Marietta, CIA: Peachtree City. CiA: City of'tamarac. 1-'1 >: City of Austin, IX. American iacilily Services has establishcd a relationship with National Surety Services, Inc.. which has approved t.he performance and payment bonding \:apabilities of American Facility Sen ices to $8 Million. American Facility Services \:al1 provide Custodial/Janitorial Servi\:e, power washing, \vindow cleaning, landscaping, light maintenance, and. provide paper and plastic supplies. \Ve also provide \:lcaning of v, in dow blinds and drapes as \vell as upholstery \:Ieaning American Facility Services will provide immediate cost savings to ollr Clients. by providing supplies that arc purchased at the manufacturer's level. The services provided by American lacilit) Sl~rvices are crucial to a healthy and safe working environment j~)i' your employees. American!acilit~ Services has built an excellent relationship with many nationalrnanufactures or superb cleaning products. Through these established relationships, we have quick access to the latest and most innovative brand name equipment. tools, and supplies. We ne, er substitute pri\ ate-label products. We lise on Iy top name brand chem icals and cleaning solutions that meet strict safety requirements and pass rigid quality control standards. All j\i1sds Sheets \vill be posted in the janitorial office fix quick reference. We also lise industrial grade: top of the line equipment that assures a quality job and a long life. We operate 011 a daily basis in many different environments and \\ith different. sometimes c\)mplex cleaning needs that demand quality products. No matter what the challenge. we can meet it \\ ith our technical abilities and quality service. ()ur competitors cannot measure up to our management staff and Employees. and '0. hen compared side b) sit1\: \\ ith our nearest competitor, they fall t~h' short of our achievements Union HIli industrial Court. Suite (", Alpl1aretia G;,30004 Oftice no I:'ax El il2c)

184 American Facility Services sees itselfas one large f~lmily, The majority urour slaffare j~1i11ily members or one another or a I'riend or a friend. With our employee si/e of hundreds of people v\e expect some turnover. For the last (wo years our turn over rate has stayed arollnd 15%. In lhat 15%. an average of 2% or 3 ;() of our previolls employees return to vvork for American I acilit) Services. We currently have employees that have been with our company since we started in As slated in our Quality Control Plan, we would rather re-irain our empluyees and let them know that we really don't fire people for IT1 inor job performance problems. Rather. \ve prefer to re-train them. as a first response to problems. and save all that has been invested in that \\orker. including his or her training. seniority. and their job security. American I'(lcility Services has grown 20{Yo per year for the last five years and 'vve anticipate the same growth for the future by maintaining. monitoring and improving upon the quality of janitorial/custodial services that we provide to our clients. American Facility Services carries more insurance coverage than the industry standard due to the level orrequiremenls requested from ollr current clients, i.e. Fort Hood Arl11) Base.. lort I food. I'exas: Kennes[l\'v State College. Kennesaw. Georgia; liartsrield Jackson International Airport. Atlanta. Georgia; Sarasota Bradenton International Airport. Sarasota. Florida: Texas I-acility Commission. Austin. Texas. American lacility Services is committed to controlling quality at every level of' runctiunal and administrative activ ity. across the proiecllines. Our Quality Control Plan for the referenced solicitation has been designed to promote and maintain superior contract performance. It cumhines traditional. inspection-oriented processes with progressive, education- and trainingoriented protocols (0 f<')l"m a Total Quality Management package that will meet or exceed all cnntract requirements. One of the main objects of our Quality Control Plan is to minimi7e.lob Performance 0111 issions and Job Performance Errors in Cleaning Procedures. before they become problems to the Building Occupants. For this pruject. olir prinlar) objectives will be to ensure that on a regular and rolitine basis. all serv ices arc perl~)i"illcd: (1) On schedule and to the complete satisl~lction of our client (2) In a manner that continually improves the qual it) and timeliness or services. I uri her. all services are inspected by the Project Manager. on an unscheduled basis. and by the Supen IS()!'. on a more intense level. i\ l1lerican lac i I ity Serv ices will accept comments from any person in the F aci I it). via I-rnai I. Suggcsti()1l Box. Verbal (which is immediately 'vvritten dowl1 by our employees) and any othcr n\ cnue (1i' communication available. LQ5 Union Hili Industnal Courl. SUite (,. ;'ipi1.'lietta GA 30D04 OffiCE' Fax T704757/20

185 I American Facility Services Shops 1~)r supplies in an em)!'t ensure that we are receiving the best value for om dollar. We also hold short training meetings covering cleaning procedures and proper USL' of materials to reduce and ITlinimize the waste of materials, cleaning and paper products. We arc constantly alert for new cleaning methods and products as they appear on the Illarket. With the Client's permission, we occasionally test nevv products, ideas and materials, to slay on the cutting edge octhe industry. American lacility Serviees has made an eftorl to support all efforts in "Green" cleaning. We have full support of our primary vendors to obtain and utilize Green Certified products and equipment in conjunction with the nevvest methods to meet and exceed requirements it)r Leeds Ccrtilication. Ifobtaining l.eeds Certification for your facility is a goal that your company has establ ishee!, \\e are the best janitorial company to assist your cll()l'ts to achieve this goal. Affirmative Action Plan Americall I-acilit) Services has put in place and maintains an Affirmative Action Plan It)!': I!!I h~males I!!I Itl! Minorities [) i sabled Ve[erans Equal Employment Opportunity Policy Statement Ihis statement shall serve to confirm that American r:aeilit) Services prov ides equal oppn!'tullity for everyone regardless of age. sex. race, creed, national origin. religious perswlsiun, marital status, political beliefs, or disability that docs not prohibit pcrf(lrinance of essential job functiuns. In addition, lav"s regarding veterans' status are observed. This is rellccted in all of American Facility Services' practices regarding hiring. training. promotions. lfansll:rs. and rates of IX1). layoff. and other forms 01' compensation. All matters relating to elliplu) lyienl are based upon abilit) to perf~mll the job as well as dependabilit) and reliability once hired Urllon Hillindustfial COlIr! Suite A. Alpharetta Ci\ 3()()04 Office no 740!lo 1:l Fax no

186 Personnel Staffing Ability to Pmvide Competent Work Force rhe abilit) of American Facility Services, Inc. to mlister and maintain a competent workforce in sufficient IlUlllbl.:rs to meet the needs of our customers is beyond question. Immediatel) upon notification of contract a,'liard, AFS would immediately fill all positiolls required. Our criteria for all experienced individual are two or more years in the janitorial field. A/I individuals must by versatile and able 10 take direction and instructions: Must be able to communicate, both in writing and orally, in t1w English language; Must be a U.S. Citizens or posses an Alien registration receipt card form 1051 and be legally able to work in the United States. I-verify concirmation octhe documentation prescnted by an applicant is performed. as \\1..'11 as personal and previous employment reference checks. After ail the above is verified to our satisf:lctioll. AFS \\ ill require all ne\\ hires to undergo a background check including fingerprinting. Any additional checks required by our clients will be conducted \\ ilb results available as required. Ability to P,"o"ide Back Up Personnel AIS intends to create a project specific rile of local backup personnel. These additional resources \\ ii/be III a i nta i ned in our management office and V\ i /I allow us to swi ttly respond to personne I rcquirements. ()ualifications of backup personnel will be at least equal to those requirements outlined above, All backup personnel will go through our intense hiring proccdures. AFS intends to maintain a file or backup personnel for this project. \\hich contains. at a minil11urn. 1\\0 personnel for the contract. These 1\\0 candidates will be designated as the "Prima!')" and Alternate". The personnel records in this file will be reviewed at least quarterly to verify qualifications and availability of personnel. Updates to the backup personnel will be rnade Oil an as needed basis as determined during the quarterly reviews. Employee Turnover AI'S sees itselfas one large family. Ihe majority of our staff'is t~linily members ocone another or a friend or a friend. With our emplo)ee size of around 500 people. we expect turn over. For the last 1\\ () \ ears our turn over rate has su:l\ed around 15%. In that 15%), an average of 2<>;0 to 3% return to-v\urk Cor AI'S, \Ve currently I;ave employee that have been with our compan) since we startcd in We fed the biggest reasun American Facility Services, Inc. has had such Sllccess \\ ith ils personnel is olir fair and honest treatment of all employees. Compensation Plan American lacility Services.. Inc. Llses the pay scale equivalent to the job title! pert()l'l11anct' rcqllirelllcllt~ in the local area. Minimulll \VagI..' requiremellls are also met. Compensation is

187 flaul alaarded h) position and performance of the individual. Most cleaners and floor vvorkers are paid by the hour. Our Managernellt employees are salaried. All employees hme opportunity to advance and are given feedback on positive ef/(\l ts and in areas needing improvement. 110\\ ensure competent & motivated employees'? Our h iri ng cri [eria and management sty Ie arc how \;\;e ensure competent and motivated cmployces. We pnl\ide job specific and cleaning in general training at different levels. We pro\; ide quarterly company outings. We fund annual Iloliday parties for entire staff. We always acknowledge and celebrate individual's Birthdays including luncheons and cakes. In the Atlanta office. we PW\; ide tickets to professional sports events and group outings to many events. American I'Hcilit) Services. Inc. maintains a "f~mlily-like" atmosphere for OLlr company. We treat all el11plo) ees jairly and v,jth res()l:ct. Pilf(~I'age of Items and Vandalism: American hlcilit) Services. Inc. 1,.\ ill emphasize to all personnel on this contract the importance of maintaining the highest level of integrity while in your facilities. 'rhis follows our Codc of Conduct. \\ hich <ill employees arc provided and must sign before starting employment. Supcnisors and the Project Manager vvill bt~ responsible to enforce this rule and ensure it is j'oll()\\cd propcrly. /\FS \;\ ill be responsible for any items that are broken by our ernplo) ees. /\Iso, ius has Fidelit) Bond insurance coverage for employee theft, \;,hich is in place to cover all cmplo) ccs and contracts. All AI'S employees an: subject to have a complete background check cornpleted prior tn working for our company on an) property.

188 I TRANSITION / Implementation MANAGEMENT PLAN Transition to a New Contractor Start lip alld transition to a!lew contractor ean be a dilficult undertaking. but American Facility Services has been successful in smooth transitions ill mally areas. The first step \\ill include. but \vill not be limited to the follo\ving: Receive Contract Award Sign (\mtract Meet \\ ith Contracting OtTicer and SUPPol1ing Staff Procced \\ ith staffing Submit to Contracting Officer a detailed list of Equipmcnt. ('helllicals and Paper Products to be lised Order unifc1rills linali/c all personnel: verify all required doeulllcntation and checks have been completed Complete all required documentation Irain Personnel III Obtain Secmit) Codes and Information i"rorn Contracting Of Ticer SCI up deli\ CI) of all supplies linall ra ining Your Customized System American lacility Services \\ill provide an orientation session f()r all current and ne\\ :;en icc i\orkers and sllpenisors to introduce them to ollr company and excite them about joining the American lacilit) Sen ices teal11. tollo\\ ing this orientation scssion. and within the first two weeks after \\e assllme control or the contract. all employees \\ill be given cleaning procedure classes. salet) training and hazardous waste training. rhe Project rvlanager vvill prepare the cleaning schedules for tasks outside the dad) requirements. Log lorn1s and Inspection Forms will bc reviewed vvith the Supervisors and cleaning crew and implemented j~)r use.

189 ~._._._.~ ",_" _ ~- ~---~- ~ " _ _ _. ' ~~ m ~ ~ ~ _._~ '" lca11 Corporate Organizational Structure Headquarters Location: 1325 Union Hill Industrial Court Suite A Alpharetta, GA Phone: Fax: Website: Kevin McCann, President Cell ~!"~~=~!.9";'~!!.!ll~Ul & Rhonda McCann. Corp. Secretary, KmccanrliQlamracwty.com Harold Angel, Vice President Cell Account Managers 1"--"- Project Managers '-._..._--.-._-_.... _-- Matthew Mullins Special Floor \ivork Mark Thompson Florida Accounts Georgia Accounts Account Executtve New Sales Oscar Pavon Alabama Accounts Georgia Accounts Account Executive - New Sales Malcolm Hammonds Georgia Carolinas and Virginia.Accounts Atlanta Public Schools Malcolm Hammonds Eduardo Torres Chip Newport Project Manager: Eduardo Torres Chip Newport Virginia & Georgia Accounts Ahmad Kahn Texas Accounts Austin, Texas Office Operations Managers Chris Davis Fort Hood Army Base Account Temple College Jim Trifanoff Sarasota Bradenton Inti Airport Account Matt Muf!ins Suffolk, VA Project Manager: Calvin Sanders Thomas County Schools Project Manager: Sydney Perry Office I Support Staff. l....~" _. _ ~------~~ ~---~----~--~ ; Teresa Lantz tiantz@amtaciiitv.cem Responsible for Human Resources. Payroll and all Accounting functions. Donna Swafford dswafford@amfacility.cmn Director of Purchasing Responsible for Equipment and Cleaning! Paper Inventory and deliveries of supplies. Celi Phones and Insurance Virginia Staffanell Business Development Responsible for formal Proposals. Contracts. including Bonds and Insurance. Office Manager Responsible for short proposals. and general administrative functions Customer Support

190 SE}{\f(IS. Emergency and Office Contacts Kevin McCann - Owner Operations T earn Leader Office (770) X202 Rhonda McCann- Owner Administrative Team Leader Office (770) X212 Harold Angel - Director of Operations Office (770) X204 Cell (770) Teresa Lantz -- Administrator / Accounting Office: (770) X203 Mark Thompson Office: (770) X209 Cell (770) Donna Swafford - Purchasing Office (770) X210 Ahmad Khan - Project Manager Cell (512) Virginia Staffanell- Proposals & Contracts Office (770) X208 Malcolm Hammonds - Account Manager Office (770) Cell (770) Anita Sweet - Office Manager Office (770) " Oscar Pavon - Account Manager Office (770) X 205 Cell (770) Chris Davis - Project Manager (254) Matt Mullins - Account Manager Floor Technician Office: (770) X207 Cell (770) Sidney Perry - Project Manager Cell (229) Calvin Sanders - Project Manager Cell (757) [.:llease note addressesfollowfollowingformatfirstinitiallastname@arnfacility.com American F-acility Services. Inc LhIOtll'-llllndustrial Cburt.8.l!te A mlcb ~a><

191 Executive Summary Anh?rican iacility Services Company. Inc, 1325 Union llill Industrial Court. Suite A, Alpharetta. CiA 3()(){J 1. i~ a SBA Certified Women O\\lwd and operated slllall business. It \vas established in Ma) ill llrlkr to pcrrorm Janitorial Services for Private Organizations and (iovernment Agencies. American lacilit) Services is a Sub Chapter S Corporation registered in the state orc;eorgia and is h:lsed ina Iiallta. As a Suh-Chapter S Corporat ion. the stockholders are personall;. responsi hie for al I liabilitics. til:-.es. etc. /\Iso. all profits are taxed as personal incorne. American Facilit) Services cliltel1tl) conducts business in the Southern United States and l'lllploys Iltilldreds ofel1lplo)ees. \vitli annllal sak.s base greater than $20, Current clients include: (if 'Nind\\arli. IRS Martinsburg Computing Center. Fort Hood Arl11) Rase, Coca-Cola Fountain Division. (.eorgia r )epartm~nt of Transportation. (i~orgia Department or I,aboI'. l(el1l1csa\\ State Universit), (i~('rgia L~lIilding Authority. and Home Depot Ileadquarters. /\mcl'iciln Facilit) Service:, has established a relationship \\itb National Surety Services. Inc.. \vhieh has apprm cd thc performance and pay IllCllt bonding capabi Iii ies or Americall Faci lit} Services to $8 rvlillion. Amcrican I'acilit~ Services call provide Custodial/Janitorial Service. POWCl washing. \\-inl/t)\\ ckaning. landscaping. light maintenance. and vve can provide paper supplies and plastic supplies. Arncrinlll Facilit) Services \\ ill provide immediate cost savings to our Clients. by providing supplies lhilt arc purchased at the manuracturer's level. The service:, provided b) American lacilit) Services arc nllcialto a healthy and safe working environment for your employees. AI1lL'ril.~an laeilit) Services has built an e:-.:cellenl relationship \\ith lmlll) nationalillanui'acturcs of :;uj1c:rh cleaning. products. Through these established relationships. we have quick access to the latest and ll1o:;t innovative brand name equipment, tools. and supplies. \\I.~ Il\.~\er ~ub~titute private-label products. We usc olll) lop name brand chemicals and cleaning ~()lliliolls thalmce! strict saret) reqllirements and pass rigid qualit) control standard'>. ;\11 MSDS Sileet"> \\ill bl' poskd in thejanitnrial ofllce for quick reference. We also lise industrial grade: top of tile line equipillcilt that assures a quality job and a long lire. We operate on a daily basis in many dirccrent I'nvirolllllcnh - and with different. sometimes complex cleaning needs that demand quality products. No mallei' \\hal the challenge. v\ie can meet it \\ ith our technical abilities and quality service. Our competitors cannot measure lip to our management starr and I.mployees. and \\ hen compared side b> sick \1 it II nur 11t'arest competitor. they hill till' short of ollr achievements. /\llll'rican Facilit) Sl'l'vices sees itselfas one large 1~1I11ily. lhe majority of our staltare ramil:. members oi'()lll' allot her or il n'icm) ora i'riend. With our emplo)ee siz\~ 01 hundreds oi'peopie \\c e:\pcct some tuj'l)(),er. I.'or the last 1\\0 )cars Our turn over rate has stayed around 15%. In that 15'1'0 an avcrage of

192 2(~o to 3% of our previous employees return to vvork for I\merican Facility Services. We currently have employees that have been \\Ilh our company since we started in I\s stated in our (juality COlltrol 1'1 an. \\l~.\\oul d rather re-trai n our em ployees and let them kncm that we real I y doil't t1 re peopk fill' Illinorjob performance probkms. Rather \lie prefer to re-train them. as a first response to problems. and,>ave all that has been invested in that worker. including his or her training. seniority. and their job securit~. Amcrican Facility Services has gro\\n 20% per year for the last five years and \\e anticipate the same gj'(l\\ til for the future by maintaining. Illonitoring and improving upon the quality ofjanitori<ll!cllstoclial sell ice''' that We' providc to our clieills. ;\mcrican Facilit) Services carries Illore coverage than the industry standard due to the level or requirement;; requested li'om Otlr current clients. i.e. Internal Revenue Service Martinshlll'g Computing Center. I<ernersville. V A; lort Hood Army Base. Fort Hood. Texas:. Hume Depot World llcadquarters. Atlanta. (j;\: among others. American hlcilit) Services. Illc. is col11l1littedlo controlling quality at evel) level or full('tional alld administrative activit). across the proj<,:cllines. Our Qualit) Control Plan for the referenced solicitation I](J:, been designed to promote and maintain superior contract perrormance. It combines traditiollal. inspection-oriented processes \\ ilh progressive. edueation- and training-oriented protocols to 1(li'l11 a lowl (jual it) Management package that \\ i II meet or exceed ail contract requiremcnts. Onc or the main objects nfour Quality Control Plan i~ to minimize.job Perf(mTIClI1ce Omissiolls and Job Performance Irrors in ('leaning Procedures. before they become prnblell1s to the Huiklillg Occupant:,. lor this project. Ollr primary objectives \\ill be 1.0 ensllre that 011 a regular and routine basis. all services mc perl~lrllled: ( I ) On schedule and to the complete satisfaction or OLlr client. 1\11 \'vork,\ill be ill accordance \,iih all l1laillkllance schedules. general requirements. lerms. conditions and specifications contained in the bid due Ullll'llls. (2) In a manller that continually improves the qualil) and timeliness of services. lurtlh~r. all services arc inspected b) the Project Manager. on an unscheduled basis. and by the Sliper, j-;ol'. 011 a 1l101'e intense level.

193 ~\I(F.. Section 2 RFP Attachments Attachment #1 Public Entity Crimes and Conflicts of Interest Affidavit Attachment # 2 Drug Free Workplace Attachment # 3 No Conflict of Interest/Non Collusion Affidavit Attachment # 4 Acknowledgement and Conformance with OSHA standards 132ti Union Hill Industrial Court. SUite A Alpharetta, GA Offlce7?O Fax

194 ATTACHMENT #1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST &2 Janitorial Services RFP#PW I Pursuant to the provisions of Paragraph (2) (a) of Section , 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 , Florida Statutes, fol- thirty six (36) months from the date of being placed on the convicted vendor list". The awar'd of any contract hereunder is subject to the provisions of Chapter I 12, 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 (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.,,-_o f_s_~o l:..j_t_h M_i_a_rr_li.._.. [print name of the public entity] Kevin McCann President [print individual's name and title] for American Services. Inc [print name of entity submitting sworn statement] whose business address is 1 Union Hill Industrial Ct., Suite A.. Alptlaretta_,_ 3000: and (if applicable) its Federal Employer Identification Number (FEIN) is _~19~ (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. I understand that a "public entity crime" as defined in Paragraph (I )(g), florida Statutes, means a violation of any state or' federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to. any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion. racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined 111 Paragraph (I )(b), florida Sta..tutes, means a finding of guilt or a conviction of a public entity crime, with or 35

195 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. I understand that an "affiliate" as defined in Paragraph (I )(a), Florida...$!:atl!jg~, 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 ann'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 pr'eceding 36 months shall be considered an affiliate. 5, I understand that a "person" as defined in Paragraph (I )(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 pt-ovision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders. employees, members, and agents who are active in management of an entity. 6. Based on information and belief. the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] X. Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, not' any affiliate of the entity has been charged with and convicted of a public entity crirne subsequent to July I 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 critne subsequent to July I, 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, Howevet-, 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 inter-est to place the entity submitting this sworn statement on the convicted vendor list. {attach a copy of the final order.] 36

196 Continuation of Attachment #2 Public Entity Crimes and C()n~icts 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_TyENTEI}i'NG INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PI)rz>YIDED/IN SECTION FLORIDA STATUTES, FOR CATEGORY TWO OF./>,ANY Ci;lANGE IN THE INFORMATION CONTAINED IN THIS FORM.. df:</ / Sworn to and subscribed before rne this x Personally known or Produced identification Notary Public - State of..._... =......_..._..._... (Type of identification) Form PUR 7068 (Rev.06/11/92) My commission expires _l!~)3/_20_1?_..._ I) (Printed. typed or stamped commissioned narne of notary public) I:~! ~ / / I I / \ / rjl / / (I I) / / L! [/ 37

197 - ATTACHMENT #2 DRUG FREE WORKPLACE & Janitorial Services RFP #PW I 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 conn-actual services. a Bid received from a business that certifies that it has implemented a drug-free wot-kplace program shall be given preference in the award process, Established procedtwes 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 (I). 4. In the statement specified in Subsection (I). 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 aft.er 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-fre,e' workplace through implementation of this section. / / / As the person authorized to sign the statement. I certip/that thisl(;m complies fully with the above requirements. /'// PR~~~aSt~~~~~~. / PI-int Name: /:/ / Ke n McCann Date: August 20, 2012 '

198 ATTACHMENT #3 No CONFLICT OF INTEREST/NoN-COLLUSION - CERTIFICATION 12 3 & J. L :ei : Janitorial Services RFP #PW I Submitted this -_. 29tr1. dayof August _.._------_ 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 per-formance of all requirements to which the response/submission pertains. The Bidder-/Proposer states that this response is based upon the documents identified by the following number-: Bid/RFP The full-names and residences of persons and firms interested in the foregoing bid/proposal, as principals. are as follows: Name Street Address City State Zip Kevin McCann Whitestone Suwanee I ~ t ~ / Rhonda Whitestone Ln Suwanee GA ~;r - The Bidder/Proposer further- cer-tifies that this response/submjs~ion complies with section 4(c) of the Charter of the City of Miami, Florida. that. to the best of i.!i-sl'knowle,slge and belief. no Commissioner, Mayor, or other officer or employee of the CITY has an)j::iterest d~ctly or indirectly in the profits or emoluments of the Contract, job, work or service tofw,)ik':h the r~ponse/submission pertains. Signature: /:f~(~/ /..? Printed NJ: Kevin McCann.' i J Title: President Telephone: "1" Company Name American, Inc _--_._ ,, _..- 39

199 ATTACHMENT #4 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS t2 ~ janitorial Services RFP#PW I TO THE CITY OF SOUTH MIAMI We, ~_rn~tic;an ci!l!y.j?~rvcies~. (Name of Contractor), hel-eby acknowledge and agree that as Contractors for the Janitorial Services RFP, as specified have the sole responsibility foi" compliance with all the I"equirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): To be determined if we hire Sub-contractors to comply with such act or regulation. CONTRACTOR a.j~ (w~ ~ "--- Witness BY:./ /,/Ma";~e President Title Ei~lllJJsJ;~Q,(;Q M elj:te,.5j~n. &get!,,!_~r\ltjjl$_eqe_i'1.ma Y D ISQlJAL!f::C,'CQVILBJ;.SPONSE 41

200 Continuation of Attachment #4No Con~ict of inter/non-collusion Certification NOTARY PUBLIC: STATE OF COUNTY OF GEORGIA FULTON The foregoing instrument was acknowledged before me this _.201tL_ day of -,-"~":-,,,,,,~_,,, 20 ~ by ' J<esjIUylc(''''---~flIl (name of person whose signature is being notat-ized) who is X Personally known to me, or Personal identification: SEAL Type of Identification Produced X Did take an oath, or.qid Not take an oath, ;l/j~~--~~ /1 me }':If N~ry Public: Print, Stamp //. r; tyjif~ ~/c~mmissioned.) I, / ~./'/' FAILUI~IJO COMPLU..E, SIGN, & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 40

201 Section 3 Price Proposal Sheet Price Proposal Sheet '325 Union Hill Indusirial COUIt. SUIte A. Alpharetta C,A Office F,lX no 47S

202 ADDENDUM#I REVISED PRICE PROPOSAL SHEET; AUGUST 16, 2012 Janitorial Services RFP #PW I Proposers must include the!!~yise(lfxl5;!lpe::qp-qsal~h~~:t with their subrnlttal Failure co do so will I-ender YOUI propos;)1 non-responsive and will be I-ejecred from furthel- consideration. Year 1 (12 Months) Year 2. (12 Months) Year.3 (12 Months) TOTALS t:t~~!:l~~~rt.moi1~h Iy~ ~ $587 PRICE PROPOSAL SHEET hill!tt::ru Seryil::es Monthly E~g ~ll O~!:l~r h9catim]~.monthly:j::~!; Is)t~l.Mm:lt.hly Anl1lJ~.! Amo~ll~ $53AOO IT SHAll BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFiC SOl.ICITATION.

203 THE MIAMI HERALD I MiamiHerald,com MOTORS US-1 & South Street in Miami southmotors.com DCL5'4 SE SUNDAY, SEPTEMBE~,}3, 2012 I 11SE CITY OF SOUTH MIAMI COURTESY NOTICE NOTICE IS HEREBY given that the City Commission of the City of South Miami, Florida will conduct Public Hearing(s) at its regular City Commission meeting scheduled for Tuesday, October 2, 2012, beginning at 7:30 p.m., in the City Commission Chambers, 6130 Sunset Drive, to consider the following item(s): ( An Ordinance amending the City's Land Development Code, Section , titled "Zoning Use Districts and Purposes" so as to create a new zoning district titled "Religious" and to define the district. An Ordinance amending the City's Land Development Code, Section (D), Permitted use schedule to create a category for religious uses titled "Religious" and zoning abbreviation for this zoning district with the letter "R" and to establish the areas of permitted use by right and permitted special use for this type of use. An Ordinance amending the City's Land Development Code, Section , Special use conditions, creating a new zoning category titled "Religious". An Ordinance amending the official zoning map from Public Institutional "PI" to Religious "R" for properties located at 6781 Sunset Drive, and 6750 Sunset Drive. An Ordinance of the City of South Miami, amending Section 8A-4.1 titled "Reserved", re-titling it as "Prohibited Commission Actions", and prohibiting a commission member from making certain representations in his or her official capacity, A Resolution relating to a request pursuant to Section of the Land Development Code for Special Use Approval to locate an automobile repair and body shop at 5780 SW 68th Street, within the TODD U-4 (Transit Oriented Development District - Light Industrial) zoning district. A Resolution relating to a request for a variance of 1 O-feet from Section (E) of the Land Development Code, to allow 50 feet of frontage where 60 feet is required, and to allow 5,875 square feet where 6,000 is required on property located at 6487 SW 60th Avenue, South Miami Florida, within the RS-4 zoning district; to permit the construction of a new one-story, LEED (silver) affordable single family residence within the City's Community Redevelopment Area. A Resolution authorizing the City Manager to enter into a three-year agreemenl\ with Kelly Janitorial Systems, Inc. for janitorial services as required by the City. ) ALL interested parties are invited to attend and will be heard. For further information, please contact the City Clerk's Office at: Maria M. Menendez, CMC City Clerk Pursuant to Florida Statutes 286,0105, the City hereby advises the public that if a person decides to appeal any decision made by this Board, Agency or Commission with respect to any matter considered at its meeting or hearing, he or she will need a record of the proceedings, and that for such purpose, affected person may need to ensure that a verbatim record of the proceedings is made which record includes the testimony and evidence upon which the appeal is to be based, Yaffe Realty I N T ERN A T ION A L 191 ST-Sl,Iit.e8()4 A"'E~TURA(3.o.~} 46f}-1804 Need to sell your Property FAST, Call us today!! MIAMIBCH Panoramic view@ THE GRAND 3/3 1750,260 NMIAMIBC Auto Body & Paint Shop $220,000 SUNNYISL Spectacular Condo at Ocean 4, ,000 HALLANDLE Remodeled Penthouse {/waterview $ SURFSIDE 4/3 SINGLE FAMILY HOME WI 2232SF $699,000 NMIAMIBC 312 Townhouse '06 Construction $170,000 SUNNYISL Incredible Ocean View at Marenas Resort 1630,000 NMIAMIBC 2J2 Condo In A Renovated Bldg $159,900 MIAMI 2f2. Condo on Skyline on Brickell 14BO,000 NBAYVLGE 111 Condo, Low Main!, Great Inv, $149,000 AVENTURA EASTSIDE AT AVENTURA 3/3 $450,000 CUTLER BAY 312 House Built In 2005 $149,000 MIAMI State of The Art Building in Downtown!!! $440,000 GREENACR Single Family House 11,500 + SI $140,000 AVENTURA 212 Tolally remodeled in ALAQUA $439,000 NMIAMIBC Two Story Town House 2/1 $135,000 AVENTURA ON 16TH FLOOR WITH AMAZING VIEW 1399,000 HALLANDLE 2J2 Condo In Paradise!!! 1125,000 HALLANDLE Luxury Condo 212 for SALE - Golf V~w! 1375,000 MIAMI Single Family House 3/1 $ DORAL 312,5 SINGLE FAMILY HOUSE ON A LAKE 1370,000 MIAMIBCH Remodeled Studio, Walk To The Beach $120,000 MIAMI Great House with sf 1365,000 PLANTATION 212 Fully Renovaled Condo 1119,500 AVENTURA Highnse Condo ,000 MIAMIGAR 212 Condo /I Greal Opportunity $100,000 MIAMI INFINI1Y AT BRICKELL!! OCEAN VIEW $2BO,OOO NMIAMIBC 2!2 Condo WI Panoramic Views $89,000 BALHARBR 212 al Belmonl Condo $245,000 MIAMIBCH Studio 1/ Walk To The Beach $99,000

204 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami-Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared V. REYNOSO, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review flk/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami-Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI PUBLIC HEARING - OCTOBER 2, 2012 in the XXXX Court, was published in said newspaper in the issues of 09/21/2012 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami-Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami-Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami-Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing this advertisement for publication in the said new,:v. ~ Sworn to and subscribed before me this (SEAL) V. REYNOSO personally known to me.~~'~f. B. THOMAS f j,wi CommIssIon # DO ~~ ~I Expfres November 2,2013 ", 'Sontf3(IThtufmY.FGlnlnsut:.nce800.3.\S-7019

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY Vendors: Lee County is requesting quotes for janitorial service for the Detar Facility located at 5180

More information

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS 1 City Of Hammond Purchasing Department JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS Proposals Shall Be Received by the Purchasing Department, 310 East

More information

The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services

The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services Legal Notice The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services The City of South Euclid will receive requests for proposals (RFP) for Municipal Complex Cleaning

More information

May 22, Dear Proposed Vendor:

May 22, Dear Proposed Vendor: REQUEST FOR QUOTES FOR JANITORIAL SERVICES FOR THE CITY OF LANCASTER MAINTENANCE YARD FACILITIES QUOTE NO: 664-17 (QUOTES WILL NOT BE OPENED AND READ PUBLICLY) May 22, 2017 Dear Proposed Vendor: The City

More information

INVITATION TO BID JANITORIAL SERVICES

INVITATION TO BID JANITORIAL SERVICES INVITATION TO BID JANITORIAL SERVICES Bid Advertised: May 4, 2016 Date of Issue: May 11, 2016 Pre-bid Meeting & Building Tour: May 23, 2016 (10 am) Bids Due: June 7, 2016 Time: 5:00 pm Issued By: Cabarrus

More information

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK INFORMAL TELEPHONE QUOTATION NO.: IT130110 LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK Vendors: Lee County is requesting quotes for restroom cleaning service for

More information

City of El Centro Park & Recreation Division

City of El Centro Park & Recreation Division City of El Centro Park & Recreation Division REQUEST FOR PROPOSALS ROUTINE JANITORIAL MAINTENANCE OF CITY OF EL CENTRO COMMUNITY CENTER, OLD POST OFFICE PAVILION AND ADULT CENTER Proposals Due: March 15,

More information

TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT REQUEST FOR PROPOSALS FOR CLEANING SERVICES

TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT REQUEST FOR PROPOSALS FOR CLEANING SERVICES TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT 06498 REQUEST FOR PROPOSALS FOR CLEANING SERVICES Project Number: 3141 Document Length: 14 pages Issue Date: March 2, 2018 Due Date: March

More information

Request for Proposals

Request for Proposals Request for Proposals For Janitorial Services at the Prince William Workforce Center in Woodbridge, Virginia ADVERTISED: February 19, 2015 DUE: March 20, 2015 5:00 p.m. (EST) The SkillSource Group, Inc.

More information

Middlesex County College Edison, New Jersey

Middlesex County College Edison, New Jersey Background Middlesex County College Edison, New Jersey 08818-3050 Scope of Work Janitorial Cleaning Services New Brunswick Center 140 New Street, New Brunswick NJ Bid # 16-11 The New Brunswick Center located

More information

Janitorial Services Salem District Court House Sealed Bid Town of Salem. July 2018

Janitorial Services Salem District Court House Sealed Bid Town of Salem. July 2018 Janitorial Services Salem District Court House Sealed Bid 2018-025 Town of Salem July 2018 SALEM PURCHASING Christine Wholley Purchasing Agent 603-890-2090 fax 603-890-2091 cawholley@salemnh.gov Christopher

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

REQUEST FOR QUOTES FOR JANITORIAL SERVICES

REQUEST FOR QUOTES FOR JANITORIAL SERVICES REQUEST FOR QUOTES FOR JANITORIAL SERVICES Issue Date: March 23, 2015 Quotes Due: April 17, 2015, 5 p.m. PST Send Quotes to: Leslie Cayton (5 hardcopies + City of Temple City 1 digital copy) Parks and

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

County of Siskiyou Department of General Services

County of Siskiyou Department of General Services County of Siskiyou Department of General Services REQUEST FOR BIDS (RFB) # 18-002: THREE YEAR CONTRACT (7/1/2018-06/30/2021) FOR JANITORAL SERVICES FOR THE SISKIYOU COUNTY TRANSIT CENTER 190 GREENHORN

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY Skokie Public Library is requesting proposals for a contract for the provision of cleaning services for a 133,190 square

More information

Building Maintenance Proposal ACLC

Building Maintenance Proposal ACLC Building Maintenance Proposal June 8, 2016 Patti Wilczek Alameda, CA 94501 Dear Patti: We are pleased to have you as a potential client at Anago, and are confident we can be an affordable service to you.

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

This ITB is also available on the CEMCO website under the Community Tab:

This ITB is also available on the CEMCO website under the Community Tab: INVITATION TO BID Janitorial Services ITB# 2017-01 Coastal Empire Montessori Charter School, CEMCO, acting by and through its Board of Trustees, is requesting qualified persons, firms, partnerships, corporations,

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

THIS IS NOT AN ORDER! REQUEST FOR QUOTATION

THIS IS NOT AN ORDER! REQUEST FOR QUOTATION 3000 NW 83 rd Street Gainesville, Fl 32606 THIS IS NOT AN ORDER! Contact Name: Tyffany Wishart Tyffany.wishart@sfcollege.edu Phone: 352-395-5217 RETURN FAX NUMBER: 352-381-3720 Department: Purchasing Submit

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

c. Contractor s employees will have a good personal appearance at all times.

c. Contractor s employees will have a good personal appearance at all times. SCPDC FACILITIES JANITORIAL/MAINTENANCE SERVICES SPECIFICATIONS 1. LICENSE Contractor is a duly licensed and bonded firm with the State of Louisiana dispensing and using the various cleaning products necessary

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

Citylink Bus Maintenance Facility Janitorial Services

Citylink Bus Maintenance Facility Janitorial Services Invitation to Bid Citylink Bus Maintenance Facility Janitorial Services Project No. ID-2016-012-00, 2014-2015 Tribal Transit Program Bids will be received by the Citylink Public Transit System at the Citylink

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

CITY OF BURIEN, WASHINGTON

CITY OF BURIEN, WASHINGTON CITY OF BURIEN, WASHINGTON REQUEST FOR PROPOSALS (RFP) FOR JANITORIAL SERVICES Bid Proposals due Monday, November 21, 2011 @ 1:00pm Burien Community Center Reception Desk 14700 6 th Ave SW Burien, WA 98166

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

Purchasing Department, Room A College Rd. Key West, FL (305) , Fax (305)

Purchasing Department, Room A College Rd. Key West, FL (305) , Fax (305) Purchasing Department, Room A116 5901 College Rd. Key West, FL 33040 (305)809-3184, Fax (305)292-5163 To: All Bidders From: Doug Pryor, Purchasing Director Subject: Invitation to Bid: # 2017-03 Bid Title:

More information

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late

More information

COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM

COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM REQUEST FOR PROPOSAL FOR COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM at the SULLIVAN COUNTY GOVERNMENTER CENTER 100 NORTH ST., MONTICELLO, NY 12701 Issued by: Sullivan County Purchasing

More information

Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid)

Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid) One Technology Court, Montgomery, Alabama 36116 Telephone: 334-242-4158 Ed Castile Director Don Carson Business Manager Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid) Mandatory

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

BHP Project IFB #

BHP Project IFB # BOULDER HOUSING PARTNERS INVITATION FOR BIDS Capital Improvement Program BHP Arapahoe East Apartments Exterior Envelope Renovation including Siding Replacement, Window and Trim Replacement, Stair Tower

More information

CONTRACTED CLEANING

CONTRACTED CLEANING REQUEST FOR QUOTE FOR CONTRACTED CLEANING 2016-2018 Madison, Wisconsin September, 2015 REQUEST FOR QUOTE MADISON METROPOLITAN SEWERAGE DISTRICT Contracted Cleaning 2016-2018 The Madison Metropolitan Sewerage

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE CITY OF ROCKLEDGE REQUEST FOR PROPOSALS City of Rockledge Classification and Compensation Study RESPONSES ARE DUE BY February 5, 2016 at 4PM EST MAIL OR DELIVER RESPONSES TO: ATT: Corey Harris, HR Coordinator

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP 2019-001 THIS IS NOT AN ORDER PROJECT REQUEST NUMBER: RFP 2019-001 DATE OF INVITATION: APRIL 4, 2019 PROPOSALS WILL BE

More information

REQUEST FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT

REQUEST FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT The City of Kewanee is seeking an independent contractor to contract with for provision of janitorial services at Kewanee City Hall

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

INVITATION TO BID FOR JANITORIAL SERVICES

INVITATION TO BID FOR JANITORIAL SERVICES INVITATION TO BID FOR JANITORIAL SERVICES Issue Date: August 1, 2017 Bids Due: August 30, 2017 2 p.m. EST Send Bids to: Hazel Figueroa (3 hardcopies + Loxahatchee River Environmental Control District 1

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES

REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES You are hereby invited to submit proposals for Cleaning Services for the term beginning January 1,

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

La Grange Public Library Request for Proposal For Cleaning Services

La Grange Public Library Request for Proposal For Cleaning Services La Grange Public Library Request for Proposal For Cleaning Services Submit all questions by December 19, 2016 at 5:00pm CST Please return all Proposals by December 27, 2016 at 5:00pm CST to: Jeannie Dilger,

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m. PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

City of Mason. Request for Proposals for Janitorial Services. Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the:

City of Mason. Request for Proposals for Janitorial Services. Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the: City of Mason Request for Proposals for Janitorial Services Proposals Due: May 7, 2010 10:00 a.m. Proposals shall be delivered to the: City of Mason Clerk s Department 201 W. Ash Street Mason, Michigan

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

INVITATION TO BID: APARTMENT CLEANING

INVITATION TO BID: APARTMENT CLEANING PREPARED BY: MAINTENANCE SUPERVISOR LAWRENCEVILLE HOUSING AUTHORITY 502 GLENN EDGE DRIVE LAWRENCEVILLE, GA30046 INVITATION TO BID: APARTMENT CLEANING August 8, 2017 pg. 1 TABLE OF CONTENTS INVITATION TO

More information

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017 City of O Fallon Document Scanning Request for Proposals #17-056 CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER 17-056 DOCUMENT SCANNING September 15, 2017 INCLUDED ARE: Proposal Instructions

More information

QUOTATIONS FOR SMALL PURCHASE (QSP) No JS WM/MO Professional Janitorial Services

QUOTATIONS FOR SMALL PURCHASE (QSP) No JS WM/MO Professional Janitorial Services QUOTATIONS FOR SMALL PURCHASE (QSP) No. 2018-12JS WM/MO Professional Janitorial Services QSP Document Table of Contents [Table No. 1] Section Description Page Introduction 2 QSP Information at a Glance

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from individuals or firms licensed in the State

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

More information

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT SMALL WORKS ROSTER PUBLIC WORKS CONTRACT Between: Project: Commencing: Tenninating: Amount: City of Newcastle and Cascadian Building Maintenance City Hall/ Lake Boren Park Janitorial Service January, 2012

More information