HomeMy WebLinkAbout2010-034 .��all4ifl
aim - 084
FIRST AMENDMENT TO CUSTODIAL SERVICES AGREEMENT
This First Amendment to Custodial Services Agreement (" First Amendment" ) ("Agreement" )
is entered into effective February 2 , 2010 , by and between Indian River County , a political
subdivision of the State of Florida , 1801 27th Street , Vero Beach , FL 32960 (" County" ) and
Heveron Group , Inc. , a Florida corporation , having a principal place of business at 1872
Commerce Avenue , Suite A , Vero Beach , FL 32960 , d/b/a Beachland Cleaning Service
(" Contractor ' ) .
BACKGROUND RECITALS
A . Effective January 20 , 2009 , the County and the Contractor entered into the Custodial
Services Agreement .
B . The County and the Contractor desire to amend the Agreement by extending the contract
for services a period of one year in accordance with the provisions of the Agreement , as set forth in
this First Amendment .
NOW THEREFORE , for good and valuable consideration , the receipt and sufficiency of
which is hereby acknowledged , the parties hereto , intending to be legally bound , covenant and
agree to amend the Custodial Services Agreement as follows :
1 . The background recitals are true and correct and form a material part of this Fourth
Amendment .
2 . From and after the effective date of this First Amendment , the Services set forth on
Exhibit "A" to the Agreement are extended from February 3 , 2010 through January 31 , 2011 , at the
same compensation as set forth on Exhibit " B" attached hereto and incorporated by reference in its
entirety .
3 . All terms and conditions of the Agreement not amended herein remain in full force
and effect .
IN WITNESS WHEREOF , the County and the Contractor have caused this Third
Amendment to be signed by their respective duly authorized officers as of the day and year first
stated above .
Contr UP , INC . INDIAN RIVER COUNTY
BOARD OF COUNTY COMMISSIONERS
BB
Y Y
as C . H veron , III , President Peter D . O ' Bryan Chairman
AID ved : Approved as to form and legal sufficiency :
B By �G� 1
Jo ph A. Oird 41 William G . Collins , II
unty Administrator County Attorney
EXHIBIT "A"
Services ; Description of Contractor Requirements , Responsibilities , and Equipment
Contractor Requirements
1 ) The Contractor must have been in the commercial custodial business for at least three ( 3 )
continuous years prior to the contract start date .
2 ) The Contractor must have provided commercial custodial services for at least 50 , 000
square feet at least once during each of those three years .
3 ) The Contractor' s proposed Project Manager must have at least five ( 5 ) years continuous
experience in supervising commercial cleaning . A Resume must be provided .
4) The Contractor shall employ , at all times , the quality of supervision necessary for the
performance of the work contained herein .
5 ) All personnel of the Contractor shall be capable employees qualified and trained in this
type of work .
6 ) All personnel of the Contractor will be subjected to a criminal background check prior to
beginning work . This will include citizenship status , criminal history and validation of Social
Security number .
7 ) All personnel shall be identified by appropriate uniform , smock or other clothing article
clearly displaying the Contractors business name .
8 ) All personnel shall comply with the instructions pertaining to conduct while working in
County operated facilities .
9 ) The Contractor shall prohibit his employees from disturbing papers on desks opening desk
drawers or cabinets , using telephones or other office equipment .
10 ) The Contractor shall be responsible for securing of all facilities after their work is
complete . This may include setting of security systems , if provided .
11 ) The Contractor shall develop an emergency plan for all buildings , dealing with his
employee ' s responsibilities and notification of County designated staff.
12 ) Neither the Contractor nor his employees shall permit individuals not employed by the
contractor access to any County Facility with out express consent of the Buildings and
Grounds Division .
13 ) Space provided within County buildings for use by the Contractor will be kept neat and
orderly .
14) The Contractor will be responsible for providing a weekly supply order for Custodial
supplies provided by the County and for the distribution and handling of those supplies when
delivered to the appropriate - locations within the buildings .
15 ) The Contractor will be responsible for maintaining all MSDS forms for any Contractor
provided material used in County Facilities ,
16 ) The Contractor may request specific cleaning products be added to those provided by the
County . The request should be in writing with adequate information , including proposed use ,
approximate cost , expected quantities , etc , so as to allow evaluation of the request. Approval
of the request will not be unreasonably withheld .
17 ) The Contractor will be responsible for the means and methods used in cleaning
procedures . The County will provide , when available , specific instructions regarding the care
-- -of-fixtures , finishes and materials in order- to- avoid errors or damage ..
1
18 ) The County reserves the right to object to specific products or procedures that may cause
an adverse effect to the Building or its occupants .
Contractor Equipment
1 ) All Vacuums used in the completion of this work shall be equipped with HEPA filters .
2 ) The contractor shall maintain a log of filter changes for each vacuum . This log shall
include , as a minimum , the date the filter was changed and the person completing the
change .
3 ) All equipment required for the completion of this work will be responsibility of the
Contractor .
4 ) All equipment will be properly maintained and operated in a safe manner at all times .
Services
1 . Provide the owner with a continuous comprehensive custodial janitorial service .
2 . Provide sufficient staff and equipment to fulfill the requirements of this contract .
3 . Provide on - site supervision of all crews containing more than two (2 ) workers . --
4 . Provide all required transportation to and from the various work sites .
5 . Provide services as outlined in duties and frequencies section of this document
6 . Provide necessary training of employees as may be required to fulfill the requirements of
this contract . This may include attendance of training provided by supplier , manufacturers or
contractors of the County .
7 . Provide all supplies necessary to fulfill the requirements of this contract including but not
limited to , cleaners , polishers , disinfectants , waxes , rags , towels and necessary personnel
safety items . Exclusions are listed separately .
7A . Indian River County Green Cleaninq Policy . To insure the safety of the public and the
employees of Indian River County as the occupants of County facilities , it shall be the policy
of Indian River County that the use of any chemicals or materials used in the cleaning and
maintenance of County facilities be certified green . If it is determined , for sanitary reasons ,
that a non -green product must be used , then it shall only be utilized at times when the
employees and public are not within the confines of the facilities being cleaned or sanitized .
Contractor shall provide a list of materials used in their daily cleaning routine and provide
evidence of their certification as being a green product . Green cleaners are not regulated or
certified by any government agency or department , including the Florida Department of
Environmental Protection . However , there are several independent certifies that can be of
assistance in finding green cleaners . They are : Green Seal Green Certified
Products/Services ; EcoLogo Green products Database ; MBDC Cradle to Grave
Certification .
8 . Provide pick up of County provided supplies from the Facilities Management Department
and distribute to various County Facilities . Abide by established inventory controls .
9 . Provide monthly written self- appraisals of each building service using County provided
forms .
10 . Provide for arming and disarming security systems and securing of buildings as part of
normal - duties.. ---
2
11 . Provide for collection of recyclable materials from collection station to central point in
building .
MINIMUM ALLOWABLE FREQUENCIES
Daily — Offices , Hallways and Common Areas
Empty trash can ; replace liners , police building perimeter ; Empty and clean ashtrays and
trash receptacles at entrances ( big and small ) ; Vacuum all carpeted areas and corridors
throughout building ; Clean and sanitize drinking fountains and public telephones ; Spot clean
walls , doors , trim and switch plates ; Clean elevator walls , floors , doors and door tracks ; Clean
entrance doors and surrounding glass ( inside and out) ; Empty recycle containers and remove
large recycle bins from bldg . ; Empty wastebaskets and remove trash from building ( replace
liners ) .
Daily -- Restrooms
Remove Trash ; Restock Paper Towels ; Restock Toilet Paper; Refill Soap Dispensers ; Clean
Mirrors ; Damp Wipe Counters and Sinks ; Sanitize Toilets ; Sanitize Urinals ; Clean Toilet ;
Partitions ; Sweep and Damp Mop Floors ; Scrub Floors Under Urinals ; Clean Stainless with
Stainless Cleaner
WEEKLY
Spot cleaning all carpeting , including all offices ; Dust all Flat Surfaces ;
Monthly
Dust all a/c vents and wall mounted fixtures in all corridors and offices ; Clean mildew
off
outside metal doors ; Dust all furniture and window ledges ; Damp wipe and sanitize inside and
outside of waste receptacles ; Wash and spray buff all vinyl floor in kitchen and elevators ;
Quarterly
Strip and wax tile floors ; Dust light fixtures
3
EXHIBIT . (
BEALFIANIT)
SER VICE
January 7 , 2009
Indian River County.
Nero Beach, FL 32960
Attn. : Lynn Williams
RE : Best and Final Offer sheet correction.
Sent Via Email : lwilliams(d),ircgov. com- Hand Delivered
Dear Lynn,
Upon review of our Best and Final Offer sheet, I located an error that was missed. The
change does not affect the total monthly proposed cost, but the sheet does not balance due
to an omission of the Supervisor of Elections bldg from the 43`d Ave Administration
Annex.
When the form for best and final offer was filled out there was an omission the 43rd Ave
Admin Annex of the Supervisor of Elections bldg. Due to the work sheet 'I used and the
fact that I had separated out the buildings in my original quote, the Elections building was-
omitted from the 43 `d Ave total on the Best and Final Offer sheet. The total amount on
our Best and Final Offer sheet is accurate because it was used from the work sheet.
For that reason the line items on the Best and Final Offer sheet do not total up correctly.
If added it is $ 1 ,203 . 00 short of the monthly total amount proposed. I have corrected the
amount on the attached sheet to include the Elections Building.
If you have any questions please feel free to contact me at anytime.
Sincerely
omas C . Heveron, CBSE
President
1. 848 Commerce Ave, Vero Beach, Florida 32960
Phone (772) 229-9882 Fax (772) 569-0893
- _.--_ ___ _ _.. _ _ _-.______-www.-heveroneroua.-com--www: CleaninzforaReason.org- _ . _
BOARD OF COUNTY COMMISSIONERS
� Eg
#�LOR11�'
December 22, 2009
BEST AND FINAL OFFER PROPOSAL
TO : INDIAN RIVER County Purchasing Department
180027 1h Street
Vero Beach, Florida 32960
Project: Indian River County RFP # 2009016
Project Name Custodial Services for Co un Buildings _
Indian River County, Florida
The undersigned, as CONTRACTOR, declares that he/she has reviewed the plans and
specifications for the scope of the project, visited the premises to review existing conditions and
has reviewed the contractual documents thereto; and has read all special provisions furnished
Prior to the opening of Proposal ; that he/she has satisfied himself/herself relative to the work to
be performed.
The CONTRACTOR proposes and agrees, if this Proposal is accepted, to contract with the
County in the form of the Work in full and complete accordance with the shown, described, and
reasonable intended requirements of the plans, specifications and Contract documents to the Hill
and entire satisfaction of the County,
Company Name: Beachland Cleaning Service
hereafter called "CONTRACTOR" , hereby submits the following Best and Final Offer.
FACILITY MONTHLY AMOUNT ANNUAL AMOUNT
County Administration Complex . $ 14 , 2 91 . 0 0 $ 171 , 4 9 2 . 0 0
Administration Annex $ 5 6 5 . 0 0 $ 6 , 7 8 0 . 0 0
Main Library $ 4 , 429 . 00 $ 531148e00
North County Library $ 2 , 418 . 0 0 $ 291016a00
Health Department $ 41159w00 $ 49 , 908 . 00
+ r
FACILITY MONTHLY AMOUNT ANNUAL AMOUNT
Judicial Center $ 10 , 840 , 00 $ 13 0 , 0 8 0 . 0 0
43 Ave . Administration Annex $ 2 , 544 , 3 9 $ 3 0 , 5 3 2 . 5 6
Emergency. Operations Center $ 111014 01 $ 13 , 212 , 12
North County Offices $ 315 . 00 $ 31780o00
Sheriffs Administration Building $ 4 , 112 , 50 $ 49 , 350 . 00
Sheriff' s Mall $ 2 2 8 . 8 0 $ 2 , 7 4 5 . 6 0
Veterans Service $ 400083 $ 4 , 809 . 96
Total $ 451404 . 53 $ $ 544 , 854 . 33
Proposed Contract Sum : Forty Five Thousand Four Hundred Four . 53
Total Proposal Amount &a ve hundred Forty Four thousand eight hundred
fifty four . 33
Best and Final Offer - :Written
NOTE : If your staffing level will be different from that which was included in your
original proposal, please submit a revised staffing level breakdown on additional sheet(s)
with this submittal
The undersigned hereby certifies that they have read and understand the contents of this
solicitation and agree to furnish at the prices shown above all of the services specified in the
RFP document, subject to all instructions, conditions, specifications and attachments hereto.
Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting
contract or request additional compensation.
Respectfully Submitted,
Beachland C1 an ' Service 1848 Commerce Ave
Address
Vero Beach , FL 32960
uthonzed Signature City, State, Zip Code
President 7( 72 ) 569 _ 0799
Title Phone
Date Signed
E-mail: �Q p