Loading...
HomeMy WebLinkAbout2012-010B AGREEMENT THIS AGREEMENT made and entered into this day of )wa/vc' 20 1 !t�, by and between �"S YY1 Les 4. Tom,!' . a ' C) hereinafter called the CONTRACTOR and INDIAN RIVER COUNTY herein called the OWNER . WITNESSED : That whereas , the OWNER and the CONTRACTOR for the consideration hereinafter named , agree as set forth below : Article 1 . SCOPE OF WORK As per specifications of advertised and sealed bid in Indian River County Bid # 0> 0 i LCISyC Zvi S C � rt�v, LC ( , rts ) CONTRACTOR, as an independent CONTRACTOR and not as an emplo ee , shall furnish, for the sum of v t �4 t twd n � e � ' 1 ($ C (vV q-1 �Yq -- ,� 4, 1> ) , all of the necessary labor, material , and equipment to perform the work described in accordance with the Contract Documents . Article 2 . TIME OF COMPLETION Days from receipt of the Notice to Proceed. Article 3 . GENERAL The CONTRACTOR hereby certifies that he has read every clause of the Contract Documents and that he has made such examination of the location of the proposed work as is necessary to understand fully the nature of the obligation herein made ; and shall complete the same the time limit specified herein in accordance with the plans and specifications . The OWNER and CONTRACTOR agree to maintain records , invoices , and payments for the work. The CONTRACTOR shall provide Performance Bonds for all work in this Agreement . All work under this Contract shall be done to the satisfaction of the OWNER, who shall in all cases determine the amount, quality, fitness , and acceptability of the several kinds of work and materials which are to be paid for hereunder, and shall decide all questions which may arise as to fulfillment of the Contract on the part of the CONTRACTOR, and his decision thereon shall be final and conclusive ; and such determination and decision , in case any question shall arise , shall be a condition precedent to the right of the CONTRACTOR to receive any money hereunder . Any clause or section of this contract or specification which may for any reason be declared invalid by a court of competent jurisdiction, including appeal , if any, may be eliminated therefrom ; and the intent of this Contract and the remaining portion thereof will remain in full force and effect as though such invalid clause or section has not been incorporated therein . AGREEMENT THIS AGREEMENT made and entered into this day of 20 I �, by and between _ rn hereinafter called the CONTRACTOR and INDIAN RIVER COUNTY herein called the OWNER. WITNESSED : That whereas , the OWNER and the CONTRACTOR for the consideration hereinafter named , agree as set forth below : Article 1 . SCOPE OF WORK As per specifications of advertised and sealed bid in Indian River County Bid # 40 i 0&p* G' 4CIA - 5`� vGW i v %4LttJ ift tl ti CONTRACTOR, as an independent CONTRACTOR and not as an emplo ee , shall furnish, for the sum of - ur 100- h� r �� n � 1 uS w $ C - v ), all of the necessary labor, material , and equipment to perform the work described in accordance with the Contract Documents . Article 2 . TIME OF COMPLETION Days from receipt of the Notice to Proceed . Article 3 . GENERAL The CONTRACTOR hereby certifies that he has read every clause of the Contract Documents and that he has made such examination of the location of the proposed work as is necessary to understand fully the nature of the obligation herein made ; and shall complete the same the time limit specified herein in accordance with the plans and specifications . The OWNER and CONTRACTOR agree to maintain records , invoices , and payments for the work . The CONTRACTOR shall provide Performance Bonds for all work in this Agreement . All work under this Contract shall be done to the satisfaction of the OWNER, who shall in all cases determine the amount, quality, fitness, and acceptability of the several kinds of work and materials which are to be paid for hereunder, and shall decide all questions which may arise as to fulfillment of the Contract on the part of the CONTRACTOR, and his decision thereon shall be final and conclusive ; and such determination and decision, in case any question shall arise, shall be a condition precedent to the right of the CONTRACTOR to receive any money hereunder. Any clause or section of this contract or specification which may for any reason be declared invalid by a court of competent jurisdiction , including appeal , if any, may be eliminated therefrom ; and the intent of this Contract and the remaining portion thereof will remain in full force and effect as though such invalid clause or section has not been incorporated therein . Article 4 . QUANTITIES AND PRICES The Owner shall pay the CONTRACTOR for all work included and completed in accordance with this Contract, based on the items of work set forth in the CONTRACTOR ' S Bid Form . Article 5 . ACCEPTANCE AND FINAL PAYMENT When the work provided for under this contract has been completed , in accordance with the terms thereof, that a lump sum payment request in the amount of such work shall be prepared by the CONTRACTOR, and filed with the OWNER within fifteen days after the ate of completion . The final estimate shall be accompanied by a Certificate of Acceptance issued by the ENGINEER, stating that the work has been completed to his satisfaction, in compliance with the Contract . The Certificate of Acceptance shall not be issued until completed Asbuilt drawings of the actual construction have been furnished to the OWNER and verified . In accordance with the Florida Prompt Payment Act, after receipt of the ENGINEER ' S final acceptance by the OWNER, the OWNER shall make payment to the CONTRACTOR in the full amount. PAYMENT of the lump sum amount and acceptance of such payment by the CONTRACTOR shall release the OWNER from all claims or liabilities to the CONTRACTOR in connection with this Contract . Article 6 . THE CONTRACT DOCUMENTS The General Conditions , Special Conditions , Specifications , Bid Documents, Insurance Requirements (Exhibit A) , Bonds , and the Drawings , together with this Agreement, form the Contract, and are fully a part of this Contract as if included herein . Article 7 . VENUE This agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County , Florida, or in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida . ( Contractor) ( Owner) �SS�� ' � . t�3 riz 'X� Indian River Count F F = President Gary W eler, BCC Chairman i1••,, , fo IND Witnessed by � ald4 %3«a /li Approved by BCC 01 - 24 - 12 Attest : APPROVED Jeffrey K . lerk it � urt ' , /�•-C �l i oseph kAaird , County Adniiinistrator Deputy Cler Approved as to Form qnd : e al Sufficiency BY County Attorn y Article 4 . QUANTITIES AND PRICES The Owner shall pay the CONTRACTOR for all work included and completed in accordance with this Contract, based on the items of work set forth in the CONTRACTOR ' S Bid Form . Article 5 . ACCEPTANCE AND FINAL PAYMENT When the work provided for under this contract has been completed , in accordance with the terms thereof, that a lump sum payment request in the amount of such work shall be prepared by the CONTRACTOR, and filed with the OWNER within fifteen days after the ate of completion . The final estimate shall be accompanied by a Certificate of Acceptance issued by the ENGINEER, stating that the work has been completed to his satisfaction, in compliance with the Contract . The Certificate of Acceptance shall not be issued until completed Asbuilt drawings of the actual construction have been furnished to the OWNER and verified . In accordance with the Florida Prompt Payment Act, after receipt of the ENGINEER ' S final acceptance by the OWNER, the OWNER shall make payment to the CONTRACTOR in the full amount. PAYMENT of the lump sum amount and acceptance of such payment by the CONTRACTOR shall release the OWNER from all claims or liabilities to the CONTRACTOR in connection with this Contract . Article 6 . THE CONTRACT DOCUMENTS The General Conditions , Special Conditions , Specifications , Bid Documents, Insurance Requirements (Exhibit A) , Bonds , and the Drawings , together with this Agreement, form the Contract, and are fully a part of this Contract as if included herein . Article 7 . VENUE This agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County , Florida, or in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida . ( Contractor) ( Owner) �SS�� ' � . t�3 riz 'X� Indian River Count F F = President Gary W eler, BCC Chairman i1••,, , fo IND Witnessed by � ald4 %3«a /li Approved by BCC 01 - 24 - 12 Attest : APPROVED Jeffrey K . lerk it � urt ' , /�•-C �l i oseph kAaird , County Adniiinistrator Deputy Cler Approved as to Form qnd : e al Sufficiency BY County Attorn y AGREEMENT THIS AGREEMENT made and entered into this day of 20 I �, by and between _ rn hereinafter called the CONTRACTOR and INDIAN RIVER COUNTY herein called the OWNER. WITNESSED : That whereas , the OWNER and the CONTRACTOR for the consideration hereinafter named , agree as set forth below : Article 1 . SCOPE OF WORK As per specifications of advertised and sealed bid in Indian River County Bid # 40 i 0&p* G' 4CIA - 5`� vGW i v %4LttJ ift tl ti CONTRACTOR, as an independent CONTRACTOR and not as an emplo ee , shall furnish, for the sum of - ur 100- h� r �� n � 1 uS w $ C - v ), all of the necessary labor, material , and equipment to perform the work described in accordance with the Contract Documents . Article 2 . TIME OF COMPLETION Days from receipt of the Notice to Proceed . Article 3 . GENERAL The CONTRACTOR hereby certifies that he has read every clause of the Contract Documents and that he has made such examination of the location of the proposed work as is necessary to understand fully the nature of the obligation herein made ; and shall complete the same the time limit specified herein in accordance with the plans and specifications . The OWNER and CONTRACTOR agree to maintain records , invoices , and payments for the work . The CONTRACTOR shall provide Performance Bonds for all work in this Agreement . All work under this Contract shall be done to the satisfaction of the OWNER, who shall in all cases determine the amount, quality, fitness, and acceptability of the several kinds of work and materials which are to be paid for hereunder, and shall decide all questions which may arise as to fulfillment of the Contract on the part of the CONTRACTOR, and his decision thereon shall be final and conclusive ; and such determination and decision, in case any question shall arise, shall be a condition precedent to the right of the CONTRACTOR to receive any money hereunder. Any clause or section of this contract or specification which may for any reason be declared invalid by a court of competent jurisdiction , including appeal , if any, may be eliminated therefrom ; and the intent of this Contract and the remaining portion thereof will remain in full force and effect as though such invalid clause or section has not been incorporated therein . a � � S � Ccs �tVE� INDIANRIVER COUNTY PURCHASING DI VISION 1800 27TH STREET yVERoBEACHFL 329604310 c fF �+ (772) 226- 1416 FAX (772) 770-5140 4% LOR1�J REQUEST FOR PROPOSALS PROJECT NAME . CUSTODIAL SERVICES FOR COUNTY BUILDINGS RFP NUMBER : 2012021 REFER ALL QUESTIONS IN WRITING TO : MR. JERRY DAVIS PURCHASING MANAGER E-MAIL : purchasing_kircgov . com RFP OPENING DATE : DECEMBER 9, 2011 RFP OPENING TIME . 2 : 00 P.M. ALL PROPOSALS MUST BE RECEIVED BY THE PURCHASING DIVISION LOCATED AT 1800 27TH STREET , VERO BEACH, FLORIDA 32960 PRIOR TO THE DATE AND TIME SHOWN ABOVE , LATE PROPOSALS WILL BE RETURNED UNOPENED. PLEASE SUBMIT ONE (1 ) ORIGINAL AND THREE (3) COPIES OF YOUR PROPOSAL Page 1 of 22 IMPORTANT ! - PLEASE REAL) CAREFULLY BEFORE MAKING PROPOSAL GENERAL PROVISIONS ACKNOWLEDGEMENTS OF AMENDMENTS _ ,urR Contractors shall acknowledge receipt of any amendment to the solicitation by identifying the k ), ,%,amendment number in the space provided for this purpose on the proposal form, or by returning a copy of the issued amendment with the submitted proposal . The acknowledgement must be received by Indian River County by the time and at the place specified for the receipt of proposals . Failure to acknowledge an issued amendment may result in proposal rejection and disqualification. ADDITIONAL INFORMATION Questions concerning the contract or technical portions of the proposal document must be submitted in writing to Indian River County Purchasing Division, 1800 27thStreet, Building B , Vero Beach, FL 32960 , Email : purchasing@iregov . com . Contractors are cautioned that any statements made by individuals , or employees of Indian River County, that materially change any portion of the proposal document shall not be relied upon unless subsequently ratified by a formal written amendment to the proposal document . No contractual or technical questions will be accepted after ten ( 10) days prior to the date set for proposal opening . PROPOSAL ENVELOPES Envelopes containing proposals must be sealed and marked on the outside with the proposers name and address, the Request for Proposal number, proposal name, and date of opening of proposals . Failure to do so may cause proposal not to be considered. Express mail envelopes containing a sealed proposal shall also be sealed and marked on the outside with the same information specified above. PROPOSAL RECEIPT AND OPENING Indian River County will receive sealed proposals until date and time indicated on proposal cover. Proposals must be delivered, by hand or mail, to the Indian River County Purchasing Division, located at 1800 27th Street, Vero Beach, FL 32960 , where they will be opened at the stated time, READING ONLY THE NAMES OF THE SUBMITTING CONTRACTORS . Proposals must be time stamped in the Purchasing Division before or on the hour and date indicated on the cover sheet for the proposal opening . Proposals received after the date and time of the proposal opening will be received , date stamped, and returned to the contractor unopened . It is the responsibility of the contractor to ensure that proposals arrive at the designated opening place on time . Late or non-delivery due to mail or express delivery company failure will not be considered adequate reason for consideration of late proposals . FAXED PROPOSALS WILL NOT BE ACCEPTED , AND SHALL NOT BE CONSIDERED FOR EVALUATION OR AWARD . Notes may be taken at the public reading of the proposal(s) at the specified time and date of the opening or a personal inspection may be made of the proposal(s) after award has been made and documents are placed in central and public files, or 10 days after the proposal due date if an award has not been made at the time . Page 2 of 22 INSURANCE REQUIREMENTS Prior to the time contractor is entitled to commence any part of the project, work, or services under this contract, contractor shall procure , pay for, and maintain at least the following insurance coverage' s and limits . Said insurance shall be evidenced by delivery to the County of 1 ) certificates of insurance executed by the insurers listing coverage' s and limits, expiration dates and terms of policies and all endorsements whether or not required by the County, and listing all carriers issuing said policies ; and 2) upon request, a certified copy of each policy, including all endorsements . The insurance requirements shall remain in effect throughout the term of this contract. 1 . Workers ' Compensation in at least the limits as required by law; Employers ' Liability Insurance of not less than $ 100 ,000 . 00 for each accident. 2 . Commercial General Liability Insurance including, but not limited to , Independent, Contractor, Contractual , Premises/Operations , Products/Completed Operation and Person Injury covering the liability assumed under indemnification provisions of this contract, with limits of liability for personal injury and/or bodily injury, including death, of not less than $ 1 , 000 , 000 . 00, each occurrence; and property damage of not less than $ 1 , 000 ,000 . 00 , each occurrence . (Combines single limits of not less than $ 1 ,000 ,000 . 00 , each occurrence, will be acceptable unless otherwise stated) . Coverage shall be on an " occurrence " basis , and the policy shall include Broad Form Property Damage coverage and Fire Legal Liability of not less than $ 50 ,000 . 00 per occurrence, unless otherwise stated by exception herein. 3 . Commercial Automobile and Truck liability covering owned, hired, and nonowned vehicles with combined single limits of not less than $ 1 , 000 , 000 . 00 , each occurrence . Coverage shall be on an " occurrence " basis , such insurance to include coverage for loading and unloading hazards . Each insurance policy shall include the following conditions by endorsement to the policy: 1 . Each policy shall require that thirty (30) days prior to expiration, cancellation, nonrenewal, or any material change in coverage or limits , a notice thereof shall be given to County by certified mail to : Indian River County, Purchasing Division, 1800 27th Street, Vero Beach, FL 32960 . Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal, or material change in coverage received by said contractor form its insurer; and nothing contained herein shall absolve contractor of this requirement to provide notice . 2 . Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of contractor. 3 . The term " County" or " Indian River County" shall include all Authorities , Boards , Bureaus, Commissions , Divisions, Departments , and Offices of County and individual members , employees thereof in their official capacities , and/or while acting on behalf of Indian River County. 4 . Indian River County Board of County Commissioners shall be endorsed to the required policy or policies as an additional insured . Page 3 of 22 5 . The policy clause " Other Insurance " shall not apply to any insurance coverage currently held by County to any such future coverage, or to County' s self-insured retention of whatever nature . County hereby waives subrogation rights for loss or damage against the County. CERTIFICATES AND LICENSES The successful contractor shall posses all valid licenses and certificates required for performance of the work specified herein. Current notarized copies of licenses and certificates shall be provided to Indian River County within twenty-four hours upon demand at any time prior to or during the contract term . INDEMNIFICATION The successful bidder shall indemnify and save harmless Indian River County, its commissioners , officers , employees , and agents , from and against all claims , suits , actions, damages , causes , or action or judgments (collectively "claims") arising out of or related to any negligence, intentional wrongdoing, breach of applicable law or breach of the resulting agreement, and from and against all costs, attorney' s fees, expenses , and other liabilities incurred in the defense of any such claims . Nothing herein shall be deemed to affect the rights , privileges , and immunities of the County as set forth in Florida Statute Section 768 . 28 . DEBARMENT By submitting a proposal , the contractor certifies that it is not currently debarred from submitting proposals for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting proposals for contracts issued by any subdivision or agency of the State of Florida. EXPENSES INCURRED IN PREPARING PROPOSAL Indian River County accepts no responsibility for any expense incurred by the contractor in the preparation and presentation of a proposal . Such expenses shall be borne exclusively by the contractor. INFORMALITIES AND IRREGULARITIES Indian River County has the right to waive minor defects or variation of a proposal from the exact requirements of the specifications that do not affect the price, quality, quantity, delivery, or performance time of the services being procured. If insufficient information is submitted by a contractor with the proposal for Indian River County to properly evaluate the proposal, Indian River County has the right to require such additional information as it may deem necessary after the time set for receipt of proposals , provided that the information requested does not change the price, quality, quantity, delivery, or performance time of the services being procured . The Indian River County Board of County Commissioners reserves the right to reject any or all proposals in whole or in part ; to award by any item, group (s) of items, total proposal, or accept the proposal which is most advantageous and in the best interest of Indian River County. NONCONFORMING TERMS AND CONDITIONS Proposal responses that include terms and conditions that do not conform to the terms and conditions in the RFP document are subject to rejection as nonresponsive . Indian River County reserves the right to permit the contractor to withdraw nonconforming terms and conditions from its proposal response prior to a determination by Indian River County of nonresponsiveness based on the submission of nonconforming terms and conditions . Page 4 of 22 VENUE The laws of the State of Florida shall govern this agreement. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida. PUBLIC ENTITY CRIMES Pursuant to Florida Statutes Section 287 . 133 (2) (a) , all Bidders are hereby notified that 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, proposal, or reply on a contract to provide any goods or services to a public entity (defined as the State of Florida, any of its departments or agencies , or any political subdivision) ; may not submit a bid, proposal , or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals , or replies on leases of real property to a public entity; may not be awarded or 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 provided in Florida Statutes Section 287 . 017 for CATEGORY TWO [ currently $ 25 , 000] for a period of 36 months from the date of being placed on the convicted vendor list. A "public entity crime " 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 with the United States, including, but not limited to , any bid, proposal , reply, or contract for goods or services , any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. END OF GENERAL PROVISIONS Page S of 22 3fi 4-'' , STATEMENT OF WORK I. Introduction Indian River County will receive proposals from firms having specific experience and qualifications in the area identified in the Request for Proposals . For consideration, proposals for the project must contain evidence of the firm' s experience and abilities in the specified area and other disciplines directly related to the proposed service . II. Background Information The proposal solicitation is for the purpose of contracting with an experienced firm for Custodial Services in County Owned and/or operated facilities . The work will include furnishing all labor, supervision, transportation, tools, equipment and materials for the execution of Custodial Services in accordance with the specifications and subject to the terms of the agreement . A list of County provided supplies are listed in the Owners Responsibilities section of this document . The services shall include all functions normally considered a part of workmanlike janitorial work. All proposals shall be based on a start date of February 1 , 2012 . Work is to include : A . Routine Daily cleaning B . Project cleaning C . Daytime Building Attendant(s) Current contracts for all buildings will expire in January 2012. III. Contractor Requirements 1 ) The Contractor must have been in the commercial custodial business for at least five (5 ) continuous years prior to the contract start date . 2) The Contractor must have provided commercial custodial services for a building(s) of 50 , 000 square feet or larger during those five years and a total of 100 ,000 square feet under contract . 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 Contractor ' s business name . 8) All personnel shall comply with the instructions pertaining to conduct while working in County operated facilities . Page 6 of 22 9) The Contractor shall prohibit its employees from disturbing papers on desks, opening desk drawers or cabinets, or 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 its employees shall permit individuals not employed by the contractor access to any County" Facility with out express consent of the Facilities Management 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 . 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 . IV. 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 . IV. Scope of Work 1 ) Provide the owner with a continuous comprehensive custodial janitorial service. 2) Provide sufficient staff and equipment to fulfill the requirements of this contract. Page 7 of 22 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. 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 . All custodial contractors 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 Cradle Certification All contractual documents or agreements or renewal agreements for the provision of custodial services shall provide for the inclusion and use of certified green cleaning products . 8) Provide pick up of County provided supplies from the Facilities Management Division and distribute to various facilities under contract. 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 . 11 ) Provide for collection of recyclable materials from collection station to central point in building Page 8 of 22 LIMITATIONS Items limited or excluded from this contract for Custodial/Janitorial Service 1 ) Emergency cleanup required by fire, wind rain- storm or vandalism is not included in the basic service . 2) Carpet cleaning is not included in basic service . However, supplemental services agreement may be issued for this service subject to negotiation . 3 ) Exterior window cleaning is not included in basic service. However, supplemental services agreement may be issued for this service subject to negotiation. TERMINATION 1 ) Subject to the provisions below, the contract may be terminated by either party upon sixty (60) days advance written notice to the other party; but if any work or services hereunder are in progress , but not complete as the date of termination, then this contact may be extended upon written approval by the County until said work or services are completed and accepted . a. Termination of convenience — In the event that this contract is terminated or cancelled upon request and for the convenience of the County, without the required sixty (60) days advance written notice, then the County shall negotiate reasonable termination costs , if applicable . b . Termination of Cause — Termination by the County for cause default or negligence on the part of the Contractor shall be excluded, from the foregoing provision; termination costs , if any, shall not apply . The sixty (60) days advance notice requirement is waived in the event of Termination for Cause . ADJUSTMENTS The objective of the County is to obtain full cleaning in accordance with the specification, frequency and quality standards set forth. The County is contracting for the complete performance of each cleaning job as identified . Adjustments or deductions will be made as determined by the Facilities Management Division in accordance with the following stipulations : If any work which is scheduled for daily, weekly or monthly performance is omitted or unsatisfactorily performed, the Contractor will be notified of the failure or omission. An adjustment or deduction may be made from any monies due or to become due the Contractor. Adjustments or deductions will be consistent with the per square foot rate for the building the deficiency occurs and for the period of time the deficiency remains uncorrected. In the instance where toilets are not satisfactorily cleaned or serviced a deduction will be made for the entire room. In the instance where room cleaning has not been satisfactorily performed or portions of the work have been omitted or improperly performed a deduction will be made for the entire room . The contractor shall maintain a log at each building for the purpose of the occupants communicating unsatisfactory, omitted or deficient work . Items listed in ' the log shall be corrected during the next shift the Page 9 of 22 contractor is on site . The Contractors employee correcting the situation shall initial date and time the correction was made . Time allowances will be made for work requiring non stock supplies or equipment not usually on hand. PAYMENTS It is the responsibility of the Contractor to invoice for services provided . The County will promptly pay monthly invoicing for custodial services received, no advanced or prepayment will be allowed. Electronic transfer of funds is available . OWNER' S RESPONSIBILITY 1 ) The owner will provide explanation of layout of individual buildings and familiarization of restrictions . 2) The owner shall provide training for operation of security systems . 3 ) The owner will provide emergency call list for all facilities . 4) The owner will provide the following supplies for use and/or restocking of restrooms and offices . a . Paper towels for dispensers b . Toilet paper c . Trash can liners d . Hand soap for dispensers The owner will prepare a written contract for execution by both parties . The conditions , requirements and limitation of this RFP will become part of the contact . This contract will be for a period of one (1 ) year and may be renewed for two (2) additional one (1 ) year periods subject to vendor acceptance, satisfactory performance and staffs determination that a renewal would be in the best interest of the County. Notification of interest to renew will be mailed sixty- (60) calendar days in advance of the expiration date of this award . SUPPLEMENTAL CONTRACTOR REQUIREMENTS 1 ) Contractor must be licensed to perform Custodial/Janitorial Service within the City of Vero Beach and Indian River County at the time of Contract Execution. 2) Contractor shall meet or exceed all insurance requirements as set forth in this document. 3 ) Contractor shall provide a list of holidays upon which service is not provided for each year the contract is in force . 4) Contractor will be held responsible for damage to County equipment, furnishings and facilities that is directly attributable to his negligence or cleaning practices . Page 10 of 22 5) Contractor shall agree to provide service to locations which may be added during the term of the contract and negotiate a fee based upon the service requirements of that facility. 6) Contractor shall agree to execute a written contract provided by the owner. SUPPLEMENTAL SERVICES 1 ) Provide a separate proposal for carpet cleaning . a) Provide descriptions of each method offered . b) Provide price per square foot for each method offered. c) The County will reserve the right to accept or refuse this offering and or limit the extent it may be used . DUTIES AND FREQUENCIES The following list represents the minimum allowable standards for duties to be covered by this service contract. Some buildings may require more frequent attention due to operating hours/days , traffic or specific use patterns . Proposals should be provided that ensure that acceptable standards are met and adjustment to frequencies can be made in order to maintain these standards . The County shall be the sole determination of acceptable standards . 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) 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 place materials in designated bins outside bldg . Empty wastebaskets and remove trash from building (replace liners) . Daily -- Restrooms Remove Trash Restock Paper Towels Page 11 of 22 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 Twice Weekly Vacuum all carpeted areas and corridors throughout building 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 floors in kitchen and elevators Quarterly Strip and wax tile floors Dust light fixtures Page 12 of 22 Daytime Building Attendant (Judicial Center) and Administration Complex The contractor shall provide and include the monthly cost of an employee (minimum of 6 hours per day) for the purpose of attending to the daytime custodial needs of specified buildings as a part of this proposal . Currently the County has daytime attendants in the two locations listed above . Attendant Duties : The attendant position is to supplement the Contractor ' s work staff by attending to restrooms and other heavily used public areas while the building is open. The attendant ' s duties shall not impede or significantly interfere with the operation of the building . However, temporary closing of restrooms for cleanup will be allowed . Examples of other duties : Cleanup of spills and other emergency type cleaning duties . Keep entrance doors and windows clean. Empty trash and smoke receptacles at entrances . Dust baseboards and conference room furniture when not occupied . Perform duties outlined in the daily, weekly or quarterly duties that do not adversely affect the occupants , or visitors to the building . Page 73 of 22 Address and Description of Buildings : County Administration Complex 1800 - 180127" Street Vero Beach, Fl . 32960 Building "A" approx . 100 ,000 Square feet Building "B " approx . 62 ,000 Square feet Occupied Multi- story Administrative office buildings ; five day operation, some offices require service prior to building close ( 5pm) . Card Access system, multiple restrooms, Commission Chambers . Office areas are primarily carpeted, atriums are ceramic tile, file rooms are vinyl tile . Administrative Annex 1028 201h Place Vero Beach, Fl . 32960 Approx . 7 , 500 sq . ft . Single story Administrative office building housing four separate divisions . Three restrooms , security system, primarily carpeted . Main Library 1600 21s' St. Vero Beach, Fl . 32960 Approx . 47 ,256 sq . ft. Two Story Public Library, heavy use . Primarily carpeted, with brick paver lobby, eight restrooms, security system, seven day a week operation. North County Library 1001 Fellsmere Road ( S . R. 512) Sebastian, Fl . 32958 Approx . 46 ,000 sq . ft. Single Story Public Library, heavy use. Primarily carpeted, ceramic tile entrance; five restrooms, security system, six day a week operation Health Department (HRS) 190027 Ih St . Vero Beach, Fl . 32960 Approx . 40 , 000 Two Story Public Health Clinic and Administrative offices, heavy use . Clinic and waiting room VCT , offices are carpeted; numerous examination rooms , restrooms (public and clinic) , security system . Five day operation with occasional after hours and weekend clinics . This facility is a Health Care facility and the level of service should be provided consistent with that designation . Judicial Center 200016 Ih Ave. Vero Beach, Fl . 32960 Approx . 120 ,000 sq . ft . Three story Judicial Center, seven courtrooms , six public restrooms, multiple private restrooms ; terrazzo floors in public hallways, carpeted most office areas, access control ; normally five day per week operation with some offices occupied week ends ; occasional after hours court proceedings . Page 14 of 22 43rd Ave. Administrative Annex 4305 - 4375 43rd Ave Vero Beach, Fl . 32960 Approx . 33 , 000 sq . ft . Single story office and warehouse complex containing 2 separate buildings with 3 separate departments . Five day per week operation, with occasional after hours activities during elections . Security system, approximately 5000 square feet of warehouse will not require daily cleaning. Emergency Operations Center 422543 d Ave. Vero Beach, Fl . 32960 Approx . 16000 square feet Single story office/training building . Access controlled, five day per week normal operation with occasional night time meetings . Primarily carpet with some ceramic and vinyl tile. Large training room and adjacent offices are a three day per week schedule . North County Offices 11602 & 11604 U. S . # 1 Sebastian, Fl . 32958 Approx . 3 ,000 sq . ft. Single story leased space used to house county offices ; security system, four restrooms . Five day per week operation. Sheriffs Administration Building 4141 41s' St . Vero Beach, Fl . Approx . 35 ,000 sq. ft. in Main building Approx . 1400 sq. ft in Modular G Approx . 960 sq . ft in Volunteer Modular Single story administrative office building ; also houses 911 dispatch center (apprx . 2500 sq. ft . ; 24/7 operation, limited access) , uniform and detective divisions are 7 day operations ; building access control, Two public restrooms, multiple private restrooms . Sensitive materials and locations . Includes Garage offices and restrooms and modular buildings listed above. Does not include Jail . Sheriffs Mall Office 6200 20`h Street (Mall storefront) Vero Beach, Fl . 32960 Three day per week cleaning of Sheriff' s substation office located in the mall . Approximately 600- 800 sq . ft . Veterans Service Office (Homeless Services Building) 2525 St . Lucie Ave . Vero Beach, Fl . 32960 Approximately 600 sq . ft of rented space within the Homeless Services Building . Vinyl tile floors . Page 15 of 22 Proposer Questionnaire The undersigned guarantees the truth and accuracy of all statements and answers herein contained : 1 ) How many years has your organization been in the business? Years . 2) Business Tax Receipt Number # 3 ) Number of employees currently "on the job" each week? 4) Will you subcontract any part of this work? If so , give details : 5 ) List three references of individuals or corporations for which you have performed this type of work : a) Firm Phone Contact b) Firm Phone Contact c) Firm Phone Contact 6) Have you ever failed to complete work awarded to you? If so , where and why? 7) State the true, exact, correct and complete name of the partnership , corporation or trade name under which you do business and the address of the place of business . Correct Name of Proposer: Address of Proposer: Page 16 of 22 RESPONSE FORMAT Contractors shall present their responses to the Request for Proposals in the manner and format listed below, identifying each response by its respective tab numeral . Tab Item I . Management summary. The contractor shall provide a cover letter indicating the underlying philosophy of the firm in providing the service . Contractor shall also provide a comprehensive organizational chart . II . Proposal. Describe, in detail, how the requested services will be provided, and address each of the tasks identified in the Scope of Work. Contractor shall provide proposed timeliness for the specified services/deliverables . Proposals will only be considered from those firms demonstrating historical expertise and experience in such procedure development . III . Corporate experience and capacity. The contractor shall state the size of the firm , the size of the firm's staff, the location of the office from which this service is to be performed and the number and nature of the professional staff to be employed in the performance of this service on a full-time basis and the number and nature of the staff to be so employed on a part-time basis . Proposals will only be considered from those firms demonstrating historical expertise and experience in such procedure development . IV . Qualifications. The contractor shall submit comprehensive statements for qualifications and resumes of all involved in the delivery of the offered services . V . References. The contractor shall provide at least three (3 ) references for contracts of similar size and scope. Include the name of the organization, the length of the contract, a brief summary of the work and the name and telephone number of a responsible contact person. References should contain only those for similar services . VI . Pricing. The contractor shall provide pricing information relative to providing the services outlined herein. Pricing shall include all direct and indirect costs, including all out-of-pocket expenses . Indian River County is not responsible for expenses incurred in preparing and submitting a proposal ; therefore, such costs shall not be included in submitted proposals . VII . Manpower. The contractor shall provide a detailed list of manpower assigned to each location. Provide the job title of each employee , approximate building area of responsibility and number of hours assigned. Pricing shall include the following information: 1 ) Name of the firm; 2) Certification that the person signing the proposal is entitled to represent the firm, authorized to submit the proposal and pricing data, and authorized to sign a contract with Indian River County Board of County Commissioners ; Page 17 of 22 PROPOSAL PRICING Proposer: (Proposer' s Name) hereafter called " CONTRACTOR" , hereby submits TO : INDIAN RIVER County Purchasing Division 180027 lb Street Vero Beach, Florida 32960 Project: Indian River County RFP # 2012021 Project Name Custodial Services for County 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 Proposals ; 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 full and entire satisfaction of the County. FACILITY MONTHLY AMOUNT ANNUAL AMOUNT County Administration Complex : Administration Annex : Main Library. North County Library: Health Department: Judicial Center: 43rd Ave. Administration Annex : Emergency Operations Center: Page 18 of 22 FACILITY MONTHLY AMOUNT ANNUAL AMOUNT North County Offices : Sheriff' s Administration Building: Sheriff' s Mall : Veterans Service: Total Proposed Cost : $ $ Proposal Annual Cost : Proposal Price in Words 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, Name of Firm Address Authorized Signature City, State, Zip Code Title Phone Date Signed &mail : Page 19 of 22 REVIEW AND ASSESSMENT Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals , discussions, and interview sessions (if necessary) . INDIAN RIVER COUNTY RESERVES THE RIGHT TO EVALUATE AND AWARD ON THE BASIS OF INITIAL PROPOSALS WITHOUT INTERVIEW SESSIONS . The contractor shall be required before the award of any contract to show to the complete satisfaction of Indian River County that it has the necessary facilities, ability and financial resources to provide the service specified therein in a satisfactory manner. The contractor may also be required to give a past history and references in order to satisfy Indian River County with regard to the contractor' s qualifications . Indian River County may take reasonable investigations deemed necessary and proper to determine the ability of the contractor to perform the work, and the contractor shall furnish to the County all information for this purpose that may be requested . The County reserves the right to reject any proposal if the evidence submitted by, or investigation of, the contractor falls to satisfy the County that the contractor is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the contractor's qualifications shall include : EVALUATION CRITERIA 1 ) The following criteria will be used in a recommendation of award to the Board of County Commissioners . The evaluation will be based on a 100 point system . Each of the elements listed below will be scored and assessed a value. The maximum for each element is listed with the criteria : a) Ability to meet the needs and requirements as set forth in this document . 25 Points b) Past service recommendations from current and previous customers . 20 Points c) Approach to project management and supervision of workers . 20 Points d) Cost of the service to the County over the term of the contact . 20 Points e) Proposer questionnaire . 15 points Page 20 of 22 SWORN STATEMENT UNDER SECTION 105. 08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS . 1 . This sworn statement MUST be submitted with Bid, Proposal or Contract No . 2012021 for Custodial Services for County Buildings 2 . This sworn statement is submitted by: (Name of entity submitting Statement) Whose business address is : and its Federal Employer Identification Number (FEIN) is 3 . My name is (Please print name of individual signing) and my relationship to the entity named above is 4 . I understand that an "affiliate" as defined in Section 105 . 08 , Indian River County Code, means : The term "affiliate" includes those officers, directors , executives , partners, shareholders, employees , members, and agents who are active in the management of the entity. 5 . I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows : Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild . Page 21 of 22 6 . Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies . ] Neither the entity submitting this sworn statement, nor any officers , directors , executives , partners , shareholders, employees , members, or agents who are active in management of the entity, have any relationships as defined in section 105 . 08 , Indian River County Code, with any County Commissioner or County employee . The entity submitting this sworn statement, or one or more of the officers, directors , executives , partners, shareholders, employees , members , or agents , who are active in management of the entity, have the following relationships with a County Commissioner or County employee : Name of Affiliate Name of County Commissioner Relationship or entity or employee ( Signature) (Date) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20_5 by , who is personally known to me or who has produced as identification. NOTARY PUBLIC SIGN : PRINT : Notary Public , State at large My Commission Expires : ( Seal) Page 22 of 22