Loading...
HomeMy WebLinkAbout2018-046D. AgNeemen't ` ' | | Subdivision ofthe State ofRor�a TH|�AG���K8ENT�by�ndbetween|NDU�NR�ERODUNTYaPo�cm�u ��k�n organized and existing undertheLaws ofthe State ufFlorida, (hereinafter called OWNER) and CER LSignature Cleaning (heneinoftercalled CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, aQreeasfollows: BACKGROUND RECITALS: A. Through the competitive 'Request forPnmposa|(RpP)pnncesa the COUNTY has selected CONTRACTOR to provide cust6di - al services at various facilities as more fully set forth in Exhibit I (Required Duties and Frequencies) and Exhibit 2 (Contractor's Price Proposal Form) attached to this Agreement and made a part hereof by this reference. B. The proposed work consists ofscheduled custodial services at County -owned facilities, as.clescribed in |ities,os.describedin th.e Request for Proposal document (RFP 2018018, issued on November 15, 2017, "RFP") ("Services"). C. The CONTRACTOR is willing and able to perform the Services for the COUNTY on the terms and conditions set forth below; and D. The COUNTY and the CONTRACTOR wish to enter into this Agreement for the Contractor's Services for the Project. NOW THEREFORE, in accondanoe'vvbh the mutual covenants herein contained and other good arid valuable consideration, the receipt and sufficiency ofwhich are hereby acknowledged, the parties agree as 1. GENERAL. 1.1 The Background Recitals are true and correct and form a material part of this Agreement.. 1.I[ONTRA[7OKw8provideyervicesatthefoUow\n8fad|ities: Group 4_ North County Library, 1001 Fellsmere Rd., (CR 512), Sebastian, FL 2. COUNTY OBLIGATIONS. �.1 The COUNTY will provide explanation of layout ofinJ,ividua| buildings and familiarization with any ` 2.2 The COUNTY shall provide training for operation ofsecurity systems. 2.3 The COUNTY shall provide emergency caU&t for all facilities. 2.41 The COUNTY shall provide the following supplies for utilization for restrooms and offices: 1 o. Paper towels for dispensers b. Toilet paper c. trash can liners d. Hand soap for dispensers 3. RESPONSIBILITIES OFTHE CONTRACTOR. 3.1 The CONTRACTOR agrees to provide the services in accordance with the scope of the RFP. 3.2 The CONTRACTOR shall, during the entire term of this Agreement, procure and keep in full force, effect, and good standing any and all necessary licenses, registrations, certificates, permits, and any and all other authorizations as are required by local, state, or federal law, in order for the CONTRACTOR to render its Services asdescribed inthis Agreement. BAlist ofholidays the service will not beprovided for the term of the Agreement is attached as Exhibit 3.4 The CONTRACTOR shall be responsible for any and all -damage to COUNTY equipment, furnishings and facilities directly attributable to his or her negligence or cleaning practices. 3.5 CONTRACTOR shall provide all necessary equipment to execute the work under this Agreement. Such equipment shall bemaintained and operated inasafe manner a¢all times. ` a. Vacuums used shall be equipped with HEPA filters. CONTRACTOR shall have available a log showing the date and responsible party for replacing the filter cartridge. 3.6 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 ofthe facilities being cleaned ursanitized. CONTRACTOR shall provide alist of materials used in their daily cleaning routine and provide evidence of their -certification as being a green product. 3.7 No person shall be excluded from participation in, denied the benefits of, or ot herwise subjected to discrimination in regard to the Sen/ices to be performed by CONTRACTOR under this Agreement. CONTRACTOR does hereby covenant and agree that in connection with the furnishing of Services to the COUNTY, it shall not discriminate on the basis of rate, color or national origin, sex, sexual orientation, gender, identity, age and/or disability. Through the course of providing the Services to the County, CONTRACTOR shall affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act ufl9Q7and the Florida Civil Rights Act of 1992, eswell asall other applicable - regulations, guidelines and standards. 3.8 The CONTRACTOR will cooperate fully with the COUNTY in order that all work may be properly 3.9 The CONTRACTOR shall not assign or transfer any work under this Agreement without the prior written consent of the COUNTY. 4.' TERM OF AGREEMENT. 4.1 This AgreementshaU remain in effect for a term of one year, unless otherwise sooner terminated as provided herein. The Initial Tenn may be extended by mutual consent of the parties hereto for a maximum two additional one-year terms. S. COMPENSATION. 51 CONTRACTOR shall bill the COUNTY monthly, after completion ofwork. All payments for services shall be made to the CONTRACTOR by the COUNTY in accordance with the Local Government Prompt Payment Act, as may be amended from time to time (Section 218.70, Florida Statutes, et seq.). No advance orprepayment will occur. 52 Adjustments shall be made to compensation due under any of the following circumstances: o. ifany work which is scheduled for daily, weekly or monthly performance is omitted or unsatisfactorily performed, the CONTRACTOR will be notified in writing of the failure or omission. An adjustment or deduction may be made from any monies due or to become due the CONTRACTOR. Adjustments or deductionswill be consistent with the persquarefoot rateforthe buildingthe deficiency occurs and forthe period uftime the deficiency remains uncorrected. b. 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. 6. INSURANCE AND INDEMNIFICATION. 61 The CONTRACTOR shall not commence work on this Agreement until it has obtained aU.|nsuronce required under this Agreement and such insurance has been approved by the COUNTY's Risk Manager. 6.2 CONTRACTOR shall procure and maintain, for the duration of this Agreement, the minimum insurance coverage as set forth herein 6.2.1 Workers' Compensation: To meet statutory limits in compliance with the Workers' Compensation Law ofFlorida. This policy must include employers' liability with alimit $I,)8UUOUfor each accident $500,000 disease policy Umit and $100,000 disease each employee. Such policy shall include a waiver of subrogation as against Owner on account of injury sustained by an employee(s) of the CONTRACTOR. 6.2.2 General Liability: Aper occurrence form pokcy, including Premise Operations, Independent Contractors, Products and Completed Operations including X, C, U (Explosion, Collapse,Underground) Broad Form Property Damage, Broad Form Property Damage Endorsement, with a combined single limit of not less than $1,000,000 general aggregate to include products/completed operations, personal injum/advert,\sin8 liability, fire damage /legal liability, and medical payments. Limits can be layered with an Excess Liability Policy (Umbrella), 6.2.3 Business Automobile Liability: Coverage shall include Owned vehicles and Hired/Non-Owned $1,0D0,O00/mmbinedsingle limit (BodilyDamage); personal injury protection — statutory limits; $1U000Ouninouned/undehnoueedmotorist; $IOUOU0/hi,ed/non'oumedauto liability. Limits can be layered with Excess Liability Policy (Umbrella). BContractor's insurance coverage shall beprimary. 6.4 All required insurance policies shall be placed with insurers licensed to do business in Florida and 6.5 The insurance policies procured shall be occurrence forms, not claims made policies. 6.6 A certificate of insurance shall be provided to the COUNTY's Risk Manager for review and approval, ten (1U)days prior tocommencement ofany work under this Agreement. The, COUNTY shall benamed as an additional insured on all policies except workers' compensation and professional liability. 6.7The insurance companiesseksctedshaUsendxvrh1enverificationtothe[OUNTY's RiskMana8erthat they will provide 3Odays priorwrittennoticetotheO]UNTYsRbkManaQerofhsintenttocance|ormodify any required policies ofinsurance. 6.8The COUNTY, byand through its Risk Manager, reserves the right periodically toreviexvanyan all policies of insurance and to reasonably adjust the limits of coverage required hereunder, from time to time throughout the term ofthis Agreement. |nsuch event, the -COUNTY shall provide the CONTRACTOR with separate written notice of,such adjusted limits and CONTRACTOR shall comply within thirty (30) days of receipt thereof. The failure by CONTRACTOR to provide such additional coverage shall constitute a default by'CONTRACTOR and shall be grounds for termination of this Agreement by the COUNTY. 6.9 The CONTRACTOR shall indemnify and hold harmless the COUNTY, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorn 'feos,ahdng out of or related to the negligence, recklessness, or intentionally wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the' performance of this Agreement. 7. TERMINATION. 7.1 This Agreement may be terminated: (a) bythe COUNTY, for any reason, upon sixty (60) days prior written notice to the CONTRACTOR; or (b) by the CONTRACTOR, for any reason,* upon sixty (60) days' prior written notice to the COUNTY; or (c) by the mutual agreement of the parties; or d) as may otherwise be provided below. In the event of the termination of this Agreement, any liability of one party to the other arising out of any Services rendered, or for any act or event occurring prior to the termination, shall not be terminated urreleased. TZ |nthe event oftermination bythe COUNTY, the OJUNTY'ssole obligation tothe CONTRACTOR shall bepayment for those portions ofsatisfactorily completed work. Such payment shall 6edetermined onthe basis of the hours of work performed by the CONTRACTOR, the percentage of workcompleted as estimated by the CONTRACTOR and agreed upon by the COUNTY up to the time of termination. |ntheevert of such termination, the COUNTY may, without penalty or other obligation to the CONTRACTOR, elect to employ other persons 10perform the same orsimilar services. 4 7.3 The obligation to provide services under this Agreement may be terminated by either party upon seven (7) days prior written notice in the event of substantial failure by the other party to perform in accordance with the terms of this Agreement through no fault of the terminating party. 7.4 In the event that the CONTRACTOR merges with another company, becomes a subsidiary of, or makes any other substantial changeinstructure, the COU NTYreserves the right toterminate this Agreement upon 30 days written notice. 7SThe COUNTY may terminate this Agreement inwhole orinpart ifthe CONTRACTOR submits afalse invoice to the COUNTY. 8. K4|S[ELUANOUSPROVISIONS. 8.1 Independent Contractor. |tbspecifically understood and acknowledged bythe parties hereto that t he CONTRACTOR or employees of the Contractor are in no way to be considered employees of the COUNTY, but,are independent contractors performing* solely under the terms of the Agreement and not otherwise. 8.2 Request for Proposals. It is specifically understood and acknowledged by the parties hereto that all of the requirements set forth in the Request for Proposals dated December 1, 2014 (including addenda I through 3)shall beincorporated herein. 8.3 Merger; Modification. Except asset forth inSection 8.2above, this Agreement incorporates and includes all prior and contemporaneous negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings of any nature whatsoever concerning the subject matter of the Agreement that are not contained inthis document. Accordingly, bbagreed that nodeviation from the terms hereof shall be predicated upon any prior or contemporaneous representations or agreements, whether oral orwritten. No alteration, change, or modification of the terms of this Agreement shall be valid unless made inwriting and signed bythe CONTRACTOR and the COUNTY. 8.4 Governing Law; Venue. This Agreement, including all attachments hereto shall be construed according to 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, inthe event of federal jurisdiction, in the United States District Court for the Southern District of Florida. 8.5 Remedies; No Waiver, All remedies provided inthis Agreement shall bedeemed cumulative and additional, and not in lieu or exclusive of each other or of any other remedy available to either party,at law orinequity. Each right, power and remedy of the parties provided for in this Agreement shall be cumulative and concurrent and shall be in addition to every other right, power or remedy provided for in this Agreement or now or hereafter existing at law or in equity or by statute or otherwise. The failure of either party to insist upon compliance by the other party with any obligation, or exercise any remedy, does not waive the right tnsointhe event ofacontinuing orsubsequent delinquency ordefault. Aparty's waver ofone ormore defaults does not constitut� a waiver ufany other delinquency or default. If any legal action 'or other proceeding is brought for the enforcement of this Agreement or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Agreement, each party shall bear its own costs. 5 8.6 Severability. If any term or provision of this Agreement or the application thereof to any p erson or circumstance shall, to any extent, be held invalid or unenforceable for the remainder of this Agreement, then the application of such term or provision to persons or circumstances other than those as to which it is held invalid or unenforceable shall not be affected, and every other termand provisionofthis Agreement shall be deemed valid and enforceable to the extent permitted by law. OJ Availability of Funds.'The obligations of the COUNTY under this Agreement are subject to the availability offunds lawfully appropriated for its purpose ' the Board ufCounty Commissioners ofIndian River County. 8.8 No Pledge of Credit. The CONTRACTOR shall not pledge the 0UNTY'scredit ormake ka guarantor of payment or surety. for any contract, debt obligation, judgment, lien or any form of indebtedness. 8.9 Notices: Any notice, -request, demand, consent, approval, o, other communication required or permitted by this Agreement shall be given or made in writing and shall be served, as elected by the party giving such notice, by any of the following methods: (a) Hand delivery to the other party (b) Delivery by cnmmerc\a|nvernightoouhersenvime;ur(c)PNaikedbynegistenedorcertUNedTnai\(pogoAepnepoid),return receipt requested atthe addresses ofthe parties shown below: County: Indian River County Attn: Chuck Belcher 43UGA43rdAvenue Vero Beach, FL3Z967 Facsimile: (772)226'3485 Contractor: CER Signature Cleaning Attn: Charles Ross 446643mCourt Vero Beach, Florida 3Z967 Notices shall be effective when received a1the address asspecified above. Email transmission isacceptable notice effective when received, provided, however, that emaibreceived after 5:OUp.m.oronweekends or holidays, will be deemed received on the next day that is not a weekend day ora holiday. The original of the notice must additionally bemailed. Either party may change its address, for the purposes ofthis section, by written notice to the other party given in accordance with the provisions of this section. 8i10 Survival. Except as otherwise expressly provided herein, each obligation in this Agreement to be performed byCONTRACTOR shall survive the termination orexpiration nfthis Agreement. 8.11 Construction. The headings of the sections of this Agreement are for the purpose of convenience only, and shall not be deemed to expand, limit, or modify the provisions contained in such Sections. All pronouns and any variations thereof shall be deemed to refer to the masculine, feminine or neuter, singular or'plur6l, as thii identity of the party or parties may require. The parties hereby acknowledge and agree that each was properly represented by counsel and this Agreement was negotiated and drafted at arm's length so that the judicial rule of construction to the effect that a legal document shall be construed against the Aroftspersonshall beinapplicable tothis Agreement w 8.12 Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original copy and all of which shall constitute but one and the same instrument. 8.13 Sovereign Immunity. Nothing in this Agreement is intended to, or shall be interpreted to, constitute a waiver or limitation of the COUNTY's sovereign immunity. 9. CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: (1) This Agreement (pages 1 to 16 , inclusive of referenced exhibits); (2) Certificate(s) of Liability Insurance (3) Request for Proposals 2018018 (4) Addenda (numbers 1 to inclusive); (5) CONTRACTOR'S Submitted Proposal; (6) Drug Free Workplace Form (pages 23 to 23 , inclusive) (7) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 20 to 21 , inclusive); (8) The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s). 10. Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: {1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time_ at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. 7 (3) Ensure that public records that are exempt orconfidential and exempt from public records disclosure requireme�sare not d�c�sodexcept asouthor�edby�vxfor the durat�nof the contract term and fnUovvn0completion ofthe contract ifthe contractor does not transfer the records tothe County. WA Upon completion ofthe contract, transfer, atnocost, tothe County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records.to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shallmeet all applicable requirements for retaining public, records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems ofthe County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119L FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,; CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: ' ` (772) 226-1424 Indian River County Office of the County Attorney 180127 th Street Vero Beach, FL 32960 C Failure of -the Contractor to comply with these requirements shall be a material breach of this 1l.Federal Clauses 1131 OWNER and CONTRACTOR will adhere to the following, as applicable to this work: A-Conmp!hancexxiththeContrnctVVmrkRoursondSofetyStandardsAnt (1) Overtime requirements. No contractor or subcontractor ountmcfin8 for any part of the contract work which may require orinvolve the employment of laborers or mechanics shall -require orpermit any such laborer ormechanic inany workweek inwhich he or she isemployed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic re ' ceives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of fortyhours insuch workweek. (2) Violation; liability for unpaid Wages; liquidated damages,. |nthe event ofany violation nfthe clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be'liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer o/ mechanic, including E. watchmen and guards employed in violation of the clause set forth in paragraph (1) ofthis section, in the sum of $10 for each calendar day on which such individual was required or permitted towork inexcess ofthe standard workweek offorty- hours without payment ofthe overtime wages required by the clause set forth in paragraph (1) of this section. (3)Withholding for unpaid wages and liquidated damages. OWNER shall upon its own action or upon written request of an authorized representative of the Dep�rtment of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same,prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. .(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or |ovve: tier subcontractor with the clauses set forth in paragraphs (1)throuQh(4)ofthis section. B.Clean Air Act: (I)The contractor agrees tu comply with all applicable standards, orders or regulations issued pursuant tothe Clean Air Act, asamended, 4ZU.I[. § 74U1etseq. (2) The contractor agrees to report each violation to the OWNER and understand s and agrees that the OWNER will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmenta|ProtecLion Agency Regional Office, asappropriate. ' (3) The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed \nwhole orinpart with Federal assistance provided byFEMA. Federal Water Pollution Control Act: (1) The contractor agrees to comply with all applicable standards, orders orregulations issued pursuant to the FecleralWater Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The contractor agrees to report each violation to the OWNER and understands and agrees that the OWNER will, in turn, repo�teach violation as required to assure notification to the State of Florida, Federal Emergency K4ahagementAgency, and the appropriate Environmental Protection Agency Regional Office, asapplicable. (3) The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed inwhole orinpart with Federal assistance provided byFEMA. C Energy Policy and Conservation Act—TheContractoragveestocomplywithmandatory standards and policies relating to energy efficiency which -are contained in the state energy .conservation plan issued in compliance with the Energy Policy and Conservation Act. D.Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. g 180.995), or its affiliates (defined at2C.F.R. § 180.905) are excluded (defined at C.F.R. y1DO.94D)ordisqualified (defined atIC.F.H.§1OO.935). 9 (I) Thecontractormustcompk/vvithlC.F.R.pt.1O8 subpart [ and Z[.F.R.pt. 300U subpart[. and must include a requirement to comply with these regulations in any lower tier covered transaction itenters into. (3) This certification is a material representation of fact relied upon by Indian River County. If it is later determined that the contractor did not comply with 2 C.F.R. p1. lOO, subpart [and 2 C.F.R. pt. 3000, subpart [, in addition to remedies available to the State of F|orida*ond Indian River County, the Federal Government may pursue available remedies, including but not limited tn suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart, C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance inits lower tier covered transactions. Procurement ofRecycled/Recovered K8atehab: (1) In the performance of this contract the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii)Meeting contract performance requirements; nr (iii)Ata reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines we bsite, The list ofEPA'designoLe items is available at F. Access to Records: The following access to records requirements apply tothis contract: (I) The contractor agrees to provide Indian -River County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions, (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever orto copy excerpts and transcriptions as reasonably needed. (3)The contractor agrees tnprovide the FEMA Administrator orhis authorized nepnese»tatives access to construction or other work sites pertaining to the vvork'being completed under the contract. G. DHS Sea[Logo, and Flags: The contractor'shaUnot use Department of Homeland Security (DHS) seal(s),logos, crests, orreproductions of flags orlikenesses ofDHS agency officials without specific FEMApre'approvai H. Compliance with Federal Law, Regulations, and Executive Orders: This is an acknowledgement that FEMA financial assistance will beused tnfund the contract only. The contractor viUcomply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and i No Obligation by Federal Government: The Federal Government is not a partyto this contract and is not subject to any obligations or liabilities to nonfed/ra| entity, contractor, orany other party pertaining to any matter res.ulting from the contract. 10 I Program Fraud and False orFraudulent Statements orRelatedActs: Thecontractorac acknowledges that that3IU.S.C[hap.38(AdminbtmtiveRcmedksforFabe[|ainaand3tat*ments) applies tothe contractor's actions pertaining tothis contract. K Affirmative Steps: CONTRACTOR shall take the following affirmative steps to ensure minority business women's business enterprises and labor surplus area firms are used when possible: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists. . (2) Ensuring that small and minority businesses and women's business enterprises are solicited whenever they are potential sources. (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises. (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises. (5) Using the services.and assistance of the Small Business Administration and the Minority Business Development Agency ofthe Department ofCommerce. 11 IN WITNESS WHEREOF, OVV0BR and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed uridentified bvOWNER and CONTRACTOR orontheir behalf. This Agreement will beeffective on— March 6 2[[��he date the Agreement is approved bvthe Indian RkerCounty BoardofCounty Commissioners, which |sthe Effective Date otthe OWNER: ' INDIAN RIVER COUNTY 8y:_/��� 8y Jason E. Bi APPROVED AS By: Dylan R�it ` Jeffrey County Attorney Designated Representative: Chuck Belcher Facilities Manager 43OSA43rdAvenue Vero Beach, Fl. 32967 (772)226-349O 12 SEAL Address for giving notices: License No. (Where Agent for service of process: Address' Phone: 7AI'07 (if CONTRACTOR is a corporation or a partnership, attach evidence ofauthority tosign] Exh.ibit 1 - Required 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/da'ys, traffic or specific use patterns. The County shall be 'the sole determination of acceptable standards. ' Minimum Allowable Frequencies Daily — Offices, Hallways and Common Areas ° 'Empty trash cans; replace liners, police building perimeter for trash ° Empty and clean ashtrays and trash receptacles atentrances (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 nut). ° Empty recycle containers and place materials in designated bins outside the building ° Empty wastebaskets and narnovetnash/ronn building (replace liners) Vacuum all floors and corridors (both carpet and tile) throughout building Daily —R8stro0nny ` ° Remove Trash ° RestockPaperTovve|s ° Restock Toilet Papep ° 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 clean all floors, including all offices ° Dust all Flat Surfaces Monthly ' ° Dust all a/c vents and wall mounted fixtures inall 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 Exhibit 2 Contractor's Submitted Price Proposal Form 2018018 RFP for Custodial Services 11 {r„ d�� 3� •�, i,`. fir, r i a KIII3 f, ":Illll. r ?� '►, �` "' Proposers may submit pricing on one or more groups, however no company will be awarded more than one group. facility° ,. __ Mor thlY AtviaurMt�"AnnualrAmourit Group 1: Judicial Complex: Judicial Center $ /OX 0 , pct $ exq(� . 0 Main Library $��" �? _127 Total for Group 1: Judicial Complex 2 $ n 94Y4.2 Group 2: Administrative Complex " Excluding Tax Collectors Office: County Administration Buildings A & B_ $ /"a r i -o , 0 e) OV Health Department $ r 2v 00 $ 417 0 Y . 0 c� Total for Group 2: Administrative Complex Excluding Tax Collector's Office $ f 6 0 V) � $ fir! � f 47,"V l Group 3: 43'd Avenue Complex 43rd Ave. Administration Annex $ 71 0 C $ Gk . '70 Emergency Operations Center 0 9 $ c elan , 0 0 Traffic Operations Center _$ $p�5; _.._/000, UP j° $ f1?c100a (2-0 _.._-._...._....._—_. Sheriff's Administration Buildings Sheriff's Human Resources. (modular) $_� Gl $ c" Sheriff's Crime Scene Facility $ Ile 01' $ Sheriff's Hangar _ Sheriff's Mail Office _.. _ $ x,00. a 0 $ c ' Total for Group 3: 43rd Avenue Complex __.._.........:....__._ ..__ __.. $�' 3 (11 PO Group 4: North County Library ? .. North County Library .................__ $' �' $ °`r{�� £w Total for Group 4: North County Librar _._ Group 5. Tax Collector Facilities. $i ..._._. North County Offices $fjt'{a c�ic Vero Beach Tax Coll Collector Office $ _ . $ G0 4, i ce', _._ Total for Group 5: Tax Collector Facilities Page. 24 of 40 2O1DU18RFP for Custodial Services 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 so.licitation shall not be cause to alte r any resulting contract or request additional Name of Firm Authorized Signature Title Date Signed, �4 - /L 4, -13, Id Address city, State, Zip Code Phone E-mail U Page 2iof4U Group 1:JUdicial Complex: Judicial Center $ 09 ?_ $ tic( Main Library Group 2: Administrative Complex: Health Department '09Y Group 3: 43,d Avenue Complex $ a*7� 43rd Ave. Administration Annex Emergency Operations Center o7S— Traffic Operations Center Y, —0-__ Sheriffs Administration Building 07�� Sheriff's Human Resources (modular) *0 Sheriff's Crime Scene Facility $ 0.2-s— Sheriff's Mall Office 2-S Group 4:. North County Facilities North County Library Group 5: Tax Collector Facilities North County Offices 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 so.licitation shall not be cause to alte r any resulting contract or request additional Name of Firm Authorized Signature Title Date Signed, �4 - /L 4, -13, Id Address city, State, Zip Code Phone E-mail U Page 2iof4U Exhibit 3 — Scheduled Holidays The following Holidays will beobserved during the initial term ofthe agreement (MarchJ,3O18 through,February 29, 2019) Holiday CountnObservanc6 Good Friday Fnday, March ]O,2O1D Memorial Day Monday, May* 28,ZO18 Independence Day Wednesday, July 4,JO18 Labor Day Monday, September 3,2OI8 Veterans Day Monday, November 12,ZD1O ` Thanksgiving Day Thursday, November 2Z,ZO18 Day after Thanks8iving Frida .NovennberI3^2DID Christmas Eve d Monday, Christmas Day, Tuesday December 25,ZO28 New Year's Day Tuesday, January 1,ZO19 ' Martin Luther King Jr. Day Monday, January 21,2O19* *(tentative—pending CY2019holiday calendar approval by BCC) ` / L,