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,