Loading...
HomeMy WebLinkAbout2009-017 Off. CUSTODIAL SERVICES AGREEMENT This Custodial Services Agreement ("Agreement" ) is entered into effective as of February 1 , 2009 , by and between Indian River County , a political subdivision of the State of Florida , 1801 27th Street , Vero Beach , FL 32960 (" County " ) and Heveron Group , Inc . , a Florida corporation , having a principal place of business at 1872 Commerce Avenue , Suite A , Vero Beach , FL 32960 , d /b/a Beachland Cleaning Service ( " Contractor" ) . BACKGROUND RECITALS A . The County issued a Request for Proposals for the furnishing of all labor , supervision , transportation , tools , equipment , and materials for the provision of custodial services in accordance with the specifications contained in the Request for Proposals . B . Pursuant to the Request for Proposals , the County ' s duly-constituted Contractor Selection Committee reviewed all of the proposals , and ranked the firms that responded to the Request for Proposals based on the evaluative criteria set forth in the Request for Proposals . C . Thereafter , the County issued a duly authorized " Request for Best and Final Offers " to the three firms that were shortlisted by the Contractor Selection Committee , and the Contractor Selection Committee again met to review the proposals and rank the firms that responded to . the " Best and Final Offers " request . D . The Contractor was the highest ranked respondent to the Request for Proposals and to the " Best and Final Offers " request ; and , on January 13 , 2009 , the County approved the Contractor Selection Committee recommendation to hire Contractor to provide the custodial services set forth in the Request for Proposals and this Agreement . E . Contractor is willing and able to perform the services as set forth in this Agreement on the terms and conditions set forth below . F . The County and the Contractor wish to enter into this Agreement for the custodial services as set forth below . NOW, THEREFORE , for good and valuable consideration , the receipt and sufficiency of which is hereby acknowledged , and intending to be legally bound hereby , the parties hereby agree as follows : 1 . DESCRIPTION OF COUNTY FACILITIES TO BE CLEANED . The facilities of the County that will be cleaned by Contractor , pursuant to this Agreement , are set forth in Exhibit "A" attached hereto and incorporated herein by this reference in its entirety . The County and Contractor acknowledge and agree that the start dates for all of the buildings will be February 11 2009 , and that no " Notice to Proceed " will be issued by the County to Contractor. 1 2 . SCOPE OF SERVICES ; EXCLUSIONS . The scope of custodial services provided under this Agreement , shall be as more specifically set forth in Exhibit " B " attached hereto and incorporated herein by this reference in its entirety ( " Services " ) and includes : routine daily cleaning ; project cleaning ; and daytime building attendant( s ) . The County and Contractor acknowledge and agree that the following are excluded from this Agreement : 1 ) Emergency cleanup required by fire , windstorm , rainstorm , or vandalism ; 2 ) Carpet cleaning ; and 3 ) Exterior window cleaning (the foregoing collectively " Excluded Items " ) . 3 . ADDITIONAL SERVICES , The County may , but is not obligated to , request that additional County facilities be added to the Services provided by the Contractor under this Agreement . The County and Contractor acknowledge and agree that the compensation for any such additional Services will be negotiated based on pricing that is consistent with , and comparable to , the compensation for similar County facilities covered under this Agreement . In addition , the County may , but is not obligated to , request that the Contractor provide one or more of the Excluded Items to certain County facilities . The County and Contractor acknowledge and agree that the compensation for any such Excluded Items will be negotiated based on pricing that is consistent with , and comparable to , the pricing extended to similarly-situated customers of Contractor . 4 . COUNTY RESPONSIBILITIES . During the term of this Agreement , the County shall : A) provide explanation of layout of individual buildings to familiarize the Contractor with applicable restrictions ; B ) provide training to Contractor for operation of security systems ; C ) provide emergency call list for all facilities to Contractor ; and D ) 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 ; and d ) Hand soap for dispensers . 5 . . COMPENSATION . The County shall pay the Contractor for the Services the monthly amounts set forth on Exhibit " C " attached hereto and incorporated herein by this reference in its entirety . Proper Invoices shall be submitted to the County ' s Finance Department in detail sufficient for proper prepayment and post payment audit . All payments for services shall be made to the Contractor by the County in accordance with the Local Government Prompt Payment Act (2008 ) , Florida Statutes Section 218 . 70 et seq . 6 . ADJUSTMENTS ; LOGS . 6 . 1 . The County and Contractor acknowledge and agree that the objective of the County under this Agreement is to obtain full cleaning in accordance with the specifications , frequency , and quality standards set forth herein for the complete performance of each cleaning job as identified . The County and Contractor acknowledge and agree that adjustments or deductions in the compensation payable hereunder will be made as determined by the Buildings and Grounds Division Superintendent in accordance with the following : ( 1 ) if any work 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 2 building in which the deficiency occurs and for the period of time the deficiency remains uncorrected ; (2 ) where toilets are not satisfactorily cleaned or serviced , a deduction will be made for the entire room ; ( 3 ) 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 . 2 . The Contractor shall maintain a log at each building to receive written communication from the occupants concerning unsatisfactory , omitted , or deficient work . Items listed in the log shall be corrected during the next shift the Contractor is on site . The Contractor' s employee correcting the situation shall place into the log the date and the time that the correction was made , along with their initials . Time allowances will be made for work requiring non-stock supplies or equipment not usually on hand . 7 . INSURANCE ; INDEMNIFICATION . 7 . 1 . The Contractor shall not commence the Services under this Agreement until it has obtained all insurance required under this Agreement , set forth in Exhibit " D " attached hereto and incorporated herein by this reference in their entirety , and such certificates of insurance have been approved by the County ' s Risk Manager. The cost of such insurance shall be included in the Contractor' s fee . The County , by and through its Risk Manager , reserves the right periodically to review any and all policies of insurance and reasonably to adjust the limits of coverage required hereunder, from time to time throughout the term of this Agreement . In such 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 may constitute a default by Contractor and may be grounds for termination of this Agreement by the County . 7 . 2 . In consideration of the sum of Fifteen and 00/ 100 Dollars ( $ 15 . 00 ) , the receipt and sufficiency of which is acknowledged by Contractor and payable separately from the contract fee , the Contractor shall indemnify and hold harmless the County and its agents and employees from and against all liabilities , claims , damages , losses , and expenses , including attorney's fees , arising out of or resulting from the performance of the Services under this Agreement , provided that any such liability , claim , damage , loss , or expense : a ) is attributable to bodily injury , sickness , disease or death , or to injury to or destruction of tangible property ( other than the work itself) , including the loss of use resulting therefrom ; and b ) is caused in whole or in part by any negligent , reckless or intentional act or omission of the contractor , and subcontractor , anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable , regardless of whether or not it is caused in whole or in part by the County . In any and all claims against the County or any of its agents or employees , by any employee of the Contractor , any subcontractor , anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable , the indemnification obligation under this Agreement shall not be limited in any way as to the amount or type of damages , compensation or benefits payable by or for the Contractor or any subcontractor under Workers ' Compensation Acts , disability benefit acts , or other employee benefit acts . 3 8 . TERM ; TERMINATION . 8 . 1 . Subject to sooner termination as provided herein , this Agreement will be for a period of one ( 1 ) year and may be renewed for two (2 ) additional periods of one ( 1 ) year each , subject to Contractor acceptance , satisfactory performance , and staffs determination that a renewal would be in the best interest of the County . 8 . 2 . This Agreement may be terminated : ( a ) by the County , for any reason , upon at least thirty ( 30 ) days ' prior written notice to the Contractor ; or ( b ) by the Contractor , for any reason , upon at least thirty ( 30 ) days ' prior written notice to the County ; or ( c) as may otherwise be provided below . In the event of 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 or released . 8 . 3 . In the event of termination by the County , the County 's sole obligation to the Contractor shall be payment for those portions of satisfactorily completed work under this Agreement . Such payment shall be determined by pro- rating the monthly charges due under this Agreement through and including the termination date . In the event of such termination , the County may , without penalty or other obligation to the Contractor , elect to employ other persons to perform the same or similar services . . 8 . 4 . 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 . 8 . 5 . In the event that the Contractor merges with another company , becomes a subsidiary of, or makes any other substantial change in structure , the County reserves the right to terminate this Agreement in accordance with its terms . 9 . INDEPENDENT CONTRACTOR . It is specifically acknowledged and agreed by the parties hereto that the Contractor is and shall be , in the performance of all Services and activities under this Agreement , an independent contractor , and not an employee , agent , or servant of the County . All persons engaged in any of the Services performed pursuant to this Agreement shall at all times , and in all places , be subject to the Contractor' s sole direction , supervision , and control , The Contractor shall exercise control over the means and manner in which Contractor and its employees perform the Services , and in all respects the Contractor' s relationship and the relationship of its employees to the County shall be that of an independent contractor performing solely under the terms of the Agreement and not as employees , agents , or servants of the County . 10 . MERGER ; MODIFICATION . 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 hereof that are not contained in this document . Accordingly , it is agreed 4 that no deviation from the terms hereof shall be predicated upon any prior or contemporaneous representations or agreements , whether oral or written . No alteration , change , or modification of the terms of this Agreement shall be valid unless made in writing and signed by the Contractor and the County . 11 . 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 , in the event of federal jurisdiction , in the United States District Court for the Southern District of Florida . 12 . REMEDIES ; NO WAIVER . All remedies provided in this Agreement shall be deemed cumulative and additional , and not in lieu or exclusive of each other or of any other remedy available to either party , at law or in equity . Each right , power and remedy of the parties provided 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 to do so in the event of a continuing or subsequent delinquency or default . A party ' s waiver of one or more defaults does not constitute a waver of any 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 . 13 . SEVERABILITY . If any term or provision of this Agreement , or the application thereof to any person 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 term and provision of this Agreement shall be deemed valid and enforceable to the extent permitted by law . 14 . AVAILABILITY OF FUNDS . The obligations of the County under this Agreement are subject to the availability of funds lawfully appropriated for its purpose by the Board of County Commissioners of Indian River County . 15 , NO PLEDGE OF CREDIT . The Contractor shall not pledge the County ' s credit or make it a guarantor of payment or surety for any contract , debt , obligation , judgment , lien , or any form of indebtedness . 16 . PUBLIC RECORDS , The Contractor shall comply with the provisions of Chapter 119 , Florida Statutes ( Public Records Law) in connection with this Agreement . 17 . NOTICES . Any notice , request , demand , consent , approval , or 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 commercial overnight courier service ; or ( c) Mailed 5 by registered or certified mail ( postage prepaid ) , return receipt requested at the addresses of the parties shown below : County Indian River County Attn : Lynn Williams , Project Manager 430543 rd Ave . , Vero Beach , FL 32960 Phone : ( 772 ) 226 - 3490 ; Facsimile : ( 772 ) 226- 3495 Contractor : Beachland Cleaning Service Attn : Thomas C . Heveron III 1972 Commerce Avenue , Suite A Vero Beach , FL 32960 Phone : ( 772 ) 569 -0799 , Facsimile : (772 ) 569 -0893 Notices shall be effective when received at the address as specified above . Facsimile transmission is acceptable notice effective when received , provided , however , that facsimile transmissions received ( i . e . , printed ) after 5 : 00 p . m , or on weekends or holidays , will be deemed received on the next day that is not a weekend day or a holiday . The original of the notice must additionally be mailed . Either party may change its address , for the purposes of this section , by written notice to the other party given in accordance with the provisions of this section . 18 . SURVIVAL . Except as otherwise expressly provided herein , each obligation in this Agreement to be performed by Contractor shall survive the termination or expiration of this Agreement . 19 . 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 plural , as the 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 draftsperson shall be inapplicable to this Agreement 20 . 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 . 21 . GENERAL . The Background Recitals are true and correct and form a material part of this Agreement . [ remainder of page left blank intentionally] 6 IN WITNESS WHEREOF , the County and the Contractor have caused this Agreement to be executed in their respective names as of the date first set forth above . Contra r : to P , INC . INDIAN RIVER COUNTY Board of County Commissioners (si n ) • as Cn , III , President B Wesley S . avis, Chwi-man' Witness : Attest : J . K . Barton , Clerks ( sign ) 6 By --� Printed name : Deputy ,Cferr; o Approved by BCC : Ja >uap R " Approved : B Jrrved B it , oun y Administrator As to formand legal sufficiency : B M ian E . Fell , Senior Assistant County Attorney Indian Rlvtr Q6 AjMroved Date Admin. Legal Budyei Dent. Risk Mgr, 7 EXHIBIT A Daytime Building Attendant (Judicial Center) and Administration Complex The Contractor shall provide and include the monthly cost of a fulltime employee (40 hours per week) for the purpose of attending to the daytime custodial needs of the above- specified buildings as a part of this Agreement . 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 . Address of Buildings : County Administration Complex 1800- 1801 27th Street Vero Beach , FI , 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 20th Place Vero Beach , FI . 32960 Approx . 7 , 500 sq . ft . Single story Administrative office building housing four separate divisions . Three restrooms , security system , primarily carpeted . Main Library 1600 21St St . Vero Beach , FI . 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 , FI . 32958 Approx . 46 , 000 sq . ft . 1 Single Story Public Library , heavy use . Primarily carpeted , ceramic the entrance ; five restrooms , security system , six day a week operation Health Department (HRS) 190027 th 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 th 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 . 43'd 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 4 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 rd 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 . 2 Sheriff's Administration Building 4141 41s' St . Vero Beach , A . 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 . ; 7/24 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 . Sheriff' s Mall Office 6200 20th Street ( Mail storefront) Vero Beach , FI . 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 . 3 EXHIBIT B Services ; Description of Contractor Requirements , Responsibilities , and Equipment Contractor Requirements 1 ) The Contractor must have been in the commercial custodial business for at least three ( 3 ) continuous years prior to the contract start date . 2 ) The Contractor must have provided commercial custodial services for at least 50 , 000 square feet at least once during each of those three years . 3 ) The Contractor' s proposed Project Manager must have at least five ( 5 ) years continuous experience in supervising commercial cleaning . A Resume must be provided . 4 ) The Contractor shall employ , at all times , the quality of supervision necessary for the performance of the work contained herein . 5 ) All personnel of the Contractor shall be capable employees qualified and trained in this type of work . 6 ) All personnel of the Contractor will be subjected to a criminal background check prior to beginning work . This will include citizenship status , criminal history and validation of Social Security number . 7 ) All personnel shall be identified by appropriate uniform , smock or other clothing article clearly displaying the Contractors business name . 8 ) All personnel shall comply with the instructions pertaining to conduct while working in County operated facilities . 9 ) The Contractor shall prohibit his employees from disturbing papers on desks opening desk drawers or cabinets , using telephones or other office equipment . 10 ) The Contractor shall be responsible for securing of all facilities after their work is complete . This may include setting of security systems , if provided . 11 ) The Contractor shall develop an emergency plan for all buildings , dealing with his employee ' s responsibilities and notification of County designated staff. 12 ) Neither the Contractor nor his employees shall permit individuals not employed by the contractor access to any County Facility with out express consent of the Buildings and Grounds Division . 13 ) Space provided within County buildings for use by the Contractor will be kept neat and orderly . 14 ) The Contractor will be responsible for providing a weekly supply order for Custodial supplies provided by the County and for the distribution and handling of those supplies when delivered to the appropriate locations within the buildings . 15 ) The Contractor will be responsible for maintaining all MSDS forms for any Contractor provided material used in County Facilities . 16 ) The Contractor may request specific cleaning products be added to those provided by the County . The request should be in writing with adequate information , including proposed use , approximate cost , expected quantities , etc . so as to allow evaluation of the request . Approval of the request will not be unreasonably withheld . 17 ) The Contractor will be responsible for the means and methods used in cleaning procedures . The County will provide , when available , specific instructions regarding the care of fixtures , finishes and materials in order to avoid errors or damage . 1 18 ) The County reserves the right to object to specific products or procedures that may cause an adverse effect to the Building or its occupants . Contractor Equipment 1 ) All Vacuums used in the completion of this work shall be equipped with HEPA filters . 2 ) The contractor shall maintain a log of filter changes for each vacuum . This log shall include , as a minimum , the date the filter was changed and the person completing the change . 3 ) All equipment required for the completion of this work will be responsibility of the Contractor . 4 ) All equipment will be properly maintained and operated in a safe manner at all times . Services 1 . Provide the owner with a continuous comprehensive custodial janitorial service . 2 . Provide sufficient staff and equipment to fulfill the requirements of this contract . 3 . Provide on -site supervision of all crews containing more than two (2 ) workers . 4 . Provide all required transportation to and from the various work sites . 5 . Provide services as outlined in duties and frequencies section of this document 6 . Provide necessary training of employees as may be required to fulfill the requirements of this contract . This may include attendance of training provided by supplier , manufacturers or contractors of the County . 7 . Provide all supplies necessary to fulfill the requirements of this contract including but not limited to , cleaners , polishers , disinfectants , waxes , rags , towels and necessary personnel safety items . Exclusions are listed separately . 7A . Indian River County Green Cleaning Policy . To insure the safety of the public and the employees of Indian River County as the occupants of County facilities , it shall be the policy of Indian River County that the use of any chemicals or materials used in the cleaning and maintenance of County facilities be certified green . If it is determined , for sanitary reasons , that a non -green product must be used , then it shall only be utilized at times when the employees and public are not within the confines of the facilities being cleaned or sanitized . Contractor shall provide a list of materials used in their daily cleaning routine and provide evidence of their certification as being a green product . Green cleaners are not regulated or certified by any government agency or department , including the Florida Department of Environmental Protection . However , there are several independent certifies that can be of assistance in finding green cleaners . They are : Green Seal Green Certified Products/Services ; EcoLogo Green products Database ; MBDC Cradle to Grave Certification . 8 . Provide pick up of County provided supplies from the Facilities Management Department and distribute to various County Facilities . Abide by established inventory controls . 9 . Provide monthly written self-appraisals of each building service using County provided forms . 10 . Provide for arming and disarming security systems and securing of buildings as part of normal duties . 2 11 . Provide for collection of recyclable materials from collection station to central point in building . MINIMUM ALLOWABLE FREQUENCIES Daily — Offices , Hallways and Common Areas Empty trash can ; replace liners , police building perimeter ; Empty and clean ashtrays and trash receptacles at entrances ( big and small ) ; Vacuum all carpeted areas and corridors throughout building ; Clean and sanitize drinking fountains and public telephones ; Spot clean walls , doors , trim and switch plates ; Clean elevator walls , floors , doors and door tracks ; Clean entrance doors and surrounding glass ( inside and out) ; Empty recycle containers and remove large recycle bins from bldg . ; Empty wastebaskets and remove trash from building ( replace liners) . Daily -- Restrooms Remove Trash ; Restock Paper Towels ; Restock Toilet Paper ; Refill Soap Dispensers ; Clean Mirrors ; Damp Wipe Counters and Sinks ; Sanitize Toilets ; Sanitize Urinals ; Clean Toilet ; Partitions ; Sweep and Damp Mop Floors ; Scrub Floors Under Urinals ; Clean Stainless with Stainless Cleaner WEEKLY Spot cleaning all carpeting , including all offices ; Dust all Flat Surfaces ; Monthly Dust all a/c vents and wall mounted fixtures in all corridors and offices ; Clean mildew off outside metal doors ; Dust all furniture and window ledges ; Damp wipe and sanitize inside and outside of waste receptacles ; Wash and spray buff all vinyl floor in kitchen and elevators ; Quarterly Strip and wax tile floors ; Dust light fixtures 3 EXHIBIT D INSURANCE REQUIREMENTS At least ten ( 10 ) days prior to February 1 , 2009 , Contractor shall procure , pay for , and maintain at least the following insurance coverage ' s and limits . 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 $ 2 , 000 , 000 . 00 , each occurrence ; and property damage of not less than $ 1 , 000 , 000 . 00 , each occurrence . ( Combined single limits of not less than $ 2 , 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 . 3 . Commercial Automobile and Truck liability covering owned , hired , and nonowned vehicles with combined single limits of not less than $2 , 000 , 000 . 00 , each occurrence . Coverage shall be on an " occurrence" basis , such insurance to include coverage for loading and unloading hazards . The required insurance shall be evidenced by delivery to the County of 1 ) certificates of insurance executed by the insurers listing coverages and limits , expiration dates and terms of policies and all endorsements whether or not required by the County , and listing all carriers issuing such 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 Agreement . 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 , 1840 25th Street Room N - 118 , Vero Beach , FL 32960- 3365 . 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 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 named insured . 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 . 1 EXHIB11col4T BEACHLAND SERVICE January 7, 2009 Indian River County Vero Beach, FL 32960 Attn. : Lynn Williams RE : Best and Final Offer sheet correction Sent Via Email: lwilliamsAirceov.com- Hand Delivered Dear Lynn, Upon review of our Best and Final Offer sheet, I located an error that was missed. The change does not affect the total monthly proposed cost, but the sheet does not balance due to an omission of the Supervisor of Elections bldg from the 43rd Ave Administration Annex. When the form for best and final offer was filled out there was an omission the 43rd Ave Admin Annex of the Supervisor of Elections bldg. Due to the work sheet I used and the fact that I had separated out the buildings in my original quote, the Elections building was omitted from the 43rd Ave total on the Best and Final Offer sheet. The total amount on our Best and Final Offer sheet is accurate because it was used from the work sheet. For that reason the line items on the Best and Final Offer sheet do not total up correctly. If added it is $ 1 ,203 . 00 short of the monthly total amount proposed. I have corrected the amount on the attached sheet to include the Elections Building. If you have any questions please feel free to contact me at anytime. Sincerely omas C . Heveron, CBSE President 1848 Commerce Ave, Vero Beach, Florida 32960 Phone (772) 229-9882 Fax (772) 5694893 www. heveron,erou,o. com www. CleaninzforaReason. org BOARD OF COUNTY COMMISSIONERS December 22, 2009 BEST AND FINAL OFFER PROPOSAL TO : INDIAN RIVER County Purchasing Department 1800 27" Street Vero Beach, Florida 32960 Project: Indian River County RFP # 2009016 Project Name Custodial Services for CgIM Buildings _ Indian River County, Florida The undersigned, as CONTRACTOR, declares that he/she has reviewed the plans and specifications for the scope of the project, visited the premises to review existing conditions and has reviewed the contractual documents thereto; and has read all special provisions furnished Prior to the opening of Proposal; that he/she has satisfied himself/herself relative to the work to be performed. The CONTRACTOR proposes and agrees, if this Proposal is accepted, to contract with the County in the form of the Work in full and complete accordance with the shown, described, and reasonable intended requirements of the plans, specifications and Contract documents to the full and entire satisfaction of the County. Company Name: Beachland Cleaning Service hereafter called "CONTRACTOR" , hereby submits the following Best and Final Offer. FACILITY MONTHLY AMOUNT ANNUAL AMOUNT County Administration Complex $ 14 , 2 91 . 0 0 $ 171 , 4 9 2 . 0 0 Administration Annex $ 565000 $ 6 , 780 . 00 Main Library $ 4 , 429 . 00 $ 531148e00 North County Library $ 2 , 418900 $ 2 9 , 016 . 0 0 Health Department $ 41159e00 $ 4 9 , 9 0 8 . 0 0 FACILITY MONTHLY AMOUNT ANNUAL AMOUNT Judicial Center $ 101840e00 $ 130 , 080000 43 Ave. Administration Annex $ 2 , 5 4 4 . 39 $ 3 0 , 5 3 2 . 5 6 Emergency Operations Center $ 1 , 1018 01 $ 13 , 212e12 North County Offices $ 315e00 $ 3 , 7 8 0 . 0 0 Sheriffs Administration Building $ 4 , 112 . 5 0 $ 491350e00 Sheriffs Mall $ 228 . 80 $ 21745e60 Veterans Service $ 400e83 $ 4 , 809 * 9 6 Total $ 45 , 404 . 53 $ $ 544 , 854 . 33 Proposed Contract Sum : Forty Five Thousand Four Hundred Four , 53 Total Proposal Amount eve hundred Forty Four thousand eight hundred fifty four . 33 Best and Final Offer = Written NOTE: If your staffing level will be different from that which was included in your original proposal, please submit a revised staffing level breakdown on additional sheet(s) with this submittal. The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and attachments hereto . Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Respectfully Submitted, Beachland C1 an ' Service 1848 Commerce Ave Address Vero Beach , FL 32960 guthonzed Signature City, State, Zip Code President 7� 72 ) 569 _ 0799 Title Phone � 9 Date Signed E-mail: Z40 X)ed (4 P 2:�;�