HomeMy WebLinkAbout10/17/2014 Agreement vt
' ibAlk, ,,W0,,i,'• `7,4s
'' , ' VA v-s`;% %.?:. 3 CPA
,,..z,„,..,,,,,,,„ ,,,, ,
,: :,,. 4 ,5-3 _
i . Wit--.. :
' ‘ -,,.*gzir\>. ;.� . , CLERK OF CIRCUIT COURT & COMPTROLLER
a MONROE COUNTY,FLORIDA
OGy , �v
ca ioIDA
DATE: January 2, 2015
TO: Dent Pierce, Director
Public Works Division
ATTN: Alice Steryou
FROM: Lindsey Ballard, D.C
At the October 17, 2014, Board of County Commissioner's meeting the Board granted approval
and execution of Items:
Item C29 Exercise the First Option to Renew the Contract with Culver's Cleaning Company for
Janitorial Services at Veteran's Memorial Park Restrooms, Little Duck Key, Monroe County. This
contract is funded in full by Tourist Development Funds.
Item C30 Renew the Contract with U. S. Water Services Corporation for the operation and
maintenance of the wastewater treatment plant for the Roth Building, Monroe County, on a month to
month basis.
JItem C31 Award bid and Execute a Contract with Stockton Maintenance Group, Inc. (SMG) for
janitorial services at the May Hill Russell Library and Department of Juvenile Justice Building, second
floor.
Item C34 Exercise the First Option to Renew the Contract with Air Mechanical & Service Corp. for
a full maintenance program for the two centrifugal chillers at Jackson Square.
Enclosed is a duplicate original of the above mentioned executed on behalf of Monroe County for your
handling. Should you have any questions,please feel free to contact me.
cc: County Attorney
Finance
File,/
ED 500 Whitehead Street Suite 101,PO Box 1980,Key West,FL 33040 Phone:305-295-3130 Fax:305-295-3663
3117 Overseas Highway,Marathon,FL 33050 Phone:305-289-6027 Fax:305-289-6025
88820 Overseas Highway,Plantation Key,FL 33070 Phone:852-7145 Fax:305-852-7146
I • Ia •15U7-
AGREEMENT FOR JANITORIAL SERVICES
MAY HILL RUSSELL LIBRARY AND
DEPARTMENT OF JUVENILE JUSTICE BUILDING—SECOND FLOOR
This Agreement is made and entered into this /711''_ day of oC , 2014, between
MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida, whose
address is 1100 Simonton Street, Key West, Florida 33040, and Stockton Maintenance Group, Inc.
(SMG) ("CONTRACTOR"), a Florida corporation, whose address 1975 Sansbury Way, Suite 116,
West Palm Beach, FL 33411.
WHEREAS, COUNTY desires to provide janitorial services for the May Hill Russell Library
and/or the Department of Juvenile Justice Building—Second Floor: and
WHEREAS, CONTRACTOR desires and is able to provide janitorial services to the May Hill
Russell Library and/or the Department of Juvenile Justice Building—Second Floor; and
WHEREAS, it serves a legitimate public purpose for CONTRACTOR to provide janitorial
services to the May Hill Russell Library and/or the Department of Juvenile Justice Building — Second
Floor, now therefore,
IN CONSIDERATION of the mutual promises and covenants contained herein, it is agreed as
follows:
1. THE AGREEMENT
The Agreement consists of this document,the bid documents, exhibits, and any addenda only.
2. SCOPE OF THE WORK:
MAY HILL RUSSELL LIBRARY
The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and
safety devices required in the performance of same for the May Hill Russell Library, located at 700
Fleming Street in Key West, Florida, consisting of approximately 13,137 square feet (see attached
Exhibit"A") and serving an average of 900 people per day,. As per the 2012—2013 fiscal year statistics.
A. Restroom sanitation shall include the following on a daily basis:
i. All floors swept, loose dirt removed.
ii. Wash and disinfect floor
iii. Stall partitions damp cleaned.
iv. All commodes, urinals, basins and vanities shall be scoured and disinfected.
v. All urinal traps shall be specially cleaned and disinfected.
vi. All sanitary napkin receptacles will be cleaned, waste disposed, and disinfected.
vii. All supplies shall be replaced (paper goods, soap, etc.).
viii. All other work necessary to maintain a clean and sanitary condition in these
restrooms shall be accomplished, whether it is specifically noted in these specifications or not.
Bid Award Agreement October 2014
NOTE: Key West Library has two (2) male public restrooms with one (1) toilet and one (1) urinal each,
two (2) female public restrooms, one with one (1) toilet (auditorium family restroom) and one with two
(2)toilets, and one (1) employee restroom with one (1) toilet.
B. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water
fountains are to be polished periodically.
C. General Cleaning shall be completed daily, and should include the following:
i. All tile floors are to be dusted and mopped with water and floor cleaners.
ii. All furniture and furnishings to be dusted and spot cleaned.
iii. Low ledges, sills, rails, tables, shelving, baseboards, etc. to be wiped with a damp
cloth to reduce the amount of dust in the building.
iv. All trash and recycle receptacles emptied, and trash can liners replaced.
v. All upholstered furniture to be vacuumed.
vi. All vinyl-covered furniture to be wiped.
vii. All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the
Orek.
D. Weekly janitorial services to include:
i. All glass partitions, doors, mirrors, windows, etc. to be cleaned and/or polished,
both the inside and outside of the glass entryway doors.
ii. Obvious scuff marks shall be removed from resilient flooring.
iii. All door vents cleaned.
E. Monthly janitorial services to include:
i. All high dusting (i.e. pictures, door frames, air vents, tops of book shelves, etc.)
ii. All walls dusted monthly
iii. All air conditioning vents, supply and return air grilles cleaned.
iv. All Venetian blinds on windows to be dusted.
F. The Contractor shall insure all exterior doors are locked while they are servicing the
building and upon their departure. The Contractor is not to let anyone in the building except janitorial
staff.
G. Janitorial services will be six (6) days a week, on the days the library is open(currently
Monday through Saturday, excluding holidays), beginning at 7:00 a.m., and finishing no later than the
Library opening time of 9:30 a.m. Should the Contractor need additional time to complete the scope of
work, a mutually agreed upon schedule between the Contractor and the Library allowing the Contractor
to start prior to 7:00 a.m. may be implemented.
H. The Contractor shall be responsible to coordinate the work with the County Lower Keys
Facilities Maintenance Office, contact phone (305) 292-4431 or (305) 292-4436, Monday through
Friday, 8:00 to 5:00 pm. The Contractor shall perform the work during hours and time as specified.
I. Keys shall be issued to the Contractor by the area representative at the start of the
Contract. Written confirmation of receipt of keys shall be signed by the Contractor. The Contractor
shall return all keys as issued upon expiration of the contract or termination.
J. The contractor shall be responsible for the cost of changing locks, etc., for all keyed
secured areas for which the Contractor does not return the keys.
Bid Award Agreement October 2014
K. The Contractor shall report any problems regarding open doors and/or vandalism to the
Facilities Maintenance Department,telephone (305) 292-4431 or(305) 292-4436.
L. The Contractor shall provide all supplies necessary for the cleaning performance of his
work under the contract. All supplies, including but not limited to, hand soap, paper towels, toilet paper,
and trash can liners, shall be supplied by the Contractor. The Contractor will be given access to 2
storage closets, one in the lounge for their exclusive use and to which only they shall have the keys, and
one at the rear entrance where they may store pails, mops, and other needed supplies and equipment.
M. Additional Services: (shall be performed once in every three month period, and shall be
included in the bidding price.)
i. Resilient Flooring shall be swept/dust mopped and stripped. After application of
three coats of wax, areas shall be buffed sufficiently for maximum gloss and uniform sheen from wall to
wall, including corners. The waxed floor shall present a clean appearance free from scuff marks or dirt
smears. Furniture and/or other equipment moved during floor stripping and waxing shall be returned to
their original positions.
ii. Dry Cleaning, Steam Cleaning, or Shampooing Carpets and Rugs shall be
vacuumed of all loose soil and debris prior to cleaning, and shall be free of streaks, stains and spots, and
shall have a bright uniform color upon completion of dry cleaning, steam cleaning or shampooing.
DEPARTMENT OF JUVENILE JUSTICE BUILDING — SECOND FLOOR —
APPROXIMATELY 20,000 SQUARE FEET
The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and
safety devices required in the performance of same for the DEPARTMENT OF JUVENILE JUSTICE
BUILDING, SECOND FLOOR located at 5503 College Road, Key West, FL. Services listed below are
to be conducted only during the hours of 8:00 AM to 5:00 PM Monday through Friday. A mutually
agreed upon schedule will be developed with the minimum services to include, but not limited to, the
following:
A. GENERAL OFFICE CLEANING (two times per week)
i. Tile floors—dust mopped and/or damp mopped
ii. Furniture and Furnishings-Dusted and spot cleaned
iii. Low ledges, sills, rails &baseboards dusted and spot cleaned
iv. Trash and recycle containers emptied and liners changed
v. Vacuum carpets
vi. Carpeting spot cleaned
B. RESTROOM SANITATION (Monday through Saturday)
i. Floors swept and loose dirt removed
ii. Floor washed, disinfected and mopped
iii. Stall partitions damp cleaned
iv. Commodes, urinals, basins &vanities scoured and disinfected.
v. All supplies replaced with sufficient stock to last through the next cleaning day
(includes hand soap, paper towels &toilet paper)
vi. Trash receptacles emptied and liners replaced.
vii. Mirrors polished
C. PUBLIC AREAS/HALLWAYBREAKROOM (Monday through Saturday)
Bid Award Agreement October 2014
i. Low ledges, sills, rails and baseboards dusted and spot cleaned
ii. Drinking fountains cleaned and polished
iii. Trash and recycle receptacles emptied and liners replaced, recycled material shall
be transported to exterior recycling bin
iv. Furniture and furnishings dusted and spot cleaned
v. Upholstered furniture vacuumed
vi. Tile floors dust mopped and/or damp mopped
D. FITNESS ROOM MAINTENANCE (Monday through Saturday)
i. Same as RESTROOM SANITATION as described above
ii. Vacuum and damp mop both tile and rubber matted flooring
iii. Clean mirrors
iv. Low ledges, sills,rails and baseboards dusted and spot cleaned.
v. Drinking fountain cleaned and polished.
vi. Trash receptacles emptied and lined
vii. Clean all gym-equipment seats and handles with disinfectant
viii. Clean all gym equipment base/housing on a weekly basis
ix. Keep paper towel dispensers (2)well stocked
E. ELEVATOR MAINTENANCE (Monday through Saturday)
i. Clean and disinfect interior car walls,holding bars, and push buttons
ii. Vacuum and damp mop floor
iii. Vacuum door track
F. PERIODIC SERVICES
i. Floors buffed once a month
ii. Floors stripped and refinished once per year
iii. All door vents cleaned weekly
iv. All high dusting—monthly
v. All interior windows washed every other week.
vi. Clean/Shampoo all carpeted areas every six (6) months
vii. Clean all A/C vents in all offices and hallways once per month
viii. Sweep out, mop and dust STAIRWELLS once per month.
GENERAL SPECIFICATION (Both Facilities)
Contractor agrees to use and provide documentation for whole-building cleaning and
maintenance practices, using
A. Sustainable cleaning chemicals (non-disinfecting) that meet the requirements of Green
Seal's GS-37 and/or EPA's Design for the Environment program
B. Use of micro-fiber wipes, dust cloths and dust mops in place of paper wipes and where
paper products are used, including hand towels, use of products that contain at least 30% recycled
content and which are recyclable
C. Floor care products (Finishers and Sealers) shall be durable and slip resistant and the
finish shall be free of zinc (metal-free) or shall meet the requirements of Green Seal's GS-40 and/or
Environmental Choice's CCD-47 and/or EPA's Design for the Environment program
Bid Award Agreement October 2014
D. Carpet care products shall meet the requirements of GS-37 and/or CCD-148
E. Proper training of Contractor's personnel in the hazards, use, maintenance and disposal of
cleaning chemicals, dispensing equipment and packaging
F. Use of hand soaps that do not contain antimicrobial agents, except where required by health
codes and that meet Green Seal GS-41A standard
G. Use of cleaning equipment that reduces impacts on Indoor Air Quality.
3. PAYMENTS TO CONTRACTOR
A. COUNTY'S performance and obligation to pay under this agreement, is contingent upon
annual appropriation by the Board of County Commissioners.
B. COUNTY shall pay in accordance with the Florida Local Government Prompt Payment
Act; payment will be made after delivery and inspection by COUNTY and upon submission of invoice
by CONTRACTOR.
C. CONTRACTOR shall submit to COUNTY invoices with supporting documentation
acceptable to the Clerk, on a monthly schedule in arrears. Acceptability to the Clerk is based on
generally accepted accounting principles and such laws, rules and regulations as may govern the Clerk's
disbursal of funds.
D. MONTHLY FEE FOR JANITORIAL SERVICES FOR MAY HILL RUSSELL
LIBRARY:
One Thousand, Four Hundred Ninety Dollars and Forty Three Cents
AMOUNT WRITTEN OUT
$ 1,490.43
E. MONTHLY FEE FOR JANITORIAL SERVICES FOR DEPARTMENT OF JUVENILE
JUSTICE BUILDING— SECOND FLOOR
Two Thousand, Four Hundred Thirty One Dollars and Seventy Cents
AMOUNT WRITTEN OUT
$ 2,431.70
4. TERM OF AGREEMENT
This Agreement shall commence on_November 01 , 2014, and ends upon October 31, 2015,
unless terminated earlier under paragraph 18 of this Agreement.
The COUNTY shall have the option to renew this Agreement for up to an additional two (2) one
year periods at terms and conditions mutually agreeable to the parties, exercisable upon written notice
given at least 30 days prior to the end of the initial term. Unless the context clearly indicates otherwise,
references to the"term" of this Agreement shall mean the initial term of one (1) year.
The Contract amount may be adjusted annually in accordance with the percentage change in the
U.S. Department of Commerce Consumer Price Index (CPI-U) for all Urban Consumers as reported by
the U.S. Bureau of Labor Statistics at December 31 of the previous year using the most recently
published indicator.
5. ACCEPTANCE OF CONDITIONS BY CONTRACTOR
Bid Award Agreement October 2014
CONTRACTOR has, and shall maintain throughout the term of this Agreement, appropriate
licenses. Proof of such licenses and approvals shall be submitted to the COUNTY upon request.
6. FINANCIAL RECORDS OF CONTRACTOR
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting principles
consistently applied. Each party to this Agreement or their authorized representatives shall have
reasonable and timely access to such records of each other party to this Agreement for public records
purposes during the term of the Agreement and for four years following the termination of this
Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid to
CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement,
the CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS,
running from the date the monies were paid to CONTRACTOR.
7. PUBLIC ACCESS
Pursuant to Florida Statute §119.0701, Contractor and its subcontractors shall comply with all public
records laws of the State of Florida, including but not limited to:
(a) Keep and maintain public records that ordinarily and necessarily would be required
by Monroe County in the performance of this Agreement.
(b) Provide the public with access to public records on the same terms and conditions
that Monroe County would provide the records and at a cost that does not exceed the cost
provided in Florida Statutes, Chapter 119 or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost, to
Monroe County all public records in possession of the contractor upon termination of this
Agreement and destroy any duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. All records stored electronically
must be provided to Monroe County in a format that is compatible with the information
technology systems of Monroe County.
The County shall have the right to unilaterally cancel this Agreement upon violation of this provision by
Contractor.
8. HOLD HARMLESS AND INSURANCE
Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement,
Contractor shall defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed
officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any
litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of
injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or
expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party
by reason of, or in connection with, (A) any activity of CONTRACTOR or any of its employees, agents,
sub-contractors or other invitees during the term of this AGREEMENT, (B) the negligence or willful
misconduct of CONTRACTOR or any of its employees, agents, sub-contractors or other invitees, or (C)
CONTRACTOR's default in respect of any of the obligations that it undertakes under the terms of this
AGREEMENT, except to the extent the claims, actions, causes of action, litigation, proceedings, costs
or expenses arise from the intentional or sole negligent acts or omissions of the COUNTY or any of its
employees, agents, contractors or invitees (other than CONTRACTOR). Insofar as the claims, actions,
causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur
Bid Award Agreement October 2014
during the term of this AGREEMENT, this section will survive the expiration of the term of this
AGREEMENT or any earlier termination of this AGREEMENT.
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements
contained elsewhere within this agreement. Failure of CONTRACTOR to comply with the requirements
of this section shall be cause for immediate termination of this agreement.
Prior to execution of this agreement, CONTRACTOR shall furnish the COUNTY Certificates of
Insurance indicating the minimum coverage limitations in the following amounts:
WORKERS COMPENSATION AND EMPLOYER'S LIABILTIY INSURANCE. Where applicable,
coverage to apply for all employees at a minimum statutory limits as required by Florida Law.
COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE.
Motor vehicle liability insurance, including applicable no-fault coverage, with limits of liability of not
less than $100,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property
Damage Liability. If single limits are provided, the minimum acceptable limits are $100,000.00 per
person, $300,000.00 per occurrence, and $50,000.00 property damage. Coverage shall include all
owned vehicles, all non-owned vehicles, and all hired vehicles.
COMMERCIAL GENERAL LIABILITY. Commercial general liability coverage with limits of liability
of not less than $100,000.00 per occurrence combined single limit for Bodily Injury Liability and
Property Damage Liability.
EMPLOYEE DISHONESTY. The Contractor Shall purchase and maintain, throughout the term of the
contract, Employee Dishonesty Insurance which will pay for losses to County property or money caused
by the fraudulent or dishonest acts of the Contractor's employees or its agents, whether acting alone or
in collusion of others. The minimum limits shall be $10,000 per Occurrence
CERTIFICATES OF INSURANCE.
Original Certificates of Insurance shall be provided to the COUNTY within fifteen (15) days of the
award of Bid and certified copies provided if requested. Each policy certificate shall be endorsed with a
provision that not less than thirty (30) calendar days' written notice shall be provided to the COUNTY
before any policy or coverage is canceled or restricted. The underwriter of such insurance shall be
qualified to do business in the State of Florida. Monroe County shall be named as an additional insured
on the Vehicle Liability and Commercial General Liability insurance. If requested by the County
Administrator, the insurance coverage shall be primary insurance with respect to the COUNTY, its
officials, employees, agents and volunteers.
MONROE COUNTY MUST BE NAMED AS AN ADDITIONAL INSURED ON ALL LIABILITY
POLICIES, EXCEPT WORKER'S COMPENSATION.
9. NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of COUNTY
and CONTRACTOR in this Agreement and the acquisition of any commercial liability insurance
coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be
deemed a waiver of immunity to the extent of liability coverage, nor shall any Agreement entered into
by the COUNTY be required to contain any provision for waiver.
10. INDEPENDENT CONTRACTOR
Bid Award Agreement October 2014
At all times and for all purposes under this agreement CONTRACTOR is an independent
contractor and not an employee of the Board of County Commissioners of Monroe County. No
statement contained in this agreement shall be construed so as to find CONTRACTOR or any of his
employees, subcontractors, servants, or agents to be employees of the Board of County Commissioners
of Monroe County.
11. NONDISCRIMINATION
CONTRACTOR agrees that there will be no discrimination against any person, and it is
expressly understood that upon a determination by a court of competent jurisdiction that discrimination
has occurred, this Agreement automatically terminates without any further action on the part of any
party, effective the date of the court order. CONTRACTOR agrees to comply with all Federal and
Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but
are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits
discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of
1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis
of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits
discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC
ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and
Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug
abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation
Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or
alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-
3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the
Civil Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the sale,
rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 1201 Note),
as maybe amended from time to time, relating to nondiscrimination on the basis of disability; 10) Any
other nondiscrimination provisions in any Federal or state statutes which may apply to COUNTY and
CONTRACTOR to, or the subject matter of, this Agreement.
12. ASSIGNMENT/SUBCONTRACT
CONTRACTOR shall not assign or subcontract its obligations under this agreement to others,
except in writing and with the prior written approval of the Board of County Commissioners of Monroe
County and CONTRACTOR, which approval shall be subject to such conditions and provisions as the
Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or
subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement.
Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose
any additional obligation upon the board.
13. COMPLIANCE WITH LAW AND LICENSE REQUIREMMENTS
In providing all services/goods pursuant to this agreement, CONTRACTOR shall abide by all
laws of the Federal and State government, ordinances, rules and regulations pertaining to, or regulating
the provisions of, such services, including those now in effect and hereinafter adopted. Compliance with
all laws includes, but is not limited to, the immigration laws of the Federal and State government. Any
violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this
agreement and shall entitle the Board to terminate this Agreement. CONTRACTOR shall possess
proper licenses to perform work in accordance with these specifications throughout the term of this
Agreement.
Bid Award Agreement October 2014
14. DISCLOSURE AND CONFLICT OF INTEREST
CONTRACTOR represents that it, its directors, principles and employees, presently have no
interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with
the performance of services required by this contract, as provided in Sect. 112.311, et. seq., Florida
Statutes. COUNTY agrees that officers and employees of the COUNTY recognize and will be required
to comply with the standards of conduct for public officers and employees as delineated in Section
112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing
business with one's agency; unauthorized compensation; misuse of public position, conflicting
employment or contractual relationship; and disclosure or use of certain information.
Upon execution of this contract, and thereafter as changes may require, the CONTRACTOR
shall notify the COUNTY of any financial interest it may have in any and all programs in Monroe
County which the CONTRACTOR sponsors, endorses, recommends, supervises, or requires for
counseling, assistance, evaluation, or treatment. This provision shall apply whether or not such program
is required by statute, as a condition of probation, or is provided on a voluntary basis.
COUNTY and CONTRACTOR warrant that, in respect to itself, it has neither employed nor
retained any company or person, other than a bona fide employee working solely for it, to solicit or
secure this Agreement and that it has not paid or agreed to pay any person, company, corporation,
individual, or firm, other than a bona fide employee working solely for it, any fee, commission,
percentage, gift, or other consideration contingent upon or resulting from the award or making of this
Agreement. For the breach or violation of the provision, the CONTRACTOR agrees that the COUNTY
shall have the right to terminate this Agreement without liability and, at its discretion, to offset from
monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or
consideration.
15. NO PLEDGE OF CREDIT
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. CONTRACTOR
further warrants and represents that it has no obligation or indebtedness that would impair its ability to
fulfill the terms of this contract.
16. NOTICE REQUIREMENT
Any notice required or permitted under this agreement shall be in writing and hand delivered or
mailed, postage prepaid, to the other party by certified mail, returned receipt requested, to the following:
FOR COUNTY: FOR CONTRACTOR:
Monroe County Stockton Maintenance Group
Facilities Maintenance Department 1975 Sansbury's Way, Suite 116
3583 South Roosevelt Boulevard West Palm Beach, FL 33411
Key West, Fl. 33040 Doug Riordan, President/Owner
and
County Attorney
Post Office. Box 1026
Key West, FL 33041-1026
17. TAXES
COUNTY is exempt from payment of Florida State Sales and Use taxes. CONTRACTOR shall
not be exempted by virtue of the COUNTY'S exemption from paying sales tax to its suppliers for
Bid Award Agreement October 2014
materials used to fulfill its obligations under this contract, nor is CONTRACTOR authorized to use the
COUNTY'S Tax Exemption Number in securing such materials. CONTRACTOR shall be responsible
for any and all taxes, or payments of withholding, related to services rendered under this agreement.
18. TERMINATION
A. The COUNTY or CONTRACTOR may terminate this Agreement for cause with seven
(7) days notice to CONTRACTOR. Cause shall constitute a breach of the obligations of either party to
perform the obligations enumerated under this Agreement.
B. Either of the parties hereto may cancel this agreement without cause by giving the other
party sixty (60) days written notice of its intention to do so.
19. GOVERNING LAW,VENUE,INTERPRETATION, COSTS,AND FEES
This Agreement shall be governed by and construed in accordance with the laws of the State of
Florida applicable to Agreements made and to be performed entirely in the State. In the event that any
cause of action or administrative proceeding is instituted for the enforcement or interpretation of this
Agreement, the COUNTY and CONTRACTOR agree that venue will lie in the appropriate court or
before the appropriate administrative body in Monroe County, Florida.
20. MEDIATION
The COUNTY and CONTRACTOR agree that, in the event of conflicting interpretations of the
terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation
prior to the institution of any other administrative or legal proceeding. Mediation proceedings initiated
and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil
Procedure and usual and customary procedures required by the circuit court of Monroe County.
21. SEVERABILITY
If any term, covenant, condition or provision of this Agreement (or the application thereof to any
circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent
jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be
affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be
valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the
remaining terms, covenants, conditions and provisions of this Agreement would prevent the
accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to
reform the Agreement to replace any stricken provision with a valid provision that comes as close as
possible to the intent of the stricken provision.
22. ATTORNEY'S FEES AND COSTS
COUNTY and CONTRACTOR agree that in the event any cause of action or administrative
proceeding is initiated or defended by any party relative to the enforcement or interpretation of this
Agreement, the prevailing party shall be entitled to reasonable attorney's fees and attorney's fees, in
appellate proceedings. Each party agrees to pay its own court costs, investigative, and out-of-pocket
expenses whether it is the prevailing party or not,through all levels of the court system.
23. ADJUDICATION OF DISPUTES OR DISAGREEMENTS
COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to
be resolved by meet and confer sessions between representatives of COUNTY and CONTRACTOR. If
Bid Award Agreement October 2014
no resolution can be agreed upon within 30 days after the first meet and confer session, the issue or
issues shall be discussed at a public meeting of the Board of County Commissioners. If the issue or
issues are still not resolved to the satisfaction of COUNTY and CONTRACTOR, then any party shall
have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law.
24. COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating to the
formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree
to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings,
and other activities related to the substance of this Agreement or provision of the services under this
Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be
required to enter into any arbitration proceedings related to this Agreement.
25. BINDING EFFECT
The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the
benefit of COUNTY and CONTRACTOR and their respective legal representatives, successors, and
assigns.
26. AUTHORITY
Each party represents and warrants to the other that the execution, delivery and performance of
this Agreement have been duly authorized by all necessary COUNTY and corporate action, as required
by law.
27. CLAIMS FOR FEDERAL OR STATE AID
CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for, seek,
and obtain federal and state funds to further the purpose of this Agreement; provided that all
applications, requests, grant proposals, and funding solicitations shall be approved by each party prior to
submission.
28. PRIVILEGES AND IMMUNITIES
All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules
and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity
of officers, agents, or employees of any public agents or employees of the COUNTY, when performing
their respective functions under this Agreement within the territorial limits of the COUNTY shall apply
to the same degree and extent to the performance of such functions and duties of such officers, agents,
volunteers, or employees outside the territorial limits of the COUNTY.
29. LEGAL OBLIGATIONS AND RESPONSIBILITIES
This Agreement is not intended to, nor shall it be construed as, relieving any participating entity
from any obligation or responsibility imposed upon the entity by law except to the extent of actual and
timely performance thereof by any participating entity, in which case the performance may be offered in
satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be
construed as, authorizing the delegation of the constitutional or statutory duties of the COUNTY, except
to the extent permitted by the Florida constitution, state statute, and case law.
30. NON-RELIANCE BY NON-PARTIES
Bid Award Agreement October 2014
No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to
enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program
contemplated hereunder, and the COUNTY and the CONTRACTOR agree that neither the COUNTY
nor the CONTRACTOR or any agent, officer, or employee of either shall have the authority to inform,
counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities,
have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the
community in general or for the purposes contemplated in this Agreement.
31. ATTESTATIONS
CONTRACTOR agrees to execute such documents as the COUNTY may reasonably require, to
include a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement.
32. NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or agreement of
any member, officer, agent or employee of Monroe County in his or her individual capacity, and no
member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or
be subject to any personal liability or accountability by reason of the execution of this Agreement.
33. EXECUTION IN COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which shall be regarded
as an original, all of which taken together shall constitute one and the same instrument and any of the
parties hereto may execute this Agreement by signing any such counterpart.
34. SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of reference
only, and it is agreed that such section headings are not a part of this Agreement and will not be used in
the interpretation of any provision of this Agreement.
35. PUBLIC ENTITY CRIME INFORMATION STATEMENT
A person or affiliate who has been placed on the convicted vendor list following a conviction for
a public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public entity, may not be
awarded or perform work as a Construction Manager, supplier, subcontractor, or consultant under a
contract with any public entity, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from
the date of being placed on the convicted vendor list."
36. MUTUAL REVIEW
This agreement has been carefully reviewed by Contractor and the County therefore, this
agreement is not to be construed against either party on the basis of authorship.
37. INCORPORATION OF BID DOCUMENTS
The terms and conditions of the bid documents are incorporated by reference in this contract
agreement.
Bid Award Agreement October 2014
38. ANNUAL APPROPRIATION
The County's performance and obligation to pay under this agreement is contingent upon an
annual appropriation by the Board of County Commissioners. In the event that the County funds on
which this Agreement is dependent are withdrawn, this Agreement is terminated and the County has no
further obligation under the terms of this Agreement to the Contractor beyond that already incurred by
the termination date.
IN WITNESS WHEREOF, COUNTY and CONTRACTOR hereto have executed this
Agreement on the day and date first written above in four (4) counterparts, each of which shall, without
or,accounting for the other counterparts, be deemed an original contract.
/- }` >(SEAL) BOARD OF COUNTY COMMISSIONERS
AM�;Y HEAVILIN, CLERK OF MONROE CO TY, LORIDA
s By By:
-Deputy Jerk ayo
Date: 001-vbev 17r`', 2O1 Date: OC €` / 7rh ?ON-
Witnesses for CONTRACTOR:
Signa e of person authorized to
Signa legally bind Corporation
Date: ZC. /
c'C. /‘e S , Aic4.10(4Ns
Date Print Name
Address: /7 7-s-- x#(1.6,
ignature we;9 ` -t441_ -�-FI �� .24-6/ &ew-e9-2,
Telep one Number
Date
M .O COU 07NEY
P OVED S •/�;
PEDR J MERCADO
Date
Bid Award Agreement October 2014
2013 / 2014
MONROE COUNTY BUSINESS TAX RECEIPT
EXPIRES SEPTEMBER 30, 2014
RECEIPT# 29240-112485
Business Name: STOCKTON MAINTENANCE GROUP
Owner Name: DOUGLAS RIORDAN Business Location: MO CTY
Mailing Address: KEY WEST, FL 33040
1975 SANSBURY'S WAY SUITE 116 Business Phone: 561-684-8922
WEST PALM BEACH, FL 33411 Business Type: MOBILE(JANITORIAL SERVICE/FACILITY
MAINTENANCE )
3
Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid
12.50 0.00 12.50 0.00 0.00 0.00 12.50
Paid 103-13-00004453 05/02/2014 12. 50
THIS BECOMES A TAX RECEIPT Danise D. Henriquez, CFC,Tax Collector THIS IS ONLY A TAX.
WHEN VALIDATED PO Box 1129, Key West, FL 33041 YOU MUST MEET ALL
COUNTY AND/OR
MUNICIPALITY PLANNING
AND ZONING REQUIREMENTS.
MONROE COUNTY BUSINESS TAX RECEIPT
P.O. Box 1129, Key West, FL 33041-1129
EXPIRES SEPTEMBER 30, 2014
Business Name: STOCKTON MAINTENANCE GROUP RECEIPT# 29240-112485
Business Location: MO CTY
Owner Name: DOUGLAS RIORDAN KEY WEST, FL 33040
Mailing Address: Business Phone: 561-684-8922
1975 SANSBURY'S WAY SUITE 116 Business Type: MOBILE (JANITORIAL SERVICE/FACILITY
WEST PALM BEACH, FL 33411 MAINTENANCE )
3
Tax Amount Transfer Fee Sub-Total Penalty Prior Years Collection Cost Total Paid
12.50 0.00 I 12.50 0.00 0.00 0.00 12.50
Paid 103-13-00004453 05/02/2014 12.50
8/22/2014 Detail by Entity Name
FLORIDA DEPARTMENT OF STATE - g •;,
DIVISION Or CORPORATIONS .5�n61Z -"'' � L
Detail by Entity Name
Florida Profit Corporation
STOCKTON MAINTENANCE GROUP, INC.
Filing Information
Document Number P94000082723
FEI/EIN Number 650529033
Date Filed 11/09/1994
State FL
Status ACTIVE
Effective Date 11/03/1994
Principal Address
1975 SANSBURYS WAY
SUITE 116
WEST PALM BEACH, FL 33411
Changed: 03/04/2004
Mailing Address
1975 SANSBURYS WAY
SUITE 116
WEST PALM BEACH, FL 33411
Changed: 03/04/2004
Registered Agent Name & Address
RIORDAN, DOUGLAS S
1975 SANSBURYS WAY -
SUITE 116
WEST PALM BEACH, FL 33411
Address Changed: 03/04/2004
Officer/Director Detail
Name & Address
Title PVST
RIORDAN, DOUGLAS S
1975 SANSBURYS WAY, SUITE 116 ,.
http:/lsearch.sunbiz.org/Inq uiry/Corporati onSearch/SearchResultDetai I/EntityN ame/dome-p94000082723-c194a180-793a-431 a-a16e-94bfcd78087a/Stockton%2... 1/3
;I
If
JANITORIAL SERVICES I;
MAY HILL RUSSELL LIBRARY and/or DEPARTMENT OF JUVENILE JUSTUCE BUIDLILNG—SECOND FLOOR, MONROE '.
COUNTY, FLORIDA r1,1
NON-COLLUSION AFFIDAVIT `1
ii,
iI
I. Doug Riordan of the city of West Palm Beach according to law
on my oath,and under penalty of perjury,depose and say that: Wi
President!Owner �:.
I. I am �.,u.
Of the firm Of Stockton Maintenance Group
�1
the bidder making the Proposal for the project described in the Notice for Calling for bids for:
l'�' �
+)`
Ili.,
JANITORIAL SERVICES MAY HILL RUSSELL LIBRARY and/or DEPARTMENT OF JUVENILE JUSTUCE BUIDLILNG-SECOND FLOOR.MONROE COUNTY FLORIDA i%
It fir,
tt• Y•
and that I executed the said proposal with full authority t do so: IP
the prices in this bid have been arrived at independently without collusion, consultation, communication or '!r Ii:
agreement for the purpose of restricting.competition, as to any matter relating to such prices with any other bidder or `I(
with any competitor; y r#5j
•
•
• is 1 };f
3. unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed j+ ,i
by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirect) to an f"<
other bidder or to any competitor; and y' y 4e, ;
6
1410
I riY 4- no attempt has been made or will be made b the bidder to induce any other person, partnership or corporation to itO
submit,or not to submit,a bid for the purpose of restricting competition; i alb
tt"+ii'd
5. the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County I` +I'
relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. ? }'4
'•
na re of Bid r (Da e) 11'
• I„r
•
STATE OF:
Ali i�A
COUNTY OF: —�- 4,--10,-.e._-.4.-------- •
"A
Iii
PERSONALLY APPE, ED BEFORE ME, the undersigned r )
g .authority, �0�2�.9N who, al'11
after first being sworn'by e,(name of individual signing)affixed his/her signature in the space provided above on this II '
9 day of 20/V, ,1,0
,t);I
. �j
iso.' , ELAINE MOSCHE NOTARY PU LIC
�) MY COMMISSION#EE 960 !�+'
My Commission Expire ( % EXPIRES:March 01.2ot6 J
1-800.1-NOTARY
•
',IP.
Bid Documents 3_3 K r1'1,
May 2014 ,,•,
't1
. IN
1,-,,-. JANITORIAL SERVICES
MAY HILL RUSSELL LIBRARY and/or DEPARTMENT OF JUVENILE JUSTUCE BUIDLILNG—SECOND FLOOR, MONROE
COUNTY, FLORIDA
LOBBYING AND CONFLICT OF INTEREST FORM
SWORN STATEMENT UNDER ORDINANCE NO. 10-1990
MONROE COUNTY. FLORIDA
ETHICS CLAUSE
Doug Riordan / Stockton Maintenance Group warrants that he/it has not employed, retained or
0 otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance
O.O. No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach
011. or violation of this provision the County may, in its discretion, terminate this contract without liability and may
0 also, in its discretion. deduct from the contract or purchase price, or otherwise recover, the full amount of any fee,
PIO
commission, percentage, gift, or consideration paid to the former County officer or employee.
PO
1.0 -- �.,r-
PO (signat re)
Date:
"-7-/V —/
Plb STATE OF a1
pm
COUNTY OF / /3.....0--,a_c_44.__
pm
pm
•
Pe PER' NALLY APPEARED BEFORE ME, the undersigned authority,
1.-- 1„jG5 ,'o.eo,¢•J who, after first being sworn by me, a fixed his/her signature(name of individual
0 signing) in the space provided above on this 9 day of . 20 / 1..
TARY PUBLIC
My commission expires:
ELAINE MOSCHETTI
111. N MY COMMISSION a EE170960
0 OMB - MCP FORM #4 ' EXPIRES:March 01,2016
El.Notary Uscounl Assoc.Co.
I.gpp.J.NOTARY
Oa s
p 4
pm
Pi Bid Documents 3-4 • May 2014
pm
pm
JANITORIAL SERVICES
MAY HILL RUSSELL LIBRARY and/or DEPARTMENT OF JUVENILE JUSTUCE BUIDLILNG—SECOND FLOOR, MONROE
COUNTY, FLORIDA
DRUG-FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that:
Stockton Maintenance Group
(Name of Business)
I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free
workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the
statement specified in subsection (I).
4. In the statement specified in subsection (I), notify the employees that, as a condition of working on the commodities or
ille contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of
any conviction of,or plea of guilty or nolo contendere to,any violation of Chapter 893 (Florida Statutes)or of any controlled •
-
Pe substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after
such conviction.
pm
pis 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such
is available in.the employee's community,or any employee who is so convicted.
Ple
a6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
t
.Bidder's Sim"store
,_,,,fri
Raw
Date
.
010
PON
illl
OMB -MCP../5
pis
pm
o
pit
Bid Documents 3-5 May 2014
la
Oil .
"...,,: .
JANITORIAL SERVICES
MAY HILL RUSSELL LIBRARY and/or DEPARTMENT OF JUVENILE JUSTUCE BUIDLILNG—SECOND FLOOR, MONROE
COUNTY, FLORIDA
Bidder's/Respondent's Insurance and Indemnification Statement
Insurance Requirement Required Limits
Worker's Compensation Statutory Limits
Employer's Liability $100,000/$500,000/$100,000
Oa
General Liability $300,000 Combined Single Limit or
$1 00,000/$300,000/$50,000
ile
06 Vehicle Liability $100,000 Combined Single Limit or
$50,000/$1 00,000/$25,000
111.
lit Employee Dishonesty $10,000 per Occurrence
0606 MONROE COUNTY MUST BE NAMED AS AN ADDITIONAL INSURED ON ALL LIABILITY
POLICIES, EXCEPT WORKER'S COMPENSATION.
IA
Ole INDEMNIFICATION AND HOLD HARMLESS FOR CONTRACTOR
0 Notwithstanding any minimum insurance requirements prescribed elsewhere in this agreement, Contractor shall
defend, indemnify and hold the COUNTY and the COUNTY's elected and appointed officers and employees
0 harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings,
appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty
poi
a or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to. or
sustained by, any indemnified party by reason of, or in connection with, (A) any activity of CONTRACTOR or any of
Flo
its employees, agents, sub-contractors or other invitees during the term of this AGREEMENT, (B) the negligence or
willful misconduct of CONTRACTOR or any of its employees, agents, sub-contractors or other invitees, or (C)
10 CONTRACTOR's default in respect of any of the obligations that it undertakes under the terms of this
AGREEMENT, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses
01. arise from the intentional"or sole negligent acts or omissions of the COUNTY or any of its employees, agents.
contractors or invitees (other than CONTRACTOR). Insofar as the claims, actions, causes of action, litigation,
SO proceedings. costs or expenses relate to events or circumstances that occur during the term of this AGREEMENT,this
001 section will survive the expiration of the term of this AGREEMENT or any earlier termination of this AGREEMENT.
The first ten dollars ($10.00) of remuneration paid to the Contractor is consideration for the indemnification provided
for above. .
Riff The extent of liability is in no way limited to. reduced, or lessened by the insurance requirements contained elsewhere
oat
within this agreement.
Orn This indemnification shall suncive the expiration or earlier termination of the Contract.ea BIDDER'S / RESPONDENT'S STATEMENT
I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the
requirements.
Doug Riordan -��
Bidder/Respondent Stgna ure
0
0 Bid Documents 3-6 May 2014
0
i
7
t.-
•
JANITORIAL SERVICES
MAY HILL RUSSELL LIBRARY and/or DEPARTMENT OF JUVENILE JUSTUCE BUIDLILNG—SECOND FLOOR,MONROE
COUNTY,FLORIDA
INSURANCE AGENT'S STATEMENT
I have reviewed the above requirements with the responder named below. The following deductibles apply to the
corresponding policy.
POLICY DEDUCTIBLES
General Liability $0
Auto Liability $1 ,000 Comp/Collision
Employers Liability $0
•
Crime $500
Liability policies are X Occurrence Claims Made
Insurance Agency Signature
tt
Print Name: t2(C ' `-t
Bid Documents
3-7 May 2014