Loading...
HomeMy WebLinkAbout1st Amendment 07/15/2015 ; 0_, . 7-_ gitap.,,, :__ .... ..,,,,..._,..„, „,„. i , „.„. f"-4,, ,,,,,,t, . , ,, . ,. .k, 4 1;:t(e.l' Amy HEAvitiN3 CPA ,a. r.,.: 1 , _, 4,_.„, 4 ,, ./4. ,,t ,_ -0 /. ,a 44r ,,.,,,,, CLERK OF CIRCUIT COURT & COMPTROLLERz MONROE COUNTY,FLORIDA DATE: July 15, 2015 TO: Kevin Wilson Director of Engineering ATTN: Pamela Hancock Executive Aide FROM: Cheryl Robertson Executive Aide to the Clerk of Court& Comptroller 0 goherasyni At the July 15, 2015 Board of County Commissioner's meeting the Board granted approval and authorized execution of Items: C21 Approval from Monroe County Board of County Commissioners of the First Amendment Agreement to add four (4) locations with Stockton Maintenance Group'Inc`) for "Janitorial Services — Marathon". The new locations are the Marathon Supervisor of�El ctions, Marathon Senior Center, Marathon Tax Collector, and Marathon Clerk of Courts Enclosed is a duplicate original 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 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 FIRST AMENDMENT AGREEMENT FOR JANITORIAL SERVICES—FACILITIES -MARATHON MONROE COUNTY, FLORIDA This Agreement is made and entered into this 1S'4` day of 2015, 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. ("CONTRACTOR"), a Florida corporation, whose address is 1975 Sansbury's Way, Suite#116, West Palm Beach, Florida 33411. WHEREAS, on November 18, 2014, the parties entered into an agreement to provide janitorial services for GEORGE DOLEZAL LIBRARY, MARATHON COURTHOUSE, MARATHON GOVERNMENT CENTER AND MARATHON GOVERNMENT CENTER ANNEX- MARATHON, Monroe County, Florida, and WHEREAS, COUNTY desires to provide janitorial services for additional locations, MARATHON SUPERVISOR OF ELECTIONS, MARATHON SENIOR CENTER, MARATHON TAX COLLECTOR AND MARATHON CLERK OF COURTS - MARATHON, Monroe County, Florida, and WHEREAS, CONTRACTOR desires and is able to provide janitorial services for. additional locations; and WHEREAS, County desires to amend the Original Agreement Title to: AGREEMENT FOR JANITORIAL SERVICES—FACILITIES—MARATHON, MONROE COUNTY, FLORIDA, now therefore, • - NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree to amend the original contract dated November 18, 2014, as follows: 1. Item 2 SCOPE OF THE WORK shall read as follows: The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same, for the following facilities all located in Marathon Florida 33050 ➢ GEORGE DOLEZAL LIBRARY, 3251 Overseas Highway, consisting of approximately 7,028 sf. ➢ Marathon Courthouse, 3117 Overseas Highway, consisting of approximately 6,863 sf. ➢ Marathon Government Center, 2798 Overseas Highway, consisting of approximately 23,500 sf. . ➢ Marathon Government Center Annex, 490 63`d Street, consisting of approximately 10,000 sf. Janitorial Services— Facilities— Marathon,Monroe County, Florida ➢ Marathon Tax Collector, 3101 Overseas Hwy, consisting of approximately 1,984 sf. ➢ Marathon Clerk of the'Court, 3117 Overseas Hwy, consisting of approximately 1,600 sf. ➢ Marathon Senior Center, 33`d Street, Gulf, consisting of approximately 2,250 sf. ➢ Marathon Supervisor of Elections, 10015, 10005 Overseas Hwy, consisting of approximately 2,139 sf. 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. Mirrors shall be cleaned and polished viii. All supplies shall be replenished (paper goods, soap, etc.). ix 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. B. 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 and baseboards dusted and spot cleaned iv. Trash and recycle containers emptied and liners changed v. All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. Carpeting shall be spot cleaned. C. General Cleaning of Public Areas, Hallways, Break Rooms and Kitchens shall be completed daily, and. are to include the following with the exception of the Marathon Supervisor of Elections to be completed two days per week: i. All tile floors are to be dust mopped and spot cleaned 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 receptacles emptied, and trash can liners replaced. v. All upholstered furniture to be vacuumed. vi. All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. 2 Janitorial Services— Facilities— Marathon,Monroe County, Florida vii. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. viii. Exterior of refrigerators, stoves, microwaves, cabinets and counter tops are to be cleaned ix. Marathon Government Center Meeting Room shall be cleaned on a daily basis including the dais and adjacent podium, desks and tables. View glass for embedded CRT screens is to be cleaned and polished. D. Daily Elevator Maintenance: (Marathon Government Center) i. Clean and disinfect interior car walls, holding bars and push buttons ii. Vacuum and damp mop floor iii. Vacuum door track iv. Clean and polish interior and exterior of elevator doors E. Weekly janitorial services to include: i. All glass partitions, doors, mirrors, windows, etc. to be cleaned and/or polished. ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. All door handles, exit devises, push plates and pull plates shall be cleaned with a disinfectant wipe. v. Water fountains are to be polished. vi. Tile floors are to be damp or steam mopped F. Monthly janitorial services to include: i. All high dusting (i.e. pictures, door frames, air vents, tops of book shelves, window blinds, etc.) ii. All walls dusted monthly iii. All air conditioning vents, supply and return air grilles cleaned. G. Additional Services: (Shall be performed once in every three-month period, and shall be included in the bidding price.) The Marathon Senior Center floors shall be performed on an average of once a month, evening access preferred. 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 scuffmarks 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. Carpet cleaning 3 Janitorial Services— Facilities— Marathon,Monroe County, Florida methods and products are to be coordinated with the County's Representative. H. Contractor agrees to use and provide documentation for whole-building cleaning and maintenance practices, using: i. Sustainable cleaning chemicals (non-disinfecting) that meet the requirements of Green Seal's GS-37 and/or EPA's Design for Environment program. ii. 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 are recyclable. iii. 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 Choices CCD-47 and/or EPA's Design for the environment program. iv. Carpet care products shall meet the requirements of GS-37 and/or CCD-148 v. Proper training of Contractor's personnel in the hazards, use, maintenance and disposal of cleaning chemicals, dispensing equipment and packaging. vi. Foam hand soaps that do not contain antimicrobial agents, except where required by health codes and that meet Green Seal GS-41A standard vii. Cleaning equipment that reduces impacts on the Indoor Environment. Supervision and Inspection of Work: i. Sufficient supervisory personnel shall be provided and systematic inspection will be conducted by the Contractor to ensure that all services are properly performed, as specified. To ensure that any problems that may arise will be taken care of promptly, the Contractor will maintain a twenty-four hour telephone contact seven days per week for the receipt of any complaints and/or addressing any issues. ii. Random inspections shall.be performed by County Representatives from the Public Works/Engineering Division administering the contracts. Deficiencies shall be corrected within a twenty-four (24) hour period of notification to the contractor. Failure of the contractor to correct such deficiencies shall result in prorated deduction from the monthly invoice. J. Personnel i. Contractor employees must consent to background checks. The County reserves the right to refuse personnel based on results of the background check. The County reserves the right to demand of the Contractor replacement of an employee for the Contractor if a conflict or problem with that employee should arise. The Contractor will be responsible for the supervision, hiring and firing of their own employees and shall be solely responsible for the pay, worker's compensation insurance and benefits. 4 Janitorial Services— Facilities— Marathon,Monroe County, Florida ii. Communication between the County Representative and the cleaning personnel is very important. Therefore, the Contractor must assure that at least one cleaning personnel per building can communicate well with the County Representative. Any employee hired by the Contractor will be the Contractor's employee and in no way has any association with the County. The Contractor shall insure that its employees are trained in all appropriate safety regulations including but not limited to, OSHA regulations and all other local, State and Federal regulations. iii. Uniforms are preferred for custodial personnel however; photo identification cards are required, which shall clearly identify personnel as employees of the contractor. This requirement shall apply upon entering County property and at all time while on duty. K. The Contractor shall insure all exterior doors are locked while they are servicing the building and upon their departure. L. Janitorial services shall be 5 days a week, Monday through Friday (excluding holidays), Service Hours shall be as follows: i. Marathon Library - Anytime between the hours of 6:00 p.m. Monday, Tuesday, Thursday and Friday, and 8:00 pm Wednesday, and completion before the Library opening time of 9:30 a.m. ii. Marathon Courthouse—7:40 AM and competed by 9:00 AM iii. Marathon Government Center—Anytime between the hours of 11:00 PM and complete by 8:00 AM. It is imperative that trash from break rooms/kitchens be removed Friday at or after business hours. Through coordination with the County Representative and proper employee attire, service time can be adjusted to normal business hours, if desired. iv. Marathon Tax Collector — Anytime between the hours of 8:00 AM and complete by 5:00 PM. v. Marathon Clerk of the Court- Anytime between the hours of 8:00 AM and complete by 5:00 PM. vi. Marathon Senior Center—Preferred evening access and additional once a month floor services to be coordinated with owner. vii.Marathon Supervisor of Elections - Anytime between the hours of 8:30 AM and complete by 5:00 PM. 5 Janitorial Services— Facilities— Marathon,Monroe County, Florida M. Facility Security i. Arrangements as to accessing the facilities will be coordinated through the County's Representative. Issuance of necessary keys and other procedures will be arranged after award of contract. Written confirmation of receipt of keys shall be signed by the Contractor. The Contractor shall be responsible for which employees shall be assigned keys and the return of all keys immediately upon termination of contract. Contractor shall report immediately any loss or misuse. In the event keys are not returned and/or duplication of keys, rekeying of locks or lock replacement is required because of contractor's loss or misuse, Contractor shall promptly reimburse the County for any incurred cost. Contractor will not be allowed to duplicate keys. ii. The Contractor shall insure all exterior doors are locked while they are servicing the building and upon their departure. All doors found locked should be left locked. Security of the building shall be the responsibility of the Contractor during the designated cleaning service. Absolutely no one other than authorized personnel can be in the facility after regular business hours. This includes relatives, friends, etc. Contractor is to lock all doors as directed and turn off lights except those designated by the County's Representative to be left on. iii. The Contractor shall report any problems regarding open doors and/or vandalism to the Facilities Maintenance Department. N. The Contractor shall provide all supplies, tools and equipment 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. Restrooms are equipped with the Bay West toilet paper dispensers. Soap and paper towel dispensers are Renown. The County can supply additional dispensers of like kind as needed. The contractor shall maintain stock in each facility in an amount sufficient to last through the next cleaning day. 2. PAYMENTS TO CONTRACTOR, shall read as follows: A. COUNTY'S performance and obligation to pay under this agreement, is contingent upon annual appropriation by the Board of County Commissioners. 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 a proper invoice by CONTRACTOR. B. 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. The Contract amount shall be as follows: 6 Janitorial Services— Facilities— Marathon, Monroe County, Florida ➢ GEORGE DOLEZAL LIBRARY, 3251 Overseas Highway, consisting of approximately 7,028 sf. - $640.49/month. ➢ Marathon Courthouse, 3117 Overseas Highway, consisting of approximately 6,863 sf. - $640.49/month ➢ Marathon Government Center, 2798 Overseas Highway, consisting of approximately 23,500 sf. - $2,134.83/month ➢ Marathon Government Center Annex, 490 631-d Street, consisting of approximately 10,000 sf. - $853.93/month ➢ Marathon Tax Collector, 3101 Overseas Hwy, consisting of approximately 1,984 sf. and Marathon Clerk of the Court, 3117 Overseas Hwy, consisting of • approximately 1,600 sf. - $696.66/month for both facilities ➢ Marathon Senior Center, 331'd Street, Gulf, consisting of approximately 2,250 sf. - $670.39/month. ➢ Marathon Supervisor of Elections, 10015, 10005 Overseas Hwy, consisting of approximately 2,139 sf. - $435.13/month. Totaling: Six Thousand seventy-one and 92/100 Dollars ($6,071.92) per month. 3. TERM OF AGREEMENT shall read as follows: This Agreement shall commence on August 1, 2015 and ends upon November 30, 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 three (3) 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 and shall be based upon the CPI-U computation at December 31 of the previous year. 5. NOTICE REQUIREMENT shall read as follows: 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 Mr. Michael Woodson • Facilities Maintenance Department 1975 Sansbury's Way 1100 Simonton Street Suite#116 Key West, FL 33040 West Palm Beach, FL 33411 and County Attorney 7 Janitorial Services— Facilities— Marathon,Monroe County, Florida PO. Box 1026 Key West, FL 33041-1026 6. Except as set forth above, in all other respects, the terms and conditions set forth in the Original Agreement as Amended remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and rst above written. 7,, a-:�nnt, BOARD OF COUNTY COMMISSIONERS :s �! ' HEAVILIN, CLERK OF MONROE COUNTY, FLORIDA ' ..* i --- ,...__ l.Ce4.-.. -- = /-4 Y AOkitOn By: Se s'9 0•+ty Jerk Mayor r*'944r, ro4-14' Date: 7//5// / Date: 7//5/)5 Witnesses for CONTRACTOR: qJ Signatu e of person authorized to Signa legally bind Corporation Date: 7.-‘ r is — -/6/,r--- Doc)6.4_4.5 /&6404fQ Date Print Name and Title ,+q e Address: / /7c S S e`»L`l'—S 6-� " 14/4/-e _ ure W6,4c- Telephone Number Date Mejt OF COW. AT-ORNIEY P 6VE► '�✓ ,-OP PEDRr. J. MERC!',DO Date 1-5e 8 Janitorial Services- Facilities- Marathon,Monroe County, Florida