Loading...
HomeMy WebLinkAboutItem U1 U.1 County �� � .�� �y,4 ' �, "tr, BOARD OF COUNTY COMMISSIONERS Mayor Michelle Coldiron,District 2 �1 nff `ll Mayor Pro Tem David Rice,District 4 -Ile Florida.Keys Craig Cates,District 1 Eddie Martinez,District 3 w � Holly Merrill Raschein,District 5 County Commission Meeting November 17, 2021 Agenda Item Number: U.1 Agenda Item Summary #9764 BULK ITEM: Yes DEPARTMENT: Facilities Maintenance TIME APPROXIMATE: STAFF CONTACT: Alice Steryou(305) 292-4549 None AGENDA ITEM WORDING: Approval of Fifth Amendment to Agreement with Ceiling to Floor Cleaning, Inc., for Upper Keys and Marathon Janitorial Services to terminate janitorial services at the Marathon Senior Center and George Dolezal Library, make adjustments in the payment amounts on three (3) other locations, and to confirm its ninety (90) day written Notice of Termination of the contract without cause with an effective termination date of December 31, 2021. ITEM BACKGROUND: On February 20, 2019, the BOCC approved a Request for Proposals (RFP) Award Agreement with Ceiling to Floor Cleaning, Inc. for Janitorial Services in Upper Keys and Marathon facilities. There was an initial one (1) year term beginning March 1, 2019, which terminated on February 29, 2020, with an option to renew for an additional four (4) one-year periods. The Contract provided for an annual adjustment of the contract amount 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 on December 31st of the previous year. On April 17, 2019, a First Amendment was approved to amend the Scope of Work and add janitorial services at the Roth Building in Tavernier and the Marathon State Attorney's Office. A Second Amendment approved on May 22, 2019, added the Public Defender's Office for additional janitorial services. On February 19, 2020, the BOCC approved the Third Amendment for the first renewal option with a CPI-U adjustment of 2.3%, which increased contract amount to $21,943.35 per month or $263,320.20 annually. On February 17, 2021, the BOCC approved the Fourth Amendment for the second of four optional one (1)year renewals with the new contract term to commence on March 1, 2021, and terminate on February 28, 2022, unless extended or terminated earlier pursuant to the contract terms. There was no CPI-U adjustment for that year so the contract amount remained at$21,943.35 per month. This Fifth Amendment seeks approval to delete janitorial services at two locations, Marathon Senior Center and George Dolezal Libary, amend the Scope of Work to also reflect changes at three other locations, and thereby reducing the payments to the Contractor to $17,442.15 per month, and revise the term of the contract. The County has decided to service the various locations covered in the Ceiling to Floor Cleaning Agreement by utilizing its own Facilities Maintenance staff. Pursuant to Paragraph 19.C. of the Agreement, Monroe County thereby sent the required written Notice of Termination without cause dated September 15, 2021, notifying Ceiling to Floor Cleaning, Inc. that Packet Pg. 1706 U.1 its services would be terminated effective December 31, 2021. PREVIOUS RELEVANT BOCC ACTION: February 20, 2019 BOCC approved a RFP Award Agreement with Ceiling to Floor Cleaning, Inc. for Upper Keys and Marathon Janitorial Services. April 17, 2019 BOCC approved the First Amendment to the Agreement to amend the Scope of Work and add janitorial services at the Roth Building in Tavernier and for the State Attorney's Office in Marathon. May 22, 2019 BOCC approved the Second Amendment to the Agreement to perform additional janitorial services at the Public Defender's Office in Marathon, Florida. February 19, 2020 BOCC approved the Third Amendment to the Agreement exercising the first renewal option and increasing the monthly amount by a CPI-U adjustment of 2.3%. February 17, 2021 BOCC approved the Fourth Amendment to the Agreement renewing the second of four optional one (1) year renewals with the term to expire on February 28, 2022. CONTRACT/AGREEMENT CHANGES: Deletes janitorial services at the Marathon Senior Center and George Dolezal Library, revise Scope of Work, reduces payments to Contractor due to three other location changes, and revises new contract term based on a 90-day termination notice without cause for janitorial services with Ceiling to Floor Cleaning. STAFF RECOMMENDATION: Approval. DOCUMENTATION: 11-17-2021_Fifth Amendment to Contract with Exhibit—Ceiling to Floor (final legal stamped, partially exec) Ceiling to Floor Cleaning - Certified Letter on termination Fourth Amendment 02-17-2021 Ceiling to Floor_Executed Third Amendment to Agreement 02/19/2020 Second Amendment to Agreement- Ceiling to Floor 05/22/2019 First Amendment 04-17-2019 Ceiling to Floor(fully executed) Bid Award Agreement-Upper Keys & Marathon Janitorial Services (Ceiling to Floor Cleaning, Inc.) COI_2021-2022_Ceiling To Floor—Exec FINANCIAL IMPACT: Effective Date: 06/01/2021 Packet Pg. 1707 U.1 Expiration Date: 12/31/2021 Total Dollar Value of Contract: $122,095.05 Total Cost to County: $122,095.05 Current Year Portion: $52,326.45 Budgeted: yes Source of Funds: 20501 and 20505 CPL•yes Indirect Costs: N/A Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: No If yes, amount: Grant: No County Match: N/A Insurance Required: Additional Details: 90 Day Termination Letter without cause was served on Contractor on September 15, 2021. Retroactive to June 1, 2021 NA 05/01/19 001-20501 - FACILITIES MAINTENANCE $111,353.55 03/01/20 101-20505 - CORRECTION FACILITIES $10,741.50 03/01/20 147-20503 - UNINC PARKS & BEACHES $0.00 Total: $122,095.05 REVIEWED BY: Patricia Eables Completed 11/02/2021 2:07 PM William DeSantis Completed 11/03/2021 7:19 AM Purchasing Completed 11/03/2021 8:22 AM Budget and Finance Completed 11/04/2021 3:18 PM Maria Slavik Completed 11/05/2021 8:46 AM Liz Yongue Completed 11/05/2021 9:02 AM Board of County Commissioners Pending 11/17/2021 9:00 AM Packet Pg. 1708 3 U.1.a FIFTH AMENDMENT TO AGREEMENT*FOR UPPER KEYS AND MARATHON JANITORIAL SERVICES _W MONROE COUNTY,FLORIDA This Fifth .Amendment to ,Agreement is made and entered into this 17th day of November, 2021, > between. MONROE COUNTY, FLORIDA ("COUNTSY"), a political subdivision of the State of � Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and CEILING TO FLOOR Z' CLEANING, INC'., a Florida Profit Corporation, authorized to do business in the State of Florida, ("CONTRACTOR"), whose principal address is 2732 NW 15th Court, Fort Lauderdale, Florida 33311, and whose physical address for purposes of this Agreement is 2003 NW 55'h Avenue, Margate, Florida 33063. WHEREAS, on February 20, 2019, the parties entered into the Agreement for the CONTRACTOR to provide janitorial services for facilities in the Upper Keys and Marathon ("Original Agreement"), and y WHEREAS, on April 17, 2019, the parties entered into a First Amendment to the Agreement T which provided for the CONTRACTOR to perform additional janitorial services for the Roth Building in Tavernier and the State Attorney's Office in Marathon; and W 0 WHEREAS, can May 22, 2019, the parties entered into a Second Amendment to the Agreement — which provided for the CONTRACTOR to perform additional janitorial services for the Public e Defender's Office in Marathon,Florida; and WHEREAS, on February 19, 2020, the parties entered into a Third Amendment to the Agreement to exercise the option to renew the Original Agreement for the first of the four(4) one-year renewal terms with a CPI-U increase adjustment of2.3%: and X LU WHEREEAS, on February 17, 2021, the parties entered into a Fourth Amendment to the Agreement to renew the Original Agreement for the second of the four (4) one-year renewal terms — without a CP1-U adjustment; and. WHEREAS, the C.O1JNT`S' now desires to terminate janitorial services at the Marathon Senior 0 Center and George Dolezal Library, make adjustments in the payment amounts on three (3) other locations, and to confirm its ninety (90)day written Notice of Tennination of the contract without cause with an effective termination date of December 31, 2.021; and WHEREAS, this Fifth Amendment serves to amend the Original Agreement to incorporate and terminate the CONTRACTOR's janitorial services at the Marathon Senior Center and the George Dolezal Library, to adjust payments to the CONTRACTOR due to relocation of the Marathon DMA' office, the State Attorney and Public Defender offices, and confirm the Notice of Termination without U_ cause with an effective termination date of December 31, 2021; and WHEREAS, the parties have found the Original Agreement, as amended, to be mutually beneficial; and WHEREAS, the parties find that it would be mutually beneficial to enter into this Fifth Amendment to the Original Agreement, as amended; Packet Pg. 1709 i I U.1.a I NOW, THEREFORE, in consideration of the mutual promises and covenants set forth below, the parties agree to amend.the Original Agreement, as amended„as follows:. 1. Paragraph 2, SCOPE OF WORK, of the Original Agreement, as amended, shall be amended to terminate all janitorial services to be performed by the CONTRACTOR at the Marathon Senior Center, and the George .Dolezal Library; to reflect a reduction in the payment amount for a relocation of the .N Marathon DMV office•, and reflect an increase in the payment amount for the relocation of the State 0 Attorney and Public Defender offices in c'Marathon, Florida, as shown on Exhibit "A-Revision ", which is attached hereto and made a part hereof. Therefore, Paragraph 2, SCOPE OF WORK, of the Original Agreement,as amended, is hereby revised to read as follows: o 2. SCOPE OF WORK The Scope of Work shall include, but not be limited to, all work and/or services shown and listed in Exhibit "A-Revision 3", which is attached hereto and made a part hereof. The Contractor is required to provide a complete job as contemplated by this Scope of y Work. The Contractor shall furnish all labor, supervision, materials, power, tools, equipment, supplies, permits, if any are necessary, and any other means of construction or work necessary or proper for performing and completing the Scope of Work, unless otherwise specifically stated. 0 0 See Exhibit".A-Revision 3" 0 2 2. Paragraph 5.B., PAYMENTS TO CONTRACTOR of the Original Agreement, as amended, is hereby revised to reflect a reduction in the monthly contract payment amount for janitorial services from ®� $21,943.35 per month to $17,442.15 per month, effective retroactive to ,tune 1, 2021, as a result of termination of the aforementioned janitorial services at the Marathon Senior Center (closed since LU COVID), and the George Dolezal. Library in the amount of$4,194.30; a reduction for a relocation of the Marathon DMV in the amount of$511.50; and an increase for the relocation of the Public Defender and State Attorney offices in Marathon, Florida, in the amount of $204.60, and said paragraph shall now read as follows:. 0 5. PAYMENTS TO CONTRACTOR 0 A. County's performance and obligation to pay under this agreement, is contingent upon an o annual appropriation by the Board of County Commissioners. County shall pay in accordance with the Florida Local Government Prompt Payment Act; payment will be o made after delivery and inspection by County and upon submission of a proper invoice y Contractor. _ i B. The County shall pay to the Contractor for the faithful performance of said service on a per month in arrears basis for each of twelve (12) months. The Contractor shall invoice Monroe County Facilities Maintenance monthly for janitorial services performed under the Specifications contained herein. The total contract amount for janitorial services shall be reduced to Seventeen Thousand Four Hundred Forty-two and 15/100 ($17,442.15) � Dollars per month, retroactive to.tune 1,2021. 2 Packet Pg. 1710 U.1.a 3. Paragraph S.C., TE kM OF AGREEMENT of the Original Agreement, as amended, is hereby revised in the first paragraph to reflect the new effective date of the reduced janitorial services and to reflect the new termination date of the terra of the Original Agreement. Pursuant to the terms of the Original Agreement, the County served the Contractor with a ninety (90) days' written Notice of W Termination dated September 15, 2021,terminated without cause as of December 31,I2021� Paragraph that te actor's janitorial services would be S.0. shall now read as follows: y T 5. C. TERM OF"AGREEMENT The term of this Agreement, as amended, shall commence retroactive to September 15, 2021, X and terminate upon December 31, 2021, unless terminated earlier under paragraph 19 of this Agreement. — The additional paragraphs of Paragraph S.C. remain the same. 4. All other terms and conditions of the Original Agreement, as amended, not inconsistent herewith, shall remain in full force and effect. 6 IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly CD 2 authorized representative. 76 (SEAL) BOARD OF COUNTY COMMISSIONERS c Attest: KEVIN MADOK, CLERK OF MONROE COUNTY, FLORIDA U. By. By: c, As Deputy Clerk Mayor X Date: Date: Witnesses for CONTRACTOR.: CONTRACTOR: CEILIN iTO LOOR LEANING, INC, f Signature of person aOafhorized to Signature legally bind Corporation E Date. _c_ r U. Date Print Name Print Name and Title CV � 2 '+, CD Address: � � f Signature 611 E'te Print Name Telephone Number MONFM COUNTY Al 0RI&Y'S OFFICE TO PATTuEAMB AS SrAfii3 Arr r CLAM 7 ?1 Packet Pg. 1711 U.1.a EXHIBIT "A-Revision 3" SPECIFICATIONS: A. Facility Security a) 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 the 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. E b) The Contractor shall insure all exterior doors are locked while they are servicing 6 the building and upon their departure. All doors found locked should be left 2 locked. Security of the building shall be the responsibility of the Contractor ru during the designated cleaning service. Absolutely no one other than authorized ;W personnel can be in the facility after regular business hours. This includes o relatives, friends, etc. Contractor is to lock all doors as directed and turn off lights U_ except those designated by the County's Representative to be left on. c) 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. B. The Contractor shall provide all supplies necessary for the cleaning performance of his/her LU work under the contract. All supplies, including but not limited to, hand soap, paper towels, _ toilet paper, trash can liners, and Safety Data Sheets for all supplies, shall be supplied by the Contractor. Restrooms are equipped with the Bay West or Renown toilet paper dispensers. Soap and paper towel dispensers are Renown. The County can supply additional dispensers r_ of like kind as needed. The Contractor shall use enzyme base cleaning supplies. The U Contractor shall maintain stock in each facility in an amount sufficient to last through the next cleaning day. C. Contractor agrees to use and provide documentation for whole-building cleaning and a maintenance practices,using: E a) Sustainable cleaning chemicals (enzyme based) that meet the requirements of Green Seal's GS-37 and/or EPA's Design for Environment program. i_ b) 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. 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 Choices CCD- 47 and/or EPA's E Design for the Environment program. 4 Packet Pg. 1712 U.1.a d) Carpet care products shall meet the requirements of GS-37 and/or CCD-148 Proper training of Contractor's personnel in the hazards, use, maintenance, and disposal of cleaning chemicals, dispensing equipment, and packaging. e) Foam hand soaps that do not contain antimicrobial agents, except where W required by health codes, and that meet Green Seal GS-41A standard. r, f) Cleaning equipment that reduces impacts on the Indoor Environment. N D. Supervision and Inspection of Work: Sufficient supervisory personnel shall be provided and systematic inspection will be X 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 2 will maintain a twenty-four (24) hour telephone contact seven (7) days per week for the receipt of any complaints and/or addressing any issues. .� Random inspections shall be performed by County Representatives from the Facilities E Maintenance Department 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 a prorated deduction from the monthly invoice. SCOPE OF WORK 0 Key Largo Library Janitorial services will be six (6) days a week, Monday through Saturday (excluding holidays), beginning after 6:00 p.m., and finishing no later than 9:30 a.m. (Library opening time). Wednesdays beginning after 8:00 m. and finishing no later than 9:30 a.m. (Library opening time). The Contractor g g p� g ( Y p g ) shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required w in the performance of same for the Key Largo Library, located at Publix Shopping Center, Mile Marker 101.5, Key Largo, Florida, consisting of approximately 12,068 square feet. A. Restroom Sanitation shall include the following on a daily basis: 2 i. All floors swept, loose dirt removed. c ii. Wash and disinfect floor. iii. Stall partitions and walls damp cleaned. a 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. N vii. All supplies shall be replaced (paper goods, soap, etc.). viii. All trash receptacles emptied and liners replaced. 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. E 5 Packet Pg. 1713 U.1.a 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 the floors are to be swept and mopped. ii. All door handles and knobs are to be cleaned and disinfected. 0 iii. All furniture and furnishings to be dusted, including plants. T iv. Low ledges, sills, rails, tables, shelving, baseboards, etc. to be wiped with a damp cloth to reduce the amount of dust in the building. x V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the Oreck -� viii. All entry mats shall be lifted, swept/vacuumed/mopped and cleaned underneath. Replace when floor is dry. D. Weekly janitorial services to include: i. All glass partitions, doors, mirrors, windows, etc. to be cleaned and/or polished. ii. Obvious scuff marks shall be removed from resilient flooring. iii. All door vents cleaned. c 0 E. Monthly janitorial services to include: i. All high dusting (i.e. pictures, door frames, air vents/grills, tops of book shelves. etc.) X x w ii. All walls dusted monthly. iii. All air conditioning vents, supply and return air grilles, cleaned. F. Additional Services (Shall be performed once in every three (3) month period, and shall U be included in the bidding price): 0 i. Resilient Flooring shall be swept/dust mopped and stripped. After a application of three (3) coats of wax, areas shall be buffed sufficiently for a maximum gloss and uniform sheen from wall to wall, including corners. 0) The waxed floor shall present a clean appearance free from scuff marks or �t dirt smears. Furniture and/or other equipment moved during floor stripping and waxing shall be returned to their original positions. i 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. 6 Packet Pg. 1714 U.1.a The Roth Building Janitorial services will be five (5) days a week, Monday through Friday (excluding holidays), beginning at 7:30 a.m., and finishing no later than 9:30 a.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same, for the following facility located at 50 High Point Road, Tavernier, Florida 33070, consisting of approximately 2,600 square feet of space. 0 N A. Restroom Sanitation shall include the following on a daily basis: i. All Floors swept, loose dirt removed. ii. Wash and disinfect floor. x iii. Stall partitions &walls 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 door handles shall be cleaned and disinfected. ix. All supplies shall be replenished(paper goods, soap, etc.). x. All trash receptacles emptied and liners replaced. xi. All other work necessary to maintain a clean and sanitary condition in these restrooms shall be accomplished, whether it is specifically noted in these o specifications or not. - 2 B. General Office Cleaning (two (2)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. 0 U C. General Cleaning of Public Areas, Hallways, Meeting Rooms, Break Rooms, and 0 Kitchens shall be completed daily, and are to include the following: E i. All Floors swept, loose dirt removed. ii. Wash and disinfect floors 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 door handles, exit devices, push plates, and pull plates shall be cleaned with a disinfectant wipe. V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum such as the Oreck 7 Packet Pg. 1715 U.1.a viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. Replace when floor is dry. ix. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. X. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be cleaned. 0 N D. Weekly janitorial services to include: i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc. to be cleaned and/or polished. 0 ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. Water fountains are to be polished. V. Tile floors are to be damp or steam mopped. E E. Monthly janitorial services to include: i. All high dusting (i.e. pictures, door frames, air vents, tops of book shelves. 7, window blinds, etc.). ii. All walls dusted monthly. iii. All air conditioning vents, supply and return air grilles, cleaned. 0 F. Additional Services: (Shall be performed once in every three (3) month period, and shall o be included in the bidding price.) i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) coats of wax, areas shall be buffed sufficiently for maximum gloss and i 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 w 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 U completion of dry cleaning, steam cleaning, or shampooing. Carpet o cleaning methods and products are to be coordinated with the County's Representative. E 0 Islamorada Library Janitorial services will be five (5) days a week, Monday through Friday (excluding holidays), anytime between the hours of 8:00 p.m. on Tuesday, and 6:00 p.m. Monday, Wednesday, Thursday, and U- Friday, with completion before 9:30 a.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same for the Islamorada Library, located at 2331 Overseas Highway, Islamorada, Florida, consisting of approximately 5,699 square feet. A. Restroom Sanitation shall include the following on a daily basis: i. All Floors swept, loose dirt removed. E ii. Wash and disinfect floor. iii. Stall partitions and walls damp cleaned. 8 Packet Pg. 1716 U.1.a 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 trash receptacles emptied and liners replaced. ix. All other work necessary to maintain a clean and sanitary condition in these .2 restrooms shall be accomplished, whether it is specifically noted in these specifications or not. B. All sinks and water fountains outside the restroom areas are to be cleaned daily. 0) Water fountains are to be polished periodically. C. General Cleaning shall be completed daily, and should include the following: i. All the floors are to be dusted and mopped. ii. All door handles and knobs are to be cleaned and disinfected. iii. All furniture and furnishings to be dusted, including plants. E iv. Low ledges, sills, rails, tables, shelving, baseboards, etc. to be wiped with a damp cloth to reduce the amount of dust in the building. V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the o Oreck. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned U- underneath. Replace when floor is dry. c D. Weekly janitorial services to include: i. All glass partitions, doors, mirrors, windows, etc. to be cleaned and/or polished. 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. 0 U iii. All air conditioning vents, supply and return air grilles, cleaned. 0 F. Additional Services: (Shall be performed once in every three (3) month period, and shall be included in the bidding price.) i. Resilient Flooring shall be swept/dust mopped, and stripped. After application of three (3) 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 E completion of dry cleaning, steam cleaning, or shampooing. 9 Packet Pg. 1717 U.1.a Marathon 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: ➢ Marathon Courthouse, 3117 Overseas Highway, consisting of approximately o 6,863 square feet. T) ➢ Marathon Government Center, 2798 Overseas Highway, consisting of approximately 23,500 square feet. ➢ Marathon Government Center Annex, 490 63rd Street, consisting of approximately 10,000 square feet. ➢ Marathon Tax Collector, 3015 Overseas Highway, consisting of approximately 3,800 square feet combined space with Marathon DMV. ➢ Marathon DMV, 3015 Overseas Highway, consisting of approximately 3,800 square feet combined space with Marathon Tax Collector. E ➢ Marathon Clerk of the Court, 3117 Overseas Highway, consisting of approximately 1,600 square feet. ➢ Marathon MCSO Substation, 3103 Overseas Highway, consisting of ru approximately 5,400 square feet. ; ➢ Marathon Supervisor of Elections, 10015, 10005 Overseas Highway, consisting of o approximately 2,139 square feet. U ➢ Marathon State Attorney's Office, 2975 Overseas Highway, consisting of approximately 1877 square feet. ➢ Marathon Public Defender's Office, 4695 Overseas Highway, consisting of approximately 1800 square feet. X A. Restroom Sanitation shall include the following on a daily basis: i. All Floors swept, loose dirt removed. ii. Wash and disinfect floor. 0 iii. Stall partitions &walls damp cleaned. U 0 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. E �t viii. All door handles shall be cleaned and disinfected. ix. All supplies shall be replenished(paper goods, soap, etc.). "'i x. All trash receptacles emptied and liners replaced. cv xi. 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 (2)times per week) 10 Packet Pg. 1718 U.1.a 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. N C. General Cleaning of Public Areas, Hallways, Meeting rooms, Break Rooms, and Kitchens shall be completed daily, and are to include the following: 0) i. All Floors swept, loose dirt removed. X ii. Wash and disinfect floors 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 door handles, exit devices, push plates, and pull plates shall be cleaned with a disinfectant wipe. E V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum, 76 such as the Oreck viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. o Replace when floor is dry. U- 0 ix. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. X. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be cleaned. xi. Marathon Government Center Meeting Room shall be cleaned on a daily basis, x 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. U 0 ii. Vacuum and damp mop floor. iii. Vacuum door track. E iv. Clean and polish interior and exterior of elevator doors. E. Weekly janitorial services to include: i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc. to be U-1 cleaned and/or polished. ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. Water fountains are to be polished. V. Tile floors are to be damp or steam mopped. F. Monthly janitorial services to include: �t 11 Packet Pg. 1719 U.1.a 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 (3) month period, and shall be included in the bidding price.) .2 T i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) 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, E stains and spots, and shall have a bright uniform color upon completion of dry cleaning, steam cleaning, or shampooing. Carpet cleaning methods and products 6 are to be coordinated with the County's Representative. H. Hours of Operation: W 0 i. Marathon Courthouse — Five (5) days a week (Monday-Friday, excluding holidays) 2 U_ 7:40 a.m. and completed by 9:00 a.m. (For the heavier cleanings, Contractor will 0 need to coordinate through the County Representative.) ii. Marathon Government Center — Five (5) days a week (Monday-Friday, excluding U holidays), anytime between the hours of 10:00 p.m. and completed by 7:45 a.m. 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. iii. Marathon Tax Collector—Five (5) days a week (Monday-Friday, excluding holidays) anytime between the hours of 8:00 a.m. and complete by 5:00 p.m. (Preferred start 0 work time to be 8:00 a.m. to vacuum and be completed with that task by 8:30 a.m.). U 0 iv. Marathon Clerk of the Court - Five (5) days a week (Monday-Friday, excluding a holidays), anytime between the hours of 8:00 a.m. and completed by 5:00 p.m. (Preferred start work time to be 8:00 a.m. to vacuum and be completed with that task by 8:30 a.m.). e( v. Marathon Supervisor of Elections - Two (2) days a week,preferably Tuesday and U_ Friday (excluding holidays), anytime between the hours of 8:30 a.m. and completed N by 5:00 p.m. N vi.Marathon MCSO Substation - Three (3) days a week,preferably Monday, Wednesday & Friday (excluding holidays), anytime between the hours of 8:00 a.m. and completed by 4:00 p.m. E vii. Marathon DMV—Three (3) days a week,preferably Monday, Wednesday & Friday (excluding holidays). Customer Restrooms - Anytime between the hours of 8:00 a.m. 12 Packet Pg. 1720 U.1.a and completed by 4:30 p.m. Customer lobbies can only be mopped between 4:15 p.m. —5:00 p.m. All other lobby duties and all employee areas can be cleaned anytime between the hours of 9:00 a.m. and 4:15 p.m. viii. Marathon Government Center Annex, 490 63rd Street- - Five (5) days a week (Monday-Friday, excluding holidays), anytime between the hours of 6:00 p.m. and completed by 6:00 a.m. 2 N ix.Marathon State Attorney and Public Defender Buildings, Two (2)non-consecutive days a week (Monday through Friday, excluding holidays), anytime between the hours of 8:00 a.m. and completed by 5:00 p.m. X The Marathon State Attorney and Public Defender Buildings Janitorial services will be two (2) non-consecutive days a week, Monday through Friday (excluding holidays), beginning at 8:00 a.m., and finishing no later than 5:00 p.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same, for the Public Defender's office located at 4695 Overseas Highway, Marathon, Florida 33050, consisting of approximately 1800 square feet of space, and for the Marathon State Attorney's office located at 2975 Overseas Highway, Marathon, Florida 33050, consisting of approximately 1877 square feet of space. A. Restroom Sanitation shall include the following twice a week: o i. All Floors swept, loose dirt removed. U_ 0 ii. Wash and disinfect floor. iii. Stall partitions &walls 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. LU vii. Mirrors shall be cleaned and polished. viii. All door handles shall be cleaned and disinfected. ix. All supplies shall be replenished (paper goods, soap, etc.). x. All trash receptacles emptied and liners replaced. is xi All other work necessary to maintain a clean and sanitary condition in these c restrooms shall be accomplished, whether it is specifically noted in these a specifications or not. -� B. General Office Cleaning (two (2)times per week) i. Tile floors —dust mopped and/or damp mopped. U_ ii. Furniture and Furnishings - Dusted and spot cleaned. N 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. E C. General Cleaning of Public Areas, Hallways, Meeting rooms, Break Rooms, and Kitchens shall be completed twice a week, and are to include the following: < 13 Packet Pg. 1721 U.1.a i. All Floors swept, loose dirt removed. ii. Wash and disinfect floors 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 door handles, exit devices, push plates, and pull plates shall be cleaned with a disinfectant wipe. v. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting and entry mats shall be vacuumed with a powerful HEPA X vacuum, such as the Oreck viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned r- underneath. Replace when floor is dry. ix. All sinks and water fountains outside the restroom areas are to be cleaned 0 daily. Water fountains are to be polished periodically. E x. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be cleaned. r, D. Weekly janitorial services (once weekly)to include: i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc. to be cleaned and/or polished. o U- ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. Water fountains are to be polished. V. Tile floors are to be damp or steam mopped. E. 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. c U 0 F. Additional Services: (Shall be performed once in every three (3) month period, and shall be included in the bidding price.) i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) coats of wax, areas shall be buffed sufficiently for maximum gloss and E 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 i i 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 E cleaning methods and products are to be coordinated with the County's Representative. e( 14 Packet Pg. 1722 U.1.b w' A F COUNTY COMMISSIONERS County of MonroeMayor Michelle Culdiron,District 2 The Mayor Pro Tent David Rice.District Florida4- Craig Cates,District t .,,-J f Eddie Martinez,District 3 Vacant,District 5 0 N m September 15, 2021 (Sent via Certified Mail No. 7017-2620-0001-0596-4994, Return Receipt Requested) Ceiling to Floor Cleaning, Inc. y 03 NW 55`h Avenue Margate, Florida 33063 0 ATTENTION: Aisha Styles, Director Brice Bennett, Director Agreement between Monroe County and Ceiling to Floor Cleaning, Inc. dated February 20, 2019, as amended on April 17, 2019, May 22, 2019, February 19, 2020, and February 17, 2021 0 Dear Ms. Styles and Mr. Bennett: 0 As you know, Ceiling to Floor Cleaning, Inc. ("Ceiling to Floor") has a contract with Monroe County entered into on February 20,2019,with Amendments thereto dated April 17,2019, May 22,2019, February 19, 2020, and February 17,2021, for Ceiling to Floor to provide janitorial services as set forth in Exhibit "A" of the Agreement. Paragraph 19 of the Agreement provides the terms as to any termination of the Agreement, whether with cause or without cause. Pursuant to Paragraph 19.C. of the Agreement, Monroe County hereby gives ninety (90) days' written Notice of Termination of the services performed by Ceiling to Floor. We are terminating this contract without cause as provided in Paragraph 19.C. of the Agreement effective ca as of December 31, 2021. Upon that termination date, neither party will have any further obligations under the terms of the Agreement, as amended, as to future services or requirements. During the duration of the Agreement tern,we expect the continued performance by your company a in accordance with the terms and conditions of your contract to prevent any delays or interruptions in service. 0 If you have any questions or wish to discuss this termination matter further, you may reach Patricia Eables, Assistant County Attorney, via email at a les- a `cia(ii� onroec u t - .go or by phone at (305) 292-3470. Please contact Alice Steryou, Contract Monitor, at o o - alice o oeco ty® . ov or at 9305) 292-4529, to make arrangements upon the termination date for the return of all keys to the County locations that are being serviced by Ceiling to Floor o and to arrange payment for any final properly submitted invoices. Packet Pg. 1723 U.1.b Ceiling to Floor Cleaning, Inc.. September 15,2021 0 Page Two 0 ch e appreciate the manor years of service that Ceiling to Floor has provided for Monroe County and wise you the best in any future endeavors. Please govern yourself accordingly, We o look forward to a smooth transition of services. Sincerely, v; 0 Roman Gastesi 0 County Administrator 0 0 Courtesy copy also sent via regular U.S. Mail, with an additional copy to Ceiling to Floor Cleaning, Inc. at 2732 NW 15"' Court, Fort Lauderdale, Florida 33311, and via email to: Aisha Styles at infb(@ctfcleaning,com Brice Bennett at enn tt(i4etfclea i g.co Kevin Wilson, Assistant County Administrator at wilso - evin(ii,) onroeco my . Gov Willie DeSantis, Director of Facilities Maintenwwe at esa tisa i lie(�i, onroecou y- .g v E 0 0 0 0 0 0 0 0 0 0 0 Packet Pg. 1724 U.1.c Kevin Madnk, CPA Clerk of the Circuit Court& Comptroller— Monroe County, Florida DATE: February 23, 2021 N TO: Alice Steryou Contract Monitor FROM: Pamela G. Hanc &C. SUBJECT. February 17'BOCC Meeting 0 Altached is an electronic copy of each of Ilse ['ollowing items for your handling: C2 Lease Agreement with Florida(louse Representative James Mooney,Jr.for office space, Room 2-235, at die Murray E. Nelson (=overnment Center in Key Largo, at no charge. C 13 4di Amendment to Agreement ►«di Stockton Maintenance Group, Inc. for lower Keys Janitorial Senv-ices to exercise the second renewal option widr a teen to commence on Marcli m 1, 2021,and end on February 28, 2022. '1'lic rnondrly paymem amount remains at $19,830.99 per morrtli for all locations. Funding is ad valorem. W - C19 4di Arnendrrrem to Agreement widr Ceiling to Floor Cleaning, Inc., for C Jpper Keys and Marathon Janitorial Sen7ces for a one year renewal witfr the new term to commence on March 1, 2021 and tenninate on February 28, 2022.1drere will be no CPI-tl adjustment for this i year, lire contract amount remains at $21,94.3.35 per month. Funding is ad valorem. Should you have any questions please feel free to contact nre at (30.5) 292-3550. cv CD cv cv cc: Facilities Super%iscor o County Attorney- Finance File KEY WEST MARATHON PLANTATION KEY PKIROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 Overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Pfau 305-294-4641 305-289-6027 305-852-7145 305- Packet Pg. 1725 U.1.c FOURTH AMENDMENT TO AGREEMENT FOR UPPER KEYS AND MARATHON JANITORIAL SERVICES MONROE COUNTY, FLORIDA N This Fourth Amendment to Agreement is made and entered into this 17th day of February, 2021, between MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and CEILING TO FLOOR CLEANING, INC., a Florida Profit Corporation, authorized to do business in the State of Florida, v, ("CONTRACTOR"). whose principal address is 2732 NW 15`� Court, Fort Lauderdale. Florida 33311, and whose physical address for purposes of this Agreement is 2003 NW 55`h Avenue, Margate, Florida 33063. 0 WHEREAS, on February 20, 2019, the parties entered into the Agreement for the CONTRACTOR to provide janitorial services for facilities in the Upper Keys and Marathon ("Original Agreement"); and m WHEREAS, on April 17, 2019. the parties entered into a First Amendment to the Agreement which provided for the CONTRACTOR to perform additional janitorial services for the Roth Building in Tavernier and the State Attorney's Office in Marathon;and WHEREAS, on May 22, 2019, the parties entered into a Second Amendment to the Agreement which provided for the CONTRACTOR to perform additional janitorial services for the Public Defender's Office in Marathon.. Florida; and W WHEREAS, on February 19, 2020, the parties entered into a Third Amendment to the Agreement to exercise the option to renew the Original Agreement for the first of the four (4) one-year renewal terms with a CPl-U increase adjustment of 2.3%:and Lui 0 WHEREAS, the COUNTY now desires to extend the term of the Agreement pursuant to the 0 terms of the Original Agreement;and 0 2 WHEREAS, the parties have found the Original Agreement, as amended, to be mutually beneficial;and WHEREAS, the parties find that it would be mutually beneficial to enter into this Fourth `V Amendment to the Original Agreement; NOW, THEREFORE, IN CONSIDERATION of the mutual promises and covenants set forth below,the parties agree to amend the Original Agreement as follows: 1. In accordance with Paragraph 5 of the Original Agreement, the County exercises its option to renew the Original Agreement for the second of the four(4) one-year terms. This term of this Agreement shall commence on March 1, 2021, and ends upon February 28, 2022, unless terminated earlier under paragraph 19 of this Agreement. The contract amount for janitorial services shall not be adjusted for a CPl-U change this year, but will instead remain at Twenty-one Thousand Nine Hundred Forty-three 0 and 351100($21,943.35)Dollars per month. m 0 Packet Pg. 1726 U.1.c WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly 7 resentative. 0 N - +, � LIVRKU UI' LkJUN I T LUMMIW51UNLK� VIN MADOK, CLERK OF MONROE COUNTY, FLORIDA By: By: As Deputy Clerk , Mayor Date: _ [T�..��. Date: Witnesses for CONTRACTOR: CONTRACTOR: CEILING TO FLOOR CLEANING, INC. W Jff 'tom _fir J Signature of person Ohorize to Signature legally bind Co ratio 0 Date: /, .1 / "} 0 60 int me Print Name and Title Address:c• _ - cV Signat cv 6ati Print Name Telephone Number � m � C> :M -rn rU --Ti 0 w .. 0 WAMPI0E COLU"wrroRNEV S OFFCE p a�asa toATnDPWUY - PAIrAM DAM Packet Pg. 1727 U.1.c �1 s AC40R o CERTIFICATE OF LIABILITY INSURANCE Dee 18 0" THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED � REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. o IMPORTANT: If the certificate hailer Is an ADDITIONAL INSURED,the policy(ies)must be endorsed, if SUBROGATION 18 WAIVED,subject to the tsrms and conditions of the policy,certain policies may require an endorsement. A suftment on this eertiflce does not confer rights to the certificate holder in lieu of such endorsement(sy PRODUCER Triton Global N Triton Insurance Group PHONE t866y400-7674 x100 F No N0, [aesissT-lave 100 N Stets Road 7 AD E4MIL quateftritonagency.Co1E Unit 304 INSV AFFORDING COVERA09 NAIC 8 Murgsto FL 33063 INSURER A:De itere Insurance 0. Company 42507 N INSURER MSURERB:INFINITY AUTO INSURANCE Coiling to Floor Cleaning Inc wwRERc:Old iic 8=*ty Co 1431 SW 6 clay INSURER 0'. Ui INSURER E: 0 0 Deerfield Beach FL 33441 INsuRERF: COVERAGES CERTIFICATE NUMBER:CL2081814276 REVISION NUMBER: THI5 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 20 INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TER MS- EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. o l LT R TYPE OF NSURANCE ch POLICY Nyhow LMTE X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,OD0,000 � A CLAIMS.IAtAOE 57 OCCUR PR MI a S 100,000 SC ACP3007E31366 7/28/2020 7/28/2021 X DeductiLle:4S00 Per Oatr AIED ExP AIry pr } = 5,000 0) PERSONAL d AN INJURY S 1,000,000 GEKLAGGREGATE LIMIT APPLIE5 PER GENERAL AGGREGATE f 2,000,000 x POLICYED JJEEC ❑LOC PRODUCTS-COMPAaPAGG S 2.000,000 W OTHER. S A AUTOMOa1I.LIABILITY 50RD20033119001 0410212020 Os10212021 r d NFO I S 1.00D,000.oa ANY AUTO BODILY INJURY IPer pemn} S ALL OWNED X 5C4DULEO BODILY INJURY I Per errdenly S 0) AUTOS AUTOS x RIREDAUTCS AUTOS PROPERTY DAMAGE 5 I E o UMBRELLALIAB OCCUR BY HEACH OCCURRENCE S Lu8 CLAIMS-MADE � 8 18 2+�2 0 AGGREGATE s o DED RETENTIONS WNYV S MN211KERs COMPENSATION H• _ AND EMPLOYERSL1Ae1LnY SIATUTE lTJ_I & Ali only ANY PROPRIETORIPARTNERIEXECUTIVE YIN El EACH ACCIDENT S pFFiCERAREAlIi6R FatCLV060'+ W I A iay YI NNI E L DISEASE-EA EMPLOYEE $ h y desolde urmw MPTION OF OPERAII 6W* E L DISEASE-POLICY LIM1T S CD J1011p e150317805 06/11/2020 06/11/7021 EMPLOYEE DISHONETY 510,90a � C tV DESCRIPTION OF OPERATIONS r L ck`r"S I VEHICLES IACORO 101,A6&bm al Reworks Sehsduk,wry be slderrd If men 10M Is n*ditdI Additional Insured Stotus Afforded where required by written contract with the insured. o o..�.�CRte oolr is listed as a Loss Payee in regards to the Sand. CERTIFICATE HOLDER CANCELLATION o SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Nonroe Country BOCC THE EXPIRATION DATE THEREOF.NOTICE WILL BE DELIVERED IN Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1200 Simonton St. O AUTHORIZED REMfIEHTATIVE Trey West, FL 33040 ' W Yichaud/GLORAL 0 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and Iogo are registered marks of ACORD INS025 pei4o[I Packet Pg. 1728 �Z.00DRrQO Kevin Madok, CPA =o•....: Clerk of the Circuit Court&Comptroller—Monroe County, Florida R ROE coy 0 DATE: February 28, 2020 TO: Alice Steryou Contract Monitor FROM: Pamela G. Hanco C. N SUBJECT: February 19'BOCC Meeting E Attached is an electronic copy of the following item for your handling: y C6 3rd Amendment to Agreement wide Ceiling to Floor Cleaning, Inc. for Upper Keys and Maradion Janitorial Services for a one year renewal and annual CPI-U adjustment with new mondily amount of$21,943.35. Funding is ad valorem. c Should you have any questions, please feel free to contact me at (305) 292-3550. cv cv cv CD 2 0 cc: Facilities Supervisor County Attorney e® Finance File E KEY WEST MARATHON PLANTATION KEY PK/ROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 Overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plantation Key,Florida 33070 305-294-4641 305-289-6027 305-852-7145 305- Packet Pg. 1729 THIRD AMENDMENT TO AGREEMENT FOR UPPER KEYS AND MARATHON JANITORIAL SERVICES MONROE COUNTY,FLORIDA y This Third Amendment to Agreement is made and entered into this 19th day of February, 2020, between MONROE COUNTY, FLORIDA("COUNTY'), a political subdivision of the State of Florida, whose address is 1100 Simonton Street,Key West,Florida 33040,and Ceiling to Floor Cleaning,Inc.,a Florida Profit Corporation, authorized to do business in the State of Florida, ("CONTRACTOR'), whose principal address is 2732 NW Ise` Court, Fort Lauderdale, Florida 33311, and whose physical address for purposes of this Agreement is 2003 NW 55'h Avenue,Margate,Florida 33063. WHEREAS, on February 20, 2019, the parties entered into the Agreement for the CONTRACTOR to provide janitorial services for facilities in the Upper Keys and Marathon ("Original Agreement");and WHEREAS, on April 17, 2019, the parties entered into a First Amendment to the Agreement which provided for the CONTRACTOR to perform additional janitorial services for the Roth Building in Tavernier and the State Attorney's Office in Marathon;and c WHEREAS, on May 22, 2019, the parties entered into a Second Amendment to the Agreement which provided for the CONTRACTOR to perform additional janitorial services for the Public a Defender's Office in Marathon,Florida;and WHEREAS, the COUNTY desires to extend the term of the Original Agreement and provide for an annual adjustment in the contract price pursuant to the terms of the Original Agreement;and WHEREAS, the parties have found the Original Agreement, as amended, to be mutually beneficial;and WHEREAS, the parties find that it would be mutually beneficial to enter into this Third Amendment to the Original Agreement; NOW,THEREFORE,IN CONSIDERATION of the mutual promises and covenants set forth below,the parties agree to amend the Original Agreement as follows: 1. In accordance with Paragraph S.C. of the Original Agreement, the COUNTY exercises its 2 CD option to renew the Original Agreement for the first of the four(4) one-year terms. The term of the Agreement shall now commence on March 1, 2020, and ends upon February 28, 2021, e unless terminated earlier under paragraph 19 of this Agreement. The contract amount may also 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 thereby be adjusted 2.3% based upon the CPI-U computation at December 31,2019. 2. In accordance with Paragraph 5. B. of the Original Agreement, as amended, the total contract amount for janitorial services is hereby adjusted from Twenty-one Thousand Four Hundred Fifty and 00/100 ($21,450.00) Dollars per month to Twenty-one Thousand Nine Hundred Forty-three and 35/100($21,943.35) Dollars per month. t Packet Pg. 1730 VitNESS WHEREOF, each party has caused this Agreement to be executed by its duly all e rep r0entative. y BOARD OF COUNTY COMMISSIONERS ;Attest; KEVT MADOK CLERK OF MONROE COUNT FLORIDA r' 7 By. By: Deputy Clerk Mayo Date: "�'`-I'��, 20 Date: t 2°vo v; c Witnesses for CONTRACTOR: CONTRACTOR: CEILW(3 T0. LOOR C EANING, INC. c Signature of person authorize _to Signature legally bind Corpora ion t Date:_ . l_�1Y 1 Al C (c t Date Print Name .: Print Name`and Title •• "-:, �, a�7PIV Address:l_�'� �900 s" cV Signature _ cv Date Print Name Telephorw Number ,.- M w - r MOWDE COUNTY ATTORNEYS OFFICE co m o PATRICIA EABE.ES © txj ASSISTA C IN�Y•�y ATTORNEY cars z~ -zOZa C) DATE., 2 Packet Pg. 1731 A���� CERTIFICATE OF LIABILITY INSURANCE DA,E(MMDOIYYYY, 0 6/10/2019 ¢ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES m BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE.CERTIFICATE HOLDER, N IMPORTANT: If the certificate holder is an ADDITIONAL INSURED;the o8 p cy(ies)must be endorsed. If SUBROGATION IS WAIVED;subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CoNTACr- NAME. Triton Global 0. Triton Insurance GroupPHONE . 100 N State Road 7 EMAIL o (866)400-7674 Y100 FAX Ic4slssi-ss�a Not: Unit S A RE33-Quotaetritonagency.com tNSU S AFFORDING COVERAGE. NAIC/Margate FL 33063 1?=RERA:1De Siters Insurance N CO 42567. WSURED UISURERB:rNF1NzT ADTO INSURM(M Coiling to Floor Cleaning Inc INSURER c:Old Republic Sur4atv CO 1431 Sit 6 Ray INSURER D•. _ (B Q INSURER E: Deerfield Beach FL 33441 INSURERF: N COVERAGES CERTIFICATE NUMBER:CL1961010953 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES.OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS uj CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS 0 NSRLT. L POLICY EFF VOUCYEXP ,LTR TYPAL GENE RA LIAINSD POLIOY tiU11BER NM, umma YYYY LIMRE (D X COMMERCIAL GENERAL LIABILITY r.ACH GCCURRE\CE 3 1,000,000 � A CLAIMS-MACE OCCUR OAWAGc TO Hc.VTED P'n6.N - "cnemmu�•. S 100,000 :: DraduCtible:$500 per OCC K ACP3007631364 7/29/2019 7/28/2012 tAE7 EXp(-iq ono Fe C, S 5,000 PERSCNAl&ADVINJURY S 1,000,000 GEN'LAGGHFGATE OMIT APPLIES PER GENERALA^.,C,REGATE S 2,000,000 i X- PQUCY❑JEP CT LOC PRCCLCTS-CODPrJPACG $ 2,000,000 0THE.9: S B AUTOMOBILE LIABtUTY 509820033119001 04/02/2019 04/02/2020 CONBINEC 5tl:GLE LLII r IS 1,000,000.00'Ea amicen ANVAUTO BODILY ULJRY(Pupen(m) 5 ALL OIANED SCHEDULED AUTOS X'. AUTOS X BODILY INJURY(Per acG0an) S NON-OHIRED AUTOS AUTOS ED PRCF�RTr O+U4GE 75 au:05 per ac:E,ra7 15 s ¢ UMBREUAUAB OCCUR EACH CCCt7RR.-'�•10E 5 LO EXCESS UAS AN _ Y RISK aAus!aAOE JccREGAT= CN sCD WCRHERS COMPENSATION - CN P$3 ANOEMPLOYERS'LJABUTY YIN DATE ' r arm N -" � , AiK PP.DFRi-:,F71PAitTNE[LEJCEWTiVE to EL.E:•CH ACCIM.NT s r"Of10ERr7AELBH)EJ(CLUOEO'� N .. cwl,mtmv=nrmr WAIVER N/ YES E_DZEASE-El,!% Y! s fI tea,desaee order GESCRI?TICN OF OP_R;.TtCD ONSWe-- E° 04'3SE-PCUCY U4iT S 8[)2ID r- M150317005 06/11/2019 06/11/2020 EMPLOYEEDGHONETY $20,000 0) C DEsewPTwMOFOPErranonseLoranoNarvEHlcLes taeoRDrol.aaeaen,Ilmmrk.sar:amp.m,yaamoawumel..pc.l.na�ar.al Additional Tusuied Status Afforded where required by written contract with the insured. Certificate Bolder is listed as a Loss Payee in regards to the Bond. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County BOCC THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Board of County Co»Iissioners ACCORDANCEWITH THE POLICY PROVISIONS. 1100 Simonton St. Rey West, FL 33040 AUTHORIZED REPRESENTATIVE a M.ictaud/GLOBAL ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025(2oIio1) Packet Pg. 1732 CERTIFICATE OF LIABILITY INSURANCE QA-M(MMMoN M 7/31/2019 THIS CERTiFICATE;IS ISSUED AS A MATTER OF INFORMATION,ONLY AND CONFERS NO RIGHTS UPON THIE.CERTIFICATE HOLDER.-THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P0661ES REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED ry IMPORTANT-!If the ceruileate hold6rls an ADOITIOtIAL INSURED,the poltcy(i¢s)must:he_DRdotsad: KSUBROGAT(ON 15 iPlAtVED;:s.ubjoct to the terms snd condttlo�of the Policy,certain policies may require 86_Jmdoraement. A statement on this Certificate does not confer rights to the eertHleste holder in lidu of such endorsomem(s). PRoouteR Or+7A- Triton Global C Triton Insurance Group pNc' 100 N State Road 7 ,i EUAL (666)400-7674 *10D U W m-s4n TJhit 304 AD Ess:-4uoto?tritoaagoncy.com O NISU' 5 AFFMOLNG COVERAGE -ttA1G r !�'ergatc ET. 33063 ISrSU11 .Deco.3teis :SnsuraacvD.Co INSURED _ _ 42597 ty LYSURERS•Ii`I92NZTY:AUTO:I2}S[JR,'4N"Z;E Coiling to Floor Cleaning inc: _ tasURER c:Old .- c SUra-t;_'Co. - ns 1431 Sp 6 Kay LL V:IURERD: - Du WSURER E:artiold Heath DL 33441 - - MURER F: COVERAGES CERT1FtCATE.PIUMBER:.CLi97311137e REVISION NUMBER- ns THIS IS TO CERTIFYTHAT THE pOLICIES OF,INSURA CE LISTED BELOW FIAVE BEEN gSSUEO TO'THEINSURED Nr1ME0 ABGVH,FOR THE POLFCY PERIOD N INDICATED NMAYSEASlANOINQANY REQUIRERIENT TERM OR CONDITION OFANY CONTRACTOROTHER,DOC:U 1ENTv0'H RESFECTTO MICH THIS CERTIFICATE MAY HElSSUEO,OR MAY PERTAIN,THE INSIJRANCEAFFORDtb,6YTHE"POI lCIES,'D£SGRISED HEREIN lS SGBJE&76 ALL THE TERMS, O EXCLUSIONS AND CONDITIONS OF.SUGH POLICIES.UMiTSSHOWPJ MAY HAVE:BEEN REDUCED BYPAIB GI CLAIMS. LLTTRR TI OF WSURANCE _ - I POUCY FU?F. ".POLICYI7tP POLICY LAUNDER. .U. POUCy 1iTS. X CONYERCIAL G®IERAL LIABILny - EACH OCCURA£tct S 1,000,000 w 1• CWLiSJAAOE f OCCUR - - - Pt7 J,. rah 1 100,000 JC DaQaCLblo_$$aC Pak Ocs ]C ACP3407831361 7/28/2019 7/20/2020 IAfiFl E7p WfbaCm j S 5,000 PERSCfuL aAO'v1 Y S 11000,000 GEKtAGGftEQ,ffE 1Ja117APPLIES PER. X_ POLCY �� LOC GEHE4dLAddAeG,OTE f 2,000,000: a) j�jTS,C PC Ar4�i `SM2OO.0OTHERfAUTnlLO®sFLIA80JTY04/62/2019 04102/2020IC'iLEL!" T SANYAUTO ALL ONNED "SCHEDULED Y iP�r p-) 3AUTOS XAUI NON-0 N� XY(Pw sca tq 3 AUTOS VA„E SAPP1 13Y Fil^ y�y�� LO UIJABf OCCUR BY a r., fJLCEaa WB I EACf4 LCCUR.RE4C11 SCD C1AalU-tAALrt' ,- 1 m eErl s DATE G _ � � ADoistLl4 E ' s VA3FICWPLeoarre_UAEI1 e - reN. WAIVW `_ °�,� ors. s - cv AND L'4PLOY>"fiE'W B117Y ANY PRCyR:EfOR"GFRTNER:EXE=N_- OFf,CEP:tt;310£REXCLciDED� Yea— NIA I-L EI ACGL:N7 S 01-44mY In NH) YYeea rescba.erefer 'E.:_ .,:ASE-E4E7.IP,OYEE 4. DESRtP^.ON D€'fsRATtiS JMba - E_D5F1.E=PG:.CYJM7' IS BOND R190317803 06/11/2019 06/11/2020 EMPLOYEE OMtdFTY C 410,000 "DGeCRPT ON Of OPfAA7 OM I LOCATIONS I V0 CLp5 - - O (ACOR1]lot:AydidoOal Rm:do�.elus,ky'nuy be-Mcfrd if aam 4P- Y r"I _ ¢, Additional Insured Status'AL.fordad Mh-6 rogLLired by written contract with the insured, Certificate Holder is listed as a Loss Pays in regards to the Bond, CERTIFICATE HOLDER CANCELLATION SHOULDANYOOFTHEABOVE&_,.$CPoaw pOUCIF.S SECANCELLED BEFORE tdonroe County BOCC THE E%PIRATION'DATE THEREOF,NOTICE WILL SE DELIVER_ED_IN Board of County Commissioners ACCORDANCE VOTH THE POLICY PROVISIONS: 1100 Simonton St. Rey West, FL 33040 AUTHOI REpREswA7ryE n5 Michaud/GLOBAL 019BS-2014 ACORD,CORPORATION. All rights reserved: ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS026 ao1401) Packet Pg. 1733 ACCIR D® DATE(MMIDDNYYY) CERTIFICATE OF LIABILITY INSURANCE 6/10/2019 j O THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS ¢ CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED m REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. I IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONT CT NAME; Triton Global Triton Insurance GroupPHONE (866)400-7674 x100 F Na: resw6n-ssna 100 N State Road 7 ADDRESS:gUote@tritonagency.com Unit 309 INSURERS AFFORDING COVERAGE NAIC 9 Margate FL 33063 INSURER A:De ositerS Insurance Company 42567 INSURED INSURER B:INFINITY AUTO INSURANCE I Ceiling to Floor Cleaning Inc INSURERC:Old Republic Surety Co 1431 SW 6 Way INSURER D: i INSURER E: Deerfield Beach FL 33441 INSURERF: N COVERAGES CERTIFICATE NUMBER:CL1961010943 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD M INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS N CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. O INSR ADOL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MMIDD MMIDOMfYY LIMITS X COMMERCIAL GENERALL.IABILITY EACH OCCURRENCE S 2,000,000 O A CLAIMS-MADE a OCCUR PREMSE7 fEa act OBE 5 1001000 X Deduatibie:$500 Per Occ X ACP3001831,364 7/28/2018 7/28/2019 MED EXP(Arty one person) S 5,000 I 0) PERSONAL BADV INJURY 9 1,000,000 GENIAGGREGATE LIMIT APPLIES PER: GENERALAGGREGA7E S 2,000,000 PRO- X POLICY JECT ❑LOC PRODUCTS-COMPIOPAGG S 2,000,000 OTHER' S 8 AUTOMOBILE LIABILITY 509820033119001 04/02/2019 04/02/2620 COMBINED SINGLE LIMIT Is 1,000,000.00 Ea aor3tlarx ANY AUTO BODILY INJURY(Par person) S 0) ALL OWNED SCHEDULED AUTOS X AUTOS X BODILY INJURY(Par accident) S HIREG AUTOS NON-OWNED PROPERTY DAMAGE AUTOSLO H S C S UMBRELLA LIAB OCCUR /�(> � �i. _ Mb T EACH OCCURRENCE S wr EXCESS LIA6 CLAIMS-MADE p AGGREGATE S • CV DED RETENTION S $ CV WORKERS COMPENSATION {{{{''''���� AND EMPLOYERS'LIABILITY Y f N oY� F TOTE OER r.. ANY PROPRIETORIPARTNDEDI UTIVEOFFICERIMEM EL.EACH ACCIDENT S (Mandatory in ER EXCLUDED ❑NIACD if yes atoryln under E.L.DISEASE-EA EMPLOYEE 5 li yes,describe under ¢' DESCRIPTION OF OPERATIONS betaw E.L.DISEASE-POLICY LIMIT S BOND W150317805 D6/11/2019 06/11/2020 cAWLOYEEO)SHONETY $10,000 C � DESCRIPTION OF OPERATIONS I LOCATIONS,VEHICLES(ACDRD 101,Additional Remarks Schedole,may be attached if more space Is required) Additional Insured Status Afforded where required by written contract with the insured. O Certificate Holder is listed as a Loss Payee in regards to the Bond. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County BOCC THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN F® Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St. ay Rey West, FL 33040 AUTHORIZED REPRESENTATIVE W NLicn3ud/GLQ$AL � U ©1988-2014 ACORD CORPORATION; All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INSD26(201401) Packet Pg. 1734 ACC)Ra CERTIFICATE OF LIABILITY INSURANCE DATE(MWMNYYY) Ilk. � 08/26/2019 HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES O BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. T . IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on in certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME AP INTEGO INSURANCE GROUP Pico EM),_ � ale No)_ 375 Woodcliff Drive E-MAIL —. _ Suite 103 Fairport, NY 14450 INSURERS AFFORDING COVERAGE NAICII INSURER A; NorGUARD Insurance Company i 31470 INSURED INSURER B: Ceiling To Floor Cleaning, Inc. - INSURER C: PO Box 880 INSURERD: a) Fort Lauderdale,FL 33302 INSURERE: 1 _ INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: n THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED_ NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. vi iLTR --�--TYPEOFiNSURANCE .....'ADDLL'SUBR?-.. ----- POLICY EFF POLICY IXP. ...�.---- --- -----_..._—.-- ___----._---_---- i I ! POLICY NUMBER MPAIDDm MMIDD LIMBS COWAERCIAL GENERAL LIABILITY j 0 EACH OCCURRENCE S ru j I CLAIMS-MADE OCCUR I 1 �rDAA-K2`�'G° ITED (J t PREMISES F_a occunan_ S 0 O MED 9XP(Any one Person) Is —_ 0 0) PERSONAL&ADV INJURY s 0 0) h _ ...---------- - GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE I S -._.... 0 -O POUCY 1�jECT !J LOC ; PRODUCTS-COMPIOP AGG I S - 0 !OTHER: ! I Is 47 AUTOMOBILE LABILrrY I COMBINED S'NGLE UMIT 1E a as dent) 5 ANY AUTO ' BODILY INJURY(Per person) :S S- i OWNED ��SCHEDULEDEMENT AUTOS ONLY { AUTOS A�{iRQ� BODILY INJURY(Per aocdert)!S HIRED NON-OWNED BYiI a PROPERTY DAMAGE is AUTOS ONLY �AUTOS ONLY DAPe acatlenl ! I I WR N/A ! s UMBRELLAUAB OCCUR I oo i ! i;EACHOCCURReC1C= I S W i fi EXCESS LAB i .CLAIMS-MADEi i ! `! AGGREGATE sCD i DEO I I RETENTIONS I i i I I i SCD ;.WORKERS COMPENSATION S LIABILITY YIN j I STATISTE_; ER, ANDB1PLOYER fANYPROPRIETORIPARTNER/c)CECUii'JE !EL EACH ACCIDENT $500 0OO A OFF:CEFWEMBEREXCLUDE9 Y❑'NlA( CEWC078556 ;0711112019 07/11/2020 cV i(Mandatory in NH) I EL DISEASE-EA EMPLOYEE S500,000 iIf yyeess,,describe under 1DESCRIPTION OF OPERATIONS below - _ _ - I E.L.DISEASE•POLICY LIMIT S 500,000 CD ! I � DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if mom space is required) O Governing Class Description:JANITORIAL SERVICES BY CONTRACTORS Exclusions: AISHA STYLES; BRICE BENNETT,Vice President; 0) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Ceiling to Floor Cleaning,Inc. ACCORDANCE WITH THE POLICY PROVISIONS. PO BOX 880 0) Fort Lauderdale, FL 33302 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Packet Pg. 1735 Ci •ate JIMMY PATRONIS CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS'COMPENSATION CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS'COMPENSATION LAW'g NON-CONSTRUCTION INDUSTRY EXEMPTION 0 This certifies that the individual listed below has elected to be exempt from Florida Workers'Compensation law. EFFECTIVE DATE: 6/4/2019 EXPIRATION DATE: 6/3/2021 E PERSON: BRICE BENNETT EMAIL: BRICEBENNETT@YAHOO.COM FEIN: 463081997 BUSINESS NAME AND ADDRESS: CEILING TO FLOOR CLEANING, INC. 10155 SW 170TH TERRACE A A OJT ApPR E6 MIAMI.FL 33157 vi m SCOPE OF BUSINESS OR TRADE: NAAVER NIA ..- Janitorial Services By Contractors-No Window -E Cleaning Above Ground Level &Drivers IMPORTANT:Pursuant to Chapter 440.05(14),F.S..an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter.Pursuant to Chapter 440.05(12),F.S.,Certificates of election to be exempL..apply W only within the scope of the business or trade listed on the notice of election to be exempt.Pursuant to Chapter 440.05(13),F.S.,Notices of election to be exempt and certificates of election to be exempt shalt be subject to revocation if,at any time after the filing of the notice or the issuance of the certificate,the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate.The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. CD CN CN CD DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS?(850)413-1609 0 ro Packet Pg. 1736 0 *05 JIMMY PATRONIS CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES in DIVISION OF WORKERS'COMPENSATION **CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS'COMPENSATION LAW NON-CONSTRUCTION INDUSTRY EXEMPTION t7 This certifies that the individual listed below has elected to be exempt from Florida Workers'Compensation law. N EFFECTIVE DATE: 8/16/2018 EXPIRATION DATE: 8/15/2020 PERSON: AISHA A STYLES EMAIL: AISHA.STYLES99@GMAIL.COM FEIN: 463081997 v, BUSINESS NAME AND ADDRESS: CEILING TO FLOOR CLEANING,INC. t7 P.O.-BOX 880 NAGE tEt� FORT LAUDERDALE, FL 33302 APP Y �(IJI m SCOPE OF BUSINESS OR TRADE: WAVER NIA E Janitorial Services By Contractor"o Window Cleaning Above Ground Level 8 Drivers IMPORTANT:Pursuant to Chapter 440.05(14),F.S.,an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter.Pursuant to Chapter 440.05(12).F.S..Certificates of election to be exempt...apply ¢ only within the scope of the business or trade listed on the notice of election to be exempt.Pursuant to Chapter 440.05(13).F.S.,Notices of election to be W exempt and certificates of election to be exempt shall be subject to revocation if,at any time after the fling of the notice or the issuance of the certificate,the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate.The department shall revoke a tCD V certificate at any time for failure of the person named on the certificate to meet the requirements of this section. CN ce r CN CD DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS?(850)413-1609 0 Packet Pg. 1737 U.1 e ��z cou Qrg ooq o: Kevin Madok, CPA ..fib.: - O�ROE COUNSy� Clerk of the Circuit Court& Comptroller Monroe County, Florida q� V N DATE: June 18, 2019 m TO: Alice Steryou Contract Monitor FROM: Pamela G. Hancock, D.C. SUBJECT: May 22'BOCC Meeting � Attached is an electronic copy of Item C21, 2nd Amendment to Agreement with Ceiling to Floor Cleaning, Inc. for Upper Keys and Marathon Janitorial Services to add janitorial services at the Marathon Public Defender's Office,in the monthly additional amount of$450.00,for your E handling. Should you have any questions,please feel free to contact me at (305) 292-3550. Thank you. cv LO cv cv 0 c 0 CJ 0 cc: Facilities Supervisor E Countv Attorney Finance File KEY WEST MARATHON PLANTATION KEY PK/ROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 Overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plan 305-294-4641 305-289-6027 305-852-7145 305- Packet Pg. 1738 4' SECOND AMENDMENT TO AGREEMENT FOR UPPER KEYS AND MARATHON JANITORIAL SERVICES MONROE COUNTY,FLORIDA N This Second Amendment to Agreement is made and entered into this 22nd day of May, 2019, E between MONROE COUNTY, FLORIDA("COUNTY"),a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040, and Ceiling to FIoor Cleaning, Inc., a Florida Profit Corporation, authorized to do business in the State of Florida, ("CONTRACTOR"), -whose principal address is 2732 NW 15'' Court, Fort Lauderdale, Florida 33311, and whose physical address for purposes of this Agreement is 2003 NW 551'Avenue,Margate, Florida 33063. WHEREAS, on February 20; 2019, the . parties entered into the Agreement for .the CONTRACTOR to provide janitorial services for facilities in the Upper Keys and Marathon {"Original Agreement"); and WHEREAS, on April 17, 2019, the parties entered into a First Amendment to the Agreement which provided for the CONTRACTOR.to perform additional janitorial services for the Roth Building in Tavernier and the State Attorney's Office in Marathon; and WHEREAS,-COUNTY now desires to provide janitorial services for the Public Defender's Office in Marathon, Florida: and W WHEREAS,'CONTRACTOR desires and is able to provide janitorial services to the Public Defender's Office in Marathon,Florida: andLO N WHEREAS, this Second Amendment serves to amend -the Agreement to incorporate and include the CONTRACTOR's scope of services to be provided at the Public Defender's Office in Marathon,Florida; and 0 Original Agreement, as amended, to. be mutually WHEREAS, the parties have found the beneficial;and WHEREAS, the parties find that it would be mutually beneficial to enter into this Second Amendment to the Original Agreement for additional janitorial services; NOW,THEREFORE,IN CONSIDERATION of the mutual promises and covenants set forth below,the parties agree to amend the Original Agreement'as follows: 1. Paragraph 2 of the Original Agreement, SCOPE OF THE WORK,shall be amended to incorporate and include additional janitorial services to be performed by the CONTRACTOR at the Public Defender's Office in Marathon, Florida, as reflected on Exhibit "A-Revision 2", which is attached hereto and made a part hereof. Therefore, Paragraph 2, SCOPE OF WORK, of the Original Agreement is hereby revised to read as follows: 0 - 2. SCOPE OF WORK The Scope of Work shall include,but not be limited to,all work and/or services shown and listed in Exhibit"A-Revision 211, which is attached hereto and made a part hereof. The Contractor is Packet Pg. 1739 U.1.e required to provide a complete job as contemplated by this Scope of Work. The Contractor shall furnish all labor, supervision, materials, power, tools,.equipment; supplies,'permits; if any are necessary, and any other means of construction or work necessary or,proper for performing and completing the Scope of Work,unless otherwise specifically stated. N See Exhibit"A-Revision 2" E 2. Paragraph 5, PAYMENTS TO CONTRACTOR, of the Original Agreement, is hereby revised to read as follows: 5. PAYMENTS TO CONTRACTOR A. County's performance and obligation to pay under this agreement, is contingent upon an 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. The County shall pay to the Contractor for the faithful performance of said services on a per a month in arrears basis for each of twelve (12) months. The Contractor shall invoice Monroe County Facilities Maintenance monthly for janitorial services performed under the Specifications contained herein. The total Contract amount shall be Twenty-one.Thousand Four Hundred Fifty and 00/100 ($21,4%00) Dollars per month, which includes the additional janitorial services for the Marathon Public Defender's Office, in the amount of Four Hundred Fifty and 00/100 ($450.00),Dollars per month as shown on Contractor's LO proposal attached hereto as Exhibit"D"which is incorporated herein and made a part hereof. 0 C. TERM OF AGREEMENT This Agreement shall commence on March 1, 2019, and ends upon February 29, 2020, unless terminated earlier ,under paragraph 19 of this Agreement. The janitorial services provided by the Contractor for the Roth Building and the Marathon State Attorney's Office, however, shall commence on May 1, 2019,.and ends upon February 29, 2020. The janitorial services provided by the Contractor for the Marathon Public Defender's Office, however, shall commence on June 1,2019;and ends upon February 29,2020. The County shall have the option to renew this Agreement for up to an additional four (4) one-year periods at terms and conditions mutually agreeable to the parties, exercisable upon written notice given at least thirty,(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 0 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. Packet Pg. 1740 U.1.e IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly 0 ed representative. N E e x BOARD OF COUNTY COMMISSIONERS MAD K, CLERK OF MONR COQ4,Y, FLORIDA By: Deputy Clerk Wor c r ann Date: 2ti� 'Zo Date: —V — Witnesses for CONTRACTOR: CONTRACTOR: CEILINQ TO FLOOR CLEA ING, INC. —77 Signature of person authorized to ignature legally bind CorporationLO Date: � Zo/? o Date Print Name Print 1. a and T tle Address: 164. Signature E Date Print Name Telephone Number W CD E .... Cyrn L r7 i co C MO OE COUNTY ATTORNEY'S OFFICE . IOyEDAS 0 O -9- . t--7 . ,. PATRICIA EAGLES ry ASSISTANT CO ATTORNEY DATE: — "�� R 3 Packet Pg. 1741 • U.1.e EXHIBIT "A-Revision 2" 0 SPECIFICATIONS: A. Facility Security a) Arrangements as to accessing the facilities will be coordinated through the y 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 o termination of the 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. b) 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 E 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. N c) The Contractor shall report any problems regarding open doors and/or vandalism LO CD to the Facilities Maintenance Department, telephone (305) 292-4431 or (305) 292-4436. o 0 B. The Contractor shall provide all supplies necessary for the cleaning performance of his/her work under the contract. All supplies, including but not limited to, hand soap, paper towels, toilet paper, trash can liners, and Safety Data Sheets for all supplies, shall be supplied by the Contractor. Restrooms are equipped with the Bay West or Renown toilet paper dispensers. Soap and paper towel dispensers are Renown. The County can supply additional dispensers of like kind as needed. The Contractor shall use enzyme base cleaning supplies. The Contractor shall maintain stock in each facility in an amount sufficient to last through the next cleaning day. 0 C. Contractor agrees to use and provide documentation for whole-building cleaning and maintenance practices, using: a) Sustainable cleaning chemicals (enzyme based) that meet the requirements of Green Seal's GS-37 and/or EPA's Design for Environment program. 0 b) 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. 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 4 Packet Pg. 1742 • U.1.e of Green Seal's GS-40 and/or Environmental Choices CCD- 47 and/or EPA's Design for the Environment program. d) Carpet care products shall meet the requirements of GS-37 and/or CCD-148 Proper training of Contractor's personnel in the hazards, use, maintenance, ch and disposal of cleaning chemicals,dispensing equipment, and packaging. e) Foam hand soaps that do not contain antimicrobial agents, except where required by health codes, and that meet Green Seal GS-41A standard. t) Cleaning equipment that reduces impacts on the Indoor Environment. D. Supervision and Inspection of Work: v 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. e To ensure that any problems that may arise will be taken care of promptly, the Contractor will maintain a twenty-four (24) hour telephone contact seven (7) days per week for the receipt of any complaints and/or addressing any issues. Random inspections shall be performed by County Representatives from the Facilities Maintenance Department administering the contracts. Deficiencies shall be corrected within a a twenty-four (24) hour period of notification to the Contractor. Failure of the contractor to correct such deficiencies shall result in a prorated deduction from the monthly invoice. SCOPE OF WORK N N Key Largo Library Janitorial services will be six (6) days a week, Monday through Saturday (excluding holidays), beginning after 6:00 p.m., and finishing no later than 9:30 a.m. (Library opening time). Wednesdays beginning after 8:00 p.m. and finishing no later than 9:30 a.m. (Library opening time). The Contractor shall furnish Janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same for the Key Largo Library, located at Publix Shopping Center, Mile Marker 101.5, Key Largo, Florida, consisting of approximately 12,068 square feet. A. Restroom Sanitation shall include the following on a daily basis: E i. All floors swept, loose dirt removed. ii. Wash and disinfect floor. 0 iii. Stall partitions and walls damp cleaned. iv. All commodes, urinals, basins, and vanities shall be scoured and E disinfected. V. All urinal traps shall be specially cleaned and disinfected. vi. All sanitary napkin receptacles will be cleaned, waste disposed, and disinfected. e vii. All supplies shall be replaced (paper goods,soap, etc.). viii. All trash receptacles emptied and liners replaced. 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. 5 Packet Pg. 1743 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 swept and mopped. ii. All door handles and knobs are to be cleaned and disinfected. E iii. All furniture and furnishings to be dusted, including plants. iv. Low ledges, sills, rails, tables, shelving, baseboards, etc. to be wiped with a damp cloth to reduce the amount of dust in the building. V. All trash receptacles emptied, and trash can Iiners replaced. 0 vi. All upholstered furniture to be vacuumed. vii. All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. viii. All entry mats shall be lifted, swept/vacuumed/mopped and cleaned underneath. Replace when floor is dry. D. Weekly janitorial services to include: i. All glass partitions, doors, mirrors, windows, etc. to be cleaned and/or polished. ii. Obvious scuff marks shall be removed from resilient flooring. iii. All door vents cleaned. cv LO cv cv E. Monthly janitorial services to include: i. All high dusting (i.e. pictures, door frames, air vents/grills, tops of book shelves, etc.) ii. All walls dusted monthly. o 0 iii. All air conditioning vents, supply and return air grilles, cleaned. F. Additional Services (Shall be performed once in every three (3) month period, and shall be included in the bidding price): i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) coats of wax, areas shall be buffed sufficiently for o maximum gloss and uniform sheen from wall to wall, including corners. The waxed floor shall present a clean appearance free from scuff marks or 0) 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. .. 6 Packet Pg. 1744 • U.1.e The Roth Building Janitorial services will be five (5) days a week, Monday through Friday (excluding holidays), beginning at 7:30 a.m., and finishing no later than 9:30 a.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same, for the following facility located at,50 High Point Road, Tavernier, Florida 33070, consisting of approximately 2,600 square feet of space. A. Restroom Sanitation shall include the following on a daily basis: y i. All Floors swept, loose dirt removed. ii. Wash and disinfect floor. v iii. Stall partitions&walls 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 door handles shall be cleaned and disinfected. ix. All supplies shall be replenished (paper goods, soap,etc.). x. All trash receptacles emptied and liners replaced. xi. 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. cv cv B. General Office Cleaning(two(2)times per week) `= LO 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. o 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, Meeting Rooms, Break Rooms, and E Kitchens shall be completed daily, and are to include the following: 0 i. All Floors swept, loose dirt removed. ii. Wash and disinfect floors 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 door handles, exit devices, push plates, and pull plates shall be cleaned with a disinfectant wipe. V. All trash receptacles emptied,and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. Packet Pg. 1745 • U.1.e viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. Replace when floor is dry. ix. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. N X. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be cleaned. D. Weekly janitorial services to include: y i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc. to be cleaned and/or polished. i ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. Water fountains are to be polished. V. Tile floors are to be damp or steam mopped. E. Monthly janitorial services to include: i. All high dusting j (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. F. Additional Services: (Shall be performed once in every three (3) month period, and shall be included in the bidding price.) c® cv i. Resilient Flooring shall be swept/dust mopped and stripped. After application of LO CD three (3) 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 E cleaning methods and products are to be coordinated with the County's 2 Representative. 0 Islamorada Library Janitorial services will be five (5) days a week, Monday through Friday (excluding holidays), anytime between the hours of 8:00 p.m. on Tuesday, and 6:00 p.m. Monday, Wednesday, Thursday, and Friday, with completion before 9:30 a.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same for the Islamorada Library, located at 2331 Overseas Highway, Islamorada, Florida, consisting of approximately 5,699 square feet. A. Restroom Sanitation shall include the following on a daily basis: i. All Floors swept, loose dirt removed. E ii. Wash and disinfect floor. iii. Stall partitions and walls damp cleaned. 8 Packet Pg. 1746 • U.1.e 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. 0 vii. All supplies shall be replaced(paper goods, soap, etc.). viii. All trash receptacles emptied and liners replaced. 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. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. c C. General Cleaning shall be completed daily,and should include the following: i. All tile floors are to be dusted and mopped. ii. All door handles and knobs are to.be cleaned and disinfected. iii. All furniture and furnishings to be dusted, including plants. iv. Low ledges, sills, rails,tables, shelving, baseboards, etc. to be wiped with a damp cloth to reduce the amount of dust in the building. V. All trash receptacles emptied,and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the W Oreck. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. Replace when floor is dry. cv cv D. Weekly janitorial services to include: LO CD i. All glass partitions, doors, mirrors,windows, etc. to be cleaned and/or polished. ii. Obvious scuff marks shall be removed from resilient flooring. iii. All door vents cleaned. c 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. E F. Additional Services: (Shall be performed once in every three (3) month period, and shall be included in the bidding price.) c i. Resilient Flooring shall be swept/dust mopped, and stripped. After application of three (3) coats of wax, areas shall be buffed sufficiently for maximum gloss and uniform sheen from wall to wall, including comers. The waxed floor shall present a clean appearance free from scuff marks or dirt smears. Furniture E 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 0) 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. 9 Packet Pg. 1747 U.1.e Marathon The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and ch 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 square feet. ➢ Marathon Courthouse, 3117 Overseas Highway, consisting of approximately 6,863 square feet. i- Marathon Government Center, 2798 Overseas Highway, consisting of approximately 23,500 square feet. Marathon Government Center Annex, 490 63" Street, consisting of approximately 10,000 square feet. ➢ Marathon Tax Collector, 3101 Overseas Highway, consisting of approximately 1,984 square feet. 7 Marathon DMV, 3384 Overseas Highway, consisting of approximately 1,200 square feet. Marathon Clerk of the Court, 3117 Overseas Highway, consisting of approximately 1,600 square feet. W i% Marathon MCSO Substation, 3103 Overseas Highway, consisting of approximately 5,400 square feet. N Marathon Senior Center, 33rd Street, Gulfside, consisting of approximately 2,250LO square feet. 0 Marathon Supervisor of Elections, 10015, 10005 Overseas Highway, consisting of e approximately 2,139 square feet. e i Marathon State Attorney's Office, 4695 Overseas Highway, consisting of approximately 1800 square feet. r Marathon Public Defender's Office, 4695 Overseas Highway, consisting of approximately 1800 square feet. 0) A. Restroom Sanitation shall include the following on a daily basis: 2 i. All Floors swept, loose dirt removed. e ii. Wash and disinfect floor. iii. Stall partitions& walls damp cleaned. iv. All commodes, urinals,basins,and vanities shall be scoured and disinfected. E V. All urinal traps shall be specially cleaned and disinfected. vi. All sanitary napkin receptacles will be cleaned, waste disposed,and disinfected. 0 vii. Mirrors shall be cleaned and polished. viii. All door handles shall be cleaned and disinfected. ix. All supplies shall be replenished (paper goods, soap,etc.). x. All trash receptacles emptied and liners replaced. 10 Packet Pg. 1748 • U.1.e xi. 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. 0 N B. General Office Cleaning(two (2)times per week) i. Tile floors--dust mopped and/or damp mopped. I 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, Meeting rooms, Break Rooms, and Kitchens shall be completed daily, and are to include the following: i. All Floors swept, loose dirt removed. ii. Wash and disinfect floors 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 door handles, exit devices, push plates, and pull plates shall be cleaned with a W disinfectant wipe. V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. LO vii. All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. e Replace when floor is dry. ix. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. X. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be cleaned. xi. Marathon Government Center Meeting Room shall be cleaned on a daily basis, 2 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. a E. Weekly janitorial services to include: i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc. to be cleaned and/or polished. 11 Packet Pg. 1749 • U.1.e ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. Water fountains are to be polished. 0 V. Tile floors are to be damp or steam mopped. N F. Monthly janitorial services to include: E 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. v; o G. Additional Services: (Shall be performed once in every'three.(3) month period, and shall be included in the bidding price.) i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) 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, W stains and spots, and shall have a bright uniform color upon completion of dry cleaning, steam cleaning, or shampooing. Carpet cleaning methods and products are to be coordinated with the County's Representative. LO H. flours of Operation: 0 i. Marathon Library - The Contractor shall furnish day porter janitorial service with o one (1) evening building attendant on site. Janitorial services will be six (6) days a week, on the days the library is open (Monday, Tuesday, Thursday, Friday, and Saturday, excluding holidays), beginning at 4:30 p.m., and finishing at 7:30 p.m. Wednesday work will begin at 8:00 p.m. (only as long as it takes). ii. Marathon Courthouse -- Five (5) days a week (Monday-Friday, excluding holidays) 7:40 a.m. and completed by 9:00 a.m. (For the heavier cleanings, Contractor will need to coordinate through the County Representative.) 0 iii. Marathon Government Center — Five (5) days a week (Monday-Friday, excluding holidays), anytime between the hours of 10:00 p.m. and completed by 7:45 a.m. 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. 0 iv. Marathon Tax Collector—Five(5)days a week(Monday-Friday, excluding holidays), .j anytime between the hours of 8:00 a.m. and complete by 5:00 p.m. (Preferred start work time to be 8:00 a.m. to vacuum and be completed with that task by 8:30 a.m.). 12 1 Packet Pg. 1750 • U.1.e v. Marathon Clerk of the Court-Five(5)days a week(Monday-Friday, excluding holidays),anytime between the hours of 8:00 a.m. and completed by 5:00 p.m. (Preferred start work time to be 8:00 a.m. to vacuum and be completed with that task by 8:30 a.m.). N vi. Marathon Senior Center—Five(5)days a week (Monday-Friday,excluding holidays). Preferred evening access and additional once a month floor services to be coordinated with Owner. vii. Marathon Supervisor of Elections-Two(2) days a week,preferably Tuesday and Friday (excluding holidays), anytime between the hours of 8:30 a.m. and completed by 5:00 p.m. c viii. Marathon MCSO Substation-Three(3)days a week,preferably Monday, Wednesday-& Friday(excluding holidays), anytime between the hours of 8:00 a.m. and completed by 4:00 p.m. ix.Marathon DMV--Three(3)days a week, preferably Monday, Wednesday& Friday (excluding holidays). Customer Restrooms-Anytime between the hours of 8:00 a.m. and completed by 4:30 p.m. Customer lobbies can only be mopped between 4:15 p.m. 5:00 p.m. All other lobby duties and all employee areas can be cleaned anytime between the hours of 9:00 a.m. and 4:15 p.m. x. Marathon Government Center Annex,490 63`d Street--Five(5)days a week (Monday-Friday,excluding holidays), anytime between the hours of 6:00 p.m. and completed by 6:00 a.m. LO CD xi.Marathon State Attorney and Public Defender Building,4695 Overseas Highway-- Two(2) non-consecutive days a week(Monday through Friday, excluding holidays), anytime between the hours of 8:00 a.m. and completed by 5:00 p.m. 0 The Marathon State Attorney and Public Defender Building Janitorial services will be two (2) non-consecutive days a week, Monday through Friday (excluding holidays), beginning at 8:00 a.m., and finishing no later than 5:00 p.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same, for the following facility located at 4695 Overseas Highway, Marathon, Florida 33050, consisting of approximately 1800 square feet of space for the Marathon State Attorney's office, and 1800 square feet of space for the Marathon Public Defender's office, totaling 3600 square feet of space. A. Restroom Sanitation shall include the following twice a week: i. All Floors swept, loose dirt removed. ii. Wash and disinfect floor. iii. Stall partitions&walls damp cleaned. U 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 door handles shall be cleaned and disinfected. 13 Packet Pg. 1751 ix. All supplies shall be replenished(paper goods, soap,etc.). x. All trash receptacles emptied and liners replaced. xi 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. GeneraI Office Cleaning(two(2)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. o 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, Meeting rooms, Break Rooms, and Kitchens shall be completed twice a week, and are to include the following: L All Floors swept, loose dirt removed. ii. Wash and disinfect floors and spot cleaned. E 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. . . W iv. All door handles, exit devices, push plates, and pull plates shall be cleaned with a disinfectant wipe. v. All trash receptacles emptied, and trash can liners replaced. LO vi. All upholstered furniture to be vacuumed. 0 vii. All carpeting and entry mats shall be vacuumed with a powerful HEPA o vacuum, such as the Oreck. o 2 viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. Replace when floor is dry. _ ix. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. x. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be cleaned. D. Weekly janitorial services(once weekly) to include: i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc. to be cleaned and/or polished. ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. Water fountains are to be polished. V. Tile floors are to be damp or steam mopped. 0) E. Monthly janitorial services to include: i. All high dusting(i.e. pictures, door frames,air vents, tops of book shelves, window blinds,etc.). 14 Packet Pg. 1752 ii. All walls dusted monthly. iii. All air conditioning vents, supply and return air grilles,cleaned. F. Additional Services: (Shall be performed once in every three (3) month period, and shall be included in the bidding price.) i. Resilient Flooring shall be swept/dust mopped and stripped. After application of E three (3) 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 y 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. �+ I Dry Cleaning, Steam Cleaning,or Shampooing Carpets and Rugs-shall be c 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 methods and products are to be coordinated with the County's Representative. LO N N 0 0 0 W U 15 Packet Pg. 1753 i i i N s vi EXHIBIT "D" CEILING TO FLOOR CLEANING PROPOSAL FOR ADDITIONAL SERVICES AT THE MARATHON PUBLIC DEFENDER OFFICE BUILDING }i W I r N Lo 2 CJ 0 u w u Packet Pg. 1754 i 0 N CEILING tdFLOOR y CLEANING 41,67 `!y Grur irylrrvN Jinn!n.7In!!M/ vi Benerit package prepared for: N f N LO Monroe County Public Works Facilities Maintenance Contract Monitor c 3583 S. Roosevelt Blvd. e Key West, FL 33040 Upper Keys and Marathon Janitorial Services Public Defender's Office (Marathon) Ceiling to Floor Cleaning,Inc. 2003 Mears Parkway Margate, FI 33063 Contact: Aisha Styles,Chief Executive Officer Email: Info@ctfcleaning.com Office: 954.662-2735 Fax: 954-391-5088 0 Packet Pg. 1755 CEILING, FLOOR CLEANING 1 April 21,2019 0 Monroe County Public Works Facilities Maintenance Contract Monitor 3583 S.Roosevelt Blvd. Key West,FL 33040 Upper Keys and Marathon Janitorial Services m I � 1 Attention Contracting: Ceiling to Floor Cleaning,Inc.is pleased to have the opportunity to respond to your request W l for quote to add The Public Defender's Office to our current contract for the Upper Keys and Marathon Janitorial Services. Ceiling to Floor Cleaning,Inc,is a full-service janitorial cleaning company with innovative technology,state-of-the-art equipment and an extensive knowledge- cv base in the industry. By allowing us to take care of all your janitorial cleaning needs,the Janitorial Services at The State Attorne 's Office will be maintained b Y y professional staff LO members that will go above and beyond to ensure your facility always look its'best. Our dedicated executive management team has your best interest in mind and are committed to 0 making sure each of your facility Is clean and properly maintained. 1 In addition to thoroughly trained staff members,our management staff wants to make sure you have a continued professional working relationship with Ceiling to Floor Cleaning,Inc. We are always available to answer any questions you may have regarding our custom- `6 tailored cleaning. Our addition of Janitorial services the will be provided to The Public Defender's Office Is being quoted to you at a rate of$450.00/per month(whi_ ch inc es all equipment and sun Bias. m Thank you in advance for the opportunity to provide you with a quote for Janitorial Services at The Public Defender's Office. We hope the enclosed information will help your decision- 0 making process. if you have any questions and/or concerns,please do not hesitate in asking. m Sincerely, m ,gta�e SYylm President/CEO 0 0 m 2003 Mcars Parkway.Margate,FI 33065 Olfice i9541662.2735 Packet Pg. 1756 i ICEILING ia- 0H CLEANING m rSr��Srp 8'G.an:.ry�Go►es.9gs to.�o� Corporate HWory and Expgrience Ceiling to Floor Cleaning,Inc.Is a rapidly growing business originating in South Florida in 2013. With over 60 employees(part-time,full-time and per-diem),we effectively provide o quality janitorial cleaning and event cleaning services throughout Southeast Florida. We specialize in commercial,residential properties,city/county/state/governmental municipality custodial services.Ceiling to Floor Cleaning,Inc.uses state-of-art cleaning systems and °' equipment that consistently allows us to provide excellent quality service. We have a proven record of accomplishment with multi-site city and government municipalities and private sector clients throughout Southeast Florida. As technology continually changes and advances,we can adapt to them as deemed necessary. We are constantly upgrading our systems and products to comply in every respect with todays ever- changing market. Our well-experienced managers have the adaptability to improve practices and find efficiencies for our customers in the realm of supply management, product cost and Inventory control. Ceilingto Floor Cleaning,Inc.develops and implements a janitorial workforce and systems to provide our clientele with top-notch services. We do this by recruiting and training industry-focused personnel and providing them with solid executive management,efficient and proper tools,engineered systems and standardized products. Keeping in mind the vast knowledge,experience and qualifications of our firm,Ceiling toLO Floor Cleaning,Inc.is a well-rounded organization that can meet all your facility requirements, o 0 Ceiling to Floor Cleaning,Inc,has staff members with more than 15 years of experience working in the janitorial cleaning industry. Our qualifications have enabled us to serve a wide array of facilities and organizations. We have extensive experience ranging from entities such as multi-site contracts for Broward County,Chy of Fort Lauderdale,Florida Keys Marathon international Airport,City of Hollywood Parks and Recreation Divislon j-own of Jupiter,City of Pembroke Pines, private learning institutions and medical facilities.This also includes the complexities of surgical centers and large social venues such as NASCAR,Food and Wine Festivals.Caribbean Festivals and Miami's Ultra Music Festival at Bay Front Park 6 *wh[ch50-60 empMnm were prgvided based on the event aftm, Several of our current o projects demand the highest,level of compliance to OSHA standards,as well as"Green Seal" environmental standards for cleaning. For example,the eye surgery center that we maintain; requires the most demanding standards of cleanliness along with specialized knowledge of handling blood-borne pathogen contaminants and knowledge of JAHCO Regulatory Standards. 0 V 2003 Mears Parkway.Margate.A 33065 011ice;(9541662.2735 Packet Pg. 1757 • U.1 e CEILING t4IL00R CLEANING Full Range of Services Ceiling to Floor Cleaning,Inc.understands the importance of professional appearance and vi cleanliness. When you contract with Ceiling to Floor Cleaning,Inc.,you will see a dramatic difference in the appearance of your facility from the first day of service. Consistent satisfaction is the reason for our success and that consistency serves as the foundation for f our company. m First,we meet with you to discuss your cleaning preferences and expectations. We will then m custom-tailor an affordable cleaning program based on your Input to satisfy your specific requirements. 1! � Our professional staff uses the latest state-of-the-art equipment and is trained to provide any j and all the following services at your request: } 46 Special Event Cleaning Services W j4P Parking Lot Cleaning/Maintenance s• Debris/Trash Removal N cv � N Exterior Pressure WashingLO i •:• Commercial Parking Garages/Parking Lots Cleaning Services •: Carpet Cleaning/Spotting General/Specialized Office Cleaning 4: Restroom Sanitizing Wash and Sanitize Waste Receptacles 46 Emergency Cleaning(Floods&Water Damages) Glass/Window Cleaning o •: Floor Care:Tile/Grout Cleaning and Floor Stripping&Refinishing ❖ Wood Floor/Wood Laminate Care ❖ Supply/Inventory Management :• Security Lock-up 0 2003 Mean Parkway.Margate.A 33065 Office (954)662.2735 Packet Pg. 1758 CEILING tafLOOR CLEANING f�ao�sly f�'lewvr��y�iorrc.�qu to�ollcv� j 1700WEQUIPMENT t The following is a list of the working tools and equipment provided,depending upon the type of service rendered: 0 Color-Coded Mlcroflber Cleaning System Dust Mops Katvac No Touch System Carpet Cleaning Machines Rubbermaid Pulse System DVAC One-Pass System Floor Refinishing Machines Rubbermaid Hygiene System Auto Scrubbers Tile&Grout Machines RotoVac 360 Machine a, Backpack Blowers Commercial Brooms Hand-held Blowers Safety Vests Waxes Carpet Sweepers Squeegees Trash Grabbers Disinfectants/Sanitizers Vacuum Cleaners Wiping Cloths Metal Polish Floor Dressings Wet Mops Gloves/Goggles/P.P.E. i Dust Cloth Floor Machines 3M Twist-NBll%MM Mlcrofiber Mops Green Machine Street Sweeper Shown below are snapshots of some of the essential equipment used by Ceiling to Floor Cleaning,Inc.in our routine janitorial cleaning services. cv LO On cv cv l o -IN c, ProTeam Super Coach Rubbermaid HYGEN Svstem RotoVac 360XL Backpack Vacuum Cleaner Hygienic Mopping& Carpet Cleaner Water Filtration System 0 2CO3 Mears Parkway.Mcrgale,FI 33065 Office l9541 662-2735 " Packet Pg. 1759 • U.1.e i CEILING\14L00R CLEANING &94�1 F&w,;y1,vm 9gsA, Upper Keys Janitorial Services(The State Attorney's Office}Project Plan Days of the Week 2 days per week vi The Public Defender's Office: (f c 2 days per week between(8:00am and 5:00pm) Hours of Operation o Number of Staff Members 1 employee f Pro-Team HEPPA Filtration Vacuums Kaivac No Touch Cleaning System Ma-or Equipment available if a 1. Rubbermaid Hygiene Clean Water System We would keep all necessary equipment in the Storage designated janitorial storage areas. Method of Operation: E We will spend the first 30 days meeting regularly with the liaisons of each Individual location 4 ensuring standardization methods are in place to exercise a smooth and orderly new 3 vendor/new facility transition. in addition,our experience will allow us to implement the following transitional approach: cv i cV r The assignment of a site supervisor and most appropriate and LO ` knowledgeable staff to support and effectively implement all startup functions and cleaning assignments. Schedule pre-start meetings with designated facility liaisons of the Monroe I County Facilities and Maintenance Department. `r to ensure all concerns are proactively addressed and processes are 2 initiated. r Maintain close communications with pertinent personnel regarding all transition efforts. Ensuring those individuals have access to telephone cJ numbers and email addresses of Ceiling to Floor Cleaning,Inc.'s staff members. ;- Implement our cleaning checklists to include the development of employee schedules,assigned cleaning tasks,equipment set-up,quality control measures and safety/security procedures. `r Ensure said checklists and schedules are posted in appropriate areas of c facility. D Conduct site orientations between Ceiling to Floor Cleaning,Inc.supervisors and cleaning staff to clearly address the efficiency/full details of the scope of services(one-on-one on-site training and expectations). > Conduct inspections of progress and receive feedback from the Monroe County Facilities and Maintenance Department to address areas of focus. `r Conduct ongoing-periodic inspections of progress and receive feedback from the Monroe County Facilities and Maintenance Department. 0 2003 Men Parkway.M«gate.FI 33065 Office 1954 662-2735 Packet Pg. 1760 CEILING i FLOOR CLEANING „9qz A,bra Approach to Sa{ope of Seryic ur Please see that below are specific examples of three of the locations In the bid package that we will be performing an initial cleaning on to bring into contract compliance within the first 30 days of the start of service. We will also communicate with property/facility managers 0 regarding the most appropriate timeframes of performing any floor care maintenance. THE PUBLIC DEFENDER'S QFFICE 4695 Overseas Highway Marathon,FI 33050 Within the first 30 days of the start of service,Ceiling to Floor Cleaning,Inc.plans to perform an initial cleaning to bring your facility into contract compliance. To ensure your facility always looks its best,we will have one uniformed staff member on-site at your facility for the full term of the contract. Two days per week,this employee will clean this site between the hours of 8:OOam and 5:00pm(unless otherwise indicated by facility management). Within those first 30 days some of the specific tasks to be performed will include the following: 7 > High/low level dusting and cleaning throughout the entire facility. o Tops of cabinets/table-tops/table-bottoms in Kitchen/Break room,Lobby, Conference/Meeting Rooms and General Office areas will be dusted and cv cleaned. LO o All chairs,tops of door frames,door trims and picture frames will be dusted. o Corners of ceilings,ceiling vents/returns,and floorboards will be vacuumed to remove cob-webs. _ o Window sills,ledges/frames(internal),baseboards,shelving and light fixtures o will be dusted and cleaned we o Trash can liners emptied and replaced in all areas of the facility. > Floor Care(Main library sections, Hallways,General Office Areas,Restrooms,Front `6 Entry Area and K itchen/Brea k rooms) t� o Carpet will be cleaned guarterly as per Scope g SPrviraa, o Resilient Flooring shall be stripped and waxed puarterly as per Scope of Services. > Glass/Window Cleaning m o All internal glass partitions,doors,door handles and knobs, mirrors,interior windows shall be cleaned weekly or more often if needed. > Restroom Disinfecting o All restrooms throughout the facility will be cleaned thoroughly with our Kaivac No Touch Cleaning tem.S This Hygienic ygienic Green Cleaning System E from Kaivac removes greater than 99.9%of targeted bacteria in restrooms. o All supplies shall be replenished(paper products,soap,etc.) Water Fou6tains o All water fountains shall be cleaned daily. o All water fountains shall be polished as needed. > Meeting Room o o Government Center Meeting Room will be cleaned daily,including podium, desks,dais,kitchenette,view glass and tables. v � 2003 Mean Parkway,Margate.Fl 33065 C1fice!19541662.2735 r Packet Pg. 1761 U.1.e A`C>R& CERTIFICATE OF LIABILITY INSURANCE 76,10/2019(""°°"""' 0. THIS CERTIFICAT0. E IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOTAFFIRMATIVELY OR N EGATIVELY AMEND,EXTEND ORALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificete hdlder is an ADDITIONAL INSURED,the poGcy(ies)must be ondomod..If SUBROGATION IS WAIVED;subject:to 0 the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). m PRODUCER ,;aQ1 Triton Global - Triton Insurance Group ,PHONE N 100 N State Road 7 E-MAO. (866)400-7674 1c100 aDNci lecgcs2-sea AD REgy,quote0tr1tonagency.cam Unit 304 Margate FL 33063 INSU "S AFFORDING COVERAGE NAIL a Ui INSURED INSUMAA:De ositers Insurance Company 42587. C INSUREREI:INFINITY AUTO INSURANCE Ceiling to Floor Cleaning Inc ih'sukERO:Old ublic Surety Co 1431 SW 6 Ray U INSURER D: 0 INSURER E.-Deerfield Beach FL 33441 INSURERF; 0) COVERAGES CERTIFICATE NUMBER:CL1961010943 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES.OF INSURANCE LISTED BELOW FVVE BEEN ISSUED TO THE INSURED NAMED ABOVE:FOR THE POLICY,PERIOD INDICATED. NOTW ITFISTANOINGANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 0 CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSDL POrU�CY.EFF GIDUCI LIMITSPOLI X: COMMERCIAL GENERAL LIABILITY CYNUMBER (PAMTY EACH&--CURRE\CE 3 1,0000000 A CLAIMS-MADE X OCCUR UAM:.GETU RENTED $ 160,000 PRE.tI�'S a occurta,ra Y. Draductihle:.$500 Per OCC X ACP3007831364 7/28/201B 7/28/2019 1/E]EiPaAM.ay porao�l S 5,000 PERSONAL B ADV INJURY S 1,000,000 LO GENLAGOREGATe LIMIT APPLIES PER GENERALAGGRE11kE S 2,000,000 wr MOTPOLI LOC PRCCL'CTS-COUP'OPA.GG' S' 2,000,000 OTHER: I Is B AUTOMOBILEUABILI7'Y 509820033119001 04/02/2019 04/02/2020 COMBINEC Srf+GLE LIMIT $ 11 000,000.00 CV Ea aCdOPr!I ANY AUTO BODILY INJURY(Par parson) 5 ALL OKNED SCHEDULED LO ALTOS X AUTOS X BODILY INJURY(Per accidard) 5 NON-OWNED HIRED AUTOS AUTOS PRCPERTY DAMAGE 5 � er.o ;dnnr 0 S UMBRELLA LUIO OCCUR OCCURRENCE EXCESSL1AB cLAMsMADE \APR YFIISK AGE EOCCURRENCE 5 AGIT EACH ACROCCU $ DED RcT-etrT;ON s �Y 5.. WCRXERSCOMPENSATION P r o T» AND EMPLOYERS'LIABILITY YIN DATE_ (' CFR AfIY PROPRIE76R1PARTNERrEAECUT.BIE EL EACH ACGOEN i .5 OFFICERIMEUBER.FACLUDEDI O NIA `m (Mandatory In NHl WAIv R Nl 11 yes,desmae uigef YES_ E L..DISEASE-EA EMPLOYEE i DESCRIPTION OP OPERA1IONSb,1— EL D49EASE=PCLICY UIJfT S BOND W250317805 06/11/2019 06/12/2020 EMPLOYEE DISMOMET' C $10,000 DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES(ACORD 101,Additional Ramarfia schedule,may W attacflad If mare apap 4 raRWnd) Additional Insured Status Afforded where required by written contract with the insured. 0 ao in garde to the Bond Certificate Bolder is listed as a Loss Pa re ¢ . 0 0 0 0 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County BOCC THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Hoard of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St. Rey Rest, FL 33040 AUTHORIZED REPRESENTATIVE �n W (yichaud/GLOBAL E 01988-2014 ACORD'CORPORATION, All rights reserved. ACORO 25(2014101) The ACORD name and logo are registered marks of ACORD O INS025(2o1401) Packet Pg. 1762 GV�S COURTq c Kevin Madok, CPA Clerk of the Circuit Court& Comptroller— Monroe Count Florida o p Y, E cOVN � .. pq q� V N DATE: June 6, 2019 TO: Alice Stervou Contract Monitor FROM: Pamela G. Hancock, D.C. c SUBJECT: April 17' BOCC Meeting Attached is an electronic copy of Item C12, 1st Amendment to Agreement with Ceiling to m Floor Cleaning, Inc. for Upper Keys and Marathon Janitorial Services to add janitorial services at the Roth Building, in the monthly additional amount of$850.00, and the Marathon State Attorneys Office, in the monthly additional amount of$650.00, for your handling. E Should you have any questions,please feel free to contact me at (305) 292-3550. Thank you. c c 0 CJ cv r. cc: Facilities Supervisor County Attorney E Finance File i= KEY WEST MARATHON PLANTATION KEY PK/ROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 Overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plan 305-294-4641 305-289-6027 305-852-7145 305- Packet Pg. 1763 FIRST AMENDMENT TO AGREEMENT FOR UPPER KEYS AND MARATHON JANITORIAL SERVICES MONROE COUNTY,FLORIDA N This First Amendment to. Agreement is made and entered into this 17th day of April, 2019, between MONROE COUNTY, FLORIDA("COUNTY"), a political subdivision of the State of Florida, whose address is 1100:Simonton Street,Key West, Florida 33040,and Ceiling to Floor Cleaning, Inc:, a Florida Profit: Corporation, authorized to.do business: in the State of Florida, (°`CONTRACTOR"), whose principal address is 2732 NW 151' Court,-Fort Lauderdale, Florida 33311, and whose physical address for purposes of this Agreement is 2003 NW 55t'Avenue, Margate, Florida 33063. WHEREAS, on February 20, 2019, the parties entered into the Agreement for the " .CONTRACTOR to provide janitorial services. for -facilities . in the .Upper- Keys and -Marathon ("Original Agreement"); and WHEREAS,:COUNTY desires to provide janitorial services for the Roth Building.in Tavernier, and the State Attorney's Office in Marathon, Florida:and a WHEREAS, CONTRACTOR desires and is able to provide janitorial services to the Roth Building,Tavernier,and the State Attorney's Office in Marathon;Florida: and WHEREAS, this First Amendment serves to amend the Agreement to incorporate and include the CONTRACTOR's scope of services to be provided at the Roth Building,Tavernier, and at the State Attorney's Office in Marathon, Florida: and WHEREAS,the parties have found the Original Agreement to be mutually beneficial;and WHEREAS, the parties. find that it would. be mutually beneficial to enter into this First. W Amendment to the Original Agreement for additional janitorial services; NOW,THEREFORE, IN CONSIDERATION of the.mutual promises and covenants set forth below,the parties agree to amend the Agreement as follows: 1. Paragraph I of the Original Agreement,SCOPE OF THE WORK, shall be amended to incorporate and include additional janitorial services to be performed by the CONTRACTOR. at the Roth Building in Tavernier, and the State Attorney's Office in Marathon, Florida, as reflected on Exhibit "A-Revised",which is attached hereto and made a part hereof. Therefore,Paragraph 2,SCOPE OF WORK,of the Original Agreement is hereby revised-to read-as follows: 2. SCOPE OF WORK The Scope of Work shall include, but not be limited to, all work and / or services shown and. listed in Exhibit"A-Revised",which is attached hereto and made a part hereof. The Contractor is required to provide a complete job as contemplated by this Scope of Work. The Contractor shall furnish all labor, supervision;materials, power, tools, equipment, supplies, permits, if any . are necessary, and any other means of construction or work necessary or proper for performing and completing the Scope of Work, unless otherwise specifically stated. Packet Pg. 1764 U.1.f See Exhibit"A-Revised" 2. Paragraph 5, PAYMENTS TO CONTRACTOR, of the Original Agreement, is hereby revised to read as follows: 0 5. PAYMENTS TO CONTRACTOR A. County's performance -and obligation to pay under this agreement, is contingent upon an 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. c B. The County shall pay to the Contractor for the faithful performance of said services on a per month in arrears basis for each of twelve(12)months. The Contractor shall invoice Monroe County Facilities Maintenance monthly- for- janitorial services performed under the Specifications contained herein. The total.Contract amount shall be Twenty-one Thousand and 00/100 ($21,000.00) Dollars per month, which includes the additional janitorial services for the Roth Building, in the amount of Eight Hundred Fifty and 00/100 ($850.00) Dollars per month as shown on Contractor's proposal attached hereto as Exhibit "B", and includes the additional janitorial services for the Marathon State Attorney Office,in the amount of Six Hundred Fifty and 001100 ($650.00) Dollars per month as shown on Contractor's proposal attached hereto as Exhibit"C",which all are incorporated herein.and made a part hereof. C. TERM OF AGREEMENT This Agreement shall commence on March 1, 2019, and-ends upon February 29, 2020, unless terminated earlier under.paragraph 19 of this Agreement. The janitorial services W provided by the Contractor for the Roth Building and the Marathon State Attorney's Office, however,shall commence on May 1,2019,and ends-upon February 29,2020.The County shall have the option to renew this Agreement for up to an additional four (4) e one-year periods at terms and conditions mutually agreeable to the parties, exercisable upon written notice given at least thirty (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. N 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: [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] Packet Pg. 1765 U.1.f IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly aut lQj:i7,ed representative. 0 N t � BOARD OF COUNTY COMMISSIONERS z MADOK CLERK OF MONRO OUNTY, FLORIDA �o ,r Cole By: Deputy Clerk May6r c Date: 1t 9 Date: Witnesses for CONTRACTOR: CONTRACTOR: CEI TO FLOOR CL A ING, INC. Signature of person autl rized to Signature legally bind Corporati n ✓� ` Date: Date Print Name Print Name and Title Address: �6 ,!� c Signature 9G� if Aja2 - Date Print Name Telephone Number 0 Y. C) _ w MONROE COUNTY ATrORNEY'S OFFICE OVEA AS TS3 F Rr C= PATRICIA FABLES �- ASSI.STA COUNTY TTORNEIf U- T G_� �-a CJ w � DATE: Lt Qs C:) 3 Packet Pg. 1766 U.1.f EXHIBIT "A-Revised" SPECIFICATIONS: N A. Facility Security E a) 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 the 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. b) The Contractor shall insure all exterior doors are locked while they are servicing E 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 E 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. c) 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. B. The Contractor shall provide all supplies necessary for the cleaning performance of his/her work under the contract. All supplies, including but not limited to, hand soap, paper towels, toilet paper, trash can liners, and Safety Data Sheets for all supplies, shall be supplied by the Contractor. Restrooms are equipped with the Bay West or Renown toilet paper dispensers. Soap and paper towel dispensers are Renown. The County can supply additional dispensers of like kind as needed. The Contractor shall use enzyme base cleaning supplies. The Contractor shall maintain stock in each facility in an amount sufficient to last through, the next cleaning day. C. Contractor agrees to use and provide documentation for whole-building cleaning and maintenance practices, using: a) Sustainable cleaning chemicals (enzyme based) that meet the requirements of Green Seal's GS-37 and/or EPA's Design for Environment program. b) 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. 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 4 Packet Pg. 1767 U.1.f of Green Seal's GS-40 and/or Environmental Choices CCD- 47 and/or EPA's Design for the Environment program. d) Carpet care products shall meet the requirements of GS-37 and/or CCD-148 Proper training of Contractor's personnel in the hazards, use, maintenance, and disposal of cleaning chemicals, dispensing equipment,and packaging. N e) Foam hand soaps that do not contain antimicrobial agents, except where required by health codes, and that meet Green Seal GS-41 A standard. f) Cleaning equipment that reduces impacts on the Indoor Environment. D. Supervision and Inspection of Work: v; 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 (24) hour telephone contact seven (7) days per week for the receipt of any complaints and/or addressing any issues. Random inspections shall be performed by County Representatives from the Facilities Maintenance Department 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 a prorated deduction from the monthly invoice. SCOPE OF WORK 6 X Kev Largo Library Janitorial services will be six (6) days a week, Monday through Saturday (excluding holidays), beginning after 6:00 p.m., and finishing no later than 9:30 a.m. (Library opening time). Wednesdays beginning after 8:00 p.m. and finishing no later than 9:30 a.m. (Library opening time). The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same for the Key Largo Library, located at Publix Shopping Center, Mile Marker o 101.5, Key Largo, Florida,consisting of approximately 12,068 square feet. 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 and walls 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 trash receptacles emptied and liners replaced. 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. 5 Packet Pg. 1768 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 swept and mopped. N ii. All door handles and knobs are to be cleaned and disinfected. iii. All furniture and furnishings to be dusted, including plants. iv. Low ledges, sills, rails, tables, shelving, baseboards, etc. to be wiped with a damp cloth to reduce the amount of dust in the building. V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. viii. All entry mats shall be lifted, swept/vacuumed/mopped and cleaned underneath. Replace when floor is dry. D. Weekly janitorial services to include: i. All glass partitions, doors, mirrors, windows, etc. to be cleaned and/or polished. ii. Obvious scuff marks shall be removed from resilient flooring. W iii. All door vents cleaned. E. Monthly janitorial services to include: i. All high dusting (i.e. pictures, door frames, air vents/grills, tops of book shelves, etc.) ii. All walls dusted monthly. 0 iii. All air conditioning vents, supply and return air grilles, cleaned. 0 F. Additional Services(Shall be performed once in every three(3) month period, and shall be included in the bidding price): i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) 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 E 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. 6 Packet Pg. 1769 U.1.f The Roth Building Janitorial services will be five (5) days a week, Monday through Friday (excluding holidays), beginning at 7:30 a.m., and finishing no later than 9:30 a.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same, for the following facility located at 50 High Point Road, Tavernier, Florida 33070,consisting of approximately 2,600 square feet of space. 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&walls 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 door handles shall be cleaned and disinfected. ix. All supplies shall be replenished (paper goods,soap, etc.). x. All trash receptacles emptied and liners replaced. 0) xi. 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. W B. General Office Cleaning(two (2)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. 0 iv. Trash and recycle containers emptied and liners changed. U- 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, Meeting Rooms, Break Rooms, and Kitchens shall be completed daily, and are to include the following: N T- i. All Floors swept, loose dirt removed. ii. Wash and disinfect floors and spot cleaned. iii. Low ledges, sills, rails, tables, shelving, baseboards, etc. to be wiped with a damp E cloth to reduce the amount of dust in the building. iv. All door handles, exit devices, push plates,and pull plates shall be cleaned with a disinfectant wipe. c� V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum, E such as the Oreck. 7 Packet Pg. 1770 U.1.f viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. Replace when floor is dry. ix. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. 0 X. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be N cleaned. D. Weekly janitorial services to include: i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc. to be cleaned and/or polished. ii. Obvious scuffmarks shall be removed from resilient flooring. y iii. All door vents cleaned. iv. Water fountains are to be polished. c V. Tile floors are to be damp or steam mopped. E. 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. F. Additional Services: (Shall be performed once in every three (3) month period, and shall be included in the bidding price.) 6 i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) coats of wax, areas shall be buffed sufficiently for maximum gloss and X 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 W equipment moved during floor stripping and waxing shall be returned to their original positions. c 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 methods and products are to be coordinated with the County's Representative. Islamorada Library Janitorial services will be five (5) days a week, Monday through Friday (excluding holidays), anytime between the hours of 8:00 p.m. on Tuesday, and 6:00 p.m. Monday, Wednesday,Thursday, and Friday, with completion before 9:30 a.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and safety devices required in the performance of same for the E Islamorada Library, located at 2331 Overseas Highway, Islamorada, Florida, consisting of approximately 5,699 square feet. A. Restroom Sanitation shall include the following on a daily basis: i. All Floors swept, loose dirt removed. E ii. Wash and disinfect floor. iii. Stall partitions and walls damp cleaned. s Packet Pg. 1771 U.1.f 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 trash receptacles emptied and liners replaced. 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. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. v; C. General Cleaning shall be completed daily, and should include the following: i. All tile floors are to be dusted and mopped. ii. All door handles and knobs are to be cleaned and disinfected. iii. All furniture and furnishings to be dusted, including plants. iv. Low ledges, sills, rails, tables, shelving, baseboards, etc. to be wiped with a damp cloth to reduce the amount of dust in the building. V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. E vii. All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. Replace when floor is dry. D. WeekIy janitorial services to include: i. All glass partitions,doors,mirrors, windows, etc. to be cleaned and/or polished. ii. Obvious scuff marks shall be removed from resilient flooring. iii. All door vents cleaned. c E. Monthly janitorial services to include: i. All high dusting(i.e. pictures,door frames, air vents,tops of book shelves, etc.) 0 ii. All walls dusted monthly. iii. All air conditioning vents, supply and return air grilles, cleaned. F. Additional Services: (Shall be performed once in every three (3) month period, and shall be included in the bidding price.) i. Resilient Flooring shall be swept/dust mopped, and stripped. After application of three (3) 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 E 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. 9 Packet Pg. 1772 U.1.f Marathon 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 square feet. ➢ Marathon Courthouse, 3117 Overseas Highway, consisting of approximately 6,863 square feet. y ➢ Marathon Government Center, 2798 Overseas Highway, consisting of approximately 23,500 square feet. ➢ Marathon Government Center Annex, 490 63`d Street, consisting of approximately 10,000 square feet. ➢ Marathon Tax Collector, 3101 Overseas Highway, consisting of approximately 1,984 square feet. ➢ Marathon DMV, 3384 Overseas Highway, consisting of approximately 1,200 square feet. ➢ Marathon Clerk of the Court, 3117 Overseas Highway, consisting of approximately 1,600 square feet. ;- Marathon MCSO Substation, 3103 Overseas Highway, consisting of '✓ approximately 5,400 square feet. ➢ Marathon Senior Center, 33`d Street, Gulfside, consisting of approximately 2,250 square feet. Marathon Supervisor of Elections, 10015, 10005 Overseas Highway, consisting of approximately 2,139 square feet. W Marathon State Attorney's Office, 4695 Overseas Highway, consisting of approximately 1800 square feet. 0 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& walls damp cleaned. iv. All commodes,urinals, basins, and vanities shall be scoured and disinfected. V. All urinal traps shall be specially cleaned and disinfected. E vi. All sanitary napkin receptacles will be cleaned, waste disposed,and disinfected. vii. Mirrors shall be cleaned and polished. viii. All door handles shall be cleaned and disinfected. ix. All supplies shall be replenished (paper goods, soap, etc.). x. All trash receptacles emptied and liners replaced. xi. 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. to Packet Pg. 1773 U.1.f B. General Office Cleaning (two(2)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 v, the Oreck. Carpeting shall be spot cleaned. C. General Cleaning of Public Areas, Hallways, Meeting rooms, Break Rooms, and Kitchens shall be completed daily, and are to include the following: i. All Floors swept, loose dirt removed. ii. Wash and disinfect floors 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 door handles, exit devices, push plates, and pull plates shall be cleaned with a E disinfectant wipe. V. All trash receptacles emptied, and trash can liners replaced. vi. All upholstered furniture to be vacuumed. vii. All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. Replace when floor is dry. ix. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. W x. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be cleaned. 0 xi. 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,door handles and knobs, mirrors, interior windows, etc. to be cleaned and/or polished. ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. Water fountains are to be polished. II Packet Pg. 1774 U.1.f V. 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.). N 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 (3) month period, and shall v, be included in the bidding price.) i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) 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 0) cleaning, steam cleaning, or shampooing. Carpet cleaning methods and products are to be coordinated with the County's Representative. H. Hours of Operation: '✓ i. Marathon Library - The Contractor shall furnish day porter janitorial service with one (1) evening building attendant on site. Janitorial services will be six (6) days a week, on the days the library is open (Monday, Tuesday, Thursday, Friday, and Saturday, excluding holidays), beginning at 4:30 p.m., and finishing at 7:30 p.m. Wednesday work will begin at 8:00 p.m. (only as long as it takes). 0 ii. Marathon Courthouse — Five (5) days a week (Monday-Friday, excluding holidays) o 7:40 a.m. and completed by 9:00 a.m. (For the heavier cleanings, Contractor will need to coordinate through the County Representative.) iii. Marathon Government Center — Five (5) days a week (Monday-Friday, excluding holidays), anytime between the hours of 10:00 p.m. and completed by 7:45 a.m. 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—Five(5)days a week(Monday-Friday, excluding holidays), anytime between the hours of 8:00 a.m. and complete by 5:00 p:m. (Preferred start work time to be 8:00 a.m.to vacuum and be completed with that task by 8:30 a.m.). v. Marathon Clerk of the Court- Five (5)days a week(Monday-Friday,excluding holidays), anytime between the hours of 8:00 a.m. and completed by 5:00 p.m. (Preferred start work time to be 8:00 a.m. to vacuum and be completed with that task by 8:30 a.m.). 1,i Packet Pg. 1775 U.1.f vi. Marathon Senior Center--Five (5) days a week(Monday-Friday,excluding holidays). Preferred evening access and additional once a month floor services to be coordinated with Owner. vii. Marathon Supervisor of Elections-Two (2)days a week, preferably Tuesday and Friday(excluding holidays), anytime between the hours of 8:30 a.m. and completedch by 5:00 p.m. viii. Marathon MCSO Substation-Three(3)days a week,preferably Monday, Wednesday & Friday(excluding holidays), anytime between the hours of 8:00 a.m. and completed by 4:00 p.m. ix.Marathon DMV—Three(3)days a week, preferably Monday,Wednesday& Friday (excluding holidays). Customer Restrooms-Anytime between the hours of 8:00 a.m. and completed by 4:30 p.m. Customer lobbies can only be mopped between 4:15 p.m.--5:00 p.m. All other lobby duties and all employee areas can be cleaned anytime between the hours of 9:00 a.m. and 4:15 p.m. x. Marathon Government Center Annex,490 63 d Street- - Five (5)days a week (Monday-Friday,excluding holidays), anytime between the hours of 6:00 p.m. and completed by 6:00 a.m. xi.Marathon State Attorney Building,4695 Overseas Highway, --Two non-consecutive days a week(Monday through Friday, excluding holidays), anytime between the is hours of 8:00 a.m. and completed by 5:00 p.m. The Marathon State Attorney Building Janitorial services will be two (2) non-consecutive days a week, Monday through Friday (excluding holidays),beginning at 8:00 a.m., and finishing no later than 5:00 p.m. The Contractor shall furnish janitorial service, including all necessary supplies, equipment, and W safety.devices required in the performance of same, for the following facility located at 4695 Overseas Highway, Marathon, Florida 33050, consisting of approximately 1800 square feet of ® . space. A. Restroom Sanitation shall include the following twice a week: i. All Floors swept, loose dirt removed. ii.Wash and disinfect floor. iii.Stall partitions&walls 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 door handles shall be cleaned and disinfected. ix.All supplies shall be replenished(paper goods, soap,etc.). x.All trash receptacles emptied and liners replaced. xi.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. 13 Packet Pg. 1776 B. General Office Cleaning(two(2)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, Meeting rooms, Break Rooms, and Kitchens shall be completed twice a week, and are to include the following: v; 0 LAll Floors swept, loose dirt removed. ii.Wash and disinfect floors 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 door handles,exit devices,push plates, and pull plates shall be cleaned with a disinfectant wipe. v. All trash receptacles emptied, and trash can liners replaced. a vi.All upholstered furniture to be vacuumed. vii.All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. viii.All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath. Replace when floor is dry. ix.All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. x. Exterior of refrigerators, stoves, microwaves, cabinets, and counter tops are to be cleaned. o 0 D. Weekly janitorial services (once weekly) to include: i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc. to be .90 cleaned and/or polished. ii. Obvious scuffmarks shall be removed from resilient flooring. iii. All door vents cleaned. iv. ' Water fountains are to be polished. V. Tile floors are to be damp or steam mopped. E. Monthly janitorial services to include: iv. All high dusting (i.e. pictures, door frames, air vents, tops of book shelves, window blinds, etc.). V. All walls dusted monthly. vi. All air conditioning vents, supply and return air grilles, cleaned. F. Additional Services: (Shall be performed once in every three (3) month period, and shall be included in the bidding price.) 14 Packet Pg. 1777 'i. Resilient Flooring shall be swept/dust mopped and stripped. After application of three (3) 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. N 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 methods and products are to be coordinated with the County's Representative. c c c c c N 1S Packet Pg. 1778 N C EXHIBIT "B" CEILING TO FLOOR CLEANING PROPOSAL FOR ADDITIONAL SERVICES AT THE ROTH BUILDING N u Packet Pg. 1779 0 N CEILING t?FLOOR CLEANING y 66a4/o/ Xew/o S&/Irwr 's vi Benefit package prepared for: Q Monroe County Public Works Facilities Maintenance c/o Purchasing Department Gato Building-Room 2-213 1100 Simonton Street Key West, FI 33040 0 Upper Janitorial Services-The Roth Building Ceiling to Floor Cleaning,Inc. 2003 Mears Parkway Margate,F133063 Contact: Aisha Styles,Chief Executive Officer Email: Info@ctfcleaning.com Office: 954-662-2735 Fax: 954-391-5088 c� Packet Pg. 1780 U.1.f I � CEILINGi4-FLOOR CLEANING N lfamey ftme,1,6, 6N..ro.�Orx March 26,2019 Monroe County Public Works Facilities Maintenance c/o Purchasing Department e Gato Building-Room 2-213 1100 Simonton Street e Key West,FI 33040 I Upper Keys and Marathon Janitorial Services Dear Purchasing Department: i Ceiling to Floor Cleaning,Inc.Is pleased to have the opportunity to respond to your request for quote to add The Roth Building to our current contract for the Upper Keys and Marathon Janitorial Services. Ceiling to Floor Cleaning,Inc.is a full-service janitorial cleaning company W with innovative technology,state-of-the-art equipment and an extensive knowledge-base in the industry. By allowing us to take care of all your janitorial cleaning needs,the Janitorial Services at the Roth Building will be maintained by professional staff members that will go above and beyond to ensure your facility always look its'best. Our dedicated executive management team has your best interest in mind and are committed to making sure each of your facility is clean and properly maintained. In addition to thoroughly trained staff members,our management staff wants to make sure you have a continued professional working relationship with Ceiling to Floor Cleaning,Inc. e We are always available to answer any questions you may have regarding our custom- tailored cleaning. Our addition of Janitorial services the will be provided to the Roth Building Is being quoted to you at a rate of$850.00/per month(which Includes all equipment and supplies). — Thank you in advance for the opportunity to provide you with a quote for Janitorial Services at the Roth Building, We hope the enclosed information will help your decision-making process. If you have any questions and/or concerns,please do not hesitate in asking. Sincerely, A4&Srgies President/CEO c� 2003 Mean Parkway,Margate.A 33065 Office.I95AI662.2735 ! , Packet Pg. 1781 U.1.f CEILINGN"FLOOR CLEANING N Corporate H19Q and Experience i Ceiling to Floor Cleaning,Inc.is a rapidly growing business originating In South Florida in 2013. With over 50 employees(part-time,full-time and per-diem),we effectively provide quality janitorial cleaning and event cleaning services throughout Southeast Florida. We specialize in commercial,residential properties,city/county/state/governmental municipality custodial services.Ceiling to Floor Cleaning,Inc,uses state-of-art cleaning systems and equipment that consistently allows us to provide excellent quality service. � m We have a proven record of accomplishment with multi-site city and government municipalities and private sector clients throughout Southeast Florida. As technology continually changes and advances,we can adapt to them as deemed necessary. We are constantly upgrading our systems and products to comply in every respect with today's ever- changing market. Our well-experienced managers have the adaptability to Improve practices and find efficiencies for our customers in the realm of supply management,product cost and inventory control. Ceiling to Floor Cleaning,Inc.develops and implements a Janitorial workforce and systems to provide our clientele with top-notch services. We do this by recruiting and training Industry-focused personnel and providing them with solid executive management,efficient and proper tools,engineered systems and standardized products. Keeping in mind the vast knowledge,experience and qualifications of our firm,Ceiling to Floor Cleaning,Inc.is a well-rounded organization that can meet all your facility requirements. Ceiling to Floor Cleaning,Inc.has staff members with more than 15 years of experience working in the Janitorial cleaning industry. Our qualifications have enabled us to serve a wide array of facilities and organizations. We have extensive experience ranging from entitles c such as multi-site contracts for Broward County,City of Fort Lauderdale,Florida Keys Marathon International Airport,City of Hollywood Parks and Recreation Division,Town of Jupiter,City of Pembroke Pines,private learning institutions and medical facilities.This also Includes the complexities of surgical centers and large.social venues such as NASCAR,Food and Wine Festivals.Caribbean Festivals and Miami's Ultra Music Festival at Bay Front Park lit y-whtch 50-60 empkaw were atovided based an then}sfte) Several of our current `V r�. projects demand the highest level of compliance to OSHA standards,as well as"Green Seal" environmental standards for cleaning. For example,the eye surgery center that we maintain; requires the most demanding standards of cleanliness along with specialized knowledge of handling blood-borne pathogen contaminants and knowledge of JAHCO Regulatory E Standards. c� 2003 Mears Parkway,Margate,fi 33065 Office.(954&2.2735 ``a Packet Pg. 1782 i 1 � CEILI U-FLOOR CLEANING N e?,val'�1fs�'r�ear�ieylias�qs to.�orYas Eull i Range_q_fServices Ceiling to Floor Cleaning,Inc.understands the importance of professional appearance and cleanliness. When you contract with Ceiling to Floor Cleaning,Inc.,you will see a dramatic difference in the appearance of your facility from the first day of service. Consistent satisfaction is the reason for our success and that consistency serves as the foundation for c our company. c First,we meet with you to discuss your cleaning preferences and expectations. We will then custom-tailor an affordable cleaning program based on your input to satisfy your specific requirements. 1 Our professional staff uses the latest state-of-the-art equipment and is trained to provide any and all the following services at your request: i ❖ Special Event Cleaning Services E ❖ Parking Lot Cleaning/Maintenance Debris/Trash Removal ❖ Exterior Pressure Washing x ❖ Commercial Parking Garages/Parking Lots Cleaning Services ❖ Carpet Cleaning/Spotting W General/Specialized Office Cleaning ❖ Restroom Sanitizing Wash and Sanitize Waste Receptacles = ❖ Emergency Cleaning(Floods&Water Damages) Glass/Window Cleaning ❖ Floor Care:Tile/Grout Cleaning and Floor Stripping&Refinishing •:• Wood Floor/Wood Laminate Care Supply/Inventory Management Security Lockup c� 2003 Mears Parkway.Margate.A 33065 Office(954)662-2735 Packet Pg. 1783 CEILINCrrafLOOR CLEANING d `�"l ,Gexs,9q.to�attas � TOOWE UIQ PMENT The following is a list of the working tools and equipment provided,depending upon the type of service rendered; vi Color-Coded Microfiber Cleaning System Dust Mops Kalvac No Touch System Carpet Cleaning Machines Rubbermaid Pulse System DVAC One-Pass System Floor Refinishing Machines Rubbermaid Hygiene System — Auto Scrubbers Tile&Grout Machines RotoVac 360 Machine Backpack Blowers Commercial Brooms Hand-held Blowers Safety Vests Waxes Carpet Sweepers Squeegees Trash Grabbers Disinfectants/Sanitizers Vacuum Cleaners Wiping Cloths Metal polish Floor Dressings Wet Mops Gloves/Goggles/P.P.E. Dust Cloth Floor Machines 3M Twist-"II,%stem Microfiber Mops Green Machine Street Sweeper Shown below are snapshots of some of the essential equipment used by Ceiling to Floor Cleaning,Inc.in our routine janitorial cleaning services. `✓ x 0 0 r cv ram. Pr2'1:MUl Sutrer Coach KUhbeiranaid HYGEN System RotoVac 360XL Backpack Vacuum Cleaner Hygienic Mopping& Carpet Cleaner � Water Filtration System c� 2003 Mean Parkway MaWle A 33065 Off ce r?541662 2735 Packet Pg. 1784 U.1.f I' 4 CEILING,?FLOOR CLEANING N day ft..4V/X"A.Amm Upper Keys Janitorial Services{Roth Bullding}Project Plan Days of the Week Monday-Friday I The Roth Building: vi Monday-Friday(7:30am-9:30am) Hours of Operation Number of Staff Members 1 employee Pro Team HEPPA Filtration Vacuums Rubbermaid DVAC 2 Kelvac No Touch Cleaning System m Major Equipment available if a I. Rubbermaid Hygiene Clean Water System We would keep all necessary equipment In the i Storage designated Janitorial story a areas. i Method of Opem�p; i We will spend the first 30 days meeting regularly with the liaisons of each Individual location ensuring standardization methods are in place to exercise a smooth and orderly new W vendor/new facility transition. In addition,our experience will allow us to implement the following transitional approach: i The assignment of a site supervisor and most appropriate and knowledgeable staff to support and effectively implement all start-up functions and cleaning assignments. r Schedule pre-start meetings with designated facility liaisons of the Monroe County Facilities and Maintenance Department. W `r to ensure all concerns are proactively addressed and processes are initiated. �o Maintain close communications with pertinent personnel regarding all e transition efforts. Ensuring those Individuals have access to telephone numbers and email addresses of Ceiling to Floor Cleaning,Inc.'s staff members. .6 Implement our cleaning checklists to include the development of employee schedules,assigned cleaning tasks,equipment set-up,quality control measures and safety/security procedures. cv D Ensure said checklists and schedules are posted in appropriate areas of r� facility. Conduct site orientations between Ceiling to Floor Cleaning,Inc.supervisors and cleaning staff to clearly address the efficiency/full details of the scope of services(one-on-one on-site training and expectations). Conduct Inspections of progress and receive feedback from the Monroe County Facilities and Maintenance Department to address areas of focus. Conduct ongoing-periodic inspections of progress and receive feedback from the Monroe County Facilities and Maintenance Department. 2003 Mears Parkway,Margate.FI 33065 OfFce:19541662-2735 Packet Pg. 1785 CEILENGIo4L00R CLEANING N CAW, rp/.Ar ro,ems Approach to scone of services I y Please see that below are specific examples of three of the locations(n the bid package that we will be performing an initial cleaning on to bring into contract compliance within the first 30 days of the start of service. We will also communicate with property/facility managers i regarding the most appropriate timeframes of performing any floor care maintenance. o ROTHTHE D Within the first 30 days of the start of service,Ceiling to Floor Cleaning,Inc.plans to perform an Initial cleaning to bring your facility into contract compliance. To ensure your facility always looks its best,we will have one uniformed staff member on-site at your facility for the full term of the contract. Monday-Friday,this employee will be on-site between 7:30am- 9:30am(unless otherwise indicated by facility management). Within those first 30 days some of the specific tasks to be performed will Include the following: High/low level dusting and cleaning throughout the entire facility. o Tops of cabinets/table-tops/table-bottoms in Kitchen/Break room,Lobby, Conference/Meeting Rooms and General Office areas will be dusted and cleaned. o All chairs,tops of door frames,door trims and picture frames will be dusted. o Corners of ceilings,ceiling vents/returns,and floor-boards will be vacuumed to remove cob-webs. o Window sills,ledges/frames(internal),baseboards,shelving and light fixtures will be dusted and cleaned weekly, o' Trash can liners emptied and replaced In all areas of the facility. W > Floor Care(Main library sections,Hallways,General Office Areas,Restrooms, Front Entry Area and Kitchen/Breakrooms) o Carpet will be cleaned auarterly as per Scope of Services. o o Resilient Flooring shall be stripped and waxed guarterl as per Scope of Services. > Glass/Window Cleaning o All Internal glass partitions,doors,door handles and knobs,mirrors,interior Ua� windows shall be cleaned weekly or more often if needed. > Restroom Disinfecting o All restrooms throughout the facility will be cleaned thoroughly with our Kalvac No Touch Cleaning System. This Hygienic Green Cleaning System from Kaivac removes greater than 99.9%of targeted bacteria in restrooms. o All supplies shall be replenished(paper products,soap,etc.) > Water Fountains o All water fountains shall be cleaned daily. o All water fountains shall be polished as needed. > Meeting Room o Government Center Meeting Room will be cleaned daily,including podium, desks,dais,kitchenette,view glass and tables. 2003 Mears Parkway.Margate.fl 33065 ONtcei 1954)662-2735 Packet Pg. 1786 0 } (�J i Bid y c ,, At f, VIA � ...�..... ......... p .. C 3 a }}yy a All E o .t ell Leix �f Lei 0 SD 3 EdleEL 7eA�XlY% (I(+ (r7 t p k' t 5 YII, fi —[ Hai �il�LRiR ��otiY�#a�y Si�t�,���{lii� � � � N n " f C i a CA 1� � w n LIB pi The Old Marinees Hospital Building Packet Pg. 1787 U.1.f 0 N EXHIBIT "C" CEILING TO FLOOR CLEANING PROPOSAL FOR ADDITIONAL SERVICES AT THE MARATHON STATE ATTORNEY OFFICE BUILDING N u Packet Pg. 1788 U.1.f 0 N CEILING toFLOOR CLEANING eaa4, @fa4zV1-vwt-Zp to Ralz m Benefit package prepared for: Monroe County Public Works X Facilities Maintenance Contract Monitor 3583 S. Roosevelt Blvd. Key West, FL 33040 c 0 Upper Keys and Marathon Janitorial Services State Attorney's Office (Marathon) Ceiling to Floor Cleaning, Inc. 2003 Mears Parkway Margate, PI 33063 Contact: Aisha Styles,Chief Executive Officer Email: Info@ctfcleaning.com ctfcleaning.com Office: 954-662-2735 Fax: 954-391-5088 c� Packet Pg. 1789 CEILING taFLOOR CLEANING c?��'laasr�j6rvn.�qs ra.�oA'ars April 2,2019 Monroe County Public Works Facilities Maintenance Contract Monitor 9 3583 S.Roosevelt Blvd. Key West,FL 33040 m m Upper Keys and Marathon Janitorial Services Attention Contracting: Ceiling to Floor Cleaning, Inc.is pleased to have the opportunity to respond to your request for quote to add The State Attorney's Office to our current contract for the Upper Keys and Marathon Janitorial Services. Ceiling to Floor Cleaning, Inc.Is a full-service janitorial cleaning company with Innovative technology,state-of-the-art equipment and an extensive knowledge- base in the industry. By allowing us to take care of all your janitorial cleaning needs,the Janitorial Services at The State Attorney's Office will be maintained by professional staff members that will go above and beyond to ensure your facility always look its'best. Our x dedicated executive management team has your best interest in mind and are committed to making sure each of your facility is clean and properly maintained. In addition to thoroughly trained staff members,our management staff wants to make sure you have a continued professional working relationship with Ceiling to Floor Cleaning,Inc. c We are always available to answer any questions you may have regarding our custom- c tailored cleaning. Our addition of Janitorial services the will be provided to The State Attomey's Office is being quoted to you at a rate of$650.00per month(which Includes all equipment and supplies). Thank you in advance for the opportunity to provide you with a quote for Janitorial Services at cv The State Attorney's Office. We hope the enclosed information will help your decision-making process. If you have any questions and/or concerns, please do not hesitate In asking. ' Sincerely, .�ialus Styles President/CEO 2003 Mears Parkway,Margate.FI 33065 Office:1954)662-2735 Packet Pg. 1790 CEILINGtoFL00R CLEANING Corporate History and Experience Ceiling to Floor Cleaning, Inc.Is a rapidly growing business originating in South Florida in 201.3. With over 60 employees(part-time,full-time and per-diem),we effectively provide quality janitorial cleaning and event cleaning services throughout Southeast Florida. We specialize in commercial,residential properties,city/county/state/governmental municipality o custodial services.Ceiling to Floor Cleaning, Inc.uses state-of-art cleaning systems and equipment that consistently allows us to provide excellent quality service. We have a proven record of accomplishment with multi-site city and government municipalities and private sector clients throughout Southeast Florida. As technology continually changes and advances,we can adapt to them as deemed necessary. We are constantly upgrading our systems and products to comply in every respect with today's ever- changing market. Our well-experienced managers have the adaptability to Improve practices o and find efficiencies for our customers in the realm of supply management,product cost and inventory control. Ceiling to Floor Cleaning, Inc.develops and implements a janitorial workforce and systems to provide our clientele with top-notch services. We do this by recruiting and training Industry-focused personnel and providing them with solid executive management,efficient and proper tools,engineered systems and standardized products. Keeping in mind the vast knowledge,experience and qualifications of our firm,Ceiling to Floor Cleaning, Inc.is a well-rounded organization that can meet all your facility requirements. W Ceiling to Floor Cleaning,Inc.has staff members with more than 15 years of experience working in the janitorial cleaning industry. Our qualifications have enabled us to serve a wide o array of facilities and organizations. We have extensive experience ranging from entities o such as multi-site contracts for Broward County,City of Fort Lauderdale,Florida Keys Marathon International Airport,City of Hollywood Parks and Recreation Division,Town of E Jupiter,City of Pembroke Pines,private learning institutions and medical facilities.This also includes the complexities of surgical centers and large social venues such as NASCAR,Food and Wine Festivals.Caribbean Festivals and Miami's Ultra Music Festival at Bay Front Park (hv-which 50-BO employees were provided based on the event size). Several of our current projects demand the highest level of compliance to OSHA standards,as well as"Green Seal" environmental standards for cleaning. For example,the eye surgery center that we maintain; requires the most demanding standards of cleanliness along with specialized knowledge of handling blood-borne pathogen contaminants and knowledge of JAHCO Regulatory Standards. � c� 2003 Mears Parkway,Morgale.FI 33065 Office:(9541662-2735 �. Packet Pg. 1791 U.1.f 46 CEILING taFL00R CLEANING Elralr�i S'la�yi6wn 5ay�ro�e�laes Full Range of Services Ceiling to Floor Cleaning,Inc.understands the importance of professional appearance and cleanliness. When you contract with Ceiling to Floor Cleaning,Inc.,you will see a dramatic difference In the appearance of your facility from the first day of service. Consistent satisfaction is the reason for our success and that consistency serves as the foundation for c our company. First,we meet with you to discuss your cleaning preferences and expectations. We will then custom-tailor an affordable cleaning program based on your Input to satisfy your specific requirements. Our professional staff uses the latest state-of-the-art equipment and is trained to provide any and all the following services at your request: •:• Special Event Cleaning Services E •:• Parking Lot Cleaning/Maintenance ❖ Debris/Trash Removal ❖ Exterior Pressure Washing x Commercial Parking Garages/Parking Lots Cleaning Services ❖ Carpet Cles ning/S potting c ❖ General/Specialized Office Cleaning 0 ❖ Restroom Sanitizing •:• Wash and Sanitize Waste Receptacles •:• Emergency Cleaning(Floods&Water Damages) cv •:• Glass/Window Cleaning •:• Floor Care:Tile/Grout Cleaning and Floor Stripping&Refinishing ❖ Wood Floor/Wood Laminate Care •.• Supply/Inventory Management ❖ Security Lock-up 2003 Mean Parkway.Margate,A 33065 Office 19541662.2735 l Packet Pg. 1792 U.1.f CEILINGt�F1A0R CLEANING T001.S/EQUIPMENT The following is a list of the working tools and equipment provided,depending upon the type of service rendered: Color-Coded Microfiber Cleaning System Dust Mops Kaivac No Touch System Carpet Cleaning Machines Rubbermaid Pulse System DVAC One-Pass System Floor Refinishing Machines Rubbermaid Hyglene System Auto Scrubbers Tile&Grout Machines RotoVac 360 Machine — Backpack Blowers Commercial Brooms Hand-held Blowers m Safety Vests Waxes Carpet Sweepers m Squeegees Trash Grabbers Disinfectants/Sanitizers Vacuum Cleaners Wiping Cloths Metal Polish Floor Dressings Wet Mops Gioves/Goggles/P.P.E Dust Cloth Floor Machines 3M Twist-N- 1l System Microfiber Mops Green Machine Street Sweeper Shown below are snapshots of some of the essential equipment used by Ceiling to Floor Cleaning, Inc. in our routine janitorial cleaning services. �-- x 0 0 i� _ N h r Pro'Team Super Coagh Rubbermaid HYGEN System RotoVac 360XL Backpack Vacuum Cleaner Hygienic Mopping& Carpet Cleaner Water Filtration System a m ca 2003 tAoas f,oukwoy Morgr;SL, FI 33065 Dike f9541 f62.2735 lei < Packet Pg. 1793 CEIL16t?FLOOR CLEANING . daat�ji 8'laan�yi6�.�q.ro.�a�l�'eau Upper Keys Janitorial Services(The State Attorney's Office}Project Plan Days of the Week 2 days per week The State Attorney's Office: 2 days per week between(8:00am and 5:00pm) Hours of Operation Number of Staff Members 1 employee Pro-Team HEPPA Filtration Vacuums Kalvac No Touch Cleaning System Major Equipment available if a 1. Rubbermaid Hygiene Clean Water System m We would keep all necessary equipment in the Storage designated Janitorial storage areas. Method of Operation: We will spend the first 30 days meeting regularly with the liaisons of each Individual location ensuring standardization methods are in place to exercise a smooth and orderly new vendor/new facility transition. In addition,our experience will allow us to implement the following transitional approach: r The assignment of a site supervisor and most appropriate and knowledgeable staff to support and effectively implement all startup functions and cleaning assignments. ➢ Schedule pre-start meetings with designated facility liaisons of the Monroe County Facilities and Maintenance Department. W > to ensure all concerns are proactively addressed and processes are initiated. o Aw Maintain close communications with pertinent personnel regarding all o transition efforts. Ensuring those individuals have access to telephone numbers and email addresses of Ceiling to Floor Cleaning,Inc.'s staff members. i Implement our cleaning checklists to include the development of employee schedules,assigned cleaning tasks,equipment set-up,quality control measures and safety/security procedures. cv i Ensure said checklists and schedules are posted in appropriate areas of facility. > Conduct site orientations between Ceiling to Floor Cleaning,Inc.supervisors. and cleaning staff to clearly address the efficiency/full details of the scope of services(one-on-one on-site training and expectations). Conduct inspections of progress and receive feedback from the Monroe County Facilities and Maintenance Department to address areas of focus. Conduct ongoing-periodic Inspections of progress and receive feedback from the Monroe County Facilities and Maintenance Department. 2003 Mears Parkway.Morgole_A 33065 f Office:(954)662.2735 . Packet Pg. 1794 U.1.f CEILINGtaFLOOR CLEANING c?ff4 Uwwrplm 517"toakiam Approach to Scope of Services Please see that below are specific examples of three of the locations In the bid package that we will be performing an initial cleaning on to bring into contract compliance within the first 30 days of the start of service. We will also communicate with property/facility managers v; regarding the most appropriate timeframes of performing any floor care maintenance. 0 THE STATE ATTORND!S OFFICE 4695 Overseas Highway Marathon,FI 33050 Within the first 30 days of the start of service,Ceiling to Floor Cleaning, Inc.plans to perform an initial cleaning to bring your facility into contract compliance. To ensure your facility always looks its best,we will have one uniformed staff member on-site at your facility for the full term of the contract. Two days per week,this employee will clean this site between the hours of 8:00am and 5:00pm(unless otherwise indicated by facility management). Within those first 30 days some of the specific tasks to be performed will include the following: High/low level dusting and cleaning throughout the entire facility. W o Tops of cabinets/table-tops/table-bottoms in Kitchen/Break room,Lobby, Conference/Meeting Rooms and General Office areas will be dusted and cleaned. o All chairs,tops of door frames,door trims and picture frames will be dusted. o Corners of ceilings,ceiling vents/returns,and floor-boards will be vacuumed to remove cob-webs. o Window sills,ledges/frames(internal), baseboards,shelving and light fixtures will be dusted and cleaned weekly. o 0 o Trash can liners emptied and replaced in all areas of the facility. Floor Care(Main library sections,Hallways,General Office Areas, Restrooms, Front Entry Area and Kitchen/Breakrooms) o Carpet will be cleaned quarterly as per Scone of Services. o Resilient Flooring shall be stripped and waxed ouarteriv as per Scope of Services. Glass/Window Cleaning o All internal glass partitions,doors,door handles and knobs,mirrors,interior windows shall be cleaned weekly or more often if needed. Restroom Disinfecting o Ail restrooms throughout the facility will be cleaned thoroughly with our Kaivac No Touch Cleaning System. This Hygienic Green CleaningSystem from Kaivac removes greater than 99.9%of targeted bacteria in restrooms. o All supplies shall be replenished(paper products,soap,etc.) z Water Fountains o All water fountains shall be cleaned daily. o All water fountains shall be polished as needed. ➢ Meeting Room o Government Center Meeting Room will be cleaned daily,including podium, desks, dais, kitchenette,view'glass and tables. 2003 Mears Parkway,Margate.FI 33065 l Office:19541662.2735 Packet Pg. 1795 I i � ACORDATE(MMIDDiYYYY) o CERTIFICATE OF LIABILITY INSURANCE 4i6i2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. O IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to '- the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Triton Global Triton Insurance Group l PHONE NC: (666)657-3678 FAX 6 100 N State Road 7 'ADORESS:quote@tritonagency.com j Unit 309 INSURERS AFFORDING COVERAGE NAIC X _ Margate FL 33063 INSURER A:De ositers Insurance Co an 42587 t8 i INSURED INSURERB:INFINITY AUTO INSURANCE y Ceiling to Floor Cleaning Inc INSURERc:Old Re ublic Surety Co C 1431 SW 6 Way INSURER D! _ (B INSURER E': U i Deerfield Beach FL 33441 wsuRERF: jCOVERAGES CERTIFICATE NUMBER:CL188308614 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 0) INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ' EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR '" - A D DL SUER - POLICY EFF POLICY EXP - - LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYY MMIDD LIMITS I X COMMERCIAL GENERAL LIABIUTY 1,000,D00 EACH OCCURRENCE- _ S - - A _ CLAIMS-MADE T OCCUR PREMISES.Ea'ri_curie"ce _ 5 100,000 X: Deductible:$500 Per Occ X ACP3007831364 7/28/2018 7/28/2019 MED EXP_(Any one per son)_ S 5,000 PERSONAL BADVINJURY S 1,000,000 GENIAGGREGATE UMITAPPUES PER: GENERAL AGGREGATE 5 2,000,000 W .X POLICY 0 PECO- LOC PRODUCTS-COMPIOPAGG S 2,000,000 OTAEFE- S W AUTOMOBILE LIABILITY 00 TY 509820033119001 04/02/2019 04/02/2020 COMBINED SINGLE.LIMIT S 1,00o,000.B (Ea mccidcrt) _ _ ANYAUTO BODILY INJURY(Per person) S ALL OVvNED X• SCHEDULED BODILY INJURY(Per accident S AUTOS AUTOS X ) NON-OWNED &ROPr�3TY DAMAGE -- S HIREDAUTOS H AUTOS Y�')S T :Pcr acciCent, I , .-- I/ S W UMBRELLA LIAR OCCUR - EACH OCCURRENCE S re.` i EXCESS LIAB HCLAIMS-MADE DA AGGREGATE S H 14— — UI. DED RETENTION S - A IA S WORKERS COMPENSATION - -- PER-' 'OTH- AND EMPLOYERS'LIABILITY YIN STATUTE, ER ANY PROPRIETOR/PARTNERIEXECUTIVE E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? ❑NIA _ 9 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S If yes,describe under .. - 0) DESCRIPTION OF OPERATIONS below... - E:L.DISEASE-POLICY LIMIT S LC BOND W150317805 06/11/2018 06/11/2019 EMPLOYEE CISHONETY $10,000 CV CD h DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached it mare space is required) Additional Insured Status Afforded where required by written contract with the insured. Certificate Holder is listed as a Loss Payee in regards to the Bond. C C - _ CERTIFICATE HOLDER _. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Ui- Monroe County BOCC THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Board of County Commissioners W 1100 Simonton St. Key West, FL 33040 AUTHORIZED REPRESENTATIVE U W Michaud/GLOBAL ©1988-2014 ACORD CORPORATIO.N.. ',All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025 poi,io1) Packet Pg. 1796 GV�S COURTq c Kevin Madok, CPA Clerk of the Circuit Court& Comptroller— Monroe Count Florida o p Y, cOUN G) DATE: March 13, 2019 E TO: Alice Stervou Contract Monitor FROM: Pamela G. Hancock, D.C. SUBJECT: February 20'BOCC Meeting m Attached is an electronic copy of Item T3,Agreement with Ceiling to Floor Cleaning, Inc., 0 in the monthly amount of$19,500.00,for Upper Keys and Marathon Janitorial Services,for vour U- handling. 0 Should you have any questions,please feel free to contact me at (305) 292-3550. Thank you. _ y 76 c 0 06 0) 2 cc: Facilities Supervisor Countv Attorney_ < Finance File KEY WEST MARATHON PLANTATION KEY PK/ROTH BUILDING 500 Whitehead Street 3117 Overseas Highway 88820 Overseas Highway 50 High Point Road Key West,Florida 33040 Marathon,Florida 33050 Plantation Key,Florida 33070 Plan 305-294-4641 305-289-6027 305-852-7145 305- Packet Pg. 1797 m AGREEMENT FOR UPPER KEYS AND MARATHON JANITORIAL SERVICES - MONROE COUNTY,FLORIDA This Agreement is made and entered into this 20th day of February, 2019, between MONROE COUNTY, FLORIDA ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street,Key West,Florida 33040,and Ceiling to Floor Cleaning, Inc., a Florida 'Profit Coi poralion, authorized to do business in the State of Florida, ("CONTRACTOR"),.whose principal address is 2732 NW 150' Court, Fort.Lauderdale,Florida 33311, and whose physical address for purposes of this Agreement is 2003 NW 551s Avenue, Margate,Florida 33063. WHEREAS, COUNTY desires to contract for the performance of the work or.-services described in-Exhibit"A";and 0 WHEREAS, CONTRACTOR desires to and is able to perform the work or services described in.attached-Exhibit"A";and WHEREAS,it serves a legitimate public purpose for CONTRACTOR to perform the work or services described in attached Exhibit"A"for.Monroe County; NOW, THEREFORE, IN CONSIDERATION of the mutual promises and covenants ) contained herein, it is agreed.as follows: 0 1. THE AGREEMENT The Agreement consists of this.document,the Request for Proposals("RFP")documents,exhibits, and any addenda only. 2. : SCOPE OF WORK: 06 The Scope of Work shall include,but not be limited to,all work and/or services shown and listed a in.Exhibit "A", which is attached hereto and made-a part hereof. The Contractor is required to provide a complete job as contemplated by this Scope of Work. The Contractor shall furnish all labor,supervision,materials,power,tools,equipment,supplies,permits,if any are necessary, and any-other means of construction or work necessary or proper for performing and completing the . Scope of Work,unless otherwise specifically stated. E See Exhibit"A" 3. Personnel Communication between the County Representative and the.Contractor's personnel .is very important. Therefore,the Contractor must assure that at least one(1)of its personnel per building can communicate well in the English language with the County Representative. Any employee hired by the Contractor will be the Contractor's employee and in no way has any association with .l Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1798 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 applicable.local,State;. and Federal regulations: °3 Uniforms are. preferred for Contractor's 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 times.while on duty. 4. - Background Checks 1 Finger Printing Contractor employees.must consent to Level .One background checks.and the results are to be provided to the County within thirty(30)days of award of the contract. The County reserves the right to refuse personnel based-on results of the background check. The County reserves the right c to demand of the Contractor replacement of an employee for the Contractor if a conflict or problem With.that employee should arise.. The County's Facilities.Maintenance Director or his designee ..shall have the right to require.any employee(s)of the Contractor to be permanently removed from �? any County facility serviced by the Contractor whenever it appears to be in the best interest of the County. It is the responsibility of the Contractor to inform the Facilities Maintenance.Director or his designee of all new hires and the results of the background check: 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. Some work will be conducted at secure facilities;including, but not limited to law enforcement and-fire rescue. Background checks,including at a minimum: A. Warrants check; 06 B. Fingerprints; C.-Local Records check: D.Prior employment check; and E.Criminal History check are required of Contractor's personnel that will enter Monroe County Sheriff's Office ("MCSO') � facilities. Background checks on such personnel will be conducted by the MCSO. MCSO may prohibit entry to,or remove from,any secure facility any Contractor employee who,. in the;judgment:of MCSO, poses a risk to the security or,good,order of the facility. Thereafter, MCSO and the Contractor will immediately discuss resolution of the problem. If the problem is not resolved to the satisfaction of the MCSO,the employee shall not be.permitted to return to any facility operated by the MCSO. Contractor will promptly replace the employee,at no additional cost to County. 2 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1799 m Contractor further agrees to notify County immediately upon becoming aware that one of its employees or subcontractor's employees, who previously completed the background check is subsequently arrested or convicted of any crime. Failure by Contractor to notify County of such arrest or . conviction . within forty-eight (48) hours of being put on notice . by the employee/subcontractor and/or within five(5)days of its occurrence shall constitute grounds for immediate termination of this contract by County. The parties further agree that failure .by Contractor to perform any of the duties described in this paragraph shall constitute a material -� breach of the contract entitling County to terminate this contract immediately with no further responsibility to make payment or perform any other duties described herein.. 5. PAYMENTS TO CONTRACTOR A. County's performance and obligation to pay under this agreement, is contingent upon:an 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. The County shall pay to the Contractor for the faithful'performance of said service on a per month in arrears basis for each of twelve(12) months. The Contractor shall invoice Monroe. 2 County Facilities Maintenance monthly for janitorial services performed under the Specifications contained herein. The Contract amount shall be Nineteen Thousand Five Hundred and 00/100 Dollars($19,500.00)per month. C.- TERM OF AGREEMENT This.one(1)year Agreement shall commence on March 1,2019,and ends-upon February 29,2020, unless terminated earlier under paragraph 19 of this Agreement. The County shall have the option to renew this Agreement for up to an additional four (4) one- year periods at terms and conditions mutually.agreeable to the parties, exercisable upon written notice given at least thirty(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. f - 3 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1800 U.1.g m 6. LICENSES Contractor has, and shall maintain throughout the term of this Agreement, appropriate licenses: Proof of such licenses shall be submitted to the County upon execution of this Agreement and annually thereafter or upon any renewal. 7. MAINTENANCE OF RECORDS 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 o 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 (4) 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 See.'55.03, Florida Statutes,.running from the date the monies were paid to the Contractor. Right to Audit. Availability of Records. .The records of the parties to this Agreement relating to the Project,which � shall include but not be limited to accounting records (hard copy, as well as computer,readable data if it can be made available;.subcontract files (including proposals of successful and unsuccessful bidders, bid recaps,. bidding instructions, bidders list, etc.); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger. entries detailing cash and trade discounts earned, insurance.rebates and dividends; any other supporting evidence deemed necessary by Owner to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may-in Owner's reasonable judgment have any bearing on or pertain to any matters, rights, duties, or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall. be .open to � inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner. .Owner may also conduct verifications such as;but not limited to,counting employees at the job-site, witnessing the distribution of payroll, verifying payroll computations, overhead , computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, subcontractors, suppliers, and contractors' representatives. All records shall be kept for seven(7)years after Final.Completion. 8. PUBLIC RECORDS COMPLIANCE Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida'Statutes and Section 24 of Article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of,all documents,records, papers, letters or other"public record" materials in its possession or under its control subject to 4 Upper Keys and Marathon Janitorial Services Agreement. Packet;Pg. 1801 U.1.g the provisions of Chapter 119,Florida_Statutes;and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this.provision by the.Contractor.Failure � of the Contractor to abide by the terms of this provision-shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing.party, be entitled to reimbursement of all attorney's fees and costs. .associated:with that proceeding.This provision shall survive any termination or expiration of the LO contract. The.Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to Fla Stat., Sec. 119.0701,and the terms and conditions of this contract,the Contractor is required-to: 0 - c (1) Keep.and maintain public records that would be required by the County to perform the service. c (2) Upon�receipt from the County's custodian of records,provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost .6 that does not exceed the cost provided in this chapter or as otherwise provided by law. (3).. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the ) records to the.County. (4) Upon completion oft he contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public.records that are c exempt or confidential and exempt from public.records disclosure requirements.If the Contractor keeps and:maintains public.records upon completion of the contract,the Contractor shall meet all applicable requirements for retaining public records..All records stored electronically must be provided to the County, upon request from the County"s custodian of records, in a format that is compatible with the information technology systems-of the County: (5) - A.request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested.records,the County shall immediately notify the Contractor of.the request,and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. E If the Contractor does not comply with the County's request for records,the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel_this contract upon violation of this provision-by the Contractor.A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10,Florida Statutes. The Contractor shall not transfer custody,release,alter.-destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by 5 Upper Keys and Marathon Janitorial Services,Agreement Packet Pg. 1802 U.1.g m law..IF THE CONTRACTOR HAS OUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE CONTRACTOR'S DUTY TO PROVIDE. PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY AT PHONE# 305-292-3470 BRADLEY- BRIANCa MONROECOUNTY FL.GOV. MONROE COUNTY ATTORNEY'S OFFICE 03 111112TH STREET,SUITE 408,KEY WEST,FL 33040. W 9. HOLD HARMLESS;INDEMNIFICATION,DEFENSE,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; contractors, or other invitees during the term of:this Agreement, (B) the negligence, recklessness, intentional wrongful misconduct, errors or other wrongful .act or- omission 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. U 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). The monetary limitation of liability under this Agreement shall be not less than$1 million per occurrence pursuant to Section 725.06,.Florida Statutes.. Insofar as the claims,actions, causes of action,litigation,.proceedings, costs or expenses relate to events,or circumstances that occur 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. In- the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor s failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such. delay. Should any-claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor,the Contractor agrees and warrants that the Contractor shall.hold the County harmless and shall indemnify it from all losses occurring , thereby and shall further defend any claim or action on the County's behalf. The first ten dollars ($10.00) of remuneration,paid to the Contractor is for the indemnification E -provided for the above. 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 6 Upper Keys and Marathon Janitorial Services Agreement, Packet Pg. 1803 U.1.g m Florida Law, and Employee's Liability coverage in the amount of$100,000.00.bodily injury by accident, $500,000.00 bodily injury by disease, policy limits, and$100,000.00 bodily injury. by disease,each employee. E COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE. Motor .vehicle liability insurance, including applicable no-fault coverage,with limits of liability of not less than S300.000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage shall include.all owned vehicles, all non-owned vehicles, and all hired vehicles. If single limits are provided,the minimum acceptable limits are S200,000.00 per -� person, S300.000.00 per occurrence,and S200.000.00 property damage. Coverage shall include all owned vehicles,all non-owned vehicles,and all hired vehicles. COMMERCIAL.GENERAL LIABILITY. Commercial.general liability coverage with limits of liability of not less than ,5300.00000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. 0 CERTIFICATES OF INSURANCE. Original Certificates of Insurance shall-be provided to the County at the time of execution of this Agreement and certified copies provided if requested.Each c policy.certificate shall be endorsed with a provision that not less than thirty (30) calendar days'. written notice shall be provided to the County before any .policy or coverage is canceled or restricted. The underwriter of such insurance shall be qualified to do business in the State of Florida. If-requested by the County Administrator,.the insurance coverage shall be primary insurance with respect to the County, its officials,employees,agents, and volunteers. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS MUST BE NAMED AS ADDITIONAL INSURED ONALL POLICIES EXCEPT WORKER'S COMPENSATION. 10.NON-WAIVER OF IMMUNITY 0 Notwithstanding the provisions of Sec. 768.2$, 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. a 11. INDEPENDENT CONTRACTOR 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 its employees, E subcontractors, servants, or agents to_be employees of the Board of County Commissioners of 2 Monroe County. 12: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, thi"s 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 7 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1804 U.1.g m include but are not limited to: 1) Title VII of the Civil Rights.Act of 1964 (PL 88-352), which prohibits.discrimination in employment on the basis of race, color, religion, 'sex, and national origin;2)Title IX of the Education Amendment of 1972,as amended(20 USC§§ 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 § 794), which prohibits discrimination on-the basis of handicaps;4)The Age Discrimination Act of 1975,as amended(42 USC §§ 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, §§.523 and 527 (42 USC §§ 690dd-3 and . 290ee-3),as amended,.relating to confidentiality of alcohol ai nd drug abuse patient records; 8)Title . VIII of the Civil Rights Act of 1968 (42 USC §§ 3601 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 §§ 12101. Note), as may be amended from time to time, relating to — nondiscrimination in employment on the basis of disability; 10)Monroe County Code Chapter 14; Article II,which prohibits discrimination on the basis of race,color, sex,religion,national origin, _ancestry,sexual orientation;gender identity or expression,familial status or age;and 11)Any other nondiscrimination provisions in any federal or state statutes which may apply to the parties to, or �? the subject matter of,this Agreement. 13.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,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. E Unless expressly provided for therein; such approval shall in no manner or event be deemed to impose any additional obligation upon the Board. 14. COMPLIANCE WITH LAW AND LICENSE REQUIREMENTS 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 saidstatutes-,ordinances,rules,and regulations shall constitute a material breach of this Agreement and shall entitle the Board.to terminate this Agreement. a Contractor shall possess proper licenses to perform work in accordance with these specifications throughout the term of this Agreement. 15.DISCLOSURE AND CONFLICT OF INTEREST Contractor represents that it,its directors,principals 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-Sec. 112.311, et. seq.,.Florida Statutes. County agrees that officers and employees of the County recognize and will be required 8 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1805 U.1.g 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 03 .employment or contractual relationship;and disclosure or use of certain information. 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, LO 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. 0 16.NO PLEDGE OF CREDIT c 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. 2 17.NOTICE REQUIREMENT. Any notice required or permitted under this Agreement shall be in writing and.hand delivered.or sent by United States Mail, postage prepaid, to the other party by certified mail, return receipt c requested,or by courier with proof of delivery. The place of giving Notice shall remain the same as set forth herein until changed in writing in the manner provided in this paragraph.. Notice shall be sent to the following addresses: c FOR COUNTY: FOR CONTRACTOR: Monroe-County Ceiling to Floor Cleaning, Inc. Facilities Maintenance Department 2003 NW 551'Avenue 3583 South Roosevelt Blvd. Margate, FL 33063 Key West, FL 33040 and ' County Attorney E 1111 121h Street,Suite 408 Key West, FL 33040 18.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 materials used to fulfill its obligations under this contract, nor is Contractor authorized to use the County's a 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. 9 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1806 U.1,g m 19. TERMINATIOhI` A. The County may terminate this Agreement with or without cause prior to the commencement E of work. B.The County and Contractor may terminate this Agreement for cause with seven(7)days' notice to.Contractor. Cause shall constitute a bieach.of the obligations of either party to perform the LO obligations enumerated under this Agreement. W C. Either of the parties hereto may cancel this Agreement without cause by giving the other party ninety (90) days' written notice of its intention to do so with neither party having any further obligation under the terms of the contract upon termination. D. Scrutinized Companies: For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Section 287.135(5), Florida Statutes.or.has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of(1) terminating the Agreement after it e has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Section 287.135(5)(a);Florida Statutes, or (2) maintaining the Agreement if.the conditions of Section 287.135(4), Florida Statutes; are met. .2 20. GOVERNING LAW,VENUE,AND INTERPRETATION. 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 . e 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. 21. 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. 22. 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. 10 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1807 U.1.g m 23. 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, court costs, investigative, and out-of-pocket expenses, as an award against.the non-prevailing party, at all levels of the court system,including in appellate proceedings. LO 24. . 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 each of County-and Contractor. If the issue or.issues are still not resolved to the satisfaction of County and Contractor, then any parry shall have the right to seek such relief or remedy as may be.provided by this Agreement or by Florida law. This Agreement is not subject:to arbitration. 0 25. . . 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 .6 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. ) 26. 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. 27.. AUTHORITY 06 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. 28. CLAIMS FOR FEDERAL OR STATE AID Contractor and County.agree that each shall be, and is, empowered to apply,for,seek;and obtain - . 03 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. 29. PRIVILEGES AND IMMUNITIES - AI! 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 11 Upper Keys and Marathon.Janitorial.Services Agreement Packet Pg. 1808 U.1.g 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. 30. LEGAL OBLIGATIONS AND RESPONSIBILITIES This Agreement is not intended to, nor shall it be construed as, relieving any participating entity E 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. . 31. NON-RELIANCE BY NON-PARTIES Non-Delegation of Constitutional or Statutory Duties. 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. 32. 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. 0 33. 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. 34. EXECUTION IMCOUNTERPARTS 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. 35. 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. 12 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1809 U.1.g m 36.. . 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 287A17,. Florida Statutes, for CATEGORY TWO for a period of thirty-six.(36) months, from the date of being placed on the convicted vendor list." 37. 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- c 0 38. INCORPORATION OF RFP DOCUMENTS The.:terms and conditions of the RFP documents are incorporated by reference in this contract agreement. y U 39. 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. 40. ENTIRE AGREEMENT .This writing embodies the entire agreement and understanding between-the parties hereto, and" there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. 41. FINAL UNDERSTANDING E This Agreement is the parties' final mutual understanding. It"replaces any earlier agreements or understandings, whether written or oral. This Agreement cannot be modified or replaced except by another written and signed agreement. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) 13 Upper Keys and.Marathon..Janitorial Services Agreement Packet Pg. 1810 U.1.g m IN WITNESS WHEREOF,COUNTY and CONTRACTOR hereto have executed this Agreement on the day and date first written above in two(2)counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract. LO BOARD OF COUNTY COMMISSIONERS Attest ;KEVIN•`MADOK,CLERK OF MONR CO , FLORIDA By. . By: �. Deputy Clerk or Date: Zm 2`t 9 Date: c ` Z al Z" ? ; -t, Q 7-0 Witnesses for CONTRACTOR: CONTRACTOR: Z. CEILING TO FLOOR CLEAN, INC.a.. c Signature of person a d thorized to' Signature legally bind C NTRA TOR e '1 Date: c/ / 2 &dl.A Date Print Name Print Name and/Title i �-- az �Z Address•Signature ' 1 E Date Print Name Telephone Number MO OE COUNTY ATTORNEY'S OFFICE APPROVED AS TO F R8 PATRICIA EABLES ASSISTANT COUNTY gZORNEY DATE.• 14 Upper Keys and Marathon Janitorial Services Agreement Packet'Pg. 1811 U.1.g m EXHIBIT "A" SPECIFICATIONS: A. Facility Security a) 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 the contract. Contractor shall report - immediately any loss or misuse. In the event keys are not returned and/or duplication of keys, reke -ing 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. b) 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. 0 c) 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. y B. The Contractor shall provide all supplies necessary for the cleaning performance of his/her work under the contract. All supplies, including but not limited to,hand soap, paper.towels,toilet paper,trash can liners,and Safety Data Sheets for all supplies,shall be supplied by the Contractor. Restrooms are equipped with the Bay West or Renown toilet paper dispensers. Soap and gaper towel dispensers are Renown. The County can supply additional dispensers of like kind as needed. The Contractor shall use enzyme 03 -base cleaning supplies. The Contractor shall maintain stock in each facility in an amount sufficient to last through the next cleaning day. C.. Contractor agrees to use and provide documentation for whole-building cleaning and maintenance practices,using: a) Sustainable cleaning chemicals (enzyme. based) that meet the. requirements of Green Seal's GS-37 and/or EPA's Design for Environment program: 03 15 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1812 U.1.g m b) 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. c) Floor care products (finishers and sealers) shall be durable and. slip C resistant and the finish shall be free of zinc (metal-free) or shall meet W the requirements of Green Seal's GS-40 and/or Environmental Choices CCD-47 and/or EPA's Design for the Environment program.. d) Carpet care products shall meet the requirements of GS-3.7 and/or.CCD- -� 148 Proper training of Contractor's personnel in the hazards, use,, maintenance,-and disposal of cleaning chemicals,dispensing.equipment and packaging. e) -Foam hand.soaps that do not contain antimicrobial agents,except where required by health codes,and that meet Green Seal GS-41A standard 0 f) Cleaning equipment that reduces impacts on the Indoor Environment. - 0 D. Supervision and Inspection of Work: Sufficient supervisory personnel shall be provided and systematic inspection will be ca 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, 2 the Contractor will maintain a.twenty-four(24) hour telephone contact seven(7) days per week for the receipt of any complaints and/or addressing any,issues. 0 Random inspections shall be performed by County Representatives from the Facilities Maintenance Department 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 a prorated deduction from the monthly invoice. y SCOPE OF WORK Key Largo Library Janitorial services will be six (6) days a-.week, Monday through Saturday (excluding holidays), beginning after 6:00 p.m., and finishing no later- than 9:30 a.m. (Library opening time). Wednesdays beginning after 8:0Q p.m.and finishing no later than 9:30 a.m.(Library opening time).The Contractor shall. E furnish janitorial service, including all necessary supplies, equipment, and safety.devices required in the 2 performance of same for the Key Largo Library, located at Publix Shopping-Center, Mile Marker_ 101_.5, Key.Largo, Florida,.consisting of approximately 12,068 square feet. . 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 and walls damp cleaned. E 16 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1813 iv. All commodes, urinals, basins, and vanities shall be scoured and disinfected. v. All urinal traps shall.be specially cleaned and disinfected. E vi. All sanitary napkin receptacles will be cleaned,waste disposed,and disinfected. vii. All supplies shall be replaced(paper goods,soap,etc.). viii. All'trash receptacles.emptied-and liners replaced. LO 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. All sinks and water fountains outside the restroom areas are to be cleaned daily. Water fountains are to be polished periodically. - 0 C. General Cleaning shall be completed daily,and should include the following: c i. All tile floors are-to be-swept and mopped. ii. All door handles.and.knobs are to be-cleaned and disinfected. . iii. All furniture and furnishings to be dusted; including plants. - iv. Low ledges,sills,rails,tables,shelving,baseboards,etc.to bewiped with a damp cloth to reduce the amount of dust in the building. V. All trash receptacles emptied,,and trash can liners replaced. vi. All upholstered furniture to be vacuumed. c vii. - All carpeting shall be vacuumed with a powerful HEPA vacuum, such as the Oreck. viii. All entry mats shall be lifted,swept/vacuumed/mopped and cleaned } underneath. Replace when floor is dry. D. Weekly janitorial services to include: i. All glass partitions, doors, mirrors, windows, etc. to be cleaned and/or polished. I Obvious scuff marks shall be removed from resilient flooring. , iii. All door vents cleaned. E E. Monthly janitorial services to include: i. All high dusting (i.e. pictures, door frames, air vents/grills, tops of book shelves,etc.) ii.All walls dusted monthly. iii.All air conditioning vents,supply and return air grilles, cleaned. 03 17 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1814 F. Additional Services(Shall be performed_ once in every three(3)month period,and shall be included in,the bidding price): i. Resilient Flooring shall be swepi/dust mopped and stripped. After . E application of three (3) 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. I 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. o 0 Islamorada Library Janitorial services will.be five (5) days a-week, Monday through Friday (excluding holidays), anytime between the hours of 8:00 p.m. on Tuesday,and 6:00 p.m. Monday, Wednesday,Thursday, and Friday, with completion before 930 a.m. The Contractor shall furnish janitorial service, including all necessary supplies,equipment,and safety devices.required in the performance of same for the Islamorada Library, located at 2331 Overseas Highway,Islamorada,Florida,consisting of approximately 5,699 square feet: A. Restroom Sanitation shall include the following on a daily basis: i. All Floors swept,loose dirt removed. it. Wash and disinfect floor. iii. . . Stall partitions and walls damp cleaned. o IV. All commodes, urinals, basins, and vanities shall be scoured and disinfected. v: . All urinal traps shall be specially cleaned and disinfected: L All sanitary napkin- receptacles will be cleaned, waste disposed, and disinfected.. vii. All supplies shall be replaced(paper_goods,soap,etc.). vin. All trash receptacles emptied and liners replaced. ix. All other work necessary.to maintain a clean and-sanitary condition in these E restrooms shall be accomplished, whether it is specifically noted in these specifications or not. 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. ii. All door handles and knobs are to be cleaned and disinfected. iii. All furniture and furnishings to be dusted, including plants. -l8 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1815 • U.1.g iv.. Low ledges,sills,rails,tables,shelving,baseboards,.etc.to be wiped with a damp cloth to reduce the amount of dust'in.the building. V. All trash receptacles emptied;and trash can liners replaced. vi. All upholstered furniture to be vacuumed: vu. All carpeting shall be.vacuumed with a.powerful HEPA.vacuum, such as the Oreck. All entry.mats shall be lifted, swept/vacuumed/mopped, and cleaned underneath.-Replace when floor is dry. D. Weekly janitorial services to include: i. All glass partitions, doors, mirrors, windows; etc. to be cleaned and/or polished. it. Obvious scuff marks shall be removed from resilient flooring. iii. All door vents cleaned.- 0 E. Monthly janitorial.services to include: 0 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. �? F. Additional Services:(Shall be performed once in every three(3)month period,and shall be included in the bidding price.) i.. Resilient Flooring shall be swept/dust mopped; and. stripped. After application of three(3)coats of wax;areas shall be buffed sufficiently for maximum gloss and uniform sheen from wail 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. Marathon 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 square feet. -Marathon - Courthouse, . 3117 Overseas Highway, consisting of approximately 6,863 square feet: ➢ Marathon .Government Center,.2798 Overseas .Highway, consisting of approximately 23,500 square feet. E 19 Upper Keys and Marathon Janitorial Services Agreement Packet Pg. 1816 U.1.g ➢ . Marathon Government Center Annex; 490 63'. Street, consisting of approximately 10,000 square feet.. ➢ Marathon Tax Collector, 3101 Overseas Highway, consisting of E approximately 1,984 square feet. ➢ Marathon DMW, 3384 Overseas Highway, consisting of approximately E 1,200 square feet. ➢ Marathon Clerk of the Court, 3.117 Overseas Highway, consisting of LO approximately 1,600.square feet. ➢ Marathon MCSO Substation, 3103 Overseas Highway, consisting of approximately 5,400 square.feet; Marathon Senior Center,.33`d Street,Gulfside,consisting of approximately 2,250 square feet. ➢ Marathon Supervisor of Elections, 10015, 10005 Overseas Highway, . consisting of approximately 2,139 square feet. A. Restroom Sanitation shall include the following on a daily basis:. i. All Floors swept, loose dirt removed. ca ii. Wash and disinfect floor: in. Stall partitions&walIs 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 door handles shall be cleaned and disinfected. ix. All supplies shall be replenished(paper goods,soap.,etc.). y x. All trash receptacles emptied and liners,replaced. a A 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(2)times per week) E 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. 20 Upper.Keys and Marathon Janitorial Services-Agreement Packet Pg. 1817 U.1.g C. General Cleaning of Public Areas, Hallways, Meeting rooms, Break Rooms, and Kitchens shall be completed daily,and are to include the following: i. All Floors swept, loose dirt removed. it. Wash and disinfect floors and spot cleaned. iii: tow 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 door handles,exit devices, push plates, and pull plates shall be cleaned with a disinfectant wipe. V. All trash receptacles emptied,and trash can liners.replaced. vi. All upholstered furniture to be vacuumed. a vu. All carpeting and entry mats shall be vacuumed with a powerful HEPA vacuum,such as the Oreck. viii. All entry mats shall be lifted, swept/vacuumed/mopped, and cleaned . underneath. Replace when floor is dry.- ix. All sinks and water fountains outside.the restroom areas are to:be cleaned daily. Water fountains are to be polished periodically. �? x. Exterior of refrigerators,stoves,microwaves,cabinets,and counter tops are to be cleaned. xi. 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: 06 y iv. Clean and polish interior and exterior of elevator doors. E.. Weekly janitorial services to include:. i. All glass partitions, doors, door handles and knobs, mirrors, interior windows, etc.to be cleaned and/or polished. n. Obvious scuffmarks shall be removed from resilient flooring. E iii. All door vents cleaned. -iv. Water fountains are to be polished. V. 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.). a ii. All walls dusted monthly. 21 Upper Keys and Marathon Janitorial Services Agreement . Packet Pg. 1818 U.1.g iii. All air conditioning vents,.supply and return air grilles, cleaned. G. Additional Services .(Shall be performed once in every three(3)month period,and shall be included in the bidding price.) C i. Resilient Flooring shall be swept/dust mopped and stripped. After application E of three(3)coats of wax,areas shall be buffed sufficiently for maximum gloss and utiiform.sheen from wall to wall, including comers. The waxed floor LO 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 methods and products are to be coordinated with the County's Representative. H. Hours of Operation: i. Marathon Library -The Contractor shall furnish day"porter janitorial service with one(1)evening building attendant on site. Janitorial services will be six (6)days a week, on the days the library is open(Monday,Tuesday,Thursday, Friday, and Saturday, excluding holidays), beginning at 4:30 p.m., and finishing at 7:30 p.m. Wednesday work.will begin at 8:00 p.m. (only as long as it takes). C 'ii. Marathon Courthouse — Five (5) days a week (Monday-Friday, excluding holidays) 7:40.a.m. and completed by 9:00 a.m. (For the heavier cleanings, Contractor will need to coordinate through the County Representative.) iii. Marathon Government Center — Five (5) days .a week (Monday-Friday, excluding holidays),anytime between the hours of 10:00 p.m.and completed by 7:45 a.m.. 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 -Five(5)days-a week,(Monday-Friday,excluding E holidays), anytime between the hours of 8:00 a.m. and complete by 5:00 p.m. (Preferred start work time to be 8:00 a.m.to vacuum and be completed with that task by 8.30 a.m.). v. . Marathon Clerk of the Court-Five(5)days a week(Monday-Friday; excluding holidays),anytime between the hours of 8:00 a.m.and completed by 5:00 p.m. (Preferred start work time to be 8:00.a.m.to vacuum and be completed with that task by 8:30 a.m.). -22 Upper Keys.and Marathon Janitorial Services Agreement . Packet Pg. 1819 U.1.g vi.. Marathon Senior Center—Five (5)days a week(Monday-Friday,excluding holidays). Preferred.evening access and additional once a month floor services to be coordinated with Owner. vii.- Marathon Supervisor of Elections-.Two (2).days.a week,preferably Tuesday and Friday(excluding holidays),anytime between the hours of 8:30 a.m. and completed by 5.00 p.m. viii. Marathon MCSO Substation-Three(3)days a week,preferably Monday, Wednesday& Friday (excluding holidays),anytime between the hours of . 8:00 a.m. and completed by 4:00 p.m. ix.Marathon DMV--Three (3)days a week, preferably Monday, Wednesday& Friday(excluding holidays).Customer Restrooms -Anytime between the hours of 8:00 a.m..and-completed by 4:30 p.m.Customer lobbies can only be. mopped between 4:15:p.m.--5:00 p.m. All other lobby duties and all c employee areas can be cleaned anytime between the hours of 9:00 a.m. and 4:15 p.m. x.- Marathon Government Center Annex,490 63td Street--Five(5)days-a week (Monday-Friday,excluding holidays),anytime between the.hours of 6:00 p.m. and completed by 6:0.0 a.m.. 0 0 06 23 Upper Keys-and Marathon Janitorial Services Agreement Packet Pg. 1820 U.1.g AcoRo® CERTIFICATE OF LIABILITY INSURANCE DATE s/3/2o181s THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED p' REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Triton Global FAX Triton Insurance Group AHC_N (866)400-7674 X100 aC No:(866)657-3678 100 N State Road 7 E-MAIL ote tritons co ADDRESS: @genc y' m Unit 304 INSURERS AFFORDING COVERAGE NAIC# ¢, Margate FL 33063 INSURERA:De ositers Insurance Company 42587 W INSURED INSURER B:INFINITY AUTO INSURANCE U Ceiling to Floor Cleaning Inc INSURERC:Old Republic Surety Cc 1431 SW 6 Way INSURERD: INSURER E: Deerfield Beach FL 33441 INSURER F: � COVERAGES CERTIFICATE NUMBER:CL188308614 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP O LTR TYPE OF INSURANCE sykPOLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITSCD ¢' X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00C X�OCCUR DAMAGE ( RENTED A CLAIMS-MADE ,00( PREMISES Ea occurrence 100 $ � X Deductible:$500 Per Occ X ACP3007831364 7/28/2018 7/28/2019 MED EXP(Any one person) $ 5,00( Ca PERSONAL&ADV INJURY, $ 1,000,00( GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,00( PRO- 2,000,00( X POLICY JECT LOC PRODUCTS-COMP/OP AGG $ 0) OTHER: $ AUTOMOBILE LIABILITY 509820033119001 04/02/2018 04/02/2019 COMBINED SINGLE LIMIT $ 1,000,000.0( $ Ea accident ((B ANY AUTO BODILY INJURY(Per person) $ ALL OWNED X SCHEDULED AUTOS X BODILY INJURY(Per accident) $ AUTOS NON OWNED PROPERTY DAMAGE $ (B HIRED AUTOS AUTOS Per accident $ 0 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ ¢ EXCESS LIAB cu CLAIMS-MADE 'AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION 06 AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ N OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ BOND W150317805 06/11/2018 06/11/2019 EMPLOYEE DISHONETY $10,001 C DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Additional Insured Status Afforded where required by written contract with the insured. Certificate Holder is listed as a Loss Payee in regards to the Bond. ,,4Jt- BY GEMENT WAIVERVN/ YFR: CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe County BOCC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN C Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St. Key West, FL 33040 AUTHORIZED REPRESENTATIVE W Michaud/GLOBAL _ ©1988-2014 ACORD CORPORATION. All rights reserved_ ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) Packet Pg. 1821 U.1.g ACC 7 CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS IfPON THE CERTIFICATE HOLDER.THIS Z CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED. REPRESENTATIVE PR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate-holder is an-ADDITIONAL INSURED-,the policy(ies)must"have-ADDITIONAL INSURED provisions or be endorsed: If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies.may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such,endorsement(s)."_- O PRODUCER CONT NAME _ AP INTEGO INSURANCE GROUP PHONE FAx 375 Woodcliff Drive MNIL Est) - A7c NoY _._ Suite 103 DD ES5 W Fairport, NY 14450 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: NorGUARD Insurance company 31470 O INSURED �~ Ceiling.To Floor Cleaning, Inc. INSURER B: I- INSURER C PO BOX 880 INSURER,D: Fort Lauderdale, FL 33302 i INSURERE: _ _ - INSURER F "COVERAGES CERTIFICATE.NUMBER: REVISION NUMBER: THIS IS TO CERTIFY'THAT THE,POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED_ABOVE FOR THE POLICY PERIOD" O INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1T"I, TYPE OF INSURANCE . ADDL eR� t M Q EFF:1'M D El(P LIMITS POLICY NUMBER I COMMERCIAL GENERAL LIABILITY " ' EACH OCCURRENCE S 0 CLAIMS•MADE"❑OCCUR ANVGE.OREPTED - PRENISES occurrence S 0 N MED EXP(Arty one person) S 0 U PERSONAL&ADV INJURY _ S 0 '® GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL-AGGREGATE - ] S .._ _ 0- POLICY F],PRO. LCC I PRODUCTS-COMP/OPAGG S O OTHER S AUTOMOBILE LIABILITY AP PR -COMBINED SINGLE LIMIT (Ea accident} ANY AUTO ATE ' E BODILY INJURY(Per person) 4 owNEo SCHEDULED AIVE IA AUTOS ONLY AUTOS BODILY INJURY(Per accident) S HIRED NON-OWNED '� 1 S AUTOS ONLY AUTOS OIJLY ".PR i atLa}febt7 AMRG,E 1 I' 5 UMBRELLA LIAB OCCUR EACHOCCURRENCE (S- _ EXCESS LIAS CLAIMS-MACE AGGREGATE , 06 DED I RETENTIONS S, WORKERS COMPENSATION .. SATUTE�.- Eg AND EMPLOYERS'LIABILITY ANYPROPRIETCR/PARTNERlEXECUTIVE YjN El EA.CHACCIDENT S 500,000 T_ � A '.OFFICERIMEMBEREXCLUDED? .'Yr: N1A CEWC997849 07/11/2018 07/11/2019- - ,----- - -- '(Mandatory In NH) EL DISEASE EA EMPtOYEE S 500'000 If yyes,desCibb under DESCRIPTION OF OPERATIONS bL4mv EL DISEASE-POLICY LIMIT s 500-000 DESCRIPTION OF OPERA TIONSf LOCATIONS!VEHICLES IACORD 101,Additional Remarks Schedule,may be attached if more space Is regwred) Exclusions: CD BRICE BENNETT; AISHA STYLES; ,:CERTIFICATE HOLDER :- . CANCELLATION _.. _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES.BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County BOCC ACCORDANCE WITH THE POLICY.PROVISIONS. 1100.Simantan Street O Key West, FL 33040 AUTHORIZED REPRESENTATIVE 19!1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Packet;Pg. 1822 W JEFF ATWATER CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES m DIVISION OF WORKERS'COMPENSATION **CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS'COMPENSATION LAW NON-CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers'Compensation law. EFFECTIVE DATE: 5/26/2017 EXPIRATION DATE: 5/26/2019 PERSON: BENNETT BRICE FEIN: 463081997 U BUSINESS NAME AND ADDRESS: 0 CEILING TO FLOOR CLEANING, INC. o Y PR�V D jj IAl�I�MENT 10155 SW 170TH TERRACE DA ' �? WANER N - •Y S y MIAMI FL 33157 SCOPE OF BUSINESS OR TRADE: Janitorial Services By .� Contractors-No Window C Cleaning Above Ground Level& Drivers ro IMPORTANT.,Pursuant to Chapter 440.05(14),F.S.,an officer of a corporation who elects exemption from this chapter by filing a certificate of election under C this section may not recover benefits or compensation under this chapter.Pursuant to Chapter 440.05(12),F.S.,Certificates of election to be exempt...apply only within the scope of the business or trade listed on the notice of election to be exempt.Pursuant to Chapter 440.05(13),F.S.,Notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if,at any time after the filing of the notice or the issuance of the certificate,the ro person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate.The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. 06 N DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS?(850)413-1609 Packet Pg. 1823 . U.1.g •� we • JIMMY PATRONIS CHIEF FINANICAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS'COMPENSATION **CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS'COMPENSATION LAW NON-CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 8/16/2018 EXPIRATION DATE: 8/15/2020 PERSON: AISHA A STYLES EMAIL: AISHA.STYLES99@GMAIL.COM m FEIN: 463081997 BUSINESS NAME AND ADDRESS: O c CEILING TO FLOOR CLEANING,INC. O Y (,DE EMENT DATE o = P.O. BOX 880 WAIVER N EST FORT LAUDERDALE, FL 33302 SCOPE OF BUSINESS OR TRADE: Janitorial Services By Contractors-No Window Cleaning Above Ground Level &Drivers O IMPORTANT:Pursuant to Chapter 440.05(14),F.S.,an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter.Pursuant to Chapter 440.05(12),F.S.,Certificates of election to be exempt...apply only within the scope of the business or trade listed on the notice of election to be exempt.Pursuant to Chapter 440.05(13),F.S.,Notices of election to be O exempt and certificates of election to be exempt shall be subject to revocation if,at any time after the filing of the notice or the issuance of the certificate,the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate.The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. cB 06 to DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS?(850)413-1609 Packet Pg. 1824 DATE(P U.1.h. AC"R"® CERTIFICATE OF LIABILITY INSURANCE 08/10/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. _ If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Triton Global NAME:Triton Insurance Group HICONNo Ext: (866)400-7674 100 (FAX ,No): (866)657-3678 ¢ 100 N State Road 7 E-MAIL ADDRESS: q tritons comnote enc .@ g y (B Unit 304 INSURER(S)AFFORDING COVERAGE NAIC# Margate FL 33063 INSURERA: Nationwide Insurance Company Of America 23787 N INSURED INSURER B: Infinity Assurance 39497 0) CEILING TO FLOOR CLEANING INC. INSURER C: Old Republic Surety Company 40444 PO BOX 880 INSURER D: INSURER E: FORT LAUDERDALE FL 33302-0880 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2172016584 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUUL SUL3K POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS 0 ff7 COMMERCIAL GENERAL LIABILITY X EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea occurrence $ 100,000 (t5 MED EXP(Any one person) $ 5,000 A Y Y ACP3007831364 07/28/2021 07/28/2022 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: Approved Risk Manage nent GENERAL AGGREGATE $ 2,000,000 � POLICY ❑ PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 2'000'000 JECT "} J / //, OTHER: Ydn L L Personal&Advertising $ 1,000,000 AUTOMOBILE LIABILITY COM6INED SINGLE LIMIT $ 1,000,000 8-31-2021 Ea accident ANYAUTO BODILY INJURY(Per person) $ B X OWNED �/ SCHEDULED Y 509820033119001 04/02/2021 04/02/2022 BODILY INJURY(Per accident) $ /� AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ 1,000,000 AUTOS ONLY AUTOS ONLY Per accident PIP-Basic $ 10,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ LO WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE El N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ UJ If yes,describe under L_ DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ O MPLOYEE SERVICE BOND EFL C W150317805 06/11/2021 06/11/2022 DISHONESTLY $10,000.00 O DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) ADDITIONAL INSURED STATUS AFFORDED WHERE REQUIRED BY WRITTEN CONTRACT WITH THE INSURED. CJ tV I tV tV r tV CD tV CERTIFICATE HOLDER CANCELLATION fJ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Monroe County BOCC ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St. AUTHORIZED REPRESENTATIVE Key West FL 33040 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD packet Pg. 1825