Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2014-065 1;1
CONTRACTOR AGREEMENT FOR JANITORIAL SERVICES
THIS AGREEMENT, made and entered into this Q1/ day of f Uq u St" 2014,
A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida
(hereinafter referred to as "OWNER"), and UNITED STATES SERVICE INDUSTRIES,
INC. a Corporation authonzed to conduct business in the State of Florida, 845 Teague
Trail #2, Lady Lake, FL 32159 (hereinafter referred to as "CONTRACTOR").
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I - SCOPE OF WORK
The CONTRACTOR shall furnish all labor, matenals, equipment, machinery, tools,
apparatus and transportation and perform all of the work described in the bid documents
and specifications entitled:
RFP NO. 14-030 Janitorial Services
as prepared by Owner and its agents shall do everything required by this Contract and the
other Contract Documents contained in the specifications, which are a part of these
Documents. The services shall be provided at the intervals and according to the schedule
set forth in the bid documents contained in RFP 14-030.
ARTICLE II - THE CONTRACT SUM
The OWNER shall pay to the CONTRACTOR, for the faithful performance of the
Contract, in lawful tender of the United States, and subject to addition and deductions as
provided in the Contract Documents and the Unit Price Schedule, attached hereto and
incorporated herein as Exhibit "A". The total contract sum shall not exceed ONE
HUNDRED EIGHTY-SEVEN THOUSAND SEVEN HUNDRED AND THIRTEEN
AND 72/100 DOLLARS ($187,713.72) for each year of the contract.
ARTICLE III - COMMENCEMENT AND COMPLETION OF WORK
1. The CONTRACTOR shall commence work within ten (10) calendar days after
receipt of a Notice to Proceed or Purchase Order from OWNER.
2. The CONTRACTOR shall prosecute the work with faithfulness and diligence.
3. The CONTRACTOR further declares he has examined the sites of the work and
that from personal knowledge and experience or that he has made sufficient
investigations to fully satisfy himself that such sites are correct and suitable for
1
the work and he assumes full responsibility therefore. Any ambiguity or
uncertainty in the Specifications shall be interpreted and construed by the
OWNER'S representative and his/her decision shall be final and binding upon all
parties.
It is distinctly understood and agreed that the passing, approval and/or acceptance
of any part of the work or material by the OWNER or by any agent or
representative as in compliance with the terms of this Contract and/or of the
Specifications covering said work shall not operate as a waiver by the OWNER of
strict compliance with the terms of this Contract and/or the Drawings and
Specifications covering said work; and the OWNER may require the
CONTRACTOR and/or his Surety to repair, replace, restore and/or make to
comply strictly and in all things with this Contract and Specifications any and all
of said work and/or materials
ARTICLE IV—TERM AND TERMINATION
1. This Contract shall take effect upon the date that it is last executed by the parties
as set forth below and will continue in effect for three (3) years thereafter,
whereupon it shall automatically expire, unless renewed by OWNER as provided
herein. Any expiration or termination of this Contract, including any renewal
term, shall continue to remain in full force and effect for the purposes of any
warranty or guaranty period applicable to any order fulfilled by CONTRACTOR.
OWNER at its sole option shall, upon written notice to CONTRACTOR, have the
right to renew this contract for two (2) additional one (1) year terms.
CONTRACTOR expressly agrees that the pricing as set forth in Exhibit A hereto,
shall remain in effect and constant throughout the entirety of any and all renewal
periods hereunder.
2. Either party may terminate this Agreement at anytime upon breach of the terms
and conditions set forth herein by the other party. OWNER may at anytime and
without cause upon thirty (30) days written notice terminate this Agreement for
convenience. In the event of such termination for convenience, the OWNER shall
pay CONTRACTOR the amount set forth herein for any undisputed services
provided prior to and up to the date of termination.
ARTICLE V - PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents,
CONTRACTOR shall submit a monthly invoice to OWNER for services provided in the
prior month. OWNER shall make payment to CONTRACTOR on all undisputed
invoices within thirty(30) calendar days after receipt thereof.
2
ARTICLE VI - ADDITIONAL BONDS
It is further mutually agreed between the parties hereto that if, at any time after the
execution of this Agreement and the Surety Bonds hereto attached for its faithful
performance and payment of labor and materials, the OWNER shall deem the Surety or
Sureties upon such bonds to be unsatisfactory, or if, for any reason, such bonds cease to
be adequate to cover the performance and payments of the work, the CONTRACTOR
shall, at his expense, and within seven (7) days after receipt of Notice from the OWNER
to do so, furnish additional bonds, in such form and amounts, and with such Sureties as
shall be satisfactory to the OWNER. In such event, no further payment to the
CONTRACTOR shall be deemed due under this Agreement until such new or additional
security for the faithful performance and for payment of labor and materials of the work
shall be furnished in manner and form satisfactory to the OWNER.
ARTICLE VII— DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The Owner and Contractor shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The
mediation shall be held in the place where the Project is located, unless another
location is mutually agreed upon. Agreements reached in mediation shall be
enforceable as settlement agreements in any court having jurisdiction thereof.
ARTICLE VIII—INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The Contractor shall take out and
maintain during the life of this Agreement Worker's Compensation Insurance for all his
employees connected with the work of this Project and, in case any work is sublet, the
Contractor shall require the subcontractor similarly to provide Worker's Compensation
Insurance for all of the latter's employees unless such employees are covered by the
protection afforded by the Contractor. Such insurance shall comply with the Florida
Worker's Compensation Law. In case any class of employees engaged in hazardous work
under this contract at the site of the Project is not protected under the Worker's
Compensation statute, the Contractor shall provide adequate insurance, satisfactory to the
Owner, for the protection of employees not otherwise protected.
2. Contractor's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
3
for property damages which may arise from operating under this Agreement whether
such operations are by itself or by anyone directly or indirectly employed by it, and the
amount of such insurance shall be minimum limits as follows:
(a) Contractor's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $500,000 Each
Bodily Injury&Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
(d) The Owner and Contractor are responsible for the property owned or
leased by each party. Owner and Contractor hereby waive all rights of
recovery and subrogation against the other for damage of such property.
Insurance clause for both BODILY INJURY AND PROPERTY
DAMAGE shall be amended to provide coverage on an occurrence basis.
The Owner must be added as additional insured to the coverage provided
under this provision.
3. Subcontractor's Public Liability and Property Damage Insurance - The
Contractor shall require each of his subcontractors to procure and maintain during the life
of this subcontract, insurance of the type specified above or insure the activities of his
subcontractors in his policy, as specified above.
4. Owner's and Contractor's Protective Liability Insurance - The Owner shall
procure and furnish an Owner's and Contractor's Protective Liability Insurance Policy
with the following minimum limits:
(a) Bodily Injury Liability& $1,000,000 each ($2,000,000 aggregate)
Property Damage Liability Occurrence
Combined Single Limit
5. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the Contractor shall
indemnify and hold harmless the Owner and its agents and employees
from and against all claims, damages, losses and expenses, including
but not limited to attorney's fees, arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss
or expense (1) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property(other than the
Work itself) , and (2) is caused in whole or in part by any negligent act
4
or omission of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not it is caused in part by
a party indemnified hereunder. Such obligation shall not be construed
to negate, abridge, or otherwise reduce any other right to obligation of
indemnity which would otherwise exist as to any party or person
described in this Article.
(b) In any and all claims against the Owner or any of its agents or
employees by any employee of the Contractor, any subcontractor,
anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable, the indemnification obligations
under this Paragraph shall not be limited in any way by any limitation
on the amount or type of damages, compensation or benefits payable
by or for the Contractor or any subcontractor under workers' or
workmen's compensation acts, disability benefit acts or other
employee benefit acts.
(c) The Contractor hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the Owner for the
indemnification provided herein.
ARTICLE IX-NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight
courier service to the address of the party set forth below. Any such notice shall be
deemed given when received by the party to whom it is intended.
CONTRACTOR: United States Service Industries, Inc.
845 Teague Trail#2
Lady Lake, FL 32159
OWNER: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE X—MISCELLANEOUS
1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret
any provision of this agreement, the prevailing party shall be entitled to recover
5
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement.
3. Severability. If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,
or part thereof, shall be deleted or modified in such a manner as to make the
agreement valid and enforceable under applicable law, the remainder of this
agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in writing signed by both parties.
5. Entire Agreement. This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by contractor.
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by contractor, in whole or in part, without the prior written consent of
city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of
action arising out of this agreement shall be Lake County, Florida.
8. Applicable Law. This agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Records. Contractor expressly understands and acknowledges that any and all
documents related to the services provided herein, may be considered records that
are subject to examination and production in accordance with Florida's Public
Records Law. Contractor expressly agrees that it will comply with all
requirements related to said law and that it will hold city harmless for any such
disclosure related to Florida's Public Records Law.
6
ARTICLE XI- CONTRACT DOCUMENTS
The Contract Documents, as listed below are herein made fully a part of this Contract as
if herein repeated.
Document Precedence:
1. Contract Agreement
2. Revised Statement of Work, Exhibit B
2. All documents contained in RFP No.: 14-030 Janitorial Services and
CONTRACTOR's June 2, 2014 response thereto, including any all addenda or
amendments thereto.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this 2 L day of A U3 ut l 12014.
City of Clermo, United States Service Industries, Inc.
410111r0410
Harold S. Turville,Jr., Mayor f v e-S 7
Print Name and Title
Date: 'R - Date: 0(0/13/1q
Attest: Attest:
LIVa. 6 L,bkL
■
Tracy Ackroyd, City Clerk h ro SO C r J;s 0 x.
Print Name and Title
4` 1 . ,
•S
7
EXHIBIT A
SECTION — K
COST OF SERVICES
C�f,Yb
Description 0 Location PriceGte Month Annual Price
EfDPNELlaia t391D
1 City Hall,685 West Montrose Street, Clermont, FL $1,255 99 $15,071 88
34711
2 Clermont City Center,620 West Montrose Street, FL $982 00 $11,784 00
34711
3 Public Services,400 12th Street,Clermont, FL 34711 $621 54 $7,458 48
4 Public Services, 1201 Osceola Street,Clermont, FL $294 56 $3,534 72
34711
.•
6 Waterfront Park Restrooms, 103 3rd Street,Clermont, $331 64 $3,979 68
FL 34711
7 West Beach Restrooms,215 le Street, Clermont, FL $331 64 $3,979 68
34711
8 Boat Ramp Restrooms, 938 West Lake Minneola
Drive, Clermont, FL 34711 $331 64 $3,979 68
9 Trail Head Restrooms,797 West Minneola Avenue, $331 64 $3,979 68
Clermont, FL 34711
10 Historic Village Restrooms,490 W Ave, Clermont, FL $331 18 $3,974 16
347,11
11 Police Department,865 West Montrose Street, $1,419 60 $17,035 20
Clermont, FL 34711
12 Highlander Building, 102 3rd Street,Clermont, FL $307 48 $3,689 76
34711
13 Waterfront Pavilion Building, 330 Third Street, $201 72 $2,420 64
Clermont, FL 34711
14 McKinney Park Pavilion Restrooms,801 Bloxam $173 00 $2,076 00
Avenue,Clermont, FL 34711
15 Bishop Field Restrooms, 950 East Avenue, Clermont, $173 00 $2,076 00
FL 34711
16 West Park Restrooms,65012th Street, Clermont, FL $173 00 $2,076 00
34711
Palatlakaha Park Concession Stand Restrooms and
17 Playground Restrooms, 1250 12th Street, Clermont, $331 64 $3,979 68
FL 34711
RFP No 14-030
Page 62 of 64
SECTION - K
COST OF SERVICES
18 Hancock Park Restrooms and Pavilion Restrooms, $331 64 $3,979 68
3301 South Hancock Road, Clermont, FL 34711
19 Lake Felter Park Restrooms, 1750 Johns Lake Road, $331 18 $3,974 16
Clermont, FL 34711
20 Fire Department Administration Building, $622 81 $7,473 72
439 West Hwy 50, Clermont, FL 34711
21 Fire Station#1,439 West Hwy 50,Clermont, FL $649 00 $7,788 00
34711
22 Fire Station#2, 2200 Hartwood Marsh Road, $621 56 $7,458 72
Clermont, FL 34711
23 Fire Station#3,2155 Legends Way, Clermont, FL $629 32 $7,551 84
34711
24 Clermont Arts&Recreation Center, 3700 S Hwy 27, $4,866 03 $58,392 36
Clermont, FL 34711
Total Annual Price $187,713 72
(add lines 1-24)
RFP No 14-030
Page 63 of 64
City of Clermont Bid 14-030
SECTION—K
COST OF SERVICES
ADDITIONAL PRICING FOR NON-ROUTINE JANITORIAL SERVICES
L,N Descrllit arti 1 Location Unit Unit Cost
1 Special Event Cleaning Per Person-Per Hour $20.00
2 Carpet Cleaning Per Square Feet $0.16
3 Floor Stnpping/Sealing/Waxing Per Square Feet $0.30
4 Tile and Grout Cleaning Per Square Feet $0.25
Identify below the management facility/office from which services under this project will
be supported.
Facility Type: Regional Office
Primary Point of Contact: Scott Spurgeon, Area Manager - Central Florida
Name Title
Provide facility address, primary contact phone number, fax number and email address.
845 Teague Trail, Suite 2, Lady Lake, FL 32159
352-445-1221 (p) 352-561-4539 (f) scspurgeoneussiclean.com
END OF SECTION K
RFP No:14-030
Page 64 of 64
6/2201412.19 PM p 66
City of Clermont Bid 14-030
SECTION—J
SIGNATURE PAGE
By signing this section the respondent certifies that:
1. It satisfies all legal requirements(as an entity)to do business with the City.
2. The undersigned respondent acknowledges that award of a contract may be
contingent upon a determination by the City and that the respondent has the
capacity and capability to successfully perform the contract.
3. The proposer hereby certifies that it understands all requirements of this
solicitation, and that the undersigned individual is duly authorized to execute this
proposal document and any contract(s) and/or other transactions required by
award of this solicitation.
Purchasing Agreements with Other Government Agencies
This section is optional and will not affect contract award. If the City of Clermont
awarded your company, would your company sell under the same terms and conditions,
for the same price, to other governmental agencies in the State of Florida? Each
governmental agency desiring to accept to utilize this contract shall be responsible for
its own purchases and shall be liable only for materials or services ordered and
received by it. © Yes E❑ No(Check one)
By signing below,the respondent agrees to all terms,conditions,and specifications as stated in this solicitation,and
is acting in an authorized capacity to execute this response.The respondent also certifies that it can and will provide
and make available,at a minimum,the items set forth in this solicitation.
Respondent Information and Signature
Company Name(pnnt): United States Service Industries, Inc. (USSI)
Street Address. 845 Teague Trail #2, Lady Lake, FL 32159
Mailing Address(ifdifferent) 4330 East West Hwy #200, Bethesda, MD 20814
Telephone 202-824-7440 Fax 202-393-5541
Email: dhewick@ussiclean.corn Payment Terms: 100 % days,net 30
FEIN 52 - 0897024 Professional License No.: P37332
Signature- Date 7-14-2014
Print Name: Danna Hewick Title Vice Pres/Business Development
Does the respondent accept payment using the City's MASTERCARD? ❑ Yes gi No
END OF SECTION J
RFP No 14-030
Page 61 of 64
6/2/2014 12 19 PM p B3
EXHIBIT B
SECTION — B
STATEMENT OF WORK
The detailed description of work to be performed is contained in this section. Unless
expressly stated otherwise, the description of work shall apply to all general building
areas. Floor stripping shall be done with at a low speed buffer (for stripping) and a
stripping pad. Buffing shall be done with a high-speed buffer. Spot cleaning shall be
done with a clean white cloth. Floor finish shall be applied with a looped nylon mop.
The janitorial services shall commence on/about August 1st 2014 and shall continue for
a period of three (3) years.
1 — ROUTINE TASKS OF ALL FACILITIES
a. CLEAN AND DISINFECT DRINKING FOUNTAINS
b. CLEAN AND DISINFECT RESTROOM FIXTURES: No chemical is to be left in
toilets or urinals or on the fixture surfaces.
c. CLEAN AND REFILL FLOOR DRAINS: The respondent shall clean all surfaces of
the floor drains, and pour a solution of germicidal detergent down the floor drain to
fill the drain trap each and every service cycle.
d. WET CLEAN NON-CARPETED FLOORS (VCT, Ceramic, rubber, solid vinyl, tile,
excluding any-unfinished-stone; example marble, granite): The respondent shall
use neutral detergent solution and equipment as needed to remove soil from non-
carpeted floors. After the floor has been wet cleaned it shall have a uniform
appearance free of soil, stains, streaks, swirl marks, detergent film or any
observable soil which can be removed by damp mopping. In restrooms the
respondent shall use a germicidal detergent solution instead of neutral detergent
solution.
Floor mats, trash receptacles and chairs shall be moved in order to mop the
entire floor and then shall be replaced only when the floor is dry.
e. DE-SCALE TOILETS AND URINALS: The respondent shall use non-acid bowl
cleaners. Bowl cleaners used will not damage the bowls, valves or fixtures. The
Contractor will replace fixtures damaged with an identical product.
f. DISINFECT, ALL RESTROOM SURFACES: The respondent shall use an
approved germicidal detergent to damp clean molding and sills, ceramic walls, stall
walls, clean wash basins, clean baseboards, and damp mop all ceramic tile floors.
g. DUSTING FURNITURE SURFACES: The respondent shall maintain furniture
surfaces free of dust. These surfaces include but are not limited to desks, chairs,
telephones, lamps, tables, counters, cabinets, shelves, windowsills and other types
RFP No 14-030
Page 9 of 64
SECTION — B
STATEMENT OF WORK
of furniture and surfaces or building fixtures. Papers, typewriters, calculators,
computers, staplers, and similar desk items are not to be moved.
h. DUSTING BUILDING SURFACES: The respondent shall use HEPA type vacuum
with dusting tools and treated dust cloth to remove all dust, spider webs, dry soil,
litter, etc., from all fixtures and surfaces from the floor up to and including the
ceiling that are visible from the floor surface below or adjacent floor levels,
balconies, stairs etc. This includes exposed surfaces of lights, ledges, walls,
ceilings, ceiling mounted fans, partitions, rails, vertical and horizontal blinds, and
w other types of fixtures and surfaces which are not considered to be furniture
surfaces or specialty equipment below and including the ceiling surface.
i. EMPTY RECEPTACLES AND REPLACE LINERS: In addition to normal trash
removal, the respondent will remove all litter, cans, paper and other containers
marked "TRASH" regardless of their location. If_not clearly marked TRASH it shall
not be removed. The respondent shall break down cardboard boxes that are left
for disposal and place them into dumpsters.
The respondent shall replace all trash receptacle liners daily with a new trash
receptacle liner of the proper size.
The respondent shall remove non-permanent stains and soil from the interior and
exterior of trash receptacles to include tops or lids.
j. REFILL DISPENSERS: The respondent shall check and refill each toilet paper
dispenser, hand soap dispenser, paper towel dispenser, etc. daily, in accordance
with the directions of the suppliers and manufacturer. Replacement soap
cartridges shall be of the type designed for the dispenser. When a dispenser is
broken or missing parts the respondent must notify the City by the end of the work
shift.
k. SPOT CLEAN BUILDING SURFACES: The respondent shall ensure all foreign
substances are removed from the surfaces of ledges, windows, partition glass,
window sills, blinds, fire extinguishers, walls, doors, frames and sills, pictures,
partitions, rails, stainless steel, chrome, brass, and other types of fixtures and
surfaces.
I. REMOVE CARPET STAINS: The respondent shall use carpet stain remover and
gum remover to remove carpet stains and gummy soil from floor mats and all
carpet surfaces when present. The respondent will use stain remover and
equipment approved by the City to remove stain when first discovered (within 24
hours). Stains are considered any discoloring of the carpet that covers an area of
four(4) square feet or less.
RFP No 14-030
Page 10 of 64
SECTION — B
STATEMENT OF WORK
m. SPOT CLEAN FURNITURE: The respondent shall ensure all foreign substances
are removed from the surfaces of chairs, telephones, cleared surfaces of desks,
lamps, tables, cabinets, counters, shelves and other types of furniture and surfaces
which are not considered to be building surfaces or building fixtures. Upholstered
furniture should be cleaned- using appropriate vacuum cleaner attachments and
spot cleaned if necessary to remove stains or heavy soils.
n. SPRAY BUFF: Spray buffing shall be used to restore a uniform gloss and
protective finish to resilient,tile or terrazzo floors that are finished with floor finish.
All spray buff solutions shall be removed from the baseboards, furniture, trash
receptacles, etc. High traffic areas may require more frequent services than
outlined in this section.
o. MAINTAINING MARBLE, GRANITE, TRAVERTINE AND TERRAZZO (non-
finished): Dust mop with an untreated dust mop, and spot cleaning will be
accomplished as soon as possible after a spill occurs. Some sites require daily
wet mopping of the floor with a neutral solution. Mopped floors shall be free
from streaks, spots, stains, smears, mop strands and other unsightly
appearance.
p. CARPET CARE: Only approved vacuum equipment will be used to perform all
vacuuming in City facilities. Indoor air quality standards require that only HEPA
type filter vacuums be used. Cloth and disposable / paper vacuum bags must be
emptied in accordance with the vacuum manufacturer's specifications.
The respondent shall vacuum carpets and mats daily to remove visible soil and
debris from the carpet surface and from within the carpet pile. All moveable
furnishings will be moved to vacuum and replaced in their original locations.
Staples shall be removed from the carpet. Respondent shall use hose and brush
or crevice attachment to vacuum areas inaccessible to the carpet vacuum.
D All vacuums must be capable of edge cleaning with built in hose and carry
auxiliary tools.
D Must be capable of height adjustment.
D Equipped with filters capable of removing 99.97% of all airborne
contaminants.
q. CLEAN GLASS AT ALL ENTRANCES AND ENTRYWAYS: The respondent shall
clean all entrances and entryway glass. Framework shall also be cleaned. This
requirement does not apply to inaccessible exterior windows. The respondent
must clean exterior glass at times that do not interfere with pedestrian traffic.
RFP No 14-030
Page 11 of 64
SECTION — B
STATEMENT OF WORK
r. CLEAN PERIMETER WINDOW GLASS AND INTERIOR GLASS: The respondent
shall clean all interior sides of glass at perimeter walls and both sides of all interior
glass, i.e., walls doors, partitions, etc. The respondent must clean the glass at
times that do not interfere with normal operations of City business.
s. CLEAN WALKWAYS: The respondent shall pick-up litter, clean and sweep all
facility entrance walkways surrounding the buildings. All trash receptacles and
cigarette urns shall be emptied; trash removed from these areas and the
receptacle liners securely replaced.
t. STAIRWELLS: The respondent shall keep stairwells free of dirt, dust, cobwebs,
trash, litter, etc. in all stairwells. Stairwells are to be damp mopped. Walls,
handrails and risers shall be kept clean.
u. MACHINE SCRUB FLOORS: Respondent shall use floor machines with scrubbing
brushes with detergent or degreaser solution to remove soil and stains from floor
surfaces such as concrete, brick or pavers, grouted tile and other such uneven or
rough floors. Respondent shall remove all splash marks from baseboards, doors,
walls, furniture and other such surfaces.
v. RECONDITIONING OF NON-CARPETED FLOORS (VCT, ceramic, rubber, solid
vinyl tile, excluding any unfinished stone, marble, or granite): The respondent shall
remove soil, scratches and scuff marks and the top layer of floor finish from non-
carpeted floors. The respondent shall apply a minimum of two (2) additional coats
of non-skid floor finish with in 1 inch of baseboards and furniture sitting directly on
the floor. After the finish has dried, the reflection shall be uniform and no streaks,
swirls or scratches shall be visible. All lightweight furniture must be moved for
application of finish and then replaced after the finish has dried.
w. STRIP AND REFINISH NON CARPETED FLOORS (VCT, ceramic, rubber, solid
vinyl tiles, excluding any unfinished stone, marble, or granite): The respondent
shall completely remove all non-permanent floor finish and sealer from resilient tile
and from baseboards, furniture and partition legs and bases. After the floor finish
has been removed, the respondent shall apply at least two (2) coats of floor seal
and three (3) coats of non-skid floor finish to resilient tiles. Respondent shall
remove all floor seal, floor finish, stripper and stripping slurry from baseboards,
furniture and other such areas. In high traffic areas or if the respondent does not
wet mop, spray buff, or recondition floors, the floors may require a more frequent
schedule for stripping. Frequency will then be determined by the City.
x. OVERHEAD CLEANING: The respondent shall perform cleaning of all fixtures and
surfaces from the floor up to and including the ceiling around fixtures. This
RFP No 14-030
Page 12 of 64
SECTION — B
STATEMENT OF WORK
includes exposed surfaces of lights, vents, HVAC diffusers, grilles, light fixtures,
skylights, ceiling fans, etc.
y. ELEVATORS: All walls and related surfaces are to be wiped down using
appropriate cleaning products. All elevator ceilings, walls and fixtures will be
dusted. The floors will be damp mopped or vacuumed and spot cleaned as
appropriate. All related surfaces shall be cleaned and kept stain free. Door tracks
shall be kept clean and free from accumulation of soil or litter. All malfunctioning
lights, buttons, arrows, buzzers, etc. will be reported to the City by the end of the
work shift.
z. CHEMICAL BRANDS: A list of chemicals to be used for this contract will be
submitted to the City prior to commencement of the Contract. This list will remain
current at all times. No chemical will be introduced into any city building without
prior approval from the City. The respondent shall submit a list to the City defining
the product use, brand name, manufacturer's complete name, address, telephone
number and MSDS. Bleach, ammonia, and acid products shall not be used or
maintained on premises.
aa.LABELING: All solution containers shall be labeled with a label provided by its
manufacturer or with a photocopy of the label from the chemical container and
HMIG (Hazardous Material Identification Guide) labels.
bb.SLIP RESISTANCE: The respondent shall verify that all floor finishes and sealers
meet or exceed industry standards as established by the Chemical Specialties
Manufacturer's Association. Floor finishing materials must have a static
"coefficient of friction" of at least 0.5 when tested by a slip meter. Spray buff
solutions and other such chemicals applied to non-carpeted floors shall provide
adequate protection against slippery floors.
2 — ROUTINE WORK TASKS BY FACILITY
Work Procedure Schedule
This schedule reflects only the minimum requirements. More frequent attention may be
required as determined by the City. Frequency of cleaning may be adjusted for
seasonal facilities and subsequent billings would reflect frequency change as approved
by City.
RFP No. 14-030
Page 13 of 64
SECTION — B
STATEMENT OF WORK
(a) CITY HALL— 685 WEST MONTROSE STREET
RESTROOMS (Men and Women on each floor)
DAILY: Five days per week — Monday through Friday after 5:00 p.m.
D Sweep, mop and disinfect floors. Baseboards are to be thoroughly washed to
remove dirt and marks.
➢ Commodes and urinals are to be washed inside and outside, disinfected
inside and outside, all stains removed, and seats left raised.
D Door handles and knobs disinfected.
> No water rings shall remain on any surface.
➢ Floor traps are to have clean water poured in them and bleached once a
month.
> Sinks are to be washed and disinfected.
> Mirrors, shelves, countertops, dispensers, chrome fixtures, and piping shall
be disinfected wiped, polished dry, and left free of spots.
> Ledges, ceiling grilles, and stall partitions are to be dusted.
> Walls, partitions, doors, and waste receptacles shall be spot cleaned.
> Waste receptacles shall be emptied, provided with new liners when dirty or
contaminated with anything other than paper products and disinfected when
needed. Trash shall be taken to dumpster.
D Paper towels, toilet tissue, and soap containers shall be filled daily.
D Feminine hygiene receptacles shall be emptied, cleaned, disinfected, dried,
and provided new liners.
WEEKLY: Once per week after 5:00 p.m.
D Stall partitions, tile walls, doors, shall be cleaned and disinfected.
D Ceramic floors will be machine scrubbed
D Machine scrub floors, including corners and under fixtures.
D Waste receptacles are to be damp wiped inside and out and disinfected.
MONTHLY: Once per month after 5:00 p.m.
D Tiled wall will be completely washed down and disinfected.
> Machine scrub floors including corners and under fixtures.
RFP No 14-030
Page 14 of 64
SECTION — B
STATEMENT OF WORK
OFFICES, CONFERENCE ROOMS, FILE ROOMS, COUNCIL CHAMBERS,
EMPLOYEE BREAKROOMS AND MAIL ROOM
DAILY: Five days per week— Monday through Friday after 5:00 p.m.
> Clean Council Chamber
> Mop hard surface floor, such as Break Rooms and File Rooms.
> Stock paper towels.
> Clean break and disinfect room sink.
> Clean all carpet stains 2 X 2 or smaller
> Empty wastebaskets; replace liner if dirty or soiled.
> Trash shall be taken to dumpster.
➢ Flattened cardboard boxes to be taken to dumpster in designated location.
TWICE WEEKLY: Monday, Tuesday or Thursday Friday after 5:00 p.m.
> Vacuum rugs or sweep floors. Floors shall be vacuumed or dusted with a
dust mop. Remove all dirt, dust, and litter. Clean spots from carpets and
hard surfaces floors. Work requirements for floor sweeping and carpet
vacuuming are to be performed on a scheduled basis and approved by the
City Representative.
➢ Dirt, dust and litter refers to any visible foreign matter found on the floor or
carpet surface and includes but is not limited to paper clips, staples, metal
fasteners, pencil sharpening, erasures, paper pieces, fragments, clippings,
hole punchings, ashes, mud, sand, rubber bands, cigarette butts, etc.
> Clean spots from walls, doors, windowsills, and ledges. This includes wall
areas around light switches. Thoroughly wash floor baseboards to remove
dirt and marks.
WEEKLY: Once per week after 5:00 p.m.
> Dust all horizontal surfaces that are cleaned, up to a height of 6 (6) feet
making surface free of dirt streaks, lint and cobwebs. Dust all room corners
at ceiling.
➢ Allow no splash marks or water stains on baseboards.
> Clean and dust all windows and window blinds
RFP No 14-030
Page 15 of 64
SECTION — B
STATEMENT OF WORK
MONTHLY: Once per month after 5:00 p.m.
> Floors mopped to corners and under furniture. Leave no water stains.
ENTRANCE, LOBBIES, HALLWAYS
DAILY: Five days per week— Monday through Friday after 5:00 p.m.
➢ Vacuum floors if carpeted, sweep and damp mop if hard surface. Mats will be
swept and/or vacuumed.
> Clean baseboards to remove dirt and marks. Clean all carpet stains 2' X 2' or
smaller.
> Directory/bulletin board glass to be cleaned.
> Receptionist glass will be cleaned on side facing the public.
➢ Entrance door glass will be cleaned on both sides.
➢ Vacuum entrance mats.
WEEKLY: Once per week after 5:00 p.m.
> Main, Lobbies, entrances, and corridors-floors machine scrubbed. Wall spot
cleaned. All vertical surfaces dusted and metal and wood polished.
> Receptionist glass will be cleaned thoroughly on both sides.
> All other (secondary) corridors, entrances, and lobbies-hard floors swept,
mopped, or scrubbed.
➢ All entrances-door frames; will be washed inside and outside. Disinfect door
handles.
> Clean all cobwebs and dust from corners, walls, and ceilings throughout.
➢ Clean glass in lobby display cases.
MONTHLY: Once per month after 5:00 p.m.
> Floors will be machine scrubbed
> Wastebaskets washed with hot water where there is no liner used
MISCELLANEOUS DUTIES
DAILY: Five days per week— Monday through Friday after 5:00 p.m.
> Drinking fountains cleaned with antibacterial disinfectant.
RFP No 14-030
Page 16 of 64
SECTION — B
STATEMENT OF WORK
> Ash Receptacles-cigarette urns and dry-type ash receptacles on portico
landing and back door loading dock shall be emptied and washed.
WEEKLY: Once per week after 5:00 p.m.
> Polish all stainless fixtures and rails.
QUARTERLY: Once every three months after 5:00 p.m.
> Carpets shall be shampooed; January, April, July, October
STAIRWAYS
WEEKLY: Once per week after 5:00 p.m.
> Sweep or vacuum, and mop or scrub landing and steps.
(b) CLERMONT CITY CENTER— 620 WEST MONTROSE STREET
DAILY: Six days per week — Monday through Saturday, mornings at 6:00 a.m.
prior to opening.
Building has one (1) pre-function area, three (3) restrooms, two (2) lobbies, one (1)
auditorium, one (1) kitchen and one (1) board room.
> Empty all trashcans and place new liners.
> Dust all furniture, counters, desks and horizontal surfaces.
> Clean all three (3) restrooms. Add toilet paper, soap, deodorant blocks and
towels.
> Sweep and mop all floors.
➢ Vacuum all carpeted areas.
> Clean glass doors and windows inside and out.
➢ Spot clean hand smudges and other blemishes on vertical surfaces.
➢ Clean drinking fountains.
> Clean all air vents.
> Remove spider webs.
> Clean blinds and windowsills.
> Spot clean carpets.
➢ All floors to be stripped and waxed twice per year.
➢ Clean outside walk ways, patio and porch areas.
RFP No 14-030
Page 17 of 64
SECTION — B
STATEMENT OF WORK
➢ Report fixture damage, building damage and building lighting that is out to
Public Services.
> Clean kitchen floors, counter tops and sides, stoves and hoods, outside of
refrigerator and walls.
> Deep clean all kitchen appliances once a month on the first Monday.
QUARTERLY: Once every three months, mornings at 6:00 a.m. prior to opening.
> Carpets and chair cleaning/extracted.
SEMIANNUAL: Once every six months, mornings at 6:00 a.m. prior to opening.
➢ Floor cleaning — Stripping and waxing of floors where applicable and deep
cleaning of floors where applicable.
(c) PUBLIC SERVICES —400 12TH. STREET;
PUBLIC SERVICES — 1201 OSCEOLA STREET
Building 400 12th Street has six (6) offices, four (4) restrooms and one (1)
kitchen.
Building 1201 Osceola Street has one (1) break room and one (1) restroom.
DAILY: Five days per week— Monday through Friday after 5:00 p.m.
> Empty all trashcans and replace new liners.
➢ Dust all furniture, counters, desks and horizontal surfaces.
➢ Clean all restrooms. Replace toilet paper, soap, deodorant blocks and
towels.
➢ Sweep and mop all floors.
> Vacuum all carpeted areas.
> Clean glass doors and widows inside and out.
> Spot clean hand smudge and other blemishes on vertical surfaces.
➢ Clean two drinking fountains.
> Clean all air vents.
> Remove spider webs.
> Clean blinds and windowsills.
> Spot clean carpets.
> All floors to be stripped and waxed twice per year.
> Shampoo carpets twice per year.
RFP No 14-030
Page 18 of 64
SECTION — B
STATEMENT OF WORK
(d) PAVILION RESTROOMS —409 WEST AVENUE
WATERFRONT PARK RESTROOMS — 103 3RD STREET
WEST BEACH RESTROOMS — 215 12TH STREET
BOAT RAMP RESTROOM — 938 LAKE MINNEOLA DRIVE
TRAIL HEAD RESTROOMS —797 WEST MINNEOLA AVENUE
HISTORIC VILLAGE RESTROOMS —490 WEST AVENUE
DAILY: Six days per week — Monday morning then evenings Tuesday through
Saturday.
These facilities have restrooms and pavilions.
> Empty all trashcans and place new liners.
> Clean both restrooms. Add toilet paper, soap, deodorant blocks and towels
D Sweep and mop all floors.
D Clean outside walk ways.
D. Clean windows inside and out.
D. Spot clean hand smudges and other blemishes on vertical surfaces.
> Clean drinking fountains.
D Clean all air vents.
D Remove spider webs.
D Clean windowsills
> Low-pressure clean pavilion area concrete surface monthly.
(e) POLICE DEPARTMENT— 865 WEST MONTROSE STREET
DAILY: Five days per week— Monday through Friday after 5:00 p.m.
> Empty all trash cans and replace liners.
> Dust all furniture, counters, desks and horizontal surfaces.
> Clean all restrooms (replace toilet paper, soap, deodorant blocks and towels
as needed).
> Sweep and mop all floors.
➢ Vacuum all carpeted areas.
> Clean glass doors and stationary entrance panels, inside and out including
frames.
D Sweep outside walk area.
RFP No 14-030
Page 19 of 64
SECTION — B
STATEMENT OF WORK
> Spot clean hand smudges and other blemishes on vertical surfaces in high
traffic areas
➢ Clean drinking fountain.
➢ Strip and wax floors (twice a year).
➢ Dust blinds as needed.
> Clean AC vents as needed
➢ Shampoo carpet (twice a year).
➢ Clean holding cells
➢ Clean showers.
(f) HIGHLANDER BUILDING — 330 THIRD STREET
Building has two (2) restrooms, (1) hallway, (1) storage area and one (1)
multipurpose room.
DAILY. Five days per week— Monday, Wednesday, Friday, Saturday and Sunday.
All work shall start at 6:00 a.m. prior to opening for the day.
➢ Empty all trashcans and place new liners.
➢ Dust all counters and horizontal surfaces.
➢ Clean both restrooms Add toilet paper, soap and towels.
> Sweep and mop all floors.
➢ Clean outside walk ways.
➢ Clean all glass doors and windows inside and out
➢ Spot clean hand smudge and other blemishes on vertical surfaces.
➢ Clean two (2) drinking fountains.
➢ Clean all air vents.
➢ Remove spider webs.
➢ Vacuum all floor mats
➢ Clean blinds and windowsills
➢ All floors to be stripped and waxed twice per year.
(g)WATERFRONT PAVILION BUILDING — 330 THIRD STREET
Building has two (2) outside restrooms, (1) interior hallway, (1) stage areas
and one (1) concrete seating area.
DAILY: Three days per week— Monday, Wednesday, and Friday after 5.00 p m.
RFP No 14-030
Page 20 of 64
SECTION — B
STATEMENT OF WORK
➢ Empty all interior trashcans and place new liners.
➢ Dust all counters and horizontal surfaces.
➢ Clean both restrooms. Add toilet paper, soap and towels.
> Sweep and mop all floors in restrooms.
➢ Sweep and vacuum interior hallway
➢ Clean outside walk ways by bathrooms.
Clean all mirrors.
➢ Spot clean hand smudge and other blemishes on vertical surfaces.
➢ Clean two (2) exterior drinking fountains
➢ Clean all air vents.
➢ Remove spider webs.
➢ Vacuum all floor mats
➢ Clean windowsills.
(h) McKINNEY PARK PAVILION RESTROOMS — 801 BLOXAM AVENUE
Pavilion has two (2) restrooms and covered pavilion area.
DAILY: Three days per week — Monday morning, Wednesday and Friday
evenings.
> Empty all trashcans and place new liners in restrooms.
➢ Clean both restrooms. Add toilet paper, soap and towels
➢ Sweep and mop all floors.
➢ Clean outside walk ways by bathrooms.
> Clean windows inside and out.
> Spot clean hand smudge and other blemishes on vertical surfaces.
> Clean outside drinking fountain.
> Clean all air vents.
> Remove spider webs.
➢ Clean windowsills.
> Low-pressure clean pavilion area concrete surfaces monthly
RFP No 14-030
Page 21 of 64
SECTION — B
STATEMENT OF WORK
(i) BISHOP FIELD RESTROOMS —950 EAST AVENUE
This facility has two (2) restrooms.
DAILY: Three days per week — Monday morning, Wednesday and Friday
evenings.
D Empty all trashcans and place new liners in restrooms.
D Clean both restrooms. Add toilet paper, soap and towels.
D Sweep and mop all floors.
D Clean outside walk ways by bathrooms.
D Spot clean hand smudge and other blemishes on vertical surfaces.
D Remove spider webs.
D Clean windowsills.
(j) WEST PARK RESTROOMS —650 12TH STREET
This facility has two (2) restrooms.
DAILY: Three days per week — Monday morning, Tuesday and Saturday
evenings.
D Empty all trashcans and place new liners in restrooms.
D Clean both restrooms. Add toilet paper, soap and towels.
D Sweep and mop all floors.
D Clean outside walk ways by bathrooms.
D Clean windows inside and out.
D Spot clean hand smudge and other blemishes on vertical surfaces.
D Clean outside drinking fountain.
D Clean all air vents.
D Remove spider webs.
D Clean windowsills.
D Low-pressure clean pavilion area concrete surfaces monthly.
(k) PALATLAKAHA PARK CONCESSION STAND RESTROOMS AND
PLAYGROUND RESTROOMS — 1250 12th STREET
The Concession Stand has two (2) restrooms and the Playground has two
(2) restrooms.
RFP No 14-030
Page 22 of 64
SECTION — B
STATEMENT OF WORK
DAILY: Six days per week—noon Monday through Friday and Saturday evening.
D Empty all trashcans and place new liners in bathrooms.
D Clean restrooms. Add toilet paper, soap and towels.
D Clean Playground restrooms outside walk ways.
D Spot clean hand smudge and other blemishes on vertical surfaces.
D Clean drinking fountains.
D Clean all air vents.
D Remove spider webs.
D Clean windowsills.
(I) HANCOCK PARK RESTROOMS & PAVILION RESTROOMS — 3301 SOUTH
HANCOCK ROAD
These facilities have two (2) restrooms at each ball field and two (2)
restrooms at the pavilion.
DAILY: Six days per week— noon Monday through Friday and Saturday evening.
D Empty all trashcans and place new liners in bathrooms.
D Clean restrooms. Add toilet paper, soap and towels.
D Clean windows inside and out.
D Spot clean hand smudge and other blemishes on vertical surfaces.
D Clean drinking fountain.
D Remove spider webs.
D Clean windowsills.
D Low-pressure clean pavilion area concrete surface monthly.
(m) LAKE FELTER PARK RESTROOMS — 1750 JOHNS LAKE ROAD
This facility has two (2) restrooms.
DAILY: Six days per week— noon Monday through Friday and Saturday evening.
D Empty all trashcans and place new liners in bathrooms.
D Clean restrooms. Add toilet paper, soap and towels.
D Clean windows inside and out.
D Spot clean hand smudge and other blemishes on vertical surfaces.
D Clean drinking fountain.
D Remove spider webs.
RFP No 14-030
Page 23 of 64
SECTION — B
STATEMENT OF WORK
➢ Clean windowsills.
> Low-pressure clean pavilion area concrete surface monthly.
(n) FIRE DEPARTMENT ADMINISTRATION BUILDING —439 WEST HWY. 50
FIRE STATION #1 —439 WEST HWY 50
FIRE STATION #2 —2200 HARWOOD MARSH ROAD
FIRE STATION #3 —2180 LEGENDS WAY
DAILY: Five days per week— Monday through Friday after 5:00 p.m.
General Office Areas
➢ Empty all trash cans and replace liners.
D Dust all furniture, counters, desks and horizontal surfaces.
> Clean all restrooms (replace toilet paper, soap, deodorant blocks and towels
as needed).
> Sweep and mop all floors.
> Vacuum all carpeted areas.
D. Clean glass doors and stationary entrance panels, inside and out including
frames.
D Sweep outside walk area.
➢ Spot clean hand smudges and other blemishes on vertical surfaces in high
traffic areas.
> Clean drinking fountain.
> Strip and wax floors (twice a year). Deep clean corners and grout in ceramic
tile floors.
> Dust blinds as needed.
> Clean AC vents as needed.
> Shampoo carpet (twice a year- January and July)
DAILY: Three days per week— Monday, Wednesday, Friday after 5:00 p.m.
Living Quarters
> Sweep and mop all floors.
> Vacuum carpeted areas.
➢ Clean bathrooms, including shower stalls, door and curtains.
RFP No 14-030
Page 24 of 64
SECTION — B
STATEMENT OF WORK
WEEKLY: Once per week after 5:00 p.m.
Living Quarters
> Clean shower stalls, doors and curtains.
(o) CLERMONT ARTS & RECREATION CENTER— 3700 S. HWY. 27
RESTROOMS:
Two (2) Men's and two (2) Women's Hallway Restrooms
Two (2) Men's and two (2) Women's Handicapped Hallway Restroom
One (1) Men's Restroom and Shower/Locker Room
One (1) Women's Restroom and Shower/Locker Room
One (1) Unisex Restroom located by kitchen
Two (2) Staff Restroom located in administrative suite
DAILY: Six times per week — Monday, Wednesday, Thursday, Friday, Saturday
and Sunday after 5:00 p.m.
> Sweep and thoroughly mop the floors. Commodes and urinals are to be
thoroughly cleaned and disinfected inside and outside, all stains removed,
and seats left raised.
> Door handles and knobs disinfected.
> Sink basins are to be washed and disinfected.
> Mirrors shall be wiped spot-free, countertops and chrome fixtures shall be
disinfected, wiped, and polished dry.
> All stall partitions and doors shall be spot cleaned of dirt or any other
materials.
> Paper towels, toilet tissue, and soap containers shall be filled.
> Feminine hygiene receptacles shall be emptied, cleaned, disinfected, dried
and provided new liners.
> Clean and disinfect the baby changing stations.
WEEKLY: Once per week after 5:00 p.m.
> Baseboards are to be wiped to remove dirt and marks.
> Shower stalls shall be wiped down and disinfected.
RFP No 14-030
Page 25 of 64
SECTION — B
STATEMENT OF WORK
MONTHLY. Once per month after 5:00 p m.
➢ Machine scrub floors including corners, grout, and under fixtures
➢ Floor drains are to have clean water poured in them and bleached
MAIN HALLWAYS, ADMINISTRATIVE OFFICES, BREAK ROOMS,
CONFERENCE ROOMS AND GREEN ROOM
DAILY Five times per week— Monday, Wednesday through Saturday
➢ Vacuum the two (2) main hallways and two (2) front hallways.
➢ Sweep and mop the tile floor located at the gymnasium/pool entrance
➢ Clean the glass doors, inside and out, located at the gymnasium/pool
entrance
➢ Wipe all dust, dirt, and miscellaneous marks from the reception desk and the
hallway furniture located at the gymnasium/pool entrance.
TWICE WEEKLY: Tuesday, Saturday
➢ Vacuum carpets located in the administration offices, conference/training
rooms, workroom, and kitchen/employee break room.
➢ Sweep and mop the tile floor located at the pool/gymnasium entrance.
> Clean the glass doors, inside and out, located at the gymnasium/pool
entrance.
➢ Wipe all dust, dirt, and miscellaneous marks from the reception desk and
hallway furniture, located at the gymnasium/pool entrance.
> Vacuum carpet in the Green Room.
> Clean and sanitize the sink in the Green Room.
> Wipe clean all dirt and miscellaneous marks left on all plastic chairs located in
the rooms.
➢ Wipe clean floor baseboards to remove dirt and marks.
➢ Clean and dust all windows and window blinds.
➢ Clean and disinfect all hallway drinking fountains
RFP No 14-030
Page 26 of 64
SECTION — B
STATEMENT OF WORK
COMMERCIAL KITCHEN
WEEKLY: Once per week— Mondays
> Sinks are to washed and disinfected
> Clean kitchen floors, counter tops and sides, stoves and hoods, outside of
refrigerator and walls.
MONTHLY: Once per month (First day of the month) after 5.00 p.m.
➢ Deep clean all kitchen appliances as needed.
RECREATION PROGRAMMING WING AND GYMNASIUM
DAILY: Five days per week— Monday, Wednesday through Saturday
➢ Vacuum the Gymnasium carpet and the Recreation Programming main
hallway.
> Wipe clean the wood tables and benches in the gymnasium
AS NEEDED WEEKLY.
➢ Vacuum nine (9) multi-purpose classrooms as needed.
➢ Vacuum one (1) large multi-purpose recreation room as needed
➢ Dry sweep the gymnasium (Monday, Thursday and Saturday).
➢ Dust and/or wipe clean all door handles, counters, tables, chairs, and
benches.
PERFORMANCE HALL, LOBBY, AND THEATRE
WEEKLY: Once per week
➢ Sweep the front Lobby floor, clean and wipe streak-free large stains.
➢ Dust and wipe clean all furniture and counter space in the Lobby.
> Clean inside Lobby windows to a height of six (6) feet.
> Clean inside and outside Lobby glass doors.
➢ Vacuum all floors located in the Theatre; which include the main stage, back
stage area, stairs, and main floor
> Clean any stains in the cushion chairs in the Performance Hall.
RFP No 14-030
Page 27 of 64
SECTION — B
STATEMENT OF WORK
WEEKLY: Mondays
➢ Vacuum the Performance Hall, floor and stage.
MONTHLY. Once per month.
➢ Wipe down and disinfect all hand rails and red plastic seats in the Theatre
3 —AT CLOSING OR SOONER IN ALL AREAS
➢ Turn off lights and equipment.
➢ Close and lock windows and doors.
➢ Activate the security alarm systems.
➢ Make sure all exterior doors are locked.
4— CUSTODIAL SERVICE PERFORMANCE AND WORK HOURS
Service shall be performed as directed by the ROUTINE WORK TASKS BY FACILITY
expect for City of Clermont observed holidays. City of Clermont holidays include.
➢ New Year Day
➢ Martin Luther King Day
➢ Memorial Day
➢ Independence Day
➢ Labor Day
➢ Veterans Day
➢ Thanksgiving Day (Thursday and the following Friday)
➢ Christmas Eve and Christmas Day
5— INSPECTIONS
Inspections will be performed by the Facility Maintenance Supervisor.
6 — PAYMENT
Payment for services will be made monthly and approved by the Department Director.
Submit payment to 685 West Montrose Street, Clermont, FL 34711 attention to
the listed facilities department below.
RFP No 14-030
Page 28 of 64
SECTION — B
STATEMENT OF WORK
Location of Facilities Contact Person
1 City Hall, 685 West Montrose Street, Clermont, FL 34711 Joe Van Zile
2 Clermont City Center, 630 West Montrose Street, Clermont, Stoney Brunson
Florida 34711
3 Public Services, 400 12th Street, Clermont, FL 34711 Stoney Brunson
4 Public Services, 1201 Osceola Street, Clermont, FL 34711 Stoney Brunson
5 Pavilion Restrooms, 409 West Avenue, Clermont, FL 34711 Stoney Brunson
6 Waterfront Park Restrooms, 103 3rd Street, Clermont, FL 34711 Stoney Brunson
7 West Beach Restrooms, 215 12th Street, Clermont, FL 34711 Stoney Brunson
8 Boat Ramp Restrooms, 938 West Minneola Drive, Clermont, FL Stoney Brunson
34711
9 Trail Head Restrooms, 797 West Minneola Avenue, Clermont, FL Stoney Brunson
34711
10 Historic Village Restrooms, 490 W. Avenue, Clermont, FL 34711 Stoney Brunson
11 Police Department, 865 West Montrose Street, Clermont, FL Charles
34711 Broadway
12 Highlander Building, 330 3rd Street, Clermont, FL 34711 Stoney Brunson
13 Waterfront Pavilion Building, 330 Third Street, Clermont, FL Stoney Brunson
34711
14 McKinney Park Pavilion Restrooms, 801 Bloxam Avenue, Stoney Brunson
Clermont, FL 34711
15 Bishop Field Restrooms, 950 East Avenue, Clermont, FL 34711 Stoney Brunson
16 West Park Restrooms, 650 12th Street, Clermont, FL 34711 Stoney Brunson
17 Palatlakaha Park Concession Stand Restrooms and Playground
Restrooms, 1250 12th Street, Clermont, FL 34711 Stoney Brunson
18 Hancock Park Restrooms and Pavilion Restrooms, 3301 South Stoney Brunson
Hancock Road, Clermont, FL 34711
19 Lake Felter Park Restrooms, 1750 Johns Lake Road, Clermont, Stoney Brunson
FL 34711
20 Fire Department Administration Building, 439 West Hwy. 50, Carle Bishop
Clermont, FL 34711
RFP No 14-030
Page 29 of 64
SECTION — B
STATEMENT OF WORK
, . Location of Facilities Contact Person
21 Fire Station #1, 4395West Hwy 50, Clermont, FL 34711 Carle Bishop
22 Fire Station #2, 2200 Hartwood Marsh Road, Clermont, FL Carle Bishop
34711
23 Fire Station #3, 2155 Legends Way, Clermont, FL 34711 Carle Bishop
24 Clermont Arts & Recreation Center, 3700 S. Hwy. 27, Clermont, Suzanne O'Shea
FL 34711
7 —ADDITIONAL FACILITIES
The City reserves the sole right to add or delete locations to the resulting contract at any
time. The City will provide the respondent a written notice no less than five (5) full
working days in advance which areas are to be added to or deleted from the normal
custodial service schedule. Invoice adjustments will be negotiable based on similar
space and duties.
If space is added to the schedule, it shall be cleaned in accordance with the
specifications for similar space. The period for adding to or deducting from the
payments will start on the effective date of the notice and continue for the time period
specified in the notice.
8 — ADDITIONAL SERVICES
Services not specifically identified in any contract derived from this solicitation may be
added upon mutual _consent of the contracting parties. If utilized as an option, the
respondent shall furnish the City detailed pricing for all costs associated with the
services requested.
9 —ADDITIONAL GOODS
Goods not specifically identified in this solicitation may be added to any resultant
contract upon mutual consent of the contracting parties.
10 — FAILURE TO SUPPLY
The respondent will make every attempt to supply the awarded services within the time
frame(s) requested on each order. Failure to supply may be cause-in-need for the City
RFP No 14-030
Page 30 of 64
SECTION — B
STATEMENT OF WORK
to procure in the open market services meeting or similar to those specified in the
contract.
11 — PAYMENT DEDUCTIONS
It is the objective of the City to obtain full cleaning performance in accordance with the
terms, conditions and specifications and at the quality standards of work set forth in this
solicitation. To this end, the City shall contract for the complete performance of each
cleaning job as identified in the specifications and deductions will, therefore, be made in
accordance with the following stipulations, i.e., the City will not pay for work that is not
completed:
a. If items are not completed within a reasonable amount of time after personnel are
notified a deduction will be made from the monthly payment due. A reasonable
amount of time shall be consistent with the frequency of the specified services,
for example within twenty-four (24) hours for daily tasks and within seven (7)
days for a weekly task.
b. Should the respondent fail to perform the services required under this contract,
the City may, at its option, retain all or part of the monthly payment otherwise due
until any service discrepancies are corrected. Repeated service discrepancies
by the respondent shall entitle the City to terminate this contract in accordance
with the termination for cause listed herein.
This is a SERVICE CONTRACT and services not rendered on the day specified cannot
be made up, all tasks missed will result in deductions.
12 — CONFORMANCE TESTING
The City reserves the right to test all goods delivered during the life of the proposed
contract, at an independent laboratory, to be designated by the City. The laboratory
tests shall include each item of the specifications to determine whether the goods are in
conformity therewith. Tests shall be made on goods selected at random from deliveries
made under the contract. The respondent shall pay for testing where the result of such
test shows that the goods are not equal to or do not conform to the specifications. If the
result of any additional test shall show that the goods delivered and tested conform to
the specifications, then, in such case the expense of making such test shall be paid by
the City.
13 — EMPLOYEE LIST
Respondent shall provide with their response an itemized list of the proposed number of
employees, including number of supervisory personnel, to be assigned to each building.
RFP No 14-030
Page 31 of 64
SECTION — B
STATEMENT OF WORK
Respondent shall provide the City with a list of employees who will fill in for vacations,
sick leave and any time off.
14—CONTRACTOR PERSONNEL
The respondent shall provide the City with a complete list of personnel, including a full
name, address, telephone number, social security number, copy of Drivers License and
a NCIC/FCIC Criminal History Background Check for each 'individual employee before
date of hire and within ten (10) calendar days after City notification to enter into
contract. This information `shall be kept current throughout the term of the contract
including replacement employees.
Custodians shall be employees of the respondent; day laborers are not acceptable.
A brief resume shall be submitted for the Contract Manager, and each Crew Supervisor.
(The Contract Manager and the Crew Supervisor may be the one in the same person.)
This information shall also be kept current throughout the term of the contract including
replacement employees. The City reserves the right to accept or reject any Contract
Managers or Crew Supervisors.
a. Contract Manager: The Contract Manager will be responsible for the
management a nd scheduling of work to be performed under this contract and
shall possess at least five (5) years of recent (within the past 10 years)
experience in the management of custodial service type operations of the
approximate square footage to be maintained under this contract.
b. Crew Supervisor: All Crew Supervisors engaged in directing the work to be
accomplished under this contract shall possess at least three (3) years of recent
(within the past five (5) years) supervisory capacity experience directing custodial
service type operations of the approximate square footage to be maintained
under this contract.
c. Employees: The respondent shall conduct no recruiting, hiring or interviewing in
any building covered by the contract at any time. All cleaning personnel will be
provided with eight hours of training before the cleaner can work alone in any city
building. This training can be in class training, on the job training or a
combination. However, no cleaner will be assigned to work alone until the
training hours are completed.
15 — UNAUTHORIZED PERSONNEL
At no time shall the respondent allow any people into the building other than bona fide
employees of the respondent. At no time shall the respondent's employees allow family
RFP No 14-030
Page 32 of 64
SECTION — B
STATEMENT OF WORK
members, friends, etc. to be on the grounds or parking lot of the building during working
hours, other than to pick-up or drop-off an employee.
16—SUPERVISION
a. General: The respondent shall arrange for a contract manager (who shall be an
employee of the contractor) and crew supervisors for the contract work. The
contract manager shall be available at all times when the contract work is in
progress, to receive notices, reports, or requests from the City. The City will not
be responsible for supervising the respondent's employees.
b. Definitions:
1. The term "Contract Manager" means a person, designated in writing by the
contractor, who has complete authority to act for the contractor during the
term of the contract. The contract manager shall have the authority to accept
notices, inspection reports and all other correspondence on behalf of the
contractor.
2. The term "Crew Supervisor" means those persons designated to supervise
the work of the custodial crews and must be designated in writing by the
contractor as the person who has authority to act for the contractor on a day-
to-day basis at the site. The "Crew Supervisor" will be on site at all times
when routine tasks are being performed.
c. City of Clermont Personnel - Contract Administrators
The City Public Services Director or his designee shall be responsible for the day
to day administration of this contract.
17 — STANDARDS OF CONDUCT
The respondent is responsible for ensuring that its employees do not disturb papers on
desks, open desk drawers or cabinets, use office equipment including but not limited to
copiers, fax machines and telephones. If the City brings unacceptable work and
appearance habits of the respondent's employees to the attention of the contractor's on-
site supervisor, and corrective action is not immediately taken the City may at its sole
discretion, deem such failure a material breach and cause for immediate termination of
the contract. It will be the responsibility of the respondent to establish ample
procedures relating to its employees for theft or wrongful use of City or employee
property. The City will retain the right to remove any personnel on City property in the
act of wrongful doing as determined by the City.
RFP No. 14-030
Page 33 of 64
SECTION — B
STATEMENT OF WORK
18 — UNIFORMS
The respondent shall furnish appropriate and identifiable uniforms for the individual
employee and wear photo identification (frontal face). Said employees shall present a
neat, clean and well-groomed appearance when providing services at any and all City
Facilities.
19 —WORK PERFORMANCE/ACCOUNTABILITY
Respondent shall not be responsible for cleaning any electronic equipment.
If the City finds that repairs or changes are required to the building, its contents, or its
accessories, etc., which in the opinion of the City are rendered necessary as the result
of the respondent's use of materials, equipment or workmanship which are inferior,
defective, or not in accordance with the terms of the contract, the contractor shall, within
24 hours of receipt of notice from the City place in satisfactory condition, in every
particular, all of such work, correct all defects, and shall make good any work or
material, or equipment and contents of said building or site disturbed in making such
restoration, at no additional cost to the City.
In any case where the fulfilling of the requirements of the contract or restoration work
embraced in or required thereby, the respondent disturbs any work being performed
under another contract, he shall restore such disturbed work to a condition satisfactory
to the City at no additional cost to the City.
20 — BUILDING SECURITY AND ACCESS CONTROL
The respondent shall be furnished means of access to all areas requiring custodial
services. Any keys issued to the respondent for such use shall not be duplicated by the
contractor or their employees. These keys are to be returned to the City at the end of
the service period.
Any area to which respondent is provided access by means of a key, shall be opened
for the purpose of custodial services only. Immediately upon completion of custodial
service, the area shall be secured. No person or persons shall be permitted access by
any contract personnel. No exterior door or interior door will be propped open. Exterior
doors shall remain locked during cleaning if after hours.
If keys are lost, the contractor will pay for necessary lock changes and all replacement
keys.
RFP No. 14-030
Page 34 of 64
SECTION — B
STATEMENT OF WORK
Certain areas within the facilities contain confidential and sensitive records, these areas
may be cleaned only at times when a representative of the City is present or otherwise
specified. Keys will not be provided to the respondent.
The respondent is to provide secure storage for their employees personal possessions
if necessary. The City shall not be responsible to any of the respondent's employees
for loss of personal property.
21 — CONTRACTOR'S RESPONSIBILITY FOR LOSS OF EQUIPMENT AND
WRONGFUL USE
It will be the responsibility of the respondent to establish and inform the City of
procedures related to their employees to prevent theft of the property of the City and
their employees.
It will be the responsibility of the respondent to establish adequate procedures to
eliminate wrongful use by respondent employees of the City property or of its
employees. This property includes, but is not limited to the following:
1. Telephone System Equipment
2. Computer Equipment
3. AudioNideo Equipment
4. Office Equipment (copiers, fax machines, etc.)
5. Kitchen Appliances
6. Foods, drinks and etc
22—WORK HOURS AND SCHEDULING
Cleaning services shall be performed at the close of each normal workday (5:00 p.m.),
Monday through Friday, or as otherwise specified except where special arrangements
are made and properly documented. A periodic task cleaning schedule will be
maintained in the "Custodial Log" at each facility provided by respondent. The
respondent is responsible for cleaning an area later in the work schedule if there is a
City meeting or special event. The City will provide a minimum of three (3) workday's
notice of special events requiring schedule modifications.
23 — NON-INTERFERENCE WITH GOVERNMENT BUSINESS
Work shall be carried on in such a manner that there will be no interruption to or
interference with the proper execution of City business. Verbal interaction between
respondent's employees and building occupants shall be kept to a minimum.
RFP No 14-030
Page 35 of 64
SECTION — B
STATEMENT OF WORK
a. All persons employed while at work, and on the premises, shall comply with all
building regulations.
The respondent agrees to alter work methods, schedules and procedures if the City
determines that they are detrimental to City operations. Such alteration shall not be
cause for additional charges to the City.
24— DUE CARE BY CLEANING PERSONNEL
The respondent will not allow smoking by their employees in City facilities. The
respondent will not allow the consumption of food or drink in areas other than those
locations assigned to the respondent; i.e., equipment storage areas or snack areas
approved by the City.
It shall be the respondent's responsibility to clean up and/or rectify any damage to City
property caused by any individual connected with the respondent, to the City's
satisfaction.
25 — RESTRICTED USE OF TELEPHONE
The respondent or the respondent's employees will not use City property in any manner
for any personal advantage, business gain, or other personal endeavor. Unauthorized
use of City telephones is not allowed.
26 - NOTIFICATION OF NEEDED REPAIRS
The respondent shall promptly notify the City of needed repairs and/or damages to
soap, paper towel and other restroom dispensers, as well as other damaged or
malfunctioning fixtures and building accessories which are observed during the
performance of services. This notice must be received within a reasonable time as
determined by the City.
27 — EMERGENCY SERVICES
If an emergency arises (such as flooding of a particular section of a building) the
respondent shall divert his/her forces, or such part thereof as deemed necessary by the
City, from their normal assigned duties to meet the conditions. When these employees
are no longer needed for response to the emergency, they shall be directed by the
respondent to return to their normal duties. The respondent shall not be penalized
RFP No 14-030
Page 36 of 64
SECTION — B
STATEMENT OF WORK
because the normal daily work which otherwise would have been performed had to be
neglected, but every effort must be made to complete contract requirements.
28 — SAFETY
It is the responsibility of the respondent to provide all materials and training to insure a
safe working environment for their employees, City employees as well as the public.
The respondent will meet all federal, state and local requirements. The respondent, if
requested by City, shall provide material safety data sheets (MSDS) on all chemicals
utilized. Examples of safety procedures are:
a. Signs placed on elevator doors while hauling trash.
b. Barricades and/or signs warning of wet floors.
c. Barricades and/or signs warning of overhead work in progress.
d. Signs indicating restroom cleaning operations in progress.
e. Only professionally made signs, approved by the City will be used.
29 — EQUIPMENT & SUPPLIES
It is the responsibility of the respondent to furnish the City with names and chemical
formulas of all waxes and cleaning materials being used (MSDS). All chemicals and
supplies must meet State, Federal and local guidelines for the work proposed.
The respondent shall provide and maintain all cleaning equipment and materials to
complete the cleaning as specified herein; including but not limited to cleaners,
disinfectants, bleach, floor care cleaners and protective coatings, etc. It shall also
include brooms, mops (wet and dry/dry dust mops), mop handles, dust pans, bowl
mops, bowl brushes, putty knifes, dusters, sponges, rags, window squeegees, floor
pads, rubber gloves, spray bottles, floor machines, vacuum cleaners, etc. The
respondent shall provide all supplies (including trash liners) with the exception of toilet
paper, paper towels and hand soap which shall be supplied by City. Installation of said
supplies shall be the respondent's responsibility, except where special arrangements
are made and approved by the City.
The City shall provide, if applicable, storage space for equipment (brooms, mops,
vacuums, etc.). All equipment shall be available for use by the successful respondent
staff.
NOTE: All supplies must be used in accordance with the manufacturer's
recommendations and instructions All containers must be labeled with the
manufacturer's brand name, name of product, and its recommended use.
RFP No 14-030
Page 37 of 64
SECTION — B
STATEMENT OF WORK
NOTE: All equipment used in the cleaning operation of any City facility must be in good
safe operating condition as required by OSHA Equipment with broken or exposed
electric wires will not be used Upon completion of the workday, all equipment will be
properly stored or removed from the facility. Nothing will be left out in the open
Paper products will picked up at Public Services, 400 12th Street, Clermont, FL 34711
Monday through Friday from 8:00 a.m. to 4:00 p.m. Paper products will be inventoried
at the front desk.
The City shall have the final authority regarding the products that are installed in City
facilities and may require discontinuation of a product that is found to be unacceptable
for any reason.
30 — GREEN PRODUCTS
All products and chemical solutions provided and used shall be certified under Green
Seal Standard GS-37 or GS-40, or Environmental Choice Standard ECP-57. These
standards require that:
• The p roduct must be a concentrate.
• The undiluted product shall not contain any ingredients that are carcinogens or a
known to cause reproductive toxicity.
• Undiluted product hall not be toxic to humans, not be corrosive to the skin or
eyes, not be a skin sensitizer, not be combustible, not be toxic to aquatic life.
• Product shall not contain substances that contribute significantly to the
production of photochemical smog, tropospheric ozone, or poor indoor air quality.
• Product used shall not contain more than 0.5% by weight or total phosphorus.
• The primary package shall be recyclable or the manufacturer shall provide for
returning and refilling of their packages.
• Product manufacturer shall identify any fragrances on their MSDS. Any
ingredient added to the product as a fragrance must follow guidelines as
interpreted bythe international fragrance association.
• The products shall not contain alkyl phenol ethoxylates, dibutyl phthalate heavy
metals, ozone-depleting compounds or optical brighteners.
• Product shall not be tested on animals
All custodial staff shall be instructed in the proper use of all products to conform to the
manufacturer's instructions, insuring maximized health and economic benefits of the
RFP No 14-030
Page 38 of 64
SECTION — B
STATEMENT OF WORK
program. All custodial staff will be made aware of restricted non-compliance chemical
use.
31 —TRASH AND WASTE REMOVAL PROCEDURES
All waste going into dumpsters shall be bagged or placed in closed containers before
disposal. It shall be the respondent's responsibility to provide said containers/bags. All
cardboard containers must be broken down before disposal or recycled.
The respondent shall provide appropriate equipment for trash removal so as to avoid
the possibility of floor damage due to the dragging of trash bags through office areas.
32 —AREAS REQUIRING STRICT SANITIZING
Holding cell areas shall be cleaned including disinfecting in and around urinals or water
closets on a daily basis.
Sanitary disposal containers shall be emptied, cleaned, sanitized, and properly dried
and provided with a new liner daily. Waxed paper liners are to be used in all sanitary
napkin disposal receptacles.
33 — SENSITIVE EQUIPMENT,AREAS
The respondent will ensure that special care is taken to maintain areas containing
computer equipment as dust free as possible. This should entail vacuuming and/or dry
mopping and wet mopping.
The respondent will instruct their cleaning personnel on the proper manner in which to
perform their duties around sensitive equipment. This shall include the identification
and usage of the proper electrical circuits to use with their equipment.
Extreme caution while cleaning will also be given to:
a. Avoidance of power interruption to devices.
b. The use of the same circuit by cleaning equipment and sensitive devices at any
one given time. The respondent shall contact the City for identification of these
areas.
c. The use of cleaning equipment near sensitive equipment.
d. The use of only those cleaning products guaranteed not to damage sensitive
electronic equipment.
e. The use of cleaning products on or around sensitive devices.
RFP No 14-030
Page 39 of 64
SECTION — B
STATEMENT OF WORK
f. The appropriate method of cleaning equipment and its surrounding areas.
g. Dry dust computer drafting plotters only.
h. Do not use power strips as a source of electrical power for any cleaning
equipment.
34—SAFETY
It shall be the responsibility of the respondent to insure work safety, provide sufficient,
required insurance, complies with all safety codes, laws and requirements and to
include any cost of such safety requirements in the project bid. No additional
compensation shall be allowed for the cost of such compliance.
35 — FAIR LABOR STANDARDS ACT
No respondent or subcontractor holding a service contract with the City for any dollar
amount shall pay any of its employees working on the contract less than the minimum
wage specified in section 6(a)(1) of the Fair Labor Standards Act 29 U.S.C. 206.
Failure to meet this requirement may result in contract termination by the City.
END OF SECTION — B
RFP No 14-030
Page 40 of 64