Loading...
Contract 2023-010ADocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 AGREEMENT No. 2023-010 SANIGLAZE THIS AGREEMENT, is made and entered into this 25th day of January 2023, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and CUBIX, INC., whose address is: 6450 Kingspointe Pkwy, #10, Orlando, FL 32819, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Orange County through the public procurement process awarded an Agreement for, SaniGlaze Contract Number Y19-1018-MV; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Orange County Contract Number Y19-1018-MV; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: SCOPE OF WORK The CONTRACTOR shall furnish SaniGlaze as described in the Orange County Contract Number Y19-1018-MV, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and incorporated herein. 3. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties, and shall remain in effect until Thursday, March 7, 2024 unless terminated or renewed by Orange County. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. C. Upon mutual Agreement of the parties, this Agreement may be renewed for one (1) additional one (1) year term. 4. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY the services contained under the Scope of Work upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in Orange County Contract Number Y19-1018- MV or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas, and bio-diesel so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 1 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. 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. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its 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 subCONTRACTOR 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 Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims 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 as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit 2 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its 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 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 such acts are 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; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. In any and all claims against the CITY 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 CITY for the indemnification provided herein. 8. 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. A. CONTRACTOR: Cubix, Inc. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze Attn: Travis Owens 6450 Kingspointe Pkwy, #10, Orlando, FL 32819 A. OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. 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 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. 9.2. 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. 9.3. 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. 9.4. 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. 9.5. 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. 9.6. Assignment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, 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. 4 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze 9.7. 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. 9.8. 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. 9.9. Public Records Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. E. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. 10. AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze C. An applicable Contractor Quote or Statement of Work D. All documents contained in the Orange County Contract Number Y19-1018-MV. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 25th day of January 2023. CITY OF CLERMONT EE DocuSigned by: VIMA, 6"S 534781168A394C8... Brian Bulthuis, City Manager DS ATTEST: ITDocuSigned by: W.cy &44a y*[ 3AD7F34905B344A... H4wt Tracy Ackroyd Howe, City Clerk 11 CUBIX, INC. By , z� (Signature) Print Name: �; s �4JFd S Title: DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 AMENDMENT NO. 1 CONTRACT NO. Y19-1018-MV, SANIGLAZE EFFECTIVE DATE: March 8, 2022 By mutual agreement, the subject contract is changed as follows: 1. The contract is hereby renewed for the period of March 8, 2022 through March 7, 2023. In accordance with changes in the Consumer Price Index all unit prices are increased by 4%. Line item increases are as follow: Line Description Current Unit Increase No. Price Per Effective Square Ft. Rate 1. EnduraGLAZE Process (as specified) $8.25 $8.58 2. GroutGLAZE Process (as specified) $5.50 $5.72 3. SurfaceGLAZE Process (as specified) $5.00 $5.20 4. ChromaGlaze Process as s ecifed $5.50 $5.72 5. ChromaGLAZE+ Process (as specified) $7.00 $7.28 6. XceIKLEEN Process (as specified) $3.00 $3.12 7. EverGLAZE Maintenance Program (as s ecified $1.50 $1.56 8. VariGLAZE Process ass ecified) $8.50 $8.84 9. Site Preparation Services, Minor asspecified) $0.25 $0.26 10. Site Preparation Services, Moderate asspecified) $1.00 $1.04 11. Site Preparation Services, Extensive asspecified) $1.75 $1.82 2. ADDITIONS a. Line No. 12, EnduraGLAZE + Process, is hereby added to the contract at a unit price of $9.75 per square foot, in the estimated quantity of 1,500 square feet, an increase of $14,625. b. Line No. 13, VariGLAZE Process +, is hereby added to the contract at a unit price of $10.40 per square foot, in the estimated quantity of 1,500 square feet an increase of $15,600. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 c. Line No. 14, SurfaceGLAZE + Process, is hereby added to the contract at a unit price of $6.10 per square foot, in the estimated quantity of 1,000 square feet, an increase of $6,100. 3. Descriptions of Processes are added as Attachment 1 in this Amendment 1. The total amount of the contract has changed from $480,000 to $516,325, an increase of $36,325, all other terms, conditions and prices remain unchanged. IN WITNESS WHEREOF, the parties have executed this amendment on the dates below: CUBIX, INC. BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA By. y Carrie Mathes, Procurement Manager Print Name: Zulay Millan, Assistant Manager I Title: Procurement Division Date: 12/21 /2021 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 CONTRACT # Y1.9-1018-W This Contract is made as of the 4"' day of February, 2019 by and between Orange County, a Political Subdivision of the State of Florida, by and through its Board of County Commissioners, hereinafter referred to as the COUNTY, and Cubix, Inc., a corporation authorized to do business in the State of Florida, hereinafter referred to as the CONTRACTOR, whose Federal I.D. number is 59-3069016. In consideration of the mutual promises contained herein, the COUNTY and the CONTRACTOR agree as follows; ARTICLE 1 SERVICES The CONTRACTOR'S responsibility under this Contract is to provide professional services providing restorative bonding services through SaniGlaze process, as more specifically set forth in the Scope of Services detailed in Exhibit "A". The COUNTY'S representative/liaison during the performance of this Contract shall be Taneya Simpson, telephone no. (407) 836-7482 or by e-mail at Taneya.Simpson@ocfl.net. ARTICLE 2 SCHEDULE The CONTRACTOR shall commence services on March 8, 2019 and complete all services by March 7, 2022. Reports and other items shall be delivered or completed in accordance with the detailed schedule set forth in Exhibit "A". This contract may be renewed, for two ( 2 ) additionaI one ( 1 ) year periods upon mutual written agreement of the parties at the same prices, terms and conditions. Any change in price, terms or conditions shall be accomplished by written amendment to this contract. Any order issued during the effective date of this contract, but not completed within that period, shall be completed by the CONTRACTOR within the time specified in the order. The contract shall govern the CONTRACTOR and the COUNTY'S rights and obligations with respect to the extent as if the order were completed during the contract's performance period. ARTICLE 3 PAYMENTS TO CONTRACTOR A. The total amount to be paid by the COUNTY under this Contract for the base period, shall not exceed One Million, Four Hundred -Forty Thousand Dollars ($1,440,000). The CONTRACTOR will notify the COUNTY, in writing, when 90% of the estimated contract amount has been reached. The CONTRACTOR will bill the COUNTY on a monthly basis, or as otherwise provided, at the amounts set forth in Exhibit `B" for services rendered toward the completion of the Scope of Services, Where incremental billing for partially completed items is permitted, the total incremental billings shall not exceed the percentage of estimated completion as of the billing date. B. Invoices received from the CONTRACTOR pursuant to this Contract will be reviewed and approved by the initiating County Department, indicating that services have been rendered in conformity with the Contract and then will be sent to the Finance Department for payment. Invoices will be paid in accordance with the State of Florida Local Government Prompt DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 Payment Act. Orange County Administrative Services Fiscal and Operational Support IOC2 — 400 E. South Str. 5th fl Orlando, FL 32801 Phone (407) 836-0052 or In the event additional County Departments/Divisions or other public entities utilize this contract, invoices are to be sent directly to the Department or entity placing the order. All invoices along with all necessary documents for payment shall be mailed or delivered to the appropriate location above. Unless authorized by the County Department in writing, no invoices shall be sent via e-mail. Invoices sent via e-mail without the expressed authorization of the County Department shall be discarded. Detailed invoice and statement requirements are further outlined in the Scope of Services. A valid invoice shall include the following: 1. Reference to the Delivery Order/ Purchase Order Number 2. Delivery Dates/ Service Dates 3. Itemization of Goods Delivered/ Services Rendered 4. Unit Prices in accordance with the Exhibit "B" C. Final Invoice: In order for both parties herein to close their books and records, the CONTRACTOR will clearly state "final invoice" on the CONTRACTOR'S Final/last billing to the COUNTY. This certifies that all services have been properly performed and all charges and costs have been invoiced to Orange County. Since this account will thereupon be closed, any and other further charges if not properly included on this final invoice are waived by the CONTRACTOR. ARTICLE 4 REt )UIREMENTS CONTRACT This is a Requirements Contract and the COUNTY shall order from the CONTRACTOR all of the supplies and/or services specified in the contract's price schedule that are required to be purchased by the COUNTY. If the COUNTY urgently requires delivery of goods or services before the earliest date that delivery may be required under this contract, and if the CONTRACTOR will not accept an order providing for accelerated delivery, the COUNTY may acquire the goods or services from another source. Except as this contract may otherwise provide, if the COUNTY'S requirements do not result in orders in the quantities described as "estimated" in the contract's price schedule, that fact shall not constitute the basis for an equitable adjustment. ARTICLE 5 INSURANCE REQUIREMENTS Vendor/Contractor agrees to maintain on a primary basis and at its sole expense, at all times throughout the duration of this contract the following types of insurance coverage with limits and on forms (including endorsements) as described herein. These requirements, as well as the County's review or acceptance of insurance maintained by DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 Vendor/Contractor is not intended to and shall not in any manner limit or qualify the liabilities assumed by Vendor/Contractor under this contract. Vendor/Contractor is. required to maintain any coverage required by federal and state workers' compensation or financial responsibility laws including but not limited to Chapter 324 and 440, Florida Statutes, as may be amended from time to time, The Vendor/Contractor shall require and -ensure that each of its sub-Vendors/sub-Contractors providing services hereunder (if any) procures and maintains until the completion of their respective services, insurance of the types and to the limits specified herein. Insurance carriers providing coverage required herein must be licensed to conduct business in. the State ofFlorida and must possess a current A.M. Best's Financial Strength Rating of A- Class VIII or better. (Note: State licenses can be checked vice 1vmv. floir-.coni/conl an search/ and A. M. Best Ratings are available at nit,w.canbest,conr Required. Coverage.: Commercial General Liability - The Vendor/Contractor shall maintain coverage issued on the most recent version of the ISO form as filed for use in Florida or its equivalent, with a limit of liability of not less than $1,00.0,000 per occurrence. Vendor/Contractor fiuther agrees coverage shall not contain any exrdorsement(s) excluding or limiting Product/Completed Operations, Contractual Liability, or Separation of Insureds. The General Aggregate limit shall either apply separately to this contract or shall be at least twice the required occurrence limit. Required Endorsements: Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their equivalents. Note: CG 20 10 must be accompanied by CO 20 37 to include products/completed operations Waiver of Transfer of Rights of Recovery- CG 24 04 or its equivalent. Note: If bl:aillcet endorsements are being submitted please include the entire endorsement and the applicable policy number. Z Business Automobile Liability The Vendor/Contractor shall maintain coverage for all owned; non -owned and hired vehicles issued on the most recent version of the ISO form as filed for use in Florida or its equivalent, with limits of not less than $1,000,00.0 (one million dollars) per accident. In the event the Vendor/Contractor does not own automobiles the Vendor/Contractor shall maintain coverage for hired and non -owned auto liability, which :may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. ® Workers' Compensation. - The Vendor/Contractor shall maintain coverage for its employees with statutory workers' compensation limits, and no less than $100,000 each incident of bodily injury or disease for Employers' Liability. Elective exemptions as defined tin Florida Statute 440 will be considered on a case -by -ease basis: Any Vendor/Contractor using an employee leasing company shall complete the Leased Employee Affidavit. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 Required Endorsements: 171 Waiver of Subrogation- WC 00 03 13 or its equivalent ® Pollution Liability- with a limit of not less than $1,000,000 per occurrence/claim When a self -insured retention or deductible exceeds $100,000 the COUNTY reserves the right to request a copy of Vendor/Contractor most recent annual report or audited financial statement. For policies written on a "Claims -Made" basis the Vendor/Contractor agrees to maintain a retroactive date prior to or equal to the effective date of this contract. In the event the policy is canceled, non -renewed, switched to occurrence form, or any other event which triggers the right to purchase a Supplemental Extended Reporting Period (SERP) during the life of this contract the Vendor/Contractor agrees to purchase the SERP with a minimum reporting period of not less than two years. Purchase of the SERP shall not relieve the Vendor/Contractor of the obligation to provide replacement coverage. By entering into this contract Vendor/Contractor agrees to provide a waiver of subrogation or a waiver of transfer of rights of recovery, in favor of the County for the workers' compensation and general liability policies as required herein. When required by the insurer or should a policy condition not permit the Vendor/Contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then Vendor/Contractor agrees to notify the insurer and request the policy be endorsed with a Waiver of Subrogation or a Waiver of Transfer of Rights of Recovery Against Others endorsement. Prior to execution and commencement of any operations/services provided under this contract the Vendor/Contractor shall provide the COUNTY with current certificates of insurance evidencing all required coverage. In addition to the certificate(s) of insurance the Vendor/Contractor shall also provide endorsements for each policy as specified above. All specific policy endorsements shall be in the name of the Orange County Board of County Commissioners. For continuing service contracts renewal certificates shall be submitted immediately upon request by either the COUNTY or the COUNTY's contracted certificate compliance management firm. The certificates shall clearly indicate that the Vendor/Contractor has obtained insurance of the type, amount and classification as required for strict compliance with this insurance section. Vendor/Contractor shall notify the COUNTY not less than thirty (30) business days (ten business days for non-payment of premium) of any material change in or cancellation/non-renewal of insurance coverage. The Vendor/Contractor shall provide evidence of replacement coverage to maintain compliance with the aforementioned insurance requirements to the COUNTY or its certificate management representative five (5) business days prior to the effective date of the replacement policy (ies). The certificate holder shall read: Orange County Board of County Commissioners c/o Procurement Division 400 E. South Street, 2nd Floor Orlando, Florida 32801 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 ARTICLE G INDEMNIFICATION To the fullest extent permitted by law, the CONTRACTOR shall defend, indemnify, and hold harmless the COUNTY, its officials, agents, and employees from and against any and all claims, suits, judgments, demands, liabilities, damages, cost and expenses (including attorney's fees) of any kind or nature whatsoever arising directly or indirectly out of or caused in whole or in part by any act or omission of the CONTRACTOR or its subcontractors (if any), anyone directly or indirectly employed by them, or anyone for whose acts any of them may be liable; excepting those acts or omissions arising out of the sole negligence of the COUNTY. ARTICLE 7 FEDERAL AND STATE TAX The COUNTY is exempt from payment of Florida State Sales and Use Taxes. The COUNTY will sign an exemption certificate submitted by the CONTRACTOR. The CONTRACTOR shall not be exempted from paying sales tax to its suppliers for materials used to fulfill contractual obligations with the COUNTY, nor is the CONTRACTOR authorized to use the COUNTY' S Tax Exemption Number in securing such materials. The CONTRACTOR shall be responsible for payment of its own and its share of its employee FICA and Social Security benefits with respect to this Contract. ARTICLE 8 AVAILABILITY OF FUNDS The COUNTY'S performance and obligation to pay under this Contract is contingent upon an annual appropriation for its purpose by the Board of County Commissioners, or other specified funding source for this procurement. ARTICLE 9 CONFLICT OF INTEREST The CONTRACTOR represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided for in Florida Statutes 112.311. The CONTRACTOR further represents that no person having any interest shall be employed for said performance. The CONTRACTOR shall promptly notify the COUNTY in writing by certified mail of all potential conflicts of interest for any prospective business association, interest or other circumstance which may influence or appear to influence the CONTRACTOR'S judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the CONTRACTOR may undertake and request an opinion of the COUNTY as to whether the association, interest or circumstance would, in the opinion of the COUNTY, constitute a conflict of interest if entered into by the CONTRACTOR. The COUNTY agrees to notify the CONTRACTOR of its opinion by certified mail within thirty (30) days of receipt of the notification by the CONTRACTOR. If, in the opinion of the COUNTY, the prospective business association, interest or circumstance would not constitute a conflict of interest by the CONTRACTOR, the COUNTY shall so state in the notification and the CONTRACTOR shall, at its option, enter into said association, interest or circumstance and it shall be deemed not in conflict of interest with respect to services provided to the COUNTY by the CONTRACTOR under the terms of this Contract. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 ARTICLE 10 TERMINATION A. Termination for Default: The COUNTY may, by written notice to the CONTRACTOR, terminate this contract for default in whole or in part (delivery orders, if applicable) if the CONTRACTOR fails to: Provide products or services that comply with the specifications herein or fails to meet the COUNTY'S performance standards 2. Deliver the supplies or to perform the services within the time specified in this contract or any extension. 3. Make progress so as to endanger performance of this contract 4. Perform any of the other provisions of this contract. Prior to termination for default, the COUNTY will provide adequate written notice to the CONTRACTOR through the Manager, Procurement, affording them the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies within ten (10) days (or the period specified in the notice) after receipt of the notice. Failure to adequately cure the deficiency shall result in termination action. Such termination may also result in suspension or debarment of the CONTRACTOR in accordance with the County's Procurement Ordinance. The CONTRACTOR and its sureties (if any) shall be liable for any damage to the COUNTY resulting from the CONTRACTOR's default of the contract. This liability includes any increased costs incurred by the COUNTY in completing contract performance. In the event of termination by the COUNTY for any cause, the CONTRACTOR will have, in no event, any claim against the COUNTY for lost profits or compensation for lost opportunities. After a receipt of a Termination Notice and except as otherwise directed by the COUNTY the CONTRACTOR shall: 1. Stop work on the date and to the extent specified. 2. Terminate and settle all orders and subcontracts relating to the performance of the terminated work. 3. Transfer all work in process, completed work, and other materials related to the terminated work as directed by the COUNTY. 4. Continue and complete all parts of that work that have not been terminated. Neither CONTRACTOR nor COUNTY shall be liable, nor may cancel this contract for default, when delays arise out of causes beyond the control of CONTRACTOR or COUNTY. Such causes may include but are not restricted to acts of God, acts of COUNTY in sovereign capacity, fires, floods, lightning strikes, epidemics, quarantine restrictions, strikes, freight embargoes, wars, civil disturbances, work stoppage, power failures, laws, regulations, ordinances, acts or orders of any governmental agency or official thereof, and unusually severe weather. In every case, the delay must be beyond the control of the claiming party. If CONTRACTOR is delayed in its performance as a result of the above causes, COUNTY, shall upon written request of CONTRACTOR, agree to equitably adjust the provisions of this contract, including price and delivery, as may be affected DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 by such delay. However, this provision shall not be interpreted to limit COUNTY'S right to terminate for convenience. B. Termination for Convenience The COUNTY, by written notice, may terminate this contract, in whole or in part, when it is in the County's interest. If this contract is terminated, the COUNTY shall be liable only for goods or services delivered and accepted. The COUNTY Notice of Termination shall provide the CONTRACTOR thirty (30) days prior notice before it becomes effective. A termination for convenience may apply to individual delivery orders, purchase orders or to the contract in its entirety ARTICLE 11 FORCE MAJEURE The Contractor shall not be held responsible for any delay and/or failure in performance of any part of this contract to the extent such delay or failure is caused by explosion, war, embargo, government requirement, civil or military authority, act of God, or other similar causes beyond the Contractor's control so long as the Contractor's delay is not caused by the Contractor's own fault or negligence. That notwithstanding, the Contractor shall notify the County in writing within forty-eight (48) hours after the beginning of any such cause that would affect its performance hereunder and the County reserves the right the request additional information that supports the validity of the Contractor's Force Majeure claim. Failure to notify the County in a timely manner of any claim of Force Majeure made pursuant to this section is cause for termination of this contract. 2. If the Contractor's performance is delayed pursuant to this section for a period exceeding ten (10) calendar days from the date the County receives the required Force Majeure notice, the County shall have the right to terminate this contract thereafter and shall only be liable to the Contractor for any work performed and validated (if required for payment hereunder) prior to the date of the County's contract termination. 3. If the Contractor's performance is delayed pursuant to this section, the County may, upon written request of the Contractor, agree to equitably adjust the provisions of this contract, including price, performance, and delivery, as may be affected by such delay. However, this provision shall not be interpreted to limit the County's right to terminate for convenience. ARTICLE 12 PERFORMANCE Timely performance is of the essence in the award of this Invitation for Bids. Performance shall be no later than ten (10) calendar days from receipt of delivery order. Bids which fail to meet this requirement shall be rejected. It is hereby understood and mutually agreed to by and between parties hereto that the time of performance is an essential condition of this contract. Should the Contractor neglect, fail or refuse to provide the services within the time herein specified, then said Contractor does hereby agree as part of the consideration for the awarding of this contract, to pay Orange County the sum extended by the County to contract for like services approved by the Procurement Division for the period from the required scheduled commencement date until performance of services covered in the Invitation for Bids is completed. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 The Contractor shall, within forty-eight (48) hours from the beginning of such delay, notify the Manager, Procurement Division in writing of the cause(s) of the delay. ARTICLE 13 PERSONNEL The CONTRACTOR represents that it has, or will secure at its own expense, all necessary personnel required to perform the services under this Contract. Such personnel shall not be employees of or have any contractual relationship with the COUNTY. All of the services required hereafter shall be performed by the CONTRACTOR or under its supervision, and all personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. Any changes or substitutions in the CONTRACTOR'S key personnel, as may be listed in Exhibit "A", must be made known to the COUNTY'S representative and written approval must be granted by the COUNTY before said change or substitution can become effective. The CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in the field. The COUNTY may require, in writing, that the CONTRACTOR remove from this contract any employee the COUNTY deems incompetent, careless, or otherwise objectionable. ARTICLE 14 TRUTH IN NEGOTIATION CERTIFICATE Signature of this Contract by the CONTRACTOR shall act as the execution of the truth -in - negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Contract are accurate, complete and current as of the date of the Contract and no higher than those charged the CONTRACTOR'S most favored customer for the same or substantially similar service. The said rates and costs shall be adjusted to exclude any significant sums should the COUNTY determine that the rates and costs were increased due to inaccurate, incomplete or non -current wage rates or due to inaccurate representations of fees paid to outside Contractors. The COUNTY shall exercise its right under this "Certificate" within one (1) year following final payment. ARTICLE 15 ARREARS The CONTRACTOR shall not pledge the COUNTY'S credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this Contract. ARTICLE lb DISCLOSURE AND OWNERSHIP OF DOCUMENTS The CONTRACTOR shall deliver to the COUNTY for approval and acceptance, and before being eligible for final payment or any amounts due, all documents and materials prepared by and for the COUNTY under this Contract. All oral and written information not in the public domain or not previously known, and all information and data obtained, developed or supplied by the COUNTY, or at its expense, will be kept confidential by the CONTRACTOR and will not be disclosed to any other party, directly or DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 indirectly, without the COUNTY'S prior written consent unless required by a lawful order. All drawings, maps, sketches, programs, data base, reports and other data developed, or purchased, under this Contract for or at the COUNTY'S expense shall be and remain the COUNTY'S property and may be reproduced at the discretion of the COUNTY. The COUNTY and the CONTRACTOR shall comply with the provisions of Chapter 119, Florida Statutes (Public Records Law). All covenants, agreements, representations and warranties made herein, or otherwise made in writing by any party pursuant hereto, including but not limited to any representations made herein relating to disclosure or ownership of documents, shall survive the execution and delivery of this Contract and the consummation of the transactions contemplated hereby. ARTICLE 17 INDEPENDENT CONTRACTOR RELATIONSHIP The CONTRACTOR is, and shall be, in the performance of all work services and activities under this Contract, an Independent Contractor, and not an employee, agent or servant of the COUNTY. All persons engaged in any of the work or services performed pursuant to this Contract shall at all times, and in all places, be subject to the CONTRACTOR'S sole direction, supervision, and control. The CONTRACTOR shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the CONTRACTOR'S relationship and the relationship of its employees to the COUNTY shall be that of an Independent Contractor and not as employees or agents of the COUNTY. The CONTRACTOR does not have the power or authority to bind the COUNTY in any promise, agreement or representation other than as specifically provided for in this Agreement. ARTICLE 18 CONTINGENT FEES The CONTRACTOR warrants that it has not employed or retrained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the award or making of this Contract. ARTICLE 19 ACCESS AND AUDITS The CONTRACTOR shall establish and maintain a reasonable accounting system, which enables ready identification of CONTRACTOR'S cost of goods and use of funds. Such accounting system shall also include adequate records and documents to justify all prices for all items invoiced as well as all charges, expenses and costs incurred in providing the goods for at least five (5) years after completion of this contract. The COUNTY or its designee shall have access to such books, records, subcontract(s), financial operations, and documents of the CONTRACTOR or its sub - Contractors as required to comply with this section for the purpose of inspection or audit anytime during norrnal business hours at the CONTRACTOR'S place of business. This right to audit shall include the CONTRACTOR'S sub -Contractors used to procure goods or services under the contract with the COUNTY. CONTRACTOR shall ensure the COUNTY has these same rights with sub -Contractors) and suppliers. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 ARTICLE 20 EOUAL OPPORTUNITY It is hereby declared that equal opportunity and nondiscrimination shall be the County's policy intended to assure equal opportunities to every person, regardless of race, religion, sex, sexual orientation and gender expression/identity, color, age, disability or national origin, in securing or holding employment in a field of work or labor for which the person is qualified, as provided by Section 17-314 of the Orange County Code and the County Administrative Regulations. Further, the CONTRACTOR shall abide by the following provisions: A. The CONTRACTOR shall represent that the CONTRACTOR has adopted and maintains a policy of nondiscrimination as defined by applicable County ordinance throughout the term of this contract. B. The CONTRACTOR shall allow reasonable access to all business and employment records for the purpose of ascertaining compliance with the non-discrimination provision of the contract. C. The provisions of the prime contract shall be incorporate by the CONTRACTOR into the contracts of any applicable subcontractors. ARTICLE 21 DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION. By executing this contract the firm affirms that it is in compliance with the requirements of 2 C.F.R. Part 180 and that neither it, its principals, nor its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. ARTICLE 22 FLORIDA CONVICTED/SUSPENDED/DISCRIMINATORY COMPLAINTS. By executing this contract the film affirms that it is not currently listed in the Florida Department of Management Services Convicted/Suspended/Discriminatory Complaint Vendor List. ARTICLE 23 SCRUTINIZED COMPANIES A. By executing this Agreement, the Contractor certifies that it is eligible to bid on, submit a proposal for, or enter into or renew a contract with the County for goods or services pursuant to Section 287.135, Florida Statutes. B. Specifically, by executing this Agreement, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. C. Additionally, if this Agreement is for an amount of one million dollars ($1,000,000) or more, by executing this Agreement, the Contractor certifies that it is not: 1. On the "Scrutinized Companies with Activities in Sudan List" or the "Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List," created pursuant to Section 215.473, Florida Statutes; and/or DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 2. Engaged in business operations in Cuba or Syria. D. The County reserves the right to terminate this Agreement immediately should the Contractor be found to: 1. Have falsified its certification of eligibility to bid on, submit a proposal for, or enter into or renew a contract with the County for goods or services pursuant to Section 287.135, Florida Statutes; and/or 2. Have become ineligible to bid on, submit a proposal for, or enter into or renew a contract with the County for goods or services pursuant to Section 287.135, Florida Statute subsequent to entering into this Agreement with the County. E. If this Agreement is terminated by the County as provided in subparagraph 4(a) above, the County reserves the right to pursue any and all available legal remedies against the Contractor, including but not limited to the remedies as described in Section 287.135, Florida Statutes. F. If this Agreement is terminated by the County as provided in subparagraph 4(b) above, the Contractor shall be paid only for the funding -applicable work completed as of the date of the County's termination. G. Unless explicitly stated in this Section, no other damages, fees, and/or costs may be assessed against the County for its termination of the Agreement pursuant to this Section. ARTICLE 24 MODIFICATIONS OF WORK The COUNTY reserves the right to make changes in the work, including alterations, reductions therein or additions thereto. Upon receipt by the CONTRACTOR of the COUNTY' S notification of a contemplated change, the CONTRACTOR shall (1) if requested by COUNTY, provide an estimate for the increase or decrease in cost due to the contemplated change, (2) notify the COUNTY of any estimated change in the completion date, and (3) advise the COUNTY in writing if the contemplated change shall affect the CONTRACTOR'S ability to meet the completion dates or schedules of this Contract. If the COUNTY so instructs in writing, the CONTRACTOR shall suspend work on that portion of the work affected by a contemplated change, pending the COUNTY'S decision to proceed with the change. If the COUNTY elects to make the change, the COUNTY shall issue a Contract Amendment or Change Order and the CONTRACTOR shall not commence work on any such change until such written amendment or change order has been issued and signed by each of the parties, ARTICLE 25 CONTRACT CLAIMS "Claim" as used in this provision means a written demand or written assertion by one of the contracting parties seeking as a matter of right, the payment of a certain sum of money, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. Claims made by a Contractor/Contractor against the County relating to a particular contract shall be submitted to the Procurement Manager in writing clearly labeled "Contract Claim" requesting DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 a final decision. The Contractor also shall provide with the claim a certification as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor/Contractor believes the County is liable; and that I am duly authorized to certify the claim on behalf of the Contractor/Contractor." Failure to document a claim in this manner shall render the claim null and void. Moreover, no claim shall be accepted after final Payment of the contract. The decision of the Procurement Manager shall be issued in writing and shall be furnished to the Contractor/Contractor. The decision shall state the reasons for the decision reached. The Procurement Manager shall render the final decision within sixty (60) days after receipt of Contractor's/Contractor's written request for a final decision. The Procurement Manager's decision shall be final and conclusive. The Contractor/Contractor shall proceed diligently with performance of this contract pending final resolution of any request for relief, claim, appeal or action arising under the contract and shall comply with any final decision rendered by the Manager of Procurement. ARTICLE 26 TOBACCO FREE CAMPUS All Orange County operations under the Board of County Commissioners shall be tobacco free. This policy shall apply to parking lots, parks, break areas and worksites. It is also applicable to contractors and their personnel during contract performance on county -owned property. Tobacco is defined as tobacco products including, but not limited to, cigars, cigarettes, e-cigarettes, pipes, chewing tobacco and snuff. Failure to abide by this policy may result in civil penalties levied under Chapter 386, Florida Statutes and/or contract enforcement remedies. ARTICLE 27 VERIFICATION OF EMPLOYMENT STATUS Prior to the employment of any person under this contract, the contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of (a) all persons employed during the contract term by the contractor to perform employment duties within Florida and (b) all persons, including subcontractors, assigned by the contractor to perform work pursuant to the contract with Orange County. Please refer to USCIS.gov for more information on this process. Only those employees determined eligible to work within the United States shall be employed under the contract. Therefore, by submission of a bid or proposal in response to this solicitation, the contractor confirms that all employees in the above categories will undergo e-verification before placement on this contract. The contractor further confirms his commitment to comply with this requirement by completing the E- Verification certification. ARTICLE 28 LAWS AND REGULATIONS All applicable Federal and State laws, municipal and County ordinances shall apply to the solicitation and Contract. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-ABI F-FBE1 1311 A6DC9 ARTICLE 29 PRICE ESCALATION/DE-ESCALATION (CPJI The County may allow a price escalation provision within this award. The original contract prices .shall be firm for the entirety of the initial (three year) contract period. A price escalation/de- escalation will be considered at the time of contract renewal and at renewal intervals thereafter, provided the Contractor notifies the County,, in writing, of the pending price escalation/de- escalation a minimum of sixty (60) days prior to the contract renewal date. Price adjustments shall be based on the latest version of the Consumers Price Index (CPI-U).for All Urban Consumers, All Items, U.S. City Average, non -seasonal, as published by the U.S. Department of Labor, Bureau of Labor Statistics. This information is available at www.bis.gov. Price adjustment shall be calculated by applying the simple percentage model to the CPI data, This method is defined as subtracting the base period index value (at the time of initial award) from the index value at time of calculation (latest version of the Cpl. published as of the date of request for price adjustment), divided by the base period. index value to identify percentage of change, then multiplying the percentage of change by 100 to identify the percentage change. Formula is as follows: Current Index — Base Index / Base index = % of Change % of Change x 100 = Percentage Change CPI-U Calculation Example: CPI for current period 232.945 Less CPI for base period 229.815 Equals index point change 3,130 Divided by base period CPI 229.815 Equals 0.0136 Result multiplied by 100 0.0136 x 100 I Equals percent change 1 .4% A price increase may be requested only at each time interval specified above, using the methodology° outlined in this section. To request a price increase, Contractor shall. submit a letter stating the percentage amount of the requested increase and adjusted price to the Orange County Procurement Division. The letter shall include the complete calculation utilizing the formula above, and a copy of the CPI-U index table used in the calculation. The maximum allowable increase shall not exceed 46/o, unless authorized by the Manager, Procurement Division. If approved, the price adjust —meat shall become effective on the contract renewal date. All. price adjustments must be accepted by the Manager, Procurement Division and shall be: memorialized by written amendment to this.contract, No retroactive contract price adjustments will be allowed, Should the CPI-U for All Urban Consumers, All, Items, U.S City Average, as published by the U.S. Department of Labor; Bureau of Labor Statistics decrease during the term of the contract, or any renewals, the Contractor shall notify the Orange County Procurement Division of price decreases in the method outlined above. If approved, the price adjustment shall become effective on the contract renewal date. If the Contractor fails to pass the decrease on to the Countythe DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 County reserves the right to place the Contractor in default, cancel the award, and remove the Contractor fiom the County Vendor List for a period of time deemed suitable by the County. In the event of this occurrence, the County further reserves the right to utilize any options as stated herein. ARTICLE 30 CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER - TERM CONTRACTS It is hereby made a part of this contract that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God that Orange County shall require a "first priority" basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the County. Contractor agrees to rent/sell/lease all goods and services to the County or other governmental entities as opposed to a private citizen, on a first priority basis. The County expects to pay contractual prices for all goods or services required during an emergency situation. Contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. ARTICLE 31 ENFORCEMENT COSTS If any legal action or other proceeding is brought for the enforcement of this Contract, or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Contract, the Parties shall each bear their own costs, expert fees, attorneys' fees, and other fees incurred in connection with this Agreement and any litigation that arises either directly, or indirectly. ARTICLE 32 JURY WAIVER Each party hereto hereby irrevocably waives, to the fullest extent permitted by applicable law, any right it may have to a trial by jury in any legal proceeding directly or indirectly arising out of or relating to this agreement. ARTICLE 33 GOVERNING LAW AND VENUE Any and all legal actions associated with this contract will be governed by the laws of the State of Florida. Venue for any litigation involving this contract shall be in the Ninth Circuit Court in and for Orange County, Florida. Should any federal claims arise for which the courts of the State of Florida lack jurisdiction, venue for those actions will be in the Orlando Division of the U.S. Middle District of Florida. ARTICLE 34 NO REPRESENTATIONS Each party represents that they have had the opportunity to consult with an attorney, and have carefully read and understand the scope and effect of the provisions of this Agreement. Neither party has relied upon any representations or statements made by the other party hereto which are not specifically set forth in this Agreement. ARTICLE 35 AUTHORITY TO PRACTICE The CONTRACTOR hereby represents and warrants that it has and will continue to maintain all licenses and approvals required to, conduct its business, and that it will at all times conduct its DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 business activities in a reputable manner. Proof of such licenses and approvals shall be submitted to the COUNTY upon request. ARTICLE 36 SEVERABILITY If any term or provision of this Contract, or the application thereof to any person or circumstances shall, to any extent, be held invalid or unenforceable, the remainder of this Contract, or the application of such terms or provision, to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected, and every other term and provision of this Contract shall be deemed valid and enforceable to the extent permitted by law. ARTICLE 37 SUCCESSORS AND ASSIGNS The COUNTY and the CONTRACTOR each binds itself and its partners, successors, executors, administrators and assigns to the other party of this Contract and to the partners, successors, executors, administrators and assigns of such other party, in respect to all covenants of this Contract. Except as above, neither the COUNTY nor the CONTRACTOR shall assign, sublet, convey or transfer its interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the COUNTY which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the COUNTY and the CONTRACTOR. ARTICLE 38 REMEDIES This Contract shall be governed by the laws of the State of Florida. Venue for any litigation involving this contract shall be the Circuit Court in and for Orange County, Florida. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or at equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. ARTICLE 39 ENTIRETY OF CONTRACTUAL AGREEMENT The COUNTY and the CONTRACTOR agree that this Contract sets forth the entire agreement between the parties, and that there are no promises or undei standings other than those stated herein. None of the provisions, terms and conditions contained in this Contract may be added to, deleted, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. ARTICLE 40 NOTICE All notices required in this Contract shall be sent by certified mail, return receipt requested, and if sent to the COUNTY shall be mailed to: ORANGE COUNTY PROCUREMENT DIVISION 400 E. SOUTH STREET ORLANDO, FL 32801 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 and if sent to the CONTRACTOR shall be mailed to: CUBIX, INC. 6450 KINGSPOINTE PARKWAY SUITE 10 ORLANDO, FL 32819 DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 IN WITNESS WHEREOF, the Board of County Commissioners of Orange County, Florida has made and executed this Contract on behalf of the COUNTY and CONTRACTOR has hereunto set its hand the day and year above written. CONTRACTOR: ORANGE COUNTY, FLORIDA: Cubix, Inc. ��� Company Name f Carrie Mathes, MPA, CFCM, CPPO, C.P.M., Procurement Division Manager Signature Date heather A. Corbitt _ Typed Name _Accounting & H.R, Director Title March 7, 2019 Date DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 EXHIBIT A SCOPE OF SERVICES 1. GENERAL REQUIREMENTS The Contractor shall provide SaniGlaze floor maintenance services for Orange County facilities as specified herein. Hours of Performance: 1) Standard Hours: Standard working hours are Monday through Friday, 6:00 AM to 6:00 PM, excluding Orange County holidays. 2) Non -Standard Hours: Non -Standard working hours are Monday through Friday, 6:01 PM to 5:59 AM, weekends, and Orange County holidays. 2. STAFFING REQUIREMENTS A. The Contractor shall identify a lead person or supervisor with whom the County's Representative may consult regarding contract performance throughout the duration of the contract. The Contractor shall immediately notify the Facilities Management Contract Administrator at minimum seventy-two (72) hours prior to the replacement of a supervisor or contact person. The name and telephone number of the replacement supervisor or contact person shall be provided at that time. Any change to the Contractor's point of contact shall be subject to the approval of the County. The Contractor's Point of Contact shall have the capability to receive service requests and complaints by landline telephone and cellular, text messages, and e-mail, to facilitate timely service and corrective actions. B. Effective communication with the County staff and building occupants is required to perform this Scope of Services. Therefore, the Contractor shall ensure supervisors and points of contact are able to read, write, and speak English fluently. C. All personnel provided by the Contractor, whether employees of the Contractor or subcontractor, shall be competent and skilled in the areas of their assigned responsibilities. D. The Contractor shall maintain sole responsibility for the actions of its employees and subcontractors. E. The Contractor shall ensure that all employees are properly dressed with a uniform shut displaying the company name/logo and prominently wear a photo ID badge on the front of their uniform at all times when on County property. The Contractor shall ensure that all of its employees are clean, neat and appropriately attired during the performance of the services. The Contractor shall be responsible for providing company photo ID badges for all employees and subcontractors. There shall be no smoking on County property at any time. DocuSign Envelope ID: 6CDA450B-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 F. Only Contractor employees shall be used to perform the required services of this contract unless otherwise approved, in writing, by the County Representative. The Contractor shall not use employees of any temporary employment agency to supplement his work force in County buildings for any reason. G. All Contractor personnel, including subcontractors, shall identify themselves at the appropriate administrative office upon arrival and prior to beginning work and upon completion of work and leaving site. Contractor personnel shall sign -in on arrival and sign -out upon completion of all services. H. It is the responsibility of the contractor to provide the proper training and supervision of their employees. Training records for all employees including certifications and recertification shall be provided to the County upon request. 3. PERFORMANCE REQUIREMENTS A. The Contractor shall conform to all Federal, State, City, and Orange County standards and regulations during the performance of the contract. Any fines levied due to inadequacies or failure to comply with any and all requirements shall be the sole responsibility of the Contractor. Any person found not in compliance with any laws, statutes, rules or regulations will not be allowed on the work site. Continued violations by a Contractor shall constitute cause for immediate termination of the Contract. B. All of the services required hereunder shall be performed by the Contractor or under the Contractor's supervision. All personnel engaged in performing the services shall be fully qualified, experienced, certified, licensed and/or permitted under state and local law to perform such services. C. The Contractor shall remove all contractor's personnel (including subcontractors) from County property who are deemed careless, incompetent, insubordinate, reasonably objectionable, or whose continued employment is deemed to be contrary to the interest of the County as determined by the County, or if it is determined that services are not being performed in accordance with the terms and conditions of this contract. The County's request to remove any employee from this contract shall, in no instance, be considered a request for the contractor to terminate the designated individual from contractor's employment. The sole intent is removal from this contract. D. Work shall be scheduled to provide the least inconvenience to building occupants and visitors. E. The County may schedule meetings periodically to review contract terms, performance, and other contractual related matters. The Contractor shall be required to attend all meetings as requested by the Contract Administrator and County Representative at no additional cost to the County. F. Services not performed in accordance to the content of this contract shall be considered unsatisfactory and unacceptable. In the event of non-performance or unsatisfactory DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 performance by the Contractor, or employees of (including subcontractors), the County's Representative shall have the right to exercise one of the following options: 1) Notify the Contractor of non-performance/unsatisfactory performance and allow Contractor to correct such item of non-performance/unsatisfactory performance within a twenty-four (24) hour timeframe. Although the timeframe for malting corrections may occur outside of the Contractor's normal working hours, the Contractor shall not receive any further compensation. 2) The Contract Administrator may request the Contractor remove any Supervisor or employee if it is a personnel related issue. 3) The County reserves the right to correct any item of non-performance/ unsatisfactory performance by any means it deems necessary to ensure the effective operation of the County's facilities. Costs incurred by the County for the correction using County employees shall be deducted from payments made to the Contractor. If another Contractor is used to correct the item, that cost will be deducted at the rate charged by the requested Contractor. G. The County's Representative shall notify the Procurement Division of the unsatisfactory performance and or deficiencies in service that remain unresolved or reoccurring. The Procurement Division, may after appropriate notice, talte necessary actions to address unsatisfactory performance up to and including termination for default. 4. SAFETY REQUIRE MENTS A. The Contractor shall provide and ensure that all personnel providing services under this contract are in compliance with applicable laws, standards, and health and safety requirements of the industry to include by not limited to: Occupational Safety and Health Act (OSHA) ■ National Institute for Occupational Safety & Health (NIOSH) ■ Orange County Safety & Health Manual. The manual can be accessed online at: http://www.oranaecogntyfl.netfVendorSeryices/Orange( ountySafetyandHealt hManual.aspx The Contractor shall 'immediately report to the County's Representative the issues which may affect the safety of Orange County personnel or the public. B. The Contractor shall prepare and maintain a Safety Plan to ensure that work performed herein conforms to contract requirements. This plan shall be submitted to the County upon request. Safety Plan shall conform to the standards and manuals outlined in the section C. Prior to performing service or maintenance on any equipment where the unexpected energizing, startup, or release of stored energy could occur and cause injury, the equipment shall be isolated and rendered inoperative through the use of a lockout device whenever the equipment is capable of being locked -out. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 D. The Contractor shall provide and ensure the wearing of necessary protective clothing, masks, eye protection, hearing protection, etc. as required by any applicable laws, regulations, ordinances, and/or manufacturer's instruction. E. All equipment used in the performance of these services shall be properly maintained and shall be subject to inspection by the County upon demand. Any equipment deemed faulty, inoperable, unsafe or improper for its intended purpose shall be promptly removed from the County's premises. F. The Contractor shall be responsible for all costs to repair any damage to County facilities or property caused by Contractor's services being incorrectly performed or omitted. 6. SECURITY CLEARANCE RE QUIREMENTS A. Background checks for the Contractor's staff shall be approved by the County prior to working in any County facility. All costs for background investigations shall be Contractor's responsibility. The County reserves the right to conduct its own investigation and request any additional investigative background information of any personnel assigned to perform the services. The Contractor shall furnish, in writing, such information to the extent allowed by law, prior to commencement of services. B. Contractor shall comply with the different security requirements for each County facility, including but not limited to: Orange County Courthouse (OCCH) Orange County Correction Complex Orange County Fire Rescue C. It shall be the Contractor's responsibility to become familiar with access to each job site and the required security clearance and check -in procedures. D. Background checks and additional security requirements are addressed in detail in the Scope of Service, Supplemental Information, attached herein. The Contractor is responsible for reading, understanding, and application of all contract terms. 6. TRAVEL AND PARKING A. The Contractor shall be responsible for all of its travel and per diem costs to and from the various County facilities. Travel time shall not be compensated by the County under any circumstances. B. The County will identify locations where Contractor vehicle parking is available. If there is a cost associated with parking, those costs shall be paid by the Contractor or Contractor's employee. Orange County will not be responsible for any damage to Contractor or Contractor's employees' vehicles while parked on Orange County property. Vehicles towed from Orange County property will be at the expense of the Contractor or Contractor's employee. Contractor and Contractor's employee vehicles shall be properly identified. DocuSign Envelope ID: 6CDA450B-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 7. SPECIFICATIONS A. EnduraGLAZE Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs solid opaque, polymer overcoat on top of existing grout lines; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. B. GroutGLAZE Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs solid opaque, polymer overcoat on top of existing grout lines. C. SurfaceGLAZE Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. D. ChromaGLAZE Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout sin -faces; and installs a solid opaque, polymer overcoat on top of existing grout lines; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. E. ChromaGLAZE+ Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs a solid clear coat of clear, polymer overcoat on top of existing grout lines; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. F. Xce1KLEEN Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic the and grout surfaces. G. El verGLAZE Maintenance Program A set of procedures utilizing specialized equipment and chemicals to maintain tile and grout floor surfaces on a periodic basis that have been restored by the EndurGLAZE Tile and Grout Restoration process. H. VariGLAZE Process DocuSign Envelope ID: 6CDA450B-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 A restorative bonding process utilizing two very durable coatings plus decorative accents chips to overlay the entire surface, The base is a pigmented coating available in a variety of colors; the top coat is a clear coating. This process will change the color of both the tile and grout to create a neat, unified look. A special compound of micro - particles can be added to enhance appearance and improve the coefficient of friction. VariGLAZE provides and exceptionally high level of appearance and the ultimate in protection. I. Site Preparation Services, Minor Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Work effort involved estimated to be Minor. .I. Site Preparation Services, Moderate Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Work effort involved estimated to be Moderate. K. Site Preparation Services, Extensive Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Work effort involved estimated to be Extensive. 8. COORDINATION Or WORK The Contractor shall coordinate with the County Representative to perform all services. The Contractor shall plan and coordinate its efforts to not interfere with business operation or other contractors at the locations where work is to be performed. A. The Contractor shall meet with the County Representative as mutually agreed to discuss the floor care maintenance services type, quantities, and schedule. B. The Contractor shall prepare a quote per the price proposal form for services to be provided. The quote shall be itemize per the line items on the price proposal form and respective quantities. The quote shall also identify the time flame for service completion from receipt of authorization to proceed. C. Performance period in the number of calendar days shall be mutually agreed upon by the County's Representative and the Contractor and shall be included as a part of the quote. The Contractor shall provide a timeframe from date of authorization to proceed for work completion. This information shall be included on the quote and delivery order. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 D. The County reserves the right to enter into negotiations with the Contractor whenever it deems that negotiations will be in the best interest of the County. These negotiations may increase or decrease the original scope of work. Upon completion of negotiations, a new estimate shall be prepared by the Contractor and submitted to the County Representative for approval. E. The County representative will provide the Contractor a minimum of seventy-two (72) hours advance notice if rescheduling or cancellation becomes necessary. Notice time frame does not include weekends and holidays. F. No work shall be performed under the contract without an approved Delivery Order issued by Orange County. 9. CHEMICALS A. The Contractor shall develop and implement procedures to ensure its employees use chemicals in accordance with the instructions of the chemical manufacturers. B. All chemicals shall be purchased and brought on -site in ready to use containers with the original manufacturer's label that includes the name, address, phone number, instructions for use, warnings and safety instructions, and the Safety Data Sheet (SDS) as required by federal statute, All chemical containers shall have the manufacturer's quality control batch numbers included on cases or containers. Safety Data Sheet (SDS) shall be provided upon request. C. Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law, regulatory agencies or this contract. Markings or labeling of materials containing hazardous or toxic substances or wastes shall be in accordance with all federal, state, and local laws, ordinances, rules and regulations. D. All cleaning chemicals shall be disposed of per manufacturer's specifications and applicable rules and regulations. 10. INVOICING REQUIREMENTS A. Upon delivery and acceptance of service, associated cost shall be submitted by invoice to the appropriate County department per the Special Terms and Conditions. The Contractor shall reference the contract number and the appropriate purchase or delivery order number on all invoices. At minimum, an invoice shall contain the following information: • Delivery order number; • Date of order (if possible); • Date of delivery; • Itemized charges per the delivery order and price proposal form. • Service location B. The Contractor shall submit final invoice for service within thirty (30) calendar days of completion. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 C. The County shall review invoices for required information. The County shall have the authority to reject invoices based on improper invoice format and lack of supporting documents. D. Contractor shall not invoice the County for services not accepted by the County. Should the County received such invoices, they shall be rejected. E. The Contractor shall submit monthly statements of unpaid invoices to each department ordering services under this contract. At minimum, the statement shall contain the following information: • Statement date • Invoice numbers • Invoice dates • Invoice total or unpaid balance if different from invoice total • Delivery order number corresponding to each invoice listed • Balance carry forward • Cumulative outstanding balance Statements shall be sent to the corresponding ordering department, fiscal department, and contract administrator by the 1 Sty` of each month for service performed in the prior month and as requested by the County. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 SCOPE OF SERVICES SUPPLEMENTAL INFORMATION 1. GENERAL SECURITY AND IDENTIFICATION RE QUIREMENTS A. All costs for background investigations including state and national finger -printing - based record checks shall be Contractor's responsibility. The County will have the right to request any additional investigative background information including, but not limited to, the employment record, Right -To -Know records, training records, payroll records, position for which hired including site location of any personnel assigned to perform the services. The Contractor shall furnish, in writing, such information to the extent allowed by law, prior to commencement of services. The County reserves the right to conduct its own investigation of any employee of the Contractor. B. The Contractor shall be responsible for security clearance compliance for all employees and subcontractors. Background checks and security clearance requirements shall be based on the security requirements for each facility. The Contractor shall perform background checks at the Contractor's expense, including any security clearance required by the Florida Department of Law Enforcement (FDLE), Division of Criminal Justice Information Services (CJIS) and submit them to County for determining whether the employee is allowed to work for in a particular facility. Background Checks for the Contractor's staff must be approved by the County prior to working in any County facility. Contractors are responsible for obtaining the necessary forms for background checks as follows: 1. For all Contractor's staff that will be working at the Courthouse Complex or Courthouse related facilities, including the Juvenile Justice Center, - request forms from the Facilities Management Downtown District via e- mail from Kaela.Convers' i.'.:ocfl.net. 2. For all Contractor's staff that will be working at the Sheriffs Central Complex or any other Sheriff related facility - request forms from the Facilities Management Special Services District via e-mail from Bruce.Heffelbower,�ia,ocfl.net 3. For all Contractor's staff that will be working at Corrections or a Correction related facilities - request forms via e-mail from MichaelJeffrey.Adkins cr, ocfl.net. 4. For all Contractor's staff that will be working at other Orange County facilities — a Criminal History Check, conducted at the FDLE website ( www.fdle.state.fl.us/ -there is a cost to the contractor), is required. Contact Biuce,Heffelbower!ir)ocil.net for specifics before completing the check. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 For security purposes and to maintain privacy when submitting FDLE Background Checks via e-mail the subject line of the email must contain the following: ***EXEMPT*** Due to the time required to process background checks, the Contractor should allow 2-3 weeks turn -around time. Each County Representative will inform the contractor of their Background Check results. Upon Background Check approval, the Contractor's staff shall go to the Orange County Human Resources office located at 450 E. South St., Orlando, FL 32801 with an Affidavit of Identity form (issued by Contractor, sample form in contract documents) and a State of Florida I.D. or Driver's License to obtain their Orange County photo I.D. badge. C. Contractor's employees will not be allowed to work in Orange County facilities without completed and approved background investigations. D. Upon termination or transfer of any employee of the Contractor working under this contract, the Contractor shall immediately notify the County's Representative, in writing, of such termination or transfer and return said employee's Orange County photo I.D. badge to the Facilities Management Division Contract Administrator. E. The Contractor shall report the arrest of any employee working under the terms of this contract to the County's Representative within twenty four (24) hours of the arrest or knowledge of the arrest. It shall be subject to the approval of the County whether the employee shall continue to work at County locations within this contract. F. The Contractor shall remove from County premises any of his employees who, in the opinion of the County's Representative, is not performing the services in a proper manner or does not comply with the rules and regulations of the County. The Contractor shall in no way, interpret such removal to require dismissal or other disciplinary action of the employee. The County's Representative will request that anyone suspected of working under the influence of alcohol or controlled substances be removed from the workplace. The Contractor shall establish, implement and maintain procedures and controls to ensure that their employees comply with all applicable provisions of the contract and all site rules and practices of the County G. The Contractor shall not use employees of any temporary employment agency to supplement his work force in County buildings for any reason. Only Contractor employees shall be used to perform the required services of this contract unless otherwise approved, in writing, by the County's Representative. H. The Contractor shall prevent its employees from tampering with any owned items of County employees or County owned property or entering into any area unless required in the performance of the services. I. Contractor personnel are required to wear uniforms and employer identification badges displaying their company name to adequately identify them as company DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 staff. The contractor shall ensure that all of its employees are clean, neat and appropriately attired during performance of the services. J. The Contractor shall ensure all employees prominently wear the ID badge on the front of his or her uniform at all times while on County premises. K. Access to a site must be coordinated through the County's Representative. L. Sixty (60) days prior to each Contract renewal or contract end, the Contractor's Orange County photo ID badge will be inventoried by the Facilities Management Division Contract Administrator. At that time, the Contractor will be advised of any missing ID cards. If any ID Cards are missing, the Contractor will be charged a $25.00 fee per each missing ID badge. However, the County may charge and collect this fee at any time during the contract. 2. SPECIAL CONDITIONS FOR WORKING AT THE CORRECTIONS COMPLEX The following are specific conditions and rules that must be followed while providing services at the Corrections Complex. A. All Contractor employees shall carry a valid ID at all times. B. The Contractor shall provide a list of all employees that will be working inside any jail. A full criminal history shall be run on each employee by the Corrections Department. No Contractor employee will be allowed to work inside any jail if they are on active probation, home confinement, parole or have been arrested within the last five (5) years or have been arrested for any crime involving violence, drugs or theft. The Contractor employee list shall include: 1. Employee's Full name 2. Employee's date of birth 3. Employee's Race/Sex 4. Employee's Social Security Number 5. Employee's Driver's License number C. Only authorized employees of the Contractor shall be allowed to work at Corrections. WORK RELEASE INMATES ARE NOT AUTHORIZED TO WORK ON ANY JAIL PROJECT. D. Contractor's employee shall wear their Contractor issued ID on the collar of their shirt at all times while on the Corrections compound. This ID will be issued to each Contractor employee at the North perimeter building and will only be given upon surrendering of a valid personal ID. E. If an ID is lost, the Contractor's employee shall report it immediately to their escort officer. F. In the event of an emergency, the Contractor's employee shall report it to the nearest Corrections staff member. They will contact 911. G. The Contractor's employees shall follow direction of the escort officer at all times. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 fI. The Contractor's employees shall not bring tobacco or tobacco products inside any jail or on top of any roof or within any jail fence line. I. The Contractor's employees shall not bring or wear hats or sunglasses inside any facility. J. The Contractor's employees shall not bung any cell phones inside the facility unless authorized by Corrections. K. Contractor vehicles shall have the windows rolled up and be locked at all times and parked in only pre -authorized areas. L. The Contractor shall ensure that during breaks, if a Contractor's employee leaves an area, all tools must be removed. M. All Contractor tools will be inventoried going into and out of a facility. Contractor shall ensure that employees take in only what is needed to perform the services. N. At the end of each workday, the Contractor shall ensure that all tools and debris are collected. The Contractor shall conduct an inspection of all areas to ensure all tools are accounted for. O. No illegal drugs or drug paraphernalia are allowed in the compound. P. No weapons, guns or ammunition are allowed in the compound. Q. The Contractor shall ensure that no inmate interaction occurs. The Contractor's employees shall not talk to or give or receive anything from an inmate, including cigarettes. R. The Contractor shall only use storage areas approved at the beginning of the project, unless otherwise permitted during a project by Corrections. S. The Contractor shall not leave clothing unattended, including hats and sunglasses. 3. SPECIAL CONDITIONS FOR WORKING AT THE CONVENTION CENTER A. All costs for background investigations will be Contractor's responsibility. The County shall have the might to request any additional investigative background information including, but not limited to, the employment record, Right -To -Know records, E-Verify system records (if the Contractor uses this service as a means to determine employment eligibility, available through www.uscis.gov), training records, payroll records, position for which hired including site location of any personnel assigned to perform the services. The Contractor shall furnish, in writing, such information to the extent allowed by law, prior to commencement of services. The Comity reserves the right to conduct its own investigation of any employee of the Contractor. B. Background Checks for the Contractor's staff must be approved by OCCC Security team prior to working in any County facility. Contractors are responsible for DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 obtaining the necessary forms for background checks as follows. The background checks must be performed yearly: For all Contractor's staff and/or employee that will be working at any part of the Convention Center and related facilities, including Destination Parkway Parking Structure, the Contractor shall perform background checks at its expense and submit them to OCCC for determining whether the employee is acceptable to be allowed to work for OCCC. The background checks must be submitted each year the contract is valid. 2. The contractor shall provide a level 1 (5 years) background check, dated 90 days prior to contract staid and five panel drug screen, for any employees before starting work to include: a. Identification Verification b. Selective Service Status (registered/unregistered). C. FDLE Automated Criminal Record d. Clerk of Courts by County of Residence C. Employment Verification f. DMB by State Residence g. Military Verification h. Professional License and Certification Check Drug Screen — Five Panel Amphetamines Cocaine Metabolites Marijuana Metabolites Opiate Metabolites Phencyclidine C. Contractor's employees will not be allowed in Orange County Convention Center without completed and approved background investigations. D. Upon termination or transfer of any employee of the Contractor working under this contract, the Contractor shall immediately notify the County Representative, in writing, of such termination or transfer. E. The Contractor shall report the arrest of any employee working under the terms of this contract to the Orange County Convention Center Representative within twenty four (24) hours of the arrest or knowledge of the arrest. It shall be subject to the approval of the Orange County Convention Center whether the employee shall continue to work at Center locations within this contract. F. The Contractor shall ensure that all vehicles used by their staff are properly identified with the companies name and logo. G. The Contractor shall remove from Convention Center premises any of his employee's who, in the opinion of the County's Representative, or designee, is not performing the services in a proper manner, or who is incompetent, disorderly, abusive, dangerous, disruptive, or does not comply DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 with the rules and regulations of the County. The Contractor shall in no way, interpret such removal to require dismissal or other disciplinary action of the employee. Employees shall not use controlled substances, unless prescribed, nor illegal substances, and shall not use alcohol on the Center premises. The Convention Center Representative will request that anyone suspected of working under the influence of alcohol or controlled substances be removed from the workplace. H. OCCC Photo Identification Badges will be issued on an as -needed basis for the Contractor's employees that have successfully passed their background check and five panel drug screen check. Badges are the property of the OCCC. Each lost and/or misplaced badge will result in a $25.00 replacement fee, payable to the OCCC. Payment should be taken to the Business Services office prior to obtaining the replacement badge (receipt must be presented in order to receive a replacement badge). Keys may also be issued to Contractor's employees on an as -needed basis. All keys are the property of the OCCC. There will be a $35 charge per key for all lost and unreturned keys. If multiple cores must be changed due to a missing key, the Contractor shall be responsible for all the core changes. Core changes are $35.00 per core. 4. ORANGE COUNTY HOLIDAYS Legal holidays when most County buildings will be closed to the public, are as follows: 1. New Year's Day 2. Martin Luther King Day 3. Memorial Day 4. Fourth of July 5. Labor Day 6. Thanksgiving Day and the Friday after Thanksgiving Day 7. Christmas Eve and Christmas Day In addition to Orange County Holidays, the Ninth Judicial Circuit Court and the Clerk of Court also observe the following: 1. Good Friday 2. Rosh Hashanah 3. Yom Kippur 4. Veterans Day DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 TEE SCHEDULE Y19-1018-MV SANIGLAZE Item I Description � Estimated Unit Price Estimated # Quantity Annual Total per square ft. EnduraGLAZE Process 1 (as specified) 25,000 $8.25 $ 206,250.00 2 GroutGLAZE Process 5,000 $ 27,500.00 (as specified) 3 SurfaceGLAZE IProcess (as specified) $5.50 101000 $5.00 $ 50,000.00 I -- 4 ChromaGlaze Process 1,000 $ 5,500.00 (as specified) $5.50 5 ChromaGLAZE+ 1,000 Process (as specified) Xce[KLEEN Process 6 (as specified) 5,000 EverGLAZE 7 Maintenance Program 5,000 tas specified] 8 VariGLAZE Process 15,000 1 (as specified) Site Preparation 9 Services, Minor (as 20,000 specified) Site Preparation 10 Services, Moderate (as 20,000 specified) Site Preparation 11 Services, Extensive (as 5,000 s ecified) $7.00 $ 7,000.00 $3.00 $ 15,000.00 $1.50 $ 7,500.00 $ 8,60 $ 127,500.00 $0,25 $ 5,000,00 ii I $1.00 $ 20,000.00 $1.75 $ 8,750.00 Estimated Annual Total EXT11BIT B THREE ESTIMATED YEARS THREE YEARS TOTAL X 3 X 3 $618,750.00 X 3 $82,500.00 X 3 $150,000.00 X 3 $16,500.00 X 3 $21,000.00 X 3 $45,000.00 X 3 $22, 500.00 X 3 $382,500.00 X 3 1 $15,000.00 X 3 1 $60,000.00 X 3 $26,250.00 .00 1 X 3 $1,440,000 DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS: Company Name: TIN# Cubix, Inc. NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID. 59-3069016 D-U-N-SO # 00-892-3279 6450 Kin s ointe Parkway Suite 10 Orlando (Street No. or P.O. Box Number) (Street Name) (City) Florida nranaF 32819 (County) Contact Person: Phone Number: Email Address: (State) 407-928-1004 Travis@cubix-inc.com (Zip Code) Travis Owens Fax Number: EMERGENCY CONTACT Emergency Contact Person: Travis Owens 407-373-7412 Telephone Number: 407-928-1004 Cell Phone Number: 407-373-7412 Residence Telephone Number: Cell __ Email: Travis@cubix-inc.com ACKNOWLEDGEMENT OF ADDENDA The Bidder shall acknowledge receipt of any addenda issued to this solicitation by completing the blocks below or by completion of the applicable information on the addendum and returning it not later than the date and time for receipt of the bid. Failure to acknowledge an addendum that has a material impact on this solicitation may negatively impact the responsiveness of your bid. Material impacts include but are not limited to changes to specifications, scope of work/services, delivery time, performance period, quantities, bonds, letters of credit, insurance, or qualifications. Addendum No. , Date Addendum No. , Date, Addendum No. , Date Addendum No. , Date - DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 AUTHORIZED SIGNATORIES/NEGOTIATORS The Bidder represents that the following principals are authorized to sign bids, negotiate and/or sign contracts and related documents to which the bidder will be duly bound. Principal is defined as an employee, officer or other technical or rofessional in a position capable of substantiall influencing the development or -outcome of an activity required to perform the covered transaction. Name Heather A. Corbitt Travis Owens Title Telephone Number/Email 407-373-7410 ext801 Accounting & H.R. Director Heather cubix-inc.com 407-373-7410 ext 803 Sales & FloorinZ Director Travis(ctcubix-inc.com AU March 7, 2019 (Signature) (Date) (Title) Accounting & H.R. Director (Name of Business) Cubix, Inc. The Bidder shall complete and submit the following information with the bid: Type of Organization Sole Proprietorship Partnership Non -Profit Joint Venture* X_ Corporation (a) (b) State of Incorporation: Florida Principal Place of Business (Florida Statute Chapter 607): _Orlando, Orange CounM, Florida City/County/State THE PRINCIPAL PLACE OF BUSINESS SHALL BE THE ADDRESS OF THE BIDDER'S PRINCIPAL OFFICE AS IDENTIFIED BY THE FLORIDA DIVISION OF CORPORATIONS. Federal I.D. number is: 59-3069016 Joint venture firms must complete and submit with their Bid Response the form titled `7r formation for Deternririi►tg Joint Venture Eligibility", and a copy of the formal agreement between all joint venture parties. This joint venture agreement must indicate the parties' respective roles, responsibilities and levels ofparticipation for the project. k vronosine as a Joint Venture, the Joint Venture shall obtain and maintain all contractuallp _required insurance in the nante of the Joint Venture as required by the Contract. Individual insurance in the name of the parties to the Joint venture will not be accented_ Failure to timely submit the required form along with an attached written copy of the joint venture agreement may restdt in disqualification of your Bid Response DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 DRUG -FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that Cubix Inc. does: Name of Business 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation progratri f such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Paragraphs 1 thru 5. As the person authorized to sign this statement, I certify that this firm complies fully with above requirements. Bidder's Signature March 7, 2.019 Date DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 CONFLICT/NON-CONFLICT OF INTEREST STATEMENT CHECK ONE IX ] To the best of our knowledge, the undersigned bidder has no potential conflict of interest due to any other clients, contracts, or property interest for this project. OR [ ] The undersigned bidder, by attachment to this form, submits information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. LITIGATION STATEMENT CURCK ONE. [ X ] The undersigned bidder has had no litigation and/or judgments entered against it by any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the past ten (10) years. [ ] The undersigned bidder, BY ATTACHMENT TO THIS FORM, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the past ten (10) years. Cubix, Inc. COMPANY NAME AUTHORIZED SIGNATURE Heather A. Corbitt NAME (PRINT OR TYPE) Accounting & H.R. Director TITLE Failure to check the appropriate blocks above may result in disqualification of your bid. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may result in disqualification of your bid. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 E VERIFICATION CERTIFICATION Contract No.Y19-1018-MV I hereby certify that I will utilize the U.S. Department of Homeland Security's E-Verify system in accordance with the terms governing the use of the system to confirm the employment eligibility of the individuals classified below. In accordance with s. 837,06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida statutes. All persons, including subcontractors and their workforce, who will perform work under Contract NoX19-1018-MV, SaniGlaze, within the state of Florida. NAME OF CONTRACTOR: Cubix Inc. ADDRESS OF CONTRACTOR: 6454 Kingsnointe Parkwate 10 _ Orlando, FL 32819 AUTHORIZED SIGNATURE: \ . , r TITLE: Accounting & H.R; Director DATE: March 7 2019 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 RELATIONSHIP DISCLOSURE FORM FOR USE WITH PROCUREMENT ITEMS, EXCEPT THOSE WHERE THE COUNTY IS THE PRINCIPAL OR PRIMARY BIDDER For procurement items that will come before the Board of County Commissioners for final approval, this form shall be completed by the Bidder and shall be submitted to the Procurement Division by the Bidder. In the event any information provided on this form should change, the Bidder must file an amended form on or before the date the item is considered by the appropriate board or body. Part I INFORMATION ON BIDDER: Legal Name of Bidder- Cubix, Inc. Business Address (Street/P.O. Box, City and Zip Code): 6450 Kingsoaiizte Parkway, Suite 10 Orlando F132819 Business Phone: ( 407 ) 373-7410 Facsimile: (407) 373-7412 INFORMATION ON BIDDER'S AUTHORIZED AGENT, IF APPLICABLE: (Agent Authorization Form also required to he attached) Name of Bidder's Authorized Agent: Business Address (Street/P.O. Box, City and Zip Code): Business Phone: ( ) _ Facsimile: Page 1 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 Part 11 IS THE BIDDER A RELATIVE OF THE MAYOR OR ANY MEMBER OF THE BCC? YES X NO IS THE MAYOR OR ANY MEMBER OF THE BCC THE BIDDER'S EMPLOYEE? YES _X NO IS THE BIDDER OR ANY PERSON WITH A DIRECT BENEFICIAL INTEREST IN THE OUTCOME OF THIS MATTER A BUSINESS ASSOCIATE OF THE MAYOR OR ANY MEMBER OF THE BCC? YES X_ NO If you responded "YES" to any of the above questions, please state with whom and explain the relationship. (Use additional sheets of paper if necessary) Page 2 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE11311A61DC9 Part III ORIGINAL SIGNATURE AND NOTARIZATION REQUIRED I hereby certify that information provided in this relationship disclosure form is true and correct based on my knowledge and belief. If any of this information changes, I further acknowledge and agree to amend this relationship disclosure form prior to any meeting at which the above - referenced project is scheduled to be heard. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duty shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or S. 775.083, Florida Statutes. Lill Signature of Bidder Printed Name and Title of Person completing this form: Heather A. Corbitt STATE OF , t COUNTY OF e, March 7, 2019 Date Accounting & %—R--0�TU-kCX- I certify that the foregoing instrument was acknowledged before me this —10' day of . Ady c k 20_ft by 6d jlj� Cot- 61 V Jr He/she is personally known to me or has produced 'D,,r N4ey,! Lin In SCE as identification and did/did not take an oath. Witness my hand and official seal in the county and state stated above on the Zday of r'jarG� , in the year 20l JUAN C TOLEDO MY COMMISSION # FF976876 EXPIRES May 13. 2020 ao�r aan-0raa FloHdatiab rysAndes om (Notary Seal) Staff signature and date of receipt of form Signat i e of Notary Public Notary ublic for the State of FLar i r�� My Commission Expires; Staff reviews as to form and does not attest to the accuracy or veracity of the information provided herein. Page 3 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 ORANGE COUNTY SPECIFIC PROJECT EXPENDITURE REPORT This lobbying expenditure form shall be completed in full and filed with all application submittals. This form shall remain cumulative and shall be filed with the department processing your application. Forms signed by a principal's authorized agent shall include an executed Agent Authorization Form. This is the initial Form: X_ This is a Subsequent Form: Part I Please complete all of the following: Name and Address of Principal (legal name of entity or owner per Orange County tax rolls): Cubix. _Inc. 6450 Kinfrs:�ointe Parkway,. Suite 10. Orlando.. , FLL 32819____� Name and Address of Principal's Authorized Agent, if applicable: Last the name and address of all lobbyists, Contractors, contractors, subcontractors, individuals or business entities who will assist with obtaining approval for this project. (Additional forms may be used as necessary.) Name and address of individual or business entity: Are they registered Lobbyist? Yes ____ or No 2. Name and address of individual or business entity:._ Are they registered Lobbyist? Yes _ or No- 3. Name and address of individual or business entity:__ , Are they registered Lobbyist? Yes_ or No 4. Name and address of individual or business entity: Are they registered Lobbyist? Yes — or No 5. Name and address of individual or business entity: Are they registered Lobbyist? Yes -- or No 6. Name and address of individual or business entity: _s Are they registered Lobbyist? Yes _^ or No 7. Name and address of individual or business entity: _ Are they registered Lobbyist? Yes _ or No_ 8. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No� Page 1 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 Part II Expenditures: For this report, an "expenditure" means money or anything of value given by the principal and/or his/her lobbyist for the purpose of lobbying, as defined in section 2-351, Orange County Code. This may include public relations expenditures including, but not limited to, petitions, fliers, purchase of media time, cost of print and distribution of publications. However, the term "expenditure" does not include: *Contributions or expenditures reported pursuant to chapter 106, Florida Statutes; *Federal election law, campaign -related personal services provided without compensation by individuals volunteering their time; *Any other contribution or expenditure made by or to a political party; *Any other contribution or expenditure made by an organization that is exempt from taxation under 26 U.S.C. s. 527 or s. 501(c)(4), in accordance with s.112.3215, Florida Statutes; and/or *Professional fees paid to registered lobbyists associated with the project or item. The following is a complete listrof all lobbying expenditures and activities (including those of lobbyists, contractors, Contractors, etc.) incurred by the principal or his/her authorized agent and expended in connection with the above -referenced project or issue. You need not include de minimus costs (under $50) for producing or reproducing graphics, aerial photographs, photocopies, surveys, studies or other documents related to this project. Date of Expenditure Name of Party Incurring Expenditure Description of Activity Amount Paid TOTAL EXPENDED THIS REPORT $ Page 2 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE11311A61DC9 Part III Original signature and notarization required I hereby certify that information provided in this specific project expenditure report is true and correct based on my knowledge and belief. I acknowledge and agree to comply with the requirement of section 2-354, of the Orange County code, to amend this specific project expenditure report for any additional expenditure(s) incurred relating to this project prior to the scheduled Board of County Commissioner meeting. I further acknowledge and agree that failure to comply with these requirements to file the specific expenditure report and all associated amendments may result in the delay of approval by the Board of County Commissioners for my project or item, any associated costs for which I shall be held responsible. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duty shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes. March 7, 2019 Date Signature of principal or o Principal's Authorized Agent (check appropriate box) Printed Name and Title of Person completing this form: Heather A. Corbitt Accounting & H.R. Director STATE OF F}or•icJcL COUNTY OF I certify that the foregoing instrument was acknowledged before me this '1}~ day of _['far(' , , 20161by %-�r S',xh�k; A4 He/she is personally known tome or has produced b rive rl5 j_ i r en g-r as identification and did/did not take an oath. Witness my hand and official seal in the county and state stated above on the 1144' day of Ho v&k , in the year JUAN C TOLF.00 �- i MY COMMISSION # FF976878 Signat e of Notary Public . *Oyd� 2020 Notary Public for the State of (407) 39$-0t62 Fwpe�Noh $ervka.cmn My Commission Expires: Staff signature and date of receipt of form Staff reviews as to form and does not attest to the accuracy or veracity of the information provided herein. Page 3 DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 TEE SCHEDULE Y19-1018-MV SANIGLAZE Item I Description � Estimated Unit Price Estimated # Quantity Annual Total per square ft. EnduraGLAZE Process 1 (as specified) 25,000 $8.25 $ 206,250.00 2 GroutGLAZE Process 5,000 $ 27,500.00 (as specified) 3 SurfaceGLAZE IProcess (as specified) $5.50 101000 $5.00 $ 50,000.00 I -- 4 ChromaGlaze Process 1,000 $ 5,500.00 (as specified) $5.50 5 ChromaGLAZE+ 1,000 Process (as specified) Xce[KLEEN Process 6 (as specified) 5,000 EverGLAZE 7 Maintenance Program 5,000 tas specified] 8 VariGLAZE Process 15,000 1 (as specified) Site Preparation 9 Services, Minor (as 20,000 specified) Site Preparation 10 Services, Moderate (as 20,000 specified) Site Preparation 11 Services, Extensive (as 5,000 s ecified) $7.00 $ 7,000.00 $3.00 $ 15,000.00 $1.50 $ 7,500.00 $ 8,60 $ 127,500.00 $0,25 $ 5,000,00 ii I $1.00 $ 20,000.00 $1.75 $ 8,750.00 Estimated Annual Total EXT11BIT B THREE ESTIMATED YEARS THREE YEARS TOTAL X 3 X 3 $618,750.00 X 3 $82,500.00 X 3 $150,000.00 X 3 $16,500.00 X 3 $21,000.00 X 3 $45,000.00 X 3 $22, 500.00 X 3 $382,500.00 X 3 1 $15,000.00 X 3 1 $60,000.00 X 3 $26,250.00 .00 1 X 3 $1,440,000 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 FEE SCHEDULE - Y19-1018-MV - SANIGLAZE. March 8th, 2022 - March 7th, 2023 Item t! Description Unit Price per Sq Ft Notes 1 EnduraGLAZE Process (as Specified) $ 8.58 2 EnduraGLAZE Plus Process (as Specified) $ 9.75 3 GroutGLAZE Process (as Specified) $ 5.72 4 jSurfaceGLAZE Pocess (as Specified) $ 5.20 5 SUrfaceGLAZE Plus Process (as Specified) $ 6.10 6 ChromaGLAZE Process (as Specified) $ 5.72 7 ChromaGLAZE Plus Process (as Specified) $ 7.28 8 VariGLAZE Process (as Specified) $ 8.84 9 VariGLAZE Plus Process (as Specified) $ 10.40 10 XceIKLEEN Process (as Specified) $ 3.12 11 EverGLAZE Maintenance Program (as Specified) $ 1.56 12 Site Prep Minor $ 0.26 13 Site Prep Moderate $ 1.04 14 Site Prep Extensive $ 1.82 Date: February 1st, 2022 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE11311A6DC9 UnIGLAZE TILE & BARD SURFACE RESTORATION SanlGLAZE International, LLC SanIGLAZE process Descriptions Revised August 2021 Restoration Service Description A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface EnduraGiAZE soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs solid opaque, polymer overcoat Process on top of existing grout lines; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. A mull! -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface EnduraGLAZE+ soils from ceramic the and grout surfaces, as well as other hard surfaces, and installs solid opaque, polymer overcoat Process on top of existing grout lines; and installs a durable, chemical and urine resistant, clear Xolile-based coating over file entire tile and grout surface. .ChromaGLAZE A multi -stop process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic the and grout surfaces, as well as other hard surfaces, and installs a durable, chemical and urine resistant, opaque tinted Xolite-based coating over the entire tile and grout surface. A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface ChromaGLAZE+ soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs a durable, chemical and urine Process resistant, opaque tinted Xolite-based coaling over the entire file and grout surface. A final coat of chemical and wine resistant, clear Xolite-based coating is applied over the entire file and grout surface. A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface soils from ceramic the and grout surfaces, as well as other hard surfaces and Installs a durable, chemical and urine VarIGLAZE Process resistant, opaque tinted Xolite-based coating over the entire surface with the addition of color chips to enhance the appearance. A final coal of chemical and urine resistant, clear Xolile-based coating is applied over the entire tile and grout surface. A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface soils from ceramic tile and grout surfaces, as well as other hard surfaces, and Installs a durable, chemical and urine VafiGLAZE+ resistant, opaque tinted Xallte-based coating over the entire file and grout surface. Next synthetic chips are spread Process evenly over the surface while the coating Is uncured. After the coating has cured the loose chips are removed and a second coat of chemical and urine resistant, clear Xolite-based coating is applied over the entire tile and grout surface to encapsulate the chips and provide and additional layer of protection. Next a final application of a high-performance urethane -based coating is applied over the entire surface. GroutGLAZE A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs solid opaque, polymer overcoat on top of existing grout lines. SurfacoGLAZE A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs a durable, chemical and urine resistant, clear polymer coating over the entire the and grout surface. SurfaceGLAZE+ A mull€ -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs a durable, chemical and urine resistant, clear Xolite-based coating over The entire the and grout surface. XcelKLEEN A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic the and grout surfaces, as well as other hard surfaces. EverGLAZE A set of procedures utilizing specialized equipment and chemicals to maintain the and grout floor surfaces, as well as Extended Protection other hard surfaces, on a periodic basis that have been restored by one of the SaniGLAZE system's restoration Plan processes. Site Preparation Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal Minor of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area Impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Site Preparation pre -restoration process work necessary before commencement of restoration process steps. Examples Include rernoval Moderate of floor coat! ngslcaulkinglpolyurot hane, removal and replacement of partitions or work area Impediments, and grout sawing in cases where grout depth is Insufficient to achieve permanent bonding of glazing compound, Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal Site Preparation of floor coati ngsteaulkinglpolyurethane including S€ITanium, Adsll, MlcroGuard, PermaTect or other coatings, removal Extensive and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE11311A6DC9 • . CU 1X1_ SUSTAINABLE FLOORING RESOURCE KEITH TVH S'ON 6450 Kingspointe Pkwy, Suite 10 Orlando, FL. 32819 Phone: 407-902-6501 Fax: 407-373-7412 Email: keith@cubix-inc.com New Tile & Grout Without Replacement SERVICE PROPOSAL Net 30 DATE December 15, 2022 COMPANY City of Clermont COMPANY City of Clermont CONTACT Todd Lewis CONTACT Todd Lewis ADDRESS 400 12th Street ADDRESS 400 12th Street Clermont , Florida 34711 Clermont , Florida 34711 PHONE 352-394-7177 PHONE 352-394-7177 FAX FAX EMAIL tlewis(cilclermontfl.org SERVICE SaniGLAZE Item AREA DESCRIPTION COLOR Quantity PRICE City of Clermont West Park, Hiawatha Park Restrooms 1 West Park Men's & Women's Restrooms VariGLAZE TBD 1 $2,705.04 306 SF $ 8.84 SF. Process 2 West Park Men's & Women's Restrooms XceIKLEEN N/A 1 $954.72 306 SF. $ 3.12 SF. 3 West Park Men's & Women's Restrooms Site Prep N/A 1 $ 556.92 306 SF. $ 1.82 SF. Extensive 4 Hiawatha Park 2 Men's & 2 Women's Restrooms VariGLAZE TBD 1 $ 6,223.36 704 SF. $ 8.84 SF. Process 5 Hiawatha Park 2 Men's & 2 Women's Restrooms XceIKLEEN N/A 1 $ 2,196.48 704 SF. $ 3.12 SF. 6 Hiawatha Park 2 Men's & 2 Women's Restrooms Site Prep N/A 1 $ 1,281.28 704 SF. $ 1.82 SF. Extensive Sub Total $13,917.80 Sales Tax TOTAL 1 $ 13,917.80 P.O. # Signature: Date: SANIGLAZE SERVICES BENEFITS: Like NewAppearance Permanently Removes Embedded Contaminants Creates a Cleaner Appearance Ensures a more Sanitary Environment Eliminates Odors Easy to Clean One Year Warranty against Product/Workmanship failure No Construction Headaches Janitorial Training Provided Provides a Moisture Proof Protective Shield DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 CONTRACT APPROVAL FORM TO: BRIAN BULTHUIS, CITY MANAGER LF� THRU: FREDDY SUAREZ, PROCUREMENT SERVICES DIRECTOR FROM: RAMSEY JIMENEZ, SENIOR PROCUREMENT AGENT SUBJECT: SANIGLAZE DATE: JANUARY 24, 2023 THE PROCUREMENT SERVICES DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and CUBIX, INC., to provide SaniGlaze for the Public services Department. The agreement shall take effect on the date of execution by both parties and shall remain in effect for one (1) year, unless renewed or terminated as provided by the Orange County contractual agreement. Upon mutual agreement, the agreement may be renewed for one (1) additional one (1) year term. 2. Why this action is necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve contracts under $50,000 that do not require a budget amendment. 3. ADDITIONAL INFORMATION: At the request of the Public Services Department, the Procurement Services Department sought a contract with Orange County for SaniGlaze flooring, contract number Y19-1018-MV. The estimated annual expenditures is less than $40,000 and it is included in the Public Services Department budget. The Orange County contract was fully competed, advertised, and complies with the City of Clermont Purchasing Policy. 4. FISCAL IMPACT: The fiscal impact of $40,000 is included in the current year approved budget. APPROVAL AUTHORITY Approved Elk Disapproved ❑ Reason/Suggestion (If disapproved) DocuSigned by: City Manager 1/24/2023 Ignature Title Date DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 AGREEMENT No. 2023-010 SANIGLAZE THIS AGREEMENT, is made and entered into this 25th day of January 2023, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and CUBIX, INC., whose address is: 6450 Kingspointe Pkwy, #10, Orlando, FL 32819, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Orange County through the public procurement process awarded an Agreement for, SaniGlaze Contract Number Y19-1018-MV; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Orange County Contract Number Y19-1018-MV; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: SCOPE OF WORK The CONTRACTOR shall furnish SaniGlaze as described in the Orange County Contract Number Y19-1018-MV, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and incorporated herein. 3. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties, and shall remain in effect until Thursday, March 7, 2024 unless terminated or renewed by Orange County. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. C. Upon mutual Agreement of the parties, this Agreement may be renewed for one (1) additional one (1) year term. 4. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY the services contained under the Scope of Work upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in Orange County Contract Number Y19-1018- MV or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas, and bio-diesel so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 1 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. 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. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its 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 subCONTRACTOR 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 Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims 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 as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit 2 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its 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 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 such acts are 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; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. In any and all claims against the CITY 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 CITY for the indemnification provided herein. 8. 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. A. CONTRACTOR: Cubix, Inc. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze Attn: Travis Owens 6450 Kingspointe Pkwy, #10, Orlando, FL 32819 A. OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. 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 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. 9.2. 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. 9.3. 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. 9.4. 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. 9.5. 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. 9.6. Assignment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, 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. 4 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze 9.7. 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. 9.8. 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. 9.9. Public Records Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. E. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. 10. AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B1 1A6DC9 Piggyback Agreement SaniGlaze C. An applicable Contractor Quote or Statement of Work D. All documents contained in the Orange County Contract Number Y19-1018-MV. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 25th day of January 2023. CITY OF CLERMONT EE DocuSigned by: VIMA, 6"S 534781168A394C8... Brian Bulthuis, City Manager DS ATTEST: ITDocuSigned by: W.cy &44a y*[ 3AD7F34905B344A... H4wt Tracy Ackroyd Howe, City Clerk 11 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 CUBIX, INC. By: Print Name: Title: Date: (Signature) DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 AMENDMENT NO. 1 CONTRACT NO. Y19-1018-MV, SANIGLAZE EFFECTIVE DATE: March 8, 2022 By mutual agreement, the subject contract is changed as follows: 1. The contract is hereby renewed for the period of March 8, 2022 through March 7, 2023. In accordance with changes in the Consumer Price Index all unit prices are increased by 4%. Line item increases are as follow: Line Description Current Unit Increase No. Price Per Effective Square Ft. Rate 1. EnduraGLAZE Process (as specified) $8.25 $8.58 2. GroutGLAZE Process (as specified) $5.50 $5.72 3. SurfaceGLAZE Process (as specified) $5.00 $5.20 4. ChromaGlaze Process as s ecifed $5.50 $5.72 5. ChromaGLAZE+ Process (as specified) $7.00 $7.28 6. XceIKLEEN Process (as specified) $3.00 $3.12 7. EverGLAZE Maintenance Program (as s ecified $1.50 $1.56 8. VariGLAZE Process ass ecified) $8.50 $8.84 9. Site Preparation Services, Minor asspecified) $0.25 $0.26 10. Site Preparation Services, Moderate asspecified) $1.00 $1.04 11. Site Preparation Services, Extensive asspecified) $1.75 $1.82 2. ADDITIONS a. Line No. 12, EnduraGLAZE + Process, is hereby added to the contract at a unit price of $9.75 per square foot, in the estimated quantity of 1,500 square feet, an increase of $14,625. b. Line No. 13, VariGLAZE Process +, is hereby added to the contract at a unit price of $10.40 per square foot, in the estimated quantity of 1,500 square feet an increase of $15,600. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 c. Line No. 14, SurfaceGLAZE + Process, is hereby added to the contract at a unit price of $6.10 per square foot, in the estimated quantity of 1,000 square feet, an increase of $6,100. 3. Descriptions of Processes are added as Attachment 1 in this Amendment 1. The total amount of the contract has changed from $480,000 to $516,325, an increase of $36,325, all other terms, conditions and prices remain unchanged. IN WITNESS WHEREOF, the parties have executed this amendment on the dates below: CUBIX, INC. BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA By. y Carrie Mathes, Procurement Manager Print Name: Zulay Millan, Assistant Manager I Title: Procurement Division Date: 12/21 /2021 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 CONTRACT # Y1.9-1018-W This Contract is made as of the 4"' day of February, 2019 by and between Orange County, a Political Subdivision of the State of Florida, by and through its Board of County Commissioners, hereinafter referred to as the COUNTY, and Cubix, Inc., a corporation authorized to do business in the State of Florida, hereinafter referred to as the CONTRACTOR, whose Federal I.D. number is 59-3069016. In consideration of the mutual promises contained herein, the COUNTY and the CONTRACTOR agree as follows; ARTICLE 1 SERVICES The CONTRACTOR'S responsibility under this Contract is to provide professional services providing restorative bonding services through SaniGlaze process, as more specifically set forth in the Scope of Services detailed in Exhibit "A". The COUNTY'S representative/liaison during the performance of this Contract shall be Taneya Simpson, telephone no. (407) 836-7482 or by e-mail at Taneya.Simpson@ocfl.net. ARTICLE 2 SCHEDULE The CONTRACTOR shall commence services on March 8, 2019 and complete all services by March 7, 2022. Reports and other items shall be delivered or completed in accordance with the detailed schedule set forth in Exhibit "A". This contract may be renewed, for two ( 2 ) additionaI one ( 1 ) year periods upon mutual written agreement of the parties at the same prices, terms and conditions. Any change in price, terms or conditions shall be accomplished by written amendment to this contract. Any order issued during the effective date of this contract, but not completed within that period, shall be completed by the CONTRACTOR within the time specified in the order. The contract shall govern the CONTRACTOR and the COUNTY'S rights and obligations with respect to the extent as if the order were completed during the contract's performance period. ARTICLE 3 PAYMENTS TO CONTRACTOR A. The total amount to be paid by the COUNTY under this Contract for the base period, shall not exceed One Million, Four Hundred -Forty Thousand Dollars ($1,440,000). The CONTRACTOR will notify the COUNTY, in writing, when 90% of the estimated contract amount has been reached. The CONTRACTOR will bill the COUNTY on a monthly basis, or as otherwise provided, at the amounts set forth in Exhibit `B" for services rendered toward the completion of the Scope of Services, Where incremental billing for partially completed items is permitted, the total incremental billings shall not exceed the percentage of estimated completion as of the billing date. B. Invoices received from the CONTRACTOR pursuant to this Contract will be reviewed and approved by the initiating County Department, indicating that services have been rendered in conformity with the Contract and then will be sent to the Finance Department for payment. Invoices will be paid in accordance with the State of Florida Local Government Prompt DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 Payment Act. Orange County Administrative Services Fiscal and Operational Support IOC2 — 400 E. South Str. 5th fl Orlando, FL 32801 Phone (407) 836-0052 or In the event additional County Departments/Divisions or other public entities utilize this contract, invoices are to be sent directly to the Department or entity placing the order. All invoices along with all necessary documents for payment shall be mailed or delivered to the appropriate location above. Unless authorized by the County Department in writing, no invoices shall be sent via e-mail. Invoices sent via e-mail without the expressed authorization of the County Department shall be discarded. Detailed invoice and statement requirements are further outlined in the Scope of Services. A valid invoice shall include the following: 1. Reference to the Delivery Order/ Purchase Order Number 2. Delivery Dates/ Service Dates 3. Itemization of Goods Delivered/ Services Rendered 4. Unit Prices in accordance with the Exhibit "B" C. Final Invoice: In order for both parties herein to close their books and records, the CONTRACTOR will clearly state "final invoice" on the CONTRACTOR'S Final/last billing to the COUNTY. This certifies that all services have been properly performed and all charges and costs have been invoiced to Orange County. Since this account will thereupon be closed, any and other further charges if not properly included on this final invoice are waived by the CONTRACTOR. ARTICLE 4 REt )UIREMENTS CONTRACT This is a Requirements Contract and the COUNTY shall order from the CONTRACTOR all of the supplies and/or services specified in the contract's price schedule that are required to be purchased by the COUNTY. If the COUNTY urgently requires delivery of goods or services before the earliest date that delivery may be required under this contract, and if the CONTRACTOR will not accept an order providing for accelerated delivery, the COUNTY may acquire the goods or services from another source. Except as this contract may otherwise provide, if the COUNTY'S requirements do not result in orders in the quantities described as "estimated" in the contract's price schedule, that fact shall not constitute the basis for an equitable adjustment. ARTICLE 5 INSURANCE REQUIREMENTS Vendor/Contractor agrees to maintain on a primary basis and at its sole expense, at all times throughout the duration of this contract the following types of insurance coverage with limits and on forms (including endorsements) as described herein. These requirements, as well as the County's review or acceptance of insurance maintained by DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 Vendor/Contractor is not intended to and shall not in any manner limit or qualify the liabilities assumed by Vendor/Contractor under this contract. Vendor/Contractor is. required to maintain any coverage required by federal and state workers' compensation or financial responsibility laws including but not limited to Chapter 324 and 440, Florida Statutes, as may be amended from time to time, The Vendor/Contractor shall require and -ensure that each of its sub-Vendors/sub-Contractors providing services hereunder (if any) procures and maintains until the completion of their respective services, insurance of the types and to the limits specified herein. Insurance carriers providing coverage required herein must be licensed to conduct business in. the State ofFlorida and must possess a current A.M. Best's Financial Strength Rating of A- Class VIII or better. (Note: State licenses can be checked vice 1vmv. floir-.coni/conl an search/ and A. M. Best Ratings are available at nit,w.canbest,conr Required. Coverage.: Commercial General Liability - The Vendor/Contractor shall maintain coverage issued on the most recent version of the ISO form as filed for use in Florida or its equivalent, with a limit of liability of not less than $1,00.0,000 per occurrence. Vendor/Contractor fiuther agrees coverage shall not contain any exrdorsement(s) excluding or limiting Product/Completed Operations, Contractual Liability, or Separation of Insureds. The General Aggregate limit shall either apply separately to this contract or shall be at least twice the required occurrence limit. Required Endorsements: Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their equivalents. Note: CG 20 10 must be accompanied by CO 20 37 to include products/completed operations Waiver of Transfer of Rights of Recovery- CG 24 04 or its equivalent. Note: If bl:aillcet endorsements are being submitted please include the entire endorsement and the applicable policy number. Z Business Automobile Liability The Vendor/Contractor shall maintain coverage for all owned; non -owned and hired vehicles issued on the most recent version of the ISO form as filed for use in Florida or its equivalent, with limits of not less than $1,000,00.0 (one million dollars) per accident. In the event the Vendor/Contractor does not own automobiles the Vendor/Contractor shall maintain coverage for hired and non -owned auto liability, which :may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. ® Workers' Compensation. - The Vendor/Contractor shall maintain coverage for its employees with statutory workers' compensation limits, and no less than $100,000 each incident of bodily injury or disease for Employers' Liability. Elective exemptions as defined tin Florida Statute 440 will be considered on a case -by -ease basis: Any Vendor/Contractor using an employee leasing company shall complete the Leased Employee Affidavit. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 Required Endorsements: 171 Waiver of Subrogation- WC 00 03 13 or its equivalent ® Pollution Liability- with a limit of not less than $1,000,000 per occurrence/claim When a self -insured retention or deductible exceeds $100,000 the COUNTY reserves the right to request a copy of Vendor/Contractor most recent annual report or audited financial statement. For policies written on a "Claims -Made" basis the Vendor/Contractor agrees to maintain a retroactive date prior to or equal to the effective date of this contract. In the event the policy is canceled, non -renewed, switched to occurrence form, or any other event which triggers the right to purchase a Supplemental Extended Reporting Period (SERP) during the life of this contract the Vendor/Contractor agrees to purchase the SERP with a minimum reporting period of not less than two years. Purchase of the SERP shall not relieve the Vendor/Contractor of the obligation to provide replacement coverage. By entering into this contract Vendor/Contractor agrees to provide a waiver of subrogation or a waiver of transfer of rights of recovery, in favor of the County for the workers' compensation and general liability policies as required herein. When required by the insurer or should a policy condition not permit the Vendor/Contractor to enter into a pre -loss agreement to waive subrogation without an endorsement, then Vendor/Contractor agrees to notify the insurer and request the policy be endorsed with a Waiver of Subrogation or a Waiver of Transfer of Rights of Recovery Against Others endorsement. Prior to execution and commencement of any operations/services provided under this contract the Vendor/Contractor shall provide the COUNTY with current certificates of insurance evidencing all required coverage. In addition to the certificate(s) of insurance the Vendor/Contractor shall also provide endorsements for each policy as specified above. All specific policy endorsements shall be in the name of the Orange County Board of County Commissioners. For continuing service contracts renewal certificates shall be submitted immediately upon request by either the COUNTY or the COUNTY's contracted certificate compliance management firm. The certificates shall clearly indicate that the Vendor/Contractor has obtained insurance of the type, amount and classification as required for strict compliance with this insurance section. Vendor/Contractor shall notify the COUNTY not less than thirty (30) business days (ten business days for non-payment of premium) of any material change in or cancellation/non-renewal of insurance coverage. The Vendor/Contractor shall provide evidence of replacement coverage to maintain compliance with the aforementioned insurance requirements to the COUNTY or its certificate management representative five (5) business days prior to the effective date of the replacement policy (ies). The certificate holder shall read: Orange County Board of County Commissioners c/o Procurement Division 400 E. South Street, 2nd Floor Orlando, Florida 32801 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 ARTICLE G INDEMNIFICATION To the fullest extent permitted by law, the CONTRACTOR shall defend, indemnify, and hold harmless the COUNTY, its officials, agents, and employees from and against any and all claims, suits, judgments, demands, liabilities, damages, cost and expenses (including attorney's fees) of any kind or nature whatsoever arising directly or indirectly out of or caused in whole or in part by any act or omission of the CONTRACTOR or its subcontractors (if any), anyone directly or indirectly employed by them, or anyone for whose acts any of them may be liable; excepting those acts or omissions arising out of the sole negligence of the COUNTY. ARTICLE 7 FEDERAL AND STATE TAX The COUNTY is exempt from payment of Florida State Sales and Use Taxes. The COUNTY will sign an exemption certificate submitted by the CONTRACTOR. The CONTRACTOR shall not be exempted from paying sales tax to its suppliers for materials used to fulfill contractual obligations with the COUNTY, nor is the CONTRACTOR authorized to use the COUNTY' S Tax Exemption Number in securing such materials. The CONTRACTOR shall be responsible for payment of its own and its share of its employee FICA and Social Security benefits with respect to this Contract. ARTICLE 8 AVAILABILITY OF FUNDS The COUNTY'S performance and obligation to pay under this Contract is contingent upon an annual appropriation for its purpose by the Board of County Commissioners, or other specified funding source for this procurement. ARTICLE 9 CONFLICT OF INTEREST The CONTRACTOR represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided for in Florida Statutes 112.311. The CONTRACTOR further represents that no person having any interest shall be employed for said performance. The CONTRACTOR shall promptly notify the COUNTY in writing by certified mail of all potential conflicts of interest for any prospective business association, interest or other circumstance which may influence or appear to influence the CONTRACTOR'S judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the CONTRACTOR may undertake and request an opinion of the COUNTY as to whether the association, interest or circumstance would, in the opinion of the COUNTY, constitute a conflict of interest if entered into by the CONTRACTOR. The COUNTY agrees to notify the CONTRACTOR of its opinion by certified mail within thirty (30) days of receipt of the notification by the CONTRACTOR. If, in the opinion of the COUNTY, the prospective business association, interest or circumstance would not constitute a conflict of interest by the CONTRACTOR, the COUNTY shall so state in the notification and the CONTRACTOR shall, at its option, enter into said association, interest or circumstance and it shall be deemed not in conflict of interest with respect to services provided to the COUNTY by the CONTRACTOR under the terms of this Contract. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 ARTICLE 10 TERMINATION A. Termination for Default: The COUNTY may, by written notice to the CONTRACTOR, terminate this contract for default in whole or in part (delivery orders, if applicable) if the CONTRACTOR fails to: Provide products or services that comply with the specifications herein or fails to meet the COUNTY'S performance standards 2. Deliver the supplies or to perform the services within the time specified in this contract or any extension. 3. Make progress so as to endanger performance of this contract 4. Perform any of the other provisions of this contract. Prior to termination for default, the COUNTY will provide adequate written notice to the CONTRACTOR through the Manager, Procurement, affording them the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies within ten (10) days (or the period specified in the notice) after receipt of the notice. Failure to adequately cure the deficiency shall result in termination action. Such termination may also result in suspension or debarment of the CONTRACTOR in accordance with the County's Procurement Ordinance. The CONTRACTOR and its sureties (if any) shall be liable for any damage to the COUNTY resulting from the CONTRACTOR's default of the contract. This liability includes any increased costs incurred by the COUNTY in completing contract performance. In the event of termination by the COUNTY for any cause, the CONTRACTOR will have, in no event, any claim against the COUNTY for lost profits or compensation for lost opportunities. After a receipt of a Termination Notice and except as otherwise directed by the COUNTY the CONTRACTOR shall: 1. Stop work on the date and to the extent specified. 2. Terminate and settle all orders and subcontracts relating to the performance of the terminated work. 3. Transfer all work in process, completed work, and other materials related to the terminated work as directed by the COUNTY. 4. Continue and complete all parts of that work that have not been terminated. Neither CONTRACTOR nor COUNTY shall be liable, nor may cancel this contract for default, when delays arise out of causes beyond the control of CONTRACTOR or COUNTY. Such causes may include but are not restricted to acts of God, acts of COUNTY in sovereign capacity, fires, floods, lightning strikes, epidemics, quarantine restrictions, strikes, freight embargoes, wars, civil disturbances, work stoppage, power failures, laws, regulations, ordinances, acts or orders of any governmental agency or official thereof, and unusually severe weather. In every case, the delay must be beyond the control of the claiming party. If CONTRACTOR is delayed in its performance as a result of the above causes, COUNTY, shall upon written request of CONTRACTOR, agree to equitably adjust the provisions of this contract, including price and delivery, as may be affected DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 by such delay. However, this provision shall not be interpreted to limit COUNTY'S right to terminate for convenience. B. Termination for Convenience The COUNTY, by written notice, may terminate this contract, in whole or in part, when it is in the County's interest. If this contract is terminated, the COUNTY shall be liable only for goods or services delivered and accepted. The COUNTY Notice of Termination shall provide the CONTRACTOR thirty (30) days prior notice before it becomes effective. A termination for convenience may apply to individual delivery orders, purchase orders or to the contract in its entirety ARTICLE 11 FORCE MAJEURE The Contractor shall not be held responsible for any delay and/or failure in performance of any part of this contract to the extent such delay or failure is caused by explosion, war, embargo, government requirement, civil or military authority, act of God, or other similar causes beyond the Contractor's control so long as the Contractor's delay is not caused by the Contractor's own fault or negligence. That notwithstanding, the Contractor shall notify the County in writing within forty-eight (48) hours after the beginning of any such cause that would affect its performance hereunder and the County reserves the right the request additional information that supports the validity of the Contractor's Force Majeure claim. Failure to notify the County in a timely manner of any claim of Force Majeure made pursuant to this section is cause for termination of this contract. 2. If the Contractor's performance is delayed pursuant to this section for a period exceeding ten (10) calendar days from the date the County receives the required Force Majeure notice, the County shall have the right to terminate this contract thereafter and shall only be liable to the Contractor for any work performed and validated (if required for payment hereunder) prior to the date of the County's contract termination. 3. If the Contractor's performance is delayed pursuant to this section, the County may, upon written request of the Contractor, agree to equitably adjust the provisions of this contract, including price, performance, and delivery, as may be affected by such delay. However, this provision shall not be interpreted to limit the County's right to terminate for convenience. ARTICLE 12 PERFORMANCE Timely performance is of the essence in the award of this Invitation for Bids. Performance shall be no later than ten (10) calendar days from receipt of delivery order. Bids which fail to meet this requirement shall be rejected. It is hereby understood and mutually agreed to by and between parties hereto that the time of performance is an essential condition of this contract. Should the Contractor neglect, fail or refuse to provide the services within the time herein specified, then said Contractor does hereby agree as part of the consideration for the awarding of this contract, to pay Orange County the sum extended by the County to contract for like services approved by the Procurement Division for the period from the required scheduled commencement date until performance of services covered in the Invitation for Bids is completed. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 The Contractor shall, within forty-eight (48) hours from the beginning of such delay, notify the Manager, Procurement Division in writing of the cause(s) of the delay. ARTICLE 13 PERSONNEL The CONTRACTOR represents that it has, or will secure at its own expense, all necessary personnel required to perform the services under this Contract. Such personnel shall not be employees of or have any contractual relationship with the COUNTY. All of the services required hereafter shall be performed by the CONTRACTOR or under its supervision, and all personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. Any changes or substitutions in the CONTRACTOR'S key personnel, as may be listed in Exhibit "A", must be made known to the COUNTY'S representative and written approval must be granted by the COUNTY before said change or substitution can become effective. The CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in the field. The COUNTY may require, in writing, that the CONTRACTOR remove from this contract any employee the COUNTY deems incompetent, careless, or otherwise objectionable. ARTICLE 14 TRUTH IN NEGOTIATION CERTIFICATE Signature of this Contract by the CONTRACTOR shall act as the execution of the truth -in - negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Contract are accurate, complete and current as of the date of the Contract and no higher than those charged the CONTRACTOR'S most favored customer for the same or substantially similar service. The said rates and costs shall be adjusted to exclude any significant sums should the COUNTY determine that the rates and costs were increased due to inaccurate, incomplete or non -current wage rates or due to inaccurate representations of fees paid to outside Contractors. The COUNTY shall exercise its right under this "Certificate" within one (1) year following final payment. ARTICLE 15 ARREARS The CONTRACTOR shall not pledge the COUNTY'S credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this Contract. ARTICLE lb DISCLOSURE AND OWNERSHIP OF DOCUMENTS The CONTRACTOR shall deliver to the COUNTY for approval and acceptance, and before being eligible for final payment or any amounts due, all documents and materials prepared by and for the COUNTY under this Contract. All oral and written information not in the public domain or not previously known, and all information and data obtained, developed or supplied by the COUNTY, or at its expense, will be kept confidential by the CONTRACTOR and will not be disclosed to any other party, directly or DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 indirectly, without the COUNTY'S prior written consent unless required by a lawful order. All drawings, maps, sketches, programs, data base, reports and other data developed, or purchased, under this Contract for or at the COUNTY'S expense shall be and remain the COUNTY'S property and may be reproduced at the discretion of the COUNTY. The COUNTY and the CONTRACTOR shall comply with the provisions of Chapter 119, Florida Statutes (Public Records Law). All covenants, agreements, representations and warranties made herein, or otherwise made in writing by any party pursuant hereto, including but not limited to any representations made herein relating to disclosure or ownership of documents, shall survive the execution and delivery of this Contract and the consummation of the transactions contemplated hereby. ARTICLE 17 INDEPENDENT CONTRACTOR RELATIONSHIP The CONTRACTOR is, and shall be, in the performance of all work services and activities under this Contract, an Independent Contractor, and not an employee, agent or servant of the COUNTY. All persons engaged in any of the work or services performed pursuant to this Contract shall at all times, and in all places, be subject to the CONTRACTOR'S sole direction, supervision, and control. The CONTRACTOR shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the CONTRACTOR'S relationship and the relationship of its employees to the COUNTY shall be that of an Independent Contractor and not as employees or agents of the COUNTY. The CONTRACTOR does not have the power or authority to bind the COUNTY in any promise, agreement or representation other than as specifically provided for in this Agreement. ARTICLE 18 CONTINGENT FEES The CONTRACTOR warrants that it has not employed or retrained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the award or making of this Contract. ARTICLE 19 ACCESS AND AUDITS The CONTRACTOR shall establish and maintain a reasonable accounting system, which enables ready identification of CONTRACTOR'S cost of goods and use of funds. Such accounting system shall also include adequate records and documents to justify all prices for all items invoiced as well as all charges, expenses and costs incurred in providing the goods for at least five (5) years after completion of this contract. The COUNTY or its designee shall have access to such books, records, subcontract(s), financial operations, and documents of the CONTRACTOR or its sub - Contractors as required to comply with this section for the purpose of inspection or audit anytime during norrnal business hours at the CONTRACTOR'S place of business. This right to audit shall include the CONTRACTOR'S sub -Contractors used to procure goods or services under the contract with the COUNTY. CONTRACTOR shall ensure the COUNTY has these same rights with sub -Contractors) and suppliers. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 ARTICLE 20 EOUAL OPPORTUNITY It is hereby declared that equal opportunity and nondiscrimination shall be the County's policy intended to assure equal opportunities to every person, regardless of race, religion, sex, sexual orientation and gender expression/identity, color, age, disability or national origin, in securing or holding employment in a field of work or labor for which the person is qualified, as provided by Section 17-314 of the Orange County Code and the County Administrative Regulations. Further, the CONTRACTOR shall abide by the following provisions: A. The CONTRACTOR shall represent that the CONTRACTOR has adopted and maintains a policy of nondiscrimination as defined by applicable County ordinance throughout the term of this contract. B. The CONTRACTOR shall allow reasonable access to all business and employment records for the purpose of ascertaining compliance with the non-discrimination provision of the contract. C. The provisions of the prime contract shall be incorporate by the CONTRACTOR into the contracts of any applicable subcontractors. ARTICLE 21 DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION. By executing this contract the firm affirms that it is in compliance with the requirements of 2 C.F.R. Part 180 and that neither it, its principals, nor its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. ARTICLE 22 FLORIDA CONVICTED/SUSPENDED/DISCRIMINATORY COMPLAINTS. By executing this contract the film affirms that it is not currently listed in the Florida Department of Management Services Convicted/Suspended/Discriminatory Complaint Vendor List. ARTICLE 23 SCRUTINIZED COMPANIES A. By executing this Agreement, the Contractor certifies that it is eligible to bid on, submit a proposal for, or enter into or renew a contract with the County for goods or services pursuant to Section 287.135, Florida Statutes. B. Specifically, by executing this Agreement, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. C. Additionally, if this Agreement is for an amount of one million dollars ($1,000,000) or more, by executing this Agreement, the Contractor certifies that it is not: 1. On the "Scrutinized Companies with Activities in Sudan List" or the "Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List," created pursuant to Section 215.473, Florida Statutes; and/or DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 2. Engaged in business operations in Cuba or Syria. D. The County reserves the right to terminate this Agreement immediately should the Contractor be found to: 1. Have falsified its certification of eligibility to bid on, submit a proposal for, or enter into or renew a contract with the County for goods or services pursuant to Section 287.135, Florida Statutes; and/or 2. Have become ineligible to bid on, submit a proposal for, or enter into or renew a contract with the County for goods or services pursuant to Section 287.135, Florida Statute subsequent to entering into this Agreement with the County. E. If this Agreement is terminated by the County as provided in subparagraph 4(a) above, the County reserves the right to pursue any and all available legal remedies against the Contractor, including but not limited to the remedies as described in Section 287.135, Florida Statutes. F. If this Agreement is terminated by the County as provided in subparagraph 4(b) above, the Contractor shall be paid only for the funding -applicable work completed as of the date of the County's termination. G. Unless explicitly stated in this Section, no other damages, fees, and/or costs may be assessed against the County for its termination of the Agreement pursuant to this Section. ARTICLE 24 MODIFICATIONS OF WORK The COUNTY reserves the right to make changes in the work, including alterations, reductions therein or additions thereto. Upon receipt by the CONTRACTOR of the COUNTY' S notification of a contemplated change, the CONTRACTOR shall (1) if requested by COUNTY, provide an estimate for the increase or decrease in cost due to the contemplated change, (2) notify the COUNTY of any estimated change in the completion date, and (3) advise the COUNTY in writing if the contemplated change shall affect the CONTRACTOR'S ability to meet the completion dates or schedules of this Contract. If the COUNTY so instructs in writing, the CONTRACTOR shall suspend work on that portion of the work affected by a contemplated change, pending the COUNTY'S decision to proceed with the change. If the COUNTY elects to make the change, the COUNTY shall issue a Contract Amendment or Change Order and the CONTRACTOR shall not commence work on any such change until such written amendment or change order has been issued and signed by each of the parties, ARTICLE 25 CONTRACT CLAIMS "Claim" as used in this provision means a written demand or written assertion by one of the contracting parties seeking as a matter of right, the payment of a certain sum of money, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. Claims made by a Contractor/Contractor against the County relating to a particular contract shall be submitted to the Procurement Manager in writing clearly labeled "Contract Claim" requesting DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 a final decision. The Contractor also shall provide with the claim a certification as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor/Contractor believes the County is liable; and that I am duly authorized to certify the claim on behalf of the Contractor/Contractor." Failure to document a claim in this manner shall render the claim null and void. Moreover, no claim shall be accepted after final Payment of the contract. The decision of the Procurement Manager shall be issued in writing and shall be furnished to the Contractor/Contractor. The decision shall state the reasons for the decision reached. The Procurement Manager shall render the final decision within sixty (60) days after receipt of Contractor's/Contractor's written request for a final decision. The Procurement Manager's decision shall be final and conclusive. The Contractor/Contractor shall proceed diligently with performance of this contract pending final resolution of any request for relief, claim, appeal or action arising under the contract and shall comply with any final decision rendered by the Manager of Procurement. ARTICLE 26 TOBACCO FREE CAMPUS All Orange County operations under the Board of County Commissioners shall be tobacco free. This policy shall apply to parking lots, parks, break areas and worksites. It is also applicable to contractors and their personnel during contract performance on county -owned property. Tobacco is defined as tobacco products including, but not limited to, cigars, cigarettes, e-cigarettes, pipes, chewing tobacco and snuff. Failure to abide by this policy may result in civil penalties levied under Chapter 386, Florida Statutes and/or contract enforcement remedies. ARTICLE 27 VERIFICATION OF EMPLOYMENT STATUS Prior to the employment of any person under this contract, the contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of (a) all persons employed during the contract term by the contractor to perform employment duties within Florida and (b) all persons, including subcontractors, assigned by the contractor to perform work pursuant to the contract with Orange County. Please refer to USCIS.gov for more information on this process. Only those employees determined eligible to work within the United States shall be employed under the contract. Therefore, by submission of a bid or proposal in response to this solicitation, the contractor confirms that all employees in the above categories will undergo e-verification before placement on this contract. The contractor further confirms his commitment to comply with this requirement by completing the E- Verification certification. ARTICLE 28 LAWS AND REGULATIONS All applicable Federal and State laws, municipal and County ordinances shall apply to the solicitation and Contract. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-ABI F-FBE1 1311 A6DC9 ARTICLE 29 PRICE ESCALATION/DE-ESCALATION (CPJI The County may allow a price escalation provision within this award. The original contract prices .shall be firm for the entirety of the initial (three year) contract period. A price escalation/de- escalation will be considered at the time of contract renewal and at renewal intervals thereafter, provided the Contractor notifies the County,, in writing, of the pending price escalation/de- escalation a minimum of sixty (60) days prior to the contract renewal date. Price adjustments shall be based on the latest version of the Consumers Price Index (CPI-U).for All Urban Consumers, All Items, U.S. City Average, non -seasonal, as published by the U.S. Department of Labor, Bureau of Labor Statistics. This information is available at www.bis.gov. Price adjustment shall be calculated by applying the simple percentage model to the CPI data, This method is defined as subtracting the base period index value (at the time of initial award) from the index value at time of calculation (latest version of the Cpl. published as of the date of request for price adjustment), divided by the base period. index value to identify percentage of change, then multiplying the percentage of change by 100 to identify the percentage change. Formula is as follows: Current Index — Base Index / Base index = % of Change % of Change x 100 = Percentage Change CPI-U Calculation Example: CPI for current period 232.945 Less CPI for base period 229.815 Equals index point change 3,130 Divided by base period CPI 229.815 Equals 0.0136 Result multiplied by 100 0.0136 x 100 I Equals percent change 1 .4% A price increase may be requested only at each time interval specified above, using the methodology° outlined in this section. To request a price increase, Contractor shall. submit a letter stating the percentage amount of the requested increase and adjusted price to the Orange County Procurement Division. The letter shall include the complete calculation utilizing the formula above, and a copy of the CPI-U index table used in the calculation. The maximum allowable increase shall not exceed 46/o, unless authorized by the Manager, Procurement Division. If approved, the price adjust —meat shall become effective on the contract renewal date. All. price adjustments must be accepted by the Manager, Procurement Division and shall be: memorialized by written amendment to this.contract, No retroactive contract price adjustments will be allowed, Should the CPI-U for All Urban Consumers, All, Items, U.S City Average, as published by the U.S. Department of Labor; Bureau of Labor Statistics decrease during the term of the contract, or any renewals, the Contractor shall notify the Orange County Procurement Division of price decreases in the method outlined above. If approved, the price adjustment shall become effective on the contract renewal date. If the Contractor fails to pass the decrease on to the Countythe DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 County reserves the right to place the Contractor in default, cancel the award, and remove the Contractor fiom the County Vendor List for a period of time deemed suitable by the County. In the event of this occurrence, the County further reserves the right to utilize any options as stated herein. ARTICLE 30 CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER - TERM CONTRACTS It is hereby made a part of this contract that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God that Orange County shall require a "first priority" basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the County. Contractor agrees to rent/sell/lease all goods and services to the County or other governmental entities as opposed to a private citizen, on a first priority basis. The County expects to pay contractual prices for all goods or services required during an emergency situation. Contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. ARTICLE 31 ENFORCEMENT COSTS If any legal action or other proceeding is brought for the enforcement of this Contract, or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Contract, the Parties shall each bear their own costs, expert fees, attorneys' fees, and other fees incurred in connection with this Agreement and any litigation that arises either directly, or indirectly. ARTICLE 32 JURY WAIVER Each party hereto hereby irrevocably waives, to the fullest extent permitted by applicable law, any right it may have to a trial by jury in any legal proceeding directly or indirectly arising out of or relating to this agreement. ARTICLE 33 GOVERNING LAW AND VENUE Any and all legal actions associated with this contract will be governed by the laws of the State of Florida. Venue for any litigation involving this contract shall be in the Ninth Circuit Court in and for Orange County, Florida. Should any federal claims arise for which the courts of the State of Florida lack jurisdiction, venue for those actions will be in the Orlando Division of the U.S. Middle District of Florida. ARTICLE 34 NO REPRESENTATIONS Each party represents that they have had the opportunity to consult with an attorney, and have carefully read and understand the scope and effect of the provisions of this Agreement. Neither party has relied upon any representations or statements made by the other party hereto which are not specifically set forth in this Agreement. ARTICLE 35 AUTHORITY TO PRACTICE The CONTRACTOR hereby represents and warrants that it has and will continue to maintain all licenses and approvals required to, conduct its business, and that it will at all times conduct its DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 business activities in a reputable manner. Proof of such licenses and approvals shall be submitted to the COUNTY upon request. ARTICLE 36 SEVERABILITY If any term or provision of this Contract, or the application thereof to any person or circumstances shall, to any extent, be held invalid or unenforceable, the remainder of this Contract, or the application of such terms or provision, to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected, and every other term and provision of this Contract shall be deemed valid and enforceable to the extent permitted by law. ARTICLE 37 SUCCESSORS AND ASSIGNS The COUNTY and the CONTRACTOR each binds itself and its partners, successors, executors, administrators and assigns to the other party of this Contract and to the partners, successors, executors, administrators and assigns of such other party, in respect to all covenants of this Contract. Except as above, neither the COUNTY nor the CONTRACTOR shall assign, sublet, convey or transfer its interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the COUNTY which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the COUNTY and the CONTRACTOR. ARTICLE 38 REMEDIES This Contract shall be governed by the laws of the State of Florida. Venue for any litigation involving this contract shall be the Circuit Court in and for Orange County, Florida. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or at equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. ARTICLE 39 ENTIRETY OF CONTRACTUAL AGREEMENT The COUNTY and the CONTRACTOR agree that this Contract sets forth the entire agreement between the parties, and that there are no promises or undei standings other than those stated herein. None of the provisions, terms and conditions contained in this Contract may be added to, deleted, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. ARTICLE 40 NOTICE All notices required in this Contract shall be sent by certified mail, return receipt requested, and if sent to the COUNTY shall be mailed to: ORANGE COUNTY PROCUREMENT DIVISION 400 E. SOUTH STREET ORLANDO, FL 32801 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 and if sent to the CONTRACTOR shall be mailed to: CUBIX, INC. 6450 KINGSPOINTE PARKWAY SUITE 10 ORLANDO, FL 32819 DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 IN WITNESS WHEREOF, the Board of County Commissioners of Orange County, Florida has made and executed this Contract on behalf of the COUNTY and CONTRACTOR has hereunto set its hand the day and year above written. CONTRACTOR: ORANGE COUNTY, FLORIDA: Cubix, Inc. ��� Company Name f Carrie Mathes, MPA, CFCM, CPPO, C.P.M., Procurement Division Manager Signature Date heather A. Corbitt _ Typed Name _Accounting & H.R, Director Title March 7, 2019 Date DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 EXHIBIT A SCOPE OF SERVICES 1. GENERAL REQUIREMENTS The Contractor shall provide SaniGlaze floor maintenance services for Orange County facilities as specified herein. Hours of Performance: 1) Standard Hours: Standard working hours are Monday through Friday, 6:00 AM to 6:00 PM, excluding Orange County holidays. 2) Non -Standard Hours: Non -Standard working hours are Monday through Friday, 6:01 PM to 5:59 AM, weekends, and Orange County holidays. 2. STAFFING REQUIREMENTS A. The Contractor shall identify a lead person or supervisor with whom the County's Representative may consult regarding contract performance throughout the duration of the contract. The Contractor shall immediately notify the Facilities Management Contract Administrator at minimum seventy-two (72) hours prior to the replacement of a supervisor or contact person. The name and telephone number of the replacement supervisor or contact person shall be provided at that time. Any change to the Contractor's point of contact shall be subject to the approval of the County. The Contractor's Point of Contact shall have the capability to receive service requests and complaints by landline telephone and cellular, text messages, and e-mail, to facilitate timely service and corrective actions. B. Effective communication with the County staff and building occupants is required to perform this Scope of Services. Therefore, the Contractor shall ensure supervisors and points of contact are able to read, write, and speak English fluently. C. All personnel provided by the Contractor, whether employees of the Contractor or subcontractor, shall be competent and skilled in the areas of their assigned responsibilities. D. The Contractor shall maintain sole responsibility for the actions of its employees and subcontractors. E. The Contractor shall ensure that all employees are properly dressed with a uniform shut displaying the company name/logo and prominently wear a photo ID badge on the front of their uniform at all times when on County property. The Contractor shall ensure that all of its employees are clean, neat and appropriately attired during the performance of the services. The Contractor shall be responsible for providing company photo ID badges for all employees and subcontractors. There shall be no smoking on County property at any time. DocuSign Envelope ID: 6CDA450B-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 F. Only Contractor employees shall be used to perform the required services of this contract unless otherwise approved, in writing, by the County Representative. The Contractor shall not use employees of any temporary employment agency to supplement his work force in County buildings for any reason. G. All Contractor personnel, including subcontractors, shall identify themselves at the appropriate administrative office upon arrival and prior to beginning work and upon completion of work and leaving site. Contractor personnel shall sign -in on arrival and sign -out upon completion of all services. H. It is the responsibility of the contractor to provide the proper training and supervision of their employees. Training records for all employees including certifications and recertification shall be provided to the County upon request. 3. PERFORMANCE REQUIREMENTS A. The Contractor shall conform to all Federal, State, City, and Orange County standards and regulations during the performance of the contract. Any fines levied due to inadequacies or failure to comply with any and all requirements shall be the sole responsibility of the Contractor. Any person found not in compliance with any laws, statutes, rules or regulations will not be allowed on the work site. Continued violations by a Contractor shall constitute cause for immediate termination of the Contract. B. All of the services required hereunder shall be performed by the Contractor or under the Contractor's supervision. All personnel engaged in performing the services shall be fully qualified, experienced, certified, licensed and/or permitted under state and local law to perform such services. C. The Contractor shall remove all contractor's personnel (including subcontractors) from County property who are deemed careless, incompetent, insubordinate, reasonably objectionable, or whose continued employment is deemed to be contrary to the interest of the County as determined by the County, or if it is determined that services are not being performed in accordance with the terms and conditions of this contract. The County's request to remove any employee from this contract shall, in no instance, be considered a request for the contractor to terminate the designated individual from contractor's employment. The sole intent is removal from this contract. D. Work shall be scheduled to provide the least inconvenience to building occupants and visitors. E. The County may schedule meetings periodically to review contract terms, performance, and other contractual related matters. The Contractor shall be required to attend all meetings as requested by the Contract Administrator and County Representative at no additional cost to the County. F. Services not performed in accordance to the content of this contract shall be considered unsatisfactory and unacceptable. In the event of non-performance or unsatisfactory DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 performance by the Contractor, or employees of (including subcontractors), the County's Representative shall have the right to exercise one of the following options: 1) Notify the Contractor of non-performance/unsatisfactory performance and allow Contractor to correct such item of non-performance/unsatisfactory performance within a twenty-four (24) hour timeframe. Although the timeframe for malting corrections may occur outside of the Contractor's normal working hours, the Contractor shall not receive any further compensation. 2) The Contract Administrator may request the Contractor remove any Supervisor or employee if it is a personnel related issue. 3) The County reserves the right to correct any item of non-performance/ unsatisfactory performance by any means it deems necessary to ensure the effective operation of the County's facilities. Costs incurred by the County for the correction using County employees shall be deducted from payments made to the Contractor. If another Contractor is used to correct the item, that cost will be deducted at the rate charged by the requested Contractor. G. The County's Representative shall notify the Procurement Division of the unsatisfactory performance and or deficiencies in service that remain unresolved or reoccurring. The Procurement Division, may after appropriate notice, talte necessary actions to address unsatisfactory performance up to and including termination for default. 4. SAFETY REQUIRE MENTS A. The Contractor shall provide and ensure that all personnel providing services under this contract are in compliance with applicable laws, standards, and health and safety requirements of the industry to include by not limited to: Occupational Safety and Health Act (OSHA) ■ National Institute for Occupational Safety & Health (NIOSH) ■ Orange County Safety & Health Manual. The manual can be accessed online at: http://www.oranaecogntyfl.netfVendorSeryices/Orange( ountySafetyandHealt hManual.aspx The Contractor shall 'immediately report to the County's Representative the issues which may affect the safety of Orange County personnel or the public. B. The Contractor shall prepare and maintain a Safety Plan to ensure that work performed herein conforms to contract requirements. This plan shall be submitted to the County upon request. Safety Plan shall conform to the standards and manuals outlined in the section C. Prior to performing service or maintenance on any equipment where the unexpected energizing, startup, or release of stored energy could occur and cause injury, the equipment shall be isolated and rendered inoperative through the use of a lockout device whenever the equipment is capable of being locked -out. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 D. The Contractor shall provide and ensure the wearing of necessary protective clothing, masks, eye protection, hearing protection, etc. as required by any applicable laws, regulations, ordinances, and/or manufacturer's instruction. E. All equipment used in the performance of these services shall be properly maintained and shall be subject to inspection by the County upon demand. Any equipment deemed faulty, inoperable, unsafe or improper for its intended purpose shall be promptly removed from the County's premises. F. The Contractor shall be responsible for all costs to repair any damage to County facilities or property caused by Contractor's services being incorrectly performed or omitted. 6. SECURITY CLEARANCE RE QUIREMENTS A. Background checks for the Contractor's staff shall be approved by the County prior to working in any County facility. All costs for background investigations shall be Contractor's responsibility. The County reserves the right to conduct its own investigation and request any additional investigative background information of any personnel assigned to perform the services. The Contractor shall furnish, in writing, such information to the extent allowed by law, prior to commencement of services. B. Contractor shall comply with the different security requirements for each County facility, including but not limited to: Orange County Courthouse (OCCH) Orange County Correction Complex Orange County Fire Rescue C. It shall be the Contractor's responsibility to become familiar with access to each job site and the required security clearance and check -in procedures. D. Background checks and additional security requirements are addressed in detail in the Scope of Service, Supplemental Information, attached herein. The Contractor is responsible for reading, understanding, and application of all contract terms. 6. TRAVEL AND PARKING A. The Contractor shall be responsible for all of its travel and per diem costs to and from the various County facilities. Travel time shall not be compensated by the County under any circumstances. B. The County will identify locations where Contractor vehicle parking is available. If there is a cost associated with parking, those costs shall be paid by the Contractor or Contractor's employee. Orange County will not be responsible for any damage to Contractor or Contractor's employees' vehicles while parked on Orange County property. Vehicles towed from Orange County property will be at the expense of the Contractor or Contractor's employee. Contractor and Contractor's employee vehicles shall be properly identified. DocuSign Envelope ID: 6CDA450B-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 7. SPECIFICATIONS A. EnduraGLAZE Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs solid opaque, polymer overcoat on top of existing grout lines; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. B. GroutGLAZE Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs solid opaque, polymer overcoat on top of existing grout lines. C. SurfaceGLAZE Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. D. ChromaGLAZE Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout sin -faces; and installs a solid opaque, polymer overcoat on top of existing grout lines; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. E. ChromaGLAZE+ Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs a solid clear coat of clear, polymer overcoat on top of existing grout lines; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. F. Xce1KLEEN Process A multi -step process utilizing proprietary chemicals and compounds that remove embedded contaminants and surface soils from ceramic the and grout surfaces. G. El verGLAZE Maintenance Program A set of procedures utilizing specialized equipment and chemicals to maintain tile and grout floor surfaces on a periodic basis that have been restored by the EndurGLAZE Tile and Grout Restoration process. H. VariGLAZE Process DocuSign Envelope ID: 6CDA450B-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 A restorative bonding process utilizing two very durable coatings plus decorative accents chips to overlay the entire surface, The base is a pigmented coating available in a variety of colors; the top coat is a clear coating. This process will change the color of both the tile and grout to create a neat, unified look. A special compound of micro - particles can be added to enhance appearance and improve the coefficient of friction. VariGLAZE provides and exceptionally high level of appearance and the ultimate in protection. I. Site Preparation Services, Minor Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Work effort involved estimated to be Minor. .I. Site Preparation Services, Moderate Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Work effort involved estimated to be Moderate. K. Site Preparation Services, Extensive Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Work effort involved estimated to be Extensive. 8. COORDINATION Or WORK The Contractor shall coordinate with the County Representative to perform all services. The Contractor shall plan and coordinate its efforts to not interfere with business operation or other contractors at the locations where work is to be performed. A. The Contractor shall meet with the County Representative as mutually agreed to discuss the floor care maintenance services type, quantities, and schedule. B. The Contractor shall prepare a quote per the price proposal form for services to be provided. The quote shall be itemize per the line items on the price proposal form and respective quantities. The quote shall also identify the time flame for service completion from receipt of authorization to proceed. C. Performance period in the number of calendar days shall be mutually agreed upon by the County's Representative and the Contractor and shall be included as a part of the quote. The Contractor shall provide a timeframe from date of authorization to proceed for work completion. This information shall be included on the quote and delivery order. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 D. The County reserves the right to enter into negotiations with the Contractor whenever it deems that negotiations will be in the best interest of the County. These negotiations may increase or decrease the original scope of work. Upon completion of negotiations, a new estimate shall be prepared by the Contractor and submitted to the County Representative for approval. E. The County representative will provide the Contractor a minimum of seventy-two (72) hours advance notice if rescheduling or cancellation becomes necessary. Notice time frame does not include weekends and holidays. F. No work shall be performed under the contract without an approved Delivery Order issued by Orange County. 9. CHEMICALS A. The Contractor shall develop and implement procedures to ensure its employees use chemicals in accordance with the instructions of the chemical manufacturers. B. All chemicals shall be purchased and brought on -site in ready to use containers with the original manufacturer's label that includes the name, address, phone number, instructions for use, warnings and safety instructions, and the Safety Data Sheet (SDS) as required by federal statute, All chemical containers shall have the manufacturer's quality control batch numbers included on cases or containers. Safety Data Sheet (SDS) shall be provided upon request. C. Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law, regulatory agencies or this contract. Markings or labeling of materials containing hazardous or toxic substances or wastes shall be in accordance with all federal, state, and local laws, ordinances, rules and regulations. D. All cleaning chemicals shall be disposed of per manufacturer's specifications and applicable rules and regulations. 10. INVOICING REQUIREMENTS A. Upon delivery and acceptance of service, associated cost shall be submitted by invoice to the appropriate County department per the Special Terms and Conditions. The Contractor shall reference the contract number and the appropriate purchase or delivery order number on all invoices. At minimum, an invoice shall contain the following information: • Delivery order number; • Date of order (if possible); • Date of delivery; • Itemized charges per the delivery order and price proposal form. • Service location B. The Contractor shall submit final invoice for service within thirty (30) calendar days of completion. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 C. The County shall review invoices for required information. The County shall have the authority to reject invoices based on improper invoice format and lack of supporting documents. D. Contractor shall not invoice the County for services not accepted by the County. Should the County received such invoices, they shall be rejected. E. The Contractor shall submit monthly statements of unpaid invoices to each department ordering services under this contract. At minimum, the statement shall contain the following information: • Statement date • Invoice numbers • Invoice dates • Invoice total or unpaid balance if different from invoice total • Delivery order number corresponding to each invoice listed • Balance carry forward • Cumulative outstanding balance Statements shall be sent to the corresponding ordering department, fiscal department, and contract administrator by the 1 Sty` of each month for service performed in the prior month and as requested by the County. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 SCOPE OF SERVICES SUPPLEMENTAL INFORMATION 1. GENERAL SECURITY AND IDENTIFICATION RE QUIREMENTS A. All costs for background investigations including state and national finger -printing - based record checks shall be Contractor's responsibility. The County will have the right to request any additional investigative background information including, but not limited to, the employment record, Right -To -Know records, training records, payroll records, position for which hired including site location of any personnel assigned to perform the services. The Contractor shall furnish, in writing, such information to the extent allowed by law, prior to commencement of services. The County reserves the right to conduct its own investigation of any employee of the Contractor. B. The Contractor shall be responsible for security clearance compliance for all employees and subcontractors. Background checks and security clearance requirements shall be based on the security requirements for each facility. The Contractor shall perform background checks at the Contractor's expense, including any security clearance required by the Florida Department of Law Enforcement (FDLE), Division of Criminal Justice Information Services (CJIS) and submit them to County for determining whether the employee is allowed to work for in a particular facility. Background Checks for the Contractor's staff must be approved by the County prior to working in any County facility. Contractors are responsible for obtaining the necessary forms for background checks as follows: 1. For all Contractor's staff that will be working at the Courthouse Complex or Courthouse related facilities, including the Juvenile Justice Center, - request forms from the Facilities Management Downtown District via e- mail from Kaela.Convers' i.'.:ocfl.net. 2. For all Contractor's staff that will be working at the Sheriffs Central Complex or any other Sheriff related facility - request forms from the Facilities Management Special Services District via e-mail from Bruce.Heffelbower,�ia,ocfl.net 3. For all Contractor's staff that will be working at Corrections or a Correction related facilities - request forms via e-mail from MichaelJeffrey.Adkins cr, ocfl.net. 4. For all Contractor's staff that will be working at other Orange County facilities — a Criminal History Check, conducted at the FDLE website ( www.fdle.state.fl.us/ -there is a cost to the contractor), is required. Contact Biuce,Heffelbower!ir)ocil.net for specifics before completing the check. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 For security purposes and to maintain privacy when submitting FDLE Background Checks via e-mail the subject line of the email must contain the following: ***EXEMPT*** Due to the time required to process background checks, the Contractor should allow 2-3 weeks turn -around time. Each County Representative will inform the contractor of their Background Check results. Upon Background Check approval, the Contractor's staff shall go to the Orange County Human Resources office located at 450 E. South St., Orlando, FL 32801 with an Affidavit of Identity form (issued by Contractor, sample form in contract documents) and a State of Florida I.D. or Driver's License to obtain their Orange County photo I.D. badge. C. Contractor's employees will not be allowed to work in Orange County facilities without completed and approved background investigations. D. Upon termination or transfer of any employee of the Contractor working under this contract, the Contractor shall immediately notify the County's Representative, in writing, of such termination or transfer and return said employee's Orange County photo I.D. badge to the Facilities Management Division Contract Administrator. E. The Contractor shall report the arrest of any employee working under the terms of this contract to the County's Representative within twenty four (24) hours of the arrest or knowledge of the arrest. It shall be subject to the approval of the County whether the employee shall continue to work at County locations within this contract. F. The Contractor shall remove from County premises any of his employees who, in the opinion of the County's Representative, is not performing the services in a proper manner or does not comply with the rules and regulations of the County. The Contractor shall in no way, interpret such removal to require dismissal or other disciplinary action of the employee. The County's Representative will request that anyone suspected of working under the influence of alcohol or controlled substances be removed from the workplace. The Contractor shall establish, implement and maintain procedures and controls to ensure that their employees comply with all applicable provisions of the contract and all site rules and practices of the County G. The Contractor shall not use employees of any temporary employment agency to supplement his work force in County buildings for any reason. Only Contractor employees shall be used to perform the required services of this contract unless otherwise approved, in writing, by the County's Representative. H. The Contractor shall prevent its employees from tampering with any owned items of County employees or County owned property or entering into any area unless required in the performance of the services. I. Contractor personnel are required to wear uniforms and employer identification badges displaying their company name to adequately identify them as company DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 staff. The contractor shall ensure that all of its employees are clean, neat and appropriately attired during performance of the services. J. The Contractor shall ensure all employees prominently wear the ID badge on the front of his or her uniform at all times while on County premises. K. Access to a site must be coordinated through the County's Representative. L. Sixty (60) days prior to each Contract renewal or contract end, the Contractor's Orange County photo ID badge will be inventoried by the Facilities Management Division Contract Administrator. At that time, the Contractor will be advised of any missing ID cards. If any ID Cards are missing, the Contractor will be charged a $25.00 fee per each missing ID badge. However, the County may charge and collect this fee at any time during the contract. 2. SPECIAL CONDITIONS FOR WORKING AT THE CORRECTIONS COMPLEX The following are specific conditions and rules that must be followed while providing services at the Corrections Complex. A. All Contractor employees shall carry a valid ID at all times. B. The Contractor shall provide a list of all employees that will be working inside any jail. A full criminal history shall be run on each employee by the Corrections Department. No Contractor employee will be allowed to work inside any jail if they are on active probation, home confinement, parole or have been arrested within the last five (5) years or have been arrested for any crime involving violence, drugs or theft. The Contractor employee list shall include: 1. Employee's Full name 2. Employee's date of birth 3. Employee's Race/Sex 4. Employee's Social Security Number 5. Employee's Driver's License number C. Only authorized employees of the Contractor shall be allowed to work at Corrections. WORK RELEASE INMATES ARE NOT AUTHORIZED TO WORK ON ANY JAIL PROJECT. D. Contractor's employee shall wear their Contractor issued ID on the collar of their shirt at all times while on the Corrections compound. This ID will be issued to each Contractor employee at the North perimeter building and will only be given upon surrendering of a valid personal ID. E. If an ID is lost, the Contractor's employee shall report it immediately to their escort officer. F. In the event of an emergency, the Contractor's employee shall report it to the nearest Corrections staff member. They will contact 911. G. The Contractor's employees shall follow direction of the escort officer at all times. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 fI. The Contractor's employees shall not bring tobacco or tobacco products inside any jail or on top of any roof or within any jail fence line. I. The Contractor's employees shall not bring or wear hats or sunglasses inside any facility. J. The Contractor's employees shall not bung any cell phones inside the facility unless authorized by Corrections. K. Contractor vehicles shall have the windows rolled up and be locked at all times and parked in only pre -authorized areas. L. The Contractor shall ensure that during breaks, if a Contractor's employee leaves an area, all tools must be removed. M. All Contractor tools will be inventoried going into and out of a facility. Contractor shall ensure that employees take in only what is needed to perform the services. N. At the end of each workday, the Contractor shall ensure that all tools and debris are collected. The Contractor shall conduct an inspection of all areas to ensure all tools are accounted for. O. No illegal drugs or drug paraphernalia are allowed in the compound. P. No weapons, guns or ammunition are allowed in the compound. Q. The Contractor shall ensure that no inmate interaction occurs. The Contractor's employees shall not talk to or give or receive anything from an inmate, including cigarettes. R. The Contractor shall only use storage areas approved at the beginning of the project, unless otherwise permitted during a project by Corrections. S. The Contractor shall not leave clothing unattended, including hats and sunglasses. 3. SPECIAL CONDITIONS FOR WORKING AT THE CONVENTION CENTER A. All costs for background investigations will be Contractor's responsibility. The County shall have the might to request any additional investigative background information including, but not limited to, the employment record, Right -To -Know records, E-Verify system records (if the Contractor uses this service as a means to determine employment eligibility, available through www.uscis.gov), training records, payroll records, position for which hired including site location of any personnel assigned to perform the services. The Contractor shall furnish, in writing, such information to the extent allowed by law, prior to commencement of services. The Comity reserves the right to conduct its own investigation of any employee of the Contractor. B. Background Checks for the Contractor's staff must be approved by OCCC Security team prior to working in any County facility. Contractors are responsible for DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 obtaining the necessary forms for background checks as follows. The background checks must be performed yearly: For all Contractor's staff and/or employee that will be working at any part of the Convention Center and related facilities, including Destination Parkway Parking Structure, the Contractor shall perform background checks at its expense and submit them to OCCC for determining whether the employee is acceptable to be allowed to work for OCCC. The background checks must be submitted each year the contract is valid. 2. The contractor shall provide a level 1 (5 years) background check, dated 90 days prior to contract staid and five panel drug screen, for any employees before starting work to include: a. Identification Verification b. Selective Service Status (registered/unregistered). C. FDLE Automated Criminal Record d. Clerk of Courts by County of Residence C. Employment Verification f. DMB by State Residence g. Military Verification h. Professional License and Certification Check Drug Screen — Five Panel Amphetamines Cocaine Metabolites Marijuana Metabolites Opiate Metabolites Phencyclidine C. Contractor's employees will not be allowed in Orange County Convention Center without completed and approved background investigations. D. Upon termination or transfer of any employee of the Contractor working under this contract, the Contractor shall immediately notify the County Representative, in writing, of such termination or transfer. E. The Contractor shall report the arrest of any employee working under the terms of this contract to the Orange County Convention Center Representative within twenty four (24) hours of the arrest or knowledge of the arrest. It shall be subject to the approval of the Orange County Convention Center whether the employee shall continue to work at Center locations within this contract. F. The Contractor shall ensure that all vehicles used by their staff are properly identified with the companies name and logo. G. The Contractor shall remove from Convention Center premises any of his employee's who, in the opinion of the County's Representative, or designee, is not performing the services in a proper manner, or who is incompetent, disorderly, abusive, dangerous, disruptive, or does not comply DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 with the rules and regulations of the County. The Contractor shall in no way, interpret such removal to require dismissal or other disciplinary action of the employee. Employees shall not use controlled substances, unless prescribed, nor illegal substances, and shall not use alcohol on the Center premises. The Convention Center Representative will request that anyone suspected of working under the influence of alcohol or controlled substances be removed from the workplace. H. OCCC Photo Identification Badges will be issued on an as -needed basis for the Contractor's employees that have successfully passed their background check and five panel drug screen check. Badges are the property of the OCCC. Each lost and/or misplaced badge will result in a $25.00 replacement fee, payable to the OCCC. Payment should be taken to the Business Services office prior to obtaining the replacement badge (receipt must be presented in order to receive a replacement badge). Keys may also be issued to Contractor's employees on an as -needed basis. All keys are the property of the OCCC. There will be a $35 charge per key for all lost and unreturned keys. If multiple cores must be changed due to a missing key, the Contractor shall be responsible for all the core changes. Core changes are $35.00 per core. 4. ORANGE COUNTY HOLIDAYS Legal holidays when most County buildings will be closed to the public, are as follows: 1. New Year's Day 2. Martin Luther King Day 3. Memorial Day 4. Fourth of July 5. Labor Day 6. Thanksgiving Day and the Friday after Thanksgiving Day 7. Christmas Eve and Christmas Day In addition to Orange County Holidays, the Ninth Judicial Circuit Court and the Clerk of Court also observe the following: 1. Good Friday 2. Rosh Hashanah 3. Yom Kippur 4. Veterans Day DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 TEE SCHEDULE Y19-1018-MV SANIGLAZE Item I Description � Estimated Unit Price Estimated # Quantity Annual Total per square ft. EnduraGLAZE Process 1 (as specified) 25,000 $8.25 $ 206,250.00 2 GroutGLAZE Process 5,000 $ 27,500.00 (as specified) 3 SurfaceGLAZE IProcess (as specified) $5.50 101000 $5.00 $ 50,000.00 I -- 4 ChromaGlaze Process 1,000 $ 5,500.00 (as specified) $5.50 5 ChromaGLAZE+ 1,000 Process (as specified) Xce[KLEEN Process 6 (as specified) 5,000 EverGLAZE 7 Maintenance Program 5,000 tas specified] 8 VariGLAZE Process 15,000 1 (as specified) Site Preparation 9 Services, Minor (as 20,000 specified) Site Preparation 10 Services, Moderate (as 20,000 specified) Site Preparation 11 Services, Extensive (as 5,000 s ecified) $7.00 $ 7,000.00 $3.00 $ 15,000.00 $1.50 $ 7,500.00 $ 8,60 $ 127,500.00 $0,25 $ 5,000,00 ii I $1.00 $ 20,000.00 $1.75 $ 8,750.00 Estimated Annual Total EXT11BIT B THREE ESTIMATED YEARS THREE YEARS TOTAL X 3 X 3 $618,750.00 X 3 $82,500.00 X 3 $150,000.00 X 3 $16,500.00 X 3 $21,000.00 X 3 $45,000.00 X 3 $22, 500.00 X 3 $382,500.00 X 3 1 $15,000.00 X 3 1 $60,000.00 X 3 $26,250.00 .00 1 X 3 $1,440,000 DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS: Company Name: TIN# Cubix, Inc. NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID. 59-3069016 D-U-N-SO # 00-892-3279 6450 Kin s ointe Parkway Suite 10 Orlando (Street No. or P.O. Box Number) (Street Name) (City) Florida nranaF 32819 (County) Contact Person: Phone Number: Email Address: (State) 407-928-1004 Travis@cubix-inc.com (Zip Code) Travis Owens Fax Number: EMERGENCY CONTACT Emergency Contact Person: Travis Owens 407-373-7412 Telephone Number: 407-928-1004 Cell Phone Number: 407-373-7412 Residence Telephone Number: Cell __ Email: Travis@cubix-inc.com ACKNOWLEDGEMENT OF ADDENDA The Bidder shall acknowledge receipt of any addenda issued to this solicitation by completing the blocks below or by completion of the applicable information on the addendum and returning it not later than the date and time for receipt of the bid. Failure to acknowledge an addendum that has a material impact on this solicitation may negatively impact the responsiveness of your bid. Material impacts include but are not limited to changes to specifications, scope of work/services, delivery time, performance period, quantities, bonds, letters of credit, insurance, or qualifications. Addendum No. , Date Addendum No. , Date, Addendum No. , Date Addendum No. , Date - DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 AUTHORIZED SIGNATORIES/NEGOTIATORS The Bidder represents that the following principals are authorized to sign bids, negotiate and/or sign contracts and related documents to which the bidder will be duly bound. Principal is defined as an employee, officer or other technical or rofessional in a position capable of substantiall influencing the development or -outcome of an activity required to perform the covered transaction. Name Heather A. Corbitt Travis Owens Title Telephone Number/Email 407-373-7410 ext801 Accounting & H.R. Director Heather cubix-inc.com 407-373-7410 ext 803 Sales & FloorinZ Director Travis(ctcubix-inc.com AU March 7, 2019 (Signature) (Date) (Title) Accounting & H.R. Director (Name of Business) Cubix, Inc. The Bidder shall complete and submit the following information with the bid: Type of Organization Sole Proprietorship Partnership Non -Profit Joint Venture* X_ Corporation (a) (b) State of Incorporation: Florida Principal Place of Business (Florida Statute Chapter 607): _Orlando, Orange CounM, Florida City/County/State THE PRINCIPAL PLACE OF BUSINESS SHALL BE THE ADDRESS OF THE BIDDER'S PRINCIPAL OFFICE AS IDENTIFIED BY THE FLORIDA DIVISION OF CORPORATIONS. Federal I.D. number is: 59-3069016 Joint venture firms must complete and submit with their Bid Response the form titled `7r formation for Deternririi►tg Joint Venture Eligibility", and a copy of the formal agreement between all joint venture parties. This joint venture agreement must indicate the parties' respective roles, responsibilities and levels ofparticipation for the project. k vronosine as a Joint Venture, the Joint Venture shall obtain and maintain all contractuallp _required insurance in the nante of the Joint Venture as required by the Contract. Individual insurance in the name of the parties to the Joint venture will not be accented_ Failure to timely submit the required form along with an attached written copy of the joint venture agreement may restdt in disqualification of your Bid Response DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 DRUG -FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that Cubix Inc. does: Name of Business 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation progratri f such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Paragraphs 1 thru 5. As the person authorized to sign this statement, I certify that this firm complies fully with above requirements. Bidder's Signature March 7, 2.019 Date DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 CONFLICT/NON-CONFLICT OF INTEREST STATEMENT CHECK ONE IX ] To the best of our knowledge, the undersigned bidder has no potential conflict of interest due to any other clients, contracts, or property interest for this project. OR [ ] The undersigned bidder, by attachment to this form, submits information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. LITIGATION STATEMENT CURCK ONE. [ X ] The undersigned bidder has had no litigation and/or judgments entered against it by any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the past ten (10) years. [ ] The undersigned bidder, BY ATTACHMENT TO THIS FORM, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the past ten (10) years. Cubix, Inc. COMPANY NAME AUTHORIZED SIGNATURE Heather A. Corbitt NAME (PRINT OR TYPE) Accounting & H.R. Director TITLE Failure to check the appropriate blocks above may result in disqualification of your bid. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may result in disqualification of your bid. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 E VERIFICATION CERTIFICATION Contract No.Y19-1018-MV I hereby certify that I will utilize the U.S. Department of Homeland Security's E-Verify system in accordance with the terms governing the use of the system to confirm the employment eligibility of the individuals classified below. In accordance with s. 837,06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida statutes. All persons, including subcontractors and their workforce, who will perform work under Contract NoX19-1018-MV, SaniGlaze, within the state of Florida. NAME OF CONTRACTOR: Cubix Inc. ADDRESS OF CONTRACTOR: 6454 Kingsnointe Parkwate 10 _ Orlando, FL 32819 AUTHORIZED SIGNATURE: \ . , r TITLE: Accounting & H.R; Director DATE: March 7 2019 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 RELATIONSHIP DISCLOSURE FORM FOR USE WITH PROCUREMENT ITEMS, EXCEPT THOSE WHERE THE COUNTY IS THE PRINCIPAL OR PRIMARY BIDDER For procurement items that will come before the Board of County Commissioners for final approval, this form shall be completed by the Bidder and shall be submitted to the Procurement Division by the Bidder. In the event any information provided on this form should change, the Bidder must file an amended form on or before the date the item is considered by the appropriate board or body. Part I INFORMATION ON BIDDER: Legal Name of Bidder- Cubix, Inc. Business Address (Street/P.O. Box, City and Zip Code): 6450 Kingsoaiizte Parkway, Suite 10 Orlando F132819 Business Phone: ( 407 ) 373-7410 Facsimile: (407) 373-7412 INFORMATION ON BIDDER'S AUTHORIZED AGENT, IF APPLICABLE: (Agent Authorization Form also required to he attached) Name of Bidder's Authorized Agent: Business Address (Street/P.O. Box, City and Zip Code): Business Phone: ( ) _ Facsimile: Page 1 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 1311 A6DC9 Part 11 IS THE BIDDER A RELATIVE OF THE MAYOR OR ANY MEMBER OF THE BCC? YES X NO IS THE MAYOR OR ANY MEMBER OF THE BCC THE BIDDER'S EMPLOYEE? YES _X NO IS THE BIDDER OR ANY PERSON WITH A DIRECT BENEFICIAL INTEREST IN THE OUTCOME OF THIS MATTER A BUSINESS ASSOCIATE OF THE MAYOR OR ANY MEMBER OF THE BCC? YES X_ NO If you responded "YES" to any of the above questions, please state with whom and explain the relationship. (Use additional sheets of paper if necessary) Page 2 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE11311A61DC9 Part III ORIGINAL SIGNATURE AND NOTARIZATION REQUIRED I hereby certify that information provided in this relationship disclosure form is true and correct based on my knowledge and belief. If any of this information changes, I further acknowledge and agree to amend this relationship disclosure form prior to any meeting at which the above - referenced project is scheduled to be heard. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duty shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or S. 775.083, Florida Statutes. Lill Signature of Bidder Printed Name and Title of Person completing this form: Heather A. Corbitt STATE OF , t COUNTY OF e, March 7, 2019 Date Accounting & %—R--0�TU-kCX- I certify that the foregoing instrument was acknowledged before me this —10' day of . Ady c k 20_ft by 6d jlj� Cot- 61 V Jr He/she is personally known to me or has produced 'D,,r N4ey,! Lin In SCE as identification and did/did not take an oath. Witness my hand and official seal in the county and state stated above on the Zday of r'jarG� , in the year 20l JUAN C TOLEDO MY COMMISSION # FF976876 EXPIRES May 13. 2020 ao�r aan-0raa FloHdatiab rysAndes om (Notary Seal) Staff signature and date of receipt of form Signat i e of Notary Public Notary ublic for the State of FLar i r�� My Commission Expires; Staff reviews as to form and does not attest to the accuracy or veracity of the information provided herein. Page 3 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 ORANGE COUNTY SPECIFIC PROJECT EXPENDITURE REPORT This lobbying expenditure form shall be completed in full and filed with all application submittals. This form shall remain cumulative and shall be filed with the department processing your application. Forms signed by a principal's authorized agent shall include an executed Agent Authorization Form. This is the initial Form: X_ This is a Subsequent Form: Part I Please complete all of the following: Name and Address of Principal (legal name of entity or owner per Orange County tax rolls): Cubix. _Inc. 6450 Kinfrs:�ointe Parkway,. Suite 10. Orlando.. , FLL 32819____� Name and Address of Principal's Authorized Agent, if applicable: Last the name and address of all lobbyists, Contractors, contractors, subcontractors, individuals or business entities who will assist with obtaining approval for this project. (Additional forms may be used as necessary.) Name and address of individual or business entity: Are they registered Lobbyist? Yes ____ or No 2. Name and address of individual or business entity:._ Are they registered Lobbyist? Yes _ or No- 3. Name and address of individual or business entity:__ , Are they registered Lobbyist? Yes_ or No 4. Name and address of individual or business entity: Are they registered Lobbyist? Yes — or No 5. Name and address of individual or business entity: Are they registered Lobbyist? Yes -- or No 6. Name and address of individual or business entity: _s Are they registered Lobbyist? Yes _^ or No 7. Name and address of individual or business entity: _ Are they registered Lobbyist? Yes _ or No_ 8. Name and address of individual or business entity: Are they registered Lobbyist? Yes _ or No� Page 1 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 Part II Expenditures: For this report, an "expenditure" means money or anything of value given by the principal and/or his/her lobbyist for the purpose of lobbying, as defined in section 2-351, Orange County Code. This may include public relations expenditures including, but not limited to, petitions, fliers, purchase of media time, cost of print and distribution of publications. However, the term "expenditure" does not include: *Contributions or expenditures reported pursuant to chapter 106, Florida Statutes; *Federal election law, campaign -related personal services provided without compensation by individuals volunteering their time; *Any other contribution or expenditure made by or to a political party; *Any other contribution or expenditure made by an organization that is exempt from taxation under 26 U.S.C. s. 527 or s. 501(c)(4), in accordance with s.112.3215, Florida Statutes; and/or *Professional fees paid to registered lobbyists associated with the project or item. The following is a complete listrof all lobbying expenditures and activities (including those of lobbyists, contractors, Contractors, etc.) incurred by the principal or his/her authorized agent and expended in connection with the above -referenced project or issue. You need not include de minimus costs (under $50) for producing or reproducing graphics, aerial photographs, photocopies, surveys, studies or other documents related to this project. Date of Expenditure Name of Party Incurring Expenditure Description of Activity Amount Paid TOTAL EXPENDED THIS REPORT $ Page 2 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE11311A61DC9 Part III Original signature and notarization required I hereby certify that information provided in this specific project expenditure report is true and correct based on my knowledge and belief. I acknowledge and agree to comply with the requirement of section 2-354, of the Orange County code, to amend this specific project expenditure report for any additional expenditure(s) incurred relating to this project prior to the scheduled Board of County Commissioner meeting. I further acknowledge and agree that failure to comply with these requirements to file the specific expenditure report and all associated amendments may result in the delay of approval by the Board of County Commissioners for my project or item, any associated costs for which I shall be held responsible. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duty shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes. March 7, 2019 Date Signature of principal or o Principal's Authorized Agent (check appropriate box) Printed Name and Title of Person completing this form: Heather A. Corbitt Accounting & H.R. Director STATE OF F}or•icJcL COUNTY OF I certify that the foregoing instrument was acknowledged before me this '1}~ day of _['far(' , , 20161by %-�r S',xh�k; A4 He/she is personally known tome or has produced b rive rl5 j_ i r en g-r as identification and did/did not take an oath. Witness my hand and official seal in the county and state stated above on the 1144' day of Ho v&k , in the year JUAN C TOLF.00 �- i MY COMMISSION # FF976878 Signat e of Notary Public . *Oyd� 2020 Notary Public for the State of (407) 39$-0t62 Fwpe�Noh $ervka.cmn My Commission Expires: Staff signature and date of receipt of form Staff reviews as to form and does not attest to the accuracy or veracity of the information provided herein. Page 3 DocuSign Envelope ID: 6CDA45OB-01F3-4FA2-AB1F-FBE11311A6DC9 TEE SCHEDULE Y19-1018-MV SANIGLAZE Item I Description � Estimated Unit Price Estimated # Quantity Annual Total per square ft. EnduraGLAZE Process 1 (as specified) 25,000 $8.25 $ 206,250.00 2 GroutGLAZE Process 5,000 $ 27,500.00 (as specified) 3 SurfaceGLAZE IProcess (as specified) $5.50 101000 $5.00 $ 50,000.00 I -- 4 ChromaGlaze Process 1,000 $ 5,500.00 (as specified) $5.50 5 ChromaGLAZE+ 1,000 Process (as specified) Xce[KLEEN Process 6 (as specified) 5,000 EverGLAZE 7 Maintenance Program 5,000 tas specified] 8 VariGLAZE Process 15,000 1 (as specified) Site Preparation 9 Services, Minor (as 20,000 specified) Site Preparation 10 Services, Moderate (as 20,000 specified) Site Preparation 11 Services, Extensive (as 5,000 s ecified) $7.00 $ 7,000.00 $3.00 $ 15,000.00 $1.50 $ 7,500.00 $ 8,60 $ 127,500.00 $0,25 $ 5,000,00 ii I $1.00 $ 20,000.00 $1.75 $ 8,750.00 Estimated Annual Total EXT11BIT B THREE ESTIMATED YEARS THREE YEARS TOTAL X 3 X 3 $618,750.00 X 3 $82,500.00 X 3 $150,000.00 X 3 $16,500.00 X 3 $21,000.00 X 3 $45,000.00 X 3 $22, 500.00 X 3 $382,500.00 X 3 1 $15,000.00 X 3 1 $60,000.00 X 3 $26,250.00 .00 1 X 3 $1,440,000 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE1 B11A6DC9 FEE SCHEDULE - Y19-1018-MV - SANIGLAZE. March 8th, 2022 - March 7th, 2023 Item t! Description Unit Price per Sq Ft Notes 1 EnduraGLAZE Process (as Specified) $ 8.58 2 EnduraGLAZE Plus Process (as Specified) $ 9.75 3 GroutGLAZE Process (as Specified) $ 5.72 4 jSurfaceGLAZE Pocess (as Specified) $ 5.20 5 SUrfaceGLAZE Plus Process (as Specified) $ 6.10 6 ChromaGLAZE Process (as Specified) $ 5.72 7 ChromaGLAZE Plus Process (as Specified) $ 7.28 8 VariGLAZE Process (as Specified) $ 8.84 9 VariGLAZE Plus Process (as Specified) $ 10.40 10 XceIKLEEN Process (as Specified) $ 3.12 11 EverGLAZE Maintenance Program (as Specified) $ 1.56 12 Site Prep Minor $ 0.26 13 Site Prep Moderate $ 1.04 14 Site Prep Extensive $ 1.82 Date: February 1st, 2022 DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE11311A6DC9 UnIGLAZE TILE & BARD SURFACE RESTORATION SanlGLAZE International, LLC SanIGLAZE process Descriptions Revised August 2021 Restoration Service Description A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface EnduraGiAZE soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs solid opaque, polymer overcoat Process on top of existing grout lines; and installs a durable, chemical and urine resistant, clear polymer coating over the entire tile and grout surface. A mull! -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface EnduraGLAZE+ soils from ceramic the and grout surfaces, as well as other hard surfaces, and installs solid opaque, polymer overcoat Process on top of existing grout lines; and installs a durable, chemical and urine resistant, clear Xolile-based coating over file entire tile and grout surface. .ChromaGLAZE A multi -stop process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic the and grout surfaces, as well as other hard surfaces, and installs a durable, chemical and urine resistant, opaque tinted Xolite-based coating over the entire tile and grout surface. A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface ChromaGLAZE+ soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs a durable, chemical and urine Process resistant, opaque tinted Xolite-based coaling over the entire file and grout surface. A final coat of chemical and wine resistant, clear Xolite-based coating is applied over the entire file and grout surface. A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface soils from ceramic the and grout surfaces, as well as other hard surfaces and Installs a durable, chemical and urine VarIGLAZE Process resistant, opaque tinted Xolite-based coating over the entire surface with the addition of color chips to enhance the appearance. A final coal of chemical and urine resistant, clear Xolile-based coating is applied over the entire tile and grout surface. A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface soils from ceramic tile and grout surfaces, as well as other hard surfaces, and Installs a durable, chemical and urine VafiGLAZE+ resistant, opaque tinted Xallte-based coating over the entire file and grout surface. Next synthetic chips are spread Process evenly over the surface while the coating Is uncured. After the coating has cured the loose chips are removed and a second coat of chemical and urine resistant, clear Xolite-based coating is applied over the entire tile and grout surface to encapsulate the chips and provide and additional layer of protection. Next a final application of a high-performance urethane -based coating is applied over the entire surface. GroutGLAZE A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs solid opaque, polymer overcoat on top of existing grout lines. SurfacoGLAZE A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs a durable, chemical and urine resistant, clear polymer coating over the entire the and grout surface. SurfaceGLAZE+ A mull€ -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic tile and grout surfaces, as well as other hard surfaces, and installs a durable, chemical and urine resistant, clear Xolite-based coating over The entire the and grout surface. XcelKLEEN A multi -step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface Process soils from ceramic the and grout surfaces, as well as other hard surfaces. EverGLAZE A set of procedures utilizing specialized equipment and chemicals to maintain the and grout floor surfaces, as well as Extended Protection other hard surfaces, on a periodic basis that have been restored by one of the SaniGLAZE system's restoration Plan processes. Site Preparation Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal Minor of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area Impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Site Preparation pre -restoration process work necessary before commencement of restoration process steps. Examples Include rernoval Moderate of floor coat! ngslcaulkinglpolyurot hane, removal and replacement of partitions or work area Impediments, and grout sawing in cases where grout depth is Insufficient to achieve permanent bonding of glazing compound, Pre -restoration process work necessary before commencement of restoration process steps. Examples include removal Site Preparation of floor coat€ ngsteaulkinglpolyurethane including S€ITanium, Adsll, MlcroGuard, PermaTect or other coatings, removal Extensive and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. DocuSign Envelope ID: 6CDA45OB-01 F3-4FA2-AB1 F-FBE11311A6DC9 • . CU 1X1_ SUSTAINABLE FLOORING RESOURCE KEITH TVH S'ON 6450 Kingspointe Pkwy, Suite 10 Orlando, FL. 32819 Phone: 407-902-6501 Fax: 407-373-7412 Email: keith@cubix-inc.com New Tile & Grout Without Replacement SERVICE PROPOSAL Net 30 DATE December 15, 2022 COMPANY City of Clermont COMPANY City of Clermont CONTACT Todd Lewis CONTACT Todd Lewis ADDRESS 400 12th Street ADDRESS 400 12th Street Clermont , Florida 34711 Clermont , Florida 34711 PHONE 352-394-7177 PHONE 352-394-7177 FAX FAX EMAIL tlewis(cilclermontfl.org SERVICE SaniGLAZE Item AREA DESCRIPTION COLOR Quantity PRICE City of Clermont West Park, Hiawatha Park Restrooms 1 West Park Men's & Women's Restrooms VariGLAZE TBD 1 $2,705.04 306 SF $ 8.84 SF. Process 2 West Park Men's & Women's Restrooms XceIKLEEN N/A 1 $954.72 306 SF. $ 3.12 SF. 3 West Park Men's & Women's Restrooms Site Prep N/A 1 $ 556.92 306 SF. $ 1.82 SF. Extensive 4 Hiawatha Park 2 Men's & 2 Women's Restrooms VariGLAZE TBD 1 $ 6,223.36 704 SF. $ 8.84 SF. Process 5 Hiawatha Park 2 Men's & 2 Women's Restrooms XceIKLEEN N/A 1 $ 2,196.48 704 SF. $ 3.12 SF. 6 Hiawatha Park 2 Men's & 2 Women's Restrooms Site Prep N/A 1 $ 1,281.28 704 SF. $ 1.82 SF. Extensive Sub Total $13,917.80 Sales Tax TOTAL 1 $ 13,917.80 P.O. # Signature: Date: SANIGLAZE SERVICES BENEFITS: Like NewAppearance Permanently Removes Embedded Contaminants Creates a Cleaner Appearance Ensures a more Sanitary Environment Eliminates Odors Easy to Clean One Year Warranty against Product/Workmanship failure No Construction Headaches Janitorial Training Provided Provides a Moisture Proof Protective Shield