AGREEMENT BETWEEN COUNTY AND CONTRACTOR DRAFT WITNESSETH:

Similar documents
May 22, Dear Proposed Vendor:

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY

The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services

TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT REQUEST FOR PROPOSALS FOR CLEANING SERVICES

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK

c. Contractor s employees will have a good personal appearance at all times.

Middlesex County College Edison, New Jersey

INVITATION TO BID JANITORIAL SERVICES

Building Maintenance Proposal ACLC

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS

RFP # City Of Hammond Purchasing Department. Janitorial Services for the City of Hammond For Fiscal Year

County of Siskiyou Department of General Services

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY

CITY OF BURIEN, WASHINGTON

Citylink Bus Maintenance Facility Janitorial Services

REQUEST FOR QUOTES FOR JANITORIAL SERVICES

City of El Centro Park & Recreation Division

TOWNSHIP OF TOMS RIVER BID SPECIFICATIONS JANITORIAL SERVICES FOR THE DEPARTMENT OF PUBLIC WORKS, YOUTH CENTER AND RECREATION OFFICE

AGENDA ITEM # 9A/B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting October 9, Jason M. Bielawski, Assistant Village Administrator

Request for Proposals

THIS IS NOT AN ORDER! REQUEST FOR QUOTATION

High Point University Greek Village

Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid)

QUOTATIONS FOR SMALL PURCHASE (QSP) No JS WM/MO Professional Janitorial Services

This ITB is also available on the CEMCO website under the Community Tab:

REQUEST FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT

Janitorial Services Salem District Court House Sealed Bid Town of Salem. July 2018

CONTRACTED CLEANING

Robert B. Gold, Superintendent. The BIG HOLLOW SCHOOL DISTRICT NUMBER 38 does hereby invite sealed bids for:

GOLD RIDGE FOREST POA 4101 OPAL TRAIL POLLOCK PINES, CA Phone (530) Fax (530)

INVITATION FOR BIDS BID PROPOSAL NO. J18135 TO PROVIDE CUSTODIAL AND YARD SERVICES FOR VARIOUS JUDICIARY FACILITIES ON OAHU

Purchasing Department, Room A College Rd. Key West, FL (305) , Fax (305)

STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY)

RENTAL SPACE AVAILABLE

Freight Station Bunning Hall RENTAL PACKET 603 S Main Street Rock Springs, WY 82901

REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES

La Grange Public Library Request for Proposal For Cleaning Services

Terminology Freire Charter School is referred to herein as the School, and bidders as Vendor. Proposal Timeline The following dates and milestones app

City of Mason. Request for Proposals for Janitorial Services. Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the:

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

CORDELIA FIRE PROTECTION DISTRICT FACILITY RENTAL CONTRACT

SUTTER YOUTH ORGANIZATION 7740 Buttehouse Road P.O. Box 231 Sutter, CA 95982

SUAMICO FACILITY RESERVATION FORM

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT

Request for Proposal

Request for Proposals (RFP) For Janitorial Services Request for Proposals No. G057 Issued by:

Housekeeping / Janitorial contractor services for el Rio Health Center

PICK-A-PECK KITCHENS FACILITIES USE AGREEMENT

APPLICATION FOR ALTERATIONS OR ADDITIONS

INVITATION TO BIDDERS

CITY OF PANAMA CITY BEACH SPECIAL EVENT AGREEEMENT

Government Peak Chalet Rental Application General Information N. Mountain Trails Drive, Palmer AK $250 for 1/2 day (4 hours)

ADVERTISEMENT FOR REQUEST FOR PROPOSALS NOTICE TO PROPOSER:

GFWC Woman s Club of Tallahassee P. O. Box Tallahassee, Florida

NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN

INVITATION TO BID: APARTMENT CLEANING


PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

REQUEST FOR QUOTATION (RFQ)

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

Invitation To Bid. Hart County Health Department Jill Garland, Office Manager (706)

Appendix A. City of Gainesville CITY WIDE JANITORIAL SERVICES MINIMUM STANDARDS OF SERVICE

County of Mercer SPECIFICATIONS FOR BID FOR JANITORIAL SERVICES AT VARIOUS BUILDINGS IN MERCER COUNTY FOR A PERIOD OF TWO (2) YEARS

Georgetown Community Center Rental Information

REQUEST FOR PROPOSALS BUILDING CUSTODIAL & CLEANING SERVICES

Weiser Chamber of Commerce 309 State St., Weiser, ID TODAY'S DATE fax CONTRACT # --

REQUEST FOR PROPOSAL

ARTICLE 3 - PAYMENTS TO CONTRACTOR

Georgetown Community Center Rental Information


COMMUNITY CENTER FEE SCHEDULE & FACILITY USER REGULATIONS

Dalton Farm Homeowners Association Roosevelt House Reservation Forms

The Grande Phoenician at the Grande Preserve Condominium Association, Inc.

CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM

RENTAL AGREEMENT. Person Responsible Organization (if applicable) Date. Estimated Attendance (#) Facility Requested Main Hall Kitchen

JEFFERSON COMMUNITY COLLEGE PURCHASING DEPARTMENT 1220 COFFEEN STREET WATERTOWN, NY 13601

Single Date Rental of the Athenaeum Contract

Community Center 2019 Rental Agreement

Use Agreement for Oscar Johnson 4-H Center and Complex

JOHNS CREEK AMENITY RENTAL FORM / BRANDY CREEK CDD

PLEASE READ ATTACHED RULES

Please do not write below this line. For Borough use only FORFEITURE OF DEPOSIT IN FULL OR PART

Concession Policies & Procedures

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS

Library (Hoyer Hall) Meeting Room FACILITY USE POLICIES

May 2, 2012 Governor Charley E. Johns Conference Center 1610 North Temple Ave. Starke FL Basic Usage Rate Sheet

County of Ingham. Request for Proposals Packet # Janitorial Services. Sealed Proposals Due: April 26, 2016 at 11:00 A.M.

Re-Advertisement Request for Proposals # For Vacancy Prep Services for The Sanford Housing Authority

INVITATION FOR BIDS JANITORIAL SERVICES FOR TOWN OWNED BUILDINGS WAREHAM, MA. IFB s DUE: June 12, 2017 by 10:00 AM Late Proposals Will Be Rejected

Warner Robins Housing Authority

WARREN COUNTY ARMORY CIVIC CENTER RENTAL AGREEMENT

RENTAL AGREEMENT TERMS OF AGREEMENT:

Community Room Rental Permit Application

West University United Methodist Church Facility Use Policy

INVITATION TO BID PW CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

Thank you for reserving the Aurora Shores Homeowners Association Marina for your special event.

Hampton Station Homeowners Association, Inc. Amenity Reservation / Rental Agreement

Transcription:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR This Agreement, made and entered into February 19, 2013 by and between Marion County, a political subdivision of the State of Florida, (hereinafter referred to as the COUNTY ) and Boro Building & Property Maintenance, located at 6321 Porter Road Suite 5, Sarasota, FL 34240, possessing FEIN# 27-2225172 (hereinafter referred to as the CONTRACTOR ) under seal for the Custodial Cleaning Services for Libraries, (hereinafter referred to as the PROJECT ), and the COUNTY and the CONTRACTOR hereby agreeing as follows: WITNESSETH: In consideration of the mutual covenants and promises contained herein, the COUNTY and CONTRACTOR (the PARTIES ) hereto agree as follows: Section 1 Term. This Agreement shall commence upon April 1, 2013 and shall continue for a period of three (3) years with one (1) automatic (3) three year renewal option remaining pending mutual agreement. Section 2 Scope of Services. As per specifications and requirements of project 13P-050 Custodial Cleaning Services for Libraries, the CONTRACTOR shall complete the scope of services listed in Exhibit A Scope and Service according to the timeframe as noted herein. Section 3 Compensation. The COUNTY shall make payment to the CONTRACTOR upon completion of the services as described in Section 2 of this agreement. There shall be no provisions for pricing adjustments during the term of the contract. Fee schedule is attached as Exhibit B. Section 4 Bonds. A Fidelity Bond in the amount of $100,000 will be required. This bond is required to be submitted yearly. Section 5 Notices. Except as otherwise provided herein, all notices and other communications provided for hereunder shall be in writing and sent by certified mail return receipt requested, or by hand deliver, and shall be deemed effective if mailed, when deposited in a United States Postal Service mailbox with postage prepaid or if hand delivered, when personally handed to the Party to whom the notice or other communication is addressed, with signed proof of delivery. The COUNTY S and the CONTRACTOR S representatives for notice purposes are: CONTRACTOR: COUNTY: Boro Building & Property Maintenance 6321 Porter Road Suite 5, Sarasota, FL 34240 CONTACT PERSON: Ryan Skrzypkowski 941-556-9027 E-mail: ryan@borofl.com Marion County Library c/o Marion County Board of County Commissioners 601 SE 25 th Ave Ocala, FL 34471 A copy of all notices to the COUNTY hereunder shall also be sent to: Procurement Director Marion County Procurement Services Department 2511 SE 3rd St., Ocala, FL 34471

Section 6 Assignment. The CONTRACTOR may not subcontract all or any part of this Agreement without written approval by the COUNTY. Section 7 Laws, Permits, and Regulations. Prior to the performance of any work hereunder, the CONTRACTOR shall obtain and pay for all licenses and permits, as required to perform the services described in Section 2 of this Agreement. CONTRACTOR shall at all times comply with all appropriate laws, regulations, and ordinances applicable to the services provided under this Agreement. Section 8 Amendments. This Agreement may only be amended by mutual written agreement of both Parties. Section 9 Books and Records. The CONTRACTOR shall keep records of all transactions. The COUNTY shall have a right to review such records at the CONTRACTOR S office during normal business hours. Section 10 Indemnification. The CONTRACTOR shall indemnify and hold harmless the COUNTY, its officers, employees and agents from all suits, claims, or actions of every name and description brought against the COUNTY based on personal injury, bodily injury (including death) or property damages received or claimed to be received or sustained by any person or persons arising from or in connection with any negligent act or omission of the CONTRACTOR or its employees, officers, or agents in performing the services set forth herein. Section 11 Insurance. As applicable, during the period the services are rendered, insurance policies shall be with a company or companies authorized to do business in the State of Florida. The County shall be notified if any policy limit has eroded to one half its annual aggregate. The CONTRACTOR shall provide a Certificate of Insurance, issued by a company authorized to do business in the State of Florida and with an A.M. Best Company rating of at least B+. All policies must show the "Marion County Board of County Commissioners" as an Additional Insured except for the workers compensation and professional liability policies. The Procurement Services Director should be shown as the Certificate Holder, and the Certificate should provide for 30-day cancellation notice to that address with policies for the following: Business Auto Liability shall be provided by the CONTRACTOR with combined single limits of not less than $1,000,000 per occurrence and is to include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, hired and non-owned automobiles. Worker s Compensation shall be purchased and maintained by the CONTRACTOR with statutory limits and employers liability limits of at least $1,000,000 each accident and $1,000,000 each employee and $1,000,000 policy limit for disease. General Liability with limits of not less than $1,000,000 per occurrence and $2,000,000 annual aggregate. The policy must be maintained by the CONTRACTOR for the duration of the project. If the policy is written on a claims-made basis, the CONTRACTOR must maintain the policy a minimum of 5 years following completion of the project. The County of Marion must be shown as additional insured. Section 12 Independent CONTRACTOR. In the performance of this Agreement, the CONTRACTOR will be acting in the capacity of an independent CONTRACTOR and not as an agent, employee, partner, joint venture, or associate of the COUNTY. The CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures utilized by the CONTRACTOR in the full performance of this Agreement.

Section 13 Default/Termination. In the event the CONTRACTOR fails to comply with any of the provisions of this Agreement, the COUNTY may terminate this Agreement for cause by first notifying the CONTRACTOR in writing, specifying the nature of the default and providing the CONTRACTOR with a reasonable period of time in which to rectify such default. In the event the default is not cured within the time period given, the COUNTY thereafter may terminate this Agreement upon written notice to the CONTRACTOR without prejudice to the COUNTY in terms of any right or for cause; the COUNTY will be responsible for compensation to the CONTRACTOR only for the termination date. The COUNTY may terminate this Agreement without cause providing at least thirty (30) days written notice to the CONTRACTOR. In the event of termination of this Agreement without cause, the COUNTY will compensate the CONTRACTOR for all services timely and satisfactorily performed pursuant to this Agreement up to the date of termination. Notwithstanding any other provision of this Contract, this Contract may be terminated if for any reason there are not sufficient appropriated and available monies for the purpose of maintaining County or other public entity obligations under this Contract. County shall have no further obligation to CONTRACTOR, other than to pay for services rendered prior to termination. Section 14 Timely Performance. All work will commence upon authorization from the County s representative. All work will proceed in a timely manner without delays. Section 15 Damage to Property. The CONTRACTOR shall be responsible for all material, equipment and supplies sold and delivered to the COUNTY under this Contract and until final inspection of the work and acceptance thereof by the COUNTY. In the event any such material, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance, the CONTRACTOR shall replace the same without additional cost to the COUNTY, as applicable. Section 16 Termination for Loss of Funding/Cancellation for Unappropriated Funds. The obligation of the County for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. Section 17 Use of Other Contracts. Marion County Board of County Commissioners reserves the right to utilize any County contract, State of Florida Contract, city or county governmental agencies, school board, community college/state university system cooperative bid agreement. Marion County Board of County Commissioners reserves the right to separately bid any single order or to purchase any item on this solicitation/contract if it is in the best interest of the County. Section 18 Employee Eligibility Verification. For those projects funded with State or Federal dollars, Marion County will adhere to the practices set forth under the e-verification system, which is outlined in the clauses below. Information provided by the Contractor is subject to review for the most current version of the State or Federal policies at the time of contract award. By previously signing the ITB Acknowledgment and Addenda Certification Form, and this contract Contractor has agreed to perform in accordance with these requirements and agrees: 1. To enroll and participate in the federal E-Verify Program for Employment Verification under the terms provided in the Memorandum of Understanding governing the program. 2. To provide to the Agency, within thirty (30) days of the effective date of this contract, documentation of such enrollment in the form of a copy of the E-Verify Edit Company Profile screen, which contains proof of enrollment in the E-Verify Program (this page can be accessed from the Edit Company Profile link on the left navigation menu of the E- Verify employer s homepage).

3. To require each subcontractor that performs work under this contract to enroll and participate in the E-Verify Program within ninety (90) days of the effective date of this contract/amendment/extension or within ninety (90) days of the effective date of the contract between the Contractor and the subcontractor, whichever is later. The Contractor shall obtain from the subcontractor(s) a copy of the Edit Company Profile screen indicating enrollment in the E-Verify Program and make such record(s) available to the Agency upon request. 4. To maintain records of its participation and compliance with the provisions of the E-Verify program, including participation by its subcontractors as provided above, and to make such records available to the Agency or other authorized state entity consistent with the terms of the Memorandum of Understanding. 5. To comply with the terms of this Employment Eligibility Verification provision is made an express condition of this contract and the Agency may treat a failure to comply as a material breach of the contract. Section 19 Force Majeure. Neither CONTRACTOR nor COUNTY shall be considered to be in default in the performance of its obligations under this AGREEMENT, except obligations to make payments with respect to amounts already accrued, to the extent that performance of any such obligations is prevented or delayed by any cause, existing or future, which is beyond the reasonable control and not a result of the fault or negligence of, the affected Party (a"force Majeure Event"). If a party is prevented or delayed in the performance of any such obligations by a Force Majeure Event, such Party shall immediately provide notice to the other Party of the circumstances preventing or delaying performance and the expected duration thereof. Such notice shall be confirmed in writing as soon as reasonably possible. The Party so affected by a Force Majeure Event shall endeavor, to the extent reasonable, to remove the obstacles which prevent performance and shall resume performance of its obligations as soon as reasonably practicable. A Force Majeure Event shall include, but not be limited to acts of civil or military authority (including courts or regulatory agencies), acts of God, war, riot, or insurrection, inability to obtain required permits or licenses, hurricanes and severe floods. Section 20 Exhibits/Attachments. The following attachments are hereby incorporated into this Agreement as part hereof as though fully set forth herein: EXHIBIT A SCOPE OF SERVICE AND EXHIBIT B FEE SCHEDULE IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month and year set forth above. COUNTY BOARD OF COUNTY COMMISSIONERS ATTEST: MARION COUNTY, FLORIDA DAVID R. ELLSPERMANN, KATHY BRYANT, CLERK OF THE COURT CHAIRMAN APPROVED AS TO FORM AND LEGAL SUFFICIENCY MATTHEW G. MINTER, ATTORNEY COUNTY

ATTEST BORO BUILDING & PROPERTY MAINTENANCE OFFICER OF CORP. PRESIDENT OF CORP. NOTARY CERTIFICATE To be completed by Notary on behalf of Boro Building & Property Maintenance for project 13P-050 - Custodial Cleaning Services for Libraries STATE OF: COUNTY OF: Before me this day personally appeared: and, as and respectively of Boro Building & Property Maintenance to me well known or produced identification (Type of ID) to be the persons described in and who executed the foregoing instrument, and who acknowledged that they did so as officers of said corporation all by and with the authority of the Board of Directors of said corporation. Witness my hand and seal this day of, 20. Signature of Notary Notary Stamp:

13P-050 Custodial Cleaning for Libraries Exhibit A Scope of Service This contract is for the custodial cleaning service for all County libraries. The vendor shall furnish all necessary labor, supervision, equipment, and cleaning supplies, required to maintain a clean, sanitary environment for each County facility listed. The County shall reserve the right to add and/or delete sites as needed. Pricing for any added site(s) shall be negotiated. A. GENERAL Supervisors must be available to monitor and inspect work being done and should require all areas to be checked off on a nightly basis. Successful vendor must be sure all buildings are securely locked during and when their work is completed each night. All cleaners must be able to speak and read English and meet state eligibility requirements. Cleaners shall be instructed that they are not to utilize the equipment in any office or building, such as copy machines, radios, microwaves, telephones, etc. Cleaners must not unplug any computers, electronic equipment or refrigerators, etc. The County shall supply/provide all soap, toilet tissue, paper towels, trash liners, and air deodorizers to all Library Branches. The vendor shall provide all labor, equipment, and all other supplies, consumables, signage, etc. necessary to perform the scope of services/work. The vendor shall supply all cleaning products, chemicals, and equipment such as vacuum cleaners, mops, buckets, brooms, dust mops, rags, floor scrubbers, etc. Notify designated Library personnel when opening the last case of toilet tissue, soap, and paper towels. Notify designated Library personnel before supply runs low on miscellaneous supplies such as urinal blocks, stick-ups, plastic trash liners, etc. When containers are half empty, notify Library personnel to allow enough time to reorder. Staff employed by the Janitorial firm shall have undergone a criminal background check. Proof of background check and results, must be supplied upon award for each employee working within County buildings. All cleaners will be required to pass a level II background check. Library Staff responsible for supervising performance of contract scope of work strongly prefers janitorial staff to have previous experience successfully cleaning Libraries. B. BASIC DAILY TASKS Basic tasks shall include: dusting all horizontal and vertical surfaces such as window ledges, door frames, blinds, etc. Dusting shall include all lobby and entry seating and tables, etc. including personal areas such as credenzas, bookcases, tables etc. At no time shall personal items be moved, nor should trash cans and/or garbage bags or any cleaning supplies, equipment, etc. be placed on any desks. Dust books and shelves as part of routine monthly upkeep. Vacuuming all carpeted areas shall be vacuumed nightly. Thorough, deep vacuuming by commercial grade machines is of vital importance. Each library has constant daily foot traffic which brings in a lot of sand, dirt, and dust. The HOST method or a system capable of performing the same type tasks and providing the same level of results shall be utilized for daily vacuuming, spot cleaning, and twice per year all over carpet cleaning.

Carpet Spot Cleaning Carpets shall be spot cleaned with a neutral ph based spotter, nightly or as necessary. Spots should be observed by cleaners and should be cleaned without a special request having to be made. Sweeping & mopping all ceramic and VCT tiled areas shall be cleaned with a broom and mopped nightly to maintain a clean and presentable area. All high-traffic areas such as entrances shall be cleaned by swept and mopped at least nightly and as frequently as needed by day porter. Cleaning of all conference room tables and chairs nightly. Stocking all toilet paper holders, paper towel dispensers, soap dispensers, hand sanitizer, etc. is a necessity that must occur during each cleaning shift. Paper towel dispensers should be filled to allow for the partial roll to be used before dispensing the new roll stocked in the dispenser. Wipe up wet tile surfaces at entrance. Put out Wet Floor signs and umbrella bag fixture, as needed All restrooms shall be cleaned and sanitized during each shift of each day of service. Countertops, sinks, partitions & hardware, toilets, urinals, and floors shall be cleaned and sanitized each day; bathroom stalls shall be wiped down during each cleaning shift. Waterless urinals shall be cleaned during each cleaning shift; however, cartridges will be replaced by Facilities Management. Floor drains should be flushed out on a regular basis with clear, clean water. All glass entry doors, windows, and two-sided interior windows (such as office doors), shall be cleaned inside and out on a regular basis. Vendor must have flexibility to change and/or add areas on a moment s notice to meet changes in conditions beyond County control. All kitchens and break rooms shall be cleaned nightly and sinks kept clean as long as tenants have removed their dirty dishes. Dishes are not to be washed by the cleaners. Special or particular attention shall be given to high traffic areas such as front entry way, in front of and around restrooms, and around public service desk areas. Wood Polish: Solid wood vertical end panels of library materials shelving: At HQ, Belleview, Dunnellon, and Forest Public Libraries. Utilizing only Old English Lemon Oil or Murphy s Oil (NO WAX PRODUCTS) to clean and condition: Clean (wipe) end panels every three (3) months (once per quarter). This shall also include end panels on circulation & reference desks (including fronts), computer work stations, opacs, etc. anything with a vertical wood surface. With conditioning at least twice per year. Detailed Tasks All work shall be performed after hours except as specified at Library Headquarters. At Headquarters, staff may start work during business hours in NON-PUBLIC AREAS, as identified by Library Staff. Evening staff shall perform all services after hours as specified for each library. Daily: Help with setup & take down of tables, chairs and equipment in meeting rooms. Must remove and reassemble partition between two meeting rooms Oversee cleanliness of public and staff work areas. Day Porter: HEADQUARTERS ONLY Monday through Saturday four (4) hours daily. Schedule to be approved by library staff.

Main Floor/Offices/Conference, Study, and Meeting Rooms/Technology Lab/Friends Bookstore: Vacuum carpets thoroughly, with emphasis on the entryway with high-power suction, due to high foot traffic daily; spot clean carpet as needed, including removal of gum and tar. Empty waste baskets; dispose of waste in receptacles outside backdoor, then to dumpster. Dust all horizontal surfaces including furniture and shelves within 6 feet of floor. Spot clean walls, partitions, doors, window sills and frames. Clean/disinfect drinking fountains. Clean entrance glass, front doors, and glass in interior doors, half glass walls, and office glass. Using approved products only: clean, disinfect and dust all patron chairs, wooden arm rests, and tables. Damp dust exhibit cases removing hand prints. Dust copiers, and wipe down as needed, mop floors in copy room daily. Clean all kitchens and scour all sink areas. Restrooms: Always use a sanitizing and deodorizing solution daily and weekly. Sweep and mop tile floors. Wash and sanitize toilet fixtures, bowl, seats and urinals (Sloan Clean Green provided for Waterless Urinals). Clean wash basins; damp clean/polish all mirrors, shelves, dispensers and other plated fixtures. Dust stall partitions, wipe down stall surfaces, doors and waste receptacles. Remove splashing around basins, commodes and urinals. Empty trash receptacles and change liner. Check paper towels, toilet paper and liquid soap daily and install as needed. Exterior / Front: Wipe down hand rails, and bike racks Wipe down front windows and sills, inside and out. Wipe down book-drops. Empty garbage cans. Blow sidewalk and breezeway off with blower 2 4 times a week. Blowers will not be provided by the County. Blowers must be provided by the janitorial vendor. Library blowers can be made available if requested in advance. Oversee cleanliness of front garden area. Entrance/Exit, North Service Ramp: Remove all cigarette butts, dirt and debris. Empty Garbage daily. Sweep off ramp. Oversee cleanliness of the area. Staff Work Areas: Empty trash baskets and garbage cans. Sweep and mop floor surfaces. Clean/polish all uncluttered tables and shelving. Staff Lounge: Empty trash baskets and garbage cans; dispose of waste in receptacles outside back door.

Sweep and mop floor surfaces. Dust furniture. Wipe down tables, counter and cabinet surfaces, and scour sinks. Staff Restrooms: Always use a sanitizing and deodorizing solution Sweep and mop floors surfaces. Wash and sanitize toilet fixtures, bowls, seats and urinals. Clean wash basins; damp clean/polish all mirrors, shelves, dispensers and plated fixtures. Remove splashing around basins, commodes, and urinals. Empty used trash receptacles and replace liners. Check toilet paper, liquid soap, and paper towels daily and install as needed. Clean ceramic tile walls. Weekly: Main Floor: Damp dust return air conditioning vents. Dust mini blinds. Systematically damp dust all book shelves and ledges at least once during the month. This includes the tops of high shelving (approximately 10 feet high); damp dust all picture frames and plaques. Remove cobwebs. Damp clean chair mats in staff work areas. Staff Only Work Areas and Staff Lounge: As needed, wax staff work areas, staff lounge, mail room, meeting room kitchen floors, using non-slip floor wax. Wipe down work station cubicles - partitions and overhead bins, not including desktops. Staff Restrooms: Scrub and maintain floor areas (clean with abrasive action using a stiff brush). Monthly: Main Floor and Staff Work Areas: Damp wipe walls as required. Quarterly: Main Floor and Staff Work Areas: Clean waste paper baskets inside and outside. Perform high cleaning of all surfaces and objects above 10 feet of floor, including walls, clocks, ledges, moldings, ventilation and air conditioner outlets and return grills, and light fixtures. Semi-Annually: Full carpet cleaning shall be performed twice per year at all locations. The cleaning schedule shall be coordinated with the County s Project Manager and/or representative, so that staff can be alerted to make necessary preparations (i.e.: move book carts, pick personal items up off the floor, secure applicable equipment and/or other items, make arrangements for senior staff to be available if necessary, etc.). Commercial Floor Fans must be provided to ensure adequate drying. Service is to be performed after hours on Saturday, Sunday or holidays.

Depending on the traffic and abuse of the floors, strip, seal and refinish all VCT, and burnish ceramic tile floors (to be done after hours on Saturday, Sunday or holidays). Library personnel will notify vendor when this needs to be done or contractor may notify Library personnel when they observe need. C. SECURITY All employees of vendor are to wear uniform and name badges. It is the responsibility of cleaning crew to make certain all areas are locked and exterior doors are shut and locked when leaving for the night. All cleaning must be completed by midnight (12:00 a.m.), except by special permission for special projects such as deep cleaning of floors, tile, and carpets. Family members and friends are NOT allowed to accompany workers to any sites. Only vendor s staff shall be permitted inside County buildings. Vendor shall supply a schedule of buildings and times when staff is scheduled to be in each particular building. D. EQUIPMENT Vendor shall ensure that its workers have the proper equipment and chemicals necessary to complete their job, to include vacuum cleaners, mops, brooms, clean mop heads and rags, etc. E. TIMELINESS All work will commence upon authorization from the County s representative. All work shall proceed in a timely manner without delays. F. CONTRACT TERM This agreement shall be for three (3) years with the option to automatically renew pending mutual agreement for an additional three (3) year term. However, evaluations shall be submitted by the Library Staff annually and continuance and/or renewal of the contract shall be contingent upon satisfactory evaluations. The County reserves the right to accept and/or reject any or all bids; to waive any irregularity, variance, or informality whether technical or substantial in nature; and to negotiate with all qualified Firms in keeping with the best interests of the County. An award resulting from this Request for Proposals shall be awarded to the Firm whose proposal is determined to be most advantageous to Marion County. Marion County reserves the right to award to one or more providers the elements or levels of scope of work for one or more of the listed sites, or choose to award the contract to one provider in accordance with the capabilities and extent of involvement each respondent proposes. G. CONDUCT IN COUNTY BUILDINGS No cleaner will access any County records, files or documents at any time during performance of their duties. No cleaner will disturb any personal items or papers on desks or work areas. No janitorial employee will be allowed in any area of the building other than the area of work responsibility or authorized break or office area, without previous knowledge of his/her Lead. No cleaner shall use County telephones (except for an emergency). Any telephone charges verified by the County incurred by the vendor s employees shall be billed to the vendor. All equipment used by cleaners shall meet all O.S.H.A. standards for plugs, cords, grounds, etc (i.e.: cords shall be inspected on a regular basis (monthly) to ensure ground is still in place.

Smoking is not permitted in County Buildings. Cleaners shall conduct themselves in an orderly and safe manner. Fighting, horseplay, stealing, being under the influence of alcohol or drugs or bringing alcohol or drugs onto County property, soliciting, gambling, or any immoral or undesirable conduct is not permitted and may be grounds for immediate termination of contract. Marion County reserves the right to immediately have any employee of the Janitorial firm removed from County property should the employee fail to adhere to any of the requirements listed above. H. COUNTY OBSERVED HOLIDAYS On County Observed Holidays, regular cleaning is not necessary and shall not be performed, however, on these occasions, library branches and/or areas can be made available to specialized crews to perform services that should only be performed during such downtimes (i.e.: cleaning carpets, stripping, waxing, other maintenance on tile/floors, etc. services requiring drying time, or a period of time several days in a row to complete, or for which the area needs to be free of foot traffic.) The 2013 schedule of County Observed Holidays is attached for review. I. SITE LOCATIONS All work shall be performed after hours except as specified herein: Cleaning begins after close of regular business hours at each Library Branch. At Library Headquarters, the Day Porter position cleaning hours are 12:00 PM (NOON) 4:00 PM, or as long as deemed necessary by agreement between the Library and the janitorial firm. Cleaning hours for evening crews shall began at the closing of each branch except in some non-patron areas identified as such by Library Staff and in these areas, work may begin after County employee shifts have ended at each branch. Marion County Public Library Buildings: Contact: Joy Vecchio The following locations will require cleaning services: Belleview Public Library 13145 SE Hwy 484 Belleview, FL 34420 16,000 sq ft cleaned five (5) times per week HOURS: Mon & Tues 10 AM 8 PM; Wed through Sat 10 AM 6 PM; Sun Closed Dunnellon Public Library 20351 Robinson Road Dunnellon, FL 34431 16,000 sq ft cleaned five (5) times per week HOURS: Mon 10 AM 6 PM, Tues & Thurs 10 AM 8 PM; Wed, Fri & Sat 10 AM 6 PM; Sun Closed Forest Public Library 905 S Hwy 314A 10,000 sq ft cleaned five (5) times per week HOURS: Mon 10 AM 6 PM; Tues & Thurs 10 AM 8 PM; Wed through Sat 10 AM 6 PM; Closed Sunday Ft. McCoy Public Library 14660 NE Hwy 315 Ft. McCoy, FL 32134

3,000 sq ft cleaned once a week HOURS: Mon 11 AM 7 PM; Tues Closed; Wed 10 AM 6 PM; Thurs Closed; Fri Closed; Sat 10 AM 4 PM Freedom Public Library 5870 SE 95 St Ocala, FL 34476 (corner of 95 ST & 60 AVE) 8,100 sq ft cleaned five (5) times per week HOURS: Mon, Wed, Fri & Sat 10 AM 6PM Tues & Thurs 10 AM 8 PM; Sun Closed Ocala Public Library Headquarters 2720 E Silver Springs Blvd Ocala, FL 34470 57,750 sq ft cleaned 7 days a week HOURS: Mon through Thurs 10 AM 8 PM; Fri & Sat 10 AM 6 PM; Sun 1 PM 5 PM