HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-134Temp. Reso. 12275
Page 1 of 4
November 28, 2012
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-201213V
-
A RESOLUTION BY THE CITY COMMISSION OF THE CITY OF
TAMARAC, FLORIDA, AWARDING BID NO. 13-01 B TO AND
APPROVING AN AGREEMENT WITH UNITED STATES SERVICE
INDUSTRIES, INC. FOR CITYWIDE JANITORIAL SERVICES;
AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO
EXECUTE AN AGREEMENT WITH UNITED STATES SERVICE
INDUSTRIES, INC.; AUTHORIZING AN ANNUAL CONTRACT
AMOUNT OF $206,088 FOR FIXED -COST SERVICES;
AUTHORIZING AN AMOUNT NOT TO EXCEED $20,608 TO BE
ADDED TO THE CONTRACT FOR VARIABLE -COST SERVICES
FOR A TOTAL ANNUAL BUDGET OF $226,696; PROVIDING
FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Mayor and City Commission deems it to be in the best
interest of the citizens, residents, and staff of the City of Tamarac to maintain City
facilities through proper janitorial services provided in a cost-effective and
efficient manner; and
WHEREAS, the City of Tamarac publicly advertised Bid No. 13-01 B for
janitorial services, incorporated herein by reference and on file in the office of the
City Clerk; and
WHEREAS, on November 6, 2012, six (6) bids were opened and reviewed
in order to determine cost and responsiveness to the City's technical
specifications, a bid tabulation is hereto attached; and
WHEREAS, a copy of the bid tabulation showing all bids for all facilities is
included herein as Exhibit 1 "; and
Temp. Reso. 12275
Page 2 of 4
November 28, 2012
WHEREAS, United States Service Industries, Inc. submitted the lowest
responsive and responsible bid proposal for providing janitorial services to
certain City -owned facilities in the amount of $206,088, a copy of the bid
response is incorporated herein by reference and is on file in the office of the City
Clerk ; and
WHEREAS, the Technical Specifications of Bid #13-01 B allows the City,
at its own discretion, to provide contracted janitorial services to any City owned
facility, any combination of City owned facilities, or all City owned facilities; and
WHEREAS, the lowest responsive bidder, United States Service
Industries, Inc., has agreed to provide janitorial services, pursuant to the Terms &
Conditions, Special Conditions, and Technical Specifications of Bid #13-01 B to
City Hall, Recreational Center, Multipurpose Center, Caporella Aquatic Center,
Community Center, Parks Administration Building, Public Works Building,
Utilities/IT Building, Water Treatment Plant, and Fire Station #15 for an amount
not to exceed $206,088; and
WHEREAS, the lowest responsive bidder, United States Service
Industries, Inc. has agreed to provide janitorial services to additional City facilities
pursuant to the Terms and Conditions, Special Conditions, Technical
Specifications of Bid #13-01 B; and
WHEREAS, the Public Services Director, Financial Services Director, and
Purchasing and Contracts Manager recommend that the appropriate City
Officials enter into an Agreement to utilize United States Service Industries, Inc.
Temp. Reso. 12275
Page 3of4
November 28, 2012
for janitorial services, a copy of said Agreement is included herein as Exhibit "Te,
and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it
to be in the best interest of the citizens and residents of the City of Tamarac that
janitorial services be provided contractually by United States Service Industries,
Inc.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA, THAT:
SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified
and confirmed as being true and correct and are HEREBY made a specific part
of this Resolution upon adoption hereof. All exhibits attached hereto are
incorporated herein and made a specific part of this resolution.
SECTION 2: The award of Bid #13-01 B to United States Service
Industries, Inc. is HEREBY approved for an amount of $206,088 for fixed -cost
services and an amount of $20,608 for variable -cost services for an annual cost
of $226,696 for the term of the Agreement.
SECTION 3: The appropriate City Officials are HEREBY authorized to
execute an Agreement with United States Service Industries, Inc. for a two -and -
one -half -year period commencing January 1, 2013, hereto attached as Exhibit 2.
SECTION 4: All Resolutions or parts of Resolutions in conflict herewith
are hereby repealed to the extent of such conflict.
Temp. Reso. 12275
Page 4of4
November 28, 2012
SECTION 5: If any provision of this Resolution or the application thereof
to any person or circumstance is held invalid, such invalidity shall not affect other
provisions or applications of this Resolution that can be given effect without the
invalid provision or application, and to this end the provisions of this Resolution
are declared to be severable.
SECTION 6: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this � � day of �t'►'`�''� 2012.
BETH TALABIS
MAYOR
ATTEST:
PATRICIA TEUFIEL, CAC
INTERIM CITY CLERK
RECORD OF COMMISSION VOTE:
MAYOR TALABISCO W--O
DIST 1: COMM. BUSHNELE, t&�o
DIST 2: COMM. GOMEZ ald,-Y�
DIST 3: V/M GLASSERmto�
DIST 4: COMM. DRESSLE'ft
-C44P-1'
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
PAMUELS-GOREN
CITY ATTORNEY
City or Tamarac
r in and Contracts Division
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
UNITED STATES SERVICE INDUSTRIES, INC. (USSI)
THIS AGREEMENT is made and entered into this day of by and
between the City of Tamarac, a municipal corporation with principal offices located at
7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and United States Service
Industries, Inc., Hereinafter referred to as (USSI),
a Delaware corporation duly registered as a Florida Foreign Profit Corporation with
principal offices located at 4330 East-West Highway, Suite 200, Bethesda, Maryland
20814 (the "Contractor") to provide for City-wide Janitorial Services.
Now therefore, in consideration of the mutual covenants hereinafter set forth, the City
and Contractor agree as follows:
1) The Contract Documents
- ----- ,The contract documents consist of this Agreement, including Attachment A,
"Pricing"; Invitation for Bid Document No. 13-01 B, "City-wide Janitorial Services",
including all conditions therein; (General Terms and Conditions, Special Conditions
and/or Special Provisions), drawings; Technical Specifications; all addenda; the
Contractor's bid/proposal included herein; and all modifications issued after
execution of this Agreement. These contract documents form the Agreement, and all
are as fully a part of the Agreement as if attached to this Agreement or repeated
therein. In the event that there is a conflict between Invitation for Bid # 13-01 B, "City-
wide Janitorial Services" as issued by the City, and the Contractor's Proposal,
Invitation for Bid 13-01 B as issued by the City shall take precedence over the
Contractor's Bid. Furthermore, in the event of a conflict between this document and
any other contract documents, this Agreement shall prevail.
2) The Work
2.1. The Contractor shall perform all work for the City required by the contract
documents as set forth below:
2.1.1 Contractor shall furnish all labor, materials, supplies and equipment
necessary as indicated in the bid package Bid NO. 13-01 B Citywide
Janitorial Services.
2.1.2 Contractor shall furnish all labor, supplies, materials, supplies,
equipment, tools, service and supervision necessary to properly
perform and maintain each City facility in a neat, clean and orderly
manner as per the specifications listed within the bid document.
2.1.3 Contractor
shall clean
up and remove
each day all debris and material
created
by
the
work
at
the
contractor's
expense.
2.1.4 Contractor shall supervise the work force to ensure that all workers
0
Purchasing and Contracts iViSi0/7
-------------------------- ----
conduct themselves and perform their work in a safe and professional
manner. Contractor shall comply with all OSHA safety rules and
regulations in the operation of equipment and in the performance of the
work.
2.1.5 Contractor shall at all times have a competent field supervisor on the
job site to enforce these policies and procedures at the Contractor's
expense.
2.1.6 All equipment must be stored in a safe manner when not in operation.
The City shall not be responsible for damage to any equipment or
personal injuries caused by the Contractor's failure to safely store
equipment.
2.1.7 Contractor shall provide the City with seventy-two (72) hours written
notice prior to the beginning of work under this Agreement and prior to
any schedule change with the exception of changes caused by
inclement weather.
2.1.8 Contractor shall comply with any and all Federal, State, and local laws
and regulations now in effect, or hereinafter enacted during the term of
this Agreement, which are applicable to the Contractor, its employees,
agents or subcontractors, if any, with respect to the work and services
described herein.
3) Performance Based Contracting
3.1 The City of Tamarac desires to enter into a partnering agreement with the
successful contractor, which will provide mutual benefits for both the City
and the Contractor. Under a Performance Based Contract, the
Contractor's satisfactory performance will result in the City's exclusive use
of the Contractor for the full term of the Agreement, while unsatisfactory
performance may result in the loss of the Contractor's rights to exclusivity
upon passage of the guaranteed period of contract exclusivity.
3.2 The City of Tamarac guarantees that as long as the Contractor has not
breached this Agreement, the Contractor shall be guaranteed an exclusive
business relationship with the City for a minimum period of six (6) months.
3.3 Upon passage of the guaranteed contract period, this Agreement shall
continue to remain in force, however future exclusivity under the
Agreement shall be contingent on the successful performance of the
Contractor in accordance with the specifications contained herein. The
City shall continue to utilize the Contractor exclusively, for the needs
enumerated herein, if it is determined that the Contractor is providing
satisfactory performance under the Agreement. Satisfactory performance
shall be defined as follows:
0
3.4
Purchasingand Contracts Division
Successful adherence to the requirements of thi
successful completion of all tasks required under the
manner which is acceptable to the City.
s
Agreement and
specifications in a
3.5 The Contractor shall provide a level of service which shall lead to optimal
agency satisfaction. Complaints, including but not limited to poor service,
unacceptable follow-up, disputes relating to invoice processing, etc. shall
constitute unsatisfactory performance. More than five (5) complaints,
reviewed and solely determined by the City to be legitimate, per month will
prompt a review of the Contractor's performance, and may result in
cancellation of the exclusivity provision contained herein.
3.6 City is sole judge of non-performance. Failure of Contractor to comply with
conditions, terms, specifications, and requirement of bid is just cause for
termination of the Contract as enumerated in the Technical Specifications,
Section 4 of the Agreement, "Contract Period" contained herein.
3.7 Routine Inspections: The City shall perform routine inspections of City
facilities for compliance with this Contract. Deficiencies will be reported to
the Contractor for correction.
4) Contract Performance
4.1 The City, in cooperation with the successful Contractor, shall develop a
"Contract Report Card", which will be utilized by agency personnel in the
evaluation of the Contractor's performance as provided in Section 4.2 of
this Agreement. In the event that the Contractor does not receive a
passing evaluation, the Contractor will be provided with an opportunity to
correct any deficiencies within two (2) weeks after being notified of such
deficiencies. Failure to correct such deficiencies may result in the
Contractor's loss of its exclusive right to do business with the City.
4.2 Contract Report Card: The City shall formally evaluate Contractor on an
ongoing basis during the term of the Agreement. The City shall request
City employees to serve on an evaluation panel during the contract term.
Each employee will evaluate the Contractor using a "Contract Report
Card" evaluation document, which will survey the Contractor's level of
service. Evaluation criteria for the "Contract Report Card" will be
developed by the City, with input from the Contractor. The City will
periodically meet with the Contractor to discuss the results of the "Contract
Report Card" evaluation for that period. The Contract Report Card is
included Attachment B to this Agreement.
5) Insurance
Contractor shall obtain at Contractor's expense all necessary insurance in such form
and amount as specified in the original bid document or as required by the City's
Risk and Safety Manager before beginning work under this Agreement including, but
not limited to, Workers' Compensation, Commercial General Liability, and all other
KI
City of Tamarac
insurance as required by the City, including Professional Liability when appropriate.
Contractor shall maintain such insurance in full force and effect during the life of this
Agreement. Contractor shall provide to the City's Risk and Safety Manager
certificates of all insurances required under this section prior to beginning any work
under this Agreement. The Contractor will ensure that all subcontractors comply with
the above guidelines and will retain all necessary insurance in force throughout the
term of this agreement.
5.1 Contractor shall indemnify and hold the City harmless for any damages
resulting from failure of the Contractor to take out and maintain such
insurance. Contractor's Liability Insurance policies shall be endorsed to
add the City as an additional insured. The City reserves its right to select
its own defense counsel. Contractor shall be responsible for payment of all
deductibles and self-insurance retentions on Contractor's Liability
Insurance policies.
6) Contract Term
6.1 The contract period shall be effective January 1, 2013 through June 30,
2015, for a period of two and one-half (2.5) years based upon successful
performance by the Contractor. The Contractor, however, shall initially
contract exclusively with the City for a guaranteed period of six (6) months.
The Contractor shall be evaluated by City personnel during this time
period. During the initial six (6) month period, the contactor shall enjoy an
exclusive contract relationship with the City. Upon completion of the initial
six (6) month period, however, unsatisfactory performance by the
Contractor shall result in the loss of exclusivity. Satisfactory performance
will result in the Contractor maintaining its exclusive right to perform the
requirements of this Agreement for additional six (6) month terms until the
completion of the full two and one-half (2.5) year term.
6.2 Upon completion of the first full two and one-half (2.5) year period, the City
reserves the right to renew the Contract for two (2) additional two (2) year
periods based on the successful Bidder agreeing to the same terms and
conditions and by giving written notice to the City not less than ninety (90)
days prior to renewal date of any adjustment in the Contract amount.
Contract renewal will be based on satisfactory performance, mutual
acceptance, and determination that the Contract is in the best interest of
the City. The ongoing performance evaluation process will continue during
any renewal periods for the life of the Agreement.
7) Contract Pricing
The Contract Pricing for the above work for each facility and special event service
shall be in accordance with the pricing contained in Attachment A "Pricing" herein.
City of Tamarac
8) Payments
---- 704k
TAMARAG
The City Foi Your Ufa? Pa ,.
8.1 The City shall pay in full the Contract Sum to the Contractor upon
completion of the work listed in Paragraph 2 of this Agreement unless the parties
agree otherwise. Upon receipt of a properly executed invoice from the
Contractor, the City shall pay the Contractor for work performed subject to the
specifications of the job and subject to any additions and deductions by
subsequent change order provided in the contract documents.
8.2 All payments under this Agreement shall be governed by the Local
Government Prompt Payment Act, F.S., Part VI I, Chapter 218.
9) Waiver of Liens
Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all
suppliers, subcontractors, and/or contractors who worked on the project that is the
subject of this Agreement.
10) Warranty
In the event that Contractor causes damages during the period, Contractor shall
perform such steps required in Paragraph 2 of this Agreement to the affected areas
of city facilities. Contractor shall be responsible for any damages caused by defect to
affected area or to interior structure.
11) Indemnification
11.1 The Contractor shall indemnify and hold harmless the City, its elected and
appointed officials, employees, and agents from any and all claims, suits,
actions, damages, liability, and expenses (including attorneys' fees) in
connection with loss of life, bodily or personal injury, or property damage,
including loss of use thereof, directly or indirectly caused by, resulting from,
arising out of or occurring in connection with the operations of the Contractor or
its officers, employees, agents, subcontractors, or independent Contractors,
excepting only such loss of life, bodily or personal injury, or property damage
solely attributable to the gross negligence or willful misconduct of the City or its
elected or appointed officials and employees. The above provisions shall survive
the termination of this Agreement and shall pertain to any occurrence during the
term of this Agreement, even though the claim may be made after the termination
hereof.
11.2 Upon completion of all Services, obligations and duties provided for in this
Agreement, or in the event of termination of this Agreement for any reason, the
terms and conditions of this Article shall survive indefinitely.
i. The Contractor shall pay all claims, losses, liens, settlements or
judgments of any nature whatsoever in connection with the foregoing
indemnification including, but not limited to, reasonable attorney's
fees (including appellate attorney's fees) and costs.
I
rVIVARINA
1. 1 ;,
ii. City reserves the right to select its own legal counsel to conduct any
defense in any such proceeding and all costs and fees associated
therewith shall be the responsibility of Contractor under the
indemnification agreement.
11.3 Nothing contained herein is intended nor shall be construed to waive City's
rights and immunities under the common law or Florida Statutes 768.28, as
amended from time to time.
12) Non -Discrimination & Equal Opportunity Employment
During the performance of the Contract, the Contractor shall not discriminate against
any employee or applicant for employment because of race, religion, color, gender,
national origin, sex, age, marital status, political affiliation, familial status, sexual
orientation, or disability if qualified. The Contractor will take affirmative action to
ensure that employees are treated during employment, without regard to their race,
religion, color, gender or national original, or disability. Such actions must include,
but not be limited to, the following: employment, promotion; demotion or transfer;
recruitment or recruitment advertising, layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. The
Contractor shall agree to post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the contracting officer setting
forth the provisions of this nondiscrimination clause. The Contractor further agrees
that he/she will ensure that Subcontractors, if any, will be made aware of and will
comply with this nondiscrimination clause.
13) Independent Contractor
This Agreement does not create an employee/employer relationship between the
Parties. It is the intent of the Parties that the Contractor is an independent contractor
under this Agreement and not the City's employee for any purposes, including but
not limited to, the application of the Fair Labor Standards Act minimum wage and
overtime payments, Federal Insurance Contribution Act, the Social Security Act, the
Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the
State Worker's Compensation Act, and the State Unemployment Insurance law. The
Contractor shall retain sole and absolute discretion in the judgment of the manner
and means of carrying out Contractor's activities and responsibilities hereunder
provided, further that administrative procedures applicable to services rendered
under this Agreement shall be those of Contractor, which policies of Contractor shall
not conflict with City, State, or United States policies, rules or regulations relating to
the use of Contractor's funds provided for herein. The Contractor agrees that it is a
separate and independent enterprise from the City, that it had full opportunity to find
other business, that it has made its own investment in its business, and that it will
utilize a high level of skill necessary to perform the work. This Agreement shall not
be construed as creating any joint employment relationship between the Contractor
and the City and the City will not be liable for any obligation incurred by Contractor,
including but not limited to unpaid minimum wages and/or overtime premiums.
r mA w tL : 1
14) Assignment and Subcontracting
Contractor shall not transfer or assign the performance required by this Agreement
without the prior consent of the City. This Agreement, or any portion thereof, shall
not be subcontracted without the prior written consent of the city.
15) Notice
Whenever either party desires or is required under this Agreement to give notice to
any other party, it must be given by written notice either delivered in person, sent by
U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger
service, as follows:
CITY
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONTRACTOR
United States Service Industries, Inc.
4330 East-West Highway, Suite 200
Bethesda, MD 20814
Attn: Skip Spurgeon, Vice President of
Florida Divisions
16) Termination
16.1 Termination for Convenience: This Agreement may be terminated by the
City for convenience, upon thirty (30) days of written notice by the City to
the Contractor for such termination in which event the Contractor shall be
paid its compensation for services performed to termination date, including
services reasonably related to termination. In the event that the Contractor
abandons this Agreement or causes it to be terminated, Contractor shall
indemnify the city against loss pertaining to this termination.
16.2 Default by Contractor: In addition to all other remedies available to the
City, this Agreement shall be subject to cancellation by the City for cause,
should the Contractor neglect or fail to perform or observe any of the
terms, provisions, conditions, or requirements herein contained, if such
neglect or failure shall continue for a period of thirty (30) days after receipt
by Contractor of written notice of such neglect or failure.
17) Agreement Subject to Funding
0
City of Tamarac
Purchasing and Contracts Division
This agreement shall remain in full force and effect only as long as the expenditures
provided for in the Agreement have been appropriated by the City Commission of
the City of Tamarac in the annual budget for each fiscal year of this Agreement, and
is subject to termination based on lack of funding.
18) Venue
This Agreement shall be governed by the laws of the State of Florida as now and
hereafter in force. The venue for actions arising out of this agreement is fixed in
Broward County, Florida.
19) Signatory Authority
The Contractor shall provide the City with copies of requisite documentation
evidencing that the signatory for Contractor has the authority to enter into this
Agreement.
20) Severability; Waiver of Provisions
Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction
shall, as to such jurisdiction, be ineffective to the extent of such prohibition or
unenforceability without invalidating the remaining provisions hereof or affecting the
validity or enforceability of such provisions in any other jurisdiction. The non-
enforcement of any provision by either party shall not constitute a waiver of that
provision nor shall it affect the enforceability of that provision or of the remainder of
this Agreement.
21) Merger; Amendment
This Agreement constitutes the entire Agreement between the Contractor and the
City, and negotiations and oral understandings between the parties are merged
herein. This Agreement can be supplemented and/or amended only by a written
document executed by both the Contractor and the City.
22) No Construction Against Drafting Party
Each party to this Agreement expressly recognizes that this Agreement results from
the negotiation process in which each party was represented by counsel and
contributed to the drafting of this Agreement. Given this fact, no legal or other
presumptions against the party drafting this Agreement concerning its construction,
interpretation or otherwise accrue to the benefit of any party to the Agreement, and
each party expressly waives the right to assert such a presumption in any
proceedings or disputes connected with, arising out of, or involving this Agreement.
23) Uncontrollable Circumstances
Neither the City nor Contractor shall be considered to be in default of this Agreement
if delays in or failure of performance shall be due to Uncontrollable Forces, the effect
of which, by the exercise of reasonable diligence, the non -performing party could not
avoid. The term "Uncontrollable Forces" shall mean any event which results in the
prevention or delay of performance by a party of its obligations under this Agreement
and which is beyond the reasonable control of the nonperforming party. It includes,
but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot,
civil disturbance, sabotage, and governmental actions.
w._....r..m ...._._. ._.._.. .._ __._ _..__..__..._._..._....._...._...._........._ ..__.. _._._....._._........_.._._...._.___..__. m .... _. _..._ _._....___. __. _. . _ .. _ ..... _...................... _..... _.... ......M..................._.....�.�.b...�....�..�..�
City of Tamarac
Neither party shall, however, be excused from performance if nonperformance is
due to forces, which are preventable, removable, or remediable, and which the
nonperforming party could have, with the exercise of reasonable diligence,
prevented, removed, or remedied with reasonable dispatch. The nonperforming
party shall, within a reasonable time of being prevented or delayed from
performance by an uncontrollable force, give written notice to the other party
describing the circumstances and uncontrollable forces preventing continued
performance of the obligations of this Agreement.
In the event that any City facility is closed due to uncontrollable forces as indicated
in Section 21.a of this Agreement, the Contractor shall not bill the City for the cost of
hourly employees who are not working, unless such employees have been tasked to
complete maintenance at the facility in an effort to restore the facility to operational
status.
Remainder of Page Intentionally Blank
City o mar Purchasing and Contracts Division
IN WITNESS WHEREOF, the parties have made and executed this Agreement on the
respective dates under each signature. CITY OF TAMARAC, through its Mayor and.
United States Service Industries, Inc., signing by and through its Vice President of
Florida Divisions, duly authorized to execute same.
ATTEST:
Patricia A. Teufel, CMC
Interim City Clerk
IqV3
ATTEST:
i§fiaty�4 of Corporate Secretary
Joel Felrice
Type/Print Name of Corporate Secy.
(CORPORATE SEAL)
CITY OF TAMARAC
r
Beth Talabisco, M
ichael C. Cernech, City Manager
Date
Approved as to form and legal sufficiency:
Xlia-
Date
United States Service Industries, Inc.
Company Name
Skip Spurgeon
Vice President of Florida Divisions
/- q - 20 / z
W-1
10
City �Tamarac i'tr� t;ity Fnr Yc�€rr ti#ePurchasing and Contracts Division
STATE OF H611-416(
:SS
COUNTY OF
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State
aforesaid and in the County aforesaid to take acknowledgments, personally appeared
Skip Spurgeon, Vice President of the Florida Divisions of United States Service
Industries, Inc., a Delaware Corporation duly registered as a Florida Foreign For Profit
Corporation, to me known to be the person(s) described in and who executed the
foregoing instrument and acknowledged before me that he/she executed the same.
WITNESS my hand and official seal this day of
HEATHER L. CASAVANT
MY COMMISSION # EE020330
EXPIRES September 14, 2014
1(407) 39MI63
e Leo/ 120 /-�—
Signature of Netarry Public
Stat of Florida at Large
lea V, e"
Print, Type or Stamp
Name of Notary Public
Personally known to me or
F-1 Produced Identification
Type of I.D. Produced
DID take an oath, or
F-1 ID NOT take an oath.
Tamarac 7Rfc I ity Fir Yo«rt Purchasing and ' aDivision
I City of
ATTACHMENT A
PRICING
Monthly Pricing by Facility
City Facility Name and Location
Monthly Cost
Annual Cost
City Hall
7525 NW 88th Avenue, Tamarac
$37872.00
$46,464.00
Public Works Department
6011 Nob Hill Road, Tamarac
$
17760.00
$217120.00
Parks Administration Building 6001 Nob Hill
Road, Tamarac
$1,408.00
$16,896.00
Water Treatment Plant
7803 NW 61 st Street, Tamarac
$704.00
_
$8,448.00
Fire Station #15
6000 Hiatus Road, Tamarac
$750.00
$9,000.00
Utility / IT Building
State Street &Nob Hill Road
$17760-00
$217200.00
Recreational Center,
7501 North University Drive, Tamarac
$1,560-00
$187720.00
Multi Purpose Center
7531 North University Drive, Tamarac
$17664.00
$199968.00
Caporella Aquatic Center
9300 NW 58th Street, Tamarac
$
17200.00
$14,400.00
Community Center
8601 W. Commercial Blvd., Tamarac
$2,496.00
$297952.00
TOTAL COST FOR ALL ABOVE LISTED
FACILITIES AND CLEANING SERVICE
[PLEASE NOTE PAYMENTS WILL BE MADE
BY FACILITY ON A MONTHLY BASIS]
$
177174.00
$
2067088.00
C""ity of TamaracTice City Ftat Yourr`c'.► asini i on c s tvisii
Special Event Pricing
Special Events Cleaning /
Day Porter Services
Amount
Per Sq Ft /
Per Hour
Spray buff of resilient floors
$0.11
Per
Sq Ft
Floor stripping, waxing and sealing
$0.24
Per
Sq Ft
Carpet shampooing (bonnet method)
$0.05
Per
Sq Ft
Carpet shampooing (extraction method)
$0.09
Per
Sq Ft
Furniture polishing
$14.75
Per
Hour
Upholstery shampooing
$14.75
Per
Hour
Glass cleaning
$14.75
Per
Hour
Pressure cleaning
$14.75
Per
Hour
Day Porter Service (Monday —Friday)
$14.75
Per
Hour
Day Porter Service (Saturday —Sunday)
$22-00
Per
Hour
Cit of Tamarac Purchasing
ATTACHMENT B
CITY OF TAMARAC
Citywide Janitorial Services
Performance Report Card
At the start of every business day, designees will observe their respective facilities and
work areas noting the overall appearance of the facility interiors. Those observations will
be reported in summary fashion on this form and submitted monthly to the Facilities
Supervisor or designee.
Critical issues requiring immediate attention will be reported to the Facilities Manager or
designee upon discovery. Critical issues include, but are not limited to: inadequately
filled dispensers, unsanitary drinking fountains, and visible dirt or dust in customer
reception areas.
Performance ratings are intended to assess the contractor's conformance to contract
requirements, specifications, and standards of good workmanship. The rating scale to be
used is as follows:
Performance
Criteria
Rating
5 —Exceptional
Performance meets or exceeds requirements with few minor
problems
for whichcorrective rr ctive actions were highly effective
4 —Very Good
Performance meets requirements with some minor
problems
for which
corrective actions were highly effective
3 —Satisfactory
Performance meets requirements with some minor
problems
for which
corrective iv actions were satisfactory
Performance does not meet some requirements with
problems
for which
2 — Marginal
corrective actions appear only marginally effective or
have not
been fully
implemented
Performance does not meet most contractual
requirements with
1_
Unsatisfactory
problems for which corrective actions appear ineffective and/or have not
been identified or implemented
Performance Area: Customer Reception Areas
Exceptional
4
Satisfactory
4
Unsatisfactory
No visible dust and dirt in reception areas
5
4
3
2 1
No visible dirt, spots, or stains on floors, carpets, and
5
4
3
2 1
mats
No visible handprints, fingerprints, or smudges on
5
4
3
2 1
windows
City or Tamarac
Performance Area: Clean and Service Restrooms
Exceptional
-->
Satisfactory
4
Unsatisfactory
Dispensers filled and serviced daily
5
4
3
2 1
No visible dirt, spots, or stains on floors, carpets, and
mats
5
4
3
2 1
Bathroom and shower fixtures cleaned and sanitized
daily
5
4
3
2 1
Performance Area: Trash and Recycling
Exceptional
4
Satisfactory
4
Unsatisfactory
Trash and recycling receptacles emptied daily
5
4
3
2 1
Trash can liners replaced daily
5
4
3
2 1
Trash and recyclables separated and disposed of
properly
5
4
3
2 1
Performance Area: Administrative and Office Areas
Exceptional
4
Satisfactory
4
Unsatisfactory
No visible
dirt, spots, or stains on floors, carpets, and
mats
5
4
3
2
1
No visible
dust and dirt in stairwells and hallways
5
4
3
2
1
No visible handprints, fingerprints, or smudges on
windows
5
4
3
2
1
No visible
dust and dirt in lunch rooms, break rooms,
5
4
3
2
1
and other
staff areas
15