Loading...
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