CUSTODIAL SERVICES 08/01/99 TO 07/31/00
I
I
CONTRACT
This CONTRACT made and entered into this JP""- day of ~'~ ' 19 L by and
between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as "City" and
Shamrock Building Services. Inc. of Clearwater. County of Pin ell as. and. State of Florida hereinafter
designated as "Contractor."
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and
agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in consideration of
the sums of money as herein after set forth to be paid by the City to the Contractor, shall and will at its
own cost and expense perform all labor, furnish all materials, tools and equipment as detailed in:
Request for Proposal Number 52-99, Custodial Services
In accordance with the City's attached technical specifications and the Contractor's bid
response, together with any instructions to bidders, general conditions, and proposal, which
may be hereto attached, are hereby made a part of this contract, and all of said work to be
performed and completed by the Contractor and its successors and assigns shall be fully
completed in a good and workmanlike manner to the satisfaction of the City.
12
(lO ) r7" '~';,
;_," v, ./j' J
i/' ,/ ,,/; / ~../
/) .)
(/,/
I
I
If the Contractor shall fail to comply with any of the terms, conditions, provisions or stipulations as
contained herein within the time specified for completion of the work to be performed by the Contractor,
then the City may, at its option, avail itself of any or all remedies provided on its behalf and shall have the
right to proceed to complete such work as Contractor is obligated to perform in accordance with the
provisions as contained herein.
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES
HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION
WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE
CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT, AND
FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS
AND CONDITIONS AS CONTAINED HEREIN, THE CONTRACTOR AGREES
TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS
FOR DAMAGES, COSTS OR SUITS, JUDGMENTS OR DECREES RESULTING
FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY
OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS,
AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY
THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENTS,
SERVANTS OR EMPLOYEES.
THE CONTRACTOR SHALL PROVIDE INSURANCE OF THE FOLLOWING TYPES
AND LIMITS OF COVERAGE, FOR THE LIFE OF THE CONTRACT.
A. WORKERS' COMPENSATION INSURANCE COVERING ALL EMPLOYEES
WITH LIMITS MEETING ALL STATE AND FEDERAL LAWS.r
13
I
I
B. GENERAL LIABILITY INSURANCE WITH MINIMUM LEVELS OF
COVERAGE OF $500,000 PER OCCURRENCE. COVERAGE SHALL
INCLUDE PREMISES AND OPERATIONS, INDEPENDENT CONTRACTORS,
PRODUCTS AND COMPLETED OPERATIONS AND CONTRACTUAL
LIABILITY. THIS POLICY SHALL PROVIDE COVERAGE FOR DEATH,
BODILY INJURY, PERSONAL INJURY OR PROPERTY DAMAGE THAT
MAY ARISE DIRECTLY OR INDIRECTLY FROM THE PERFORMANCE OF
THIS CONTRACT.
C. BUSINESS AUTOMOBILE LIABILITY WITH MINIMUM LIMITS OF
COVERAGE OF $500,000 PER OCCURRENCE, COMBINED SINGLE LIMIT
FOR BODILY INJURY LIABILITY AND PROPERTY DAMAGE LIABILITY.
THIS COVERAGE SHALL BE AN "ANY AUTO" TYPE POLICY.
D. THE CITY SHALL BE INCLUDED AND IDENTIFIED AS AN ADDITIONAL
INSURED UNDER THE GENERAL LIABILITY AND BUSINESS AUTOMOBILE
LIABILITY POLICIES.
In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements:
In connection with the performance of work under this contract, the Contractor agrees not to
discriminate against any employee or applicant for employment because of race, sex,
religion, color, or natural original. The aforesaid provision shall include, but not be limited
to, the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; lay-off or termination; rates of payor other forms of compensation;
and selection for training, including apprenticeship. The Contractor agrees to post hereafter
14
I
I
in conspicuous places, available for employees or applicants for employment, notices to be
provided by the contracting officer setting forth the provisions of the non-discrimination
clause.
The Contractor further agrees to insert the foregoing provisions in all contracts hereunder,
including contractors or agreements with labor unions and/or workers' representatives,
except sub-contractors for standard commercial supplies or raw materials.
It is mutually agreed between the parties hereto that time is of the essence of this contract, and in
the event that the work to be performed by the Contractor is not completed within the time stipulated
herein, to the satisfaction of the City, then it is agreed that the City may cancel the contract or service to
any facility, upon thirty days written notice.
15
,
I
I
IN WITNESS WHEREOF, the parties to the agreement have
hereunto set their hands and seals and have executed this Agreement, in
duplicate, the day and year first above written.
CITY OF CLEARWATER
IN PINELLAS COUNTY, FLORIDA
By:
~el Roberto
City Manager
Countersigned:
By:
Brian
sioner
(Contractor must indicate whether
Corporation, Partnership, Company
or Individual.)
(The person signing shall, in
his own handwriting, sign the
Principal's name, his own name,
and his title; where the person
is signing for a Corporation,
he must, by Affidavit, show his
authority to bind the Corporation) .
( SEAL)
Attest:
~_~.Qcn
//'-_, Cynthia E. Goudeau,
Cit Clerk
Approved as to form and legal
sufficiency:
~ 0- ~
-:;.~. Carassas
Assistant City Attorney
-
Shamrock Building Services,
a Florida Corporation
Doug Roach
(contractor)
~ /--~
by ;/~'
-
( SEAL)
16
I
,
CITY OF CLEARWATER
GENERAL SUPPORT SERVICES DEPARTMENT
BUILDING & MAINTENANCE DIVISION
Request for Proposals
Release Date: April 2, 1999
1
I
I
REQUEST FOR PROPOSALS TO PROVIDE
CUSTODIAL SERVICES
GENERAL SCOPE - The City ofClearwaters' Building and Maintenance Division is seeking
custodial services for eight (12) Municipal buildings. Services are to include general office,
restroom and locker room cleaning as well as scheduled floor cleaning and maintenance. It is
required that during the first month of the contract that an initial intensive cleaning of all
facilities is done to establish a level of quality that is to be maintained throughout the contract
period. The selected contractor shall provide all personnel, equipment, tools, materials and
supplies toperform the agreed upon cleaning responsibilities to the satisfaction of the Building
and Maintenance Superintendent.
CALENDAR OF EVENTS
RFP Release Date - April 2, 1999
Site Tours - April 19 & 20, 1999
Vendors are to meet at the main entrances of each facility at the following times:
April 19. 1999
City Hall, 112 S. Osceola Avenue at 9:00 AM
MSB, 100 S. Myrtle Avenue at 10:00 AM
Gas Operations, 400 N. Myrtle Avenue at 11:00 AM
Graphics, 711 Maple Street at 11 :45 AM
Fire 45, 610 Franklin Street at 1:30 PM
Engineering Field Office, 410 N. Myrtle Avenue
April 20. 1999
Marina, 25 Causeway Boulevard at 9:00 AM
Sailing Center, 1001 Gulf Boulevard at 10:00 AM
WPC, 1605 Harbor Drive at 11:00 AM
Gas Sales, 2551 Drew Street, Suite 304 at 11:45 AM
Fire 48 Training, 1700 Belcher Road at 1 :30 PM
Fire 49 Training, 520 Sky Harbor Drive at 2:30 PM
Questions from Bidders Due - May 3, 1999
Proposals Due - May 17, 1999, by 4:00 PM
Ranking & Selection of Top Three (3) - June 7, 1999
Commission Approval- July 15, 1999
Award of Contract to Bidder - July 21, 1999
CONTRACT START DATE - AUGUST 1ST
2
I
I
INSTRUCTIONS TO BIDDERS
The length of the contract will be for one year. Work is required to begin on August 1, 1999.
The contract may be renewed, at the city's request, for up to two (2) one year periods with a
yearly price adjustment not to exceed the Consumer Price Index for all goods and services for
the latest twelve (12) month period.
Site inspections, to determine the extent of the work to be done and the working conditions, are
required prior to submittal of proposals.
Each facility is to be bid as a separate entity. The city reserves the right to accept or reject the
bids for any or all facilities.
All proposals and questions are to be submitted in writing to the attention of:
City of Clearwater, Purchasing Department
George McKibben, Purchasing Manager
100 S. Myrtle Ave
Clearwater, FL 33756
Questions may also be faxed to Mr. McKibben at (727) 562-4635. Submitted questions will be
answered in writing by the purchasing manager. Responses will not be made to questions
received after May 3, 1999.
Once submitted, the City will not accept any requests for corrections to any vendors' proposal
or pncmg.
Each vendor is required to submit six (6) copies of their proposal.
The City, as an entity of government, is subj ect to the appropriation of funds by its legislative
body in an amount sufficient to allow continuation of its performance in accordance with the
terms and conditions of this contract for each and every fiscal year following the fiscal year in
which the contract shall which this contract shall remain in effect. Upon notice that sufficient
funds are not available in subsequent fiscal years, the City shall thereafter be released of all
terms and other conditions.
Any actual or prospective bidder who is aggrieved in connection with this solicitation or award
of a contract may seek resolution of his /her complaints by contacting the Purchasing Manager.
Written competitive proposals, other submissions, correspondence, and all records made
thereof, as well as negotiations conducted pursuant to this RFP, shall be handled in compliance
with Chapters 119 and 286 Florida Statutes. The City gives no assurance as to the
confidentiality of any portion of any proposal once submitted.
3
I
I
EACH PROPOSAL WILL INCLUDE THE FOLLOWING SUBMITTALS:
1.) Statement of Qualifications
a. Date the firm was incorporated or went into business
b. Resumes of primary members of staff to be associated with the execution of the
contract.
c. Name, address and phone number of a contact person.
d. List of all contracts in the last three years, including the name and phone number of the
client, that are similar in size and complexity to the work described in these
specifications.
2.) Time to complete and cost to perform initial cleaning for each facility.
3.) Proposed man hours per month, cost per month, to perform all specified and proposed
services for each facility.
4.) Cost per square foot per month for the addition or deletion of areas to be cleaned in
each facility.
5.) The number of full time supervisors that will be dedicated to performing quality
control and the frequency in which they will be inspecting each facility.
6.) Proposed method and frequency for cleaning and maintaining the various floor
finishes found in the facilities.
7.) Proposed penalty for non-performance of work.
8.) Proposed cleaning frequencies for each task listed in Appendix A.
9.) Proposed method for minimizing non-performance due to absence of employee.
10.) Statement indicating the contractors ability to provide a performance bond.
By offering a submission to the RFP, the bidder certifies that they have not
divulged to, discussed with or compared their competitive proposals with
other bidder's proposals whatsoever.
4
I
I
EVALUATION CRITERIA
Item
Pricing
Score
0-40
Proposed Supervision and Quality Control
0-15
Experience
0-10
Proposed Cleaning Frequencies
0-15
Proposed Staffing Levels
0- 15
Performance Bond
0-5
Evaluations will be made by a committee with members from General Support
Services and Departments receiving services including the following:
Finance, Marine, WPC and Fire
TERMS & CONDITIONS
1.) The contractor shall provide all personnel, equipment, tools, materials and supervision to
perform the services defined in these specifications and the resulting contractors submittals.
2.) Payment for services performed under this contract will be made on a monthly basis, in
arrears, with a requirement for submission of monthly invoices.
3.) The performance under this contract shall be monitored by the Building & Maintenance
Superintendent and his representatives. The City has the unencumbered right to cancel the
contract to any or all facilities upon thirty days written notice.
4.) Ifthe Building & Maintenance Superintendent finds that repairs to a building, its contents
or appearance, which in his opinion, are necessary as the result of the use of materials,
equipment or workmanship which are inferior, defective or not in accordance with the
terms of this contract, the contractor shall promptly, upon notice, place in satisfactory
condition all of such work. If the contractor fails to comply, the City will have such work
performed and deduct the cost from the current invoice of the contractor.
5.) The contractor shall maintain an adequate number of employees to satisfactorily perform all
scheduled operations.
a. Incompetent or disorderly contract employees shall be removed and replaced when
ordered by the City.
5
I
I
b. Contractor's employees shall not have family members present on City property while
at work.
c. Contract personnel shall present a neat and clean appearance and are required to wear
uniforms with the company's and employees names clearly displayed.
6.) The contractor shall provide a contract administrator who shall be responsible for the
performance of all work under the contract. The contract manager shall have authority to
act for the contractor on all matters relating to the daily operations of the contract.
7.) The contractor is to respond to a call for corrective services within two (2) hours.
8.) The contractor shall provide copies of Material Safety Data Sheets for all chemicals used in
performing work. All containers need Hazmat labels affixed to them before delivery to the
facilities.
9.) The contractor shall be furnished access to all areas to be cleaned. The contractor shall be
responsible for the following:
a. Insuring that all keys provided are not lost, misplace or used by unauthorized personnel.
b. Insuring that no key provided is duplicated.
c. Securing all City property during and after services are provided.
d. Turning off lights after services are provided.
e. Eliminating the use of City/Employee property including telephones, televisions,
radios, computers and other office equipment.
f. Insuring that electrical circuits using electronic equipment are not used for powering
cleaning equipment.
g. Enforcing a "No Smoking" policy while contractor's employees are on City property.
h. Seeing that the consumption of food and drinks are restricted to assigned locations.
10.) The following tasks are to be performed every day that services are required in each
facility.
ROOM CLEANING
a. Sweep and dust mop hard surface floors
b. Vacuum carpets and rugs
c. Spot clean carpets, rugs and fabric on modular office furniture
d. Damp mop kitchen and breakroom floors
e. Clean sinks with non-abrasive, non-acidic, cleaner/disinfectant, wet wipe and polish
faucets and refill dispensers
f. Empty trash receptacles and replace bags
g. Clean and polish mirrors
h. Dust office furniture, filing cabinets and other storage devices. Do not move papers
Dust around office machines
1. Damp wipe all glass surfaces including interior windows, leaving non-streaked
J. Dust all horizontal surfaces
k. Spot clean walls, doors and door frames
1.. Clean the interior and exterior of microwave ovens in all break areas
6
I
I
LOBBIES. CORRIDORS. ENTRANCES & STAIRWELLS
a. Sweep and damp mop resilient and tile floors, including elevator floors
b. Vacuum, edge and spot clean carpets, including elevator floors
c. Vacuum and spot clean mats and rugs
d. Sweep, dust mop or vacuum stairwells
e. Vacuum and clean elevator tracks
f. Empty trash receptacles and replace bags
g. Empty, damp wipe and polish ash trays and receptacles
h. Dust furniture, display cases and light fixtures
1. Damp wipe all glass surfaces, including the interior of windows leaving surface non-
streaked
J. Dust all horizontal surfaces
k. Damp wipe water fountains
1. Damp wipe all counters, tables and desks
m. Remove cobwebs wherever found
n. Clean and dust all elevator doors, walls and floors
o. Spot clean wall surfaces
TOILET AND LOCKER ROOM CLEANING
a. Sweep floors
b. Damp mop floors with water and disinfectant
c. Clean all fixtures with a non-abrasive, non-acidic cleaner/disinfectant
d. Clean partition walls, doors and all other horizontal surfaces
e. Dust moldings and ledges
f. Empty trash receptacles and replace bags
g. Empty sanitary napkin receptacles and replace bags
h. Fill all dispensers (soap and paper products)
1. Wet wipe and polish bright metal
J. Clean and polish mirrors
k. Thoroughly clean and disinfect shower stalls
1. Thoroughly clean and disinfect waste receptacles
11.) The following tasks are to be performed weekly in each facility.
ROOM CLEANING
a. Sweep, damp mop, and buff resilient floors to a high shine
b. Damp clean telephones with disinfectant
c. Clean and polish water fountains
d. Vacuum edge between carpet and baseboards
e. Dust all window blinds
f. Damp wipe all window frames and sills
g. Dust transoms, clocks, moldings around ceilings, tops of partitions, pictures and ceiling
fan blades
LOBBIES. CORRIDORS. ENTRANCES & STAIRWELLS
7
I
I
a. Dust walls and horizontal surfaces
b. Damp clean telephones with disinfectant
c. Clean and polish water fountains
d. Dust all window blinds
e. Damp wipe all window frames and sills
h, Dust transoms, clocks, moldings, around ceilings, tops of partitions, pictures & ceiling
fan blades
1. Clean all door push plates and kick plates
TOILETS AND LOCKER ROOM CLEANING
a. Clean all ceramic tile walls to a shiny, spot free appearance
b. Clean baseboards and baseboard grout as needed
c. Damp wipe window frames and sills
d. Remove stains from porcelain fixtures
e. Thoroughly clean and polish all bright metal
f. Damp wipe exterior of lockers
12.) The contractor is responsible for providing the following items along with all necessary
cleaning supplies:
a. Toilet tissue (two ply, facial quality)
b. Paper towels (single and multi-fold)
c. Sanitary napkins and tampons for existing dispensers (money is to be collected and
kept by the contractor)
d. Used sanitary product disposal bags
e. Liquid hand soap
f. Trash receptacle liners
g. Toilet seat covers for existing dispensers
13.) All waste will be bagged or placed in closed containers and put into dumpsters.
14.) The recycling containers located throughout the Municipal Services Building are to
be emptied into the appropriate recycling containers located in the buildings' loading
dock area on a nightly basis.
15.) Services to be provided at the Municipal Services Garage:
a. Empty all trash cans daily
b. Damp wipe trash receptacles daily
c. Sweep and damp mop elevator floors and landing daily
d. Damp wipe and polish elevator doors, wall and ceilings daily
e. Vacuum and clean elevator tracks daily
16.) The contractor shall provide insurance ofthe following types and limits of coverage, for
the life of the contract.
a. Workers' Compensation Insurance covering all employees with limits meeting all
applicable state and federal laws. This coverage shall include Employees' Liability,
with limits meeting all state and federal laws.
8
I
'I
b. General Liability Insurance with minimum limits of coverage of $500,000 per
occurrence. Coverage shall include Premises and Operations, Independent Contractors,
Products and Completed Operations and Contractual Liability. This policy shall
provide coverage for death, bodily injury, personal injury or property damage that may
arise directly or indirectly from the performance of this contract.
c. Business Automobile Liability with minimum limits of coverage of $500,000 per
occurrence, combined single limit for Bodily Injury Liability and Property Damage
Liability. This coverage shall be an "Any Auto" type policy.
d. The City shall be included and identified as an additional insured under the General
Liability and Business Automobile Liability Policies.
The contractor shall defend, indemnify, save and hold harmless from any
and all claims, suits, judgments and liability for death, personal injury,
or property damage arising directly or indirectly from theperformance
of this contract by the contractor, its employees, or subcontractors,
including legal fees, court costs, or other legal expenses.
17.) Before work can be started, the contractor is required to submit a personal data form, on
every employee who will be associated with this contract. These forms will include the
employee's name, current and past address and social security account number. This
information will be used to perform background checks.
18.) The facilities to be included in each proposal are:
A. City Hall
B. Municipal Services Building & Garage
C. Gas Operations
D. Gas Sales
E. Graphics
F. WPC Marshall Street
G. Marina
H. Sailing Center
I. Fire Station #45
J. Fire Station #48, Training Building
K. Fire Station #49 Training Building
L. Engineering Field Office
19.) Prior to award of contract the selected contractor will be required to sign a contract
similar to the draft copy attached to this request for proposals. Additions to this draft will
be made to incorporate the specifics provided during the submittal and award process.
9
I
I
FACILITIES TO BE CLEANED
1. CITY HALL
112 S. Osceola Avenue
23,110 Square Feet Estimated
Service required on three floors, no exclusions
Service required Monday through Friday Starting at 5:00 p.m.
2. MUNICIPAL SERVICES BUILDING
100 S. Myrtle Avenue
68,264 Square Feet Estimated
Service required on first three floors
Fourth floor is a mechanical penthouse and is excluded
The parking garage elevators & elevator landings are included
Service required Monday through Friday starting at 5:00 p.m.
3. GAS OPERATIONS COMPLEX
400 N. Myrtle Avenue
10,237 Square Feet Estimated
Service required in the Administration Building, two floors and the
Warehouse Building, also two floors. Garage area on the north
end of the Administration Building is excluded. The Warehouse
Building stairways, restrooms, offices and break areas are included.
Service required Monday through Friday starting at 5 :00 p.m.
4. GAS SALES OFFICE
2551 Drew Street, Suite 304
3,000 Square Feet Estimated
Service required in all areas.
Service required Monday through Friday starting after 5 :00 p.m.
5. GRAPHICS BUILDING
711 Maple Street
4,390 Square Feet Estimated
Service is required in the graphics department on the first floor
Service required Monday through Friday starting after 5 :00 p.m.
6. WATER POLLUTION CONTROL - MARSHALL STREET
1605 Harbor Drive
2,205 Square Feet Estimated
Service is required in all areas of the second floor excluding the
laboratories and the control room.
Service required Monday through Friday starting at 4:00 p.m.
10
I
I
7. MARINA BUILDING
25 Causeway Boulevard
4,772 Square Feet Estimated
Services required on the first floor include only the lobby, corridor,
restrooms and stairways. Services on the second floor include the lobby,
corridor, restrooms, Harbormasters office areas, conference room and stairways.
Service required seven days a week starting after 9 p.m.
8. SAILING CENTER
1001 Gulf Boulevard
10,994 Square Feet Estimated
Service required on two floors. Storage areas and the office on the
first floor are excluded.
Service required Monday, Thursday, Saturday & Sunday starting after 2:00 a.m.
This facility is rented out for private functions and flexibility of scheduling is
required. A schedule of special events will be provided by Sailing center Staff on a
monthly basis.
9. FIRE STATION #45
610 Franklin Street
2,654 Square Feet Estimated
Service required only on the 1st floor in the administrative
office area and only twice a week. (Monday & Thursday) after 5 :00 p.m.
10. FIRE STATION #48 TRAINING BUILDING
1700 N. Belcher Road
1,584 Square Feet Estimated
Service required in all areas twice a week. (Monday & Thursday) after 5:00 p.m.
11. FIRE STATION #49 TRAINING BUILDING
520 Sky Harbor Drive
1,250 Square Feet Estimated
Service required in all areas twice a week. (Monday & Thursday) after 5:00 p.m.
12. ENGINEERING FIELD OFFICE
411 N. Myrtle Avenue
2180 Square Feet Estimated
Service required three times a week (Monday, Wednesday & Friday) after 5:00 p.m.
Office area, break rooms and restrooms only.
11
I
I
CONTRACT
This CONTRACT made and entered into this _ day of
,19_, by and
between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as "City" and
Shamrock Building Services. Inc. of Clearwater. County of Pin ell as. and. State of Florida hereinafter
designated as "Contractor."
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and
agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in consideration of
the sums of money as herein after set forth to be paid by the City to the Contractor, shall and will at its
own cost and expense perform all labor, furnish all materials, tools and equipment as detailed in:
Request for Proposal Number 52-99, Custodial Services
In accordance with the City's attached technical specifications and the Contractor's bid
response, together with any instructions to bidders, general conditions, and proposal, which
may be hereto attached, are hereby made a part of this contract, and all of said work to be
performed and completed by the Contractor and its successors and assigns shall be fully
completed in a good and workmanlike manner to the satisfaction ofthe City.
12
I
I
If the Contractor shall fail to comply with any of the terms, conditions, provisions or stipulations as
contained herein within the time specified for completion of the work to be performed by the Contractor,
then the City may, at its option, avail itself of any or all remedies provided on its behalf and shall have the
right to proceed to complete such work as Contractor is obligated to perform in accordance with the
provisions as contained herein.
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES
HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION
WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE
CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT, AND
FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS
AND CONDITIONS AS CONTAINED HEREIN, THE CONTRACTOR AGREES
TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS
FOR DAMAGES, COSTS OR SUITS, JUDGMENTS OR DECREES RESULTING
FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY
OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS,
AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY
THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENTS,
SERVANTS OR EMPLOYEES.
THE CONTRACTOR SHALL PROVIDE INSURANCE OF THE FOLLOWING TYPES
AND LIMITS OF COVERAGE, FOR THE LIFE OF THE CONTRACT.
A. WORKERS' COMPENSATION INSURANCE COVERING ALL EMPLOYEES
WITH LIMITS MEETING ALL STATE AND FEDERAL LAWS.
13
I
I
B. GENERAL LIABILITY INSURANCE WITH MINIMUM LEVELS OF
COVERAGE OF $500,000 PER OCCURRENCE. COVERAGE SHALL
INCLUDE PREMISES AND OPERATIONS, INDEPENDENT CONTRACTORS,
PRODUCTS AND COMPLETED OPERATIONS AND CONTRACTUAL
LIABILITY. THIS POLICY SHALL PROVIDE COVERAGE FOR DEATH,
BODILY INJURY, PERSONAL INJURY OR PROPERTY DAMAGE THAT
MAY ARISE DIRECTLY OR INDIRECTLY FROM THE PERFORMANCE OF
THIS CONTRACT.
C. BUSINESS AUTOMOBILE LIABILITY WITH MINIMUM LIMITS OF
COVERAGE OF $500,000 PER OCCURRENCE, COMBINED SINGLE LIMIT
FOR BODILY INJURY LIABILITY AND PROPERTY DAMAGE LIABILITY.
THIS COVERAGE SHALL BE AN "ANY AUTO" TYPE POLICY.
D. THE CITY SHALL BE INCLUDED AND IDENTIFIED AS AN ADDITIONAL
INSURED UNDER THE GENERAL LIABILITY AND BUSINESS AUTOMOBILE
LIABILITY POLICIES.
In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements:
In connection with the performance of work under this contract, the Contractor agrees not to
discriminate against any employee or applicant for employment because of race, sex,
religion, color, or natural original. The aforesaid provision shall include, but not be limited
to, the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; lay-off or termination; rates of payor other forms of compensation;
and selection for training, including apprenticeship. The Contractor agrees to post hereafter
14
I
I
in conspicuous places, available for employees or applicants for employment, notices to be
provided by the contracting officer setting forth the provisions of the non-discrimination
clause.
The Contractor further agrees to insert the foregoing provisions in all contracts hereunder,
including contractors or agreements with labor unions and/or workers' representatives,
except sub-contractors for standard commercial supplies or raw materials.
It is mutually agreed between the parties hereto that time is of the essence of this contract, and in
the event that the work to be performed by the Contractor is not completed within the time stipulated
herein, to the satisfaction of the City, then it is agreed that the City may cancel the contract or service to
any facility, upon thirty days written notice.
15
I
I
IN WITNESS WHEREOF, the parties to the agreement have
hereunto set their hands and seals and have executed this Agreement, in
duplicate, the day and year first above written.
CITY OF CLEARWATER
IN PINELLAS COUNTY, FLORIDA
(SEAL)
By:
Michael Roberto
City Manager
Attest:
Countersigned:
Cynthia E. Goudeau,
City Clerk
By:
Brian J. Aungst, Mayor-Commissioner
Approved as to form and legal
sufficiency:
John C. Carassas
Assistant City Attorney
(Contractor must indicate whether
Corporation, Partnership, Company
or Individual.)
Shamrock Building Services,
a Florida Corooration
(contractor)
(The person signing shall, in
his own handwriting, sign the
Principal's name, his own name,
and his title; where the person
is signing for a Corporation,
he must, by Affidavit, show his
authority to bind the Corporation) .
by
( SEAL)
16
I
I
APPENDIX A
ROOM CLEANING
a. Vacuum all upholstered furniture
b. Clean all fabric backed furniture, including partitions
c. Deep clean carpets using the extraction method
d. Clean light fixtures and lenses
e. Strip and refinish all resilient floors
f. Thoroughly clean window blinds
g. Wash all glass surfaces including interior of windows, entrance doors and adjacent
glass panels
LOBBIES. CORRIDORS. ENTRANCES & STAIRWELLS
a. Clean carpets high traffic lanes
b. Wash all glass surfaces including the interior of windows, entrance doors and adjacent glass panels
c. Vacuum all upholstered furniture. Vacuum or dust fabric partitions
d. Scrub ceramic tile floors and grout
e. Strip and refinish all resilient tile floors
f. Clean and extract all fabric backed furniture
g. Deep clean carpet using extraction method
h. Thoroughly clean window blinds
TOILET & LOCKER ROOM CLEANING
a. Scrub ceramic tile floors and grout
b. Thoroughly clean window blinds
17