Loading...
PER REQUEST FOR PROPOSAL NO. 02-00 J. J Clarifying Note for document described as follows: Contract with High Rise Window Cleaning, Inc. dated December 1, 1999 per Request for Proposal Number 02-00. It was noted on the Bid Response Form, page 5, that the handwritten figure 20,170 was written next to "Grand Total (Annual)" and was not initialed by anyone. The City Manager approved Purchase Order #23661 in the amount of $23,545.00 on November 19, 1999. The additional amount over the bid amount was to cover other cleaning as requested. This notation was brought to the attention of the Legal Department on or about December 2. The document was returned on December 3 and the Legal Department stated the typewritten figure applied and the handwritten change would be disregarded. DO NOT COpy THIS PAGE WHEN COPYING THIS DOCUMENT. - ,I- 00 - 30ll-00(~ fI~~.. ... tV..... ~ I~/~ L~~~'~5~ I. I ",. CONTRACT /sr This CONTRACT made and entered into this :1-5ttI {)~<J<1 day of November , 1999, by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as "City" and "High Rise Window Cleaning. Inc." 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 02-00 , 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 III ",,,,.~- I I successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. 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 PJ . "',~ '- I I 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. 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 requ irements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment dJ I I 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 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 seven days written notice. (.IJ ~~ 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: ~ Michael Roberto, City Manager Countersigned: (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) #J (SEAL) At t,'est : ~C~.~~ V- City Clerk . . Approved as to form and legal sufficiency: ~~ J C. Carassas, .- Assistant City Attorney "HIGH RISE WINDOW CLEANING, INC." a Florida Corporation (SEAL) '"'" . . I I A DRUG-FREE WO~PLAC!L IH ACCORD~C! ~ SBCT. 287.087 Preference shall be given to businesses with drug-free workplace p=og~ams. ~enever two or more bids which are equal with respect to price, quali ty, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Gi ve each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the :statement specified in subsection (1), notify the employees that, as a condition of working .on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere t~, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (S) days after such conviction. . S) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee'S community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. A8 the per80n authorized to sign the statement, I certify that thi8 firm does/doe8 not (select only one) fully comply with the above requirement8. High Rise Window Cleaning BUSINESS NAME ~ ~ VE "___ IGNA'TURE '" 16. 17. .. I . I I 18. COLLUSION: The bidder by affixing his signature to this Invitation to Bid, agrees to the following: "Bidder certifies that his bid is made wi thout previous understanding, agreement, or connection with any person, firm, or corporation making a bid for the same items and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. VARIANCE IN CONDITIONS: Any and all special conditions and specifications attached hereto which vary from General Conditions shall have precedence. APPROPRIATIONS CLAUSE: I f the contract extends beyond the current fiscal year, which ends on September 30, the contract shall be contingent upon the availability of funds appropriated for such purposes in the City'S annual budget for the next succeeding fiscal year. BID PROTEST PROCEDURES: Bid protest procedures are contained in the City of Clearwater Purchasing Manual. Details may be obtained by calling the Purchasing Manager, 813/462-6860, or may be picked up at 711 Maple Street, Clearwater, Florida. RENEWAL OPTIONS: Annual contracts may be renewed for two (2) subsequent years upon mutual consent of both the City and the contractor/vendor. Terms, conditions and prices will remain constant unless otherwise specified in the Invitation for Bid. / 19. 20. .IE A TAB~TION Q[ BIDS II DESlREDL PLEASE ENCLOSE A SELF- ADDRESSED STAMPED ENVELOPE WHEN ~UBMI'M'ING YQ.QR ~ PROPOSAL Florida Depanment of Revenue , Consumer's Certificate of Exemption I Issued Pursuant to Chapter 212. Florida Statutes Expiration Date Certificate Number DR-14 R. 03197 This Certificate is Non-transferable Issue Date Type of Organization 07/23/97 This Certifies That 07/23/2002 62-02-134859-54C CI TY CITY OF CLEARWATER , 00 5 MYRTLE AVE . CLEARWATER FL 33756-5520 Is Exempt Fro":l the Payment of Sales and Use Tax on the Purchase or Lease of Tangible Personal Property the Lease of Transient Rental Accommodations or Real Property. I LH. Fuchs Executive Director -E- 11/15/1939 13:57 7275532078 f- IGHRISE~HNDi]~J ,FAGE. 02. , ACOBD. DAll! (MMlDOIYYJ HilS ~il THIS CE FICATe IS 1$ TICH ONLY AND CONFERS NO ....HTS UPON THE CERTIFICATE HOLDER. n-t18 CERTlFICATe 0011 NOT AMEND. EXTEND OR ALTER TJiE COVERAGE AFP'ORDID IIYTHE POLICIES BELOW. COMPANtE8 AFFORDING COVERAGe lltIoouc~ Su.iness & Family rnsurora Ine 1708 N Mis.ouri. Avenue :Wargo FL 33770 -30SlS CONp"NY A Tapc:o t1ncMrwJ:'.i~er. CQMPANY B FWCJUA High Ri.. Window Cleaning Ino Ma. Connolly, Karen f. O. Box 6332 Clearwater FL 33758 CO\IERAr;IIS T.... III TO CI!JU'IFY THAr THI! 1'0l.lC19 OF IfftlURANCI! U8T!C BELOW MAVI! Ul!t/ IMUEtl TO THlINSUIIIll MAiIO MOVE 1'01II nil! rooucv I'lIIlIDD INDlCATI!Il, NO'T'MTHtTAHllINO ,."" MQUIltEMI!NT. TEIW 0It ooronON OF ANY CONTR.&CT 0It OTHER OOCUUIIJITMnl lWSPICTTOWICN TIQ CIIIlTlACATIi MAY III! IMUe&l OR IlIA Y "I!RTAIN, THI1"~NI;I! AFFORtJlU .Y TIE I'OlIC1II ClElCIUiD HEIt!UIIIS lllJlIJ!CT TO ALL lMI! ~ EXCLUIIONI"1l0 CONDlTlONS OJIIlJCH POIJCI&B. UMlTlS ~ MAY HAW BI!!!N IWOUC;ID .., I'AlD CI.AIM6. CO....'ANY , C r C~ANY Co mE Of IIf9UIlANCI! P04.ICY NUMIII!JI I'OLlCY Ul't!Cllva I'OUCT U"'IlATlON UMlll lm , aA. TE (MMIODIYV) ~Tt (MIMIo/Y'r) GeNl!RAl. L1JUIIUlY Ol!lilBW.. -,....1'1 11 000 000 A X OO~M.IWI"'L OI!NI!I\Al. LI_llY '1'0 !!E A$$:t~1) 1l/:l6/9g 11/16/00 I'IlOOUCTS . CO.IOP Alla sl 000 000 CLAIMS MAD. [!] OCCUR I'eMOIW. &NN INJUIIlY sl 000,000 OWNeR'S 6 CONT~n I'IIlOT UCMOCCUMINCI S 1. 000 000 "'1lIUMDI1.Anr _ fhl S sa 000 MID .. -~"I . 5 000 , ....urQMO.ILlIJAll1L1lY CCMIIMIO IlNOIJI LIIIIT . AN"Y AUTO ALl. OWNI!Il AUTOa IIODIL T IIUUlIY . SCHl:CULiD AUTOS ('.p-) Illllltg AUTOI IalIL Y ltUUIlV (IIw .....nCI . NON~AUTOa rl ".Ol'1!1nY IlAMAQI . OAIIAGE LIA8IUTV AUTO QHLy .IIA ACCllII!NT . ANY AUTO OTHl!R TllAN .uno otIl y, MCfI ACC_r . AOONlGATE . IXCllta LIA8IuTY IACH OCGUlUtINCI! . UMIilIU:LLA !'OR" ~T'I . OTHliR THAN UMl!ItI!UA FOAM I , WORKEflS COMPENSAnO/ll AJijb I X I EMPLOYI!lIrS' LI".ILITY B. Eo1lCM oICClDDT S 100 000 B I THI!! i'ROl'Nn'O!III [J INCL TO B!: ASSICNl:D 11/16/99 11/16/00 a. MMII. POUC'I' LMT ,SOO 000 PART"~iX&tUT1V1 xl DCLI IL __.IIA IIII'LOV!!! I . 100 000 OFFlCI1M3 ARIE: . OTHli1It I DESCIllPTION 0' O"I!AAnONM.~TION8IVtit~ ITI!Me CERTIFICATE HOLDER BIGHlUS CAJtCEL.LATION :ItlOIA.O ANY ~ TllI AIIOYI: DUC_ I'OLJCU al! CANCaUD IlEFOAE'Ill!! 5llPlRATlON DAn nlUlliOl', TIlII UU1NC COU,ANY WlLI.INOeAlIOI' TO MAIL ~ ~ya WRlnEH NOlICE TO 'Ot& IOMTlPtCAUI<<JLD!!R NAMI!D TO lt11! LUT. ~ FAA-U" TO WAll. t\,IQt HOTlC8 8I1ALI.1NPOM NO 08UCAll0N OR LIABlUTY CIF AllY KIND lIO'ON THE COWANY. ~ A<NINDOR "'--I!NTATlVI!S. A\II'HO~RO RI",UENTAnVl High Ri8e Window CIQaning, InQ P,O. Box 6332 ClearwatQr, FL 33758-6332 ACORD 2508 (1/98) .~, :t;fJRp(JftATIOIII1'" or , , I I 132 Pinewood Avenue Suite "A", P,O, Box 6332 Clearwater, FL 33758 Phone (727) 799-0377 Fax (727) 669-2078 Pressure Washing Glass Restoration Caulking City of Clearwater Window Cleaning Schedule Exterior monthly Library Main Library Beach Library Countryside Library East Library Greenwood Library 3rd week of month starting November Exterior monthly Other Gas sales office 3rd week of month starting November Beahc Police Countryside Police substation Exterior quarterly City Hall Main Police station 3rd week of month starting November Municipal Services building February, May, August Exterior Annually Countryside Library- clearstory only 2nd week in December Interior Bi-Annually City Hall _ 3rd week of month starting November Municipal Seevices building May Interior Annually Countryside Library 2nd week of December Interior & Exterior Bi-Annually 3rd week of month Starting November Harborview Center -------------------------------------------~~~------------- ; ':'f " I I BID RESPONSE FORM (02-00) -( .\ Item Description Total Price 1 Window Washing Services ( per specifications and locations) For bid response. see paees 4 and S. Contact Jim Wood at 727/562 -4710- ext. 2805 for technical questions regarding This bid. Please return two (2) copies of Bid Response F.O.B. CLEARWATER Start Date: November /99 Payment Terms: Net 30 BIDDER REPRESENTATION I represent that this bid is submitted in compliance with all terms, conditions and specifications of the Invitation for Bid and that I am authorized by the owners/principals to execute -and submit this bid on behalf of the business identified below. BUSINESS N~: High Rise Window Cleaning FUD# 65 0033953 STREET ADDRESS: P.O. Box 6332 CITY. STATE. ZIP CODE:Clearwater, FL 33758 PmNT~ENAMEOFAUTHOmzED REP: Harold Connolly TITLEIPOSITION OF AUTHORIZED RE: President ~G:ATURE OF AUTHORIZED ~ DATE ~ SUBMITTED: 10/26/99 PHONE NO: 799-0377 FAX NO: 669-2078 -3- L EXTERIOR GLASS - MONTHL Y BASIS 1. Main Library 12 $ 375.00 $ 4,500.00 2. Beach Library 12 $ 70.00 $ 840.00 3. Countryside Library 12 $ 70.00 $ 840.00 4. East Library 12 $ 60.00 $ 720.00 5. Greenwood Library 12 $ 60.00 $ 720.00 SUB-TOTAL $ 7,620.00 6. Gas Sales Office 12 $ 25.00 $ 300.00 7. Beach Police Substation 12 $ 100.00 $ 1,200.00 8. Countryside Police Station 12 $ 25.00 $ 300.00 SUB-TOTAL $ 1,800.00 . t I I WINDOW CLEANING SERVICES BID RESPONSE FORM High Rise Window Cleaning ITEM SCOPE OF WORK & LOCATION QTY./ UNIT PRICE YEAR II. EXTERIOR GLASS - QUARTERLY BASIS 9. City Hall 10. Main Police Station 11. Municipal Services Building SUB-TOTAL 4 4 4 $ 200.00 $ 225.00 $ 225.00 III. EXTERIOR GLASS - ANNUAL BASIS 12. Countryside Library (Clearstory Only) SUB-TOTAL 1 $ 125.00 IV. INTERIOR GLASS - BIANNUAL BASIS 13. City Hall 14. Municipal Services Building SUB-TOTAL 2 2 $ 225.00 $ 450.00 -4- TOTAL PRICE $ 800.00 $ 900.00 $ 900.00 $ 2,600.00 $ 125.00 $ 125.00 $ 450.00 $ 900.00 $ 1,350.00 1 I ITEM SCOPE OF WORK & LOCATION QTY. I UNIT PRICE YEAR V. INTERIOR GLASS - ANNUAL BASIS 15. Countryside Library (Clearstory Included) SUB-TOTAL 1 $ 250.00 VI. INTERIOR AND EXTERIOR GLASS - BIANNUAL BASIS 16. Harborview Center SUB-TOTAL $ 3,400.00 2 GRAND TOTAL (ANNUAL) ADDITIONAL INFORMATION: A) DATES OF FACILITY INSPECTIONS BY BIDDER: #1.10/20/99 #4.10/20/99 #7. 10/20/99 #8. 10/20/99 #2. 1 0 / 2 0 / 9 9 #5. 10/20/99 #3. 10/20/99 #6. 10/20/99 #9. 1 0/20/99 B.) CONTRACTOR AVAILABILITY DATE: November C.) NO. OF YEARS IN BUSINESS: 1 5 D.) NO. OF YEARS AT PRESENT LOCATION: 15 TOTAL PRICE $ 250.00 $ 250.00 $ 6,800.00 $ 6,800.00 /)" IS 2 0 , 5 4 5 . 0 0 ,\-) v\ \ #10. 1 0/20/99 #11. 1 0 / 20 /9 9 #16.10/20/99 E.) CLIENTS UNDER CURRENT CONTRACT - FIVE (5) MINIMUM: (Attach separate sheet with names. contact persons. and telephone numbers) -5- ~ I I v CITY OF CLEARWATER BUILDING AND ,MAINTENANCE DIVISION SPECIFICATIONS FOR WINDOW CLEANING SERVICES INSTRUCTIONS TO BIDDERS 1 . Bidders are required to perform inspections of each facility to determine the scope of work and working conditions - prior to bidding. Arrangements for inspection of these facilities shall be made with the City of Clearwater (hereafter referred to as City), Building and Maintenance Division, at (727) 562-4710. 2. The contract period will be for one year, starting on October 25, 1999. 3, Each facility shall be bid as a separate entity. The City reserves the right to accept or reject any or all responses concerning any or all of the specified facilities; and to waive any irregularity, variance, or informality whether technical or substantial in nature - in keeping with the best interests of the City, 4. Each bidder is required to submit with his/her bid a list of at least five (5) clients under current contract, including the name and telephone number of the appropriate contact person for each. 5. Prior to awarding of the contract, the successful bidder will be required to provide a schedule indicating the month and day that window cleaning services will be performed at each facility. This schedule shall be subject to approval by the City's Superintendent of Building and Maintenance. GENERAL TERMS AND CONDITIONS 1. Successful bidder (hereafter called Contractor) shall furnish all necessary material, equipment, labor and supervision to properly clean all specified glass in a professional manner - resulting in surfaces that are clean, dry, and free of streaks, smudges, and spots, Included as part of this scope of work shall be the removal of all environmental deposits (e.g., atmospheric, condensation, or irrigation system related) from glass surfaces prior to final cleaning. Excluded from this scope of work shall be the removal of physically applied coatings (Le., paint products) resulting from applicator error, overspray or acts of vandalism. 2. Contractor shall be responsible for cleaning materials and/or methods resulting in damage to surfaces being cleaned and/or adjacent surface areas, It shall be the Contractor's responsibility to correct - in a manner acceptable to the City - any damage caused during the performance of contract activities. 1 " I I 3. Payment for services performed under this contract shall be on a monthly basis - in arrears - with required monthly invoice and signed performance verification submittals. 4. The City's Superintendent of Building and Maintenance, and/or his supervisors and/or other designated representatives will monitor the performance of this contract. Contractor must be responsive to telephone calls from the City and respond within 48 hours with regard to inquiries or requests. 5. The City has the unencumbered right to cancel this contract or service to any facility - for cause - upon seven (7) days written notice. 6. Prior to the commencement of contract activities, Contractor shall furnish the City with insurance - for the life of the contract period - which meets the following minimum limits and types of coverage: A. WORKERS' COMPENSATION INSURANCE - shall cover all employees with limit requirements in accordance with all state and federal laws. B. GENERAL LIABILITY INSURANCE - shall have minimum limits of coverage of $500,000. per occurrence and shall include: Premises and Operations, Independent Contractors (and Subcontractors), Products and Completed Operations, and Contractual Liability. This policy shall provide coverage for death, bodily injury, personal injury, or propetly damage which may arise directly or indirectly from the performance of this contract. C. BUSINESS AUTOMOBILE LIABILITY - shall have minimum limits of coverage of $500,000. per occurrence, combined single limit for Bodily Injury 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 and shall be furnished with documented proof of same, 7. The Contractor shall defend, indemnify, save and hold harmless from any and all claims, suits, judgments and liability for death, personal injury, bodily injury, or property damage arising directly or indirectly from the performance of this contract by the Contractor, his/her employees or subcontractors, including legal fees, court costs, or other legal expenses. 2 I I 8, The Contractor will be required to abide by the mutually agreed-upon schedule submitted prior to execution of this contract. Any proposed changes to the schedule must be submitted in writing to the City's Superintendent of Building and Maintenance at least 24 hours in advance. 9. As a requirement for payment, each monthly invoice submittal shall be accompanied by a written verification of performance - which must be signed by the designated City staff member at each facility that has been serviced. A list of designated staff members will be provided to the Contractor after awarding of the contract. SCOPE OF WORK CATEGORIES, FREQUENCIES AND LOCATIONS I. All exterior glass surfaces, including entrance doors and adjacent glass panels, will be cleaned on a monthly basis at the following locations: 1. Main Library - 100 N. Osceola Avenue 2. Beach Library - 483 Mandalay Avenue, Suites 106/107/108 (Note: This facility is closed on Saturdays) 3. Countryside Library - 2741 S. R. 580 4. East Library - 2251 Drew Street 5. Greenwood Library - 1250 Palmetto Street (Note: This facility is closed on Saturdays) 6. Gas Sales Office - 2551 Drew Street, Suite 304 7, Beach Police Substation - 483 Mandalay Avenue, Suite 208 8. Countryside Police Station - 2851 McMullen Booth Road II. All exterior glass surfaces including atrium glass, glass entrance doors and adjacent panels will be cleaned on a quarterly basis at the following locations: 9. City Hall - 112 S. Osceola Avenue 10. Police Station - 645 Pierce Street 11. Municipal Services Building - 100 S. Myrtle Avenue 3 I i III. All exterior glass surfaces, excluding entrance doors, adjacent glass panels and atrium glass will be cleaned on an annual basis at the following locations: 12. Countryside Library - 2741 S, R. 580 (Note: Clearstory only) IV. All interior glass surfaces of atriums will be cleaned twice annually at the following locations: 13. City Hall - 112 S, Osceola Avenue 14. Municipal Services Building - 100 S. Myrtle Avenue V. All interior glass surfaces, including entrance doors and adjacent glass panels will be cleaned on an annual basis at the following locations: 15. Countryside Library - 2741 S. R. 580 (Note: Clearstory is included) VI. All interior and exterior glass surfaces of atriums will be cleaned twice annually at the following location: 16. Harborview Center - 320 Cleveland Street 4