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