Loading...
R11-067 I The City of Boynton Beach City Clerk's Office 100 E BOYNTON BEACH BLVD BOYNTON BEACH FL 33435 (561) 742-6060 FAX: (561) 742-6090 e-mail: prainitoj@bbfl.us www.boynton-beach.org MEMORANDUM TO: Tim Howard Deputy Director of Finance FROM: Janet M. Prainito, MMC City Clerk DATE: June 22, 2011 SUBJECT: Rll-067 Utilities Department Two Year Janitorial Services Contract Attached for your handling is the original agreement mentioned above and a copy of the Resolution. Once the document has been executed, please return the original to the City Clerk's Office for further processing. Please contact me if there are any questions. Thank you. ~'m.~ Attachments (2) (1 Agreement & Resolution) C: Central File S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\201 I \Tim Howard RII-067 Utilities Deparment Two Year Janitorial Services Contract.doc America's Gateway to the Gu(fstream II I 1 RESOLUTION NO. Rll- Db 7 2 3 A RESOLUTION OF THE CITY COMMISSION OF 4 THE CITY OF BOYNTON BEACH, FLORIDA, 5 APPROVING A TWO YEAR CONTRACT FOR 6 JANITORIAL SERVICES FOR THE UTILITIES 7 DEPARTMENT WITH UNITED STATES SERVICE 8 INDUSTRIES, INC., OF FORT MYERS IN THE 9 AMOUNT OF $26,244.00 ANNUALLY; 10 AUTHORIZING THE CITY MANAGER TO 11 EXECUTE SAID CONTRACT; AND PROVIDING AN 12 EFFECTIVE DATE. 13 14 15 WHEREAS, on March 23, 2011 Procurement Services received and opened seven (7) 16 bids in response to Request for Bid #037-2821-111CJD, "Utilities Department Two Year 17 Janitorial Services Contract"; and 18 WHEREAS, City staff reviewed and the bids and it is recommended to award this bid 19 to United States Service Industries, Inc" of Fort Myers, Florida which was the lowest, most 20 responsive, responsible bidder who met all specifications. 21 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 22 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 23 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 24 being true and correct and are hereby made a specific part of this Resolution upon adoption 25 hereof. 26 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 27 approves a Two Year Contract for Janitorial Services for the Utilities Department in response 28 to Request for Bid #037 -2821-111CJD with United States Service Industries, Inc., of Fort I 29 Myers, Florida with an annual expenditure of $26,244.00 and authorizes the City Manager to 30 execute the Contract between the parties, a copy of which is attached hereto as Exhibit "A". S:\CA\RESO\Agreements\Reso - Janitorial Services (USSI) - Utilities (2011 ).doc II I 1 Section 3. That this Resolution shall become effective immediately. 2 PASSED AND ADOPTED THIS ~I~ay of June, 2011. 3 4 , LORIDA 5 6 7 8 9 10 11 12 13 14 15 16 Commissione: Ie?;;;: . 17 ~4A?~ . . 18 , 19 Commissioner - Marlene Ross 20 ATTEST: 21 22 'tyJ. ~ 23 24 25 26 27 28 S:\CA\RESO\Agreements\Reso - Janitorial Services (USSI) - Utilities (2011 ).doc i I R II-ob 7 UTILITIES DEPARTMENT TWO YEAR JANITORIAL SERVICES CONTRACT THIS CONTRACT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and United States Service Industries (USSI) of Fort Myers. FL hereinafter referred to as "the Contractor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Contractor is retained by the City to perform janitorial services in connection with the bid designated. UTILITIES DEPARTMENT TWO YEAR JANITORIAL SERVICES CONTRACT, Bid # 037-2821-11/CJD 2. SCOPE OF SERVICES. Contractor agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment, and supplies. 3. TIME FOR PERFORMANCE. Work under this contract shall commence upon the giving of written notice by the City to the Contractor to proceed. Contractor shall perform all services and provide all work required pursuant to this Contract until 2013, unless an extension of such time is e:ranted in writine: by the City. 4. PAYMENT. The Contractor shall be paid by the City for completed work and for services rendered under this Contract as follows: a. Payment for the work provided by contactor shall be made as provided on exhibit "A" attached hereto, provided that the total amount of payment to Contractor shall not exceed $ 2.187.00 per month. $26.244.00 per year. without express written modification of the Contract signed by the City. Final payment of any balance due the Contractor of the total contract price earned will be made promptly after the completion of the work under this Contract and its acceptance by the City. Payment as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work as provided on Exhibit "A". The Contractor's records and accounts pertaining to this Contract are to be kept available for inspection by representatives of the City and State for a period ofthree (3) years after final payments. Copies shall be made upon request. 5. COMPLIANCE WITH LAWS. Contractor shall, in performing the services contemplated by this service Contract, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Contract. C-l 6. INDEMNIFICATION. Contractor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or third parties or damage to property occasioned by a negligent act, omission or failure of the Contractor. 7. INSURANCE. The Contractor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1 ,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1 ,000,000 (see Attachment' A"). 8. INDEPENDENT CONTRACTOR. The Contractor and the City agree that the Contractor is an independent contractor with respect to the services provided pursuant to this Contract. Nothing in this Contract shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Contract. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. 9. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 10. DISCRIMINATION PROHIBITED. The Contractor, with regard to the work performed by it under this Contract, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 11. ASSIGNMENT. The Contractor shall not sublet or assign any of the services covered by this Contract without the express written consent of the City. 12. NON - WAIVER. Waiver by the City of any provision of this Contract or any time limitation provided for in this Contract shall not constitute a waiver of any other provision. C-2 13. TERMINATION. The City reserves the right to terminate this contract without cause effective thirty days from the date of the written notice. Liability of the bidder for any and all such violation(s) shall not be affected by any such termination and his surety as required by the bidding documents, shall be enforced for any additional cost incurred to complete the annual contract. In the event ofthe death of a member, partner or officer of the Contractor, or any of its supervisory personnel assigned to this Contract, the surviving members of the Contractor hereby agree to complete the work under the terms of this Contract, if requested to do so by the City. This section shall not be a bar to renegotiations of this Contract between surviving members of the Contractor and the City, if the city so chooses. 14. DISPUTES. Any dispute arising out of the terms or conditions of this Contract shall be adjudicated within the courts of Florida. Further, this Contract shall be construed under Florida Law. 15. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Attention: Chris Roschek, Utilities Department Notices to Contractor shall be sent to the following address: Eldred (Skip) Spurgeon USSI 11220 Metro Parkway Suite 17 Fort Myers, FL 33966 16. INTEGRA TED CONTRACT. This Contract, together with attachments or addenda, represents the entire and integrated Contract between the City and the Contractor and supersedes all prior negotiations, representations, or Contracts written or oral. This Contract may be amended only by written instrument signed by both city and Contractor. 17. RENEW AL: The initial term of this contract shall commence at the date of execution of the contract and expire two (2) years after that date with the option of two (2) additional one (1) year renewal periods as stated in original request for bid, subject to vendor acceptance, satisfactory performance, price and determination that renewal will be in the best interest of the City, at the City's sole discretion. C-3 0 DATED this J~ day of --d ~ 2011 0 l )SS I CITY OF BOYNTON BEACH ~ cI~{/~ Name of Contractor ~' City Manager Sig ture JJi b { pc, ,0,' V"S/~ I\S Title Attest! Authenticated: ~1Yl. ~ (Corporate Seal) ~ity erk APPf;a:' Attest! Authenticated: ~~- Office of the City tt :_):;~~:~~ HEATHER L. CASAVANT :.;~ MY COMMISSION '; [:;)20330 ."1- ~":"'." '.'" EXPIRES SeptC!,!",;;:r 1.,2014 1(<<I;I'iii~'53 ,..Not?'Y:-".'7l.C"'" 4 EXHIBIT" A" "UTILITIES DEPARTMENT TWO YEAR JANITORIAL SERVICES CONTRACT" SUMMARY OF WORK The City of Boynton Beach Utilities Department is requesting bids for janitorial services for three (3) facilities: . Utilities Administration Building 0 124 E. Woolbright Road . East Water Treatment Plant 0 1620 S. Seacreast Boulevard . West Water Treatment Plant 0 5469 W. Boynton Beach Boulevard Administration Buildine: The Administration Building is the primary office for utility management and field staff. This facility is made up of meeting and training areas, individual management offices, restrooms, and lunch areas. Field staff members enter and exit the facility throughout the day; their work environment related to wastewater, storm water, and water infrastructures make cleanliness and disinfection a priority. Water Treatment Plants (2) Each of the two (2) plants has office space, restrooms and break areas. The west plant also includes a series of laboratory rooms where water testing is performed. Cleanliness and sanitation are also a priority for these sensitive environmental work areas. The department is emphasizing the quality and care of janitorial services necessary to safeguard city employees and their customers. 5 SPECIFICATIONS FOR "UTILITIES DEPARTMENT TWO YEAR JANITORIAL SERVICES CONTRACT" GENERAL REQUIREMENTS 1. SERVICE PERFORMANCE The intent of this contract is to insure a high level of janitorial services. Performance and the quality of work will be first class in hygiene and cleanliness. Failure to meet the performance specifications as set forth in this contract will invoke remedial action. All areas serviced by this contract will be inspected routinely by the Maintenance Manager or his/her designated representative(s). These inspections will be for the purpose of assessing the contractor's performance meeting Section 22, Materials and Equipment; Section 23, Quality Standards and Workmanship; and Sections 24 through 29, Task Schedules as described herein. Any deviations or deficiencies noted by the Maintenance Manager will be brought to the attention of the contractor through the use of the Janitorial Services Report (see sample). Any deficiencies noted in any inspections are to be corrected within twenty-four hours or become subject to remedial action as outlined herein (see Section 4, Contractual Performance). The twenty- four hour grace period may be extended in writing by the Maintenance Manager should extraordinary circumstances warrant such extension in his/her judgment. Disputes over inspections or deficiencies will be resolved in accordance with Section 17, Disputes. 2. WORK SCHEDULE Work is to be performed during Normal Operating Hours as noted in the Proposed Monthly Price Schedule for each facility unless otherwise noted or mutually agreed upon; see the Normal Operating Hours in the Proposed Monthly Price Schedule. A schedule will be furnished to the Utility Department and updated as necessary, indicating the name of the supervisor assigned to oversee the work and including the supervisor's day and evening telephone numbers. Bidders must submit a complete list of janitorial materials, equipment, products and brands to be used; see Section 22. Materials and Equipment. Contractor will not be allowed to subcontract work under this contract unless written approval is granted by the Utilities Department Maintenance Manager. The subcontractor, if approved, will be bound by the conditions of the contract between the City and the awarded contractor and will perform in accordance with all terms of the contract and specifications. All required notices, work orders, directives, and C-4 request for emergency services will be directed to the contractor. All direction given to the subcontractor on the work site will bind the contractor as if the notice had been given directly to the contractor. Contractor must provide a telephone number and a named contact person who can be reached during all working hours for emergencies and resolving problems. 4. CONTRACTUAL PERFORMANCE The contractor or his/her representative will meet with the Utility Department Maintenance Manager on a monthly basis, or more frequently if necessary, to discuss schedules, problems, needs, and mutual areas of concern. The use of the Janitorial Services Report will establish a system whereby notice is given by Utilities to the contractor indicating problems, complaints, and other contract discrepancies. The contractor will have one (1) twenty-four hour daily cycle immediately following notification by a Janitorial Services Report to correct a deficiency and request a re-inspection; if the contractor fails to pass the re-inspection prior to the next regularly scheduled cleaning date, the contractor will be notified by the City and will begin a fifteen (15) day probation period. Following the fifteen (15) day probation period, unresolved deficiencies or substandard performances will be cause for the City to issue a written 30 day termination notice (see Section 21, Right to Terminate). S. WORK LOG The contractor's supervisor will be required to maintain a daily work log showing deviations from the assigned work schedule, or when work assignments have not been completed. It will be the contractor's responsibility to ensure that sufficient manpower is available to complete the assigned tasks irrespective of sickness, holidays, vacations, or other personnel matters. Relief personnel will be provided as necessary and work overtime as necessary, at no additional cost to the City, to ensure adherence to Task Schedule. 6. TRAVEL The City of Boynton Beach will not be responsible for any travel expenses. 7. CONTRACTOR RESPONSIBILITY Contractor will be responsible for ensuring that all employees are in compliance, at all times, with Terms, Conditions, and Specifications outlined in these bid specifications. Contractor will be responsible for obtaining employee background checks, all necessary permits, licenses, and/or registration cards, 1-9 Form (Employment Eligibility Verification) in compliance C-4 I with all applicable federal, state, and local statues pertaining to services as specified (see Section 10, Personnel Requirements). 8. TAXING RESPONSIBLITIES With submission of this bid proposal, the contractor understands that the City of Boynton Beach is not responsible for any federal, state, or locally mandated tax withholding associated with wages of the vendor's employees and/or any of its subcontractors. 9. SUPERVISION The contractor shall provide at least one (1) on-site supervisor for each crew engaged in work under this contract with the following qualifications and responsibilities. . The on-site supervisor must be fluent in the English language. . The on-site supervisor's qualifications shall be determined by a substantiated history of at least three (3) consecutive years of on the job janitorial experience, including at least one (1) year of supervisory experience in the field of janitorial services. . The on-site supervisor will be provided a pager and/or cell phone at the contractor's expense and the number will be provided to the Utility Deaprtment. . The on-site supervisor will be responsible for the instruction and training of personnel in proper work methods and procedures. . The on-site supervisor will schedule and coordinate all services and functions as required by the contract and as specified in the Task Schedules with the Maintenance Manager. . The on-site supervisor shall be authorized by the contractor to accept and act on all directives issued by the Utilities Maintenance Manager. Failure of the on-site supervisor to act on said directives shall be sufficient cause for the City to give notice that the contractor is in default of the contract. 10. PERSONNEL REQUIREMENTS Persons employed by the contractor in the performance of services pursuant to this bid shall not be considered employees of the City, shall be independent thereof and shall have no claim against the City as to pension, workers compensation, unemployment compensation, insurance, salary, wages or other employee rights of privileges granted by operation of law or by the City of Boynton Beach and shall be 18 years of age or older. The contractor may be working in areas containing sensitive or restricted information or materials. All employees must be covered by a blanket fidelity bond in the amount of $10.000; a copy of which must be provided to the City upon notification of award. C-4 The contractor will provide uniforms to all employees. No employees will be allowed access to any area without a uniform. The minimum uniform will consist of a tee-shirt clearly identifying the company's name and will be worn at all times while working on City premises. All employees assigned by the contractor shall be fully capable, experienced, and trained in the work they are employed to perform. They shall be physically able to do the work specified in the scope of services. Prior to any employee of the contractor commencing work, the contractor shall submit to the Maintenance Manager, the name, home address, date of birth, social security number, sex, race, drivers license number and background checks of all employees, including supervisors of the contractor for a background check as referred to per Section 7. Contractor Responsibility. Only with clearance from the Maintenance Manager will the City issue an access card and a janitorial closet key for the Utilities Administration Building and East Water Treatment Plant. The access card and the janitorial closet key will be requested by the contractor upon arrival at these two (2) buildings and returned to the place of entry each and every day services are provided. Then and only then, may the contractor's employees' commence work. Entry to the West Water Treatment Plant will be requested by the contractor upon arrival; an access card or janitorial closet key is not necessary within the building. Staff members will be available for assistance if required and the contractor will notify staff when leaving the building. The contractor will be responsible for notifying the Maintenance Manager of any lost City issued access cards, keys or other forms of identification that may be issued and any costs incurred for their replacement. The contractor will be responsible for surrendering City issued access cards, keys and other forms of identification that may be issued at the time of termination or the end of the contract, or final payment will be withheld. The City will have and will exercise full and complete control over granting, denying, withholding, or terminating clearance for the contractor's employees. Contractor's employees whom the City deem careless, discourteous, or otherwise objectionable or who cannot meet standards required for security or other reasons will be prohibited from entering the building(s). 11. SECURITY AND ACCESS The contractor will work in several areas which are under secured access and other areas which are open to the public for meetings, rentals, and other uses. All secured areas shall be maintained in a secured condition and will be locked immediately upon the contractor completing their daily operations. Schedules of all public meetings and uses will be provided to the contractor on a monthly basis and updated as necessary. No exterior doors will be propped open at any time. C-4 Daily janitorial services cannot be performed or completed in various conference rooms or meeting areas until meetings have ended. The contractor's operations will not interfere with these meetings. Meeting schedules will in no way diminish the contractor's responsibility for cleaning the meeting areas after use. 12. KEY CONTROL Contractor shall adequately secure the keys, access cards, other entry devices, and codes provided by the City. Contractor shall maintain a record of the key numbers issued to its employees. Contractor shall not duplicate and shall not allow such items to be duplicated. Any such item which becomes lost, missing, or stolen shall be immediately reported to the City representative by the contractor. Should the contractor lose or have stolen any keys or access cards issued to the contractor by the City, the cost of changing locks or keys to the buildings, rooms, or areas accessible by the lost or stolen keys will be deducted from the contractor's invoice to the City for the work performed under this contract. 13. SPECIAL AND UNFORESEEN WORK Due to the generalized nature of the work under this contract, instances may occur where the Utility Department has need for additional cleaning and janitorial services outside the original intent of this contract. Requests for special work will be authorized in writing only through the Maintenance Manager under the section for the Proposed Monthly Price Schedule. An emergency contact number shall be supplied for emergency cleaning services. The contractor will be required to respond by phone within 30 minutes of the call and be on-site with one hour after contacted by the Maintenance Manager. 14. PROTECTION OF PUBLIC AND PRIVATE PROPERTY The contractor shall exercise all necessary caution to protect pedestrian traffic and all public and private property from injury and damage caused by the contractor's operations. Any practice obviously hazardous in the opinion of the Maintenance Manager shall be immediately discontinued by the contractor upon receipt of either written or oral notice to discontinue such practice. The contractor shall comply with all OSHA and other Federal, State, and Municipal safety standards and policies. Contractor shall supply for the City's review and approval Material Safety Data Sheets (MSDS) for all supplies used and shall maintain a MSDS book in the main janitorial closet in every complex. It shall be the responsibility of the successful bidder to maintain the following insurance coverage, but not limited to worker's compensation insurance, property damage, liability C-4 insurance, vehicular liability insurance, during the time any of his/her personnel are working on City of Boynton Beach property. The vendor shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best's Key Rating Guide, latest edition (see Attachment 'A'). 15. LOST AND FOUND ARTICLES Contractor will ensure that all articles found in City buildings or on City property by their employees while performing duties under this contract, will be returned to the Maintenance Manager no later than one work day after finding the item. 16. JANITORIAL CLOSETS AND UTILITIES Janitorial closets shall be kept orderly and clean at all times. City shall supply electric power and water without charge to the contractor. Contractor will use the City's utilities as needed, but without waste by ensuring all water supplies and light fixtures are turned off as cleaning is completed. 17. DISPUTES The contractor shall faithfully perform all work as set forth in these specifications. If the contractor fails to faithfully perform in accordance with the specifications, or if a dispute arises as to the quantity and/or quality of work completed, the Maintenance Manager reserves the right to withhold payment until such time that the performance dispute has been remedied. In case of any doubt or difference of opinion as to items to be furnished hereunder, the decision of the City Manager shall be final and binding upon both parties. 18. BONDING The successful bidder's Bid Bond will be returned upon award and receipt of a Performance Bond by the City. If the awarded contractor fails to perform as agreed upon in the Invitation to Bid, the City shall be entitled to collect or retain part of bond; whichever is necessary to rectifY the bidder's unacceptable performance. 20. EXECUTION OF CONTRACT The successful bidder shall, upon written notification from the City, enter into a contract with the City for the performance of work awarded, and shall simultaneously provide the appropriate bonds, indemnities, and insurance required herein. 22. MATERIALS AND EQUIPMENT C-4 All products/materials are to be Green Seal Certified or Bio-Renewable and approved by the City prior to their use. Failure to use the approved products/materials will result in a violation of the contract. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name or vendor catalog number is mentioned it is for the purpose of establishing a grade or quality of material only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR EQUAL is added. However, if a product other than that specified is proposed, it is the vendor's responsibility to name such a product within his bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) submitted. The City shall be the sole judge concerning the merits of the bid submitted. Exceptions are items specified as "NO SUBSTITUTES". The items to be furnished by the contractor will include, but not be limited to, the following: . All paper and soap products including paper towels, toilet paper, and soap. NO SUBSTITUTES: Toilet Tissue - REN06125-WB, Single Roll, Bath Tissue, 2ply, 3 - % x 4 Paper Towels - REN06131-WB, Controlled Hand Roll Towel, White Hand Soap - REN02544, Antibacterial Foam Soap, 1200ml- 2b Body Soap & Shampoo - REN002493, Renown Gen II, 2000ml, Body/Hair Shampoo Grit Soap - SP A281 0-04, Grub Scrub Hand Soap w/Pumice, Flat Top Gallons . All deodorant blocks for urinals and manufacturer's approved cleaner for water-free urinals. . All plastic liners for waste receptacles. . All cleaning materials and equipment necessary to complete specifications including wiping and dust rags, mops, brooms, buckets, vacuum cleaners, buffing machines, carpet extractors, and specialty equipment including waste collection containers. . A listing of all materials and equipment to be used shall be part of the proposal and shall be of industrial or commercial type. . A record of al Material Safety Data Sheets (MSDS) for those products/materials used or stored on City property shall be maintained at each complex at all times for public reference as outlined in Section 14, Protection of Public and Private Property. 23. QUALITY STANDARDS AND WORKMANSHIP The following statements indicate the general standards and workmanship to be furnished under this contract: Garbage/Trash & Recycling All garbage/trash and recycling from the interior and exterior of the facilities is to be gathered and not co-mingled and then placed into the appropriate carts and/or containers provided by the City. (Note: The collection of garbage/trash does not include the large trash barrels throughout the grounds of our parks. Also, nothing shall be removed from desks and/or tables as all C-4 I trash/recycling must be in the appropriate receptacle or next to the receptacle marked as trash or recycling in order to be collected.) All garbage/trash and recycling collection containers are to be wiped out/down as necessary to provide a clean appearance and pleasant smell and then lined with a plastic bag of the appropriate SIze. Paper & Soap Dispenser Maintenance All paper and soap dispensers will be filled with the specified products as noted in Section 22, Materials and Equipment. The exteriors of all dispensers are to be washed or wiped down to remove all dirt, dust, and miscellaneous debris. Malfunctioning dispensers are to be marked with a note stating "Out of Order" and reported immediately to Utilities Maintenance Manager, Tony Lombardi, (561) 742-6421. Floor Cleaning - Hard Floors NOTE: Proper safety signage will be used for the safety of the buildings' occupants and visitors should they appear when any Hard Floor Cleaning occurs. Hard floor cleaning will include open areas, in comers, behind doors, under the furniture, stairs, and stairwells. All paper clips, staples, loose material, etc., shall be picked up and properly disposed of. Dust mopped floors should be done with dust control treated mops or microfiber cloths. Wet mopping will present a clean floor that is free of streaks, smears, and dried dirt. Using dirty mop water is unacceptable and used mop water is to be dumped immediately after the completion of mopping an area. Mop water is not to be dumped in any landscaping or in any storm drains. Only approved cleaners/detergents will be used in the mop water for wet mopping hard floor surfaces. All floor drains are to be clean of dirt build-up and thoroughly rinsed after restrooms or locker room cleaning. VCT (green vinyl type flooring) & Marble to be spray buffed to show a "Wet Look" gloss. Spray buffing shall only be accomplished after the floor is cleaned of all dirt or loose material. NOTE: VCT (green vinyl type flooring) is typically used, but not limited to stairwell steps. VCT & Marble to be refinished with floors being completely stripped of all wax to the original surface of the floor, resealed with an approved product, re-coated with a minimum of three (3) coats of an approved wax allow, each coat allowed to dry before applying the next coat, and buffed using an appropriate buffing machine to show a "Wet Look" gloss. Ceramic Tile grout will be machine scrubbed and damp mopped to lift embedded dirt and then sealed to minimize any odors from being absorbed into the porous grout. Floor Cleaning - Carpet C-4 Carpet vacuuming and cleaning will include open areas, in comers, behind doors, and under the furniture. All paper clips, staples, loose material, etc., shall be picked up and properly disposed of. Carpet vacuuming will be accomplished only with a properly maintained vacuum cleaner with a hepa-filtration system and will include carpeted floor mats; floor mats are not to be broom cleaned. Carpet is to be spot cleaned and cleaned only with an approved dry method extraction system. Heavy use carpet areas and carpeted mats will be cleaned to maintain a dirty-free appearance. Furniture Cleaning All vinyl, metal, and/or wood surfaces of furniture are to be wiped to eliminate any dust, dirt, or grime leaving the surface free of streaks and residue. Cloth surfaces of furniture will be spot cleaned with an approved dry method extraction system. Glass & Mirror Cleaning Glass and mirrored surfaces will be cleaned free from streaks, smears, and spots. Horizontal/Flat Surface Cleaning Horizontal/Flat surfaces shall be cleaned and/or dusted completely free of all loose and adhering or other foreign material on the original finish of a surface. A clean surface will appear both physically and visually clean, free from streaks, or other residue. Vent Cleaning All air conditioning supply and return air vents are to be wiped down with a treated soft cloth to remove all dust, dirt, and grime. PVC Blind Cleaning PVC Blinds are to be vacuumed on both sides with a soft-brush attachment. Water Fountain Cleaning Water fountains both on the interior and exterior of the facilities are to be cleaned and sanitized and all chrome is to be polished. Break Room Cleaning Break room cleaning shall consist of Garbage/Trash & Recycling, Paper & Soap Dispenser Maintenance, Floor Cleaning, Furniture Cleaning, Glass & Mirror Cleaning, Horizontal/Flat Surface Cleaning, and the cleaning and polishing of all chrome/metal fixtures, appliance exteriors including vending machines, and the cleaning and disinfecting of sinks to be free from dirt, food particles, grease, grime, and stains. Restrooms and Locker Room Cleaning NOTE: Water-free urinals will be cleaned in accordance with the manufacturer's instructions. Restroom and locker room cleaning shall consist of Garbage/Trash & Recycling, Paper & Soap Dispenser Maintenance, Floor Cleaning, Furniture Cleaning, Glass & Mirror Cleaning, C-4 Horizontal/Flat Surface Cleaning, and the cleaning and polishing of all chrome/metal fixtures, and the cleaning and disinfecting of all sinks, toilets, and urinals to be from dirt, grime, and stains. Janitorial Closets Janitorial closets will be clean with stock and equipment stored neatly. Trash and used materials/supplies including dirty mop water are not to be left in the closet at any time. All faucets/valves are left securely in the closed position. No lights are to be left on when the closet is not in use. Elevators Elevator doors and walls are to be cleaned of any dirt. Elevator floors are to be swept or vacuumed according to the type of flooring in the elevator. Exterior/Interior Window Cleaning Wash and squeegee dry all windows both on the exterior and interior leaving the glass streak- free. All dirt and dirty water must be wiped or rinsed off the window sills. 24. TASK SCHEDULES - DAILY TASKS (TASK "A") (Refer to Section 24, Quality Standards and Workmanship for details.) . Garbage/Trash & Recycling . Paper & Soap Dispenser Maintenance . Floor Cleaning - Hard Floors to be Dust Mopped . Floor Cleaning - Carpet and Carpeted Floor Mats to be Vacuumed . Glass & Mirror Cleaning - Storefronts and Entranceways . Water Fountain Cleaning . Break Room Cleaning . Restrooms and Locker Room Cleaning . Janitorial Closets . Elevators 25. TASK SCHEDULE - WEEKLY TASKS TASK ("B") (Refer to Section 24, Quality Standards and Workmanship for details.) . Floor Cleaning - Hard Floors to Wet Mopped . Floor Cleaning - Carpet to be Spot Cleaned . Furniture Cleaning - Wipe Down . Horizontal/Flat Surface Cleaning 26. TASK SCHEDULE - MONTHLY TASKS TASK ("C") (Refer to Section 24, Quality Standards and Workmanship for details.) . Floor Cleaning - Hard Floors (VCT & Marble) to be Spray Buffed . Vent Cleaning 27. TASK SCHEDULE - QUARTERLY TASKS TASK ("D") (Refer to Section 24. Quality Standards and Workmanship for details.) C-4 . Floor Cleaning - Hard Floors (Ceramic Tile) Machine Scrub Grout, Damp Mop, and Seal 28. TASK SCHEDULE - SEMI-ANNUAL TASKS TASK ("E") (Refer to Section 24. Quality Standards and Workmanship for details.) Semi-annual tasks are to be completed in February and August. Scheduling will be coordinated with the Maintenance Manager and the Departmental Contact to ensure that no programming or rentals of the facilities are scheduled. . Floor Cleaning - Hard Floors (VeT & Marble) Refinished . Floor Cleaning - Carpet to be cleaned in its entirety; this is not spot cleaning . PVC Blind Cleaning 29. TASK SCHEDULE - ANNUAL TASK (T ASK "F") (Refer to Section 23, Quality Standards and Workmanship for details.) Annual task is to be completed in February. Scheduling will be coordinated with the Maintenance Manager and the Departmental Contact to ensure that no programming or rentals of the facilities are scheduled. . Exterior/Interior Window Cleaning C-4