HomeMy WebLinkAbout20090796.tiffRESOLUTION
RE: APPROVE AGREEMENT FOR JANITORIAL SERVICES FOR HUMAN SERVICES
BUILDINGS AND AUTHORIZE CHAIR TO SIGN - PORTER INDUSTRIES, INC.
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with an Agreement for Janitorial Services for
the Human Services Buildings between the County of Weld, State of Colorado, by and through the
Board of County Commissioners of Weld County, on behalf of the Department of Buildings and
Grounds, and Porter Industries, Inc., commencing January 29, 2009, and ending January 30, 2010,
with further terms and conditions being as stated in said agreement, and
WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy
of which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County, Colorado, that the Agreement for Janitorial Services for the Human Services Buildings
between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Department of Buildings and Grounds, and Porter
Industries, Inc., be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to
sign said agreement.
The above and foregoing Resolution was, on motion duly made and seconded, adopted by
the following vote on the 6th day of April, A.D., 2009, nunc pro tunc January 29, 2009.
BOARD OF COUNTY COMMISSIONERS
WE COUpJTYIc OLO�DO
(i r
William F. GarciarStiair
ATTEST:
Wel. County Clerk to th
BY
De
o the Board
APPROVED -AS TQ FORM
_,,,,,,,,,,----7] 2
unty Attorney
Date of signature. �I If4 /09
ouglas $ademach r, Pro-Tem
Sean P. Conway
EXCUSED
Bar a Kirkmeyer
S
David E. Long
2009-0796
BG0012
MEMORANDUM
11`k
COLORADO
To: Board of County Commissioners
From: Toby Taylor
Re: Custodial Services for Human Services Complex
Date: March 11, 2009
In the recent past, B&G has bid out custodial functions for the Downtown buildings and
again for the north County buildings. Both times, Porter Industries was awarded the
contract. During these bid processes, we didn't advertise the Human Services
complex. The goal was to wait until construction had progressed to a point of obtaining
an accurate number for custodial services.
Since Porter Industries has been the winning bidder for the past two bids and they are
currently providing all our custodial needs in Greeley, I'd ask them if they would provide
a price for custodial services for the entire Human Services complex as an add-on
option to their current contract.
Attached is their quote to provide services which include all supplies and consumables.
You'll notice this price is $5,000 per year less than what they charged during their
current contract (which is currently being extended month -to -month). In addition, by
them matching the square footage prices for the other bids, the County will save
$12,000 in consumable supplies alone for the Human Services A & B buildings.
We have utilized Porter Industries for a number of years for custodial functions in the
Human Services Complex and are pleased with their performance. In addition to this
performance, they are offering us a savings which matches the existing contract.
Therefore, Buildings and Grounds recommends adding the Human Services Complex
to Porter Industries' current contract to provide both custodial services and consumable
products.
If you have any questions, please contact me at extension 2023.
2009-0796
AGREEMENT FOR JANITORIAL SERVICES
(HUMAN SERVICES BUILDINGS)
THIS AGREEMENT is made by and between the County of Weld, State of Colorado,
by and through the Board of County Commissioners of Weld County, whose address is 915 10th
Street, Greeley, Colorado, 80631 ("County"), and Porter Industries, Inc., whose address is 5202
Granite Street, Loveland, Colorado 80538 ("Contractor").
WITENSSETH:
WHEREAS, County desires to retain Contractor as an independent contractor to perform
the janitorial services as more particularly set forth herein; and
WHEREAS, Contractor has the time available to timely perform the janitorial services,
and is willing to perform such services according to the terms of this Agreement.
NOW, THEREFORE, in consideration of the mutual promises and covenants contained
herein, the parties hereto agree as follows:
1. Engagement of Contractor. County hereby retains Contractor, and Contractor hereby
accepts engagement by County upon the terms and conditions set forth in this Agreement.
2. Term. The term of this Agreement shall be from January 29, 2009, through and until
January 30, 2010; however, this Agreement shall renew automatically for two (2) additional one
(1) year terms thereafter, unless sooner termination is made as provided for in paragraph 11,
below.
3. Services to be Performed. Contractor agrees to perform the janitorial services ("Services")
listed or referred to in the Letter from Porter Industries, Inc., dated March 10, 2009, (hereinafter
"Letter")and the "Social Services Buildings A, B, and C; Custodial Services Schedule"
(hereinafter Schedule") which are attached hereto as Exhibits "A" and "B" and incorporated
herein by reference. The Services shall be performed in Buildings A, B, and C at the site located
at 315 N 11`t' Avenue, Greeley, Colorado which is referenced both in the Letter and on page 1 of
the Schedule.
4. Compensation. County agrees to pay Contractor for all of the Services performed at the rate
of $10,052 per month, ($2613 for Building A, $2541 for Building B, and $4898 for Building C),
which shall include all paper products being supplied by Contractor. However, as Building C has
not yet been completed, the contract rate shall not be paid until the building is occupied, and
shall be prorated if cleaning services begin in the middle of the month in which it becomes
occupied. No additional amounts shall be paid to Contractor, except for those "Additional Work"
items listed on page 6 of Exhibit B which may be requested by County of Contractor and which
1
shall be charged at the rates agreed upon by County and Contractor in writing and as set forth on
page 6 of Exhibit B, or as agreed to in accordance with the provisions set forth in paragraph 5,
below.
5. Additional Work Beyond That Stated in Exhibits A and B. In the event the County shall
require changes in the scope, character, or complexity of the work to be performed that goes
beyond the items set forth on pages 1 through 8 of Exhibit B, or requires a change in the
standards or obligations set forth in Exhibit B, and said changes cause an increase or decrease in
the time required or the costs to the Contractor for performance, an equitable adjustment in fees
and completion time may be negotiated between the parties and this Agreement shall be
modified accordingly by a supplemental Agreement. Any claims by the Contractor for
adjustment hereunder must be made in writing prior to performance of any work covered in the
anticipated supplemental Agreement. Any change in work made without such prior
supplemental Agreement shall be deemed covered in the compensation and time provisions of
this Agreement.
6. Independent Contractor. Contractor agrees that Contractor is an independent contractor
and that neither Contractor nor Contractor's agents or employees are, or shall be deemed to be,
agents or employees of the County for any purpose. Contractor shall have no authorization,
express or implied, to bind the County to any agreement, liability, or understanding. The parties
agree that Contractor will not become an employee of County, nor is Contractor entitled to any
employee benefits from County as a result of the execution of this Agreement.
7. Warranty. Contractor warrants that services performed under this Agreement will be
performed in a manner consistent with the professional standards governing such services and
the provisions of this Agreement and shall conform to the performance standards and
requirements set forth in Exhibits A and B.
8. Reports County Property. All reports, test results and all other tangible materials produced
in connection with the performance of this Agreement, whether or not such materials are in
completed form, shall at all times be considered the property of the County. Contractor shall not
make use of such material for purposes other than in connection with this Agreement without
prior written approval of County.
9. Acceptance not Waiver. Upon completion of the work and if applicable, Contractor shall
submit to County originals of any test results, reports, etc., generated during completion of this
work. Acceptance by County of reports and incidental material furnished under this Agreement
shall not in any way relieve Contractor of responsibility for the quality and accuracy of the work.
Acceptance by the County of, or payment for, any of the Services performed under this
Agreement shall not be construed as a waiver of any of the County's rights under this Agreement
or under the law generally.
10. Insurance and Indemnification. Contractor shall defend and indemnify County, its
officers and agents, from and against loss or liability arising from Contractor's acts, errors or
2
omissions in seeking to perform its obligations under this Agreement. Contractor shall provide
necessary workers' compensation insurance at Contractor's own cost and expense. Contractor
shall include the County, its officers and agents, as additional named insureds on a property,
casualty, and liability insurance policy, at a minimum of $600,000 coverage limit per occurrence,
$150,000 per person.
11. Termination. Either party may terminate this Agreement at any time by providing the other
party with a thirty (30) day written notice thereof Furthermore, this Agreement may be
terminated immediately at any time without notice upon a material breach of the terms of the
Agreement. In the event of an early termination, Contractor shall be paid for work performed up
to the time of notice and County shall be entitled the use of all material generated pursuant to this
Agreement.
12. Non -Assignment. Contractor may not assign or transfer this Agreement, any interest
therein or claim thereunder, without the prior written approval of County.
13. Access to Records. County shall have access to Contractor's financial records as they relate
to this Agreement for purposes of audit. Such records shall be complete and available for audit
ninety (90) days after final payment hereunder and shall be retained and available for audit
purposes for at least five years after final payment hereunder.
14. Time of Essence. Time is of the essence in each and all of the provisions of this
Agreement.
15. Interruptions. Neither party to this Agreement shall be liable to the other for delays in
delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where
such failure is due to any cause beyond its reasonable control, including but not limited to Acts
of God, fires, strikes, war, flood, earthquakes or Governmental actions.
16. Notices. Any notice required to be given under this Agreement shall be in writing and shall
be mailed or delivered to the other party at that party's address as stated above.
17. Compliance. This Agreement and the provision of services hereunder shall be subject to the
laws of Colorado and be in accordance with the policies, procedures, and practices of County.
18. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or
use other contractors or persons to perform services of the same or similar nature.
19. Certification. Contractor certifies that Contractor is not an illegal immigrant, and further,
Contractor represents, warrants, and agrees that it has verified that Contractor does not employ
any illegal aliens. If it is discovered that Contractor is an illegal immigrant, employs illegal
aliens or subcontracts with illegal aliens, County can terminate this Agreement and Contractor
may be held liable for damages.
3
20. Entire Agreement/Modifications. This Agreement contains the entire agreement between
the parties with respect to the subject matter contained in this Agreement. This instrument
supersedes all prior negotiation, representation, and understanding or agreements with respect to
the subject matter contained in this Agreement. This Agreement may be changed or
supplemented only by a written instrument signed by both parties.
21. Funding Contingency. No portion of this Agreement shall be deemed to create an
obligation on the part of County to expend funds not otherwise appropriated or budgeted for.
22. No Conflict. No employee of Contractor nor any member of Contractor's family shall serve
on a County Board, committee or hold any such position which either by rule, practice or action
nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor.
23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal,
or unenforceable, this Agreement shall be construed and enforced without such provision, to the
extent that this Agreement is then capable of execution within the original intent of the parties.
24. Governmental Immunity. No portion of this Agreement shall be deemed to constitute a
waiver of any immunities the parties or their officers or employees may possess.
25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of
the terms and conditions of this Agreement, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or
allow any claim or right of action whatsoever by any other person not included in this
Agreement. It is the express intention of the undersigned parties that any entity other than the
undersigned parties receiving services or benefits under this Agreement shall be an incidental
beneficiary only.
IN WITNESS WHEREOF, the parties have executed this Agreement on this day
of tM „„-c-t. , 2009.
CONTRACTOR: PORTER INDUSTRIES, INC.
By:
�L
Title: '�I re5 ! 44 / C
Date:
4
ATTEST: "'4#
Weld County Clerk to
By
COUNTY:
OARD OF COUNTY COMMISSIONERS
LD COUNTY, COLORADO
Deputy Cl- k to the :'.tip William 1`. Garcia, Chairman
04/06/2009
5
:fin% -n%
P
RTER
U - R I C S
Where clean meets green.
March 10, 2009
'I'ob Taylor
Buil ings & Grounds Maintenance Coordinator
1105 H Street
P.O. ox 758
Gree ey, CO 80632
Dear!Toby,
Attached is my proposal for Custodial Services for the Social Services buildings
on Nprth 11th Avenue.
This new pricing on Buildings A and B will result in a cost savings to Weld County
of over $12,000 per year.
Our ew price including consumables is $5,000.00 less per year than our
cunt pricing without consumables.
I am also including a proposal for the new Building C. This price includes a firm
pric for the custodial services portion of the bid, plus a reasonable estimate of
the c nsumables that will be required. Because this is a new facility, there is no
trac record to use in pricing these items.
Her are the monthly costs for each building — including consumables. The
pricy g is based on using the same schedule of services that we are currently
pro% ding the existing Social Services facility.
Building A = $ 2,631.00 / month
Building B = $ 2,561.00 / month
Building C = $ 4,936.00 / month (a$oo/month estimated for consumables)
Plea4e let me know if you have any questions regarding this proposal.
Cordially,
Steve Hendrickson
President/CEO
Porter Industries, Inc.
970.067.5239 x204
EXHIBIT B
Social Services Buildings A, B and C; Custodial Service Schedule
Scope of Services:
CONTRACTOR RESPONSIBILITY IN GENERAL:
The Contractor shall contractually establish and provide all labor, equipment, tools,
supplies, supervision, management and other resources and services necessary to
achieve the cleanliness, customer satisfaction and management response specifications
as defined in the agreement. This commitment MUST include all routine, periodic,
project and other tasks and frequencies needed to meet the quality specifications noted.
It is intended that no project or special work id billable under this contract, except in a
rare or unusual situation. And in this event, authorization must be obtained for added
billable work. The Contractor will notify the County, with a written order and will
schedule each special project, when such work supervision falls outside the context of
the agreement.
The responsibilities of the Contractor shall include the following services, which are more
specifically detailed in this Exhibit B:
Contractor Responsibilities
Routine Cleaning
Periodic Cleaning
Project Cleaning
All Floor Surfaces, excluding extraction and shampooing
Carpet spot cleaning
Cleanliness of cleaning equipment
Interior glass and frame
Lounges/break areas, vending
Exterior entrance glass only
Restroom Supplies cleaning supplies
Sweeping and policing at Steps, walkways and entrances within 10 feet of building entrances
Trash removal to designated areas
Collecting recycling papers from containers at desks and placing them in appropriate locations
and containers
Walk off mat cleaning
Sanitary napkin machine product purchase and replacement
Floor care machines such as Floor burnisher, floor stripping machines, any other carpet spotting
equipment that Servicer Provider wishes to use that is not provided by Weld County
Mop heads
Wall cleaning
QUALITY EXPECTATIONS
The Contractor will ensure that the facilities, fixtures, floor surfaces, and furnishings of
Weld County Govemment shall be continually maintained in a state of
high quality cleanliness.
CLEANLINESS SPECIFICATIONS
1
CLEANLINESS QUALITY MEANS: like new appearance ... or all of the following:
*The absence of litter or undesirable debris
*The absence of dust on any surface that can be dusted.
*The complete, comprehensive and thorough cleaning of any item, including corners,
inside, outside, top and bottom, under and over all surfaces.
*The absence of surface marks, spills or other residue that can be eliminated by damp or
wet cleaning
*The absence of soil, wax and or other build up which can be eliminated by heavy duty,
cycle or project cleaning
*The presence of surface gloss, protection of reflective capacity, Alike new@ or
designated gloss levels
*The absence of minor spots, marks or other soil that can be eliminated by spot cleaning
*The absence of dust, lint and other in -fiber accumulation in fabric and carpeted areas
that can be eliminated by vacuum cleaning using vacuum filter bags with a filtering
capacity of a minimum 95% efficiency to 1.0 micron particles
*The absence of germs, bacteria, fungus, molds and other sources of infection in
restrooms, clinics, kitchen, break area counter tops and eating surfaces through proper
use of disinfectants and sanitizers
*The responsibility to call (970) 336-7211 or fax (970) 336-7212, Weld County Buildings
and Grounds Department to report or leave work requests to eliminate or correct
problems with damaged, non-functioning, repair or replacement items which cannot be
corrected through appropriate cleaning.
CUSTOMER SATISFACTION
The Contractor shall manage the resources at its disposal in such a way as to improve
Customer Satisfaction and reduce and control the number of cleaning complaints, based
on the concept of continuous improvement. A goal of less then 10 complaints per month
must be achieved within the first 12 months of the agreement.
DAILY ROUTINE TASKS
Entrances:
1. Police area, empty waste containers, and replace liners if needed.
2. Clean/dust sills and other surfaces.
3. Vacuum all walk -off mats.
4. Clean all entry glass doors.
5. Sweep and mop any hard surface flooring.
Offices / Cubicles:
1. Empty trash and check or replace waste liners as necessary.
2. Dust mop resilient floor, vacuum traffic areas, spot carpet and damp mop spills
on hard surface floors.
3. Wipe any spills on horizontal surfaces. (DO NOT TOUCH EQUIPMENT OR
COMPUTERS)
4. Clean/dust sills and other surfaces. Such as tables, lecterns, etc
2
Restropms:
1. !Empty trash and replace liners.
2. Clean and disinfect sinks, toilets, and urinals.
3. Spot clean partitions/remove graffiti.
4. Disinfect all horizontal surfaces.
5. Clean mirrors and doors and spot clean wall surfaces.
6. Replenish all paper products.
7. Sweep floor, mop with a germicidal disinfectant.
8. Vacuum any carpeted lounge areas
Corridors / Stairwells / Outside Breezeway:
1. Empty waste containers and replace liners as necessary.
2. Dustmop all hard surfaces floors.
3. Vacuum any walk -off mats.
4. Spot mop all hard surfaces.
5. Vacuum all carpeted corridors.
6. Spot clean carpet stains.
7. Clean and disinfectant all water fountains
8. Clean elevators
Conference Room / Training Rooms / Lounges:
1. Empty waste containers and replace liners as necessary.
2. Dust and damp wipe all horizontal surfaces
3. Dustmop all hard surfaces floors.
4. Vacuum all carpeted, spot clean any stains.
5. Spot clean doors.
Kitchen / Vending / Break Areas:
1. Empty waste containers and replace liners
2. Spot clean all walls and doors
3. Wash all table tops and horizontal surfaces.
4. Sweep floor/vacuum carpet.
5. Wet mop all hard surface floors.
6. Restock consumable products to assure adequate supplies are available
for the next entire business day.
Custodial Closets:
1. Restock cart, store supplies neatly.
2. Clean all equipment.
3. Clean slop sinks.
4. Properly maintain MSDS books.
WEEKLY ROUTINE TASKS
1. Wet mop all hard surface floors 100% edge to edge
3
2. Vacuum all carpet 100% edge to edge
3. Clean desk/table tops of all marks and graffiti
4. Low dust under vents, desks, tables, etc.
5. High dust corners, shelving, vents, etc.
6. Wet mop hard surface floors in corridors; buff using a high speed machine and a
white pad.
7. Spot clean walls and doors with neutral cleaner
8. Spot clean all glass in doors, trophy cases, bulletin boards, etc.
9. Flush floor drains once per week
10. Disinfect all partitions in restrooms with a germicidal cleaner
11. Wet mop all stairs and landings.
MONTHLY ROUTINE TASKS
1. Wash all walls in restrooms using a germicidal cleaner.
2. Machine scrub all restroom floors using a germicidal cleaner.
3. Dust window blinds.
4. Bonnet clean high traffic areas in corridors, classrooms and lobby/entranceways.
5. Extract all mats in entranceways.
Clean public areas daily; restrooms, lobbies, kitchens, elevators offices to
include removing all trash, cleaning and disinfecting restrooms, wet mopping
hard surface floors and vacuuming suites.
Clean showers, stairwells, lobby floors, vents, baseboards, vending machines
weekly; to include scrubbing and disinfecting shower walls, curtains and rods,
damp wiping vents; also buff all hard surface floors bimonthly.
CONTRACTOR RESPONSIBILITIES
A. Supplies and Materials
1. Restroom Supplies
All restroom supplies shall be furnished by the Contractor. This cost is included in the
contract cost. Paper towels, toilet tissue, soap and trash liners, etc., will be issued by
the Contractor from its central stock point and the Contractor shall be responsible for
transporting this material and installed at the point of usage. Supplies shall be of the
biodegradable type and the quality that is currently being provided. The replenishing of
sanitary napkin dispensers will be the Contractors responsibility.
2. Reimbursable Supplies
The Contractor shall provide a monthly inventory to the County of all supplies issued on
a daily basis. Controls shall be established and implemented by the Contractor to
safeguard materials. Any losses or irregularities are to be promptly reported in writing to
the County Representative.
3. Cleaning Supplies
Al necessary cleaning pads and equipment, including power driven machines, floor
stripping machines, high speed polishing machines and associated chemicals and
supplies, etc., needed for the performance of the work involved, shall be provided by
the Contractor, with the exception of the industrial vacuum cleaners already stored in
4
specific buildings.
4. Plastic Trash Liners
The Contractor shall furnish plastic trash liners for trash only. Liners must be at the
quality provided, meeting 30 percent post consumer content.
5. Walk Off Mats
The Contractor shall furnish walk off mats where required for all interior entrances to
prevent excess soiling of building interiors. The buildings which already have adequate
walk off mats will not apply to this requirement.
6. Personal Safety Equipment
The Contractor shall provide its employees with any necessary safety equipment.
7. Uniforms
The Contractor shall provide shirts with the company insignia. Company shirts and I.D.
badges must be worn at all times by Contractor employees during their work shift
8. County Observation
The County shall have the right at all times to examine the supplies, materials and
equipment used by the Contractor and to observe the operations and methods of the
Contractor, its agents and employees
9. Removal and Ownership
In the event of termination or the contract expires, all restroom supplies and paper
products and County owned equipment shall remain the property of Weld County.
B. Item Specification
1. Cleaning Supplies
A list of all products used by the Contractor shall be submitted to the County for approval
during the start up period. All listed equipment and material are the responsibility of the
Contractor. These specific products will need to be supplied by the Contractor as
indicated: Disinfectant is to be used on all restroom and locker room surfaces. Only
Green Seal approved Window Cleaner is to be used in County buildings. The following
products cannot be used at the County for any maintenance purpose: pine oils, bleach,
de -scalers, lye, oven cleaners, steel wool or powdered cleansers. Samples of additional
janitorial supplies which may be recommended by the Contractor shall be submitted to
the County Representative for approval thirty (30) prior to contract start date o date of
intended use. The pH level of any cleaning materials shall not exceed nine (9).
Whenever possible, the County prefers the use of environmentally friendly cleaning
chemicals.
2. Material Safety Data Sheet
The Contractor shall submit Material Safety Data Sheets on all products prior to contract
start up.
C. Special Requirement
Contractor must ensure all exterior doors are locked, as necessary, while cleaning and
upon leaving the buildings. All rooms which are found locked are to be relocked after
cleaning. The County requires the Contractor turn off all lights as cleaning is completed.
Security alarms must be disarmed and armed using the correct procedures. $50 will be
charged each time the Police are dispatched because the Contractor has set off the
5
alarm.
D. Contractor Operational Requirements
1. Key Control
The Contractor shall establish and implement adequate methods of ensuring that all
keys issued to the Contractor by the County are not lost or misplaced and are not used
by unauthorized person. They shall not be marked with identifying building name.
No keys will be duplicated. Access Cards and fobs will be issued in the name of the
Contractors custodians. Any loss must be reported immediately.
2. Lost and Found
It shall be the responsibility of the Contractor to instruct its staff and employees that all
articles of possible personal or monetary value found by he Contractor's employees be
turned in to the main custodial closet in assigned building where item was found and the
County Representative be contacted at 970-304-6531, to report what was found and
where it can be located at.
3. Problem Identification
All Supervisors will be responsible to call and leave a report for the County
Representative identifying any needed repairs to the building, its furnishing, its fixtures,
its mechanical equipment and other such items. Contractor supervisors will also call
when it is their opinion, carpeting needs to be extracted or when hard floors need
stripped and refinishes or scrubbed and recoated. This information will be called in on a
daily basis. Contact will be made to the Buildings and Grounds Department 1105 H.
Street, 970-356-4000 ext 2024. If the problem is critical in nature and requires
immediate action, they shall call the County's Security Department and they will contact
the appropriate on call person. Security number is 970-356-4000 ext 4836.
4. Specific Report Requirements
(i). Daily
a. The Contractor shall maintain daily, week day contact with the County
Representative.
b. A list of problems found by the supervisors, are to be called into the County
Representative's voice mail nightly (Emergency calls to Security).
c. Work Orders will be issued for cleaning complaints made by County personnel or
for work requests. These shall be viewed daily by the Contractor for follow up or
resolution. The Contractor shall sign, date and return on or before the due date.
(ii). Weekly
Periodic Floor Care Reporting: The Contractor shall log all the periodic floor care
(buffing/burnishing) that is completed each night. This log shall be available for weekly
review by the County Representative.
(iii). Monthly
Contractor shall be available to inspect buildings on a monthly basis with County
Representative. Results will be provided to the Contractor
E. Additional Services
Wall-to-wall carpet cleaning is not included in the scope of Contractor's responsibilities
6
but is available under separate contract as requested by the County. The price of this
service will be agreed upon between the County and Porter Industries, Inc.
Hard floor scrubbing and recoating; and/or the stripping and refinishing of any VCT
flooring is not included in the scope of Contractor's responsibilities, but is available as
an extra billing project when authorized by the County or their representative. The price
for this service will be agreed upon between the County and Porter Industries.
Cleaning exterior windows is not included in the scope of Contractor's responsibilities
but is available under separate contract as requested by the County. The price of this
service will be agreed upon between the County and Porter Industries, Inc.
DEDUCTIONS, ADJUSTMENTS AND DAMAGES
The County shall have the right to assess damages for breach of the Contractor's
obligations. The exercise of its rights shall not prelude the County's right to terminate or
revoke the agreement. Deductions and adjustments (as a credit to the Contractor's
invoice) are a valid right of the County. Typical deductions include but not limited to:
• If the Contractor fails to perform the work required to achieve the quality
specifications, damages, will be assessed on the basis of the hours, wage rate
costs and other costs expended by the County to achieve the quality
specifications.
• The Contractor shall be held accountable and liable to the County for any
damages to the County facilities, fixtures, furnishings, equipment, grounds or
personal injury to County employees, invitees or licensees, caused by the
Contractor, its employees or others under its charge.
• The value of unaccounted for, lost, damaged or missing County equipment,
material, supplies, or other property shall be deducted, at the discretion of the
County.
• $50.00 will be deducted each time the police are dispatched because the
Contractor has set off the security alarm.
MISCELLANEOUS REQUIREMENTS OF CONTRACTOR
Contract cleaners will encounter numerous locked doors throughout the building. When building
staff wish to have the office cleaned, they will leave the door open which will signal that cleaning
is needed. Otherwise, trash containers will be left outside the office to be emptied nightly
Recycling containers are located at every work station and copier. Large recycling containers
are located in the stairwells of all buildings. All office recycling is to be taken to this area and
placed in larger containers.
COUNTY RESPONSIBILITIES
7
County hall provide the following equipment to Contractor to be used in the performance of its
respons bilities under the Agreement:
All mop buckets
44 gallon Brutes
Mop handles
Restroom Carts
Back Pac vacuums or upright vacuums excluding bags
Mechanical rooms
8
Hello