SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT - REQUEST FOR BIDS

Size: px
Start display at page:

Download "SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT - REQUEST FOR BIDS"

Transcription

1 SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT - REQUEST FOR BIDS Submit Bids To: PROCUREMENT (MAIL CODE: PRO) SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT 2379 BROAD STREET - BUILDING #2 BROOKSVILLE, FLORIDA Direct Inquiries To: Anita Hoover, Procurement Specialist Phone: , Ext. 4136; FAX: ; [email protected] DATE POSTED: November 15, 2013 at 8:30 a.m. Page 1 of 51 BIDS WILL BE OPENED: December 19, 2013 at 2:00 p.m., and may not be withdrawn for 90 days after this date. TITLE: RFB 1403 DISTRICTWIDE JANITORIAL SERVICES SPECIFICATIONS: The Southwest Florida Water Management District (District) requests bids for all Janitorial Services and equipment in accordance with the Green Seal GS-42 Green Seal Standard for Commercial And Institutional Cleaning Services for the District s Brooksville, Tampa, Bartow, and Sarasota Service Offices. MANDATORY PRE-BID CONFERENCE/SITE VISIT December 3, :00 a.m. Eastern time Southwest Florida Water Management District Brooksville Headquarters 2379 Broad Street Brooksville, Florida (352) Ext All interested parties are required to be represented at the MANDATORY Pre-Bid Conference and the MANDATORY Site Visits. The purpose of this conference is to allow potential bidders an opportunity to present questions to staff and obtain clarification of the requirements of the bid document and to view the sites. Addresses to the Tampa, Bartow, and Sarasota Service Offices sites are provided on Attachment 1, Site Location Map. Because the District considers such a conference and site visits to be critical to understanding the bid requirements, representation at the pre-bid conference and the site visits are MANDATORY to qualify as a bidder. Minutes of the conference and site visits will not be published. A mandatory site visit at the Brooksville location will immediately follow the pre-bid conference. The following schedule of dates and times for the site visit to each of the other District Service Offices in Tampa, Bartow, and Sarasota are as follows: Tampa: December 4, 2013, 9:00 a.m. Bartow: December 4, 2013, 1:00 p.m. Sarasota: December 5, 2013, 9:00 a.m. All interested parties are to meet in the lobby of each Services Office at the starting times listed above. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 1 of 51

2 TABLE OF CONTENTS PART I - INTRODUCTION 1.1 Internet Availability 1.2 Americans with Disabilities Act (ADA) 1.3 Correspondence and Questions 1.4 Delays, Changes and Addenda 1.5 Cancellation 1.6 Bid Withdrawal 1.7 Rejection of Bid 1.8 Bid Response Form 1.9 Sealed Bids 1.10 Bid Receipt and Opening 1.11 Basis of Award 1.12 Bid Tabulations and Notice of Award 1.13 Bid Protests 1.14 Execution of Contract 1.15 Purchases by Other Public Agencies PART II GENERAL CONDITIONS 2.1 Definitions 2.2 Term 2.3 Taxes 2.4 Manufacturer's Name and Approved Equivalents 2.5 Employment Eligibility Verification 2.6 Subcontractors 2.7 Disadvantaged Business Enterprises 2.8 Default 2.9 Remedies 2.10 Insurance 2.11 Archaeological, Historical and Cultural Sites 2.12 Failure to Complete the Work on Time 2.13 Tools, Plants and Equipment 2.14 Guarantee 2.15 Estimated Quantities 2.16 Protection of Work and Property 2.17 Entire Agreement PART III SCOPE AND SPECIFICATIONS 3.1 Scope 3.2 Specifications REFERENCE DOCUMENTS Attachment 1 Site Location Map Attachment 2 Site Location Square Footage Table Attachment 3 Holiday Schedule Attachment 4 Janitorial Service Payment Request Form Attachment 5 Green Seal GS-42 Green Seal Standard for Commercial and Institutional Cleaning Services BID FORMS REQUIRED WITH SUBMISSION Attachment 6 Bid Response Form Attachment 7 Certification Regarding Drug-Free Workplace Requirements SAMPLE FORMS Attachment 8 Sample Agreement RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 2 of 51

3 PART I - INTRODUCTION 1.1 INTERNET AVAILABILITY. District solicitations, changes, delays, addenda, reference documents and questions and answers are available for review and download at and Persons/firms receiving solicitations from the District s Internet website are responsible to recheck the website for any changes or addenda. 1.2 AMERICANS WITH DISABILITIES ACT (ADA). The District does not discriminate upon the basis of disability. This nondiscrimination policy involves every aspect of the District's functions, including access to and participation in the District s programs or activities. Anyone requiring reasonable accommodation as provided for in the Americans with Disabilities Act should contact the District s Human Resources Bureau Chief, 2379 Broad Street, Brooksville, Florida ; telephone (352) , ext or (FL Only), ext. 4702; TDD (FL Only) ; or to [email protected]. 1.3 CORRESPONDENCE AND QUESTIONS. Unless otherwise stated or notified in writing, correspondence relating to this RFB will be sent to the District at the address set forth in the heading of this RFB, and to the bidder at the address stated on the Bid Response Form. All questions should be presented in writing to [email protected], the address as set forth in the heading of this RFB or faxed, followed by a written confirmation, to Procurement at for receipt no later than ten (10) working days prior to the bid opening. Inquiries must reference the date of bid opening, and bid title and number. 1.4 DELAYS, CHANGES AND ADDENDA. The District reserves the right to delay scheduled RFB due dates if determined to be in the best interest of the District. Any changes, delays, addenda or questions and answers related to this RFB issued by the District will be posted to the websites identified in Paragraph 1.1, Internet Availability. Persons/firms receiving the RFB from the District s Internet website are responsible to recheck the website for any changes or addenda related to this RFB. 1.5 CANCELLATION. The District reserves the right to cancel the RFB prior to bid opening and will give notice of cancellation by posting a notice on the District's website. Additionally, the District reserves the right to reject all bids, cancel the RFB, or cancel the Award or Intent to Award. Notice of cancellation or rejection will be posted on the District's website and sent to all bidders. No bidders will have any rights against the District arising from its selection by means of an Award or Intent to Award. An Award or Intent to Award does not constitute a contract with the District. Thus, the District may cancel the Award or Intent to Award after it has been made but before a contract has been executed. Bidders are responsible for all costs associated with the preparation of its bid. 1.6 BID WITHDRAWAL. Bids may only be withdrawn prior to the date and time set forth in Paragraph 1.10 below if the District receives a signed written request to withdraw a bid from an authorized representative of the bidder. 1.7 REJECTION OF BID. The District reserves the right to reject any and all bids, or alternative bid proposals or waive any minor irregularity or technicality in bids received. Bids which are incomplete, unbalanced, conditional, obscure or which contain additions not required, or irregularities of any kind, or which do not comply in every aspect with the RFB, may be rejected at the option of the District. Obvious errors in the bid may be grounds for rejection of the bid. 1.8 BID RESPONSE FORM. Attachment 6, Bid Response Form, must be completely and accurately filled out and submitted with the bid response. Failure to do so could result in rejection of the bid as non-responsive. An authorized representative of the bidder must manually sign the attached Bid Response Form where indicated. All bids must be typed or printed and signed in non-erasable ink in the spaces provided on the Bid Response Form. All corrections made to the bid by the bidder must be initialed. The bidder must provide at least three (3) references who can verify bidder s qualifications and past performance record on projects of similar size and scope within the past five (5) years. 1.9 SEALED BIDS. The Bid Response Form must be submitted in a sealed envelope. The bid number, bid name and date and time of the bid opening must be on the face of the envelope in the lower left hand corner. If bids are sent via Express Mail, all bid documents must be placed in a separate sealed envelope, properly identified with the above referenced information, within the Express Mail envelope and the specific information stated above must be on the outer envelope BID RECEIPT AND OPENING. One (1) original and two (2) copies of the Bid Response Form and required response documents must be received by the District's Procurement Office (PRO), Building 2, at the Southwest Florida Water Management District, 2379 Broad Street (U.S. Hwy. 41 South), Brooksville, Florida , on or before December 19, 2013 at 2:00 P.M. Bids that are not received in a timely manner by this specific office will not be accepted. All visitors must report to the lobby of Building 4 to sign in and be issued a visitors badge. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 3 of 51

4 Bids will be opened immediately after this date and time, and will remain binding upon the bidder for a period of 90 days thereafter BASIS OF AWARD. The District will award the contract to the lowest responsive, responsible bidder. The District does not bind itself to accept the minimum specifications stated in this RFB but reserves the right to accept any bid that, in the judgment of the District, will best serve the needs and the interest of the District. At the time of submitting a bid response, the District requires that the bidder be registered to do business in the State of Florida in accordance with applicable Florida Statutes (F.S.). Responses that do not meet all requirements of this solicitation or fail to provide all required information, documents, or materials, may be rejected as non-responsive. Bidders whose responses, past performance, or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements of the bid may be rejected as non-responsible. The District reserves the right to determine which responses meet the requirements of this solicitation, and which bidders are responsive and responsible. The District reserves the right before awarding the bid, to require a bidder to submit such evidence of their qualifications as it may deem necessary, and may consider any evidence available to it of the financial, technical and other qualifications and abilities of a bidder to perform the work in a satisfactory manner and within the time specified. The bidder is assumed to be familiar with all federal, state or local laws, ordinances, rules and regulations that in any manner affect the work, and to abide thereby if awarded the bid. Ignorance of legal requirements on the part of the bidder will in no way relieve responsibility. Failure to include in whole or in part any one of the required documents may be grounds for rejection of the bid as non-responsive BID TABULATIONS AND NOTICE OF AWARD. Bid recaps (listing the names of bidders who responded to this RFB, and when available, their prices) will be posted for review by interested parties in the District's Procurement Office and on the District's Procurement Website, and Bid recaps will not be provided by telephone or fax. Pursuant to Section (1)(b), F.S., all bids submitted will be subject to review as public records thirty (30) days from bid opening or at the time the District provides notice of its intended decision if such decision is reached prior to the expiration of the thirty day period. The District will award the Agreement in accordance with Paragraph 1.11, Basis of Award The Notice of Intent to Award will be posted in the District's Procurement Office and on the websites stated above Bid files may be examined at the Procurement Office in the Brooksville headquarters during normal working hours by appointment BID PROTESTS. Any bidder who protests the bid specifications or Award or Intent to Award, must file with the District a notice of protest and formal written protest in compliance with Chapter , Florida Administrative Code, and applicable provisions in Section , F.S. Failure to timely file such documents will constitute a waiver of proceedings under Chapter 120, F.S EXECUTION OF CONTRACT. By submitting a bid, bidder agrees to all the terms and conditions of this RFB and those included in the Sample Agreement attached as Attachment 8. Any changes offered by a bidder in a bid will not be considered by the District. The submittal of a bid will constitute acknowledgement of all terms and conditions of this RFB and the District will construe the bid as though no changes were presented. If a bidder desires to propose a change to a term or condition of the RFB or Agreement, bidder must submit its request under the procedure set forth in Paragraph 1.3, Correspondence and Questions PURCHASES BY OTHER PUBLIC AGENCIES. With the consent and agreement of the successful bidder(s), purchases may be made under this bid by other governmental agencies or political subdivisions within the State of Florida. Such purchases will be governed by the same terms and conditions stated herein. This agreement in no way restricts or interferes with the right of any Florida State or political subdivision or other public entity to bid any or all of these items independently 2.1 DEFINITIONS PART II - GENERAL CONDITIONS Affidavit: The instrument which is to be signed by the Contractor and submitted to the District upon completion of the job, showing that all bills have been paid Agreement: A properly executed, binding written contract containing terms, conditions, and obligations governing the relationship between the District and the Contractor (Sample is attached to this RFB). RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 4 of 51

5 2.1.3 And: Shall also mean "or" and the word "or" shall also mean "and" whenever the contents or purpose so requires Bidder: Any person who submits a bid for the Project described in this Request for Bids Contractor: The person/firm whose bid is accepted by the District, and who will thereafter enter into a formal contract with the District to do the work as bid upon Contract Documents: They will consist of the following items, including all modifications thereto incorporated into them before their execution: RFB, Contract, Referenced Exhibits or Documents and all documents identified in Paragraph 1.14, Execution of Contract, including all reference documents District: The Southwest Florida Water Management District, Brooksville, Florida. Also referred to as Owner District Project Manager: Refers to the individual representing the District on all matters relating to the execution of the construction contract, acting personally or through an assistant duly authorized in writing. The District s Project Manager for this Project is David A. Orner, Facilities and Construction Section Engineer: N/A Inspector: N/A Notice of Award: The official letter from the District announcing the successful bidder. Neither this award nor the response constitutes a contract with the District Notice To Proceed: The official letter from the District to the Contractor notifying the company that the contract has been executed Owner Direct Purchases: N/A Person: Means and includes any individual, partnership, society, association, joint stock company, corporation, estate, receiver, trustee, assignee, referee or other capacity, whether appointed by a court or otherwise, and any combination of individuals Plans or Drawings: N/A Scope of Work: The specific work, improvement, or job, to which these Contract Documents apply as described in this RFB Subcontractor: N/A Substantial Completion: N/A Successful Bidder: see definition for Contractor Surety: N/A Verbiage: The masculine pronoun will include the feminine and neuter and the singular will include the plural Work: Includes labor or materials or both, equipment, transportation, or other facilities necessary to complete the Project. 2.2 TERM. The Agreement will be effective upon execution by both parties and will remain in effect for 36 months unless terminated, or as amended in writing by the parties. 2.3 TAXES. The District is exempt from federal excise tax (exemption number ) and state sales tax (exemption number C-6). Costs on the Bid Response Form must include Florida State sales and any other taxes, except federal excise tax, applicable to materials purchased by the Contractor in accordance with Florida and federal law. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 5 of 51

6 2.4 MANUFACTURER'S NAME AND APPROVED EQUIVALENTS. Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and not intended to limit competition unless otherwise indicated. The bidder may offer any brand for which he/she is an authorized representative, which meets or exceeds the bid specification for any item(s) as determined by the District. If bids are based on equivalent products, indicate on the Bid Response Form the manufacturer's name and number. Bidder will submit with his/her proposal, cuts, sketches, and descriptive literature, and/or complete specifications. Reference to literature submitted with a previous bid will not satisfy this provision. The bidder will explain in detail the reason(s) the proposed equivalent will meet the specifications and not be considered an exception thereto. Bids which do not comply with these requirements are subject to rejection. Bids lacking any written indication of intent to quote an alternate brand will be received and considered in complete compliance with the specifications as listed on the bid form. Notwithstanding any provision in the Specifications, this provision solely governs the bidder s rights with respect to offering an approved equivalent. 2.5 EMPLOYMENT ELIGIBILITY VERIFICATION. The Contractor must utilize the U.S. Department of Homeland Security s Employment Verification (E-Verify) Program to verify the employment eligibility of Contractor employees performing work directly associated with the Agreement in accordance with the terms and conditions applicable to the E-Verify Program. If the Contractor uses subcontractors to furnish services directly associated with the Agreement, performed in the United States, in an amount greater than $3,000, the Contractor must include the requirements of this provision (appropriately modified for identification of the parties) in each subcontract. Information on registration for and use of the E-Verify Program can be obtained via the Internet at the Department of Homeland Security Web site: SUBCONTRACTORS. The Contractor may not subcontract with any entity to perform any of the Contractor s obligations or services under this RFB. 2.7 DISADVANTAGED BUSINESS ENTERPRISES. The District expects the Contractor to make good faith efforts to ensure that disadvantaged business enterprises, which are qualified under either federal or state law, have the maximum practicable opportunity to participate in contracting opportunities under this RFB. Invoice documentation submitted to the District under an Agreement must include information relating to the amount of expenditures made to disadvantaged businesses by the Contractor in relation to the Agreement, to the extent the Contractor maintains such information. 2.8 DEFAULT. Either party may terminate the Agreement upon the other party's failure to comply with any term or condition of the Agreement, as long as the terminating party is not in default of any term or condition of the Agreement at the time of termination. To effect termination, the terminating party will provide the defaulting party with a written "Notice of Termination" stating its intent to terminate and describing all terms and conditions with which the defaulting party has failed to comply. If the defaulting party has not remedied its default within thirty (30) days after receiving the Notice of Termination, the Agreement will automatically terminate. If, after termination by the District, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the District. In addition, the initiation, either by Contractor or against Contractor, of proceedings in bankruptcy, or other proceedings for relief under any law for the relief of debtors, or Contractor becoming insolvent, admitting in writing its inability to pay its debts as they mature or making an assignment for the benefit of creditors will constitute a default by Contractor entitling the District to terminate the Agreement as set forth above 2.9 REMEDIES. Unless specifically waived by the District, the Contractor s failure to timely comply with any obligation of the Agreement will be deemed a breach of the Agreement and the expenses and costs incurred by the District, including attorneys fees and costs and attorneys fees and costs on appeal, due to said breach will be borne by the Contractor. Additionally, the District will not be limited by the above but may avail itself of any and all remedies under Florida law for any breach of an Agreement. The District's waiver of any of the Contractor s obligations will not be construed as the District's waiver of any other obligations of the Contractor INSURANCE. Any Agreement resulting from this RFB will require the Contractor to maintain during the entire term of the Agreement, insurance in the following kinds and amounts or limits with a company or companies authorized to do business in the State of Florida. The Contractor will not commence work under an Agreement until the District has received an acceptable certificate or certificates of insurance showing evidence of such coverage. Certificates of insurance must reference the District Agreement Number and Project Manager Liability insurance on forms no more restrictive than the latest edition of the Commercial General Liability policy (CG 00 01) of the Insurance Services Office without restrictive endorsements, or equivalent, including aircraft and watercraft liability, with the following minimum limits and coverages: RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 6 of 51

7 Per Occurrence... $1,000,000 As applicable, supplemental liability insurance must include explosion, underground and collapse hazard (XCU) Vehicle liability insurance, including owned, non-owned and hired autos with the following minimum limits and coverages: Bodily Injury per Person... $ 100,000 Bodily Injury Liability per Occurrence... $ 300,000 Property Damage Liability... $ 100,000 or Combined Single Limit... $ 500, The District and its employees, agents, and officers must be named as additional insured s on the general liability policy to the extent of the District's interests arising from the Agreement Contractor must carry workers' compensation insurance in accordance with Chapter 440, F.S. If Contractor does not carry workers' compensation coverage, Contractor must submit to the District both an affidavit stating that the Contractor meets the requirements of an independent contractor as stated in Chapter 440 F.S. and a certificate of exemption from workers' compensation coverage Contractor must notify the District in writing of the cancellation or material change to any insurance coverage required by an Agreement resulting from this RFB. Such notification must be provided to the District within five (5) business days of the Contractor s notice of such cancellation or change from its insurance carrier The Contractor shall require and obtain certificates of insurance from any subcontractor otherwise the Contractor acknowledges that any and all coverage is afforded to the subcontractor by the Contractor s insurance policies and is not the responsibility of the District ARCHAEOLOGICAL, HISTORICAL AND CULTURAL SITES. Not applicable FAILURE TO COMPLETE THE WORK ON TIME. Not applicable TOOLS, PLANTS AND EQUIPMENT. If at any time before the commencement or during the progress of the work, tools, plants or equipment appear to the District to be insufficient, inefficient or inappropriate to secure the quality of work required, or the proper rate of progress, the District may order the Contractor to increase their efficiency, to improve character, to augment its number or substitute new tools, plants and equipment as the case may be and the Contractor will conform to such order. The failure of the District to demand such increase of efficiency will not relieve the Contractor of his obligation to secure the quality of work and the rate of progress necessary to complete the work within the time required by the Agreement and to the satisfaction of the District GUARANTEE. Not applicable 2.15 ESTIMATED QUANTITIES. Unless otherwise specified, the quantities stipulated in the bid for various items are approximate only and subject to increase or decrease in order to make them conform to the program or work selected and actual construction performed. The Contractor will perform a complete and finished job of the scope designated in the Agreement whether the final quantities are more or less than those estimated. The Contractor will be responsible for verifying all estimated quantities and incorporating any adjustments from the computation into the bid price(s) submitted in the response to this RFB PROTECTION OF WORK AND PROPERTY. The Contractor will continuously maintain adequate protection of all his work from damage and will protect the adjacent properties and all others from injury or loss arising in connection with the performance of the Project work. Contractor will make good any such damage, injury or loss except such as may be directly due to errors in the contract documents or caused by the agents or employees of the District. The Contractor will adequately protect and maintain all passage ways, guard fences, lights and other facilities for safety protection required by public authority or local conditions At all times, the Contractor will protect all public and privately owned property, structures, utilities, and work of any kind against damage or interruption of service which may result from the operations of the RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 7 of 51

8 Contractor. Damage or interruption to service resulting from failure to do so will be repaired or restored at the expense of the Contractor ENTIRE AGREEMENT. This RFB, the Awardees Bid Response, and the Agreement issued for the work, will constitute the entire agreement between the parties. These contract documents will be binding upon and inure to the benefits of the parties hereto and their respective heirs, successors, assigns, executors, administrators, and legal representatives where permitted. 3.1 SCOPE PART III - SCOPE AND SPECIFICATIONS DESCRIPTION OF SERVICE. It is the purpose of the resulting agreement to furnish and deliver to the Southwest Florida Water Management District (District), all Janitorial Services and equipment in accordance with the Green Seal GS-42 Green Seal Standard for Commercial And Institutional Cleaning Services, Attachment 5, for the Districts Brooksville, Bartow, Tampa and Sarasota Service Offices. The District will provide cleaning chemicals, urinal screens, trash bags, paper towels, toilet tissue, hand soap and sanitizers and floor finish. The goal is to reduce the exposure of building occupants and maintenance personnel in the Districts four Service Offices to potentially hazardous chemical, biological and particulate contaminants, which adversely affect air quality, human health, building finishes, building systems and the environment. 3.2 SPECIFICATIONS The Contractor guarantees to perform services under a resulting agreement in a first class, professional manner and also guarantees that all equipment provided and used meets or exceeds the requirements of the following specifications. Failure to do so, as determined by the District in its sole discretion, will be considered cause for the District to terminate this agreement without liability to the District. The Facilities Services Supervisor or its designee will be the District's Representative and is responsible for ensuring performance under the terms and conditions of the resulting agreement. They will serve as liaison with the Contractor and will approve all invoices prior to payment. The work covered by these specifications consists of furnishing all labor, equipment (such as Hepa-Vac type vacuums, floor cleaning equipment, mops, brooms, etc), dusting materials, and all other items necessary to provide the services described herein. Note: The Bartow Service Office is currently for sale. In the event the Bartow Service Office is sold janitorial services awarded under this RFB between the District and the Contractor for only the Bartow Service Office will be terminated. Janitorial services at the Bartow Service Office will then become the responsibility of the new owner MINIMUM REQUIREMENTS. Bidders must submit the following information in order for the District to determine Responsiveness/Responsibility for this Bid Provide assurance that sustainable floor and carpet care products meeting the sustainability criteria outlined in the Indoor Environmental Quality (IEQ) section of the United States Green Building Council s LEED Reference Guide for Green Building Operations and Maintenance, IEQ credit 3.3: Green Cleaning Purchase of Sustainable Cleaning Products and Materials will be used Provide assurance that cleaning equipment meeting the sustainability criteria outlined in IEQ credit 3.4: Sustainable Cleaning Equipment will be used Provide standard operating procedures addressing how an effective cleaning, hard floor and carpet maintenance system will be consistently utilized, managed and audited. Specifically address cleaning to protect venerable building occupants Provide strategies for promoting and improving hand hygiene, including both hand washing and the use of alcohol-based waterless hand sanitizers. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 8 of 51

9 Provide guidelines addressing the safe handling and storage of cleaning chemicals used in the building, including a plan for managing hazardous spills or mishandling incidents Provide requirements for staffing and training of maintenance personnel appropriate to the needs of the building. Specifically address the training of maintenance personnel in the hazards of use, disposal and recycling of cleaning chemicals, dispensing equipment and packaging Provide for collecting the District s feedback Provide for continuous improvement through new technologies, procedures and processes Provide a Day Porter Monday thru Friday eight (8) working hours per day at the Brooksville Headquarters office only SCHEDULE. Upon receipt of contract, the Contractor will meet with the District Representative within one week to establish a written schedule for the completion of the activities listed in Section Calendar of Cleaning Activities. During this meeting, a time and date will be set to establish a Monthly Performance Meeting between the District Representative and a member of the firm's management. The Contractor's Supervisor will be required to meet weekly, or as needed as determined by the District in its sole discretion, with the District Representative to discuss problem areas and to perform a site inspection SUPERVISION AND AVAILABILITY. The Contractor will have a Manager or a company officer available for contact Monday thru Friday between the hours of 8:00 AM through 5:00 PM, and an emergency contact phone number for weekends and holidays. District personnel will complete daily inspections of the previous day's work. If deficiencies are found an "on call" cleaning crew that can be on site within 1-1/2 hours will be required to correct the deficiencies or to assist with an emergency cleaning situation. The on-site Supervisor will be on the premises at all times during the performance of the work and must be familiar with all aspects of the work specifications. They will certify daily in the Facility Janitorial Log that all the required work has been accomplished, and respond specifically to items identified as needing attention if discrepancies are found. The contents of the Log will be discussed during the weekly and monthly Performance Meetings as outlined in Section CALENDAR OF CLEANING ACTIVITIES. The Contractor will perform janitorial services Monday through Friday, excluding District holidays (See Attachment 3), each day between the hours of 5:00 PM and 10:00 PM according to the schedule below DAILY Dusting (low & high) Hepa-Vac all carpets and upholstered furniture Sweep/mop with disinfectant cleanser all vinyl and tile floors; (all floors must be "spot free") Thoroughly clean and sanitize all restrooms including cleaning partition walls, showers, showerheads, shower curtains, doors, toilets, urinals, and all walls and floors using strong disinfectant and sanitizing cleaners Thoroughly clean and sanitize all sinks and counter tops (Break rooms and Restrooms) Thoroughly clean and sanitize the interior of all microwaves Clean all glass doors and entrance windows including metal framework inside and outside of all buildings Clean appliance exteriors Replace all liquid soap and sanitizing dispenser cartridges when empty Replace/refill all paper goods as needed. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 9 of 51

10 WEEKLY Empty all trash receptacles, recycle bins, aluminum can and plastic bottle bins and return to their original location (inside and outside all buildings). All trash and recycled materials are to be put into designated dumpsters Clean all walk way areas at building entrances Spot clean/shampoo carpets (includes extraction of dirty cleaning chemicals and water) Clean and sanitize all drinking fountains Clean and sanitize the exterior of ice machines Clean the computer room white raised floor in the Tampa Service Office Data Center (Building #2). Dust the floor with a microfiber dust mop. Damp mop the floor using a minimal amount of water Policing to include the following tasks, picking up and removing from areas inside the buildings, all paper, trash, empty bottles, and other discarded materials Spray and buff all vinyl floors Hepa-Vac all upholstered panels Scrub all ceramic and quarry tile floors Dust all HVAC grills and exhaust fan grills TWICE MONTHLY. Thoroughly clean (inside and outside) all refrigerators on the Second and Fourth Friday of each month and remove ONLY those items that are not marked "Do not throw away" or similar markings indicating that items are to be saved. Additionally, do not throw away any condiments. The freezer compartment is not to be disturbed. It will be the responsibility of the individual departments to insure that expiration dates are not exceeded MONTHLY Top scrub and apply one coat of finish on all vinyl tile floors Replace all disinfectant/deodorizing screens in urinals Dust window treatments QUARTERLY Thoroughly Hepa-Vacuum and spot clean all upholstered wall panels Thoroughly clean all HVAC Supply and Return grills and exhaust fan vents Damp wipe window treatments and silk plants ANNUALLY Strip and re-finish by applying a stain resistant sealer and five (5) coats of finish on all vinyl floors CLEANING ASSIGNMENT AREAS. The areas to be cleaned and their approximate square footage are listed in Attachment 2. During the specified agreement period, if the District adds/deletes a portion of the facility due to repairs, modifications, etc. then the Contractor will adjust the monthly billing to reflect the RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 10 of 51

11 areas added/deleted. The District will notify the Contractor at least two (2) days prior to an area being removed, added or returned to service. The adjustment will be calculated based on the daily rate per square foot, as quoted. (Note: Based on five (5) working days per week excluding District holidays.) WORK SPECIFICATIONS. This section outlines the information to ensure minimum acceptable cleaning standards to be performed as per Section Calendar of Cleaning Activities CARPET MAINTENANCE: All carpets will be thoroughly vacuumed, with Hepa-Vac type vacuum cleaners that are rated to remove 99.97% of air borne contaminants, so as to be clean, free from dust balls, dirt and other debris. There will be no dirt, trash or foreign matter along any baseboards, in corners, or under desks, tables or chairs. Daily spot cleaning will be performed to remove stains. Where furniture and equipment must be moved, no chairs, wastepaper baskets or similar items will be stacked on desks, tables or window sills. Upon completion of work, all items must be returned to the original location FLOOR MAINTENANCE: All floors will be maintained in a safe, clean, and visually acceptable condition. Proper precautions will be taken to advise building occupants of wet and/or slippery floor conditions during cleaning operations Sweep and mop all floors with a disinfectant cleaner so that they are clean and free of dirt and streaks; no dirt will be left in corners, under furniture, behind doors, or on stair landings and treads. Entrances will be swept clean of all dirt/trash Spray and buff all vinyl floors as per Scrub all ceramic and quarry type tile as per Prior to scrubbing, the floors will be thoroughly swept to remove visible dirt, debris, wads of gum, tar and similar substances. On completion of the scrubbing, the floors will be clean (thoroughly sanitized and disinfected) and free of dirt, water streaks, mop marks, string, etc.; properly rinsed and dry-mopped to present an overall appearance of cleanliness. All surfaces will be dry and corners and cracks clean after the wet mopping or scrubbing Strip and refinish all vinyl floors as per Item & Remove all old finish from floors, using a concentrated solution of a liquid cleaner. Cleaner is to be applied with a mop, and scrubbed with an electrical polishing machine with scrub brush or medium grade scrubbing pad. Extremely stubborn spots, gum, rust, burns, etc. will be removed by hand with a scouring pad dipped in the cleaning solution. Corners and other areas that the polishing machine cannot reach will be scrubbed and thoroughly cleaned by hand. Cleaning solution will be taken up with a mop or a water pickup and the floor rinsed twice with clean water to remove all traces of cleaning solution. DO NOT flood floor, use only enough water as required for good rinsing. Floor will be allowed to dry thoroughly after rinsing before finishing/refinishing Finishing/Refinishing includes the cleaning and applying of anti slip floor finish to vinyl floor surfaces. Apply floor finish, allowing sufficient drying time between each coat. Protect base board from floor finish application METAL/PORCELAIN/GLASS CLEANING. Metal/Porcelain fixtures (drinking fountains, wash basins, urinals, toilets, interior door kick plates, etc.) will be clean and bright, sanitized and disinfected; there will be no dust, spots, stains, rust, green mold, encrustation nor excess moisture Walls and floors adjacent to fixtures will be free of spots, drippings, and watermarks Floor drains will be kept free of debris Drinking fountains will be kept free of trash, ink, coffee grounds, etc. and nozzles free from encrustation and wiped down with a multi-purpose disinfectant/deodorizer cleaner. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 11 of 51

12 Entrance glass doors and metal door frames will be cleaned and polished by dampwiping and drying with a suitable cloth for polished appearance. Glass will be clean and free of streaks DUSTING. Dust all work areas daily. These areas include, but are not limited to: desks, tables, fans, ceiling vents, window sills, chairs and counters. Monthly dusting of window treatments. Dust will be removed by the most effective means, i.e., appropriately treated dust cloths, vacuum (Hepa-Vac) tools, etc. High Dusting includes but is not limited to door frames, building entry areas, light fixtures, HVAC supply/return grills and exhaust fan vents. When doing high cleaning, dust will not be allowed to fall onto furniture and equipment below. The following conditions will exist after the completion of each dusting task: There will be no dust streaks Corners, crevices, molding and ledges will be free of all dust There will be no oils, spots, nor smudges on dusted surfaces caused by dusting tools DAMP WIPING. This task consists of using a clean damp cloth or sponge to remove all dirt, spots streaks, and smudges from walls, glass, and other specified surfaces and then drying to provide a polished appearance. Annually clean window treatments with a clean damp cloth. The wetting solution will contain an appropriate cleaning agent. Damp wipe toilet areas using a strong disinfectant and sanitizing cleaner MISCELLANEOUS TOILET AND URINALS. All toilets will be thoroughly cleaned and disinfected using a chemical provided by the District. Special attention will be given to floors and walls immediately surrounding urinals and commodes for elimination of odors and stains and to provide a uniformly clean appearance throughout REFRIGERATORS, MICROWAVES, AND STOVES. All appliance exteriors will be cleaned daily. Only those Refrigerators marked with a sign will be emptied and thoroughly cleaned inside and out per Section PRICES, TERMS AND PAYMENTS. The Contract price will be as stated on the Contractor's "Bid Response Form". Monthly payments will be processed upon the receipt of the "Janitorial Service Payment Request Form," Attachment 4. This form must be submitted monthly, upon completion of the janitorial services for the preceding month PROTECTION OF DISTRICT PROPERTY. It will be the responsibility of the Contractor to fully protect, at all times, District Property entrusted to their care. The Contractor will reimburse the District for any and all damages to District property while in their care, such as unwarranted wear and tear, acts of vandalism and malicious mischief, any and all physical damage, including acts of commission and/or omission by their employees. Costs for damages attributed to the Contractor will be deducted from any outstanding amounts due the Contractor. This provision shall survive the expiration or termination of the Agreement SECURITY. The security of the buildings will be the responsibility of the Contractor. Entry to each building will be granted thru use of an ID badge issued by the District s Human Resources Department to the individual Contractor personnel. The following supplemental security conditions are included Contractor personnel will park in the designated area Contractor personnel will only work in assigned areas Clear plastic trash bags will be used. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 12 of 51

13 Contractor personnel will not be allowed to use the District telephones for any reason other than a valid emergency which threatens the health, safety or well being of any individual or the District Facilities Contractor personnel are not permitted to bring large bags, purses, etc. into the buildings Contractor personnel will not return to their vehicle without notifying their supervisor Contractor personnel will not receive guests at any time INSPECTION. The District reserves the right to inspect the Contractors equipment SAFETY. The Contractor will provide safety training to their employees regarding hazardous chemicals/materials and waste and the proper procedure(s) for notification, handling, mixing, and disposal in accordance with all Federal, State and OSHA regulations. Additionally, the Contractor will provide its employees with any required or appropriate personal protective equipment and train the employees in the proper use of such equipment MSDS INFORMATION. The Contractor shall submit a list of cleaning solutions and application apparatuses with appropriate MSDS sheets to the District Representative for review and approval prior to their use. The remainder of this page intentionally left blank. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 13 of 51

14 Reference Documents RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 14 of 51

15 ATTACHMENT 1 SITE LOCATION MAP FOR DISTRICTWIDE JANITORIAL SERVICES BID NUMBER RFB 1403 RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 15 of 51

16 ATTACHMENT 2 SITE LOCATION SQUARE FOOTAGE TABLE FOR DISTRICTWIDE JANITORIAL SERVICES BID NUMBER RFB 1403 Brookville Service Office Current Total 108,466 SF Building 1 15,519 Building 2 11,438 Building 3 DONE WEEKLY ONLY 388 Building 4 1 st Floor 14,068 Building 4 2 nd Floor 14,636 Building 4 3 rd Floor 14,524 Building 5 13,843 Building 6 6,526 Building 7 5,743 Building 8 5,110 Building 23 1,038 Building 25 2,791 Building 26 0 Building 34 1,415 Building 35&36 1,428 Bartow Service Office Current Total 12,020 SF Building 1 11,540 Building Sarasota Service Office Current Total 17,640 SF Tampa Service Current Total 38,728 SF Building 1 22,363 Building 2 9,772 Building 3 1,131 Building 5 1,394 Building 6 3,868 Note: The District reserves the right to alter the total square footage (increase or decrease) to meet the District s needs and will notify the Contractor in writing of the change, the expected amount of increase/decrease and the expected length of time the change will be in effect. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 16 of 51

17 ATTACHMENT 3 DISTRICT HOLIDAY SCHEDULE FOR DISTRICTWIDE JANITORIAL SERVICES BID NUMBER RFB NEW YEAR'S DAY WEDNESDAY 01/01/2014 DR. MARTIN LUTHER KING, JR. DAY MONDAY 01/20/2014 MEMORIAL DAY MONDAY 05/26/2014 INDEPENDENCE DAY FRIDAY 07/04/2014 LABOR DAY MONDAY 09/01/2014 VETERANS DAY TUESDAY 11/11/2014 THANKSGIVING DAY THURSDAY 11/27/2014 FRIDAY AFTER THANKSGIVING FRIDAY 11/28/2014 CHRISTMAS DAY THURSDAY 12/25/2014 Tentative 2015 NEW YEAR'S DAY THURSDAY 01/01/2015 DR. MARTIN LUTHER KING, JR. DAY MONDAY 01/19/2015 MEMORIAL DAY MONDAY 05/25/2015 INDEPENDENCE DAY FRIDAY 07/03/2015 LABOR DAY MONDAY 09/07/2015 VETERANS DAY WEDNESDAY 11/11/2015 THANKSGIVING DAY THURSDAY 11/26/2015 FRIDAY AFTER THANKSGIVING FRIDAY 11/27/2015 CHRISTMAS DAY FRIDAY 12/25/2015 Approximately 251 Service Days per year RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 17 of 51

18 ATTACHMENT 4 JANITORIAL SERVICE PAYMENT REQUEST FORM FOR DISTRICTWIDE JANITORIAL SERVICES BID NUMBER RFB 1403 REQUEST DATE: / / SERVICE MONTH: SWFWMD PO/CONTRACT NO.: INVOICE NUMBER: CONTRACTOR PROJECT MANAGER: DISTRICT PROJECT MANAGER: CONTRACTOR: Address: Phone Number: Federal I.D. No. PAYMENT CALCULATIONS: Brooksville: (x) (x) (=) (Service Days) (Square Footage) (Price per S.F. per Day) Tampa: (x) (x) (=) (Service Days) (Square Footage) (Price per S.F. per Day) Bartow: (x) (x) (=) (Service Days) (Square Footage) (Price per S.F. per Day) Sarasota: (x) (x) (=) (Service Days) (Square Footage) (Price per S.F. per Day) TOTAL AMOUNT DUE: $ RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 18 of 51

19 ATTACHMENT 5 2 GS-42 GREEN SEAL STANDARD FOR COMMERCIAL AND INSTITUTIONAL CLEANING SERVICES EDITION 2.1 JULY 12, 2013 Green Seal, Inc Connecticut Ave. NW, Ste 827 Washington, DC USA (202) FAX (202) Green Seal s Standards are copyrighted to protect Green Seal s publication rights. There are no restrictions on using the criteria in the design or evaluation of products Green Seal, Inc. All Rights Reserved Copyright 2010 Green Seal, Inc. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 19 of 51

20 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS-42 3 GREEN SEAL Green Seal is a non-profit organization whose mission is to use science-based programs to empower consumers, purchasers, and companies to create a more sustainable world. Green Seal sets leadership standards that aim to reduce, to the extent technologically and economically feasible, the environmental, health, and social impacts throughout the life-cycle of products, services, and companies. The standards may be used for conformity assessment, purchaser specifications, and public education. Green Seal offers certification of products, services, and companies in conformance with its standards. For additional information on Green Seal or any of its programs, contact: Green Seal 1001 Connecticut Avenue, NW, Suite 827 Washington, DC (202) FAX (202) [email protected] Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 20 of 51

21 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS-42 4 GREEN SEAL STANDARD FOR COMMERCIAL AND INSTITUTIONAL CLEANING SERVICES, GS-42 TABLE OF CONTENTS FOREWORD...5 ACRONYMS AND ABBREVIATIONS SCOPE PLANNING REQUIREMENTS STANDARD OPERATING PROCEDURES BUILDING-SPECIFIC GREEN CLEANING PLAN POWERED EQUIPMENT USE/ MAINTENANCE PLAN REQUIREMENTS FOR PRODUCTS, SUPPLIES, AND EQUIPMENT ENVIRONMENTALLY PREFERABLE CLEANING PRODUCTS AND SUPPLIES POWERED CLEANING EQUIPMENT CLEANING PROCEDURE REQUIREMENTS REDUCING CHEMICAL WASTE/EFFICIENT USE OF CHEMICALS REDUCING SOLID WASTE VACUUM USE/MAINTENANCE ENTRYWAYS FLOOR CARE HARD FLOOR MAINTENANCE CARPET MAINTENANCE DISINFECTION RESTROOM CARE DINING AREAS AND BREAK ROOMS TRASH COLLECTION AND RECYCLING INDOOR PLANTS VULNERABLE POPULATIONS COMMUNICATIONS REQUIREMENTS CLEANING SERVICE PROVIDERS FACILITY MANAGERS TRAINING REQUIREMENTS INITIAL TRAINING SAFETY TRAINING SITE-SPECIFIC TRAINING CONTINUING TRAINING RECORDS OF TRAINING CERTIFICATION AND LABELING REQUIREMENTS CERTIFICATION MARK USE WITH OTHER CLAIMS STATEMENT OF BASIS FOR CERTIFICATION ANNEX A DEFINITIONS APPENDIX 1 SCOPE Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 21 of 51

22 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS-42 5 FOREWORD Edition. This version is Edition 2.1 from July 12, 2013 and replaces the Second Edition from October 14, This revision includes substantive changes. General. The final issued standard was developed in an open and transparent process with stakeholder input that included producers, users, and general interests. The requirements in the standard are based on an assessment of the environmental, health, or social impacts associated with the products, services, or organizations covered in the scope of the standard. These requirements are subject to revision, and generally cover aspects above and beyond regulatory compliance. This standard neither modifies nor supersedes laws and regulations. Any conformity assessment to this standard requires compliance with all applicable laws and regulations for the manufacturing and marketing of the cleaning service. Provisions for safety have not been included in this standard, since they are supervised by regulatory agencies. Adequate safeguards should be employed for all for personnel and property, and for all tests that involve safety considerations. Products, services, or organizations that are substantially similar to those covered by this standard in terms of function and life cycle considerations may be evaluated against the intent of the requirements of this standard, accounting for relevant differences between the intended scope of the Standard and the actual product, service, or organization to be evaluated. This standard may not anticipate a feature of the product that may significantly, and undesirably, increase its impact on the environment, health, or society. In such a situation, Green Seal will ordinarily amend a standard to account for the unanticipated environmental, health, or societal impacts. Normative references (e.g., other standards) in this standard intend to refer to the most recent edition of the normative reference. Test methods may be required for product evaluation. Unless explicitly stated that a specified method is the only acceptable one, the intent of the standard is that an equivalent test method may be accepted at Green Seal s sole discretion. Certification to this standard shall be awarded only by Green Seal, or, with Green Seal s explicit written permission, by a third-party certification program conducting on-site audits. Disclaimer of Liability. Green Seal, as the developer of this standard, shall not incur any obligations or liability for any loss or damages, including, without limitation, indirect, consequential, special, or incidental damages, arising out of or in connection with the interpretation or adoption of, reliance upon, or any other use of this Standard by any party. Green Seal makes no express or implied warranty of merchantability or fitness for a particular purpose, nor any other express or implied warranty with respect to this Standard. Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 22 of 51

23 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS-42 6 dba. Decibels EPA. Environmental Protection Agency SDS. Safety Data Sheet SOP. Standard Operating Procedure ACRONYMS AND ABBREVIATIONS Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 23 of 51

24 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS-42 7 GREEN SEAL STANDARD FOR COMMERCIAL AND INSTITUTIONAL CLEANING SERVICES, GS SCOPE This Standard establishes requirements for cleaning service providers, including in-house and external cleaning services, to create a green cleaning program that protects human health and the environment. For the purposes of this Standard, green cleaning encompasses all indoor activities typically required to clean commercial, public, and industrial buildings. Maintenance of exterior areas such as parking lots, grounds, or picnic areas is excluded from the Standard, with the exception of areas directly outside building entryways. This Standard does not cover residential buildings. See Appendix 1 for an example list of what is included in this standard. Words and phrases described in the standard that appear in italics have a corresponding definition located in the definition section of the standard, Annex A. 2.0 PLANNING REQUIREMENTS 2.1 Standard Operating Procedures. Cleaning Service Providers shall develop and maintain a set of written guidelines or Standard Operating Procedures (SOPs) that govern the cleaning procedures, chemical handling and tracking requirements, equipment maintenance and operation procedures, communication protocols and requirements, training and inspection programs, and reporting and record keeping procedures. These guidelines shall be made available to all cleaning personnel and clients. In addition, a Building-specific Green Cleaning Plan must be developed in accordance with Section 2.2 for every building to be cleaned under green cleaning standards per agreement with client. SOPs shall be reviewed for possible revisions on an annual basis. 2.2 Building-Specific Green Cleaning Plan. The Cleaning Service Provider shall have a Building-specific Green Cleaning Plan in place that comprehensively describes the methods by which a facility is cleaned effectively while protecting human health and the environment. In addition to typical cleaning concerns, the Green Cleaning Plan shall: Define a comprehensive communications plan as established with the client. The plan shall describe procedures for cleaning personnel to communicate with building management and occupants, as well as a system for providing feedback from building management and occupants Develop and implement a floor maintenance plan, consistent with manufacturers maintenance recommendations, to extend the life of flooring through routine, periodic, and restorative cleaning operations. Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 24 of 51

25 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS Determine schedules of routine cleaning operations, activities performed periodically, equipment operation and maintenance, cleaning inspections, and accident preparedness plans. Schedule of cleaning operations detailing the minimum frequency required to clean and maintain the area to a level that adequately protects human health and the environment. Schedule of cleaning operations shall be reviewed at a minimum of twice per year and adjusted as needed in response to the changing needs of the building and its occupants Provide a detailed description of how green cleaning operations shall address: Cleaning procedure requirements for such special areas as high-traffic areas, dining and food preparation areas, laboratories, and entryways. Storage and use of chemicals within the facility, including consideration of proper ventilation, dilution control procedures, adequate security, and proper management of the area. Vulnerable populations such as children, asthmatics, and pregnant women (see Sections 4.11 and 5.2.1). Indoor sources of contaminants or pollution, both temporary and permanent, such as building renovations, indoor plants, and new carpet installations. Special requirements for operations involving potentially hazardous materials such as the maintenance of floors containing asbestos or compliance with the Occupational Safety and Health Administration Bloodborne Pathogens Standards. Cleaning in areas with special engineering concerns such those with inadequate ventilation, poor lighting, and restricted access. Seasonal or periodic conditions and periods of increased or decreased use (e.g., school vacation closures). Requirements of the building Integrated Pest Management System. Special cleaning requirements or conditions that may affect the frequency of cleaning or negatively impact human health or the environment. 2.3 Powered Equipment Use/ Maintenance Plan. The Cleaning Service Provider shall develop, adopt, and maintain a plan for the use of powered janitorial equipment that maximizes the effective reduction of building contaminants with minimum environmental impact. Cleaning Service Providers shall evaluate that the janitorial equipment currently being used is functioning properly (as validated by equipment manufacturer or by reputable third party service organization) or that it is tagged out of service. Cleaning Service Providers shall develop a plan for the phase-out of equipment that does not, at a minimum, meet the following specifications: Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 25 of 51

26 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS-42 9 Vacuum cleaners must meet, at a minimum, the Carpet and Rug Institute Green Label Program requirements and shall operate at a sound level of less than 70 decibels (dba). Carpet extraction equipment must meet at a minimum the Carpet and Rug Institute Bronze Seal of Approval. Powered floor maintenance equipment must be equipped with controls or other devices for capturing and collecting particulates and shall operate at a sound level less than 70 dba. Propane-powered floor equipment must have low-emission engines certified by the California Air Resources Board under the Small Off-Road Engines or Equipment program, and shall be equipped with catalytic and exhaust monitoring systems in addition to other requirements for floor equipment set out in the section. Current in-use propane-powered equipment may only be used when the building is unoccupied, and under conditions allowing for as much air circulation and exchange as possible. Powered scrubbing machines must be equipped with a control method for variable rate dispensing to optimize the use of cleaning fluids. A component of this plan also shall include a quarterly maintenance program that inspects and maintains the performance of janitorial equipment, as defined by the equipment vendor and records results in a maintenance log. 3.0 REQUIREMENTS FOR PRODUCTS, SUPPLIES, AND EQUIPMENT 3.1 Environmentally Preferable Cleaning Products and Supplies For the following categories of cleaning products and supplies, the Cleaning Service Provider shall use only environmentally preferable products: General-purpose cleaners, floor cleaners, bathroom cleaners, glass cleaners, and carpet cleaners; Floor finishes and floor strippers; Liquid hand soap; Toilet tissue and facial tissue; Paper towels and napkins Plastic trash can liners shall contain a minimum of 10% post-consumer recycled content or have a thickness of less than 0.7 mils. 3.2 Powered Cleaning Equipment. All new, powered janitorial equipment purchased in this category shall meet the criteria listed in Section 2.3. These products include powered floor scrubbers, burnishers, steam extractors, vacuum cleaners, and power washers, and other powered cleaning equipment. Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 26 of 51

27 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS CLEANING PROCEDURE REQUIREMENTS 4.1 Reducing Chemical Waste/Efficient Use of Chemicals. Cleaning Service Providers shall: Provide easily understood directions to cleaning staff in appropriate written languages or graphic representation for the dilution of chemical cleaning products Track the quantities of chemicals consumed over time by cleaning operations on at least a quarterly basis Use a chemical measuring and dilution control system that limits worker exposure to chemical concentrates while facilitating the proper dilution of chemical concentrates Train workers in the safe and effective use of all relevant chemical cleaning products Use the appropriate technology (coarse spray bottles, automatic chemical dispensers on powered equipment, etc.) for applying the chemical product in a manner that does not result in overuse and waste of the product Provide directions for the proper rinsing and disposal of used or expended chemical solutions or empty chemical containers Prevent other building areas from being adversely affected Reduce, minimize, or eliminate the need for using cleaning chemicals wherever possible. 4.2 Reducing Solid Waste. Cleaning Service Providers shall: Purchase chemical products and supplies in quantities that minimize the amount of packaging and container waste generated Whenever practicable, use reusable cleaning cloths or microfiber technology in lieu of paper products. Within 2 hours of use, dispose of, rinse, or place in a sealable container (i.e., metal flammable rag canister, locking plastic bag, etc.) that minimizes evaporation of cleaning product from all cleaning towels, cloths, and materials. Reusable cleaning cloths or microfiber must be cleaned or laundered prior to reuse Segregate and recycle all waste items from cleaning operations, including paper, glass, plastics, cardboard, other packaging materials, empty chemical Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 27 of 51

28 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS containers, and worn equipment that are acceptable for recycling in the community. 4.3 Vacuum Use/Maintenance. The following requirements apply to the use of vacuum cleaners in Sections 4.4 and Vacuums shall be equipped with the proper filter or bag; the filters shall be changed or cleaned consistent with the manufacturer s recommendations Vacuum bags or canisters shall be inspected at least every 2 hours and changed or replaced when half full or when indicated by a bag sensor, if vacuum is so equipped Precautions shall be taken to limit worker exposure to dust and particulate matter when cleaning and replacing bags and filters. 4.4 Entryways. Cleaning Service Providers shall: Keep outside entryways clean and free of debris through daily cleaning Implement, to the extent feasible, the use of walk-off matting both inside and outside building entryways that, at a minimum, meets the following requirements: 6-10 feet of scraper/wiper matting, followed by 6-10 feet of wiper matting, for an overall total of feet of matting for every entry point to the building. Smaller mat sizes may be acceptable when the entry space does not allow for the required size. If a facility owner/operator does not allow the use of the required matting, the Cleaning Service Provider shall document that all reasonable efforts were made to inform the facility owner/operator of the reasons for using matting and how to obtain appropriate matting Vacuum matting daily or more frequently, if required (e.g., high traffic areas) to prevent migration of contaminants into the building. 4.5 Floor Care. Floor care operations covered under the Standard include those for hard floors (e.g., resilient flooring) and carpets Hard Floor Maintenance For routine hard floor maintenance, the Cleaning Service Provider shall: Vacuum to remove and contain particulate matter from flooring surfaces, or alternatively, use mops equipped with reuseable/cleanable collection heads or equivalent. Hard floors shall be cleaned on a predetermined schedule of frequency, and as needed, to restore them to a clean appearance. At a minimum, the schedule for cleaning shall be: Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 28 of 51

29 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS Daily: heavy traffic areas, including entrances, corridors, break areas, congested areas, main passageways, and primary work or office areas. Scheduled, as appropriate, to maintain cleanliness: light traffic areas including conference rooms, administrative offices, auditoriums, media centers, limited access areas, and other areas or spaces with limited or periodic use For periodic maintenance of hard floors, the Cleaning Service Provider shall: Provide reasonable notice to building management prior to the commencement of non-routine floor cleaning operations. The timing and method of the notice shall be established by building management in consultation with the Cleaning Service Provider. Perform periodic maintenance only if sufficient floor finish exists on the floor surface to protect the underlying flooring from being degraded during the restoration process. When floor restoration chemicals are used, apply with mop-on or autoscrubber methods rather than spray application. Use burnishing or buffing equipment with controls or other devices sufficient for capturing and collecting particulates generated during the use of the equipment For restorative maintenance the Cleaning Service Provider shall: Perform restoration on an as-needed basis to maintain the appearance and integrity of the floor finish, rather than on a predetermined schedule. Ventilate the area, to the outside if possible, both during and after stripping or floor scrubbing and recoat operations to ensure adequate ventilation. Schedule floor stripping and refinishing to coincide with a period of minimum occupancy. Provide reasonable notice to building management prior to the commencement of non-routine floor maintenance operations. The timing and method of the notice shall be established by building management in consultation with the Cleaning Service Provider Carpet Maintenance Routine carpet maintenance criteria include the following: Carpets shall be vacuumed on a predetermined schedule of frequency, and as needed, to restore them to a clean appearance. At a minimum, the schedule for vacuuming shall be: Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 29 of 51

30 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS Vacuum daily: heavy traffic areas, including entrances, corridors, break areas, congested areas, main passageways, and primary work or office areas. Vacuum to maintain cleanliness: light traffic areas including conference rooms, administrative offices, auditoriums, media centers, limited access areas, and other areas or spaces with limited or periodic use Periodic light carpet cleaning is necessary to maintain carpeted floors. Restorative deep carpet cleaning operations are appropriate when light carpet cleaning is insufficient to clean carpeted areas in heavy use areas. For periodic and restorative cleaning, the Cleaning Service Provider shall: Provide reasonable notice to building management prior to the commencement of non-routine carpet cleaning operations. The timing and method of the notice shall be established by building management in consultation with the Cleaning Service Provider. Perform carpet extraction on an as-needed basis rather than according to a regular schedule. Remove sufficient water from the carpet and provide sufficient airflow (e.g., use of blowers, increased outdoor air exchange) so that the carpet will dry in less than 12-hours when cleaning carpets or performing carpet extraction. Schedule carpet extraction to coincide with a period of minimum building occupancy. 4.6 Disinfection. For cleaning operations that involve disinfection the Cleaning Service Provider shall: Perform disinfection in areas or on surfaces where pathogens can collect and breed, such as in restrooms or on door handles, bathroom faucets, and other fomities. Use disinfectants only where required Perform disinfection using only U.S. Environmental Protection Agency (EPA)-registered disinfectants or EPA-registered disinfection devices When using chemical disinfectants or cleaner/disinfectants, follow product label directions for preparation of disinfecting solutions (e.g., dilution rate), and the appropriate disinfecting and cleaning method for the area to be cleaned (e.g., dwell time and whether pre-cleaning is required). 4.7 Restroom Care. The following requirements apply: Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 30 of 51

31 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS Perform restroom cleaning from high to low, toward the doorway, with dry cleaning tasks performed prior to wet cleaning operations Daily clean and disinfect surfaces touched by hands (e.g., door knobs, light switches, handles, etc.); clean and disinfect more frequently as traffic requires Control and remove standing moisture from floor and bathroom surfaces in a timely manner Use restroom cleaning equipment specifically for restroom cleaning only. Restroom cleaning equipment, excepting powered equipment, shall not be used to clean any other areas of the building. Specific situations where it is more efficient and sanitary to clean otherwise are exempt, such as hospital patient rooms with restrooms Pull bathroom trash liners daily at a minimum and disinfect the trash receptacle Fill all drain traps on a regular basis. 4.8 Dining Areas and Break Rooms. Requirements for the cleaning of dining areas and break rooms shall include the following: Clean and sanitize surfaces in food preparation and consumption areas on a daily basis or as required to protect human health Daily clean and sanitize surfaces that hands touch (e.g., faucet handles, drinking fountains, cafeteria lines) Equip waste containers likely to collect food waste with a cover, and empty once per day or when full; clean and sanitize daily. 4.9 Trash Collection and Recycling Waste containers in food areas are addressed in Section and restrooms are addressed in Section Trash collection criteria for other areas include the following: Remove trash and replace liners only when they are soiled from wet trash, become broken, or as required; remove and dispose of trash before weekends and holidays Dispose of trash in external, covered containers away from the immediate exterior of the building. Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 31 of 51

32 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS In those situations where building management has implemented a recycling program, Cleaning Service Providers shall play a supporting role by conducting the following activities: Mark recycling stations clearly; stations shall be accessible to building occupants Collect and remove from the building food-related recyclables (e.g., soda cans) prior to weekends and holidays Inspect and clean recycling areas daily, including collection containers. Collect soda and other beverage containers weekly or more frequently as required Work with building management to determine the following: Procedures for rinsing and separation of recyclables. Location and procedures for collecting recyclables. Periodic status of the recycling program including effectiveness and any problems regarding separation or collection of potential recyclable content Indoor Plants. Maintenance of indoor plants shall include the following: Collect and dispose of plant debris, such as fallen leaves and flower petals. Ensure that plants are not in direct contact with carpet. Move plants away from heating, ventilating, and air conditioning vents. In the event that indoor plant care is not the responsibility of the Cleaning Service Provider, the Cleaning Service Provider shall notify building management of situations where indoor plants are interfering with or compromising cleaning such as instances not in compliance with the above-listed criteria Vulnerable Populations. In situations where cleaning operations have the potential to adversely affect any identified members of a vulnerable population, the Cleaning Service Provider shall: Schedule daily cleaning activities to avoid exposure of vulnerable populations to the cleaning process Adopt alternative cleaning practices that minimize or make unnecessary the use of cleaning chemicals Use cleaning chemicals in areas only where sufficient ventilation is present to allow chemicals to dissipate before the area becomes repopulated. Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 32 of 51

33 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS Provide additional ventilation through the use of blowers to enhance the rate of chemical dissipation Conduct cleaning operations in a manner that prevents the transfer of impacts to other areas of the building that may contain vulnerable populations. 5.0 COMMUNICATIONS REQUIREMENTS To ensure the success of the Building Specific Green Cleaning Plan, the Cleaning Service Provider must have a communications strategy with regard to cleaning personnel and facility managers. The communications plan shall be developed in conjunction with building owners, facility managers, and building occupants. 5.1 Cleaning Service Providers shall: Provide employees with proper initial, on-site, or site-specific and annual in-service training. Training shall be done in a manner that respects any unique needs of the employee, such as limited English proficiency, physical challenges, or learning disabilities Ensure that a system is in place for cleaning service employees to provide comments and suggestions about workplace issues and suggestions for improvements in the provision of services Communicate to the management or owners of the building the presence of pests and any maintenance issues discovered while performing cleaning operations Provide materials to facility managers that define opportunities for building occupants to reduce the need for more intensive cleaning processes or treatments (e.g., reporting spills and making attempts to reduce clutter in personal spaces) Provide notification to building management of any cleaning products used in the building. This shall include a list of all chemicals that may be used. It also shall include the name, address, and phone number of the contact person; a statement that the contact person maintains the product labels and Safety Data Sheets (SDSs) of each product used in the building; and information that the label or SDSs are available for review upon request. The contact person shall be available for information and comment Provide product SDSs in a timely manner upon request. 5.2 Facility managers shall be requested by Cleaning Service Providers to: Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 33 of 51

34 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS Identify building occupants with special needs or sensitivities (to dust, chemicals, noise levels, etc.) and have a process in place to work with management, cleaning staff, and individuals to mitigate the problem. 6.0 TRAINING REQUIREMENTS All cleaning personnel shall be trained in the proper handling of chemicals, proper use and maintenance of capital equipment, and proper cleaning procedures. In addition, procurement officers shall be trained in the selection of green cleaning materials (Section 3). 6.1 Initial Training. Upon hiring, all cleaning personnel are required to undergo initial training on standard operating procedures, the proper sequencing of cleaning steps, and the proper use of personal protective equipment. This training may occur before personnel are assigned to a facility or it may be conducted at the site, before beginning independent work. 6.2 Safety Training. As part of initial training, all personnel are to be given standard safety training including focusing on reducing and preventing ergonomic injuries and exposure to hazardous materials encountered by Cleaning Service Providers and their personnel. 6.3 Site-Specific Training such as providing specific job-site training focusing on standards for the facility to which they will be assigned. Site-specific training shall cover: Facility specific cleaning plan. Tailored procedural training (e.g., servicing areas for vulnerable populations) based on the Building-specific Green Cleaning Plan. Hazardous communication standards. 6.4 Continuing Training. All employees shall receive continuing training and/or education on an annual basis to maintain knowledge of correct procedures for safety, tools, techniques, and pertinent environmental standards. For new hires, at least 12 hours of this training must be provided upon initial employment, followed by 24 hours of inservice training, continuing education, and/or professional development opportunities on an annual basis. Contractor management/supervisors shall have at least 24 hours of inservice training and/or education on an annual basis. 6.5 Records Of Training shall be maintained on each employee for all training specified within this Standard. The documentation shall include topics of what was included in the training, including a general outline of information covered, the name and qualifications of the trainer, and the date(s) and duration of the training or courses. For current employees, records shall be retained for two years from their hiring date; records shall be retained for one year for former employees. Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 34 of 51

35 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS CERTIFICATION AND LABELING REQUIREMENTS 7.1 Certification Mark. The Green Seal Certification Mark may appear on the certified property and promotional materials, only in conjunction with the certified service. Use of the Mark must be in accordance with Rules Governing the Use of the Green Sea l Certification Mark 1. The Green Seal Certification Mark shall not be used in conjunction with any modifying terms, phrases, or graphic images that might mislead consumers as to the extent or nature of the certification. Green Seal must review all uses of the Certification Mark prior to printing or publishing. 7.2 Use With Other Claims. The Green Seal Certification Mark shall not appear in conjunction with any human health or environmental claims unless verified and approved in writing by Green Seal. 7.3 Statement of Basis for Certification. Wherever the Green Seal Certification Mark appears, it shall be accompanied by a description of the basis for certification. The description shall be in a location, style, and typeface that are easily readable. If online space is limited, a link to the basis of certification may be used. The description shall read as follows, unless an alternate version is approved in writing by Green Seal: For a Cleaning Service, the description shall read as follows, unless an alternate version is approved in writing by Green Seal: This cleaning service meets Green Seal Standard GS-42 based on waste minimization, building-specific operational procedures, effective custodial training, and use of products with limits on human & environmental toxicity. GreenSeal.org. For a Property cleaned by a Certified Cleaning Service, the description shall read as follows, unless an alternate version is approved in writing by Green Seal: This building is cleaned by a service certified to Green Seal Standard GS-42 based on waste minimization, building-specific operational procedures, effective custodial training, and use of products with limits on human & environmental toxicity. GreenSeal.org. 1 Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 35 of 51

36 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS ANNEX A DEFINITIONS (Normative) Note that the defined terms are italicized throughout the standard. The definitions listed here may differ from those of other, established, Green Seal standards; where a specific Green Seal standard is not referenced, these definitions apply. Cleaning Service Provider. An organization or service within an organization that provides cleaning services to commercial or institutional building owners and operators, including both in-house and external providers. Client. The organization or entity contracting for the professional services of a cleaning provider or, alternatively, the client of an in-house operation. Concentrate. A product that must be substantially diluted with water to form the appropriate solution for use (typically at least 1:8, or as appropriate for the particular product category). Disinfect. A process for hard inanimate surfaces undertaken to destroy or irreversibly inactivate infectious fungi and bacteria, but not necessarily their spores. Environmentally Preferable Product. A product certified as such by a Type 1 (i.e., thirdparty) environmental label that was developed in accordance with the ISO Environmental Labeling Standard. Alternatively, a product may be designated as environmentally preferable by an established and legitimate, nationally-recognized program developed with the purpose of identifying environmentally preferable products. The program must not have any financial interest or stake in sales of the product, or other conflict of interest. Such designation must be based on consideration of human health and safety, ecological toxicity, other environmental impacts, and resource conservation, as appropriate, for the product and its packaging, on a life cycle basis. Product criteria must distinguish market leadership for that product category, and be publicly available and transparent. Sanitize. A process intended to reduce, but not necessarily eliminate, microorganisms from the inanimate environment to levels considered safe as determined by public health codes or regulations. Vulnerable Population. People who are more susceptible than the general population to chemicals and products that might pose a risk to human health. These populations include but are not limited to children, pregnant women, the elderly and infirm, people sensitive to chemical exposures (e.g., fragrances), and other occupants, customers, or employees that may have a higher susceptibility to cleaning operations. Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 36 of 51

37 ATTACHMENT 5 (Cont.) July 12, 2013 COMMERCIAL CLEANING SERVICES, GS APPENDIX 1 SCOPE (Informative) Examples of products included in or excluded from the scope of GS-42: Services Included in GS-42 Services Excluded from GS-42 Cleaning services for commercial or institutional buildings Hotels, assisted living, hospitals, and similar properties where the residential areas and common/public space are typically cleaned by in-house or contract service providers (i.e., the individual residents are not responsible for the cleaning of the residential areas) Dormitory, apartment, and similar properties common/public areas (e.g., hallways, lounges) Services that clean residential properties or areas Specialty cleaning services such as deep/restorative carpet cleaning, window washing, upholstery cleaning, or mold remediation services Copyright 2013 Green Seal, Inc. All Rights Reserved. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 37 of 51

38 Bid Forms Required with Bid Submission RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 38 of 51

39 ATTACHMENT 6 BID RESPONSE FORM FOR DISTRICTWIDE JANITORIAL SERVICES BID NUMBER RFB 1403 The undersigned bidder has carefully read this Request for Bid and its provisions, terms and conditions covering the equipment, materials, supplies or services as called for, and fully understands the requirements and conditions. Bidder certifies that this bid is made without prior understanding, agreement, or connection with any corporation, firm, entity, or person submitting a bid for the same goods/services (unless otherwise specifically noted), and is in all respects fair and without collusion or fraud. Bidder agrees to be bound by all the terms and conditions of this Request for Bid and certifies that the person(s) signing this bid is (are) authorized to bind the Bidder. Bidder agrees that if Bidder is awarded this Request for Bid, the Bidder will provide the services as stipulated. The undersigned bidder has also carefully read any Addenda and Questions and Answers issued for this RFB. (Addenda and Questions and Answers are available at the District s Procurement Website and Each bidder is responsible for reviewing these documents and listing their numbers below.) Addenda Number: Questions and Answers Set Number: Bidder Name (Company Name as Contained on Corporate Seal) Mailing Address City State Zip Code Physical Address City State Zip Code Telephone Number Fax Number Address Authorized Signature Date Print/Type Name and Title NOTE: If you are entering a "No Bid," please state reason below and return this form. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 39 of 51

40 ATTACHMENT 6 (Cont.) BID RESPONSE FORM FOR DISTRICTWIDE JANITORIAL SERVICES BID NUMBER RFB 1403 YEAR 1 1. Brooksville Service Office (Includes Day Porter) X 108,466 X 251 = $ $/SF/SD Square Footage Service Days Brooksville Annual Contract Price 2. Tampa Service Office X 38,516 X 251 = $ $/SF/SD Square Footage Service Days Tampa Annual Contract Price 3. Bartow Service Office X 12,020 X 251 = $ $/SF/SD Square Footage Service Days Bartow Annual Contract Price 4. Sarasota Service Office X 17,640 X 251 = $ $/SF/SD Square Footage Service Days Sarasota Annual Contract Price TOTAL DISTRICT ANNUAL CONTRACT PRICE FOR YEAR 1 $ YEAR 2 1. Brooksville Service Office (Includes Day Porter) X 108,466 X 251 = $ $/SF/SD Square Footage Service Days Brooksville Annual Contract Price 2. Tampa Service Office X 38,516 X 251 = $ $/SF/SD Square Footage Service Days Tampa Annual Contract Price 3. Bartow Service Office X 12,020 X 251 = $ $/SF/SD Square Footage Service Days Bartow Annual Contract Price 4. Sarasota Service Office X 17,640 X 251 = $ $/SF/SD Square Footage Service Days Sarasota Annual Contract Price TOTAL DISTRICT ANNUAL CONTRACT PRICE FOR YEAR 2 $ RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 40 of 51

41 ATTACHMENT 6 (Cont.) BID RESPONSE FORM FOR DISTRICTWIDE JANITORIAL SERVICES BID NUMBER RFB 1403 YEAR 3 1. Brooksville Service Office (Includes Day Porter) X 108,466 X 251 = $ $/SF/SD Square Footage Service Days Brooksville Annual Contract Price 2. Tampa Service Office X 38,516 X 251 = $ $/SF/SD Square Footage Service Days Tampa Annual Contract Price 3. Bartow Service Office X 12,020 X 251 = $ $/SF/SD Square Footage Service Days Bartow Annual Contract Price 4. Sarasota Service Office X 17,640 X 251 = $ $/SF/SD Square Footage Service Days Sarasota Annual Contract Price TOTAL DISTRICT ANNUAL CONTRACT PRICE FOR YEAR 3 $ Lump Sum Total (Include Year 1, 2, and 3 for all locations) $ TOTAL LUMP SUM BID ITEMS AMOUNT IN WORDS (Type or Clearly Print): RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 41 of 51

42 ATTACHMENT 6 (Cont.) BID RESPONSE FORM FOR DISTRICTWIDE JANITORIAL SERVICES BID NUMBER RFB 1403 Bidder must demonstrate Bidder s experience and expertise in successfully completing projects that meet the minimum requirements below by providing a minimum of three (3) references. References must be from firms or governmental institutions; the Bidder has done business for within the past five (5) years. Similar in size (in excess of 40,000 square feet) and scope to this Project. Bidder Name 1. Business Name: Contact Person: Address: Phone No.: Overview of Service Performed: 2. Business Name: Contact Person: Address: Phone No.: Overview of Service Performed: 3. Business Name: Contact Person: Address: Phone No.: Overview of Service Performed: RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 42 of 51

43 ATTACHMENT 7 Certification Regarding Drug-Free Workplace Requirements Bidder certifies that it will or will continue to provide a drug-free workplace by: 1. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the bidder's workplace and specifying the actions that will be taken against employees for violation of such prohibition. 2. Establishing an ongoing drug-free awareness program to inform employees about: 2.1 The dangers of drug abuse in the workplace. 2.2 The bidder's policy of maintaining a drug-free workplace. 2.3 Any available drug counseling, rehabilitation, and employee assistance programs. 2.4 The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3. Making it a requirement that each employee to be engaged in the performance of the work be given a copy of the statement required by paragraph Notifying the employee in the statement required by paragraph 1 that, as a condition of employment under the bid, the employee will: 4.1 Abide by the terms of the statement. 4.2 Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. 5. Notifying the District in writing, within ten calendar days after receiving notice under subparagraph 4.2 from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every Federal agency on whose activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notice shall include the identification number(s) of each affected grant. 6. Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph 4.2, with respect to any employee who is so convicted: 6.1 Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended. 6.2 Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. 7. Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs 1 through 6 above. Bidder may insert in the space provided below the site(s) for the performance of work done in connection with this specific bid: Place of Performance (Street address, city, county, state, zip code) Bidder: By: Signature of Authorized Representative Date RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 43 of 51

44 Sample Forms Referenced in this RFB RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 44 of 51

45 ATTACHMENT 8 SAMPLE AGREEMENT AGREEMENT NO. AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND FULL NAME OF CONTRACTOR FOR DISTRICTWIDE JANITORIAL SERVICES THIS AGREEMENT is made and entered into by and between the SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT, a public corporation of the State of Florida, whose address is 2379 Broad Street, Brooksville, Florida , hereinafter referred to as the "DISTRICT," and FULL NAME OF CONTRACTOR, a private corporation, partnership, etc., whose address is, hereinafter referred to as the "CONTRACTOR." WITNESSETH: WHEREAS, the DISTRICT desires to engage the CONTRACTOR to complete the work of the Districtwide Janitorial Services, hereinafter referred to as the "PROJECT"; and WHEREAS, the CONTRACTOR represents that it possesses the requisite skills, knowledge, expertise and resources and agrees to provide the desired services to the DISTRICT; and WHEREAS, the DISTRICT and the CONTRACTOR have agreed on the type and extent of services to be rendered by the CONTRACTOR and the amount and method of compensation to be paid by the DISTRICT to the CONTRACTOR for services rendered. NOW THEREFORE, the DISTRICT and the CONTRACTOR, in consideration of the mutual terms, covenants and conditions set forth herein, agree as follows: 1. INDEPENDENT CONTRACTOR. The CONTRACTOR will perform as an Independent Contractor and not as an employee, representative or agent of the DISTRICT. 2. PROJECT MANAGER AND NOTICES. Each party hereby designates the employee set forth below as its respective Project Manager. Project Managers will assist with PROJECT coordination and will be each party's prime contact person. Notices and reports will be sent to the attention of each party's Project Manager by U.S. mail, postage paid, by nationally recognized overnight courier, or personally to the parties' addresses as set forth below: in the introductory paragraph of this Agreement. Notice is effective upon receipt. Project Manager for the DISTRICT: Project Manager for the CONTRACTOR: Any changes to the above representatives or addresses must be provided to the other party in writing. 2.1 The DISTRICT'S Project Manager is hereby authorized to approve requests to extend a PROJECT task deadline set forth in this Agreement. Such approval must be in writing, explain the reason for the extension and be signed by the Project Manager and his or her Bureau Chief, or Director if the Bureau Chief is the Project Manager, unless the DISTRICT S Signature Authority provides otherwise. The DISTRICT'S Project Manager is not authorized to approve any time extension, which will result in an increased cost to the DISTRICT, or which will exceed the expiration date set forth in Paragraph 5, Contract Period. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 45 of 51

46 3. SCOPE OF WORK. Upon receipt of written notice to proceed from the DISTRICT, the CONTRACTOR agrees to perform the services necessary to complete the PROJECT and perform in accordance with the terms and conditions of this Agreement, the DISTRICT S Request For Bids, RFB 1403, including all Addenda, and the CONTRACTOR S response to RFB 1403, which are both incorporated herein by reference. Any changes to the Scope of Work and associated costs, except as provided in subparagraph 2.1 herein and RFB 1403, must be mutually agreed to in a formal written amendment approved by the DISTRICT and the CONTRACTOR prior to being performed by the CONTRACTOR, subject to the provisions of Paragraph 4, Compensation. 3.1 The parties agree that time is of the essence in the performance of each obligation under this Agreement. 4. COMPENSATION. For satisfactory completion of the PROJECT, the DISTRICT agrees to pay the CONTRACTOR an amount not to exceed Dollars ($ ). Payment will be made to the CONTRACTOR on a Fixed Price basis in accordance with the CONTRACTOR S Bid Response Form. Payments shall be made in accordance with the Local Government Prompt Payment Act, Part VII of Chapter 218, Florida Statutes (F.S.), upon receipt of a proper invoice as defined in Subparagraph 4.1. Invoices will be submitted monthly by the CONTRACTOR to the DISTRICT electronically at [email protected], or at the following address: Accounts Payable Section Southwest Florida Water Management District Post Office Box 1166 Brooksville, Florida In addition to sending an original invoice to the DISTRICT S Accounts Payable Section as required above, copies of invoices will be submitted to the DISTRICT S Project Manager in order to expedite the review process. Failure of the CONTRACTOR to submit invoices to the DISTRICT in the manner provided herein will relieve the DISTRICT of its obligation to pay within the aforementioned timeframe. The DISTRICT'S performance and payment pursuant to this Agreement are contingent upon the DISTRICT'S Governing Board appropriating funds in its approved budget for the PROJECT in each Fiscal Year of this Agreement All invoices must include the following information (Janitorial Service Payment Request Form, Attachment 4 of RFB 1403): (1) CONTRACTOR'S name, address and phone number (include remit address, if different than principal address in the introductory paragraph of this Agreement); (2) CONTRACTOR'S invoice number and date of invoice; (3) DISTRICT Agreement number; (4) Dates of service; (5) CONTRACTOR'S Project Manager; (6) DISTRICT'S Project Manager; (7) Progress Report with the CONTRACTOR Project Manager's assessment of the PROJECT'S actual progress as compared to the performance schedule, and (8) Supporting documentation, necessary to satisfy auditing purposes, for cost and project. Invoices that do not conform with this paragraph will not be considered a proper invoice If an invoice does not meet the requirements of this Agreement, the DISTRICT S Project Manager, after consultation with his or her Bureau Chief, will notify the CONTRACTOR in writing that the invoice is improper and indicate what corrective action on the part of the CONTRACTOR is needed to make the invoice proper. If a corrected invoice is provided to the DISTRICT that meets the requirements of the Agreement, the invoice will be paid within fortyfive (45) days after the date the corrected invoice is received by the DISTRICT In the event any dispute or disagreement arises during the course of the PROJECT, including those concerning whether a deliverable should be approved by the DISTRICT, the CONTRACTOR will continue to perform the PROJECT work in accordance with the DISTRICT S instructions and may claim additional compensation. The CONTRACTOR is under a duty to seek clarification and resolution of any issue, discrepancy, or dispute by providing the details and basis of the dispute with a request for additional information, RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 46 of 51

47 additional compensation, or schedule adjustment, as appropriate, to the DISTRICT S Project Manager no later than ten (10) days after the precipitating event. If not resolved by the Project Manager, in consultation with his or her Bureau Chief, the dispute will be forwarded to the Executive Director. The Executive Director in consultation with the DISTRICT S Office of General Counsel will issue a final determination. The CONTRACTOR will proceed with the PROJECT in accordance with the DISTRICT S determination; however, such continuation of work will not waive the CONSULTANT S position regarding the matter in dispute. No PROJECT work will be delayed or postponed pending resolution of any disputes or disagreements By October 5 th of each year of the Agreement, the CONTRACTOR must provide the following documentation to the DISTRICT for all services performed through September 30 th : i) invoices for completed, accepted and billable tasks, ii) an estimate of the dollar value of services performed, but not yet billable Each CONTRACTOR invoice must include the following certification, and the CONTRACTOR hereby delegates authority by virtue of this Agreement to its Project Manager to affirm said certification: "I hereby certify that the costs requested for payment, as represented in this invoice, are directly related to the performance under the Districtwide Janitorial Services agreement between the Southwest Florida Water Management District and (Insert CONTRACTOR'S Name) (Agreement No. ), are allowable, allocable, properly documented, and are in accordance with the approved project budget." 4.6. The DISTRICT may, in addition to other remedies available at law or equity, retain such monies from amounts due CONTRACTOR as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against the DISTRICT. The DISTRICT may set off any liability or other obligation of the CONTRACTOR or its affiliates to the DISTRICT against any payments due the CONTRACTOR under any contract with the DISTRICT. This paragraph will survive the expiration or termination of this Agreement. 5. CONTRACT PERIOD. This Agreement will be effective upon execution by all parties and will remain in effect through, 201_, unless terminated, pursuant to Paragraph 19 or 110 below, or as amended in writing by the parties. 6. PROJECT RECORDS AND DOCUMENTS. The CONTRACTOR, upon request, will permit the DISTRICT to examine or audit all PROJECT related records and documents during or following completion of the PROJECT at no cost to the DISTRICT. Payments made to the CONTRACTOR under this Agreement shall be reduced for amounts found to be not allowable under this Agreement by an audit. If an audit is undertaken by the DISTRICT, all required records shall be maintained until the audit has been completed and all questions arising from it are resolved. The CONTRACTOR will maintain all such records and documents for at least three (3) years following completion of the PROJECT Each party shall allow public access to PROJECT documents and materials made or received by either party in accordance with the Public Records Act, Chapter 119, F.S. The CONTRACTOR shall (1) keep and maintain public records that ordinarily and necessarily would be required by the DISTRICT in order to perform the service; (2) provide the public with access to public records on the same terms and conditions that the DISTRICT would provide the records and at a cost that does not exceed the cost provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (4) meet all requirements for retaining public records and transfer, at no cost to the DISTRICT, all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records requirements. All records stored electronically must be provided to the DISTRICT in a format that is compatible with the information technology systems of the DISTRICT. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 47 of 51

48 6.2. This paragraph shall survive the expiration or termination of this Agreement. 7. INDEMNIFICATION. The CONTRACTOR agrees to indemnify and hold harmless the DISTRICT and all DISTRICT officers and employees, from liabilities, damages, losses, and costs, either at law or in equity, including, but not limited to reasonable attorneys fees and costs and attorneys fees and costs on appeal, as a result of any negligent or reckless act or omission or any intentionally wrongful conduct by the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement. This provision shall survive the expiration or termination of this Agreement. 8. INSURANCE REQUIREMENT. The CONTRACTOR must maintain during the entire term of this Agreement, insurance in the following kinds and amounts or limits with a company or companies authorized to do business in the State of Florida and will not commence work under this Agreement until the DISTRICT has received an acceptable certificate of insurance showing evidence of such coverage. Certificates of insurance must reference the DISTRICT Agreement Number and Project Manager. 8.1 Liability insurance on forms no more restrictive than the latest edition of the Commercial General Liability policy (CG 00 01) of the Insurance Services Office without restrictive endorsements, or equivalent, with the following minimum limit and coverage: $1,000,000 per occurrence 8.2 Vehicle liability insurance, including owned, non-owned and hired autos with the following minimum limits and coverage: Bodily Injury Liability per Person $ 100,000 Bodily Injury Liability per Occurrence $ 300,000 Property Damage Liability $ 100,000 or Combined Single Limit $ 500, The DISTRICT and its employees, agents, and officers must be named as additional insureds on the general liability policy to the extent of the DISTRICT'S interests arising from this Agreement. 8.4 CONTRACTOR must carry workers' compensation insurance in accordance with Chapter 440, F.S., if applicable. If CONTRACTOR does not carry workers' compensation coverage, CONTRACTOR must submit to the DISTRICT both an affidavit stating that the CONTRACTOR meets the requirements of an independent contractor as stated in Chapter 440, F.S. and a certificate of exemption from workers' compensation coverage. 8.5 CONTRACTOR must notify the DISTRICT in writing of the cancellation or material change to any insurance coverage required by this Agreement. Such notification must be provided to the DISTRICT within five (5) business days of the CONTRACTOR S notice of such cancellation or change from its insurance carrier. 8.6 The CONTRACTOR must obtain certificates of insurance from any subcontractor otherwise the CONTRACTOR must provide evidence satisfactory to the DISTRICT that coverage is afforded to the subcontractor by the CONTRACTOR'S insurance policies. 9. TERMINATION WITHOUT CAUSE. This Agreement may be terminated by the DISTRICT without cause upon ten (10) days written notice to the CONTRACTOR. Termination is effective upon the tenth (10 th ) day as counted from the date of the written notice. In the event of termination under this paragraph, the CONTRACTOR will be entitled to compensation for all services provided to the DISTRICT up to the date of termination on a pro-rated basis and which are within the Scope of Work in Exhibit "A," are documented in the Budget, and are allowed under this Agreement. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 48 of 51

49 10. DEFAULT. Either party may terminate this Agreement upon the other party's failure to comply with any term or condition of this Agreement, as long as the terminating party is not in default of any term or condition of this Agreement at the time of termination. To effect termination, the terminating party will provide the defaulting party with a written "Notice of Termination" stating its intent to terminate and describing all terms and conditions with which the defaulting party has failed to comply. If the defaulting party has not remedied its default within thirty (30) days after receiving the Notice of Termination, this Agreement will automatically terminate. In addition, the initiation, either by CONTRACTOR or against CONTRACTOR, of proceedings in bankruptcy, or other proceedings for relief under any law for the relief of debtors, or CONTRACTOR becoming insolvent, admitting in writing its inability to pay its debts as they mature or making an assignment for the benefit of creditors will constitute a default by CONTRACTOR entitling the DISTRICT to terminate this Agreement as set forth above. The parties agree that this Agreement is an executory contract. If, after termination by the DISTRICT, it is determined that the CONTRACTOR was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the DISTRICT. The rights and remedies in this provision are in addition to any other rights and remedies provided by law or this Agreement. 11. RELEASE OF INFORMATION. The CONTRACTOR agrees not to initiate any oral or written media interviews or issue press releases on or about the PROJECT without providing notices or copies to the DISTRICT'S Project Manager and Public Affairs Bureau Chief no later than three (3) business days prior to the interview or press release. 12. ASSIGNMENT. Except as otherwise provided in this Agreement, CONTRACTOR may not assign any of its rights or delegate any of its obligations under this Agreement without the prior written consent of the DISTRICT. If the CONTRACTOR assigns its rights or delegates its obligations under this Agreement without the DISTRICT S prior written consent, the DISTRICT is entitled to terminate this Agreement. If the DISTRICT terminates this Agreement, the termination is effective as of the date of the assignment or delegation. Any termination is without prejudice to the DISTRICT S claim for damages. 13. LAW COMPLIANCE. The CONTRACTOR will abide by and assist the DISTRICT in satisfying all applicable federal, state and local laws, rules, regulations and guidelines, related to performance under this Agreement. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, handicap, disability, marital status or national origin. 14. EMPLOYMENT ELIGIBILITY VERIFICATION. The CONTRACTOR must utilize the U.S. Department of Homeland Security s Employment Verification (E-Verify) Program to verify the employment eligibility of CONTRACTOR employees performing work directly associated with this Agreement in accordance with the terms and conditions applicable to the E-Verify Program. If the CONTRACTOR uses subcontractors to furnish services directly associated with this Agreement, performed in the United States, in an amount greater than $3,000, the CONTRACTOR must include the requirements of this provision (appropriately modified for identification of the parties) in each subcontract. Information on registration for and use of the E- Verify Program can be obtained via the Internet at the Department of Homeland Security Web site: VENUE AND APPLICABLE LAW. All claims, counterclaims, disputes and other matters in question between the parties to this Agreement, arising out of or relating to this Agreement or the breach of it will be decided in accordance with the laws of the State of Florida and by a court of competent jurisdiction within the State of Florida, and Venue will lie in the County of Hernando. 16. REMEDIES. Unless specifically waived by the DISTRICT, the CONTRACTOR'S failure to timely comply with any obligation in this Agreement will be deemed a breach of this Agreement and the expenses and costs incurred by the DISTRICT, including attorneys fees and costs and attorneys fees and costs on appeal, due to said breach will be borne by the CONTRACTOR. Additionally, the DISTRICT will not be limited by the above but may avail itself of any and all RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 49 of 51

50 remedies under Florida law for any breach of this Agreement. The DISTRICT'S waiver of any of the CONTRACTOR'S obligations will not be construed as the DISTRICT'S waiver of any other obligations of the CONTRACTOR. 17. ATTORNEY FEES. Should either party employ an attorney or attorneys to enforce any of the provisions of this Agreement, or to protect its interest in any matter arising under this Agreement, or to recover damages for the breach of this Agreement, the party prevailing is entitled to receive from the other party all reasonable costs, charges and expenses, including attorneys fees, expert witness fees, fees and costs on appeal, and the cost of paraprofessionals working under the supervision of an attorney, expended or incurred in connection therewith, whether resolved by out-of-court settlement, arbitration, pre-trial settlement, trial or appellate proceedings, to the extent permitted under Section , F.S. This provision does not constitute a waiver of the DISTRICT'S sovereign immunity or extend the DISTRICT'S liability beyond the limits established in Section , F.S. This provision shall survive the expiration or termination of this Agreement. 18. SUBCONTRACTORS. The CONTRACTOR may not subcontract with any entity to perform any of the CONTRACTOR'S obligations or services under this Agreement. 19. DISADVANTAGED BUSINESS ENTERPRISES. The DISTRICT expects the CONTRACTOR to make good faith efforts to ensure that disadvantaged business enterprises, which are qualified under either federal or state law, have the maximum practicable opportunity to participate in contracting opportunities under this Agreement. Invoice documentation submitted to the DISTRICT under this Agreement must include information relating to the amount of expenditures made to disadvantaged businesses by the CONTRACTOR in relation to this Agreement, to the extent the CONTRACTOR maintains such information. 20. THIRD PARTY BENEFICIARIES. Nothing in this Agreement will be construed to benefit any person or entity not a party to this Agreement. 21. PUBLIC ENTITY CRIMES. Pursuant to Subsections (2) and (3), F.S., a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section , F.S., for Category Two, for a period of 36 months following the date of being placed on the convicted vendor list. By signing this Agreement, CONTRACTOR warrants that it is not currently on a suspended vendor list and that it has not been placed on a convicted vendor list in the past 36 months. CONTRACTOR further agrees to notify the DISTRICT if placement on either of these lists occurs. 22. ENTIRE AGREEMENT. This Agreement and the attached exhibits listed below constitute the entire agreement between the parties and, unless otherwise provided herein, may be amended only in writing, signed by all parties to this Agreement. 23. DOCUMENTS. The following documents are attached and made a part of this Agreement. In the event of a conflict of contract terminology, priority will first be given to the language in the body of this Agreement, then to DISTRICT S Request For Bids RFB 1403, then CONTRACTOR S response to RFB 1403." DISTRICT S Request For Bids RFB 1403 CONTRACTOR'S response to RFB 1403 The remainder of this page left blank intentionally. RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 50 of 51

51 IN WITNESS WHEREOF, the parties hereto, or their lawful representatives, have executed this Agreement on the day and year set forth next to their signatures below. SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT By: Robert R. Beltran, P.E., Executive Director Date FULL NAME OF CONTRACTOR By: Name, Title Date Authorized Agent for Company RFB 1403 DISTRICTWIDE JANITORIAL SERVICES Page 51 of 51

CLEANING CONTRACT BID SPECIFICATIONS

CLEANING CONTRACT BID SPECIFICATIONS CLEANING CONTRACT BID SPECIFICATIONS A. General Qualifications for contract recipient 1. A detailed, written statement is required of all bidders setting forth commercial cleaning experience, past and

More information

The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested.

The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested. Campus Custodial Service Standards The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested. Shifts Cleaning Hours 1 st 6:00 am 2:30 pm 2 nd 2:30

More information

Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB.

Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. November 6, 2015 Re: 15ITB99898A-CJC, Medical Clinical Cleaning Services Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided herein,

More information

Janitorial Service. Scope of Work

Janitorial Service. Scope of Work Janitorial Service Scope of Work Reviewed By: Approved By: Version 3.0 Date 08-08-07 Author Deleted: 2/21/04 1 Table of Contents Background...3 Scope of WorK...4 The Housekeeping services to be provided

More information

How To Clean School Property For A School

How To Clean School Property For A School REQUEST FOR PROPOSAL FOR CLEANING SERVICES CESAR CHAVEZ ACADEMY DENVER Request for Proposal No. CCAD2014-04 Date of Issue: January 21, 2014 RETURN TO: CESAR CHAVEZ ACADEMY DENVER Kamini Patel, Executive

More information

Customer Service Center: One Floor (7391 College Pkwy in Ft. Myers, FL)

Customer Service Center: One Floor (7391 College Pkwy in Ft. Myers, FL) LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR UTILITIES CUSTOMER SERVICE & MAINTENANCE FACILITIES. Vendors: Lee County is requesting quotes for janitorial services for the

More information

Commercial Maintenance Services www.cmsclean.com

Commercial Maintenance Services www.cmsclean.com Commercial Maintenance Services www.cmsclean.com Commercial Maintenance Services was founded in 1986 with the highest expectations and quality cleaning standards for customers like you. CMS is now known

More information

SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT

SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT INTENT Mercer County requests bids for janitorial services for the Dempster Training Center and

More information

DEPARTMENT OF AIRPORT OPERATIONS CLEANING SCHEDULE FOR CONTRACT 2014

DEPARTMENT OF AIRPORT OPERATIONS CLEANING SCHEDULE FOR CONTRACT 2014 FOR CONTRACT 2014 AIRSIDE LANDSIDE Arrival/Departure Gate/ Windows cleaned in & out 104 Walkway Concourse swept 365 Trash collected 730 Floors washed twice a week 104 Baggage Make up area Sweep 730 Empty

More information

Solicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES

Solicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES Solicitation Addendum One (1) RFQ 09-07 6829 North 58th Drive, Suite 202 Glendale, Arizona 85301-2599 A signed copy of this Addendum must be received by on or before the Offer Due Date and time. This solicitation

More information

SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE)

SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE) SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE) INTENT Mercer County requests bids for Janitorial Services for the buildings stated

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

CLEANING FREQUENCIES FOR THE FOLLOWING AREAS

CLEANING FREQUENCIES FOR THE FOLLOWING AREAS CLEANING FREQUENCIES FOR THE FOLLOWING AREAS ENTRANCES, LOBBIES, RECEPTION, FOYER APPA Level 2 Tiled and linoleum floors will be dust mopped and damp mopped/washed Doormats will be lifted and vacuumed

More information

Subject: FO-HK Restroom Cleaning

Subject: FO-HK Restroom Cleaning FO SOP-H05 Page: 1 of 5 PROCEDURE: FO-HK Restroom Cleaning INTENDED AUDIENCE: All Facilities Operations Housekeeping Personnel PURPOSE: The purpose of this S.O.P. is to illustrate how to properly and thoroughly

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

To receive consideration, proposals must be submitted in accordance with the following instructions:

To receive consideration, proposals must be submitted in accordance with the following instructions: NOTICE The City of Bandon is accepting Proposals for Janitorial Services for: City Hall, 555 Hwy 101, Bandon, OR Community Center, 1200 11th St SW, Bandon, OR Police Department, 555 Hwy 101, Bandon, OR

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

CONTRACT MANAGERS: COURTHOUSES Rick Angelo, Superintendent of Courthouses at (609) 989-6448 6447

CONTRACT MANAGERS: COURTHOUSES Rick Angelo, Superintendent of Courthouses at (609) 989-6448 6447 SPECIFICATIONS FOR JANITORIAL SERVICES AT 175 SOUTH BROAD STREET AND 209 SOUTH BROAD STREET (CRIMINAL AND CIVIL COURTHOUSES) AND THE MERCER COUNTY MCDADE ADMINISTRATION BUILDING 612-640 SOUTH BROAD STREET

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

More information

Atlanta Public Schools Custodial Services, #021915-01

Atlanta Public Schools Custodial Services, #021915-01 GROUNDS (if applicable) 1. Policing - Pick up paper (perimeter of facility) X - Empty trash cans (perimeter of facility) X - Sweep/Blow (all entrance/exit to facility) X - Sweep/Blow (sidewalks leading

More information

Kennesaw State University. Health Sciences Building. Green Cleaning Manual

Kennesaw State University. Health Sciences Building. Green Cleaning Manual Kennesaw State University Health Sciences Building Green Cleaning Manual 2010 TABLE OF CONTENTS PURPOSE 1 CLEANING POLICIES 1 Dusting and Dust Mopping 1 Carpet Care General Maintenance.. 1 Carpet Care

More information

Fire Damage Repairs, 2510 Burton Street

Fire Damage Repairs, 2510 Burton Street Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

Service Level Agreement

Service Level Agreement Service Level Agreement Housekeeping Department Non Residential Description of Service The Housekeeping Department provides cleaning services to all areas of campus, our aim is to provide, efficient and

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES

More information

Mold Response and Remediation Plan

Mold Response and Remediation Plan 1.0 Policy Statement The University of New Haven has developed a mold response and remediation plan in accordance with best practices set forth by the Environmental Protection Agency (EPA), Occupational

More information

Campus Operations Service Level Agreement

Campus Operations Service Level Agreement Campus Operations Service Level Agreement Campus Environmental Services And Research Program Fiscal Year 1 Scope This document serves as a guideline for the agreement of services to be provided to Research

More information

MOLD RESPONSE AND REMEDIATION PLAN

MOLD RESPONSE AND REMEDIATION PLAN MOLD RESPONSE AND REMEDIATION PLAN Prepared By: Triumvirate Environmental Developed: April 2011 Last Revised: March 2015 Program Approval Associate Vice President of Public Safety & Administrative Services

More information

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY Project: 2015HHF- Asbestos Survey2 For the Muskegon County Land Bank and City of Muskegon Heights, MI The Muskegon County Land Bank / City of Muskegon Heights,

More information

Clean Water: Supply side potable water, not wastewater. Gray Water/Sewage: Wastewater originating from a drain (sink, toilet, urinal).

Clean Water: Supply side potable water, not wastewater. Gray Water/Sewage: Wastewater originating from a drain (sink, toilet, urinal). Procedures for Emergency Responses to Flooding and Building Water Intrusion PURPOSE: To establish uniform, sanitary, and systematic procedures for responding to flooding and water intrusion emergencies.

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 441-6185 Requests for Proposals will be received

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

CITY OF LASTRUP, MINNESOTA

CITY OF LASTRUP, MINNESOTA , MINNESOTA SPECIFICATIONS AND CONTRACT DOCUMENTS FOR LAWN MOWING -2016 PUBLIC NOTICE OF REQUEST FOR BIDS, MINNESOTA LAWN MOWING 2016 Notice is hereby given that the City of Lastrup is seeking bids for

More information

CONTRACTOR GUIDELINES

CONTRACTOR GUIDELINES CONTRACTOR GUIDELINES WORKING IN NEIGHBORHOODS (WIN) HOUSING DIVISION 175 East Second Street, Suite 580 Tulsa, OK 74103 Telephone 918.576.5552 Fax 918.699.3239 Website www.cityoftulsa.org/housing Email

More information

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

More information

Should you wish to look at the facility or have questions, please contact Jayne Elwell at 239-533-8819.

Should you wish to look at the facility or have questions, please contact Jayne Elwell at 239-533-8819. LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR HENDERSON AVENUE MAINTENANCE SHOPS 1765-1766 HENDERSON AVENUE, FT. MYERS, FL Vendors: Lee County is requesting quotes for janitorial

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title: WASTE SERVICES & DISPOSAL AGREEMENT COMPANY: CUSTOMER: By: By: Name: Name: Date Date Title: Title: Effective Date of Agreement: Initial Term: Contract No. This Waste & Disposal Services Agreement, consisting

More information

Bernalillo County Open Space Bachechi Environmental Education Building. Facility Use Agreement and Application Packet

Bernalillo County Open Space Bachechi Environmental Education Building. Facility Use Agreement and Application Packet Bernalillo County Open Space Bachechi Environmental Education Building Facility Use Agreement and Application Packet EFFECTIVE DATE: January 2012 Policy Statement Bernalillo County Open Space strives to

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002 Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR BIOHAZARD WASTE REMOVAL ITB # APD 11-002 COMMODITY CODE: 991-100 Bid Opening Date: October 14, 2011 at 1:30 P.M.

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida

More information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

SUB-PRODUCER AGREEMENT

SUB-PRODUCER AGREEMENT SUB-PRODUCER AGREEMENT THIS AGREEMENT is made and entered into on the day of, 2015 by and between SELECT INSURANCE MARKETS, LP., a Texas Company ( SIM ) and the following named individual or agency who/which

More information

2.1 The total area of floor space to be cleaned is approximately 9120 m2 which includes:

2.1 The total area of floor space to be cleaned is approximately 9120 m2 which includes: TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR CLEANING SERVICES, FOOD SERVICE AID, PEST CONTROL AND HYGIENE SERVICES FOR DEPARTMENT OF ENERGY HEAD OFFICES AT TREVENNA CAMPUS IN SUNNYSIDE

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS Return responses no later than Friday, January 15, 2016 by 2:00 PM (EST) to the attention: Jacksonville

More information

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement AGREEMENT EMENT FOR PROFESSIONAL SERVICES Job Description: Contract No.: Consultant: GLY Job No.: Document No.: THIS AGREEMENT, made and entered into this hereinafter referred to as Contractor, and professional

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

Vacating Your Northwood III Apartment

Vacating Your Northwood III Apartment Vacating Your Northwood III Apartment Residents moving out of Northwood III apartments are asked to leave their apartment clean and in good condition. As a general rule, your unit should be left in a condition

More information

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New

More information

Guide to Care and Maintenance

Guide to Care and Maintenance Village of Mount Prospect Guide to Care and Maintenance of Your Apartment Sponsored ed by: y: Village of Mount Prospect Envir nvironmental Health Division with the assistance of The Concerened ened Owners

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

SECTION 000100 - INSTRUCTIONS TO BIDDERS

SECTION 000100 - INSTRUCTIONS TO BIDDERS SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted

More information

Facilities Operations Customer Service Standards WORK ORDER PRIORITIES

Facilities Operations Customer Service Standards WORK ORDER PRIORITIES Facilities Operations Customer Service Standards WORK ORDER PRIORITIES In order to provide fair and consistent maintenance service to all University faculty, staff and students, a work priority system

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

Air Conditioning Maintenance Services

Air Conditioning Maintenance Services Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs

More information

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016 ISLAMORADA, VILLAGE OF ISLANDS FLORIDA REQUEST FOR QUOTES for NEW HVAC UNITS May 11, 2016 Islamorada, Village of Islands Village Administrative Center 86800 Overseas Highway Islamorada, Florida 33036 ISLAMORADA,

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES 951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

How To Paint A State Police Cruiser

How To Paint A State Police Cruiser Request for Proposal For: STATE OF NEW HAMPSHIRE DEPARTMENT OF SAFETY DIVISION OF STATE POLICE PAINTING OF STATE POLICE VEHICLES PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract

More information

Mold Management Plan Operations & Maintenance

Mold Management Plan Operations & Maintenance Document #: SAFETY_015 Revision Date: October 4, 2010 Mold Management Plan Operations & Maintenance Developed by: Environmental Health & Safety Approved by: Associate VP of Facilities & Campus Services

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:

More information

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property TERMS AND CONDITIONS FOR ONLINE TRANSACTIONS TO PURCHASE GP PROPERTY (VIA GOINDUSTRY DOVEBID) By submitting a bid to purchase the Property (as defined below), BUYER (as defined below) agrees that the following

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester

More information

JANITORIAL SERVICES BID

JANITORIAL SERVICES BID JANITORIAL SERVICES BID BOROUGH OF OAKLAND MUNICIPAL PLAZA OAKLAND, NEW JERSEY 07436 RICHARD KUNZE BOROUGH ADMINISTRATOR 1 INDEX Page 1. Legal Notice 3 2. Specifications 4-6 3. General Instructions and

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

LEASE. The term of this Lease is for a period of months, commencing on day of,, and terminating on the day of,.

LEASE. The term of this Lease is for a period of months, commencing on day of,, and terminating on the day of,. LEASE PARTIES The parties to this lease (Lease) are the state of North Dakota, acting through its (STATE), and having its principal place of business at (LANDLORD); SCOPE OF LEASE LANDLORD, in consideration

More information

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as SERVICE PROVIDER AGREEMENT This SERVICE PROVIDER AGREEMENT is made and entered into this day of, 20, between the Board of County Commissioners of LEE COUNTY, a political subdivision of the STATE OF FLORIDA

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information