LCSB Janitoral Services RFP[1]

  • Upload
    josue

  • View
    217

  • Download
    0

Embed Size (px)

Citation preview

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    1/29

    1

    The Liberty District Schools desires to obtain bids from qualified individuals, firms and legal entities relative tosupplying an optional source of labor, supervision, materials, and equipment required to perform JanitorialServices for District facilities.

    It is the intent of the Liberty District Schools to portray to the general public, and District employees, buildingsINTENT:

    LIBERTY DISTRICT SCHOOLS MAINTENANCE DEPARTMENT 12926 NW CR 12, BRISTOL,FL 32321Request for Bid No.10-02 Bid Title: JANITORIAL SERVICES

    Mailing Date: Bid Opening date and time: March 22, 2010, 9:00 AM

    Bids shall be submitted to theLiberty County School BoardMaintenance Office, 12926 NW CR12, Bristol, FL 32321

    POSTING OF BID TABULATIONS Bid tabulations with recommended awards will beposted for review by interested parties at the location where bids are opened and willremain posted for a period of 72 hours. Failure to file a protest of either specificationsor intended awards within the time described in and in accordance with Section120.57(3), Florida Statutes and School Board Policies, shall constitute a waiver ofproceedings under Chapter 120, Florida Statutes. Posting will be on or about March24, 2010.

    Bidder has become fully familiar with the terms, conditions and specifications of this bid request and agrees to abide by allconditions stated herein.

    Firm: ___________________________________

    Authorized Signature _______________________________ Signer (typed) ____________________________

    Title _____________________________________

    Address: ____________________________________________________________________________________________

    Phone: __________________________________ Fax: ________________________________

    GENERAL CONDITIONS 1. The original and five (5) copies of this bid must be submitted on this form and in a sealedenvelope clearly marked with the Bid Request Number, Bid Title, and Date and Time of Bid opening. Facsimiles will not beaccepted. 2. It is the bidder's responsibility to assure that his bid is delivered at the appointed time and to the appropriateplace of bid opening. THE BOARD WILL NOT BE RESPONSIBLE FOR BIDS NOT SO DELIVERED. 3. Bids will not beaccepted after the stated bid opening date and time. 4. Bid must be signed in the space provided by an authorizedrepresentative; otherwise bid will be invalid. 5. All corrections shall be initialed. 6. Bidders offering quotations on items other thanthe specified brand and model number shall provide complete descriptive literature in sufficient detail to indicate clearly that theitem bid meets or exceeds the specifications. Failure to supply such information may result in rejection of your bid on the item inquestion. The Board reserves the right to determine the acceptability of any item offered as an equivalent to a specified item. 7.No substitutions for accepted items will be allowed when delivery is made. 8. Prices bid shall be firm and include all charges forpacking, handling, shipping and delivery to the destination site shown herein. 9. A person or affiliate who has been placed onthe convicted vendor list following a conviction for public entity crime may not submit a bid on a contract with a public entity forthe construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, maynot 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 287.017 FloridaStatutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. (FloridaStatutes Section 287.133) 10. Payment will be made within 30 days of submission of a properly certified invoice to the DistrictBusiness Office and acknowledgment of receipt of goods or services by the ordering cost center. Invoices shall bear thepurchase order number. 11. Any changes to bid specifications will be communicated in writing by the Board. No change will beconsidered binding unless so provided. 12. When samples are called for, they must be provided free of expense to the Board.Samples will be provided in the quantity and to the place specified. If not destroyed in evaluation, a bidder may have samplesreturned at their expense. The Board will dispose of any samples not claimed within 60 days of bid opening. 13. Any purchaseorder issued pursuant to this bid request and monies that may become due hereunder are not assignable except with the writtenapproval of the Board. 14. Any material submitted in response to this bid request will become public record. Any claim ofconfidentiality is waived upon submission of a bid. 15. The Liberty District School Board reserves the right to waive formalitiesand to reject any and all bids or to accept any bid or combination of bids deemed to be in the Board's best interest and thedecision of the Board will be final. 16. Default Provision: In case of default by the bidder or contractor, the District may procurethe articles or services from other sources and hold the bidder or contractor responsible for any excess costs incurred thereby.NOTE: ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESEGENERAL CONDITIONS SHALL HAVE PRECEDENCE.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    2/29

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    3/29

    3

    2. Bid Pricing:Bidders shall provide bid pricing on a flat rate per square foot basis for a full service contract includingall daily, weekly, and periodic services.

    3. Bid-Evaluation Criteria:All bidders will be evaluated and scored based on the following:

    a. Total annual costb. Bid Proposal, conformity to specifications and scope of work.c. Response to request for information, from each section.d. Requested references. The district shall not be solely restricted to requested references of Section-B,

    Experience & Workmanship. But reserves the right to, utilize all resources available, developing,obtaining, verifying, any/all references, of companies submitting bids for the scope work listed herein.

    e. Development of objective opinions by an evaluation & review of bid proposal and the request forinformation sections, ability to perform specified scope of work, to establish and maintain objectivefactors of specifications. Verification, of any/all, pervious, current or available references, and any/allother information deemed relevant.

    f. Final candidates will be invited to make presentations to the review committee.

    A) Qualifications of firm and staff ............................Maximum of 30 points

    1-Request for information @ maximum 30.00 points each

    Points Scale:Best 30.00 - 24.00 PointsBetter 23.00 - 17.00 PointsGood 16.00 - 10.00 PointsPoor 9.00 - 1.00 Points

    Evaluation will be based upon the following:

    1. A narrative letter which profiles your companys ability to manage multiple sites as specifiedherein, qualifications, experience, capabilities for an educational/ institutional contract.

    2. Company implementation plan to perform services for the scope of work as specified herein:a. Number of Supervisors.b. Supervisor(s) experience, training and qualifications.c. Supervisor inspections scheduled. Number of employees.e. Labor hours, daily, per employeef. Employee training programg. Equipment & materials to be assigned to this facility.h. Initial cleaning, (if any)i. Startup, plan

    B) Experience & Workmanship ....................Maximum of 40 points

    1-information requests @ maximum 40.00 points each

    Points Scale:Best 40.00 - 30.00 PointsBetter 29.00 - 20.00 PointsGood 19.00 - 10.00 PointsPoor 9.00 - 1.00 Points

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    4/29

    4

    Evaluation will be based upon:

    1. List previous and current educational, institutional and commercial custodial contracts you haveworked under during the last (7) seven years. Minimum, of five (5). Experience withineducational facilities preferred.

    a. Agency nameb. Addressc. Point of contacts

    d. Job titlee. Phone numbersf. E-mail addressesg. Starting & ending dates of contract termsh. Contract extension dates, starting, ending or current, (if applicable)i. Reason(s) for loss of contract

    2. Provide an outline of each contract with the following information:

    a. Number of and cleanable, square footage per siteb. Student/workforce population (if applicable)c. Program operations & Staffing patterns

    d. Any other information deemed relevant.

    C) ANNUAL COST/PRICE CALCULATIONS....................Maximum of 50 points

    Total square footage x general cleaning, flat rate square foot cost= monthly cost x 12months =yearly cost

    1st

    2Lowest Yearly Price Per Square Foot 50 Points

    nd

    3Lowest Yearly Price Per Square Foot 40 Points

    rd

    4Lowest Yearly Price Per Square Foot 30 Points

    th

    5Lowest Yearly Price Per Square Foot 20 Points

    th

    All Other Annual Prices Per Square Foot 05 Points

    Lowest Yearly Price Per Square Foot 10 Points

    Total Maximum Points= 120

    Total grounds acreage x general grounds maintenance, flat rate acreage cost = monthlycost x 12 months = yearly cost

    1st

    2Lowest Yearly Price Per Acre 50 Points

    nd

    3Lowest Yearly Price Per Acre 40 Points

    rd

    4Lowest Yearly Price Per Acre 30 Points

    th

    5Lowest Yearly Price Per Acre 20 Points

    th

    All Other Annual Prices Per Acre 05 PointsLowest Yearly Price Per Acre 10 Points

    Total Maximum Points= 120

    4. Award: The bid will be awarded district-wide to a single bidder. Award will be made via the development ofan objective opinion by Liberty County School Board and LCSB District staff, in review of requested

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    5/29

    5

    information and as allowed by Florida Statutes to determine, who is the most:

    Responsive Vendor -means a vendor that has submitted a bid, or proposal, or reply that conforms inall material respects to the solicitation.

    And is the most Responsible Vendor - means a vendor who has the capability in all respect to fullyperform the contract requirements and the integrity and reliability that will assure good faithperformance.

    FS: 287.01226

    Offering the Best Value - means the highest overall value to the state based on objected factors thatinclude, but are not limited to, price, quality, design and workmanship.

    FS: 287.012-24

    Providing the best Reference is a statement about a person or company, qualifications,character and dependability.

    FS: 287. 012-4

    The Liberty District Schools reserves the right and authority to have final say which bid is inthe best interest or the best value.

    5. Notice of Award: The successful bidder(s) shall be notified in writing of intent to make award. Upon thereceipt of this notice, bidder(s) shall be required to sign said notice, showing acceptance and

    agreement to respond, as per the terms, conditions and specifications of the bid.

    6. Time of Award: The District reserves the right to hold bids for a period not to exceed 30-days after the dateof the bid opening.

    7. Identical/Ties: In accordance with Liberty District School Board Policies, Section 7.70, - Identical and/or tiebids, preference shall be given to local businesses, or if there is none, to businesses who have the bestperformance record and or by casting lots (e.g. coin toss).

    8. Collusion: The District reserves the right to disqualify bids, upon evidence of collusion with intent to defraudor other illegal practices upon the part of the Bidder. More than one (1) bid from an individual,partnership, corporation, association, firm, or other legal entity under the same or different names will

    not be considered. Reasonable grounds for believing that a Bidder is interested in more than one (1)bid for the same work will be cause for rejection of all bids in which such Bidders are believed to beinterested. Any or all bids will be rejected if there is any reason to believe that collusion exists amongthe Bidders.

    9. Withdrawal: A Bidder may withdraw his/her bid without prejudice to themselves no later than the day andhour set for the bid opening by communicating his/her purpose in writing to the Director ofMaintenance/Facilities. Withdrawn bids will be returned unopened.

    10. Examination of documents: Bidders shall assume full reasonability to thoroughly examine thespecifications and all other documents or other materials referred to herein and conduct suchinvestigations and visits as may be necessary to thoroughly inform themselves regarding existing

    schools, departments, personnel, and other conditions relative to compliance with the specifications. Noplea of ignorance by the Bidder of conditions that exist or that may hereafter exist, as a result of failureor omission on the part of the Bidder to make said investigations and visits, and/or failure to fulfill inevery detail the requirements of this specification and documents promulgated herein, will be acceptedas a basis for varying the requirements of the District or the compensation of the Contractor.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    6/29

    6

    DRUG FREE WORKPLACESection 287.087 Florida Statutes

    Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids

    which are equal with respect to price, quality, and service, are received by the State or by any political

    subdivision for the procurement of commodities or contractual services, a bid received from a business that

    certifies that it has implemented a drug-free workplace program shall be given preference in the awardprocess.

    Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free

    workplace program. In order to have a drug-free workplace program, a business shall:

    1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specifying the actionsthat will be taken against employees for violations of such prohibition.

    2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of

    maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employeeassistance programs, and the penalties that may be imposed upon employees for drug abuseviolations.

    3. Give each employee engaged in providing the commodities or contractual services that are under bid acopy of the statement specified in subsection (1).

    4. In the statement specified in subsection (1), notify the employees that, as a condition of working on thecommodities or contractual services that are under bid, the employees will abide by the terms of thestatement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, anyviolation of Chapter 893 or of any controlled substance law of the United States or any state, for aviolation occurring in the workplace no later than five (5) days after such conviction.

    5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance orrehabilitation program if such is available in the employee's community, by an employee who is soconvicted.

    6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of thissection.

    As the person authorized to sign the statement, I certify that this firm complies fully with the aboverequirements.

    Vendor's Signature

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    7/29

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    8/29

    8

    5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means anynatural person or entity organized under the laws of any state or of the United States with the legalpower to enter into a binding contract and which bids or applies to bid on contracts for the provision ofgoods or services let by a public entity, or which otherwise transacts or applies to transact businesswith a public entity. The term "person includes those officers, directors, executives, partners,shareholders, employees, members, and agents who are active in management of an entity.

    6. Based on information and belief, the statement which I have marked below, is true in relation to theentity submitting this sworn statement. (Indicate which statement applies.)

    Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,

    partners, shareholders, employees, members, or agents who are active in the management of the

    entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime

    subsequent to July 1, 1989.

    The entity submitting this sworn statement, or one or more of its officers, directors, executives,

    partners, shareholders, employees, members or agents who are active in the management of the

    entity, or an affiliate of the entity has been charged with and convicted of a public entity crime

    subsequent to July 1, 1989.

    The entity submitting this sworn statement, or one or more of its officers, directors, executives,partners, shareholders, employees, members, or agents who are active in the management of the

    entity, or an affiliate of the entity has been charged with and convicted of a public entity crime

    subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing

    Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the

    Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn

    statement on the convicted vendor list. (Attach a copy of the final order.)

    I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE

    PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,

    THAT THIS FORM IS VALID THROUGH DECEMBER 31 OR THE CALENDAR YEAR IN WHICH IT IS FILED. I

    ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTOA CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECITON 287.017, FLORIDA

    STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.

    (signature)

    Sworn to and subscribed before me this day of , 20 .

    Personally known: or Produced Identification:

    Type of Identification: Notary Public - State of

    Notary Signature: ____________ Notary Stamp:

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    9/29

    9

    INDEMNIFICATION, AND HOLD HARMLESS AGREEMENT

    In consideration of the mutual covenants and obligations set forth in this Agreement, and other good and

    valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the contracting party

    agrees to the following Indemnification, and Hold Harmless Agreement:

    (a) The contracting party shall defend, release, indemnify and hold harmless the Liberty County Schoo

    Board (School Board) and its respective agents, servants, employees, officials, agents, and assigns, from

    any and all lawsuits, claims, judgments, damages, costs, expenses or liabilities (including, but not limited to,

    attorneys fees and costs at all administrative, pretrial, trial, and appellate levels) resulting or arising from the

    negligent, wrongful, or intentional acts or omissions of the contracting party or its officers, agents, or

    employees in performance of the duties associated with, related to, or arising out of this Agreement. The

    provisions of this paragraph shall survive the termination of this Agreement and shall pertain to any occurrence

    during the term of this Agreement, even though the claim may be made after the termination hereof.

    (b) In the event that any action or proceeding is brought against the School Board by reason of any matter for

    which the School Board is indemnified hereunder, the contracting party shall, upon notice from the Schoo

    Board and at the contracting partys sole cost and expense, resist and defend the same with legal counse

    mutually selected by the contracting party and the School Board; provided, however, that contracting party

    shall not admit liability in any such matter on behalf of the School Board without the written consent of the

    School Board. The School Board hereby covenants not to settle or compromise any claim or cause of action

    for which indemnification is sought from the contracting party without the written permission of the

    contracting party.

    (c) Should either party be required to bring an action to enforce any of the provisions of this release,

    indemnification, and hold harmless agreement, the prevailing party shall be entitled to recover from the other

    all reasonable fees and costs associated with the maintenance of such action.

    (d) Nothing in this indemnification agreement shall be construed to increase either the School Boards liability

    or, if applicable, the contracting partys liability, beyond that which is set forth in Section 768.28, Florida

    Statutes.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    10/29

    10

    Qualifications:

    BIDDER QUALIFICATIONS & REFERENCES

    Contractor/Bidders shall have the necessary organization, experience, capital, and equipment to carry out theprovisions of the contract to the satisfaction of the District. References from existing and past customersfinancial statements, list of current customers, major equipment available for this project, and experience of theprincipal members of the Bidders organization must be furnished with the bid in order to determinequalifications.

    1. Along with sealed bid and before doing any work, contractor(s) shall provide Certificates of Insuranceevidencing that the following coverages are in force. Policies shall remain in force for the duration of thecontract period.

    Insurance Requirements

    2. Worker's Compensation - Workers' Compensation shall be maintained as required by Florida Statutes,Chapter 440, and shall also include Employers Liability coverage with minimum limits of bodily injury byaccident, $100,000; bodily injury by disease, $500,000 policy limit; bodily injury by disease, $100,000 peremployee.

    3. Business Auto Policy - Contractor shall agree to maintain Business Auto-mobile Liability at a limit ofliability not less than $1,000,000 each occurrence for all owned, non-owned and hired automobiles. In theevent the Contractor does not own any automobiles the Business Auto Liability requirement shall be amendedallowing Contractor to agree to maintain only Hired & Non-Owned Auto Liability. This amended requirementmay be satisfied by way of endorsement to the Commercial General Liability, or separate Business autoCoverage form.

    4. Commercial General Liability - Commercial General Liability for public liability during the lifetime of thiscontract shall have minimum limits of $1,000,000 per claim, $2,000,000 per occurrence for Personal Injury,Bodily Injury, and Property Damage Liability. Coverage shall include Premises and/or Operations, IndependentContractors, Products and/or Complete Operations, Contractual Liability and Broad Form Property DamageEndorsements. Coverage shall not contain an exclusion or limitation endorsement for Contractual Liability orCross Liability. Coverage for the hazards of explosion, collapse and underground property damage (XCU)must also be included when applicable to the work to be performed. All insurance policies shall be issued from

    a company or companies duly licensed by the State of Florida. All policies shall be on an occurrence-madebasis; the District shall not accept claims-made policies. Specific endorsements will be requested dependingupon the type and scope of work to be performed. Policy shall include herbicide and pesticide application.

    5. Additional Insured Requirements - Except as to Workers' Compensation and Employers' Liability, saidCertificate(s) shall clearly state that coverage required by the contract has been endorsed to include the LibertyDistrict Schools, a political subdivision of the State of Florida, its officers, agents and employees as AdditionalInsured with a CG 2026-Designated Person or Organization endorsement, or similar endorsement, to its'Commercial General Liability. The name for the Additional Insured endorsement issued by the insurer shallread "Liberty District Schools, political subdivision of the State of Florida, its officers, employees and agents,with Contract number 02-35. An equivalent blanket additional insured endorsement is acceptable. TheCertificate of Insurance shall unequivocally provide thirty (30) days written notice to the District prior to any

    adverse changes, cancellation, or non-renewal of coverage there under. Said liability insurance must beacceptable by and approved by the District as to form and types of coverage. In the event that the statutoryliability of the District is amended during the term of this agreement to exceed the above limits, the Contractorshall be required, upon thirty (30) days written notice by the District, to provide coverage at least equal to theamended statutory limit of liability of the District.

    6. Waiver of Subrogation - Contractor shall agree by entering into this Contract to a Waiver of Subrogation foeach required policy. When required by the insurer, or should a policy condition not permit an Insured to enterinto a pre-loss agreement to waive subrogation without an endorsement then bidder shall agree to notify the

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    11/29

    11

    insurer and request the policy be endorse with a Waiver of Transfer of Rights of Recovery Against Others, orits equivalent.

    7. Subcontractors - It shall be the responsibility of the Contractor to insure that all subcontractors comply withthe same insurance requirements referenced above.

    8. Deductible Amounts - All deductible amounts shall be paid for and be the responsibility of the Contractorfor any and all claims under this contract.

    9 Certificate(s) of Insurance - Immediately following notification of the award of this Agreement, Contractorshall agree to deliver to the District a Certificate(s) of Insurance evidencing that all types and amounts ofinsurance coverages required by this bid have been obtained and are in full force and effect. SuchCertificate(s) of Insurance shall include a minimum thirty (15) day endeavor to notify due to cancellation or non-renewal of coverage.

    10 Umbrella or Excess Liability - Contractor may satisfy the minimum limits required above for CommercialGeneral Liability, Business Auto Liability, or Employer's Liability coverage under Umbrella or Excess Liability.The Umbrella or Excess Liability shall have an Aggregate limit not less than the highest "Each Occurrence"limit for Commercial General Liability, Business Auto Liability, or Employer's Liability. When required by theinsurer, or when Umbrella or Excess Liability is written on 'Non-Follow Form," the District shall be endorsed asan

    11. Right to Review - District, by and through its Risk Management Department, reserves the right, but not theobligation, to review and reject any insurer providing coverage.

    "Additional Insured."

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    12/29

    12

    1. Finger Printing and Background Check: The vendor/contractor agrees to comply with all requirements oFlorida Statutes # 1012.465 (Also known as the Jessica Lunsford Act) by certifying that any/allemployees who will be on schools grounds shall/will have completed this

    SECURITY

    mandatory backgroundscreening

    The vendor/contractor will bear the cost of acquiring the background screening required and any/allfees imposed by the Florida Department of Law Enforcement and or the District to maintain thefingerprints provided with respect to vendor/contractor and its employees.

    as required by the referenced statutes and meet the standards established by the statutesand or meet any/all requirements of the District. These certifications will be provided to the LibertyDistrict Schools, Administration Department in advance of the vendor/contractor providing any/allservices as required herein.

    The vendor/contractor will follow procedures for obtaining employees background screening asestablished by the Liberty District Schools Human Resources Department.

    Where: Liberty District Schools12926 NW CR 12, Bristol, FL 32321

    When: Monday-Thursday 8:00-4:30Point of Contact: Karen Peddie 850-643-2275 x 236

    2. Firearms & Weapons: The possession of any/all weapons, firearm and or any other device is strictlyprohibited on any/all District properties as per Florida Statutes # 790.115

    3. Drug Free Workplace: All vendors/contractors will be required to have a Drug Free Work Program for theduration of the contract period, as per Florida Statutes 287.087.

    4. Building Security: The Contractor shall keep all exterior doors locked during the performance of work, andassure that all exterior doors and suite doors are locked at the end of the shift. Offices with securitysystems shall have them activated immediately after work is completed in that area.

    5. Security Equipment: It shall be the responsibility of the contractor to train his/her employees on theoperational procedures for installed security equipment and reimburse the District Finance Office forany false alarm charges caused by the employee(s). Said charges are not limited to the police/firedepartment invoice amounts, District employee(s) responding hourly salary including fringe benefits,etc. Failure to activate alarm systems or lock doors can result in the contractor being assessedan automatic monetary deduction of $50.00 or actual cost, which ever is higher, per event

    6. Alarm Responder: Due to a history of alarms caused by contractor personnel, the District may submit thecontractors Program Manager as the initial point of contact by the alarm monitoring company. If thealarm was not caused by contractor personnel, the Program Manager shall immediately notify the nextavailable person on the contact list.

    . Thecost shall be withheld from monthly payment(s).

    7. Keys: The Contractor shall be responsible for any lost keys, card keys and any inherent damages (i.e. re-keying the whole facility). This cost shall be withheld from payment(s). The decision to re-key the facilityis solely that of the District.

    8. Vehicles: The make, model, year, color, and license plate number of all vehicles to be on District propertywill be on file with the department. Vehicles not listed could be subject to search, and/or removal at theDistricts option.

    9. Unauthorized Personnel: At no time shall Contractor allow any people into the building other than bona

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    13/29

    13

    fide employees of the contractor. At no time shall contractor allow family members, friends, etc. to beon the grounds or parking lot of the facility during working hours, other than to pick-up or drop-off anemployee.

    1. Agreement: The District purchase orders shall constitute the contract between the contractor and theDistrict. Any and all legal action necessary to enforce the terms and conditions of the contract will beheld in Liberty County, Florida, and the contract will be interpreted in accordance with the laws of the

    State of Florida.

    CONTRACT- ADDITIONAL TERMS & CONDITONS

    2. Subletting/Assigning: The Contractor shall not sublet, sell, transfer, assign or otherwise dispose of theContract or any portion thereof, or of the work provided for therein, or of his right, title or interesttherein, to any person, firm or corporation without the written consent of the District. Each Bidder shalllist all subcontractors and the work provided by the suppliers with the bid submitted.

    3. Term: Any contract resulting from award of this bid will be for the 2010-2011 school year ending June 30,2011 or (1) one year from starting date. The Program Manager and Director of Maintenance/Facilitiesshall determine the starting date for services following award of the bid. Upon the mutual consent of thecontractor and Liberty District Schools, the contract may be extended annually. Initial award and theannual extensions shall not exceed a period of three (3) years. Although the District has the right to

    discontinue, add, or change the areas being cleaned, the contract is intended to be annual

    The District reserves the right to terminate the contract with any or all contractors, with 30 daysnotice, at any time. Termination may be based on a matter of convenience, economicconditions, and failure of the contractor to perform satisfactorily or any other reason the Districtmay determine as justifiable. Either party can cancel the contract at the end of any contract yearwith 30 days written notice.

    . Shouldthe District discontinue services the contractor would not be required to resume services at a later dateunless it is agreeable to both parties.

    The District reserves the right to add contractors at anytime throughout the life of the contract in orderto maintain the services set forth herein.

    4. Cooperative Purchasing Agreement: This contract may be expanded to include other governmentalagencies. Contractor(s) may agree to allow other District sites as well as other public agencies,(city/county/federal agencies) the same service at the same terms and conditions as this contract,during the period of time that this contract is in effect. Each political entity will be responsible forexecution of its own requirements with the Contractor.

    1. Director of Maintenance/Facilities Approval: The Director of Maintenance/Facilities shall have finalapproval for custodial methods, products utilized in providing services as required herein. Any changes

    to these methods or products shall be submitted in writing and require the Directors approval prior torequested changes being put into place.

    CONTRACT-CONTRACTOR RESPONSIBILTY

    2. Contractor Materials: The Contractor must furnish and pay all necessary expenses for labor, supervision,equipment and materials required to provide services described in this specification.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    14/29

    14

    3. Patent Fees, Royalties, and Licenses: If the Contractor requires or desires to use any design, trademark,device, material or process covered by letters of patent or copyright, the Contractor and his surety shallindemnify and hold harmless the District from any and all claims for infringement by reason of the useof any such patented design, device, trademark, copyright, material or process in connection with thework agreed to be performed and shall indemnify the District from any cost, expense, royalty ordamage which the District may be obligated to pay by reason of any infringement at any time during theprosecution of or after completion of the work.

    4. Variances to Specifications: Bidders must indicate any variances to the Specifications. Additionally, if bids

    are based on alternate products, Bidder must indicate the manufacturer's name and number of thealternate item(s) being offered and attach appropriate specifications. If variations and/or alternates arenot stated in Bidder's reply, it shall be construed that the bid fully conforms to the specifications.

    5. Permits: The Contractor shall be responsible for obtaining all permits, licenses, certifications, etc., requiredby Federal, State, County, and Municipal laws, statutes , regulations, codes, and ordinances for theperformance of the work required in these specifications and to conform with the requirements of saidlegislation.

    6. Familiarity with Laws: The Contractor is assumed to be familiar with all Federal, State and local laws,statutes, ordinances, rules and regulations that may affect the work. Ignorance on the part of the Bidderwill in no way relieve him from responsibility.

    7. Indemnification: The contractor agrees to protect, defend, reimburse, indemnify and hold the District, itsagents, employees and elected officers free and harmless at all times from any and all claims, liability,expenses, losses, suits, costs, fines and damages by or damage in connection with contractorsperformance under the contract. The contractor will not be responsible to the District for damagesresulting out of bodily injury or damages to property which the contractor can establish as beingattributable to the sole negligence of the District, its respective agents or employees.

    8. Damage to Property: The Contractor shall preserve from damage all property along the line of work, orwhich is in the vicinity of or is in any way affected by the work, the removal, or destruction of which isnot called for. In case of damage or emergency notify the appropriate person on the DistrictMaintenance Standby list (to be provided after contract award). The next business day notify the

    Director of Finance.

    9. Damaged or Soiled Items: The Contractor shall clean, repair or replace at Contractors expense anycarpet, furniture, or equipment that is damaged or soiled due to Contractors negligence.

    10. Replacement of Furniture: In the process of cleaning, the Contractor may be required to move furniture,files, cabinets and office equipment. However, unless specified by the Program Manager upon directionof the Director of Maintenance/Facilities or his/her designee, the Contractor shall not change generalarrangements. All items shall be replaced where they were situated prior to the required cleaning.

    12. Desk Materials: If an employee desires to have his/her desk top, window sills and other work areascleaned and polished the District employee will remove all papers, files, and personal items prior to

    cleaning. Contractors personnel shall not remove any item from the area to be cleaned.

    SAFETY

    1. OSHA Compliance: Bidders must agree that the equipment, products and chemicals furnished andapplication methods will comply with applicable provisions of the Williams-Steiger Occupational Safetyand Health Act of 1970, the Florida Division of Safety and the Department of Education, whichever isapplicable.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    15/29

    15

    2. Material Safety Data Sheets: The Contractor(s) is/are required to provide a copy of the Material SafetyData Sheet (MSDS) for all chemicals and or cleaning product required to complete the scope of workas required herein. The vendor/contractor shall maintain, update as needed, an on-site MSDS listing ofall products in use. This listing will be centrally located, easily accessible to all contractor and Districtemployees.

    3. Safety Signs: The vendor/contractor shall use caution signs as required by OSHA Regulation Standard29 CFR 1910.144 and 1910.145 at no additional cost to the District. Caution signs shall be on-site oncommencement of contract and execution of their work in compliance with Chapter 442, Florida

    Statutes.

    4. Hazardous Conditions: The vendor/contractor shall report any/all hazardous conditions and items in needof repair to the Program Manager and Director of Maintenance/Facilities/Facilities when discovered.

    5. Safety Requirements: The contractor shall assume full responsibility of the controls, directions, labor,mode, and manner of doing the work as specified herein. The contractor will/shall ensure safeperformance of the work with particular attention to any/all OSHA safety requirements.

    Payment Terms:Invoicing & Payments

    Invoices shall be for services rendered in the previous month as per General Conditions #10 on page one (1).All payments shall be less any deductions for inadequate or missed services, and other items as enumeratedin the scope of work listed herein.

    Accounting All contract payments are to be broken down and listed by codes as found in the FloridaDepartment of Education Financial And Program Cost Accounting And Reporting For Florida Schools2001(red book). This is to be done as an annual report, submitted to the contract administrator in both written andExcel file forms. The codes to be used are as follows:

    7900 Operation of Plant - Custodial

    160 Salaries

    200 Employee Benefits

    300 Purchased Services (Travel, Subcontracted Services, Training, Pest Control, Mop Laundering, etc.Company Profit)

    500 Materials and Supplies (Anything consumable)

    600 Capital Outlay (Equipment)

    8100 Maintenance of Plant Grounds

    Same object codes as above

    http://www.firn.edu/doe/bin00042/redtoc.htmhttp://www.firn.edu/doe/bin00042/redtoc.htmhttp://www.firn.edu/doe/bin00042/redtoc.htmhttp://www.firn.edu/doe/bin00042/redtoc.htmhttp://www.firn.edu/doe/bin00042/redtoc.htmhttp://www.firn.edu/doe/bin00042/redtoc.htm
  • 8/9/2019 LCSB Janitoral Services RFP[1]

    16/29

    16

    CONTRACTOR SCOPE OF WORK

    1. The contractor will furnish all supervision, tools, equipment, supplies, cleaning compounds and floorfinishes necessary to accomplish the work specified to the satisfaction of the District.

    Supervision, Staffing, Equipment & Supplies:

    2. Equipment - All equipment needed to perform custodial housekeeping services, grounds maintenance,pest control and any other function performed will be will be provided by the contractor.

    3. Supplies All supplies needed to perform the functions listed in this RFP will be provided by thecontractor, to including but not limited to all chemicals, paper products, custodial office supplies, hand soap,toilet paper, trash liners, walk off mats and cleaning cloths. The district will supply all florescent light bulbs. Allchemicals, waxes, products and supplies are to be industry standard. The board reserves the right to requirethe contractor to replace any supplies deemed unacceptable.

    4. Training - All training required by Federal, State, Local and School Board statues, laws, ordinances andrules, including but not limited to blood borne pathogens, is to be performed by contractor for all custodial andgrounds employees.

    5. Keep all supplies and cleaning equipment in a neat and clean manner in an assigned place. Assure thatall cleaning personnel remain in their assigned areas during work periods, keeping doors locked and lights out

    in all spaces in which they are not expected to work in a manner which will maintain the security and bestinterest of the Liberty District Schools.

    6. The contractor shall provide sufficient staff to insure that all areas are kept up to the standards required inthis bid.

    7. A day porter building attendant will be assigned for assisting school staff in a variety of any/all unspecifiedjobs deemed necessary by school administrators. This scope of work could include miscellaneous servicesincluding moving furniture, equipment, light building maintenance, trash removal, classroom emergencycleanup, support of lunchroom staff, etc. Miscellaneous services can include any service required by sitewhich is not covered within these specifications listed herein as mutually agreed upon by the Director ofMaintenance/Facilities and the Program Director.

    8. Pest Control To include insect, rodent and any other pest related service for the district. Termitetreatment Pest Control - The custodial services department is to be point of contact for all pest related needs.This is to include, but not limited to insect infestation and problems, rodent infestation, snakes and any otheranimal control. Excluded is termite treatment.

    9. An optional proposal is to be submitted to include maintenance of outside grounds

    at all schools andadministrative sites as noted on the FISH report. Excluded areas include all athletic grounds, as defined asthose used for ticketed sporting events. The total payment negotiated for grounds maintenance will be dividedby the total acreage as documented in the FISH report. This will give a price per acre for additions anddeletions to the contract. Included in proposal is to be annual playground safety inspections to be performedby a National Playground Safety Institute (NPSI) certified specialist.

    Grounds Maintenance includes upkeep of all lawns, grounds, playgrounds, covered play areas, tree and bushtrimming and any other outside areas (excluding athletic grounds). Minimum requirements:

    a. Bleachers, stands and other outside areas are the responsibility of the contractor, and must be cleaned afterany official event.

    b. All sidewalks are to be cleaned daily, and kept free of dirt, gum, leaves and any other substances.c. Trees and bushes are to be maintained on an as needed basis, with needed tasks scheduled after the grass

    growing season. Flower gardens are not a grounds responsibility; however, the principal/site manager mayutilize the day custodian for this purpose.

    d. Annual playground safety inspections to be performed by a NPSI certified specialist.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    17/29

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    18/29

    18

    and/or administrators hours as determined necessary by the facility managers.

    17. Liberty District Schools retains the right to require the contractor to dismiss any employee deemedincompetent, careless, insubordinate, or otherwise objectionable, or any personnel whose actions aredeemed to be contrary to public interest or inconsistent with the best interest of Liberty District Schoolsin connection with contractors performance under the contract. Dismissed personnel are restrictedfrom and shall not be allowed to return to any district site (s) without the submission of a written requestfrom the contractor asking for approval from the district for the employee(s) to return to service. Thecontractor will not be responsible to the District for damages resulting out of bodily injury or damages to

    property which the contractor can establish as being attributable to the sole negligence of the District,its respective agents or employees.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    19/29

    19

    Areas & Hours of Service:

    1. Areas of Service:All of the measurements listed herein are approximate and it shall be the soleresponsibility of the bidder to verify. Areas of service will be as follows:

    A. Custodial

    Liberty County High School/Horizons School Total serviceable area: 93,159

    WR Tolar School Total serviceable area: 93,617Hosford K-8 School Total serviceable area: 84,420

    Liberty Educational Administration/PreK School Total serviceable area: 54,808

    B. Optional Grounds

    Total school grounds acreage approximately 55 acres

    C. Optional Athletic Grounds

    Liberty County High School/Horizons School1 Football field1 Baseball Field1 Softball Field

    WR Tolar School1 Baseball Field1 Softball Field

    Hosford School

    1 Baseball Field1 Softball Field

    2. Hours of Service: The Contractor will normally commence service anytime after business hours or 5:00p.m. and finish on or before 7:00 a.m. the following day. Contractor will be expected to work around anyevening events. Service shall be performed after these events to make certain the buildings are cleanfor business as usual the following morning.

    3. Office Hours: All work outlined herein will be performed each day the schools are open at other thanregular office hours or as otherwise determined by mutual agreement with the Liberty District Schoolsor as noted in bid specifications.

    4. Supplementary Services: The Contractor shall be responsible to provide at no additional charge,supplementary services within the scope specified that may become required during the contract periodto maintain the appearance of the premises in optimal condition.

    5. Daily & Weekly Services: All services listed under Daily Services and Weekly Services are to continue inoccupied portions of the facility throughout the year.

    6. Change in Service Area(s): The Director of Maintenance/Facilities can request change of service area and

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    20/29

    20

    or scope of work at any time during the contract period. All are subject to approval of the Director ofFinance prior to any changes to these specifications listed herein. Program Manager shall submitrequest by e-mail (30) thirty days in advance of start of work. Request for change shall give specificinformation, purpose, intent, reason and estimated cost. Failure to have approval prior to the start ofwork will cause the District to hold all said changes to be null and void, with the original contract beingthe binding document and standards in which work can continue.

    7. Non-Service Dates: The Liberty District Schools will not require custodial services on the following day (s).However, service is required on the day before school closure dates to insure site is ready for use

    upon return of students and staff.

    July 2, 2010 Independence HolidaySeptember 6, 2010 Labor DayNovember 11, 2010 Veterans DayNovember 25, 2010 Thanksgiving DayDecember 24, 2010 Christmas HolidayDecember 31, 2010 New Years HolidayMay 30, 2011 Memorial Day

    ## 2010-2011 Calendar has not been approved so dates are subject to change

    8. Start up Meetings: After award has been made and approved by the board. A start up meeting will bearranged at each site to establish the time frame for the contractor to start service, view site, meetadministrators and staff, weekly inspection date/time and service hot spots. All meetings will bescheduled at a mutually agreeable date and time for all parties.

    9. 30-day Grace Period: After start up meetings have been completed and the start date for custodial servicesestablished, the district will extend a (30) thirty day grace period to the contractor for the establishing ofwork routines, review of equipment requirements, staffing levels, materials and supplies storage etc.During this grace period the district will not access any monetary penalties against the contractor forissue of non performance. The district will issue notices to correct to assist the contractor in identifyingservice hot spots and re-setting staffing levels as needed.

    Inspections:

    1. The contractor shall create an Inspections System which is tailored to the specific school and whichcovers all services stated in the tasks and frequencies segment of the contract. The Contractor shalldevise a checklist for use during the performance of the work. The checklist shall be signed and datedto indicate the time inspection was completed. It is not permissible for the person who performs thework to inspect and accept that work.

    2. The contractor shall provide a supervisor who will inspect the facilities weekly to insure compliance withthe requirements of the bid specifications. The inspection checklist will/shall indicate all deficiencies,areas inspected and shall be signed by both district and contractor representatives. A copy of the

    checklist is to be submitted to the Director of Maintenance/Facilities and the Finance Department.

    3. The Contractors Inspector shall accompany the Director of Maintenance/Facilities on non-scheduledinspection tours of the specified sites when requested.

    4. The results of each inspection tour will/shall become part of the contractor and District file.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    21/29

    21

    5. The District reserves the right to have final say in any/all inspection results in which the Districtdetermines the contractor(s) performance and or quality of work does not meet specifications orstandards set herein. These decisions and determinations are not open for any discussion(s) and ornegation(s).

    Payment Penalties for Non-Performance:

    This is a Performance Based Contract and the Contractor will be paid for work performed. If the facility weeklywalk-through inspection of areas serviced, shows that any services required have not been performed for aparticular building, payment for that location will be reduced by a penalty of $20.00 for each service, pereach occurrence, found not to be in compliance with these specifications and standards set herein within thatparticular month

    .

    EXAMPLE:Inspection: Big Daddy High SchoolDate: March 16, 2011Re: Discrepancy

    Room #126 Floors Dirty, Trash cans not emptied, foot prints on wall 3-@ 20.00 each = $60.00 total

    Corridor #4 5-each Trash cans not emptied in hallway 5-@ $20.00 each = $100.00

    Girls Bathroom #416Not cleaned properly1- @ $20.00 each = $20.00

    Penalty-Total $180.00

    Before assessing a penalty and/or arranging to have work performed by an alternate source, the Director ofMaintenance/Facilities, or his/her designee will notify the Contractor of the problems identified. The contractorshall respond to the District Notice to Correct, by placing sufficient manpower, supplies and equipment tocomplete these request(s) immediately and or as soon as possible. The District will specify the time frame forcompletion of each/all request(s), with all work not to exceed, twelve 12 hours,

    If more than three (3) weekly walk-through inspections during a month show services required still have notbeen completed, a 30 Day Notice will be sent advising the contractor his/her contract is in jeopardy of beingterminated or in default.

    from the time of notification. Al

    areas in question will be re-inspected, with work being completed to the satisfaction of the District. If re-inspection shows work is still unacceptable to the District, penalties for the facility, for the day in question, willbe assessed immediately, with work to continue until any/all problem(s) are corrected.

    NOTE: Contractors monthly invoice will not be approved for payment until the overall performance ofthe contractor is rated satisfactory by the Director of Maintenance/Facilities.

    The following definitions and standards shall be used in evaluating the services. The service provider will notethe importance of professional detail cleaning. This contract is for cleaning of all areas in every detail includingcorners, fingerprints, smudges, stains, in and around furniture, etc. and for maintaining a high level ofcleanliness and maintenance of all surfaces, furnishings and materials. Failure to perform cleaning services tothis standard is unacceptable and will not be tolerated. The Program Manager for determining contractperformance designates conditions as either clean or dirty.

    Cleaning Definitions and Standards

    1. BASEBOARD CLEANING: Baseboards shall be cleaned after all stripping, scrubbing, and refinishing

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    22/29

    22

    procedures. Baseboards shall be free from splashes, dirt, cobwebs, finish buildups, streaks, creviceaccumulations of dirt, etc.

    2. CARPETS: Carpets will be vacuumed without damaging nap of rug using beater brush type mechanical typevacuum where practical. All carpets will be cleaned in place using hot water extraction or the carpetmanufacturer's recommended method of cleaning.

    3. SPOT CLEANING OF CARPETS: Cleaning of carpets will be construed to mean hand cleaning of smallspots and stains caused by spillage of food and beverage, grease, tar, ink, mud, etc. Contractor shall be

    responsible for any damage to carpet and other surfaces caused by cleaning.4. CLEAN: Shall mean free from soil and odor.

    5. DAMP WIPING: Surfaces that have been damp wiped shall be free from dirt, streaks, spots, stains,cobwebs, smudges, fingerprints, smears, etc. and shall present a uniformly clean appearance. Watermarks orspots shall be wiped clean and dry. Any items or furnishings moved during the procedure shall be replaced tothe proper position.

    6. DUSTING: A properly dusted surface is free from all dust, lint, streaks, and cobwebs. It includes removal ofdirt and dust from: High - walls, ceilings, and other structural components, equipment and fixtures abovenormal reach from floor by using treated cloth or vacuum cleaner. Low - pictures, desks, partitions, ledges,handrails, lamps, etc. that is within normal reach from the floor with treated dust cloth or vacuum cleaner.

    7. FIXTURE CLEANING AND DISINFECTING: Fixtures shall present a clean shining appearance free fromdust, spots, stains, rust, mildew, soap residues, mineral deposits, organic material, etc. Wall and floor bracketsand other fixture junctures shall be free of accumulations of dirt and urine.

    8. FLOOR CLEANING AND MAINTENANCE: A satisfactorily cleaned floor is without dirt and dust, marks,film, streaks, debris, and standing water. Floors shall present a clean and orderly appearance with no loose dirtor debris in evidence including in corners, expansion joints, and other places accessible to the broom or dustmop.

    9. FLOOR SCRUBBING AND REFINISHING: Cleaning of floor by use of floor scrubbing machine anddetergent solution followed by plain water rinse. All floor surfaces are left without embedded dirt, cleaningsolution film, or standing water in all areas. After scrubbing, floors shall be refinished to a high gloss.

    10. GLASS & MIRROR CLEANING: Glass windows, doors and cases, and mirrors are clean when allaccessible surfaces are without smudges, streaks, spots, smears, film deposits, and stains. They have auniformly bright appearance and adjacent surfaces have been wiped clean.

    11. HORIZONTAL SURFACE CLEANING: Horizontal surface cleaning shall be interpreted to mean thosesurfaces not high enough to require the use of a ladder (below 100inches in height) that comprise thefurnishings and structure of the facility and shall include, but not be limited to file cabinets, countertops, ledges,lockers, rails, display cases, and the tops of those cases, etc.

    12. MOPPING: Mopped floors shall be free from streaks, spots, stains, smears, mop strands, and otherunsightly appearance. Care shall be taken to avoid splashing walls, baseboards, furnishings, etc.

    13. SCRUB: Remove all dirt, stains, and marks with an approved cleaner using a floor machine equippedwith scrubbing pads.

    14. GENERAL SPOT CLEANING: Spot cleaning is not to leave noticeable color differential from surroundingarea. Indelible stains that cannot be removed by spotting and shampooing procedures shall be reported to theDirector of Maintenance/Facilities.

    15. SWEEPING: Cloth sweeping, dust mop sweeping, hair or fiber brush sweeping, fiber broom sweeping ormechanical sweeping without damages or disfigurement of furniture, doors, base trim, walls or other structuralmembers. A properly swept floor is free of all surface dirt, dust, grit, lint and debris in all areas especially along

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    23/29

    23

    base trim and in corners.

    16. TRASH RECEPTACLES: Trash receptacles shall be thoroughly cleaned and disinfected. Care shall betaken to thoroughly dry metal parts to prevent rust. Replace plastic can liners.

    17. VENTS, GRILLS, ETC: Ventilation louvers, grills, panels, etc. shall be cleaned by wiping, dusting, washingor vacuuming. Cleaned vents, grills, etc. shall be free from dirt, accumulated dust, cobwebs, etc. and presentan overall clean appearance.

    18. VERTICAL SURFACE CLEANING: Vertical surface cleaning shall be interpreted to mean those surfacesnot high enough to require the use of a ladder (below 100inches in height) that comprise the furnishings andstructure of the facility and shall include, but not be limited to walls, doors, gates, baseboards, tables and desklegs and sides, sides of file cabinets, frames, pictures, wall hangings, maps, signs, ventilation louvers, etc.

    19. WALL CLEANING: Walls shall be thoroughly cleaned, rinsed and dried to present a uniformly cleanappearance. It shall be free from graffiti, dirt, splashes, soap residue, fingerprints, etc. Extreme care shall beexercised to avoid excessive flooding of area.

    20. WAX REMOVAL & STRIPPING: Stripping is the removal of accumulation of old floor finish, all surfacedirt, stains and marks. Wax removal is accomplished when surfaces have all wax removed down to the flooringmaterial, floors left free of dirt, stains, deposits, debris, cleaning solution, standing water, and the floor has auniform appearance when dry.

    21. WET MOPPING: Cleaning of floor surfaces, using cotton, nylon or rayon mops, water and detergent, usingsufficient solution to remove soil. A satisfactory wet mopped floor is without dirt, film, streaks, debris orstanding water in all areas.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    24/29

    24

    CLEANING REQUIREMENTSDAILY SERVICES:

    1. Clean and sanitize all restrooms and shower rooms including sinks, countertops, mirrors, toilets, urinals,towel dispensers, partitions, doors, walls and floors. Do not use acid type cleaners. Do not use a polish productthat will leave a greasy film on the countertops. Disinfect toilet bowls and urinals. Replace toilet paper, seatliners, hand towels, hand soap, and feminine hygiene products, as required. Sweep and mop floors using anti-bacterial ingredient.

    2. All supplies will be provided by the contractor.

    NOTE; CHLORINE BLEACH OR EQUAL IS NOT AN ACCEPTABLE PRODUCT. CARE

    SHALL BE TAKEN TO NOT USE DIRTY MOP HEADS TO AVOID UNWANTED ODORS.

    3. All vinyl tile and other hard surfaced floors will be swept and wet mopped with a chemically treated mophead as required by type and condition of floor. Ceramic tile floors will be cleaned with appropriate cleanserthat will not scratch, discolor, or leave a residue. Spillage will be removed immediately.

    4. All carpet and inside doormats will be vacuumed daily. Spillage will be spot cleaned. Utilize a spot cleaner orother suitable method to remove grease, soil and other obvious stains and marks. Commercial grade vacuum

    is required. No hand held type is acceptable.

    5. Remove handprints, smudges and other noticeable marks from doors, partitions, walls, equipment, fixtures,and furniture.

    6. Clean desktops, tables, counter tops and other surfaces.

    7. Wastebaskets and trashcans will be emptied. Replace plastic liners.

    8. Clean microwave oven, sink, cabinet doors, countertops, and tables and chairs in all lounges. Replace handtowels as required.

    9. All other sinks will be cleaned and disinfected.

    10. All floor mats will be shaken and vacuumed.

    11. Main entrance areas will be swept and wet mopped, if not carpeted. Clean glass entrance doors, interiorglass partitions, and glass panes in interior doors to remove smudges, handprints, and marks.

    12. All drinking fountains will be cleaned and sanitized with an approved disinfectant. Do not use acid type

    cleaners.

    13. Counter tops in office areas will be cleaned.

    14. All noticeable cobwebs and chewing gum will be removed.

    15. Clean glass cases, as required.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    25/29

    25

    16. Clean, mop, wax and polish floors and furniture in break/vending rooms.

    17. Exterior concrete walkways and common areas are to be kept free of trash and sand. If necessary,remove water and other stains.

    18. Secure building assuring that all doors, gates, etc. are locked and setting alarm system.

    19. Do not drag plastic bags and or trash containers.

    WEEKLY SERVICES:

    1. All walls will be spot cleaned to remove hand spots, smudges, etc.

    2. Dust all windowsills, shelves, ledges, pictures, plaques, desks, furniture, fixtures, cabinet/file/locker/map, etctops, baseboards and equipment. NOTE: If desks have various files and other paper materials left on them, itis not expected that the Contractor should move these materials. However, the desks should be feather dustedto remove loose dust. If the occupant of the desk requests a through dusting and cleaning the Districtemployee will remove items and leave the desk empty.

    3. All stair steps and adjacent floor areas are to be swept and mopped as described above. Handrails are to bewiped clean using a cleanser with a disinfectant. Remove handprints and any obvious stains and marks.

    4. Damp wipe and polish office furniture.

    5. Clean entrance glass in all buildings inside and out. Spot clean glass daily as needed.

    6. Telephones will be cleaned and disinfected.

    7. Air conditioning registers will be dusted or damp cleaned as needed.

    8. Hand prints and smudges will be removed from around switches, door knobs, etc. and on woodwork, wallsand framing as needed, where the paint will not be damaged.

    9. Ledges, overhead pipes, vents, picture tops, etc., will be dusted.

    10. Dust Venetian blinds.

    11. It is expected that all vinyl composition tile floors will be maintained with a high-gloss finish. Depending onfinish used, this will require at least weekly buffing and/or finish application, particularly in high traffic areas.The Director of Maintenance/Facilities will determine acceptability of finish.

    12. Clean interior and exterior of refrigerators on Friday evening and remove all items not in containers, oritems in containers that are obviously spoiled, as required.

    13. Clean ceiling air vents and fans, and adjacent surfaces. Vents must be vacuumed then wiped clean with asolvent containing a disinfectant.

    14. Dust ceilings, walls, and paddle fans. Remove any cobwebs noticed in interim period as they are seen.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    26/29

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    27/29

    27

    REPLY SHEET Bid 10-02 JANITORIAL SERVICE

    1. COMPANY NAME: ______________________________________________________

    DIVISION OF: __________________________________________________________

    PHYSICAL ADDRESS: __________________________________________________

    MAILING ADDRESS: ____________________________________________________

    STATE, ZIP CODE: _____________________________________________________

    SERVICING OFFICE (If other than above) ____________________________________

    TELEPHONE NUMBER: (___) ________________ FAX NO. (___CONTACT PERSON: ______________________ E-MAIL: ______________________

    ) ________________

    2. ORGANIZATIONAL PROFILE

    : (complete all appropriate information) Is the firm incorporated? Yes--No If

    yes, in what state? _______________________

    President Secretary and or Treasurer Name of Supervisor for our Project

    How long in present business: ________ How long at present location: __________

    Does firm have a drug-free workplace program: Yes ____ No _____

    If no, is your company planning to implement such a program? __________

    3. INSURANCE CERTIFICATES

    - Bidders are required to submit a copy of their Insurance Certificate for thetype and dollar amount of insurance they currently maintain.

    4. REFERENCES

    Submit attached listing for references and contact information for at least three (3)current customers and three (3) prior customers. Information should include as a minimum, customername, contact person, address, phone number and length of time serving the customer.

    5. COMPLETION OF FORM

    6.

    - An authorized representative of the firm offering this BID must complete thisform in its entirety. Prices entered herein shall not be subject to withdrawal or escalation by Bidderprovided District notifies Bidder in writing within 90 days after bid opening date of District's intent to acceptBid.

    AGREEMENT

    - Bidder agrees to comply with all requirements stated in the specifications for this Bid.

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    28/29

    28

    Bid Request #10-02 Checklist Janitorial Services

    This checklist is provided to assist Bidders in the preparation of their bid response. Included in this checklistare important requirements that are the responsibility of each Bidder to submit with their response in order tomake their bid response fully compliant. This checklist is only a guideline -- it is the responsibility of eachBidder to read and comply with the Request for Bid in its entirety.

    _____ Mailing envelope has been addressed to:

    Liberty District Schools12926 NW CR 12, Bristol, FL 32321

    _____ Mailing envelope must be sealed and marked with:

    Bid Number Bid Title Bid Opening Date and Time

    _____ Copy of current Insurance Certificate

    ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THECOURIER PACKET.

    _____ Reply sheet

    _____ Bid sheet

    _____ Reference information

    _____ List of equipment

    _____ One (1) signed original and five (5) copies of bid document

  • 8/9/2019 LCSB Janitoral Services RFP[1]

    29/29

    BID SHEET

    Please note that Cost Per Square Foot

    COST PER SQUARE FOOT: $________________

    is asking for the cost for performing all items of daily, monthlyand semi-annual services for the area.

    Please note that Cost Per Acre-Grounds

    is asking for the cost for performing all items of groundsmaintenance for the area.

    COST PER ACRE GROUNDS MAINTENANCE: $________________

    Please note that Cost For Athletic Grounds

    is asking for the cost for performing all items of athleticgrounds maintenance for the area.

    COST FOR ATHLETIC GROUNDS MAINTENANCE: $________________