REQUEST FOR PROPOSALS

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS"

Transcription

1 REQUEST FOR PROPOSALS AGENCY: Purchasing Division RFP NO.: R P1 TITLE: Pre-Advertisement Meeting Janitorial Services for Fort Lauderdale-Hollywood International Airport CONTACT: Name: Broward County Purchasing Division Attn: Mitchell Cohen Address: 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL Telephone: Fax: Date/Time: April 28, 2011, 11:00 A.M. Please be advised that the Broward County Purchasing Division and the Aviation Department have scheduled a pre-advertisement meeting to discuss the future Request for Proposals for Janitorial Services at Fort Lauderdale-Hollywood International Airport. The meeting will be held Thursday, April 28, 2011, at 11:00 AM at the following location: Broward County Governmental Center Building 115 S. Andrews Avenue Room 430 Fort Lauderdale, FL This meeting is being held to pre-review this RFP, answer any questions and assess any feedback from potential vendors prior to the RFP being presented to the Board of County Commissioners for approval. The purpose of this meeting is to give all prospective proposers the opportunity to review the RFP, make comments and ask questions prior to the advertising of the RFP. Attendance is not mandatory and a teleconference bridge will be available at This meeting is informational only. Once approved, the RFP Solicitation will be posted on the Purchasing Division s website at: If you have any questions, please contact either Purchasing Manager, Karen Walbridge, (954) or by at kwalbridge@broward.org or Purchasing Negotiator, Mitch Cohen, (954) or by at micohen@broward.org Page 1 of 1

2 `

3 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Request for Proposals (RFP) RFP Number: R P1 RFP Name: Janitorial Services at Fort Lauderdale/Hollywood International Airport Procurement Authority Unchecked boxes do not apply to this solicitation. Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide services on the following project: Standard Request for Proposals Construction General Contractor: Two-Step Process - (Step 1) Issue RFP to Short list firms (Step Two) Issue Invitation for Bids to Shortlisted firms to obtain bids Establish Library of Firms for Services Pursuant to the Broward County Procurement Code, the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Construction Manager at Risk Services on the following project. Standard Construction Manager at Risk Construction Manager at Risk (Modified): Two Step Process - (Step One) Issue RFP to Short list firms (Step Two) Issue Invitation for Bids to Shortlisted firms to obtain bids Pursuant to Florida Statutes, Chapter (Consultants Competitive Negotiations Act), the Broward County Commission invites qualified firms to submit Proposals for consideration to provide Professional Consulting Services on the following project. Non-Continuing Contract: (Check only one box) Professional services needed for a construction project where the construction costs exceed $ 250,000 Professional services needed for a planning or study activity where the fee for the professional services exceed $ 25,000 Continuing Contract :( Check only one box) Professional services needed for projects in which construction costs do not to exceed $2 million Professional services needed for study activities when the fee for such professional service does not exceed $ 200,000 Professional services needed for work of a specified nature Design-Build: (Check only one box) Qualification - Based with a Guaranteed Maximum Price and a Guaranteed Completion Date Two-Step process - (Step One) Issue RFP to Short list firms - (Step Two) Issue Request for Proposals to Shortlisted firms to obtain proposals. Page 2 of 70

4 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Scope of Services The Scope of Services shall include but is not limited to Janitorial Services at Fort Lauderdale/Hollywood International Airport for the Broward County Aviation Department (BCAD). It is the intent of the County to award the location to the highest scoring firm.a detailed Scope of Services is found in Attachment B to this RFP. The initial contract is intended to be for two (2) years from the date of execution, with three (3) one-year renewals. Submittal Instructions Unchecked boxes do not apply to this solicitation. Only interested firms from the Sheltered Market may respond to this solicitation. This solicitation is open to the general marketplace. Interested firms may supply requested information in the Evaluation Criteria section by typing right into the RFP document using Microsoft Word. Firms may also prepare responses and any requested ancillary forms using other means but following the same order as presented herein. Submit ten (10) CDs of your RFP response containing the following files: CD or DVD discs included in the submittal must be finalized or closed so that no changes can be made to the contents of the discs. IT IS IMPORTANT THAT EACH CD BE LABELED WITH THE COMPANY NAME, RLI NUMBER AND TITLE, AND THEN PLACED IN AN INDIVIDUAL DISC ENVELOPE. 1. A single PDF file that contains your entire RFP response with each page of the response in the order as presented in the RFP document, including any attachments. INCLUDING ATTACHMENTS C, D and D1 2. Responses to the Evaluation Criteria questions in the RFP are to be provided in the following formats: a. Microsoft Word for any typed responses. b. Microsoft Excel for any spreadsheets Submit three (3) total printed copies (hard copies) of your RFP response. It is the responsibility of each firm to assure that the information submitted in both its written response and CDs are consistent and accurate. If there is a discrepancy, the information provided in the written response shall govern. Price Sheets, Attachments C, D and D1 are attached to this RFP and must be included in your submittal to the RFP. The format of the Price Sheet must not be changed or altered in any manner. The executable Excel version of Attachments D and D1, which must be used for your submittal, is posted along with this RFP Send all requested materials to: Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL RE: RFP Number: R P1 Page 3 of 70

5 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) The Purchasing Division must receive submittals no later than 5:00 pm on Monday, June 6, Purchasing will not accept electronically transmitted, late, or misdirected submittals. If fewer than three interested firms respond to this solicitation, the Director of Purchasing may extend the deadline for submittal by up to four (4) weeks. RFP Submittals will only be opened following the final submittal due date. For Additional Project Information Contact: Project Manager: Arne Adler Phone: Pre-Submittal Conference Attendance at the Pre-Submittal Conference is optional. This information session presents an opportunity for bidders to clarify any concerns regarding the solicitation requirements. The proposer is cautioned that, although the Pre-submittal Conference is optional, no modification or any changes will be allowed in the pricing because of the failure of the proposer(s) to have attended the conference. LOCATION: Page 4 of 70 Pre-Submittal Conference DATE: TBD (set a date between 5-12 & 5-18) TIME: 10:00 AM Broward County Aviation Department Auditorium 100 Aviation Blvd Fort Lauderdale, Fl If you require any auxiliary aids for communication, please call so that arrangements can be made in advance. Evaluation Process An Evaluation Committee (EC) will be responsible for recommending the most qualified firms and rating them. The process for this procurement may proceed in the following manner: Review Responses The Purchasing Division delivers the RFP submittals to agency staff for summarization for the Evaluation Committee members. The Office of Economic and Small Business Development staff evaluates submittals to determine compliance with the Office of Economic and Small Business Development Program requirements, if applicable. Agency staff will prepare an analysis report which includes a matrix of responses submitted by the firms.

6 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Staff will also identify any incomplete responses. The Director of Purchasing will review the information provided in the matrix and will make a recommendation to the Evaluation Committee as to each firm s responsiveness to the requirements of the RFP. The final determination of responsiveness rests solely on the decision of the Evaluation Committee. At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror. Evaluation Criteria The scoring of each proposal will be based on the following Evaluation Criteria with a maximum total of 100 points as shown below. Minimum qualifications: A successful 24/7 Commercial contract for a facility of comparable size, square footage, and volume of pedestrian traffic within the past 5 years. These experiences must be under your current company s (or acquired company) responsibility. Previous personal experiences with other companies are not applicable. NOTE: Vendors unable to meet this minimum qualification may be deemed non-responsible. Experience of Key Personnel: (12 Points) 1. Key Management Members 2 1.a. Project Superintendent 1 1.b. Site Supervisors 1 1.c. Full Time Services Crews 1 2. Professional and or Technical Support Employees 1 2.a. Their functions in the company 1 2.b. Number of years of service with the company 1 2.c. Years of experience in the maintenance of comparably complex facilities and systems 2 3. Training in safety; and basic and green building cleaning procedures 2 Characteristics of Firm and Staffing: (6 Points) 6 4. Basic information for proposing company 4.a. Length of Time Firm has been in operation 4.b. Total Number of Current Employees 4.c. Average Seniority of Current Employees 4.d. Total Number of Supervisory Employees 4.e. Total Number of Janitorial Workers Page 5 of 70

7 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Facilities Served, Work Experience, by Proposing Company Comparison Includes Project Specific Criteria Questions 5.a., 5.b., 5.c.: (32 Points) Scoring will be based on the number of facilities managed, their relative size and complexity 5. Type of facility 20 Janitorial Projects within the past five (5) years 5.a. Number of buildings comparable to this facility that proposing firm has provided comparable services to on a regular basis (at least a 12 consecutive month period) 5.b. Specifically identify up to three individual buildings similar to those listed above, along 8 with requested detail information for the facility For each specific facility identified provide the following information: Name and location of facility Facility reference (contact ) Size of facility area cleaned (square feet) Number of stories (height of building) Total number of workers/supervisors assigned to cleaning crew Include project (contract) number and whether performed by proposing firm as either prime or sub-contractor. If serving as a sub-contractor for the facility state the percentage of the facility (contract) that your firm was responsible for 5.c. Annual dollar value of contract 4 Facilities Served, Work Experience, by Proposing Company Comparison: (2 Points) 2 6. Green Cleaning Experience Firm's Approach: (5 Points) 7. Individual Members that have provided janitorial service to comparable facilities 1 8.a. Firm s Proposal to Maintain Public Areas 1 8.b. Firm s Proposal to Coordinate Periodic Project and Annual Work Tasks including how proposing firm will organize basic janitorial service for facilities while coordinating with periodic project and annual work tasks. 8.c. Firm s Proposal in Crew Organization 8.d. Firm s Proposal of Reporting System to Report Performance 9. Describe Capabilities to respond to Emergency or Disaster Situations including supply of 2 specialized equipment required for de-watering or moisture removal tasks or other special cleaning services. 10.a. Firm s Start-up orientation for Quality Control Program 1 10.b. Inspection Procedures including any technical aids used to monitor performance 10.c. Equipment maintained in quality working condition Page 6 of 70

8 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Other: (8 Points) Financial Strength of Proposing Firm (Pertains to Item 14 Evaluation Criteria / Company Profile 8 Provide information about the firm s financial capabilities by supplying balance sheets, income statements, and annual reports for the past two (2) years. Include non-disclosure statement for privately held companies. Including but not limited to: Current Ratio (Current Assets/Current Liabilities) Profitability Net Equity Lien History Bankruptcy History Price: (35 Points)* 35 TOTAL POINTS 100 * Total points awarded for price will be determined by applying the following formula: (Lowest Proposed Price/Proposer s Price) x 35 = Price Score Please note that prices may be negotiated in the best interest of the County after the scoring is completed. Page 7 of 70

9 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Estimated List of Employee Titles/Positions and Other Costs This completed sheet should be submitted with the response; however, it must be submitted within five (5) working days of the county s request. Please make additional copies of this Sheet, as needed. Labor Costs: For the purpose of this contract, Broward County determines that total Labor Costs make up an estimated 70% of this contract. List each employee title/position, number of employees per position, and total hourly rate paid to each employee that will work on this contract. List positions on separate lines when there are different total hourly rates for the same position. Additionally, provide the number of full and part-time employees per position. For purposes of this solicitation, a full-time employee is defined as an individual who works twenty (20) hours or more per week for the contractor, regardless of the number of hours the individual works on this contract; a part-time employee is defined as an individual who works less than twenty (20) hours per week for the contractor. The information entered will be used for statistical purposes only as this is not a time and material contract. Employee Title/Position Number of Employees Total Hourly Rate Number of Full-time Employees (Insert additional lines/sheets, if needed) Other Costs: Total Other Costs of this contract. List all other costs that are contained in the (i.e. supplies, overhead, etc.). (Insert additional lines/sheets, if needed.) Page 8 of 70

10 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Cone of Silence At the time of the Evaluation Committee appointment (which is typically prior to the advertisement of the solicitation document) in this RFP process, a Cone of Silence will be imposed. Section 1-266, Broward County Code of Ordinances as revised, provides that after the Evaluation Committee appointment, potential vendors and their representatives are substantially restricted from communicating regarding this RFP with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff, or any person appointed to evaluate or recommend selection in this RFP process. For communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation Meeting of the Evaluation Committee. After the application of the Cone of Silence, inquiries regarding this RFP should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation. Demonstrations If this box is checked, then this project may lend itself to an additional step where short-listed firms demonstrate the nature of their offered solution. In those cases, staff, and sometimes members of the EC, may request a representative display or demonstration. If the EC decides that demonstrations are necessary, short-listed firms will receive a description of, and arrangements for, the desired demonstration. Pricing Unchecked boxes do not apply to this solicitation. Price will be considered in the final evaluation of the interested firms. County staff and the top ranked firm will negotiate fees for pre-construction services during the Negotiation Phase of this process. Generally, the Parties negotiate a Guaranteed Maximum Price (GMP) for construction services during the course of pre-construction services. Public Art and Design Program Unchecked boxes do not apply to this solicitation. Broward County has adopted Ordinance #95-20 establishing a Public Art and Design Program. It is the intent of Broward County to integrate art, when applicable, into capital projects and integrate artists design concepts into this improvement project. The architect/engineer may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. (For additional information contact Mary Becht at (954) ). Page 9 of 70

11 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Rating/Ranking The EC will rank the firms and post its recommendation for three days as a Proposed Recommendation of Ranking. Following this three-day period, if no objections to the proposed ranking have been received in writing by the Director of Purchasing, a Final Recommendation of Ranking will be posted and presented to the Board for approval. At the discretion of the Board, presentations to the Board of County Commissioners by the ranked firms may be required. State and Local Preferences If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the County's Local Vendor Ordinance, Domestic Partnership Ordinance and Procurement Code will not be applied in the procurement process. Posting of Solicitation and Proposed Contract Awards The Broward County Purchasing Division's website is the official location for the County's posting of all solicitations and contract award results. It is the obligation of each vendor to monitor the website in order to obtain complete and timely information. The website is located at Vendor Protest Sections and of the Broward County Procurement Code set forth procedural requirements that apply if a vendor intends to protest a solicitation or proposed award of a contract and state in part the following: (a) Any protest concerning the bid or other solicitation specifications or requirements must be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest bid specifications or requirements is a waiver of the ability to protest the specifications or requirements. (b) Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the bid opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation of award on the Purchasing Division's website. (c) Any actual or prospective bidder or offeror who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division's website. Page 10 of 70

12 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) (d) For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the vendor's right to protest. (e) Protests arising from the decisions and votes of an Evaluation Committee or Evaluation Committee shall be limited to protests based upon the alleged deviations from established Committee procedures set forth in the Broward County Procurement Code and existing written Guidelines. Any allegations of misconduct or misrepresentation on the part of a competing vendor shall not be considered a protest. (f) As a condition of initiating any RFP protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below. Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million $5,000 If no contract bid amount was submitted, the estimated contract amount shall be the County s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier s check, payable to Broward County Board of Commissioners. Rejection of Responses The Evaluation Committee may recommend to the Director of Purchasing the rejection of all responses to this solicitation. Public Records and Exemptions Upon receipt, all response submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Any firm that intends to assert any materials to be exempted from public disclosure under Chapter 119, Florida Statutes must submit the document(s) in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. Any claim of confidentiality on materials that the firm asserts to be exempt and placed elsewhere in the submittal will be considered waived by the firm upon submission, effective after opening. Please be aware that submitting confidential material may impact full discussion of your submittal by the Evaluation Committee because the Evaluation Committee will be unable to talk about the details of the confidential material(s) at the public Selection/Evaluation Committee meeting. Please be aware that submitting confidential material may impact full discussion of your submittal by the Page 11 of 70

13 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Selection/Evaluation Committee because the Selection/Evaluation Committee will be unable to talk about the details of the confidential material(s) at the public Selection/Evaluation Committee meeting. Please note that the financial statement exemption provided for in Section (1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project. Copyrighted Materials Copyrighted material will be accepted as part of a submittal only if accompanied by a waiver that will allow the County to make paper and electronic copies necessary for the use of County staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public. Domestic Partner This solicitation may include preference for county contractors providing for nondiscrimination of benefits for domestic partners. (Reference Ordinance No , as amended) In accordance with Broward County Code, Chapter 16 ½, section 16 ½ -157 and the Broward County Administrative Code, Subsections a.,6.,7.,8., the Broward County Board of County Commissioners reserves the right to apply a preference in the award of a contract to those Contractors providing for nondiscrimination of benefits for domestic partners. This preference may be applied to all awards of $250,000 per annum or more. The determination to apply this preference shall be made by the Board of County Commissioners. To be eligible for the domestic partnership preference, a contractor s program eligibility criteria must be substantially equivalent to those established in Section 16 ½ -153 (b), Broward County Code. A contractor will be deemed ineligible for the domestic partnership preference if its benefits program discriminates against employees in violation of the Broward County Human Rights Act. Local Preference In accordance with Broward County Ordinance No , the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter-local agreement of reciprocity. Except where otherwise provided by federal or state law or other funding source restrictions, a local proposer whose submittal is within 5% of the highest total ranked proposer outside of the preference area will become the firm with whom the County will proceed with negotiations for a final contract. Local business means the vendor has a valid Local Business Tax Receipt (formerly known as occupational license) issued by the county within which the vendor conducts their business at least one year prior to bid or proposal opening, that authorizes the business to provide the goods, services or construction to be purchased and a physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address. Page 12 of 70

14 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Performance and Payment Guaranty Within seven (7) days after notification of award, the successful Proposer shall furnish a Performance and Payment Bond attached hereto as Attachment E. The Contractor is required at all times to have a valid Performance and Payment Guaranty in force covering the work being performed. The bond must be in the amount equal to the initial 1-year value of the contract guaranteeing the County the satisfactory performance of the work covered in such Contract as well as full payment of all suppliers, material men, laborers or subcontractors employed in the prosecution of the work. The Contractor agrees to keep such Guarantee(s) or a replacement thereof, in force at all time during the period of the contract, including all renewal periods. In lieu of the bond required by this section, contractor may furnish an alternate form of security which shall be in the form of cash, money order, certified check, cashier s check or irrevocable letter of credit of the form and containing all provisions of the Irrevocable Letter of Credit attached hereto as Attachment F. Such alternate forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable to the bond required by this section. A determination of the value of such alternative forms of security shall be made by the County. Qualifications of Surety The Performance and Payment Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five years. In addition to the above-minimum qualifications, the surety company must meet at least one of the following additional qualifications: The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section Section ). Further, the surety company shall provide the County with evidence satisfactory to the County, that such excess risk has been protected in an acceptable manner. The County will accept a surety bond from a company with a rating of A- or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the bidder or proposer with a surety company acceptable to the County, only if the bid amount does not increase. Page 13 of 70

15 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) The surety company shall have at least the following minimum ratings: Policyholder's Financial Amount of Bond Ratings Size Category 500,001 to 1,000,000 A- Class I 1,000,001 to 2,000,000 A- Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII For projects which do not exceed $500, the County shall accept a Performance and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid Certificate of Authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code. The County will accept a surety bond from a company with a rating of A- or better; provided, however, that if the surety company appears on the 'Watch List' that is published quarterly by 'Focus' of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the bidder or proposer with a surety company acceptable to the County only if the bid amount does not increase. Special Notice In accordance with OSHA Regulation 29 CFR (k) (2), bidders are notified of the presence of asbestos containing material and/or presumed asbestos containing material at some Broward County location. Security Requirements This solicitation includes sites which are designated as critical to security and public safety pursuant to Broward County Ordinance sections and , as may be amended. All Contractor and Sub-contractor personnel servicing these facilities will be required to have a County identification badge, which will be the responsibility of the Contractor to obtain. The badge must be visible and worn at all times. This will entail a comprehensive background check for the entire State of Florida, which can be conducted by the Florida Department of Law Enforcement (FDLE). The nominal cost of background checks is the Contractor s responsibility. Page 14 of 70

16 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) FDLE background checks can be done by the Contractor by phone at (850) or online at Upon completion of the background check and receipt of printout, the Contractor must present printout to Broward County Security at the Governmental Center, at 115 South Andrews Avenue Fort Lauderdale, FL 33301, for review when applying for a County identification card. Governmental Center Security phone number is (954) Requests for County Identification badges requiring FDLE background check requires lengthy processing, therefore Contractor must submit to Broward County Security at least two (2) weeks prior to Contractor employee starting service. When identification badges are ready, Broward County Security will contact the employer to come and pick up badge. Upon pickup, employee must present a valid Florida identification and must be accompanied by his or her supervisor. Security will then supply identification badges valid for up to one (1) year at Broward County facilities. The Contractor is responsible for the collection and return to Broward County of identification badges from former employees, employees removed from service on this contract and all employees at the termination of this contract. Additional background checks may be required at Contract inception, Renewal of contract, Change of personnel and annually thereafter. All Contractors personnel must wear distinctive and neat appearing uniforms with vendor s company name. Contractor s personnel must wear Broward County IDs. Subcontractor personnel must also have Broward County issued ID s and meet the same security requirements and uniform standards as the primary Contractor in all respects. Contractor s personnel will not be allowed on the job site without proper County ID s. SECURITY REQUIREMENTS: AIRPORT SECURITY PROGRAM AND AVIATION REGULATIONS: Contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Contractor, including without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Contractor agrees to comply with the County s Airport Security Program and the Air Operations Area (AOA) Vehicle Access Program, and amendments thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sublessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Contractor shall conduct background checks of its employees in accordance with applicable Federal Regulations. If as a result of the acts or omissions of Contractor, its sublessees, employees, invitees or guests, the County incurs any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County s Airport Security Program, then Contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys fees and all costs incurred by County in enforcing this provision. Contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any Page 15 of 70

17 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) other federal agency. In the event Contractor fails to remedy any such deficiency, the County may do so at the cost and expense of Contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency. A. Operation of Vehicles on the AOA: Before the Contractor shall permit any employee of Contractor or any subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the Contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida Driver s licenses. In addition, any motor vehicles and equipment of Contractor or of any subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department. B. Consent to Search/Inspection: The Contractor agrees that its vehicles, cargo, goods and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA. The Contractor further agrees on behalf of itself and its subcontractor that it shall not authorize any employee or other person to enter the AOA unless and until such employee or other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport. For this reason, Contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the Contractor or by any subcontractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the Contractor or by any subcontractors. C. The provisions hereof shall survive the expiration or any other termination of this Agreement. Price Adjustment Clause The Employment Cost Index (ECI), published by the U.S. Department of Labor's Bureau of Labor Statistics (BLS), is a quarterly measure of the change in the cost of labor, free from the influence of employment shifts among occupations and industries. For years three (3) through five (5), upon renewal of each year, 70% of contract prices (labor only) can be adjusted by the percentage change in the Employment Cost Index (ECI), Compensation, Civilian Workers, Not Seasonally Adjusted (December 2005 = 100) as published by the U.S. Department of Labor, Bureau of Labor Statistics, from September to September as calculated below. The price adjustment is limited to a maximum change of plus or minus three percent (3%), but not to exceed the percentage change that unrepresented Broward County Employees compensation may be revised. The percentage change in price adjustment shall not be more than the percentage change in the Employment Cost Index (ECI), Compensation, Civilian Workers, Not Seasonally Adjusted (December 2005 = 100) as published by the U.S. Department of Labor, Bureau of Labor Statistics; that occurred on the newest Employment Cost Index (ECI) publication available at time of request for the time periods as stated below. The percentage change may be applied to the old contract price to determine the new contract price. Page 16 of 70

18 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) To compute the percentage increase or decrease, divide the index number for the most recent period by the index number for the prior period. Multiply the percentage increase or decrease by the total labor cost to determine the adjusted labor cost. The calculation is: Year 3 - The increase or decrease to go into effect upon renewal will be the increase or decrease in the ECI series in the previous 12-month period, not to exceed three percent (3%), nor to exceed the percentage change that unrepresented Broward County Employees compensation may be revised. Year 4 - The increase or decrease to go into effect upon renewal will be the increase or decrease in the ECI series in the previous 12-month period, not to exceed three percent (3%), nor to exceed the percentage change that unrepresented Broward County Employees compensation may be revised. Year 5 - The increase or decrease to go into effect upon renewal will be the increase or decrease in the ECI series in the previous 12-month period, not to exceed three percent (3%), nor to exceed the percentage change that unrepresented Broward County Employees compensation may be revised. The Contractor shall make application for price adjustment(s) to the contract as described above. Application must be in writing addressed to the County Director of Purchasing, and received within ninety (90) days of the publication of the Employment Cost Index (ECI) for each series above. Written notification will be sent to the Contractor by the Director of Purchasing of the decision to accept or not accept the adjustment. In the event of non-acceptance of such revision, the contract will be deemed terminated as of the close of business the day prior to the effective date of change as stated in the Contractor's submission. The vendor is to notify the Director of Purchasing of any Price Decreases within ninety (90) days of the publication of the Employment Cost Index (ECI) for each series above. If the vendor does not notify, the Director of Purchasing may request a reduction in price from the vendor in writing prior to contract renewal or forty-five (45) days prior to the effective date of change. If the vendor does not agree to the decrease, the Director of Purchasing must be notified no later than thirty (30) days prior to the effective date of the change. If the vendor fails to notify the Director of Purchasing of non-acceptance within the time frame, it shall mean the vendor concurs with it and the new prices will take effect. In the event of non-acceptance by the vendor of such revision the contract will be deemed terminated as of the close of the business day prior to the proposed effective date of change. The Contractor will complete delivery and the County will receive delivery on any orders mailed to the Contractor prior to the termination date even if no increase is granted by the Director of Purchasing. Failure to complete delivery could cause the Contractor to be debarred from doing business with the County according to the Broward County Procurement Code Section , Authority to Debar or Suspend. Page 17 of 70

19 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) ***NOTICE TO PROPOSERS*** Proposers are invited to pay strict attention to the following requirements of this RFP. The information being requested in this section is going to be used by the Evaluation Committee during the selection/evaluation process and further consideration for contract award. Please be aware that proposers have a continuing obligation to provide the County with any material changes to the information being requested in this RFP. A. Definition of a Responsive Bidder: In accordance with Broward County Procurement Code Section 21.8.b.66, a Responsive Bidder means a person who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the bid documents to be submitted at the time of bid opening. Responsiveness Criteria Failure to provide the information required below, at the time of submittal opening may result in a recommendation of non-responsive by the Director of Purchasing. The Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section f.1(c) of the Broward County Procurement Code. 1. Office of Economic and Small Business Development Program (See Office of Economic and Small Business Development Program requirements below). Office of Economic and Small Business Development Program Requirements The Broward County Business Opportunity Act of 2004 and the County Business Enterprise (CBE) Act of 2009 establish the County s policies for participation by small business enterprises, county business enterprises, and federal disadvantaged business enterprises in all County contracts and in other selected activities. In accordance with the Acts, participation for this contract is as follows: Business Enterprise Category % of Participation Goal County Business Enterprise (CBE) 30% Overall Goal 30% The County uses the interested firm s submittal to this section of the RFP to determine the firm s responsiveness. The County only considers responsive submittals for short-listing. To be considered responsive requires the following actions. Page 18 of 70

20 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Submit the forms and documentation detailed below and attached to this RFP. Copies of each form are available on the Internet at: If the firm does not have access to the Internet, contact the Project Manager to receive copies by mail or fax. To be considered responsive requires the following action. Content Form Schedule of Participation Letters of Intent Unavailability Report List each of the proposed Broward County-certified subcontractors or subconsultants, the type of work each firm will perform, and the projected subcontract dollar amount and/or percentage of professional fees to be awarded, if selected. For each participating firm, indicate the agreed subcontract amount executed with the responding firm s signature and countersigned by the proposed subcontractor or subconsultant listed on the Schedule of Participation form. For any instances where the specific goals were not achieved, list the subcontractors or subconsultants formally contacted and the reason unavailable to perform or whose bid was not considered. If the Responder is unable to engage sufficient firms to achieve the participation goals established for this RFP, the responder can demonstrate through accompanying documentation that it made a good-faith effort to meet the goal. The County will evaluate the weight of the evidence to determine if the Responder s effort was made in good faith. A proforma submittal will be considered non-responsive. Evidence of good-faith effort on the part of the Responder should minimally include successful completion and submission of the following requirements: Timely advertisement in minority/women-owned general circulation media, trade association publications, and minority-focus media, newspapers and articles; Efforts to assist the designated category of business enterprise subcontractors or subconsultants in obtaining bonding or insurance required by the RFP or the County and the extent of these efforts; Written solicitation (work specific) to the designated business enterprise firms; and Documentation of all outreach activities relating to solicitation to designated business enterprise firms. For additional guidance on what information or documentation is deemed acceptable for satisfying the good faith efforts requirements, please contact Office of Economic and Small Business Development at Financial Information - Although the review of a vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements as stated in the Evaluation Criteria and Public Record and Exemptions sections may result in a recommendation of non-responsive by the Director of Purchasing. Page 19 of 70

21 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Litigation History - Although the review of a vendor's litigation history is an issue of responsibility, the failure to provide litigation history as required in the Evaluation Criteria may result in a recommendation of non-responsive by the Director of Purchasing. B. Definition of Responsible Bidder: In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsible Bidder or Offeror means an offeror who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance. Responsibility Criteria The Evaluation Committee will recommend to the awarding authority a determination of a firm s responsibility. At any time prior to award, the awarding authority may find that an offeror is not responsible to receive a particular award. The following criteria shall be evaluated in making a determination of responsibility: 1. Financial Information 2. Litigation History Additionally, the awarding authority may consider the following factors, without limitation: debarment or removal from the authorized vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the offeror has breached or failed to perform a contract, claims history of the offeror, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of an offeror. Right of Appeal Pursuant to Section of the Broward County Procurement Code, any vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Evaluation Committee's determination of responsiveness may appeal the determination pursuant to Section of the Code. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Evaluation Committee to be deemed timely. As required by Section , the appeal must be accompanied by an appeal bond by a person having standing to protest and must comply with all other requirements of this section. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal. Projected Schedule: RFP Advertised Date: TBD, 2011 Pre-submittal Conference: TBD, 2011 RFP Open Date: TBD, 2011 Initial Evaluation Meeting: TBD, 2011 Final Evaluation Meeting: TBD, 2011 Page 20 of 70

22 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Evaluation Criteria With regard to the Evaluation criteria, each firm has a continuing obligation to provide the County with any material changes to the information requested. The County reserves the right to obtain additional information from interested firms. Evaluation Criteria Project-Specific Criteria 1) List Key Management Members of proposed maintenance team, including supervisor(s); and primary project managers for each location listed on the price sheets, describe their relevant experience and the role they will play in the project, which may include the following: a) Project Superintendent b) Site supervisors c) Full time service crews Provide answers below. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 2) Provide a brief resume of support employees who will furnish professional and/or technical support services on this contract. This should include, but not be limited to the following: a) Their functions in the company b) Their title and number of years of service with the company c) Their years of experience in the maintenance of comparably complex facilities and systems 3) Offer evidence of providing required training for supervisors and cleaning workers in safety and basic and green building cleaning procedures required to perform work for this contract. Page 21 of 70

23 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) ) Provide basic information for proposing company: a) Number of years firm has maintained an office b) Total number of current employees c) Average seniority of current employees d) Total number supervisory employees e) Total number of janitorial workers Facilities Served, Work Experience, by Proposing Company Comparison 5) Identify facilities by which the proposing firm has had similar experience during last 5 years comparable to the Fort Lauderdale/Hollywood International Airport with similar sized buildings: 990,442 sq ft Terminals 93,920 sq ft Cypress Car Rental Center 261,570 sq ft Garages 80,036 sq ft Administration Page 22 of 70 a) Number of buildings comparable to this facility that proposing firm has provided comparable services to on a regular basis (at least a 12 consecutive month period) b) Specifically identify up to three individual buildings similar to those listed above, along with requested detail information for the facility For each specific facility identified provide the following information: Name and location of facility Facility reference (contact ) Size of facility area cleaned (square feet) Number of stories (height of building) Total number of workers/supervisors assigned to cleaning crew Include project (contract) number and whether performed by proposing firm as either prime or sub-contractor. If serving as a sub-contractor for the facility state the percentage of the facility (contract) that your firm was responsible for. Annual dollar value of contract

24 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Facilities Served, Work Experience, by Proposing Company Comparison 6) Green Cleaning experience - describe experience on projects of similar nature, scope, and duration along with evidence of satisfactory completion that required adhering to green building maintenance standards during the past five (5) years. Firm s Approach 7) List all individual members of your team that have provided janitorial service to comparable governmental facilities. Firm s Approach 8) Describe how proposing firm will manage the project; include the following points in your explanation: a) Describe how you will maintain public areas, specifically providing high quality floor surfaces. b) Describe how you will organize basic janitorial service for facilities while coordinating with periodic project and annual work tasks. c) Describe crew organization to perform basic and project work. d) Describe and present an example of your reporting system used to compare actual performance to your schedule for regular service. Firm s Approach 9) Describe your capabilities to respond to emergency or disaster situations including supply of specialized equipment required for de watering or moisture removal tasks or other special cleaning services. Page 23 of 70

25 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Firm s Approach 10) Describe your quality control program including: a) Start-up orientation program to bring facilities into compliance with quality standards. b) Inspection procedures including any technical aids used to monitor performance standards. c) Equipment maintained in quality working condition. Evaluation Criteria Company Profile 11) Supply legal firm name, headquarters address, local office addresses, state of incorporation, and key firm contact names with their phone numbers and addresses. Provide answers below. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 12) Supply the interested firm s federal ID number and Dun and Bradstreet number. 13) Is the interested firm legally authorized, pursuant to the requirements of the Florida Statutes, to do business in the State of Florida? 14) All firms are required to provide Broward County the firm's financial statements at the time of submittal in order to demonstrate the firm's financial capabilities. Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is nonresponsive. Each firm shall submit its most recent two (2) years of financial statements for review. The financial statements are not required to be audited financial statements. With respect to the number of years of financial statements required by this RFP, the Page 24 of 70

26 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) firm must fully disclose the information for all years available; provided, however, that if the firm has been in business for less than the required number of years, then the firm must disclose for all years of the required period that the firm has been in business, including any partial year-to-date financial statements. The County may consider the unavailability of the most recent year s financial statements and whether the firm acted in good faith in disclosing the financial documents in its evaluation. Any claim of confidentiality on financial statements should be asserted at the time of submittal. The financial statements should be submitted in a separate bound document labeled "Name of Firm, Attachment to Proposal Package, RFP# - Confidential Matter". The firm must identify the specific statute that authorizes the exemption from the Public Records Law. Please note that the financial statement exemption provided for in Section (1) c, Florida Statutes only applies to submittals in response to a solicitation for a "public works" project. Failure to provide this information at the time of submittal may result in a recommendation by the Director of Purchasing that the response is non-responsive. 15) List and describe all bankruptcy petitions (voluntary or involuntary) and liens which have been filed by or against the interested firm, its parent or subsidiaries, predecessor organization(s), or any wholly-owned subsidiary during the past three (3) years. Include in the description the disposition of each such bankruptcy petition and lien. 16) List all business related claims, arbitrations, administrative hearings, and lawsuits that are pending or were filed during the last three (3) years brought by or against the firm, its predecessor organization(s), or any whollyowned subsidiary including but not limited to those claims, arbitrations, administrative hearings and lawsuits that allege negligence, error, or omission, or default, termination, Page 25 of 70

27 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) suspension, failure to perform, or improper performance of an obligation of a contract or a legal duty related to a contract. The list should include all case names; case, arbitration, or hearing identification numbers; identification of the project involved in the dispute; a description of the subject matter of the dispute; and the final outcome or current status if the matter has not become final. 17) List and describe all criminal proceedings or hearings concerning business related offenses in which the interested firm, its principals, officers, predecessor organization(s), or wholly owned subsidiaries were defendants. 18) Has the interested firm, its principals, officers, or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details. 19) Has your company ever failed to complete any work awarded to you? If so, where and why? 20) Has your company ever been terminated from a contract? If so, where and why? 21) Insurance Requirements: Attached are the sample Certificates of Insurance Attachment F. These reflect the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal but it is necessary to submit certificates indicating that the firm currently carries the insurance or to submit a letter from the carrier indicating upgrade availability. Page 26 of 70

28 Broward County Purchasing Division Evaluation Criteria Legal Requirements 22) Standard Agreement Language: Identify any standard terms and conditions with which the interested firm cannot agree. The standard terms and conditions for the resulting contract can be located at: f101.pdf If you do not have computer access to the internet, call the Project Manager for this RFP to arrange for mailing, pick up, or facsimile transmission. 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Provide answers below. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. 23) Cone of Silence: This County s ordinance prohibits certain communications among vendors, county staff, and Evaluation Committee members. Identify any violations of this ordinance by any members of the responding firm or its joint venturers. The firm(s) submitting is expected to sign and notarize the Cone of Silence Certification included in this solicitation. 24) Public Entity Crimes Statement: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit an offer to perform work as a consultant or contract with a public entity, and may not transact business with Broward County for a period of 36 months from the date of being placed on the convicted vendor list. Submit a statement fully describing any violations of this statute by members of the interested firm or its joint venturers. 25) No Contingency Fees: By responding to this solicitation, each firm warrants that it has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. For Breach or violation of this provision, County shall have the right to reject the firm s response or terminate any Page 27 of 70

29 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) agreement awarded without liability at its discretion, or to deduct from the agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. Submit an attesting statement warranting that the Responder has not and will not pay a contingency fee to any company or person, other than a bona fide employee working solely for the firm, to secure an agreement pursuant to this solicitation. 26) If this box is checked, then the provisions of the Broward County Living Wage Ordinance , as amended, ( Living Wage Ordinance ) will apply to this agreement, Attachment A. In accordance with the living wage ordinance, certain employers who do business with the county shall pay a living wage to its employees who work on service contracts providing covered services identified under the living wage ordinance. 27) Non-Collusion Statement: By responding to this solicitation, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose on the attached Non-Collusion Statement Form to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section (1) (c), Florida Statutes (1989), who is an officer or director of, or had a material interest in, the vendor s business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. Page 28 of 70

30 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Preferences Provide answers below. When an entire response cannot be entered, a summary, followed with a page number reference where a complete response can be found is acceptable. LOCATION in BROWARD COUNTY 1. Is your firm located in Broward County? 2. Does your firm have a valid current Broward County Local Business Tax Receipt? 3. Has your firm (a) been in existence for at least one year prior to the proposal opening (b) providing services on a day to day basis (c) at a business address physically located within the limits of Broward County (d) in an area zoned for such business and (e) the services provided from this location are substantial component of the services offered in the firm's proposal? If so, please provide the interested firm's business address in Broward County, telephone number(s), address, evidence of the Broward County Local Business Tax Receipt and complete the attached Local Vendor Certification Form. Failure to provide a valid Broward County Local Business Tax Receipt and a notarized Certification Form in your proposal, if applicable, shall prevent your firm from receiving any preference(s) allowed under Broward County's Local Preference Ordinance. DOMESTIC PARTNER BENEFIT 1. Do you have a domestic partnership benefit program? 2. If so, please provide a copy of your domestic partnership benefit program in your proposal and complete the attached Domestic Partnership Benefit Certification Form. 3. Does your domestic partnership benefit program provide benefits which are the same or substantially equivalent to those benefits offered to other employees in compliance with the Broward County Domestic Partnership Act of 1999, Broward County Ordinance # , as amended? 4. If so, please complete the attached Domestic Page 29 of 70

31 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Partnership Benefit Certification Form. Failure to provide a notarized Certification Form in your proposal indicating that the company provides domestic partnership benefits which are the same or substantially equivalent to the requirements of the Broward County Domestic Partnership Act of 1999, Broward County Ordinance # , as amended, shall prevent your firm from receiving any preference(s) allowed under the Act if applicable to this solicitation. DRUG FREE WORKPLACE 1. Do you have a drug free workplace policy? 2. If so, please provide a copy of your drug free workplace policy in your proposal. 3. Does your drug free workplace policy comply with Section of the Florida Statutes? 4. If your drug free workplace policy complies with Section of the Florida Statutes, please complete the attached Drug Free Workplace Policy Certification Form (Tiebreaker Criteria Form 3). 5. If your drug free workplace policy does not comply with Section of the Florida Statutes, does it comply with the drug free workplace requirements pursuant to Section a.2 of the Broward County Procurement Code? 6. If so, please complete the attached Drug Free Workplace Policy Certification Form. 7. If your drug free workplace policy does not comply with Section a.2 of the Broward County Procurement Code, are you willing to comply with the requirements Section a.2 of the Broward County Procurement Code? 8. If so, please complete the attached Drug Free Workplace Policy Certification Form. Failure to provide a notarized Certification Form in your proposal indicating your compliance or willingness to comply with Broward County's Drug Free Workplace requirements as stated in Section a.2 of the Broward County Procurement Code may result in your firm being ineligible to be awarded a contract pursuant to Broward County's Drug Free Workplace Ordinance and Procurement Code. Page 30 of 70

32 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Vendor s List (Non-Certified Subcontractors and Suppliers Information) THIS FORM SHOULD BE SUBMITTED WITH THE RFP/RFP; HOWEVER, IT MUST BE SUBMITTED WITHIN 5 CALENDAR DAYS OF COUNTY S REQUEST. Provide this information for any sub vendor(s) who will provide a service to the County for this solicitation. This includes major suppliers as well. 1. Firm s Name: 2. Firm s Address: 3. Firm s Telephone Number: Firm Address: 4. Contact Name and Position: 5. Alternate Contact Name and Position: 6. Alternate Contact Telephone Number: Address: 7. Bid/Proposal Number: Contracted Amount: 8. Type of Work/Supplies Bid: Award Date: 1. Firm s Name: 2. Firm s Address: 3. Firm s Telephone Number: Firm Address: 4. Contact Name and Position: 5. Alternate Contact Name and Position: 6. Alternate Contact Telephone Number: Address: 7. Bid/Proposal Number: Contracted Amount: 8. Type of Work/Supplies Bid: Award Date: I certify that the information submitted in this report is in fact true and correct to the best of my knowledge Signature Title Date Note: the information provided herein is subject to verification by the Purchasing Division. Use additional sheets for more subcontractors or suppliers as necessary. Page 31 of 70

33 THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT: Local Vendor Certification 1. THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND HAS A VALID BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION AND 2. THE VENDOR IS A LOCAL VENDOR IN BROWARD COUNTY AND: AND/OR (a) Has been in existence for at least six (6) months prior to the proposal opening; (b) Provides services on a day to day basis at a business address physically located within the limits of Broward County and in an area zoned for such business; and (c) The services provided from this location are a substantial component of the services offered in the vendor's proposal. 3. THE VENDOR IS A LOCAL VENDOR IN BROWARD OR MIAMI-DADE COUNTY AND HAS A VALID CORRESPONDING COUNTY LOCAL BUSINESS TAX RECEIPT WHICH IS ATTACHED TO THIS CERTIFICATION AND: (a) Has been in existence for at least ONE YEAR prior to the proposal opening; (b) Provides services on a day to day basis at a business address physically located within the limits of Broward County and in an area zoned for such business; and (c) The services provided from this location are a substantial component of the services offered in the vendor's proposal. (VENDOR SIGNATURE) STATE OF (PRINT VENDOR NAME) COUNTY OF The foregoing instrument was acknowledged before me this day of, 20, by as of (Name of person who's signature is being notarized) (Title) known to me to be the person described herein, or who produced (Name of Corporation/Company) NOTARY PUBLIC: as identification, and who did/did not take an oath. (Type of Identification) (Signature) (Print Name) My commission expires: Page 32 of 70

34 THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT: Domestic Partnership Benefit Certification 1. THE VENDOR HAS A DOMESTIC PARTNERSHIP PROGRAM AND THE DOMESTIC PARTNERSHIP BENEFITS ARE AS IDENTIFIED IN THE COMPANY POLICY ATTACHED TO THIS CERTIFICATION. AND/OR 2. THE VENDOR HAS A DOMESTIC PARTNERSHIP PROGRAM THAT IS IN COMPLIANCE WITH THE BROWARD COUNTY DOMESTIC PARTNERSHIP ACT OF 1999, BROWARD COUNTY ORDINANCE # , AS AMENDED, AND OUTLINED AS FOLLOWS: A. VENDOR'S EMPLOYEE BENEFITS PROGRAM INCLUDES THE FOLLOWING MINIMUM STANDARDS: 1. Any vendor's employee who is a party to a domestic partnership relationship is entitled to elect insurance coverage for his or her domestic partner or a dependent of such domestic partner on the same basis in which any other vendor's employee may elect insurance coverage for his or her spouse or dependents. A vendor's employee's right to elect insurance coverage for his or her domestic partner, or the partner's dependent, extends to all forms of insurance provided by the vendor to the spouses and dependents of vendor's employees. 2. Any vendor's employee who is a party to a domestic partnership relationship is entitled to use all forms of leave provided by the vendor including, but not limited to sick leave and annual leave to care for his or her domestic partner or the dependent of the domestic partner as applicable. 3. All other benefits available to the spouses and dependents of vendor's employees are made available on the same basis to the domestic partner, or dependent of such domestic partner, of a vendor's employee who is party to a domestic partnership relationship. 4. It is within the vendor's discretion as to what benefits are provided to its employees and whether vendor's employees who are party to a domestic partnership relationship must be registered in accordance with Broward County Ordinance No , as amended, in order to be eligible for access to employee benefits. B. VENDOR'S DOMESTIC PARTNERSHIP EILIGIBILITY CRITERIA ARE SUBSTANTIALLY EQUIVALENT TO THE FOLLOWING: 1. Each domestic partner is at least 18 years old and competent to contract. 2. Neither domestic partner is married nor a partner to another domestic partnership relationship. 3. The domestic partners are not related by blood. 4. Consent of either domestic partner to the domestic partnership relationship has not been obtained by force, duress, or fraud. 5. Each domestic partner agrees to be jointly responsible for each other's basic food and shelter. (VENDOR SIGNATURE) STATE OF (PRINT VENDOR NAME) COUNTY OF NOTARY PUBLIC: The foregoing instrument was acknowledged before me this day of, 20, by as of (Name of person who's signature is being notarized) (Title) known to me to be the person described herein, or who produced (Name of Corporation/Company) as identification, and who did/did not take an oath. (Type of Identification) (Signature) (Print Name) My commission expires: Page 33 of 70

35 THE UNDERSIGNED VENDOR HEREBY CERTIFIES THAT: Drug Free Workplace Policy Certification 1. THE VENDOR HAS A DRUG FREE WORKPLACE POLICY AS IDENTIFIED IN THE COMPANY POLICY ATTACHED TO THIS CERTIFICATION. AND/OR 2. THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH SECTION OF THE FLORIDA STATUTES. AND/OR 3. THE VENDOR HAS A DRUG FREE WORKPLACE POLICY THAT IS IN COMPLIANCE WITH THE BROWARD COUNTY DRUG FREE WORKPLACE ORDINANCE # , AS AMENDED, AND OUTLINED AS FOLLOWS: (a) (b) (c) (d) (e) (f) (g) 4. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The offeror's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (a); Notifying all employees, in writing, of the statement required by subparagraph (a), that as a condition of employment on a covered contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five (5) days after such conviction. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (d) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; Within 30 calendar days after receiving notice under subparagraph (d) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) 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; Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (a) through (f). OR THE VENDOR DOES NOT CURRENTLY HAVE A DRUG FREE WORKPLACE POLICY BUT IS WILLING TO COMPLY WITH THE REQUIREMENTS AS SPECIFIED IN NO. 3 (VENDOR SIGNATURE) STATE OF (PRINT VENDOR NAME) COUNTY OF The foregoing instrument was acknowledged before me this day of, 20, by as of (Name of person who's signature is being notarized) (Title) known to me to be the person described herein, or who produced (Name of Corporation/Company) as identification, and who did/did not take an oath. (Type of Identification) NOTARY PUBLIC: (Signature) (Print Name) My commission expires: Page 34 of 70

36 Non-Collusion Statement Form By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section (1) (c), Fla. Stat. (1989), who is an officer or director of, or has a material interest in, the vendor s business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. NAME RELATIONSHIP (Vendor Signature) (Print Vendor Name) In the event the vendor does not indicate any names, the County shall interpret this to mean that the vendor has indicated that no such relationships exist. Page 35 of 70

37 The undersigned vendor hereby certifies that: CONE OF SILENCE CERTIFICATION 1. the vendor has read Broward County's Cone of Silence Ordinance, Section 1-266, Article xiii, Chapter 1 as revised of the Broward County Code; and 2. the vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Evaluation Committee (for Requests for Proposals - RFPs) or Selection Committee (for Request for Letters of Interest - RLIs) for communication regarding this RFP/RLI with the County Administrator, Deputy and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting. 3. the vendor agrees to comply with the requirements of the Cone of Silence Ordinance. (Vendor Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of, 20, by as of (Name of person who's signature is being notarized) (Title) known to me to be the person described herein, or who produced (Name of Corporation/Company) as identification, and who did/did not take an oath. (Type of Identification) NOTARY PUBLIC: (Signature) (Print Name) My commission expires: Page 36 of 70

38 ATTACHMENT A REQUEST FOR PROPOSALS (RFP) SUPPLEMENTAL SPECIAL INSTRUCTIONS TO PROPOSERS LIVING WAGE ORDINANCE The following is a summary of requirements contained within Broward County Ordinance , as amended ( Living Wage Ordinance ). This summary is not all-inclusive of the requirements of the Living Wage Ordinance. If there is any conflict between the following summary and the language in the Living Wage Ordinance, the language in the Living Wage Ordinance shall prevail. These terms may supplement the specific requirements of the Living Wage Ordinance in order to effectuate its intent. For further information about Proposer s obligations under the Living Wage Ordinance, an electronic version of the full Living Wage Ordinance may be obtained from the Purchasing Division s website at by clicking on Living Wage Information or by going to The Proposer, under the terms of a contract awarded subject to the Living Wage Ordinance must comply with the following requirements. By submitting a proposal pursuant to these procurement specifications, a Proposer is hereby agreeing to comply with the provisions of the Living Wage Ordinance and acknowledges awareness of the penalties for non-compliance. I. LIVING WAGE REQUIREMENT: A. All covered employees, including those of the Proposer s subcontractors, providing services pursuant to the Proposer s contract, shall be paid wage rates in accordance with the Living Wage Ordinance, as adjusted. The Proposer and covered subcontractors, hereinafter referred to as covered employer may comply with this living wage provision by choosing to pay no less than the lower specified hourly wage rate when said employer also provides health benefits to its covered employees. Proof of the provision of health care benefits must be submitted to the County to qualify for the living wage rate for employees with health care benefits. To comply with this requirement, the notarized compliance affidavit, Living Wage Ordinance Compliance Affidavit, Exhibit 1 of this proposal attachment, should be returned with the proposal but must be received prior to award. B. Covered employees shall be paid not less than bi-weekly and without subsequent deduction or rebate. The covered employer shall pay living wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. C. The covered employer must post in a prominent place at the site of the work and where paychecks are distributed, a notice (Living Wage rates poster) specifying the wages/benefits to be paid under the Living Wage Ordinance. This poster will be made available by the County. Proposers shall provide a copy of the requirements of the Living Wage Ordinance to any subcontractor submitting a proposal for a subcontract under this contract, prior to their submitting a proposal to the Proposer. D. The covered employer shall provide the three-language statement to each covered employee with the employee s first paycheck and every six (6) months thereafter in the manner set forth by the Living Wage Ordinance. Page 37 of 70

39 ATTACHMENT A (cont.) REQUEST FOR PROPOSALS (RFP) SUPPLEMENTAL SPECIAL INSTRUCTIONS TO PROPOSERS LIVING WAGE ORDINANCE II. LIVING WAGE - INDEXING: The living wage rate and the health benefits payment shall be annually indexed to inflation consistent with indexing methodology set forth in the Living Wage Ordinance. The living wage rates will be published by the County on an annual basis. III. SANCTIONS FOR UNPAID WAGES: In the event of any underpayment of required wage rates by the covered employer, civil and/or administrative penalties may be assessed to include sanctioning a service contractor by requiring the service contractor to pay wage restitution to the affected employee or subcontractor or by other means of sanctioning in accordance with the Living Wage Ordinance. IV. PAYROLL; BASIC RECORDS; REPORTING: A. Each covered employer shall maintain payroll records for all covered employees and basic records relating thereto and shall preserve them for a period of three (3) years beyond the termination or expiration of this contract. The covered employer shall make the covered employees payroll records required available for inspection, copying or transcription by authorized representatives of the County for a period of three years from the termination date of any County Service Contract, and shall permit such representative to interview employees during working hours. Failure to submit the required reports upon request or to make records available may be grounds for termination of the contract. The service contractor is responsible for the submission of the information required by the Living Wage Ordinance and for the maintenance of records and provision of access to same by all covered subcontractors. B. The covered employer shall submit the payroll information required every six months, to the applicable agency s Contract Administrator, including a copy of the complete payroll for one payroll period showing employer s payroll records for each covered employee working on the contract for covered services. C. Exemption: The covered employer may request and obtain an exemption from the requirement to report and file payroll records every six (6) months from the Director of Purchasing under the conditions set forth in the Application for Exemption, Exhibit 2 of this proposal attachment. V. SUBCONTRACTS: Covered employees of Proposer s subcontractors, providing covered services pursuant to the Proposer s contract, shall be paid wage rates, as adjusted, in accordance with the Living Wage Ordinance. The Proposer shall insert in any subcontracts the applicable clauses as required by the Living Wage Ordinance and also a clause requiring the sub-contractors to include these clauses in all other subcontracts. The Proposer shall be responsible for compliance by any subcontractor with the Living Wage Ordinance as it applies to their subcontract. VI. COMPLAINTS AND HEARINGS; TERMINATION AND DEBARMENT: If a covered employee believes that he or she is not being paid in accordance with the Living Wage Ordinance the employee may file a complaint with the Professional Standards Section of the Internal Investigations and Oversight Division in accordance with the County s Living Wage Complaint Procedures. Complaints will be investigated, determinations issued, and hearings afforded to the effected parties in accordance with the County s Living Wage Complaint Procedures. Covered employers found to have violated the Living Wage Ordinance may suffer any or all sanctions provided for in the Living Wage Ordinance, including wage restitution, damages, termination or suspension of payment under the contract, termination of the contract, and debarment. The Living Wage Ordinance also provides employees with a private right of action in court. Page 38 of 70

40 ATTACHMENT A (cont.) BROWARD COUNTY Living Wage Ordinance Compliance Affidavit, Exhibit 1 (This certification must be provided prior to award of the contract) Covered Employer: Address: Phone Number: Bid/Contract Number: Contract Amount: Local Contact: Address: Phone Number: Department Served: Brief Description of Service Provided: Please check one: By signing below I hereby certify that the covered employees listed below: A. Receive a minimum pay of $ per hour and are provided health benefits valued at $ per hour. B. Receive a minimum pay of $ per hour and are not provided health benefits. Provide names of employees and job classifications providing covered services for the above referenced contract: Name Job Class A or B Name Job Class A or B (Attach additional sheets in the format above, if needed) I,, of hereby attest that (Name) (Title) (Company) (1) I have the authority to sign this notarized compliance affidavit, (2) the following information is true, complete and correct and (3) the Company certifies that it shall: Pay all employees working on this contract/project, who are covered by the Broward County Living Wage Ordinance, as amended, in accordance with wage rates and provisions of the Living Wage Ordinance; Provide the applicable living wage statement regarding wage rates with the employee's first paycheck or direct deposit receipt as required by the Living Wage Ordinance, as amended; and (IF APPLICABLE) If health care benefits are provided under "A" above, the health care benefit meets the standard health benefit plan as described in Section (12)(b)(4), Florida Statutes, as amended. As a principle officer of the covered employer, the undersigned affirms that the referenced Florida Statute has been reviewed and the covered employer s health plan meets all the elements required by the statute, as amended. Signature Title SWORN TO AND SUBSCRIBED BEFORE ME this day of 20 STATE OF COUNTY OF Notary Public My commission expires: (Print, type or stamp commissioned name of Notary Public) Personally Known or Produced Identification Type of Identification Produced: Page 39 of 70

41 ATTACHMENT A (cont.) (LIVING WAGE CONTINUED) EXHIBIT 2 APPLICATION FOR EXEMPTION FROM LIVING WAGE ORDINANCE REPORTING REQUIREMENTS In accordance with Broward County Ordinance No , as amended, Living Wage Ordinance (LWO), all covered employers are subject to the LWO requirement for payroll reporting unless an exemption applies and has been granted. Covered employers may submit this affidavit with their proposal or proposal to apply for an exemption from these reporting requirements. Exemptions based on the categories listed below may be granted by the Director of Purchasing prior to contract award; however, an exemption may be canceled at any time by written notice to the covered employer. To request an exemption, the covered employer must submit their exemption application prior to award. SECTION 1: COVERED EMPLOYER INFORMATION (SERVICE CONTRACTOR) Company Name: Contact Person: Company Address: City: State: Zip: Phone: SECTION 2: USING AGENCY AND CONTRACT INFORMATION Using Agency: Proposal/Contract #: Contract Title: Name of Agency Contact: Agency Contact Phone: Proposal/Contract Amount: $ Start Date: End Date: Purpose/Service Provided: SECTION 3: EXEMPTION BASIS (Check one of the options below and submit supporting documentation as requested.) (LWO (e)(1); Wage History: Covered employer demonstrates to the satisfaction of the Director of Purchasing that its covered employees have been continuously paid the applicable living wage rates or higher wages for at least one (1) year prior to entering into the service contract. Required documentation: Provide or attach prior payroll records or pay scale records (by job classifications) confirming this basis for exemption. (LWO (e)(2): Contractual: Covered employer demonstrates to the satisfaction of the Director of Purchasing that the amounts paid to its covered employees are required by law or are required pursuant to a contractual obligation, such as a Collective Bargaining Agreement (CBA), union scale, etc. Required documentation: A copy of the CBA or other contractual agreement must be submitted with this application with the controlling language clearly marked, or a letter from the union stating that the union has agreed to allow the CBA to supersede the LWO or other recognized company pay schedule as the basis for compensation provided that it exceeds the LWO wage rate amounts. SECTION 4: CERTIFICATION AND NOTARIZED COMPLIANCE AFFIDAVIT I,, of hereby attest that (Name) (Title) (Company) (1) I have the authority to sign this notarized compliance affidavit, (2) the following information is true, complete and correct and (3) the Company certifies that its wages paid to employees providing covered services under this contract/project are at least equal to or greater than the living wage per the exemption basis selected above and in accordance with wage rates and provisions of the Living Wage Ordinance, as amended. Signature SWORN TO AND SUBSCRIBED BEFORE ME this day of 200 STATE OF COUNTY OF Notary Public My commission expires: (Print, type or stamp commissioned name of Notary Public) Personally Known or Produced Identification Type of Identification Produced: Page 40 of 70

42 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 1. SCOPE: SPECIFICATIONS AND REQUIREMENTS 1.1 The Contractor shall furnish all supervision, labor, materials, tools and equipment to provide a comprehensive cleaning program for Fort Lauderdale/Hollywood International Airport (FLL). 1.2 Vendor is required to perform an initial cleaning to bring the location into contract compliance in accordance with the specifications. This cleaning must be performed within 30 days of start of service and satisfactory completion must be approved by the Contract Administrator. 1.3 The vendor is responsible for supplying all equipment and supplies indicated or required to complete specifications in this RFP. This includes, but is not limited to paper towels, toilet tissue, trash can liners, liquid soap, disinfectants and any cleaning solvents or waxes required to perform as per the specifications. 2. QUALITY CONTROL: The Contractor shall establish a quality control program to assure the requirements of the contract are provided as specified. The Contractor s basic quality control program should be PROVIDED TO the Contract Administrator when requested. An updated copy must be provided to the Contract Administrator as changes occur. The program should include, but not be limited to the following: 2.1 A method of identifying deficiencies in the quality of services performed before the level of performance is unacceptable. 2.2 An inspection system covering all the services required in this document. 2.3 Vendor must maintain a working address at all times during the contract period. The Contract Administrator will generally communicate daily work requests or daily deficiency reports to the Contractor via COUNTY RESPONSIBILITIES: 3.1 The County will make reasonable effort to coordinate the operations and activities of the facilities to minimize, to the extent practical, interference with performance by the contractor. 3.2 The County will provide water and electric necessary to perform services required for this contract at no cost to the Contractor. 3.3 The County will provide the Contractor a reasonable amount of storage space needed to store supplies and equipment used to fulfill the requirements of this contract. Contractor agrees to keep these areas neat and clean at all times. The Contractor will be responsible and take all risk of loss, damage or theft of any supplies and equipment stored at each location. 4. VENDOR RESPONSIBILITIES: 4.1 Provide competent supervision. The Contractor shall be responsible for the quality of work of their employees and subcontractors. Page 41 of The Contractor shall be responsible for the supervision and direction of the work performed by their employees and subcontractors and shall, at all times, provide a full time supervisor on the premises to carry out this responsibility.

43 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT The Contractor shall provide trained and qualified supervisors capable of providing the necessary supervision to satisfy the contract. Each supervisor shall be capable of verbal and written communication in the English language and shall be capable to effectively communicate with the service workers The Supervisor shall have the authority to act as agent for the Contractor in their absence. The Supervisor must be familiar with the requirements of this contract and be able to make sure all contracts specifications are met Supervisor shall conduct a daily inspection and evaluation of all assigned areas of work, note all discrepancies, assure they are corrected, and monitor service workers to ensure they are performing assigned tasks The Contractor shall at all times enforce strict discipline and good order among their employees. No children, friends, or relatives, or a person not employed and assigned to work site, are allowed on the premises. Unauthorized use of County property or a County employee s property is prohibited. 4.2 Provide competent workers. Vendor agrees to utilize only experienced, responsible people in the performance of work Contractor and subcontractors will only use full time employees paid the Broward County Living Wage or above Contractor shall not use employees of any temporary employment agency. Only actual employees of the Contractor or authorized subcontractors are to be used without prior approval from the County In addition, authorized subcontractors may be used for certain specialized tasks such as window washing, floor work, pressure cleaning etc. Proposers should submit a list of any sub-contractors prior to award, for approval of the Contract Administrator. 4.3 All Contractor s personnel must wear distinctive and neat appearing uniforms with vendor s company name. Contractor s personnel must wear photo IDs. Sub-contractor personnel must have photo ID s and meet the same security requirements and uniform standards as the primary contractor in all respects. Contractor s personnel will not be allowed on the job site without photo ID s! 4.4 Additional security procedures may be required including background and/or criminal investigations and compliance with immigration and naturalization regulations. Any additional security measures required by the County, in addition to uniforms and ID badges, will be the responsibility of the Contractor. 4.5 All employees of the Contractor shall be considered to be, at all times, the sole employees of the Contractor, under their sole direction and not an employee or agent of Broward County. Broward County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on County property is not in the best interest of the County. Appropriate procedures must be followed to remove an employee at the request of the County. Removal must be coordinated with Contract Administrator, not arbitrarily instituted by any County employee. 5. EMPLOYEE SAFETY TRAINING: 5.1 The Contractor, at their own expense, shall provide each of their employees who will be working on the job site, with the training needed to safely and competently perform the services required by this contract. Page 42 of 70

44 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 5.2 The Contractor must be familiar with all applicable Federal, State, County, City and Local Laws, Regulations or Codes and be governed accordingly as they apply to this service and must be aware of the safety standards concerning materials used. The Contractor shall develop and implement procedures to ensure its employees use chemicals in accordance with the instructions of the chemical manufacturers. Contractor shall provide to the Contract Administrator Material Safety Data Sheets (MSDS) for chemicals and cleaning products used. 5.3 Proposers should provide a copy of their safety-training program with their RFP, however, this must be provided prior to award. 5.4 The Contractor will keep a record of all training for each employee. The record shall show, as a minimum, the employee s name, date of employment, date and type of training for each class attended. A transcript of the training records will be made available to the County on request. 6. EMPLOYEE SAFETY PRACTICES: 6.1 Contractor must take precautions necessary to protect persons or property against injury or damage and be responsible for any such damage, or injury that occurs as a result of fault or negligence of contractor s employee. 6.2 All chemicals brought on-site shall be purchased by the contractor and stocked in closets in their original containers. The chemicals shall remain in their containers until diluted or mixed for use. All solution bottles and spray bottles shall be in safety containers, which are safe for handling and their intended use. All containers must be properly labeled by the manufacturer or have a photocopy of the label from the chemical container. 6.3 The Contractor shall provide and use adequate barricades and signs to cordon off hazardous work areas and/or to provide sufficient warning prior to, during and after the performance of services. All generally accepted and government required safety practices shall be followed. 7. STAFFING: 7.1 The contractor is responsible to manage and RFP purposes beyond these requirements is at the discretion of the proposer based on Proposers experience and evaluation of the facilities to be serviced. 7.2 The staffing hours noted by the vendor are for statistical purposes and will not be used on a time and material basis. It is the responsibility of the contractor to provide sufficient allowance in their RFP as may be required in their judgment to meet the quality standards called for in the contract, especially for special cleaning projects such as pressure washing, window cleaning, upholstery cleaning, air quality or floor and carpet cleaning. 8. ACCIDENT, INCIDENT AND DAMAGE REPORT: 8.1 The Contractor shall promptly notify the Contract Administrator of any incidents or accidents involving their employees while on site. The report should include the type of incident and an assessment of any property damage and/or personal injury. The report will be made to the County Security Personnel at the location of the incident and a copy to the Contract Administrator. 8.2 The Contractor shall promptly complete any report forms required by the County describing the incident or accident. The Contractor shall be responsible for claims resulting from the incident or accident as provided in for the Special Instructions to Proposers, Paragraph 14. Page 43 of 70

45 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 9. WORK ROSTER/SIGN IN SHEET: The Contractor shall provide a proposed daily work roster/sign in sheet. This schedule must identify by name each worker scheduled, start and stop times, tasks assigned and supervisor in charge. Schedule must be submitted one week in advance and be approved by the Contract Administrator. This schedule will serve as the sign in Sheet and also provide the basis for the monthly labor summary report called for in section 12 (Time Reporting). 10. LIVING WAGE REPORTING: 10.1 All covered employees, including those of the Proposer s subcontractors, providing service pursuant to this contract, shall be paid the current living wage as established by Broward County Living Wage Ordinance Covered employees shall be paid weekly or bi-weekly Employer must post a notice on site where work is being performed, that states the wages/benefits to be paid under the Living Wage Ordinance. The County will provide a poster with this information and a designated location where the notice can be placed in Terminal The Ordinance requires the Contractor must print specified statements, in English, Spanish and Creole, on the front of the covered employee s first paycheck for work performed for this contract and once every six months thereafter. A copy of the check must be provided to the Contract Administrator at least every six months or upon request The contractor shall maintain payroll records for all covered employees for a period of three years. A copy of the complete record must be provided to the Contract Administrator every six months. The record shall contain: Name and address of each covered employee Job title and classification Number of hours worked each day Gross wages earned and deductions made Annual wages paid Copy of the social security returns and evidence of payment Record of fringe benefit payments including contributions to approved plans Other information the Contract Administrator should require from time to time 10.6 Contractor shall make available to the County for inspection payroll records for all covered employees. Payroll records for all covered employees must be available for inspection by the County for a period of three years Failure to submit the required reports upon request or to make records available may be grounds for termination of your contract. Page 44 of 70

46 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 11. COMMUNICATION REQUIREMENTS/CONTRACTOR ACCESSIBILITY: 11.1 The contractor shall maintain a 24-hour contact telephone response number for emergency service on a mobile phone at no cost to the County. Maximum telephone response time shall be one hour. Minimum on site response time for emergency services is four (4) hours Contractor shall also maintain an active address available for electronic communications at all times The contractor shall provide communication for the on site supervisor either by radio or mobile telephone for immediate contact with security or management personnel. Supervisors shall be available to be contacted at all times by mobile phone or radio by County representatives. 12. SUPPLIES AND MATERIALS: 12.1 The Contractor shall provide all necessary supplies, including but not limited to deodorizers, urinal blocks, soaps, polishes, cleaners, cleansers, degreasers, mops, brushes, toilet plunger, brooms, solvents, paints, all paper towels, liners, toilet tissue (minimum two ply) and germicidal type hand soap to all locations that have dispensers, batteries for towel dispensers, hand disinfectant to all locations that have dispensers. Paper products provided must be the proper size and type for the existing dispenser(s). An additional one day supply is to be stored on-site and available for use when required Carpet cleaning agents containing chlorinated solvents are prohibited. Carpet cleaning agents containing optical brighteners are prohibited. All cleaning chemicals must be appropriate to use on surfaces and safe for the environment Cleaning chemicals must not have a ph higher than 9.0 as indicated on MSDS sheet The Contractor should submit a proposed list of all supplies and materials, including Chemical Material Safety Data Sheets to the Contract Administrator for approval. During the term of the contract, all proposed substitutions for previously approved products, must be approved by the Contract Administrator prior to use. 13. TOOLS AND EQUIPMENT: 13.1 The Contractor shall furnish all tools and equipment necessary for complete performance of this contract. A list of tools and equipment to be used on this project should be submitted with the RFP, but must be submitted to the Contract Administrator prior to award and anytime different types of tools and equipment are introduced during the period of the contract BCAD reserves the right to refuse the use of any tools or equipment it deems ineffective or harmful to surfaces and fixtures. The cost of any damage caused by defective or inferior tools and equipment will be deducted from the Contractor s monthly invoice. 14. SPECIALIZED EQUIPMENT REQUIRED: 14.1 Vacuum cleaners utilized for carpet cleaning must be two motor uprights with high filtration disposable bags and equipped with HEPA filters. All vacuum cleaners must meet carpet manufacturer s recommendations for use. Page 45 of 70

47 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 14.2 Pile lifter must be used in conjunction with carpet cleaning procedures, using manufacturer recommended cleaning methods Floor machines for surfacing non-carpeted floors Carpet extraction machines that comply with carpet manufacturer recommended cleaning methods Wet/Dry Tank Vacuum Cleaners Janitorial Carts General cleaning janitorial personnel shall be equipped with janitorial carts. The style of cart must be approved by the Contract Administrator and kept neatly stocked at all times. Carts shall contain at a minimum: Cleaning compounds, a pair of scissors for clipping carpet running, gum tar remover, cleaning cloth, and plungers for clearing minor toilet blockages. The cart shall also have a receptacle for accepting the residue of waste cans, cigarette urns, ashtrays and other litter or debris Brute Barrels Barrels may not be used inside the buildings unless equipped with wheels. Barrels may be used on sidewalks and garage vestibules Bucket and wringers Information signs (i.e. wet floor signs) Pressure wash equipment, as required for specialized cleaning requirements. 15. EQUIPMENT OPERATION AND MAINTENANCE: 15.1 The Contractor shall maintain a complete set of operating instructions for each type, brand and model of equipment, tool and items of supply used in the performance of the work The Contractor agrees that the County shall have the right at all times, but not the obligation, to examine all equipment, vehicles, tools, materials, and supplies provided by and used by the Contractor or their employees on the job site. If the equipment is found to be unsafe or not in good working condition, the County has the right to direct the Contractor to remove it from service and to repair or replace it promptly. However, if the equipment is not repaired or replaced within 48 hours, the Contractor may be required to rent equipment, at their own expense, in order to meet the service requirements of this contract The Contractor shall ensure that all tools, equipment and supplies used by its employees shall be used in accordance with the manufacturer s instructions and good safety practices All tools, equipment and supplies used by the Contractor in the performance of the services shall meet the local, state and federal safety requirements. All electrical equipment must operate at full rate performance levels using existing building electrical circuits The Contractor shall develop and implement adequate procedures and control to ensure that all tools, equipment and supplies remain at all times in good, clean condition All equipment and tools shall have non-marking wheels, adequate bumpers and guards to prevent marking or scratching of fixtures, furnishings, vehicles or building surfaces The Contractor shall maintain adequate quantities of backup to insure that the minimum quantities of required equipment and tools are available and in safe and proper operating condition at all times during the performance of the service. Page 46 of 70

48 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 16. KEYS: 16.1 Contract Administrator/building manager will coordinate transfer of keys to ensure all keys are transferred If keys are misplaced or lost by the Contractor, the cost of rekeying the locks and replacement of keys will be the responsibility of the janitorial service contractor. 17. NO SMOKING ALLOWED: Smoking is not allowed in County buildings and must remain smoke free. The Contractor shall have their employees refrain from smoking except in designated areas outside the building. 18. ENERGY CONSERVATION: The Contractor shall comply with all energy conservation practices All thermostats in building are not to be touched. Thermostats are set at 78, this setting is a part of the County s energy conservation program The Contractor shall turn off all lighting when exiting each area of the building that is not occupied. In situations where energy management systems have shut off lighting, the Contractor may manually turn on the lighting, but is expected that the lighting be turned off again when leaving the area. 19. DATA PROCESSING AND OTHER ELECTRONIC EQUIPMENT: 19.1 Contractor shall not move or jar computers, and/or data processing machines, equipment and accessories. Word processing machines and other electronic equipment is very sensitive and must not be moved, bumped, jarred, or tampered with Contractor shall not use steel wool, powdered cleansers, brushes, dusters, rags or waste materials, which leave dust, nor any material containing silicon on or around this equipment Contractor shall have its personnel wear clean clothes which have not been contaminated by other cleaning duties. 20. DEFINITIONS: Definitions presented in this section describe terms used in the cleaning specifications and serve as the basis for evaluating contractors compliance with the performance standards identified in Paragraph Adhered Soil - means any foreign matter, solid or liquid including but not limited to the following: oil, water, dried mud, adhesives, caked oil absorbent compounds Award - means the acceptance of a RFP, Offer or RFP by the proper Governmental Authority RFP Bond (RFP Guarantee) - an insurance agreement, accompanied by a monetary commitment, by which a third party (the surety) accepts liability and guarantees that the proposer will not withdraw the RFP, the proposer will furnish bonds as required, and if the contract is awarded to the bonded proposer, the proposer will accept the contract as RFP or the surety will pay a specific amount RFP - means an offer submitted by a prospective vendor in response to a Request for Letter of Interest (RFP) issued by a purchasing authority; become a contract upon acceptance by the buyer. Page 47 of 70

49 Page 48 of 70 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 20.5 Bi-weekly - means every two weeks Bi-monthly - means every two months Board - means the Broward County Board of County Commissioners 20.8 Buffing and Waxed Surfaces - means all waxed areas shall be buffed sufficiently for maximum gloss, removal of surface dirt, and to present a clean uniform appearance Carpet Cleaning/Maintenance - Carpet Maintenance must be established as a scheduled program rather than as random series of reactions to soiling conditions and infrequent cleaning Carpet Cleaning, Bonnet Method - Removing carpet stains using bonnet equipment (subject to BCAD approval) is to be used where hot water extraction is impractical Carpet Cleaning, Dry Compound Method - Removing carpet stains using dry compound equipment and supplies may be used as an interim method for cleaning carpets. Various commercial dry compound systems are available and may be used for interim or maintenance cleaning if system manufacturer s procedures are followed Carpet Cleaning, Hot Water Extraction Method is recommended method for total or restorative cleaning. The Contractor shall remove carpet stains, completely vacuum, clean, using hot water extraction equipment and supplies, and completely re-vacuum all carpet in the specified areas. The Contractor shall clean areas, such as corners, which are inaccessible to the equipment, with manual scrubbing devices. Special care should be exercised to prevent over wetting the carpet, which can damage the fiber, and backing system. Operators of the equipment must be properly trained to disperse and recover the correct amount of water when using this method. It is also important to completely remove all detergent residues from the carpet to prevent the attraction of soil resulting in a dingy, dirty appearance Carpet Cleaning, Power Pile Lifting Heavy-Traffic Areas in conjunction with vacuuming. The use of a power pile lifter in heavy-traffic areas prevents soil compaction and carpet matting. It opens up the carpet pile so that vacuuming is more effective. For cut pile carpeting, a power pile lifter is used every other week for loop pile carpeting, a power pile lifter is used once a month Carpet Cleaning, Vacuuming with a dual motor vacuum cleaner is the most important soil management procedure and means a satisfactory vacuumed carpet or floor free of all dirt, grit and lint. Effective vacuuming removes soil from the areas in which it is deposited so that it cannot spread through the carpet. High-traffic areas are vacuumed daily. Vacuuming of the lowtraffic areas of carpet is required once a week to remove litter and airborne soils, while preventing long-term soil build-up. 21. Chemical Compatibility all chemicals used for floor finishes, floor finish removers floor seal, spray buff solutions, detergents and seals must always be compatible and/or be by the same manufacturer. 22. Chewing Gum Removal - Chewing gum shall be removed from floors, carpet, sidewalks or any other surfaces daily. In removing chewing gum from carpet, EPA approved gum removal solvent and a putty knife shall be used or another acceptable method approved by BCAD. 23. Clean - means the removal of any and all matter including loose soil, dirt and litter or adhered soil from any surface. This also includes standing water. 24. Clean and Disinfect Drinking Fountains - Drinking fountains should be monitored every two hours. The Contractor shall use spray bottles of germicidal detergent solution which will kill spores for up to 36 hours,

50 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT sponges, clean cloths, scrub pads and cream cleanser to remove all soil, streaks, smudges, etc. from the drinking fountains and cabinets; disinfect all porcelain and polish surface including the orifices and drain. Drinking fountains shall be policed on a regular basis, frequently removing soil from drain surface. Drain surface and nozzle shall be washed frequently during each shift which shall be a germicide solution. Fountain shall be checked frequently for algae growth, which shall be removed immediately when found. Entire exterior of the water fountain shall be washed each shift. 25. Clean and Polish Counters - Polish the fronts and tops of counters on each floor with a non-abrasive product. 26. Clean and Shampoo Upholstered Furniture - The Contractor shall use shampoo, stain remover and foaming type upholstery shampoo equipment to remove all soil and stains and to apply a soil retardant to the fabric portions of seats. The Contractor shall pretest the compatibility of the shampoo with the fabric by applying a small amount to a detached swatch of the material, if available, or to a small, inconspicuous part of the fabric on the furniture. All brushing and vacuuming, both before and after shampooing shall be repeated until there is no longer evidence of soil and shampoo residue in the fabric. Chewing gum and other gummy soils shall be removed with aerosol fluorocarbon gum remover, putty knife, and stiff bristled utility brush. Any areas of the fabric which are inaccessible to the equipment shall be shampooed with foam from the machine and manual scrubbing devices. Non-fabric parts of the furniture are to be wiped with neutral detergent and a clean cloth or sponge to remove shampoo residue and dry soil. 27. Clean and Hose Down - Hose down all entrances, patios, loading dock and dumpster area using disinfectant. Particular attention should be paid to the main entrance areas and ground floor stairwell emergency exits. 28. Clean Public Entrances and Adjoining Entrance Glass Areas - Area must be cleaned and made free of debris and glass must be cleaned and free of streaks, spots etc. Empty and clean ashtrays and other waste containers, inserting liners as required. Clean all glass surfaces in the lobby entrances. 29. Cleaning and Waxing Floors - means a satisfactory cleaned and waxed floor is without dirt and dust, marks, film, streaks, debris and standing water. 30. Cleaning of Plumbing Fixtures and Dispensers - means plumbing fixtures and dispensers are clean when free of all deposits and stains so that item is left without dust, streaks, film odor and stain. 31. Clean Waste Baskets and Outside Ash Trays - will be considered properly cleaned when they are emptied and wiped with a chemically treated or damp cloth. If wastebaskets become unduly soiled they must be washed. The Contractor shall furnish plastic liners for wastebaskets. 32. Contract means all types of binding agreements, regardless of what they may be called, for the procurement or disposal of supplies, services or construction. 33. Contract Administrator - means the ranking managerial employee for each location, or an employee expressly designated by BCAD. The Contract Administrator has the responsibility to insure that the provisions of the contract are complied with by both the County and the Contractor. The primary responsibilities of the Contract Administrator are to coordinate and communicate with the Contractor and to manage and supervise services provided under the terms and conditions of this contract. 34. Contractor - means the RFPder who is awarded this Contract. 35. Damp Mop Non-Carpeted Floors The Contractor shall use detergent solution and mop to remove soil from non-carpeted floor and baseboards, which cannot be removed by sweeping, dust mopping or vacuuming. The Contractor shall dust mop floors that are coated with floor finish prior to damp mopping. In rest rooms and locker rooms, the Contractor shall use germicidal detergent solution instead of a detergent solution. Page 49 of 70

51 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 36. Descale Toilets and Urinals - The Contractor shall use acid-type bowl cleaners and nylon bowl mops to remove scale, scum, mineral deposits, rust stains, etc. from the inside of toilet bowls and urinals (only at the direction of BCAD). 37. Dirt - Any filth or soiling substances or foreign matter, solid or liquid, including mud and dust. 38. Dust Mop or Sweep Non-Carpeted Floors - The Contractor shall use treated dust mops, brooms and vacuums to remove soil and litter from non-carpeted floor. On resilient tiles, terrazzo, and other smooth finished floor surfaces, the Contractor shall use treated dust mops. On rough, unsealed concrete, or other floors where dust mopping is not effective, brooms shall be used. Prior to dust mopping the floor surfaces, the Contractor shall use mops and a detergent solution to remove wet soil from the floor. The Contractor shall use putty knives to remove gum, tar, and other sticky substances from the floor. The Contractor shall use a dustpan to remove accumulated soil and litter. The Contractor shall vacuum elevator floor(s), door tracks and areas such as corners and hard-toreach areas. The Contractor shall use a vacuum cleaner to remove moisture and dry soil from carpeted type entrance mat. The Contractor shall clean exterior entrances mats by hosing with water and/or vacuuming. 39. Dusting - means a properly dusted surface free of all dirt and dust, dust streaks, lint and cobwebs Dusting, Daily - Dust and clean all level surfaces of desks, telephones, chairs, tables, filing cabinets, other office furniture, window sills and exposed book stack areas where applicable. Papers on desks, items on window sills and other furniture must not be removed Dusting, High - Means dusting surfaces from the general level of a desk or counter top up to approximately 8 feet in height that can be reached from a short ladder or stool. The Contractor shall accomplish high dusting by using treated dust cloths, treated dust tools, damp sponges, and tank vacuums with crevice tools, brush attachments, and all wall attachments Dusting, Low - Means dusting surfaces from the general level of a desk or counter top down to floor height. May require movement of furniture to reach areas under and behind furniture to include baseboards, furniture legs etc. The Contractor shall accomplish low dusting by using treated dust cloths, treated dust tools, damp sponges, and tank vacuums with crevice tools, brush attachments, and all wall attachments Dusting, Overhead - The Contractor shall remove all dust, spider webs, litter, etc. from all fixtures and surfaces from 8 feet to and including the ceiling that are visible from the floor surface below or adjacent floor levels, balconies, stairs, etc. This includes exposed surfaces of lights, grills, light fixtures, pipes, sprinkler system, cables, ledges, walls, ceiling vents, speakers, etc Dusting Book Cases, Air Quality Cleaning. May require removal of books to reach areas under and behind books. The Contractor shall accomplish dusting by using treated dust cloths, treated dust tools, damp sponges, and HEPA vacuums with crevice tools and brush attachments. All book stacks/book shelves are to be wiped down on top, bottom, between books and sides and back to insure that they are dust free. 40. Embedded Impregnated Soil - Adhered soil that has penetrated into the matrix of the surface. 41. Elevators - Wash elevator walls and base and all doors (every floor) with sponge or cloth and detergent solution daily and dry with clean dry cloth and polish metal with appropriate polish. Clean elevator door tracks with tanktype vacuum cleaner and dust light lenses or diffusers. 42. Escalators - Daily wash handrails with non-irritating, non-toxic solution and wipe dry. Wash panels, skirts and molding with a sponge or cloth and a detergent solution. Wipe dry and polish metal with appropriate polish. Polish handrails with appropriate polish. Page 50 of 70

52 Page 51 of 70 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 43. Furniture and Desk Top Cleaning - means furniture and desk tops will be considered properly cleaned when the surface is without dirt and dust marks and film, and when a properly applied finish has been restored to the furniture. The Contractor shall not be responsible for cleaning any flat surface that have papers or books on them. 44. Glass Cleaning - means glass is clean when all accessible glass surfaces are without streaks, film, deposits, and stains and have a uniformly bright appearance and adjacent surfaces have been wiped clean. 45. HEPA Filter - Means high efficiency particulate vacuum filters remove 99.9% of all particulates to 0.3 microns of harmful particles, including dust, mold spores, dust mites, pet dander and other troublesome allergens. 46. Kitchen Cleaning - Includea areaa where lunch room tables are located. Thoroughly clean other kitchen areas at locations throughout the building where applicable. Clean counter tops and sinks. The floor is to be mopped with disinfectant daily. (Dish washing is not included). In addition to mopping with disinfectants, a no-wax liquid finish is applied on a weekly basis to prevent permanent staining of any tile surfaces. All trash containers are to be emptied and all towel dispensers are to be replenished. 47. Litter - means any item(s) or the remains of any activity that has been discarded, including but not limited to paper, cans and bottles. The Contractor shall remove unsightly soil and litter from the building as often as necessary each shift. If the litter cannot be removed by hand, the Contractor shall use a carpet vacuum on carpeted surfaces or broom or dust mop and damp mop on non-carpeted floors. When providing daytime service, in exterior areas, the Contractor shall remove litter from curbside, walkways, garage walkovers, grass, planters, and planted area up to a distance of 10 feet from walks and building structures. The Contractor shall maintain areas around all dumpsters free of litter, trash, etc. For nightly service litter policing is restricted to entrances and dumpster areas. 48. Loose Soil - means any foreign particles not stuck to the surface. 49. Machine Scrub Floor - The Contractor shall use electrically powered floor machines with scrubbing brushes and grout cleaning machines with detergent or degreasers solution to remove soil and stains from floor surfaces, such as concrete, brick or pavers, grouted title and other such as uneven or rough floors, making sure any residue is removed from baseboards, furniture and partition bases and legs. The Contractor shall use wet/dry tank vacuums to pick up the scrubbing solution and wet mops, buckets and wringers in areas inaccessible to tank vacuum. The Contractor shall remove all splash marks on baseboard, furniture and other such surfaces. 50. Maintenance - means the upkeep of property and the work to keep it clean and presentable according to the requirements of this RFP. 51. Maintenance Bond - provided by the successful proposer after award to protect the County from loss due to the proposer s inability to complete the contract as agreed; secures the fulfillment of all contract requirements. 52. Non-public Areas - means the area defined as those spaces and areas not normally used by the public, such as administrative sections, offices and conference rooms. 53. Open-End Contract (also designated price agreement) - means a contract whereby an indefinite quantity of supplies, services, are to be procured over an identified time span. This contract has a fixed price to be applied to releases from the County. 54. Polish Stainless Steel, Chrome and Brass - The Contractor shall polish stainless steel, chrome, and brass surfaces with appropriate polishes and a soft cloth. The Contractor shall use clean cloths, glass cleaner, detergent, and degreasers to remove smudges, fingerprints, marks, streaks, tape, etc. that polish cannot remove. 55. Power Scrub - means the use of automatic commercial equipment utilizing water pressure and solvents that is designated to scrub and remove soil stuck to hard surface floors, walkways and motor vehicle traffic areas.

53 Page 52 of 70 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 56. Pressure Washing/Cleaning - means the use of water sprayer/washer under pressure, with biodegradable detergent, degreaser or chemical treatments in conjunction with scrapers, brushes, etc. to remove gum, grease, oil and other substances stuck to ceilings, concrete floors, walls, overhangs, walkways, rails, pipes, signs, elevator landings and lobbies, driving lanes, parking areas, loading dock areas, dumpster areas, alleyways columns, interior walls and other horizontal or vertical surfaces and surface areas adjacent to entryways. All facility perimeter walkways and walkway overheads are to be cleaned by the same methods. Cleaning methods described in this section are used to indicate the necessity to thoroughly clean areas described. It is not intended to represent the only method of cleaning. If the high-pressure method will result in damage to paint, structures, etc. it should be substituted by a method that will effectively clean areas described without any resultant damage. 57. Pressure Clean/Steam Clean - means the Contractor shall use a high pressure sprayer/washer and hot water, degreaser, scraper, brushes, etc. to remove soil, litter, grease, oil, gum, tar, mildew, etc. from concrete floors, walls, adjacent surfaces, building surfaces and stairwells. Designated area shall be cleaned by the application of the detergent, scrubbing with a brush and steam cleaning with a heated pressure sprayer providing water or vapor at or above 212 degrees F. 58. Public Areas - means those spaces and areas (sidewalks, lobbies, auditoriums, hallways, vestibules, etc.) normally open to the public and normally used by the public. 59. Public Telephones - shall be policed and spot cleaned each shift. Once each day the entire telephone enclosure shall be dusted and damp wiped with a non-toxic, non-irritating solution. The handset containing the ear and mouth pieces shall be wiped with a clean cloth dampened with a non-toxic, non-irritating germicidal solution. Each week, the top of the enclosure shall be dusted and wiped with a damp cloth. 60. Recondition Finished Floors (Wax) - The Contractor shall remove soil, scratches, scuff marks and the top layer of floor finish from non-carpeted floors and all finish and soil from baseboards, furniture and partition legs and bases. The Contractor shall apply a minimum of two (2) additional coats of floor finish to non-carpeted floors. The Contractor shall use an approved single disc floor machine, scrubbing pad, putty knife, approved pad, mop, mop bucket and wringer, detergent solution and rust remover. The Contractor shall use manual scrubbing devices in areas inaccessible to the floor machine. The Contractor shall use wet/dry vacuums except in areas where its use is not practical or effective. The Contractor shall rinse all floor surfaces thoroughly with clean water to which detergent solution has been applied. When wet/dry tank vacuums are used, the Contractor shall rinse the floor surface at least once after the detergent solution has been picked up with the wet/dry tank vacuum. When the wet/dry tank vacuum is not used, the Contractor shall rinse the floor surface at least twice. After the top layer of floor finish has been removed, the Contractor shall use a fine strand rayon mop to apply at least 2 coats of floor finish to non-carpeted floor. After the finish has dried, the reflectance shall be uniform and have no streaks, swirls or scratches shall be visible. 61. Recycling - The Contractor must remove all recyclable trash from each location nightly (daily). Recyclable trash must be removed separately from other trash to avoid contamination and placed in designated recycle bins and transported to designated pick-up locations if applicable. 62. Refill Dispensers - The Contractor shall check and refill each toilet paper dispenser, hand soap dispenser, paper dispenser, paper towel dispenser, paper cup dispenser, nursery dispenser, etc. in accordance with the directors of the suppliers and dispenser manufacturer. The Contractor shall wipe surfaces adjacent to hand soap dispenser to remove spillage and leakage. 63. Responsible Proposer - means a Proposer who has the capability in all respects to perform fully the contract requirements and the integrity and reliability, which will assure good faith performance. 64. Responsive Proposer- means a person who has submitted a RFP, which conforms in all material respects to a solicitation. A RFP of a Responsive Proposer must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security or other mandated requirements required by the documents to be submitted at the time of RFP opening.

54 Page 53 of 70 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 65. Restrooms Restrooms to be cleaned daily and lightly sprayed (using spray/pump bottles) with disinfectant (toilets, urinals and sinks). Monitor all bathrooms every 15 minutes to ensure they are thoroughly cleaned. When monitoring the restrooms, note the appropriate items on the Restroom Checklist and post this checklist on the back of each restroom entrance door. Vendor should furnish all toiletries and disinfectants. 66. Scrubbing is using an appropriate detergent in a hot water solution and a stiff brush (mechanical or manual), cleaning the surfaces of all dirt, soil, and grime. After scrubbing, rinse with clear water and dry using mops or mechanical drying method. 67. Semi-annual - means twice a year. 68. Semi-monthly - means twice a month. 69. Services - means the furnishing of labor, time, and effort by a contractor. 70. Slip Resistance - The Contractor shall verify that all floor finishes, seals spray, solutions, and other such chemicals applied to non-carpeted floors, provide adequate protection against slippery floors. The Contractor shall immediately report any observed instance of slippery or slick floors to the Contract Administrator. 71. Specifications - means the Specifications and Requirements in Exhibit A 72. pot Cleaning - means to clean soiled portions of items including carpets, floors, walls etc. without leaving a noticeable color differential from surrounding area. 73. Spot Clean Building Surfaces - The Contractor shall use clean damp cloths, sponges, scrub pads, spray bottles of detergent solution, glass cleaner, or cream cleanser to remove smudges, fingerprints, marks, streaks, tape, etc. from the surfaces of ledges, windows, partition glass, window sills and blinds, fire extinguishers, walls, doors, door frames and sills, pictures, partitions, artworks, rails and other types of fixtures and surfaces which are not considered to be furniture surfaces or specialty equipment such as computers, typewriters, calculators, etc. The Contractor shall perform spot cleaning, each shift, up to a height of 8 feet from the floor. 74. Spot Mop - The Contractor shall use detergent solution and mop to remove spots, spills and obvious soil from non-carpeted floors which cannot be removed by vacuuming or dust mopping. After the floor has been spot mopped, it shall have a uniform appearance free of soil, stains, streaks, swirl marks, detergent film or any observable soil which can be removed by damp mopping. In rest rooms, the Contractor shall use a germicidal detergent solution instead of detergent solution. 75. Spray Buff - The Contractor shall dust, mop, and damp mop the floor surface in preparation for spray buffing. The Contractor shall use single-disc floor machines, buffing pads, and spray bottles with a spray buffing solution to restore a uniform gloss and protective finish to resilient title or terrazzo floors that are finished with a floor finish. The Contractor shall remove all spray buff solution from baseboards, furniture, trash receptacles, etc. 76. Strip and Refinish Ceramic and Vinyl Tile Floors - The Contractor shall completely remove all non-permanent floor finish and sealer from smooth, hard surfaces, wood, terrazzo, resilient tile and baseboards, furniture, partition legs and bases. The Contractor shall use single disc floor machines, stripping pads, putty knives, abrasive pads, mops, mop buckets and wringers, floor finish remover and rust remover to remove all removable marks, heel marks, scuff marks, rust stains, gum and other types of stains and soil. The Contractor shall use manual scrubbing devices in areas inaccessible to the floor machines. The Contractor shall use wet/dry tank vacuum to pick up stripping solutions except in areas where its use is not practical. The Contractor shall rinse thoroughly with clear water all floor surfaces to which floor finish remover has been applied. When a wet/dry tank vacuum is used, the Contractor shall rinse the floor at least twice. After the floor finish has been removed, the Contractor shall use a fine strand rayon mop to apply at least 2 coats of floor seal and 3 coats of floor finish to resilient tile. The Contractor shall remove all floor seal, floor finish, stripper and stripping slurry from baseboards, furniture and other such areas. Special Note: In areas of buildings with floor tiles containing asbestos (if any),

55 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT special floor maintenance procedures are required, unless non-abrasive scrubbers and buffers are used. Nonammoniated finish strippers may be used, subject to their being effective. Floor tiles may be buffed with lowmaintenance, low-abrasion pads at speeds of 190 rpm or less, subject to effective results. Specific floor maintenance procedures for floor tiles containing asbestos shall be approved by the Contract Administrator. 77. Special Floor Surfaces - Treatment and care of special floor surfaces shall be dealt with in accordance with manufacturers specifications. New buildings, such as libraries, are utilizing custom designed flooring installations that may require special care to prevent damage. Contractor should take care to investigate the special requirements for floor care that may be necessary in such instances before applying treatment. 78. Sweeping - means a properly swept or dust-mopped floor free of all surface dirt, dust, grit, lint and debris. 79. Trash - means debris, litter and any item(s) or material left in the area. 80. Trash Disposal - By means of equipment provided by the Contractor, all garbage, debris and other trash materials shall be removed as required from cleaned areas to avoid spills and damage to the facilities. It will be transported by the Contractor s employees and deposited in trash compactors and/or dumpsters provided. The Contractor shall use maximum care in moving the trash to the compactor/dumpster sites. All debris generated is to be removed by the Contractor prior to the end of each shift. All dumpster areas are to be left in a clean and tidy condition, free of all soil and debris at the end of each shift. 81. Vacuum Cleaning with a properly equipped machine is the primary method of cleaning hard surfaces, carpets, upholstery and other areas of dust, dirt and allergens The Contractor shall use a carpet vacuum equipped with HEPA filter to remove soil and debris from carpeted floor surfaces from within the carpet pile The Contractor shall use a hose and brush or crevice attachment to vacuum areas inaccessible to the carpet vacuum including escalator, elevator and door tracks Moisture and dry soil is to be vacuumed from carpeted type entrance mats. The Contractor shall use carpet stain remover and gum remover to remove carpet stains and gummy soil from entrance mats For vinyl backed carpet and carpet glued directly to the floor without a cushion a vacuum with a rotating cylindrical brush, rather than a beater bar should be used to agitate the pile and loosen the soil. 82. Wax - See Recondition Finished Floors 83. Wax Removal (See Also Strip and Refinish Floors) - means that wax removal is accomplished when surfaces have all wax removed down to the flooring material; floors left free of dirt, stains, deposits, debris, cleaning solution, and standing water, and the floor has a uniform appearance when dry. 84. Wet Clean Non-Carpeted Floors - The Contractor shall use detergent solution, wet mops, buckets and wringers, deck brushes, corner brushes, swivel pad holders, abrasive pads and putty knives to remove soil from noncarpeted floors which cannot be removed by vacuuming or dust mopping. The Contractor shall use scrub brushes to remove spots and stains not removed by mopping. After the floor has been wet cleaned, it shall have a uniform appearance free of soil, stains, streaks, swirl marks, detergent film or any observable soil which can be removed by damp mopping. 85. LEVELS OF CLEANING SERVICE: 85.1 Daily Cleaning - means various routine procedures that are required on a daily basis Weekly Cleaning - means various routine procedures that are required on a weekly basis. Page 54 of 70

56 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 85.3 Monthly Cleaning - means various routine procedures that are required on a monthly basis Policing - means the various routine services performed one or more times a day, that are intended to be supplemental to the daily cleaning service, in order to keep the facilities neat and clean according to this contract Project Cleaning - This category contains the periodic services that are intended to clean to a like new condition. This service includes but is not limited to overhead dusting, high dusting, wall washing, carpet extracting, steam cleaning, pressure washing and other detailed services not included in routine daily cleaning or policing Annual Air Quality Cleaning - is an intensive detailed cleaning procedure to achieve the goal of enhancing indoor air quality in County buildings and reduce the likelihood of in door air quality problems, lowering health risks, increasing comfort and productivity and reducing exposure to liability from internal air quality problems. HEPA VAC System must be used to perform all vacuuming functions. See Attachment A-2, Minimum Services Schedule for annual air quality cleaning. 86. PERFORMANCE STANDARDS: Specific tasks and the frequency of their performance are stated in the Minimum Services Schedule, (Attachment A.2 ). These are minimum requirements. Due to conditions found at particular locations, the Contractor may need to increase the frequency of the tasks in order to keep the facilities neat and clean in accordance with the performance standards stated herein. Any increase in the routine tasks shall be at no additional cost to the County. The Contract Administrator will use the following minimum quality standards to evaluate the performance of the Contractor: Absence of all dust, lint, spider webs, litter and/or trash etc. in facilities, on horizontal and vertical surfaces, floors, walls, ledges, upholstered furniture, systems furniture, equipment, fixtures and surfaces up to and including the ceiling, that are visible from the floor surface below or adjacent floor levels, balconies, stairs, etc. This includes exposed surface of lights, grills, light fixtures, pipe, sprinkler system, cables, ledges, walls and ceiling vents. Absence of finger marks, spots and/or soil build-up on walls, partitions, doors, windows, dividers, etc. All urinals, toilets, lavatories must be maintained in a clean and sanitary condition free of all stains, streaks, soil or other residue or latent odor. Absence of all bacteria growth and spore formations on surfaces and water fountains. Absence of litter offices, rest rooms and other public areas. Absence of graffiti, marks, streaks, spots, stains from all mirrors, stainless steel, chrome, brass and other bright metal surfaces where appropriate. All work shall be polished to a dry sheen. Floor drains shall be maintained at all times with a germicidal solution to fill the drain trap and prevent the escape of sewer gas. Absence of chewing gum from floors, carpet, sidewalks or any other surfaces. The reflectance and protective finish on smooth, hard surfaced, wood, terrazzo, tile and resilient floors shall be a uniform gloss without streaks, swirls or visible scratches. Provide adequate protection against slippery floors by ensuring finishes and treatments are properly applied, maintained and free of standing water. Page 55 of 70

57 Page 56 of 70 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT Absence of incrustation, soil and wax build-up on floors, particularly in corners, along edges and baseboards, around door jams and around furniture and equipment legs and bases. Absence of dust, visible soil, lint and debris from carpet surface and within carpet pile. Absence of soil, litter dust and spots from all carpets, mats and floors. Maintain all janitorial equipment and supply storage areas in a neat condition. Absence of soil, litter, dust and incrustation in ashtrays, urns, wastebaskets, and trash containers. Ashtrays, wastebaskets and trash containers shall be washed when needed. Absence of marks, spots, stains and streaks on interior and exterior entrance doors and glass, all partition glass, and interior windows. Absence of soil and dust on window blinds, shades, sills, frames and ledges. Absence of trash in buildings. Trash shall be collected and removed to designated area which shall be maintained in a neat and tidy condition. 87. COMPLIANCE WITH PERFORMANCE STANDARDS: The Contractor shall be required to clean each facility subject to this contract to a neat and clean condition satisfactory to the County and in accordance with the specifications and frequencies set forth in this agreement. The Contract Administrator at each location will monitor the Contractor s performance under this contract using the quality assurance procedures specified by BCAD. All questions concerning the quality or acceptability of materials used, the work performed, the manner of performance and progress meeting the requirements of the RFP should be taken to the Contract Administrator. 88. CONTINUOUS QUALITY CONFORMANCE EVALUATION: 88.1 All work performed under this contract will be inspected on a regular basis. The inspection frequency will generally be determined by the success the contractor achieves in meeting the required quality standards Since this service is 24/7 continuous service and BCAD inspections will occur. BCAD and contractor managers will communicate throughout the day to rectify service discrepancies as they occur It is expected with an airport facility which primarily services transient passengers that cleanup issues cannot be predicted. Communication between BCAD and the contractor are to be informal and conducted to quickly identify the problem, task a response and if necessary confirm that the problem has been rectified Chronic substandard performance will result in formal letters detailing the issues. The contractor is expected to reply with an acknowledgment of the issues and a plan of corrective action to remedy the problem. Failure to correct the issues may be cause for contract termination or non renewal REMEDIES FOR NONPERFORMANCE OF SERVICE: In the event of non-performance of service by the Contractor, the Contract Administrator shall have the right to exercise one of the following options.

58 ATTACHMENT B DETAILED SCOPE OF SERVICES JANITORIAL SERVICES FOR FORT LAUDERDALE HOLLYWOOD INTERNATIONAL AIRPORT 89.1 Notify the Contractor of nonperformance and allow the Contractor to correct such item of nonperformance within reasonable amount of time but not to exceed 24 hours notification. The County shall make no deduction for such item if it is properly corrected If the Contractor does not comply with the above, BCAD shall correct the item of nonperformance by any means it deems necessary. Direct cost incurred by the County for the correction shall be deducted from payment made to the Contractor Vendor complaints made by users and processed through the Purchasing Division are to be corrected within five days of formal complaint. Written response to the Purchasing Division and the Using Division is required. Failure to properly resolve complaints within five calendar days may result in the cancellation of this contract. 90. PAYMENT: 90.1 A copy of all required reports must be given to the Contract Administrator Charges for all services, either for monthly charges or for emergency services, shall be as per price quoted on the RFP sheets Monthly time sheet summaries are to be submitted to Contract Administrator with the monthly invoice, if requested All Contractors invoices must have the County purchase order number. 91. TERMINATION OF PARTICULAR LOCATIONS: In the event the County shall sell, vacate, abandon, or otherwise dispose of or terminate a location to which this contract applies, all existing contracts or agreements or services applicable to such location, the portion of this contract that applies to such location is so terminated. The County shall give the Contractor written notice of such termination of locations a minimum of thirty (30) days in advance. 92. ADDITION/DELETION OF LOCATIONS OR SERVICES: 92.1 The County reserves the right to add locations to this contract as such additional locations may be acquired, or to delete locations in the event they are no longer used Calculating the cost per square foot for the existing service and applying it to the areas subject to adjustment will be used to determine incremental adjustments in cost due to expansions or contractions of existing facilities. In the event the areas added or subtracted are not comparable in service need to the existing areas covered under the agreement an appropriate adjustment may be made with the approval of the Contract Administrator Additional space shall be calculated by using the appropriate price submittal sheet cost of Overhead & Profit per ft 2 (line items 1-4) and adding a cleaner (line item 14) at the rate of three additional cleaners per additional 10,000 ft Extra services may be required to make ready tenant space. These infrequent services shall be provided at no charge 92.5 The Purchasing Director must approve any adjustment in price. Page 57 of 70

59 Attachment C Pricing Sheet 2 1,127,040 car rental are cleaning $/sqft/yr $/sqft/yr 3 3,138,840 garage are cleaning $/sqft $/sqft/yr 4 772,956 Administration area cleaning $/sqft $/sqft/yr bathroom area cleaning $/ea $/ea/yr gate area cleaning $/ea $/ea/yr passenger boarding bridge cleaning $/ea $/ea/yr 8 72 TSA security checkpoint cleaning $/ea $/ea/yr 9 12 paper product supply per worksheet below $/mo $/mo plastic product supply per worksheet below $/mo $/mo chemical product supply per worksheet below $/mo $/mo battery product supply per worksheet below $/mo $/mo hand sanitizer product supply per worksheet below $/mo $/mo ,000 added terminal cleaning if required $/sqft/mo $/sqft/yr total $0.00 Name of company Authorized Signature By signing this proposal sheet your firm is agreeing to the terms and conditions of the RFP NOTE: This Attachment "C" Total should equal Attachment "D1" Total. Page 58 of 70

60 LIVING WAGE ATTACHMENT "D" BILLABLE HOUR CALCULATIONS Janitorial Services Fort Lauderdale/Hollywood International Airport RFP NO. R P1 LIVING WAGE Firm Name Address City State Zip Code Overhead Fringe Profit Base Hourly Billable Position/Title Rate % % % = Hourly Rate Project Supervisor $0.00 $0.00 $0.00 $0.00 $0.00 Site Supervisor $0.00 $0.00 $0.00 $0.00 $0.00 Full Time Service Crew $0.00 $0.00 $0.00 $0.00 $0.00 Part Time Service Crew $0.00 $0.00 $0.00 $0.00 $0.00 Porters Day/Night $0.00 $0.00 $0.00 $0.00 $0.00 MULTIPLIER: #DIV/0! *Overhead ($ per hour) = Base Hourly x Overhead % Fringe ($ per hour) = Base Hourly x Fringe % Profit ($ per hour) =(Base Hourly + Overhead + Fringe) x Profit % Multiplier = Billable Hourly Rate / Base Hourly rate *It is assumed that overhead includes all equipment, inclusive of, but not limited to; gloves, brooms, dusters and mops. Overhead DOES NOT include any consumable items, inclusive of, but not limited to; cleaning supplies and paper products. Line items for cleaning supplies and paper products have been added to all of the individual location price sheets. NOTE: IT IS AGREED THAT THE MINIMUM WAGE TO BE PAID TO ALL EMPLOYEES, REGARDLESS OF THE NUMBER OF HOURS WORKED, WILL BE THE CURRENT BROWARD COUNTY LIVING WAGE. Authorized Signature: Printed Name: YES NO Agree to the above statement. Disgree to the above statement. THIS SHEET MUST NOT BE ALTERED OR REVISED. ANY REVISION TO THIS SHEET MAY RENDER THE PROPOSAL NON-RESPONSIVE

61 NON-LIVING WAGE ATTACHMENT "D" BILLABLE HOUR CALCULATIONS NON-LIVING WAGE Janitorial Services Fort Lauderdale/Hollywood International Airport RFP NO. R P1 Firm Name Address City State Zip Code Overhead Fringe Profit Base Hourly Billable Position/Title Rate % % % = Hourly Rate Project Supervisor $0.00 $0.00 $0.00 $0.00 $0.00 Site Supervisor $0.00 $0.00 $0.00 $0.00 $0.00 Full Time Service Crew $0.00 $0.00 $0.00 $0.00 $0.00 Part Time Service Crew $0.00 $0.00 $0.00 $0.00 $0.00 Porters Day/Night $0.00 $0.00 $0.00 $0.00 $0.00 *Overhead ($ per hour) = Base Hourly x Overhead % Fringe ($ per hour) = Base Hourly x Fringe % Profit ($ per hour) =(Base Hourly + Overhead + Fringe) x Profit % Multiplier = Billable Hourly Rate / Base Hourly rate MULTIPLIER: #DIV/0! *It is assumed that overhead includes all equipment, inclusive of, but not limited to; gloves, brooms, dusters and mops. Overhead DOES NOT include any consumable items, inclusive of, but not limited to; cleaning supplies and paper products. Line items for cleaning supplies and paper products have been added to all of the individual location price sheets. NOTE: IT IS AGREED THAT THE MINIMUM WAGE TO BE PAID TO ALL EMPLOYEES, REGARDLESS OF THE NUMBER OF HOURS WORKED, WILL BE THE CURRENT BROWARD COUNTY LIVING WAGE. Authorized Signature: Printed Name: YES NO Agree to the above statement. Disgree to the above statement. THIS SHEET MUST NOT BE ALTERED OR REVISED. ANY REVISION TO THIS SHEET MAY RENDER THE PROPOSAL NON-RESPONSIVE

62 NON-LIVING WAGE ATTACHMENT "D1" PRICE PROPOSAL SHEET Fort Lauderdale/Hollywood International Airport RFP NO. R P1 NON-LIVING WAGE Position / Title Description (Titles shown are for examples) Project Superintendent Site Supervisor Full Time Crew Part Time Crew Porters Day/Night ENTER HOURS PER MONTH Task Description Hours per Task Hours per Task Hours per Task Hours per Task Hours per Task Total Per Month Annual Total Basic Daily Cleaning Daily Restroom Cleaning Daily Carpet Cleaning Daily Tile and Bare Floor Cleaning $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ENTER HOURS PER MONTH (Total per Quarter and Annual will be calculate automatically) Total Per Quarter Annual Total Common and Public Area Cleaning (To be done Quarterly) Windows (To be done Annually) ENTER COST PER MONTH (Total Annual will be calculated automatically) $0.00 $0.00 Annual Total $0.00 Air Quality (To be done Annually) ENTER COST PER MONTH (Total Annual will be calculated automatically) Per Month $0.00 Annual Total All Cleaning Supplies All Paper Products $0.00 $0.00 $0.00 $0.00 Total Hours By Position/Title Multiplier: ##### Billable Hourly Rate: Auto inserted from Billable Hour sheet Totals $0.00 $0.00 $0.00 $0.00 $0.00 Annual Total of Project $0 $0 $0 $0 $0 $0 NOTE: IT IS AGREED THAT THE MINIMUM WAGE TO BE PAID TO ALL EMPLOYEES, REGARDLESS OF THE NUMBER OF HOURS WORKED, WILL BE THE CURRENT BROWARD COUNTY LIVING WAGE. YES NO Agree to the above statement. Disagree to the above statement. Authorized Signature: Printed Name: THIS SHEET MUST NOT BE ALTERED OR REVISED. ANY REVISION TO THIS SHEET MAY RENDER THE PROPOSAL NON-RESPONSIVE

63 NON-LIVING WAGE ATTACHMENT "D1" PRICE PROPOSAL SHEET Fort Lauderdale/Hollywood International Airport RFP NO. R P1 Position / Title Description NON-LIVING WAGE (Titles shown are for examples) Project Superintendent Site Supervisor Full Time Crew Part Time Crew Porters Day/Night ENTER HOURS PER MONTH Task Description Hours per Task Hours per Task Hours per Task Hours per Task Hours per Task Total Per Month Annual Total Basic Daily Cleaning Daily Restroom Cleaning Daily Carpet Cleaning Daily Tile and Bare Floor Cleaning $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ENTER HOURS PER MONTH (Total per Quarter and Annual will be calculate automatically) Total Per Quarter Annual Total Common and Public Area Cleaning (To be done Quarterly) $0.00 $0.00 ENTER COST PER MONTH (Total Annual will be calculated automatically) Annual Total Windows (To be done Annually) $0.00 Air Quality (To be done Annually) $0.00 ENTER COST PER MONTH (Total Annual will be calculated automatically) Per Month Annual Total All Cleaning Supplies All Paper Products $0.00 $0.00 $0.00 $0.00 ENTER Multiplier: ##### Total Hours By Position/Title Billable Hourly Rate: Auto inserted from Billable Hour sheet $0.00 $0.00 $0.00 $0.00 $0.00 Annual Total of Project Totals $0 $0 $0 $0 $0 $0 NOTE: IT IS AGREED THAT THE MINIMUM WAGE TO BE PAID TO ALL EMPLOYEES, REGARDLESS OF THE NUMBER OF HOURS WORKED, WILL BE THE CURRENT BROWARD COUNTY LIVING WAGE. YES NO Agree to the above statement. Disagree to the above statement. Authorized Signature: Printed Name: THIS SHEET MUST NOT BE ALTERED OR REVISED. ANY REVISION TO THIS SHEET MAY RENDER THE PROPOSAL NON-RESPONSIVE

64 KNOW ALL MEN BY THESE PRESENTS: ATTACHMENT E FORM OF PERFORMANCE AND PAYMENT BOND That we as Surety, are bound to the Board of County Commissioners of Broward County, Florida, as Obligee, hereinafter called COUNTY, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract dated the day of, 20, with COUNTY for which Contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Performs the Contract between the CONTRACTOR and the COUNTY for construction of, the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Promptly makes payments to all claimants, as defined in Section (1), Florida Statutes, supplying CONTRACTOR with labor, materials, or supplies, used directly or indirectly by CONTRACTOR in the prosecution of the work provided for in the Contract; and 3. Pays COUNTY all losses, damages, expenses, costs and attorneys fees including appellate proceedings, that COUNTY sustained; and 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void; otherwise it remains in full force. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Whenever CONTRACTOR shall be, and declared by COUNTY to be, in default under the Contract, the COUNTY having performed COUNTY'S obligation thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions; or Page 63 of 70

65 ATTACHMENT E (Continued) FORM OF PERFORMANCE AND PAYMENT BOND (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible Bidder, or, if the COUNTY elects, upon determination by the COUNTY and surety jointly of the lowest responsible Bidder, arrange for a Contract between such Bidder and COUNTY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by COUNTY to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by COUNTY to CONTRACTOR. No right action shall accrue on this bond to or for the use of any person or corporation other than the COUNTY named herein and those persons or corporations provided for by Section , Florida Statutes, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section (2), Florida Statutes. Signed and sealed this day of, A. D., 20. (Name of Corporation) WITNESSES: CORPORATE SEAL) Secretary BY: (Signature and Title) BY: (Type Name and Title signed above) IN THE PRESENCE OF: INSURANCE COMPANY: BY: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: Page 64 of 70

66 ATTACHMENT "F" IRREVOCABLE LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Broward County through its Broward County Board of County Commissioners County Administrator Governmental Center 115 South Andrew Avenue Fort Lauderdale, Florida Expiry: Applicant: Amount: in United States Fund (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at (Branch Address) by order of and for the account of (Contractor, Applicant, Customer) up to an aggregate amount, in United States Funds, of available by your draft at sight, accompanied by: (1) A signed statement from the County Administrator of Broward County, or the Administrator's authorized representative, that the drawing is due to default in performance of certain obligations on the part of (Contractor, Applicant, Customer) agreed upon by and between Broward County and (Contractor, Applicant, Customer) pursuant to the Bid/Contract No. for (Name of Project) and Section , Florida Statutes. Drafts must be drawn and negotiated not later than (Expiration Date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number) of, dated (Bank Name) Page 65 of 70

67 ATTACHMENT "F" (Continued) IRREVOCABLE LETTER OF CREDIT This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the final completion of the Project by the (Contractor, Applicant, Customer) and final acceptance by Broward County. This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1984 revision), Publication No. 400 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. (NAME OF ISSUING BANK) Authorized Signature Type Name Type Title Page 66 of 70

68 Page 67 of 70 Attachment G Insurance Requirements

69 LETTER OF INTENT To Utilize a County Business Enterprise (CBE) Subcontractor/Subconsultant From (Name of Proposer/Bidder): Firm Address: Project Description: In response to Broward County s RFP/Bid No., the undersigned hereby agree to utilize the CBE firm listed below, if awarded the contract. The undersigned further certify that the firm has been contacted and properly apprised of the projected work assignment(s) upon execution of the contract with Broward County. Name of CBE Firm: Address of CBE Firm: Expiration of CBE Certification: Projected CBE Work Assignment (description of work assignment): Projected Percentage of Prime s Contract Fees to be awarded to CBE: (Dollar Amt or Percentage %) (Signature of Owner or Authorized Rep. Prime) (Date) Print Name (owner or authorized Rep. Prime): Subscribed and sworn to before me this day of 200. Notary s Signature Notary Seal: (ACKNOWLEDGEMENT BY THE PROPOSED CBE FIRM) The undersigned intends to perform work in connection with the above Contract as (check one) an individual a partnership a corporation a joint venture. The undersigned agrees with the prime contractor s/consultant s proposal and further certifies that all information provided herein is true and correct. (Signature of Owner or Authorized Rep. CBE) (Date) Print Name (owner or authorized Rep. CBE): Subscribed and sworn to before me this day of 200. Notary s Signature Notary Seal: Page 68 of 70

70 SCHEDULE OF (CBE) PARTICIPATION (Submit this form with an executed Letter of Intent from each CBE firm listed in this form) Bid/RLI/RFP #: Project Location: Date Form Submitted: Project Name: Project Start Date: Prime Contractor: Address: Contact Person: Telephone #: Fax #: CBE Subcontractor CBE Expiration date Address Phone Type of Work to be Performed Sub-contract Amount (Agreed Price ($) or Percentage (%) Total CBE Participation Total Contract Amount CBE Subcontractor Participation Percentage % (Total amount allocated to CBEs divided by Total Contract Amount) The listing of a CBE shall constitute a representation by the bidder/responder to Broward County that such CBE has been contacted and properly apprised of the upcoming County project. Bidders/Responders are advised that the information contained herein is subject to verification by the Small Business Development Division and that submission of said information is an assertion of its accuracy, per the requirements of the Small Business Development Program. I certify that the above information is true to the best of my knowledge: Signature: Title: Date: THIS DOCUMENT MUST BE PROVIDED WITH THE SUBMITTAL AND SIGNED BY THE PERSON SIGNING THE SUBMITTALSBDD COMPLIANCE FORM 2009-SOP Page 69 of 70

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Table of Contents Procurement Authority... 4 Scope of Service... 5 Submittal

More information

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Table of Contents Procurement Authority... 4 Project Funding Source... 5 Scope

More information

RLI No. R R1 Addendum No. 1 Page 1 of 1

RLI No. R R1 Addendum No. 1 Page 1 of 1 RLI No. R1018714R1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA RLI R1018714R1 - Health Insurance Portability and Accountability Act (HIPAA) and

More information

RLI No. R R1 Addendum No. 1 Page 1 of 2

RLI No. R R1 Addendum No. 1 Page 1 of 2 RLI No. R0995908R1 Addendum No. 1 Page 1 of 2 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA RLI Name: Risk Management and Claims Administration System (RMIS) ADDENDUM NO. 1

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

AVIATION DEPARTMENT - Fort Lauderdale/Hollywood International Airport 2200 SW 45 th Street, Suite 101 Dania Beach, Florida

AVIATION DEPARTMENT - Fort Lauderdale/Hollywood International Airport 2200 SW 45 th Street, Suite 101 Dania Beach, Florida AVIATION DEPARTMENT - Fort Lauderdale/Hollywood International Airport Dania Beach, Florida 33312 954-359-6100 Dear Proposer: ATTENTION Thank you for your interest in doing business with Broward County

More information

ATTENTION. Dear Vendor:

ATTENTION. Dear Vendor: 110 Northeast 3rd Street Suite 300 Fort Lauderdale, FL 33301 Tel: 954.357.4900 Fax: 954.357.8221 www.broward.org/housing ATTENTION Request for Letters of Interest (RLI) Housing Finance Authority of Broward

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

Bid Tabulation Packet for Solicitation OPN P2. Group Prepaid Legal Insurance Services (rebid) Bid Designation: Public

Bid Tabulation Packet for Solicitation OPN P2. Group Prepaid Legal Insurance Services (rebid) Bid Designation: Public 5 Bid Tabulation Packet for Solicitation Group Prepaid Legal Insurance Services (rebid) Bid Designation: Public p. 1 6 MetLife Item: Flat Rate Plan: 2018 Group Prepaid Legal Services:2018 Employee Flat

More information

Solicitation A P1. Emergency Management Contingency Consulting Services. Bid Designation: Public

Solicitation A P1. Emergency Management Contingency Consulting Services. Bid Designation: Public Solicitation A2113624P1 Emergency Management Contingency Consulting Services Bid Designation: Public Broward County Board of County Commissioners Bid A2113624P1 Emergency Management Contingency Consulting

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF DESIGN/BUILD SERVICES DESIRED FOR BP-00483 INTRUSION DETECTION SYSTEM & POND SECURITY FENCING (D/B) ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS For

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

More information

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS I. GENERAL The Westgate/Belvedere Homes Community Redevelopment Agency (WCRA) is seeking proposals from

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL COST ESTIMATING AND SCHEDULING SERVICES FOR THE MIAMI DADE AVIATION DEPARTMENT RFQ NO

ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL COST ESTIMATING AND SCHEDULING SERVICES FOR THE MIAMI DADE AVIATION DEPARTMENT RFQ NO ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL COST ESTIMATING AND SCHEDULING SERVICES FOR THE MIAMI DADE AVIATION DEPARTMENT RFQ NO. MDAD-17-02 Sealed Qualification Statements for the above

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6065/66 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR

More information

LEGAL SERVICES RFP # AUGUST 13, 2018

LEGAL SERVICES RFP # AUGUST 13, 2018 LEGAL SERVICES RFP #2018-27 AUGUST 13, 2018 Electronic Submittals are due by 4:30 PM on September 5, 2018 The EVERETT HOUSING AUTHORITY is soliciting proposals for Licensed Professional Legal Services.

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-376, SELECTION OF DESIGN CONSULTANT SERVICES FOR RUNWAY 18L-36R REHABILITATION AND RELATED WORK ORLANDO INTERNATIONAL AIRPORT SUBMISSION

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

construction plans must be approved for construction by the City PBZ department.

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

CITY OF EL PASO DE ROBLES The Pass of the Oaks

CITY OF EL PASO DE ROBLES The Pass of the Oaks CITY OF EL PASO DE ROBLES The Pass of the Oaks TO: FROM: SUBJECT: INTERESTED INDIVIDUALS OR FIRMS ANGELICA FORTIN, CITY LIBRARIAN INVITATION TO SUBMIT STATEMENTS OF QUALIFICATIONS AND PROPOSALS TO THE

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

Broward County Aviation Department 2200 SW 45th Street, Suite 101 Dania Beach, FL ATTENTION

Broward County Aviation Department 2200 SW 45th Street, Suite 101 Dania Beach, FL ATTENTION AVIATION DEPARTMENT - Fort Lauderdale/Hollywood International Airport Dania Beach, Florida 33312 954-359-6100 Dear Vendor: ATTENTION Thank you for your interest in doing business with Broward County at

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

DIVISION 2. - PURCHASES [11]

DIVISION 2. - PURCHASES [11] DIVISION 2. - PURCHASES [11] Sec. 2-261. - Definitions. Sec. 2-262. - Penalty. Sec. 2-263. - Purpose. Sec. 2-264. - Establishment of purchasing division. Sec. 2-265. - Appointment and functions of purchasing

More information

3043 Design-Build Contracts

3043 Design-Build Contracts 3043 Design-Build Contracts This policy is adopted pursuant to the Political Subdivisions Construction Alternatives Act (NEB. REV. STAT. 13-2901 through 13-2914). The board shall adopt a resolution by

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

Request for Proposal Records Management and Storage September 1, 2017

Request for Proposal Records Management and Storage September 1, 2017 Request for Proposal Records Management and Storage September 1, 2017-1- Table of Contents Page I. DESCRIPTION OF SERVICES... 1 II. SITE VISIT... 1 III. RULES AND INSTRUCTIONS... 1 IV. INSURANCE REQUIREMENTS...

More information

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSALS (RFP) FOR 2045 LONG RANGE TRANSPORTATION PLAN RFP No. 17-06 Commissioner Richard Blattner, Chair Gregory Stuart, Executive Director Broward Metropolitan Planning Organization 100

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

SUBMISSION REQUIREMENTS

SUBMISSION REQUIREMENTS GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W-00380 SELECTION OF CONTINUING CIVIL ENGINEERING SERVICES CONSULTANT ORLANDO INTERNATIONAL AIRPORT, ORLANDO EXECUTIVE AIRPORT, AND OTHER

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY PURCHASE ORDER TERMS AND CONDITIONS

HILLSBOROUGH COUNTY AVIATION AUTHORITY PURCHASE ORDER TERMS AND CONDITIONS HILLSBOROUGH COUNTY AVIATION AUTHORITY PURCHASE ORDER TERMS AND CONDITIONS These general conditions shall apply at all times to this Purchase Order, unless otherwise agreed to in writing by the Hillsborough

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

ATTENTION. Sincerely,

ATTENTION. Sincerely, B~bWARD COUNTY FLORIDA AVIATION DEPARTMENT - Fort Lauderdale-Hollywood International Airport 2200 SW 45'" Street, Suite 101 Dania Beach, Florida 33312 954-359-6100 ATTENTION Dear Vendor: Thank you for

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE SELECTION OF ARCHITECTS. ENGINEERS AND CONSULTANTS (including Underwriters and Financial Advisors) RULES OF THE RHODE ISLAND

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

ARCHIVED - MAY 20, 2014

ARCHIVED - MAY 20, 2014 TEXAS POLICY In Texas, organizations contracting directly with the Texas Department of Agriculture (TDA) to operate nutrition programs federally funded through the United States Department of Agriculture

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 Date: NOVEMBER 5, 2018 Project Name: Metro Bus Digital Advertising Program Proposal Submission: Proposals will be received until NOVEMBER 9, 2018

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ 18-067 For CONSULTANT SERVICES GATEWAY GREEN LIGHT (GGL) PHASE 4 PE CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

RFQu # Musical Instruments July 25, 2018

RFQu # Musical Instruments July 25, 2018 RFQu # 18-178 Musical Instruments July 25, 2018 Collier County Public Schools (CCPS) will accept submittals for RFQu (Request for Qualifications) #18-178 Musical Instruments. Products and services requested

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

MIAMI-DADE COUNTY, FLORIDA. Aviation Department Miami International Airport PERMIT

MIAMI-DADE COUNTY, FLORIDA. Aviation Department Miami International Airport PERMIT Permit No.: Cust. No.: Doc. Name: MIAMI-DADE COUNTY, FLORIDA Aviation Department Miami International Airport PERMIT Issued to: (Permittee) Effective Date: The holder of this Permit is granted a nonexclusive

More information

NAPA SANITATION DISTRICT Napa, California

NAPA SANITATION DISTRICT Napa, California NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In

More information

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6066 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR BID

More information

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information