Request for Proposals Healthcare Janitorial Services NEVADA HEALTH CENTERS INC.

Similar documents
The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS

May 22, Dear Proposed Vendor:

TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT REQUEST FOR PROPOSALS FOR CLEANING SERVICES

INVITATION TO BID JANITORIAL SERVICES

c. Contractor s employees will have a good personal appearance at all times.

Building Maintenance Proposal ACLC

City of El Centro Park & Recreation Division

Middlesex County College Edison, New Jersey

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY

Citylink Bus Maintenance Facility Janitorial Services

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY

This ITB is also available on the CEMCO website under the Community Tab:

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK

Janitorial Services Salem District Court House Sealed Bid Town of Salem. July 2018

CITY OF BURIEN, WASHINGTON

TOWNSHIP OF TOMS RIVER BID SPECIFICATIONS JANITORIAL SERVICES FOR THE DEPARTMENT OF PUBLIC WORKS, YOUTH CENTER AND RECREATION OFFICE

REQUEST FOR QUOTES FOR JANITORIAL SERVICES

QUOTATIONS FOR SMALL PURCHASE (QSP) No JS WM/MO Professional Janitorial Services

Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid)

THIS IS NOT AN ORDER! REQUEST FOR QUOTATION

RFP # City Of Hammond Purchasing Department. Janitorial Services for the City of Hammond For Fiscal Year

COUNTY OF PRINCE EDWARD, VIRGINIA

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

CONTRACTED CLEANING

Request for Proposals (RFP) For Janitorial Services Request for Proposals No. G057 Issued by:

REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Request for Proposals

County of Siskiyou Department of General Services

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

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

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

Request for Proposal

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

ADVERTISEMENT FOR REQUEST FOR PROPOSALS NOTICE TO PROPOSER:

INVITATION TO BID: APARTMENT CLEANING

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

INVITATION FOR BIDS BID PROPOSAL NO. J18135 TO PROVIDE CUSTODIAL AND YARD SERVICES FOR VARIOUS JUDICIARY FACILITIES ON OAHU

City of Mason. Request for Proposals for Janitorial Services. Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the:

Mold Remediation and Clean Up of Central High School

Purchasing Department, Room A College Rd. Key West, FL (305) , Fax (305)

Advertising Services Agreement

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

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

Dalton Farm Homeowners Association Roosevelt House Reservation Forms

REQUEST FOR PROPOSALS BUILDING CUSTODIAL & CLEANING SERVICES

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

High Point University Greek Village

Housekeeping / Janitorial contractor services for el Rio Health Center

Invitation To Bid. for

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT

APPLICATION FOR ALTERATIONS OR ADDITIONS

City of Page. Facilities Guidelines and Information. City of Page Facility Use Application

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

EXHIBIT C OPERATIONAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

Warner Robins Housing Authority

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

AGENDA ITEM # 9A/B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting October 9, Jason M. Bielawski, Assistant Village Administrator

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

INVITATION TO BID (ITB)

County of Mercer SPECIFICATIONS FOR BID FOR JANITORIAL SERVICES AT VARIOUS BUILDINGS IN MERCER COUNTY FOR A PERIOD OF TWO (2) YEARS

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

Invitation To Bid. Hart County Health Department Jill Garland, Office Manager (706)

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR SEALED BID PROPOSAL

INVITATION TO BID. Issued By COUNTY OF TAZEWELL OFFICE OF THE COUNTY FINANCE DIRECTOR CRAIG A. PETERS CPA

STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY)

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

REQUEST FOR PROPOSAL

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

REQUEST FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT

CITY OF ANN ARBOR INVITATION TO BID

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

INVITATION TO BIDDERS

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

NOTICE TO BID. CORAL ACADEMY OF SCIENCE LAS VEGAS a Nevada Public Charter School

La Grange Public Library Request for Proposal For Cleaning Services

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Transcription:

Request for Proposals Healthcare Janitorial Services NEVADA HEALTH CENTERS INC. 1. Description of the Project: Nevada Health Centers, hereafter called NVHC, is requesting proposals (RFP) from qualified firms (Contractors) for the cleaning and general sanitary maintenance (janitorial services) of NVHC facilities located within the Las Vegas area. NVHC is a 501(c) 3 nonprofit Nevada Corporation that provides primary medical and dental care to insured patients as well as un-insured and underinsured patients from fixed and mobile medical facilities. NVHC also operates WIC (Women, Infants & Children) clinics. In total, NVHC operates from thirteen fixed-site locations and utilizes three mobile units. NVHC sites operate on varied schedules, but are generally open Monday through Friday between 7 am and 5 pm. Addresses, hours of operations, square footage, and special cleaning needs for each individual location are indicated in Exhibit B, attached. 2. Scope of Work: The successful Contractor must provide the minimum Healthcare Janitorial Services outlined in Exhibit A and well as those services additional services outlined in Exhibit C. Normal cleaning operations at the NVHC sites must be scheduled when facilities are closed to the public with the exception of Day Porter services. The cleaning frequency is dependent upon the days of operations. Frequency should match the number of days per week that the facility is open. For example, facilities open five days per week will need to be cleaned 5 days per week. Facilities open two days per week will need to be cleaned two days per week. Cleaning must occur prior to the next regularly scheduled operating day. The successful Contractor must furnish all equipment, machinery, supplies, transportation and all other implements necessary to execute this contract. This includes, but is not limited to; scrubbing machines, buffers, vacuum cleaners, carpet cleaners, dust mops, brooms, rags, brushes, cleaning agents, floor finishes, etc. The RFP should include an outline of the type of equipment the Contractor intends to use so as to indicate if Contractor has sufficient equipment and supplies for each of the individuals who will be executing the agreement. NVHC may request that the contractor provide paper goods, hand soaps, and similar products for some locations. These goods are not being evaluated in this RFP, but will be discussed with the firm selected to provide the services. Contractor s response must propose a plan on accomplishing the minimum services required under Exhibit A, as well as services that may be in addition to the minimum services required at a given site and noted in Exhibit C. The plan should include the

number of personnel used to execute the contract, the time each day when personnel will report to perform the services, and the estimated time it will take to complete the services indicated. Contractor must document that sufficient personnel are employed to ensure that all services can be performed as required in this contract under all circumstances. NVHC requires the successful Contractor to secure all windows, doors, and check & set all security alarms prior to leaving each premise. Violation of this responsibility may lead to immediate termination of the contract. The successful Contractor must document that all employees have been fully trained and skilled in safe and proper housekeeping techniques. Contractor shall a submit statement outlining their training program and method of verifying employee competency. Failure to do so may be cause for rejection of the bid. The use of custodians who are not adequately trained may be sufficient grounds for termination of the Contract. Emphasis should be placed on handling hazardous materials (proper cleanup of blood and body fluids). This training includes OSHA requirements related to Safety Data Sheets, proper labeling of hazardous materials, use of caution signs, bloodborne pathogen training and other related requirements. Slip Resistance: The successful Contractor shall verify that all floor finishes, seals, spray buff solutions and other such chemicals applied to non-carpeted floors provide adequate protection against slippery floors. Any observed instances of slippery or slick floors shall be corrected immediately upon discovery. Germicidal Properties: The successful Contractor shall use only germicidal disinfectants that bear an Environmental Protection Agency (EPA) Registration Number. Safety Data Sheets: The successful Contractor shall furnish to the Representative of NVHC copies of Safety Data Sheets (SDS) for all products used prior to beginning service in any Facilities and must update copies of the SDS on an annual basis. In addition, each time a new chemical or cleaning product is introduced into a facility, a copy of that product s SDS must be provided to the Representative of NVHC, prior to the product being used. Labeling of Supplies/Chemicals: The successful Contractor shall purchase, issue and use all chemicals in their original containers or in containers that are properly labeled in accordance with OSHA regulations. Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law, regulatory agencies or this Contract. Markings or labeling of materials containing hazardous or toxic substances or wastes shall be in accordance with all federal, state and local laws, ordinances, rules and regulations. The successful Contractor and all employees are required to comply with the Health Insurance Portability and Accountability Act (HIPPA). The Contractor will be

required to sign a business affiliate agreement. The Contractor will provide a statement indicating that all employees have been properly trained to understand HIPPA regulations and requirements. 3. Qualifications of Contractors: The Contractor must provide qualifications as to its ability to provide healthcare janitorial services to NVHC. Qualifications include, but are not limited to; previous commercial experience, current commercial cleaning contracts, length of time the Contractor has been providing healthcare janitorial services, length of time employees have been employed by the Contractor, and any special qualifications the employees or Contractor may have. Contractors must have a minimum of two years experience in a professional healthcare janitorial setting providing similar services as those outlined in the appendices. The NVHC reserves the right to request immediate removal of any employee under Contractor employment if they deem them unfit for service for any reason not contrary to law. The Contractor must submit a summary of work completed with commercial accounts and detailing work completed within the health care industry. This documentation should include information on the type of health care setting, the types of services provided, cost control measures employed, work quality, ability to meet schedules, and any other information the Contactor deems appropriate or helpful in making a determination on the selection of a vendor. 4. References: Please provide a list of clients, including contact names, titles, and phone numbers. A minimum of three (3) are required, two of which must be health care facilities. References will be checked. 5. Information provided by Nevada Health Centers: Contractors are solely responsible for conducting their own research, due diligence or other work necessary for the preparation of proposals, negotiation of agreements or delivery of services pursuant to any agreement. NVHC takes no responsibility for the completeness or the accuracy of any information presented in the RFP or otherwise distributed or made available during this procurement process. 6. Schedule: NVHC intends to adhere to the following schedule. However, it reserves the right to modify this schedule. Issue RFP April 13, 2018

Walkthrough all sites (escorted) Saturday, May 5, 2018, 8 am Deadline to submit additional questions May 11, 2018, 5:00 pm Proposal due date May 24, 2018, 5:00 pm Contract Award TBD Service start date July 1, 2018 7. Due Date: Proposals must be delivered in sealed envelopes or boxes and must be addressed to and received at: Nevada Health Centers 1799 Mount Mariah Dr. Las Vegas, NV 89106 Proposal must be received no later than 5:00 p.m. May 24, 2018. Envelopes or boxes must be clearly marked Proposal for Healthcare Janitorial Services. Contractors are fully responsible for timely delivery of proposals. Any proposal received after the stated closing time will not be considered. If proposals are sent by mail, the Contractor is responsible for assuring actual delivery of the proposal to the above address before the advertised date and hour. 8. Number of Copies: Contractors must submit one (1) original, plus one (1) copy of the proposal. All expenses associated with this submittal must be borne by the Contractor. 9. Inquiries: Questions and/or clarifications regarding this RFP will be accepted via e-mail through 5:00 pm, Friday, May 11, 2018. E-mail responses to all submitted inquiries will be provided and distributed to all recipients of this RFP. No Contractor may rely upon oral responses made by any representative of NVHC. Questions or clarification concerning this RFP should be directed to: Stacey Giomi, Director of Facilities Nevada Health Centers sgiomi@nvhealthcenters.org 775-888-6661 Contractors making contact with any other NVHC employee regarding this RFP may be disqualified. Contractors have no claim against Nevada Health Centers for failure to obtain information which the Contractor could have remedied through the exercise of due diligence. 10. Inspection of Premises: An escorted building walk-through is scheduled for all interested parties on Saturday, May 5, 2018 commencing at 8:00 am. The walk through will involve a tour of each fixed site and available mobile units. This will be the only opportunity to view each site being proposed for janitorial services under this

RFP. Contractor s wishing to bid on this proposal will not have any other opportunity to tour facilities. Contractors wishing to participate in the tour will be responsible for their own transportation. The tour will start at our NVHC Administrative Offices at 1799 Mount Mariah Dr., Las Vegas, NV 89106. Site locations and the order in which they will be toured will be provided at the time of the scheduled walk-through. RSVP for the tour is MANDATORY. Please RSVP via e-mail to:sgiomi@nvhealthcenters.org The RSVP should contain the individual(s) name who will participate in the tour, the company they represent, and their phone number. 11. Binding Offers: All proposals submitted are required to be binding offers, enabling acceptance by NVHC to form a binding contract. NVHC reserves the right to revise or amend the specifications prior to the date set for opening proposals. Such revisions or amendments, if any, will be announced by amendments or addendum to these specifications. Copies of such amendments or addendum so issued will be furnished to all prospective Contractors. Contractors are to provide email address to the NVHC Agency Liaison for communications relating to revisions/amendments. NVHC reserves the right to accept or reject any or all Proposals or to select the Proposer(s) that, in the opinion of the NVHC, will be in the best interest of and/or the most advantageous to NVHC. NVHC also reserves the right to reject the Proposal of any Proposer(s) who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this RFP. NVHC reserves the right to waive any irregularities and technicalities and may, at its discretion, withdraw and/or re-advertise the RFP. 12. Subcontracts Not Permitted: Contractor may not assign or subcontract any part of its duties, obligations, or rights. 13. Independent Contractor: The employees, officers and agents of the Contractor are not, nor shall they be deemed for any purpose, employees or agents of Nevada Health Centers, nor are they entitled to any rights, benefits, or privileges of NVHC employees. It is understood that the relationship of the Contractor to Nevada Health Centers will be that of an independent contractor. 14. Requirements of the Independent Contractor: a) Maintain a monthly inventory of all cleaning chemicals, paper products and equipment required to perform tasks. b) Contractor employees shall wear visible identification (ID badge) and/or a

uniform identifying the Contractor company name at all times when performing custodial services. c) Establish a primary and secondary contact person whom would be available for any custodial emergencies and who will act as the Contractor point of contact. d) Ensure all his/her employees shall observe all rules and regulations when conducting businesses on NVHC premises. e) To inform of any problems (cleaning, security, lighting, maintenance, employees, tenants, etc.) the day after it occurs or immediately if necessary. f) Contractor s employees may not bring children to facilities while performing services. Contractor shall employ employees who shall be of stable emotional character. Contractor shall defend and hold NVHC harmless for the actions, implied actions or omission of Contractor employees towards any tenant, guest or invitees of the building. 15. Conduct of Work: Each Contractor shall submit, with their proposal, the number of persons and the estimated number of hours to complete the cleaning for each facility. Failure to provide documentation may result in disqualification of proposal. Any work that is unsatisfactory to NVHC s representative will be called to the attention of the contractor and the contractor will be required to properly service the area in question and take steps to improve the overall results in the future. Failure by the contractor to comply with such requests will result either in the corrective work being done by others with the cost charged to the contractor, or by deductions being imposed. If the contractor fails to rectify the unsatisfactory conditions, the contract will be terminated. The successful contractor shall conduct cleaning in such a manner that there will be no interruption in or interference with the proper execution of NVHC business. Quality control inspections are to be performed on an agreed upon schedule. Any reported deficiency in the performance of these specifications will be corrected within 24 hours. Failure to provide services in accordance with the specifications may result in nonpayment of services by adjustment of monthly fees. Failure to provide services may be cause for termination of contract. All trash and waste products are to be taken to dumpsters daily, lids and gates of

dumpsters are to be left in a closed position and locked (if locks are provided). Recycling (if provided) will be taken to the dumpsters daily. Contractor shall minimize the effects of noise, odor, light, fugitive dust emissions, and traffic movement on and/or adjacent to site property. 16. Confidentiality: Proposals will be kept confidential and will not be shared with other vendors or contractors. Documents may become public as required under federal regulations. If it is deemed that documents must become public then all documents pertaining to this submittal will be open for public inspection except material(s) designated by the Contractor as proprietary or confidential. NVHC will not disclose or make public any pages of a proposal on which the Contractor has stamped or imprinted the words Proprietary or Confidential. Confidential or proprietary data is normally restricted to confidential financial information or data that qualifies as a trade secret. Upon award of the contract Contractor will provide NVHC with list of staff names for the issuance of property access cards or building keys. The Contractor must sign for these cards/keys and update NVHC immediately of staff changes. Contractor is required to maintain an accurate inventory and notify NVHC immediately if custodial staff fails to return access cards/keys upon termination of employment either voluntary or involuntary. Contractor will be charged for replacement cards/keys and any additional charges incurred. The Contractor must return all issued property access cards/keys at the termination of the contract. 17. Prohibited Contacts: The Contractor, including any person affiliated with or in any way related to the Contractor, is strictly prohibited from any contact with the evaluation committee members on any matter having to do in any respect with this RFP other than as outlined within this document. Failure by any Contractor to adhere to this prohibition may, at the sole discretion of NVHC, result in disqualification and rejection of any proposal. 18. Pricing: The subsequent contract is considered a FIRM FIXED-PRICE CONTRACT. The fee proposed shall remain firm and must include all charges that may be incurred in fulfilling the terms of the contract. In the event the contract is renewed, the contract unit price must be firm for the duration of the contract, unless otherwise stipulated in these Special Provisions: A. The awarded Contractor price to be paid is subject to increase or decrease upon approval of the Contractor s written request to NVHC. Written requests must be received sixty (60) days prior to the expiration of the term in force. The request must include the cause for adjustment and must include the amount of change requested with documentation to support the requested

adjustment. B. The requested contract price increase is effective only upon approval of NVHC. 19. Payments: The successful Contractor will submit invoices at the end of each monthly billing period. Invoice amounts will be based upon Contractor s services as rendered. Invoices must be detailed and must be submitted no later than thirty (30) calendar days after the date of services have been rendered. Invoices received after this time will be considered null and void. Payments will be paid to Contractor within thirty (30) days following receipt of a properly detailed invoice. 20. Term: The term of the agreement is two (2) years, subject to earlier termination or extension pursuant to the Agreement provisions. The Agreement will renew automatically for one (1) additional two-year term unless notice is given by either party to the other by U.S. Certified Mail of its intent not to renew at least sixty (60) days prior to the expiration of the term in force. A sample Agreement is attached as Exhibit D. A written contract will be entered into between NVHC and the successful Contractor. 21. Proposal Format Requirements: Contractors must follow the format outlined in this section. Failure to do so may result in rejection of the submittal. Legibility, clarity, and completeness are essential. Proposals must be organized as follows: o Request for Proposal Form (Exhibit B) o Cover letter o Title Page o Approach to the Scope of Services o Qualifications and Experience of Contractor and staff Include training provided to employees and document that all employees have received all training required under federal, state, and local regulations as outlined in this RFP o Proof of workers compensation coverage or exemption from such o Proof of general liability insurance o Proof of appropriate business license o Proposal Schedule additional services (Exhibit C) NVHC reserves the right to reject any and/or all submittals, to waive technicalities, to re-advertise, or to otherwise proceed when the best interest of the agency will be

realized. 22. Contents of Proposal: The Contractor must provide the required information both as to itself and any other person, including any corporation, partnership, contractor, joint venture, consortium, or individual which the Contractor intends to assign to a key management role in the preparation of the healthcare janitorial services to which the Contractor intends to assign material responsibilities under such agreement. The Request for Proposal form, Exhibit B and the Proposal Schedule, Exhibit C, must be completed, signed, and incorporated into the submitted proposal. Failure to do so may result in disqualification. The Cover letter should contain the following information: o Designation of the entity that will contract with NVHC; o A brief identification of the roles of all principal Contractor team members; o Identification of the principle contact person for the Contractor and an alternate contact person together with addresses, telephone and facsimile numbers, and email addresses; o A clear statement indicating that the attached proposal constitutes a clear and binding offer by the Contractor to NVHC; and o A clear statement indicating that all information in support of the proposal is accurate, truthful, and factual. The Title Page should be on the letterhead of the Contractor (if available). It should identify the name, title, company, mailing address, phone numbers, and e- mail addresses of the person(s) authorized to commit the Contractor to contractual arrangements with NVHC. This person(s) will be considered to be the Contractor s contact point for all communication regarding this procurement. The Approach will include a description of how services will be provided or what tasks will be done in response to the Scope of Work and tasks outlined in Exhibit A and the additional services outlined in Exhibit C. The description should show how the Contractor intends to perform services. The Contractor should provide detailed information on the qualifications and experience of the company and the staff who will be providing the services. Contractor must also provide a listing of at least three (3) client references, two (2) of which should be health care references. Also include the resume and qualifications of the Service Manager who will be managing the healthcare janitorial services. Proof of workers compensation coverage or exemption from coverage should come in the form of a copy of coverage certification or an exemption certificate or letter. Proof of general liability insurance should come in the form of a certificate of coverage listing limits ($1,000,000 combined limits required at a minimum), deductibles and any self-insured retentions. NVHC may require bonds for high

deductibles or high self-insured retentions. Upon awarding of the contract, NVHC must be named as an additional insured. Proof of an appropriate business license should come in the form of a copy of the issuing governmental agency business license. 23. Criteria for Award: Proposals for consideration must contain evidence of the Contractor s experience and abilities in the specified area and other disciplines directly related to the proposed services. An NVHC selection committee will review and evaluate all replies and proposals. The selection committee will only consider the response to this solicitation for selection of a contractor. It is critical, therefore, that Contractors provide information completely, accurately, and clearly. Evaluation of the responses will be based on the following criteria: o 45 points Past record of performance & experience in a similar health care setting. o 25 points Price (*) o 10 points Qualification of the firm to perform the services o 10 points Responsiveness to RFP o 10 points Completeness of the proposed approach to Scope of Services (*)The Contractor with the lowest price will receive the 25 points available for price. The next lowest will receive 20 points, then 15, 10, etc. 24. Discrepancies, Error and Omissions: Any discrepancies, errors, or ambiguities in the RFP or addenda (if any) should be reported in writing to the NVHC Agency Liaison. Should it be necessary, a written addendum will be incorporated to the RFP. The Agency Liaison will NOT be responsible for any oral instructions, clarifications, or other communications.

EXHIBIT A Healthcare Janitorial Services Nevada Health Centers Nevada Health Centers requires that the facility be cleaned and maintained at a level of quality commensurate with the highest standards of professional healthcare janitorial services. The following schedule guidelines set forth those services that MUST be performed at all sites. Exhibit C lists specific services that are needed based upon site location. DAILY SERVICES Vacuum all areas, including cubicles, hallways, conference rooms and under all desks, tables, and large furniture Sweep and/or dust mop all floor surfaces Corners/edges free of debris (baseboard) Mop all hard surface floors (VCT, tile, etc.) Spot clean carpet stains, spills Spot clean walls, especially in hallways, exam rooms and conference rooms (only washable walls are to be spot cleaned) Feather dust televisions Dust conference room tables Empty all trash receptacles (items not in the receptacle are not be thrown out unless specifically marked for disposal) and replace bags Transport trash & recycling to appropriate outside disposal bins Empty all red bag trash receptacles and replace bags Transport all red bag trash to proper container as identified at each site. Wipe down and sanitize all counters, exam tables, chairs, sinks, etc. in all exam rooms and laboratory areas Wipe down and sanitize waiting room chairs, tables, cabinets and counter surfaces Clean transaction window on both sides in check-in/check-out area Replace chairs, tables, etc. to proper position. Dust all ledges and other flat surfaces within reach Dust counters and file cabinets Remove fingerprints from door and partition glass Disinfect all drinking fountains Restrooms: o Clean wash basins, dispensers and chrome fittings and faucets o Clean restroom mirrors and frames o Sanitize toilets, toilet seats, and urinals including underside of urinals and toilet bowls o Empty and sanitize sanitary napkin dispensers o Dust ledges and partition o Disinfect hardware on bathroom doors and stalls o Remove any soap scum or residue and/or hard water stains from sinks and hard

surfaces. o Empty trash receptacles and remove trash to dumpster o Refill toilet tissues, hand soap, towels and sanitary napkin dispensers o Ensure soap/sanitizer dispensers are filled as needed Kitchen o Clean and wipe break area/kitchen tables o Scour kitchen sink, disinfect and shine faucets o Wipe down and sanitize refrigerator and microwave exterior door handles o Soap, tissues, etc., well stocked and replenished Keep janitor closets clean and orderly NOTE: 1. All disinfectants must be hospital grade 2. Report to any building deficiencies, items needing maintenance or critical issues to Agency Liaison WEEKLY SERVICES Dust wipe and sanitize all telephones, including ear and mouth pieces Fill floor drains with germicidal solution, filling p-trap to alleviate sewer gas smell Hand dust and wipe clean with damp or treated cloth, office desktops and exposed furniture surface areas (DO NOT move or adjust paperwork or other items on desk top surfaces) Dust/clean baseboards Wipe down bathroom walls, including partitions walls Disinfect all back splash walls in kitchen and breakroom Polish all conference room tables Clean all conference and office chairs including legs, arm rests, and chair base Vacuum upholstery chairs/furniture Dust artwork Dust book shelves and filing cabinets in offices, cubicles and conference rooms Dust tops of cubicle partitions Polish or clean door kick plates & thresholds as necessary MONTHLY SERVICES Check all overhead light lenses and clean as necessary Vacuum edges and corners of floors Vacuum (with crevice tool) behind doors and furniture Wash all waste baskets as necessary Dust top of cabinets High dust ledges and partitions Dust exit signs Dust lights, ceilings, walls, corners, etc. paying attention to spider webs and dust Wipe walls in hallways in patient areas

Clean floor chair protectors Dust or clean window sills and frames QUARTERLY Dust or vacuum ceiling intake and AC vents Dust vertical and horizontal window blinds Dust exposed overhead pipes and sprinklers DAY PORTER DUTIES (At select locations and only when requested) Clean and restock (paper products) restrooms Keep common areas clean of trash Spot clean spills or areas of the facility needing interim cleaning Empty trash in all rooms (exam rooms, offices, common areas, etc.) CLOSING INSTRUCTIONS Clean and organize janitor s closet Lock all designated doors Turn off all lights (facilities with automatic lighting controls exempted) Set alarm system Report maintenance issues, damage, or any other facility or janitorial related issued to designated NVHC Liaison.

EXHIBIT B REQUEST FOR PROPOSALS RFP TITLE: Proposal for Healthcare Janitorial Services PROPOSAL OPENING DATE: Monday, May 24, 2018, 5:00 pm. IMPORTANT PROPOSALS MUST BE SUBMITTED IN A SEALED ENVELOPE OR BOX WITH THE RFP NAME PROPOSAL FOR HEALTHCARE JANITORIAL SERVICES CLEARLY INDICATED ON THE FRONT OF THE ENVELOPE OR BOX. FAXED PROPOSALS WILL NOT BE ACCEPTED. The opening of proposals will be conducted in private to maintain the confidentiality of the contents of all proposals. CONTRACTOR MUST COMPLETE THE FOLLOWING (Please Print) COMPANY NAME CONTACT PERSON MAILING ADDRESS/CITY/STATE/ZIP PHONE NUMBER EMAIL ADDRESS

EXHIBIT C PROPOSAL SCHEDULE LOCATIONS ADDITIONAL SERVICES Additional services will be performed on an as needed basis and may be done quarterly, semiannually or annually as determined by NVHC. These additional services will be quoted on a per event basis. These services include; carpet cleaning, VCT floor servicing, tile floor servicing, pressuring washing sidewalks and entries, policing parking lots for trash, etc. For the services as outlined, I, representing the firm of, will perform the necessary healthcare janitorial services identified in Exhibit A and C according to the request for proposals enclosed and for the fees identified below. MARTIN LUTHER KING HEALTH CENTER 1799 Mount Mariah Dr. Las Vegas, NV 89106 5 Days per week TOTAL SQUARE FOOTAGE: 30,800 Monday Thru Friday 7:00 am to 6:00 pm DAY PORTER SERVICES (4 HRS/DAY): Monthly Amount $ Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Police parking lot Power wash front entrance Ceramic tile/floor cleaning Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior Clean garage floor

CAMBRIDGE FAMILY HEALTH CENTER 3900 Cambridge St., Suite 102, Las Vegas, NV 89119 5 Days per week TOTAL SQUARE FOOTAGE: 5,745 Monday Thru Friday 7:00 am to 5:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior WIC CAMBRIDGE 3900 Cambridge St., Suite 202, Las Vegas, NV 89119 5 Days per week TOTAL SQUARE FOOTAGE: 2,703 Monday Thru Friday 8:00 am to 5:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Area rug cleaning Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

EASTERN FAMILY MEDICAL & DENTAL HEALTH CENTER 2212 S. Eastern Ave., Las Vegas, NV 89104 5 Days per week TOTAL SQUARE FOOTAGE: 9,500 Monday Thru Friday 7:00 am to 6:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Police parking lot Power wash front entrance Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior HENDERSON HEALTH CENTER 98 E. Lake Mead Parkway, Suite 103, Henderson, NV 89015 5 Days per week TOTAL SQUARE FOOTAGE: 4,431 Monday Thru Friday 8:00 am to 6:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

LAS VEGAS OUTREACH HEALTH CENTER 47 W. Owens Ave., Las Vegas, NV 89030 5 Days per week TOTAL SQUARE FOOTAGE: 2,000 Monday Thru Friday 7:00 am to 4:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring C.P. SQUIRES SCHOOL-BASED HEALTH CENTER 1312 E. Tonopah Ave., North Las Vegas, NV 89030 1 Day per week TOTAL SQUARE FOOTAGE: 1,750 Tuesday 7:00 am to 4:00 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Police parking lot Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

NORTH LAS VEGAS HEALTH CENTER 2225 Civic Center Dr., Suite 224, North Las Vegas, NV 89030 5 Days per week TOTAL SQUARE FOOTAGE: 5,516 Monday thru Friday 8 am to 5 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior WIC NORTH LAS VEGAS 2225 Civic Center Dr., Suite 150, North Las Vegas, NV 89030 5 Days per week TOTAL SQUARE FOOTAGE: 5,869 Monday Thru Friday 7:30 am to 4:30 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Area rug cleaning Ceramic tile/floor cleaning Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

WIC ARVILLE 4601 W. Sahara Ave., Suite I, Las Vegas, NV 89102 5 Days per week TOTAL SQUARE FOOTAGE: 3,000 Monday Thru Friday 7:30 am to 4:30 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Area rug cleaning Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior WIC BONANZA 5001 E. Bonanza Rd., Suite 104, Las Vegas, NV 89110 5 Days per week TOTAL SQUARE FOOTAGE: 4,178 Monday Thru Friday 7:30 am to 4:30 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Area rug cleaning Ceramic tile/floor cleaning Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

WIC GOWAN 3650 N. Rancho Dr., Suite 101, Las Vegas, NV 89130 5 Days per week TOTAL SQUARE FOOTAGE: 3,405 Monday Thru Friday 7:30 am to 4:30 pm Monthly Amount $ ADDITIONAL SERVICES Service Amount Per Service Police exterior immediate area Area rug cleaning Steam cleaning carpets Spray buff VCT flooring Top scrub & wax VCT flooring Strip and wax VCT flooring Clean refrigerator interior

NVHC operates two mobile medical units; the Mammovan and the Ronald McDonald Care Mobile. These two mobile units travel throughout the state and are not always available to be serviced. Cleaning these vehicles will be done on a daily basis whenever the units are housed in Las Vegas and when directed by NVHC staff. MAMMOVAN 1799 Mount Mariah Dr., Las Vegas, NV 89106 TOTAL SQUARE FOOTAGE: Varied 1,000 (approximately) Varies Daily Amount $ RONALD MCDONALD CARE MOBILE 1799 Mount Mariah Dr., Las Vegas, NV 89106 TOTAL SQUARE FOOTAGE: Varied 600 (approximately) Varies Daily Amount $

EXHIBIT D HEALTHCARE JANITORIAL SERVICES NEVADA HEALTH CENTERS SAMPLE AGREEMENT THE PARTIES AGREE AS FOLLOWS: 1. PARTIES This agreement is entered into by and between (insert name of contractor and address), hereinafter Contractor and Nevada Health Centers, hereinafter NVHC. 2. EFFECTIVE DATE, DURATION, AND RENEWAL 2.1 Contract Term. This contract shall take effect on July 1, 2017, and terminate on June 30, 2020 unless terminated earlier or extended in accordance with the terms of this contract. 2.2 Contract Renewal. This contract may, upon mutual agreement between the parties and according to the terms of the existing contract, be renewed one time for a two (2) year intervals. This contract, including any renewals, may not exceed a total of 4 years. 3. COST/PRICE ADJUSTMENTS Price Adjustments Negotiated Based on Changes in Contractor's Costs. Price adjustments may be permitted at the time of contract renewal through a process of negotiation with the Contractor and NVHC. Any price increases must be based on demonstrated industry wide or regional increases in the Contractor's costs. Publications such as the Federal Bureau of Labor Statistics and the Consumer Price Index (CPI) for all Urban Consumers may be used to determine the increased value. 4. SERVICES AND/OR SUPPLIES Contractor agrees to provide to NVHC all services identified in Exhibit A and C and which are further identified in Contractor s response to the FRP. All documents noted above are incorporated as part and parcel of this agreement. 5. CONSIDERATION/PAYMENT 5.1 Payment Schedule. In consideration for the services to be provided, the Agency shall pay according to the following schedule: Contractor must submit invoices at the end of each monthly billing period. Invoice amounts will be based upon Contractor s services as rendered at the rates delineated in Exhibit A and C. Invoices must be detailed and must be submitted no later than thirty (30) calendar days after the date of services have been rendered. Invoices received after this time are considered null and void. Payments will be paid to Contractor within thirty (30) days following receipt of a properly detailed invoice.

5.2 Withholding of Payment. The Agency may withhold payments to the Contractor if the Contractor has not performed in accordance with this contract. Such withholding cannot be greater than the additional costs to the Agency caused by the lack of performance. 6. ACCESS AND RETENTION OF RECORDS 6.1 Access to Records. The Contractor agrees to provide the NVHC, NVHC s Auditor or their authorized agents access to any records necessary to determine contract compliance. 6.2 Retention Period. The Contractor agrees to create and retain records supporting the provision of healthcare janitorial services for a period of three years after either the completion date of this contract or the conclusion of any claim, litigation, or exception relating to this contract taken by NVHC, or a third party. 7. ASSIGNMENT, TRANSFER, AND SUBCONTRACTING The Contractor shall not assign, transfer, or subcontract any portion of this contract. 8. HOLD HARMLESS/INDEMNIFICATION The Contractor agrees to protect, defend, and save (NVHC, its employees, board members, appointed officials, and agents, while acting within the scope of their duties as such, harmless from and against all claims, demands, causes of action of any kind or character, including the cost of defense thereof, arising in favor of the Contractor's employees or third parties on account of bodily or personal injuries, death, or damage to property arising out of services performed or omissions of services or in any way resulting from the acts or omissions of the Contractor and/or its agents, employees, representatives, assigns, subcontractors, except the sole negligence of NVHC, under this agreement. 9. REQUIRED INSURANCE 9.1 General Requirements. The Contractor shall maintain, for the duration of the contract, at its cost and expense, insurance against claims for injuries to persons or damages to property, including contractual liability, with combined limits of $1,000,000, which may arise from or in connection with the performance of the work by the Contractor, agents, employees, representatives, or assigns. This insurance shall cover such claims as may be caused by any negligent act or omission. NVHC, its officers, officials, employees, and volunteers are to be covered and listed as additional insured; for liability arising out of activities performed by or on behalf of the Contractor, including the insured's general supervision of the Contractor; products, and completed operations; premises owned, leased, occupied, or used. 9.2 Deductibles and Self-Insured Retentions. Any deductible or self-insured retention must be declared to and approved by the NVHC. At the request of the NVHC either: (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the NVHC, its officers, officials, employees, or volunteers; or (2) at the expense of the Contractor, the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, and defense expenses. 9.3 Certificate of Insurance/Endorsements. A certificate of insurance from an insurer with a

Best's rating of no less than A- indicating compliance with the required coverage s, must be received by NVHC, at the time this contract is awarded. The Contractor must notify the Agency immediately, of any material change in insurance coverage, such as changes in limits, coverage s, change in status of policy, etc. The Agency reserves the right to require complete copies of insurance policies at all times. 10. COMPLIANCE WITH WORKERS' COMPENSATION ACT Contractors are required to comply with the provisions of the State of Nevada workers compensation laws. Proof of compliance must be in the form of workers' compensation insurance or proof of exemption from coverage. Neither the contractor nor its employees are employees of the NVHC. 11. COMPLIANCE WITH LAWS The Contractor must, in performance of work under this contract, fully comply with all applicable federal, state, or local laws, rules, and regulations, including the Civil Rights Act of 1964, the Age Discrimination Act of 1975, the Americans with Disabilities Act of 1990, and Section 504 of the Rehabilitation Act of 1973. The Contractor agrees that the hiring of persons to perform the contract will be made on the basis of merit and qualifications and there will be no discrimination based upon race, color, religion, creed, political ideas, sex, age, marital status, physical or mental disability, or national origin. 12. CONTRACT TERMINATION 12.1 Termination for Convenience. NVHC may, by written notice to the Contractor, terminate this contract without cause. The Agency must give notice of termination to the Contractor at least sixty (60) days prior to the effective date of termination. 12.2 Termination for Cause. NVHC may terminate this contract for cause if the Contractor is not compliant with the provisions of services as outlined in the original proposal. Prior to termination for cause, Contractor will be provided written instructions on how to remedy deficiencies. The Contractor will have thirty (30) days to remedy the deficiencies. If, after the thirty (30) day period the deficiencies are not remedied to the satisfaction of NVHC, the contract may be terminated immediately. 13. LIAISON AND SERVICE OF NOTICES All project management and coordination on behalf of the NVHC shall be through a single point of contact designated as the NVHC liaison. Contractor shall designate a liaison that will provide the single point of contact for management and coordination of Contractor's work. All work performed pursuant to this contract shall be coordinated between the Agency's liaison and the Contractor's liaison. Stacey Giomi, Director of Facilities Nevada Health Centers 3325 Research Way Carson City, NV 89706 775-888-6661 sgiomi@nvhealthcenters.org

Contractor. (Address): (City, State, ZIP): Telephone: Cell Phone: Fax: E-mail: will be the liaison for the The Agency's liaison and Contractor's liaison may be changed by written notice to the other party. Written notices, requests, or complaints will first be directed to the liaison. All official notices and invoices will be directed to NVHC at the following address: Nevada Health Centers 3325 Research Way Carson City, NV 89706 14. MEETINGS The Contractor is required to meet with the Agency's personnel, or designated representatives, to resolve technical or contractual problems that may occur during the term of the contract or to discuss the progress made by Contractor and the Agency in the performance of their respective obligations, at no additional cost to the Agency. Meetings will occur as problems arise and will be coordinated by the Agency. The Contractor will be given a minimum of three full working days notice of meeting date, time, and location. Face-to-face meetings are desired. However, at the Contractor's option and expense, a conference call meeting may be substituted. Consistent failure to participate in problem resolution meetings two consecutive missed or rescheduled meetings, or to make a good faith effort to resolve problems, may result in termination of the contract. 15. CHOICE OF LAW AND VENUE This contract is governed by the laws of Nevada. The parties agree that any litigation concerning this bid, proposal or subsequent contract must be brought in Nevada Health Centers (NVHC) and each party shall pay its own costs and attorney fees. 16. SCOPE, AMENDMENT, AND INTERPRETATION 16.1 Contract. This contract consists of (insert number) numbered pages, any Attachments as required, the RFP, and the Contractor's RFP response to the RFP. In the case of dispute or ambiguity about the minimum levels of performance by the Contractor the order of precedence of document interpretation is in the same order. 16.2 Entire Agreement. These documents contain the entire agreement of the parties. Any enlargement, alteration or modification requires a written amendment signed by both parties. 17. EXECUTION The parties through their authorized agents have executed this contract on the dates set out below.

CONTRACTOR: Contractor s Authorized Agent DATE NEVADA HEALTH CENTERS: Walter B. Davis, Chief Executive Officer DATE