request for proposal · 2017-02-24 · of board policy 6320‐bid protest attached hereto. failure...
TRANSCRIPT
REQUEST FOR PROPOSAL
RFP Number and Title:
#17‐024 Custodial Services Posting Date:
August 10, 2016
RFP Due Date & Time:
10:00 AM, Friday, September 30, 2016 RFPs received after this time and date will not be accepted
Florida Tax Exempt #85‐8012621827C‐2 A 188126 (Federal) FEID 59‐6000557
Individuals covered by the Americans with Disabilities Act of 1990 in need of accommodations to attend public openings or meetings sponsored by the School District shall contact the Purchasing Department at (239) 377‐0047, at least five (5) business days prior to the scheduled opening or meeting.
Proposer Acknowledgement
This acknowledgement MUST be completed, signed and returned with RFP. Failure to do so will be cause for rejection of RFP.
Company Name:
Phone #:
Fax #:
Street Address:
City:
State: Zip Code:
E‐Mail Address: Website (optional):
I certify that this proposal is made without prior understanding, agreement or connections with any corporation, firm or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this proposal for the bidder. In submitting a proposal to Collier County Public Schools (CCPS) the bidder offers and agrees that if the proposal is accepted, the bidder will convey, sell, assign or transfer to CCPS all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti‐trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by CCPS. At CCPS’s discretion, such assignment shall be made and become effective at the time CCPS tenders final payment to the bidder.
X Authorized Signature (Manual) Date
Typed / Printed Name Title
NO BID: I hereby submit this as a “NO BID” for the reasons checked below:
1. Specifications were unclear or restrictive 6. We do not offer the product or service requested
2. Our schedule will not permit us to respond 7. Cannot supply at this time.
3. Could not meet specifications 8. Cannot meet delivery schedule
4. Terms & Conditions were unclear or restrictive 9. Other/Remarks:
5. Could not meet Insurance requirements
All PROPOSALS shall be submitted in a sealed envelope / package and clearly labeled as follows:
“SEALED RFP #17‐024 Custodial Services 10:00AM, Friday, September 30, 2016” BIDDER NAME BIDDER ADDRESS, CITY, STATE, ZIP CODE BIDDER PHONE # BIDDER E‐MAIL ADDRESS
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 2
Pre‐Bid Conference
There is a mandatory pre‐bid conference on Tuesday, August 30, 2016. The conference will begin at 10:00am at: The Dr. Martin Luther King, Jr. Administration Building 1st Floor, Conference Room #1‐103 5775 Osceola Trail Naples, FL 34109
There will be discussion on the overall general description of the RFP, bidding process, description of expectations and a brief question and answer period. A walkthrough of an existing site or sites may be performed to demonstrate the level of service that is expected. Sites of the walkthrough will be determined by CCPS and will be immediately following the pre‐bid conference. RFPs will be accepted ONLY from those contractors who are present or have a representative present at the pre‐bid conference. Failure to attend shall be cause for rejection of proposal. No exceptions will be made.
Section 1 ‐ General Conditions & Instructions ***PLEASE READ CAREFULLY*** Failure to meet the following instructions may be cause for rejection of proposal. CONE OF SILENCE DURING COMPETITIVE SELECTION PROCESS A cone of silence is hereby established for all competitive selection processes including Invitations to Bids (RFP), Request for Quotes (RFQ), Request for Proposals (RFP), Request for Qualifications (RFQu), and Invitations to Negotiate (ITN) for the provision of goods and services. The cone of silence is designed to protect the integrity of the procurement process by shielding it from undue influences prior to the recommendation of contract award. This cone of silence shall be imposed on these procurements after advertisement of same. See Attached Board Policy 6324.
1.1 Definitions For the purpose of this Request for Proposal (RFP) and evaluation to responses, the following shall apply: written matter shall prevail over typed matter; numbers spelled in word form shall prevail over Arabic numerals (“one” over “1”). The word “shall” is always mandatory and not merely directory. Furthermore, the following words and phrases shall have these meanings: a. “District” or “CCPS” shall mean The School District of Collier County, Florida (collier County Public Schools) b. “Bidder”/“Proposer” shall mean any person, firm or corporation who submits a bid pursuant to this RFP. c. “SEM” shall mean The School District of Collier County, Florida, Safety & Environmental Management
Department. d. “Contractor” shall mean the successful bidder, whether a corporation, partnership, individual or any
combination thereof, and its, their or his successors, personal representatives, executors, administrators, and assignees.
1.2 RFP Submissions
a. Proposals not conforming to the instructions provided herein will be subject to disqualification at the sole option of CCPS.
b. The proposer, by submitting a proposal represents that:
i. It has read and understands the RFP in its entirety and that any Proposal submitted is made in accordance therewith;
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 3
ii. It possesses the capabilities, resources and personnel necessary to provide efficient and successful service to CCPS
iii. It has made all investigations and examinations necessary to ascertain site and/or local conditions and requirements affecting the performance of the contract. If bidder receives an award, failure to have made any necessary investigation/examination will in no way relieve the bidder from its obligations to comply with this RFP, nor will it be a basis for any claim for additional compensation or relief.
c. All proposals shall be submitted in a sealed envelope / package and clearly labeled PER THIS RFP.
d. Any proposal received after the stated time and date, will be rejected and may be returned unopened to
the proposer(s).
e. All proposals shall be typed or written in ink and utilize attached forms where applicable. All spaces requesting information shall be completed.
f. RFP shall contain a manual signature in the space(s) provided of an officer/representative authorized to legally bind the proposer of any and all conditions and provisions herein. All signatures and initials must be in ink. The use of erasable ink or pencil is not permitted.
g. One (1) manually signed original, with all proper documentation of the RFP/documentation must be submitted. (Please note that it is not necessary to return every page of this RFP with the proposal; return only the pages that require information or signatures and all necessary back‐up documents).
h. Six (6) electronic copies of submittal with any and all documentation of proposal must be submitted on six (6) separate Flash Drives. Please note the RFP # and/or name of proposer on any drive. If confidential materials are submitted, bidder may submit an additional drive with confidential material in a separate sealed envelope and label with RFP #, name of bidder and “CONFIDENTIAL”.
i. RFPs may be hand delivered to the Business Office, Purchasing Department, 5775 Osceola Trail, Naples, Fl 34109, forwarded by United States Mail, or other delivery service available. CCPS disclaims any responsibility for proposals forwarded by the U.S. Mail or other delivery service and received beyond the proposal‐opening deadline.
j. Neither CCPS nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this RFP. Bidder(s) should prepare RFP’s simply and economically, providing a straightforward and concise description of its ability to meet the requirements of the RFP.
k. The use of correction fluid or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by strikethrough (strikethrough) of the incorrect figure(s), writing in of correct figure(s) and initialing of the correction(s) by the originator. Correction fluid of erasure corrected bids will be considered non‐responsive for the corrected items only.
1.3 RFP Opening and Analysis
a. RFPs will be publicly opened in the Purchasing Department, read aloud and recorded at the time and date indicated within RFP. Bidder(s) may, but are not required to attend. CCPS will not announce prices or release other materials pursuant to 119.07 Florida Statutes; only the names of the responding firm(s) and their locations will be read.
b. RFPs will be analyzed, tabulated, and recommendations for award, which the Superintendent intends to make to the School Board or the Purchasing Department intends to make for projects less than $50,000, will be posted by tabulation sheet at the School District of Collier County, Dr. Martin Luther King, Jr. Administrative Center, Purchasing Department, 5775 Osceola Trail, Naples, Florida 34109‐09919, as well as
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 4
on‐line at CCPS’s website: www.collierschools.com/purchasing and at www.demandstar.com. Notification to all bidder(s) will be made by fax or e‐mail. Date and time stamp from the Purchasing Department’s fax machine or date and time of e‐mail posting, will constitute the time of notification.
c. Proposers who feel they will be adversely affected by the recommendation(s) may protest under provisions of Board Policy 6320‐Bid Protest attached hereto. Failure to file a protest within the time prescribed in Florida Statutes 120.57(3) will constitute a waiver of proceedings under Chapter 120, Florida Statute.
1.4 Interpretation and/or Modifications to the RFP / Inquiries / Addenda
a. It is incumbent upon each bidder to carefully examine all specifications, terms and conditions contained within the RFP and to fully understand all items hereto.
b. No interpretation of the meaning or contents of the RFP, no correction of any actual or apparent error, ambiguity, and inconsistency therein, shall be made to any proposer orally. Every request for interpretation or any questions regarding the RFP, whether technical, procedural or otherwise, shall be made in writing, addressed to the respective Purchasing Department employee below. Requests may be submitted by facsimile, electronic mail, USPS or other regular mail delivery service as follows:
District Contact: David Nara, Director of Purchasing Street Address: PURCHASING DEPARTMENT
5775 Osceola Trail, Naples, FL 34109 Facsimile Number: (239) 377‐0047 Electronic Mail: [email protected]
c. All requests, questions and inquiries shall be received at least seven (7) business days, unless otherwise
stated within this RFP, prior to the due date.
d. Any and all written inquiries received will be compiled and official responses will be developed by appropriate CCPS employees. The compilation of written questions and their official responses will be issued solely by the Purchasing Department in the form of an e‐mail, memorandum or an Addendum (if necessary) and posted on CCPS’s website: www.collierschools.com/purchasing and on www.demandstar.com. Bidder should ensure that all addenda and amendments to the RFP have been received prior to submitting its response.
e. It is the responsibility of the bidder(s) to make sure they have all addenda associated with this RFP. Addenda will be posted on CCPS’s website: www.collierschools.com/purchasing and on www.demandstar.com, and may be e‐mailed, faxed and/or made available upon request. CCPS is not responsible to e‐mail or mail addenda directly to potential bidders. Any and all addenda issued shall be acknowledged by signature and returned with RFP, unless otherwise instructed on the Addenda. Failure to acknowledge addenda may result in rejection of bid.
f. Only interpretations, supplemental instructions, and corrections so given in writing by the Purchasing Department representative shall be binding. Proposer(s) and Prospective Contractor(s) are advised that no other source is authorized to give interpretations, supplemental instructions, corrections, or information concerning, explaining, or interpreting the RFP. Any verbal interpretation/modification will not be considered part of this RFP and therefore, CCPS will not be held accountable. The issuance of a written addendum is the only official method by which interpretation, clarification or additional information can be given.
g. Additional information acquired by any other means shall not be utilized in the configuration of any vendor’s proposal and shall not be considered in the evaluation of proposals submitted and shall be considered inadmissible in proposal dispute proceedings. Proposers may be disqualified who solicit or
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 5
receive (even if unsolicited) additional information regarding this RFP by any other means than the process described herein.
h. No addendum will be issued later than three (3) calendar days prior to the due date, except an addendum withdrawing the RFP or one that includes postponement of the date for receipt of bids.
1.5 Funding Out/ Termination / Cancellation a. Florida Laws prohibit Public Employers from creating obligations in anticipation of budgeted revenues from
one fiscal year to another without year‐to‐year extension provisions in the agreements.
b. It is necessary that fiscal funding out provisions be included in all proposals in which the terms are for periods longer than one (1) year.
c. The following funding out provisions are an integral part of this proposal and must be agreed to by all respondents:
CCPS may, during the contract period, terminate or discontinue the services covered in this proposal at the end of CCPS’s then current fiscal year upon ninety (90) days prior written notice to the successful respondent. Such written notice will state:
i. That the lack of appropriated funds is the reason for termination, and ii. “This written notification will thereafter release CCPS of all further obligations in any way
related to the services covered herein.” iii. The Funding Out statement must be included as part of any agreement. No agreement will be
considered that does not include this provision for “funding out.”
1.6 RFP Withdrawal Any proposal may be withdrawn prior to the date and time the proposals are due. Any proposal not withdrawn will constitute an irrevocable offer, for a period of ninety (90) days, to provide CCPS with the services specified in the proposal, subject to Board approval of a contract mutually agreeable to both parties. Proposer agrees to good faith negotiations on a contract document and pricing if necessary.
1.7 RFP Rejection
a. CCPS reserves the right to reject any and all proposals, in whole or in part, and to waive any and all proposal irregularities, formalities and/or technicalities. Furthermore, CCPS reserves the right to re‐advertise for other proposals or to bid separately any projects deemed to be in the best interest of CCPS.
b. CCPS reserves the right to reject non‐conforming proposals.
c. CCPS reserves the right, prior to approval, to cancel the RFP or portions thereof, without penalty.
1.8 Unreasonable Bid CCPS is not bound to accept any bid, quote or proposal it may receive under this RFP. In addition, CCPS will reject submittals which are considered to have been priced unreasonably low and will determine the vendor to be Non‐Responsive. Unreasonable low pricing shall be at the determination of CCPS.
1.9 Non‐Exclusive Contract Any contract award(s) resulting from this RFP shall not be construed as an exclusive means for CCPS to acquire services, equipment, supplies or maintenance as outlined in this RFP. CCPS reserves the right, during the term of this contract, to issue separate formal and/or informal competitive solicitations for the acquisition of these services or commodities. Furthermore, CCPS reserves the right to enter into purchase agreements for these commodities/services based on awards made by the State of Florida, other governmental entities, other CCPS awards or contracts available through national purchasing alliances.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 6
1.10 Termination of Contract
a. In the event the successful contractor violates any of the provisions of the contract, CCPS may serve written notice upon such bidder of its intention to terminate the contract. Such notice is to state the reasons for intention to terminate the contract, and, unless ten (10) days after serving such notice upon the bidder, such violation(s) cease and satisfactory arrangements for correction are made, the contract shall, upon expiration of said ten (10) days, cease and terminate, but the liability of such bidder and his surety for any and all such violation(s) shall not be affected by any such termination. CCPS may immediately terminate contract for any blatant violations or continual non‐performance/violation.
b. CCPS reserves the right to terminate any contract resulting from this RFP, with or without cause, at any time, upon giving thirty (30) days prior written notice to the awarded contractor(s). If said contract should be terminated for convenience as provided herein, CCPS will be relieved of all obligations under said contract. CCPS will only be required to pay to the contractor(s) that amount of the contract actually performed to the date of termination.
c. In the event the Contractor wishes to terminate the contract, it must submit its request in writing to the Purchasing Department. Request must give a 60‐day notice of cancellation and should list any reasons why contract is being terminated. Failure to give proper notice may result in the withholding of monies owed or reduction of monies owed for any expense incurred from failure to submit proper notification of cancellation.
d. Upon cancellation hereunder, CCPS may pursue any and all legal remedies as provided herein and by law.
1.11 Additional Terms CCPS reserves the right to reject offers or proposals containing alternative terms or conditions, or additional terms and conditions contradictory to those requested in the RFP.
1.12 Content of RFP/Bidder Response
The contents of this RFP, all terms, conditions, specifications, and requirements included herein and the accepted and awarded response thereto will be incorporated into an agreement to purchase and become legally binding. Any terms, conditions, specifications, and/or requirements specific to the item or service requested herein shall supersede the requirements of the “GENERAL CONDITIONS & INSTRUCTIONS.”
1.13 Joint Proposal a. In the event multiple proposers submit a joint proposal in response to the RFP, a single proposer shall be
identified as the Prime Vendor. If offering a joint proposal, Prime Vendor must include the name and address of all parties of the joint proposal. Prime Vendor shall provide all bonding and insurance requirements, execute any Contract, complete the REQUIRED SIGNATURE PAGE shown herein, and have overall and complete accountability to resolve any dispute arising within this contract. Only a single contract with one proposer shall be acceptable. Prime Vendor responsibilities shall include, but not be limited to, performing of overall contract administration, preside over other proposers participating or present at District meetings, oversee preparation of reports and presentations, and file any notice of protest and final protest as described herein. Prime Vendor shall also prepare and present a consolidated invoice(s) for services performed.
b. CCPS shall issue only one check for each consolidated invoice to the Prime Vendor for services performed. Prime Vendor shall remain responsible for performing services associated with response to this RFP.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 7
1.14 Pricing a. All pricing submitted will be firm for the duration of the contract, unless otherwise stated or negotiated
with this RFP.
b. Pricing shall be based on FOB Collier County, Florida and will include all packaging, handling, shipping charges, and delivery to any point within Collier County, Florida to a secure area or inside delivery.
c. CCPS is exempt and does not pay Federal Excise and State of Florida Sales taxes. Certificate of exemption available upon request.
d. Any and all orders issued by a CCPS site, will fall under this RFP and therefore receive all pricing, discounts and benefits as such.
e. Any discrepancy or error in bid pricing, the unit price will govern. All calculation errors will be recomputed by the Purchasing Department.
1.15 Order Placement, Purchase Orders and Procurement Cards Award does not constitute any order(s). After approval of an award has been made of this RFP, CCPS will place orders utilizing one of the following procedures: a. CCPS issued purchase orders (blanket or normal): Purchase orders will be either a blanket purchase order
to cover a specific period of time and dollar amount for multiple purchases against it, or will be for specific items.
b. Procurement Card: Sites or departments may place orders utilizing a CCPS issued procurement card. Only authorized staff will be allowed to submit orders via the procurement card.
c. School/Site based internal account purchase order: A specific site or school will issue a purchase order through the site’s bookkeeper and will be processed at the school level. Please note that schools may vary in their ordering and payment procedure.
Contractor(s) shall not provide any items or services, on any CCPS initiated order without one of the above ordering methods. It will be the responsibility of the Contractor to fully understand the order and how and when to process according to how the order is placed. Failure to allow orders placed by any of the above methods may be cause for rejection of bid and/or termination of contract.
1.16 Invoicing & Payment a. The contractor will be required to submit invoices as it supplies/services CCPS. All invoices and
correspondences shall be legibly written, typed, or computer generated and dated.
b. All invoices shall reference a valid/current purchase order number. Failure to provide a current purchase order will be cause for delay in payment or non‐payment.
c. Invoices and statements shall be mailed directly to:
Collier County Public Schools Accounts Payable Department 5775 Osceola Trail Naples, Florida 34109
d. Invoices shall reference an incident or work order number when applicable.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 8
e. The contractor shall issue separate invoices for each purchase order number unless special instructions are given. Partial payment shall not be made unless specified.
f. Payment will be made within thirty (30) days after acceptance of the invoice.
g. Invoices which do not reference valid purchase order numbers or which are erroneous (incorrect pricing, additional fees, incorrect purchase order) may be returned to Contractor for resolution. Payment will not be made until all discrepancies are corrected and approved.
h. All invoices will be itemized to reflect all rates or discounts per this RFP. Failure to provide itemized invoices will be cause for delay in payment or non‐payment.
1.17 Conflict of Interest The award hereunder is subject to the provisions of Chapter 112 Florida Statutes. Bidder shall complete Exhibit A – “Conflict of Interest Statement” attached hereto and submit with proposal. Failure to provide shall be grounds for rejection of proposal.
1.18 Hold Harmless & Indemnification Agreement
Contractor shall indemnify, save harmless and defend CCPS, its appointed officials, its employees, agents, volunteers and others working on behalf of CCPS, from and against any and all claims, losses, costs, attorney’s fees, damages, or injury including death and/or property loss, expense claims or demands arising out of or caused or alleged to have been caused in any manner by a defect in any equipment or materials supplied under this Contract or by the performance of any work under this Contract, including all suits or actions of every kind or description brought against CCPS, either individually or jointly with Contractor for or on account of any damage or injury to any person or persons or property, caused or occasioned or alleged to have been caused by, or on account of, the performance of any work pursuant to or in connection with this Contract, or through any negligence or alleged negligence in safeguarding the work area, or through any act, omission or fault or alleged act, omission or fault or alleged act, omission or fault of the Contractor, its employees, Sub‐contractors or agents or others under the Contractor’s Contract.
1.19 Protection of Property The contractor shall at all times guard CCPS property against damage or loss to property. The contractor shall replace any loss; repair any damage to CCPS property, attainable to the contractor or its associate(s). CCPS may withhold payment or make such deductions, as it might deem necessary to insure reimbursement for loss or damage to property through negligence of the Contractor.
1.20 Safety Standards a. All contractors performing services for CCPS are required and shall comply with all OSHA, State and County
Safety and Occupational Health Standards and any other applicable rules and regulations. The bidder warrants that the products/services supplied to or performed for CCPS shall conform in all respects to the standards set forth in the Occupational Safety and Health Act, as amended. Failure to comply with this condition will be cause for termination of contract.
b. Contractors shall insure the safety of its employees, building occupants, and the environment throughout the course of the contract for any and all CCPS projects.
c. Contractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site, and insure its employees have received safety equipment training, to include individual health protection measures, and manufacturer’s product and safety data sheets (SDS) as required for the work by the U.S. Occupational Safety and Health Administration, and as described by this specification.
d. The Contractor shall be responsible for instructing and training their employees in all safety measures.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 9
e. Contractor shall determine the need for and provide its personnel with any and all protective or safety
items required for the safe performance of work. Protective clothing, equipment, and devices shall, at a minimum, conform to U.S. Occupational Safety and Health Administration (OSHA) standards for the products being used. Failure to comply will be grounds for termination of contract.
f. All equipment used by the Contractor shall be maintained in safe operating condition at all times, and be free from defects or wear that may in any way constitute a hazard to any person or persons on CCPS property
1.21 Warranty a. Proposer agrees that, unless otherwise specified, the product and/or service furnished as a result of this
RFP and award thereto, shall be covered by the most favorable commercial warranty the Proposer gives to any customer for comparable quantities of such products and/or services and that the right and remedies provided herein are in addition to and do not limit any rights afforded to CCPS by any other provision of the RFP.
b. Contractor warrants to that all materials and equipment furnished under this contract will be NEW unless otherwise specified, and that all work will be of good quality, free from faults and defects and in conformance with the RFP. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered unacceptable. If required by CCPS, Contractor shall furnish satisfactory evidence of the kind and quality of materials and equipment used to meet the requirements of the proposal.
c. During the warranty period, the Contractor must repair and/or replace any faulty item without cost to CCPS, with the understanding that all replacements shall carry the same warranty as the original equipment. The Contractor shall make any such repairs and/or replacements immediately upon discovery or receiving notice from CCPS staff. The Contractor further warrants that the item(s) and or services provided are fit, and otherwise conforming, for the purpose(s) intended by CCPS.
1.22 Convicted Vendor List Proposers shall be aware of the provision of paragraph (2)(a) of Section 287.133, Florida Statutes which reads as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime, may not submit a bid on a contract to provide any goods or services with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.”
1.23 Discrimination An entity or affiliate who has been placed on the discriminatory vendor list may not submit a proposal on a contract to provide goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity.
1.24 Bullying & Harassment Vendor, contractor and all affiliates agree to abide by provisions of Board Policy 5517.01 for non‐tolerance of bullying and harassment of all students and employees.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 10
1.25 Unauthorized/Illegal Aliens CCPS shall consider the employment by any Contractor of unauthorized/illegal aliens in violation of Section 274A of the Immigration and Nationality Act. Such violation shall be cause for immediate termination of contract (s). Furthermore, bidder shall complete the attached Exhibit B ‐ “Contractor’s Affidavit Concerning Illegal Aliens” and submit with proposal. Failure to complete this affidavit will be cause for rejection of RFP.
1.26 Debarment
All contractors receiving individual awards, using federal funds, and all subcontractors; certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Bidder shall complete the attached Exhibit C ‐ “Debarment Form” and submit with its proposal. Failure to complete will be cause for rejection of bid. Instructions are also attached.
1.27 Smoke and Tobacco Free Environment Pursuant to School Board Policy No. 1215, 3215, 4215, 5512 and 7434, all of CCPS facilities are declared smoke and tobacco free. The smoking of any substance, or the use of any tobacco product, to include, but not be limited to, cigars, cigarettes, pipes, chewing tobacco, snuff or any other matter or substance that contains tobacco, is strictly prohibited on any CCPS site, which includes all interior and exterior spaces within the property boundaries. Violations of this policy will result in the removal of said violator from the property. Repeated violations may result in the termination of contract.
1.28 Drug‐Free Workplace Certification CCPS supports and encourages initiatives to keep the workplace of Florida’s suppliers and contractor’s drug free. In cases where identical tie bids are received, preference shall be given to a proposal received from a vendor that certifies it has implemented a drug‐free workforce program. If applicable, bidder shall sign and submit Exhibit D ‐ “Drug‐Free Workplace Certification”, attached hereto, to certify that the respondent has a drug‐free workplace program.
1.29 Possession of Weapons & Other Destructive Devices a. Possession of weapons and other destructive devices will not be tolerated on any CCPS property (except
authorized law enforcement personnel, or persons pre‐approved by the Superintendent). The term "weapon" and/or "destructive device" means any object which, in the manner in which it is used, is intended to be used, or is represented, is capable of inflicting death, serious bodily injury, or property damage, as well as endangering the health and safety of persons. Weapons and destructive devices include, but are not limited to, firearms, guns of any type, bombs, explosive, explosive devices, poison gas, knives, razors, clubs, electric weapons, metallic knuckles, martial arts weapons, ammunition, or any other category of weapon and/or destructive device as set forth in F.S. 790.001.
b. CCPS prohibits anyone from keeping any weapon or firearm in a private vehicle on school property, even if weapon/firearm stays in the vehicle, is securely encased and is not readily accessible for immediate use, except as authorized in support of school‐sanctioned and supported activities including, but not limited to, property leased, owned, or contracted for by CCPS, a school‐sponsored event, or in a CCPS vehicle
c. If any employee of an independent contractor or sub‐contractor is found to have brought a firearm on CCPS property, said employee will be terminated from the project by the independent contractor or sub‐contractor. If the subcontractor fails to terminate said employee, the sub‐contractor's agreement with the independent contractor for the project shall be terminated. If the independent contractor fails to terminate said employee or fails to terminate the agreement with the sub‐contractor who fails to terminate said employee, the independent contractor's agreement with CCPS shall be terminated.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 11
1.30 Force Majeure The contractor(s) shall not be held responsible for failure to perform the duties and responsibilities imposed by the contract due to legal strikes, fires, riots rebellions and acts of nature beyond the control of the contractor(s), unless otherwise specified.
1.31 Public Records a. Pursuant to subsection 119.071(1)(b) Florida Statutes, 2013 “sealed bids, proposals or replies received by
the District pursuant to a competitive solicitation are exempt from the Public Records Act (Chapter 119) and Section 24(a), Article 1 of the Florida Constitution until such time as the District provides notice of an intended decision or until thirty (30) days after opening the bids, proposals, or final replies, whichever is earlier.”
b. All bid documents or other materials submitted by the Bidder in response to this RFP will be open for inspection, upon request, by any person and in accordance with Chapter 119, Florida Statutes. Only trade secrets as defined in Section 812.081, Florida Statute shall be exempt from disclosure.
c. CCPS has the right to use any or all documents, submittals, ideas presented in any response to this RFP. Selection or rejection of any submittal does not affect this right.
d. If CCPS rejects or cancels RFP and intends to reissue, then all bids, proposals or replies submitted, will remain exempt from public records, and may be returned unopened.
e. Per Florida Law, Contractor shall also maintain any and all records, and must: i. Keep and maintain public records that ordinarily and necessarily would be required by the
public agency in order to perform the service; ii. Provide the public with access to public records on the same terms and conditions that the
public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law;
iii. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law;
iv. Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency.
If the Contractor has questions regarding the applicability of Chapter 119, Florida Statutes, to the Contractor’s duty to provide public records relating to this contract, contact Ms. Donna Woods, Coordinator, Technology Department [email protected] (239) 377‐0457.
1.32 Disputes In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of CCPS shall be final and binding on both parties.
1.33 Misrepresentation
All information submitted and representations made by the proposer are material and important and will be taken into account by CCPS when awarding the RFP. Any misstatement or omission (a “Misrepresentation”) shall be treated as a fraudulent concealment of the true facts relating to submission of the solicitation. A misrepresentation shall be a basis to reject or disqualify the proposer from this RFP, and any re‐solicitation pertaining to this subject matter (regardless of whether the re‐solicitation resulted from Respondent’s misrepresentation), and shall be punishable under law, including, but not limited to, Chapter 817, F.S.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 12
1.34 Governing Laws and Venue a. In the event that the awarded proposer(s) should breach this contract CCPS reserves the right to seek
remedies in law and/or in equity.
b. All legal proceedings brought in connection with this Contract shall only be brought in a state or federal court located in the State of Florida. Venue in state court shall be in Collier County, Florida. Venue in federal court shall be in the United States District Court. Each party hereby agrees to submit to the personal jurisdiction of these courts for any lawsuits filed there against such party arising under or in connection with this Contract. In the event that a legal proceeding is brought for the enforcement of any term of the contract, or any right arising therefrom, the parties expressly waive their respective rights to have such action tried by jury trial and hereby consent to the use of non‐jury trial for the adjudication of such suit.
c. All questions concerning the validity, operation, interpretation, construction and enforcement of any terms, covenants or conditions of this Contract shall in all respects be governed by and determined in accordance with the laws of the State of Florida without giving effect to the choice of law principles thereof and unless otherwise preempted by federal law.
1.35 Other Agencies
Contractor(s) may permit any school board, community college, state university, municipality or other governmental entity, to include Public Charter Schools to participate in the awarded contract under the same prices, terms and conditions. It is understood that each entity will issue its own purchase order to the Contractor(s).
1.36 Additional Information
a. CCPS reserves the right to request any additional information, after the RFP opening, to further clarify or explain any information submitted with the proposal.
b. CCPS reserves the right to allow for the clarification of questionable entries and the correction of obvious mistakes.
***CCPS reserves the right to reject any and/or all proposals, in whole or in part, and to waive any and all formalities, technicalities, or other as may be deemed to be in the best interest of CCPS.***
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 13
Section 2 – Instructions & Directions
2.1 Purpose The purpose of this RFP is to find responsible contractor(s) to provide materials and labor necessary to perform and supervise the custodial and other related services to the cleaning of all CCPS facilities, abiding by the minimum requirements set hereto, at locations throughout CCPS. Only proposals as defined in this Request for Proposal (RFP) shall be accepted.
2.2 Time Schedule
CCPS will attempt to use the following time schedule, which will result in selection of a proposer(s).
Notification of any changes to the time schedule will be posted on CCPS’s website: www.collierschools.com and/or www.demandstar.com and may be made to available to proposer(s) by e‐mail or fax upon request. Response to inquiries regarding the status of a proposal will not be made prior to the posting of award recommendation.
2.3 Proposal Evaluation Process
The RFP is part of a competitive procurement process, which shall determine the proposal that shall serve in the best interest of CCPS. An Evaluation Committee, consisting of CCPS personnel, will convene, review and discuss all proposals submitted. The Evaluation Committee will assign points in the evaluation and recommendation process in accordance with the evaluation criteria listed in this RFP. Please note that all RFP factors are considered and not solely based upon price. Any award shall be made to the Firm whose proposal is determined to be the most advantageous to CCPS, taking into consideration all evaluation factors set forth in the RFP. The Purchasing Department will prepare and submit an agenda item to the Superintendent of Schools, Collier County, Florida. The Superintendent will recommend to the School Board, the award or rejection of any and/or all proposal(s). The School Board will award or reject any or all proposal(s).
2.4 Oral Presentations / Interviews a. CCPS may require selected (short‐listed) Proposers to give oral presentations to the evaluation committee
in support of their Proposals or to exhibit or otherwise demonstrate the information contained therein. Estimated dates are provided in the RFP Time Schedule. All Proposers should be prepared to attend and
Date Event
August 10, 2016 RFP Posted and advertised.
August 30, 2016 Pre‐Bid Conference
September 23, 2016 All written questions and inquiries are due by 10:00AM.
September 30, 2016 Proposals due no later than 10:00AM.
October ‐ November, 2016 Evaluation/Rating of Proposals, The Dr. Martin L. King Jr. Administration Center, Purchasing Conference Room, 3rd floor, 5775 Osceola Trail, Naples, Florida 34109 (Exact time and date will be determined by CCPS personnel).
November, 2016 Proposals will be reviewed to narrow down applicants for possible presentations and interviews. Vendors will be notified of their proposal acceptance and schedule (if necessary) for presentations & interviews. Proposers should be ready and available to present within a one week notice.
November ‐ December, 2016 Posting of Recommendation
January ‐ February, 2017 Recommendation of awarded proposer to School Board.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 14
present in the event they are selected in the initial ranking process. Any and all expenses involved in making any presentation(s) will be at the expense of the Proposer.
b. The Evaluation Committee will then award to the responsive and qualified Proposer whose Proposal and presentation (if necessary) is determined to be the most advantageous to CCPS.
c. The Evaluation Committee reserves the right to interview any or all proposers and to require a formal presentation with the key people who will administer and be assigned to work on the contract before recommendation of award.
d. Recommended/Awarded Proposer may be requested to attend the School Board meeting in which the RFP award is being presented, in the event any School Board Member may have questions or concerns on the item.
2.5 Evaluation Criteria
Proposals of Bidders who meet all qualifications and specifications of this RFP, will be evaluated on the following:
Criteria Maximum Points
Letter of Transmittal / Proposal Acknowledgement 5
Experience & Qualifications of Firm 25
Experience & Qualifications of Staff 25
Human Resources 15
Scope of Services 50
Quality Control 15
Training 15
Standard Cleaning Procedures 15
Pricing 25
Completeness & Clarity of RFP 10
Total Possible Points 200
The failure of any firm to provide detailed information regarding proposal elements described in this RFP may result in the reduction of points in the evaluation process.
2.6 Award
a. It is the intent of the District to award RFP to the responsive and responsible bidder(s) whose qualifications, products and services meet the terms, conditions, and specifications of the RFP, who’s best suited to provide the services herein and whose proposal is considered to best serve the District’s needs and interests.
b. The School Board or Purchasing Department reserves the right to award the contract(s) to the bidder(s) that it deems to offer the lowest responsive and responsible proposal(s), as defined by this RFP. The Board and/or Purchasing Department are therefore not bound to accept a proposal on the basis of lowest price. Award will be made to the lowest responsive, responsible proposer whose bid represents the best overall value to CCPS when considering all evaluation factors and that meet or exceed the minimum requirements of this RFP.
c. The School Board or Purchasing Department will award contract(s) based on experience, qualifications of firm, qualifications of staff, quality of work from references and pricing, as well as bidder’s ability to meet or exceed the minimum requirements of this RFP.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 15
d. Proposals will be evaluated by CCPS Evaluation Committee and given points according to how well it meets the specifications and requirements of the RFP. The proposal with the highest number of evaluation points will be ranked first. The Evaluation Committee reserves the right to negotiate further terms and conditions, including price with the highest ranked proposer. If the Evaluation Committee cannot reach a mutually beneficial agreement with the first selected proposer, the Committee reserves the right to enter into negotiations with the next highest ranked proposer and continue this process until an agreement is reached.
e. During the evaluation and review of bid(s), CCPS may consider any information or evidence which comes to its attention. This information may be utilized in determining the bidder’s capability to fully perform the services of this RFP and/or the bidder’s level of integrity and reliability that is required to assure satisfactory performance of any and all award or contracts produced from this RFP.
f. In order to be considered for selection, bidder shall submit a complete written response to the RFP using the format provided herein including any and all documentation necessary to fully demonstrate the bidder’s capabilities and qualifications. Proposal shall provide adequate detail for a clear understanding of the bidder’s RFP and intentions. The standardization shall facilitate evaluation of the comparative merits of the proposals submitted. Failure to comply with the required organization and structure outlined in the RFP or provide documentation as required, may result in a proposal being deemed non‐responsive.
g. CCPS reserves the right to award contract to a single contractor for all items and services herein, however, nothing will prevent CCPS from making multiple awards and/or to deem all proposals responsive and assign work to multiple or any contractor deemed responsive or with the highest rated proposals.
h. This RFP does not commit the School Board to make an award nor shall CCPS be responsible for any cost or expense incurred by any contractor prior to the execution of a purchase order or contract agreement.
i. The obligations of CCPS under an award of this RFP are subject to the availability of funds lawfully appropriated for its purpose. All purchases are contingent upon available funding.
j. Any and all award(s) made as a result of this RFP shall conform to applicable School Board Policies, State Board Rules, and State of Florida Statutes.
k. CCPS reserves the right to award only a portion of the items and/or services specified, if it is deemed to be in its best interest.
2.7 Contract & Term
a. The contents of this RFP and all provisions of the awarded bidder’s submittal shall be considered a contract and become legally binding. A separate contract document, other than the purchase order, may not be issued.
b. Commencement Date: It is estimated that the commencement date for services under this RFP will be June 1, 2017, unless otherwise noted and/or instructed by CCPS, their designee and/or this RFP. Please note that no work shall begin without a valid purchase order in place. CCPS reserves the right to commence work earlier or later as necessary.
c. The proposer shall not enter into sub‐contracts, or assign, transfer, convey, sublet, or otherwise dispose of the ensuing contract, or any or all of its right, title or interest herein, or its power to execute such contract to any person, company, or corporation.
d. The initial term of the contract will be for three (3) years, beginning June 1, 2017 through May 31, 2020. Contract may be renewed near expiration date of contract for up to two (2) times for additional three (3)
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 16
year periods. Renewal may be accomplished provided the price and terms remain unchanged or any price increase/decrease or term modifications are negotiated and agreed to by the awarded vendor(s) and CCPS. Renewals will be at the option of CCPS.
e. The Purchasing Department will, if considering renewal, request a letter of intent to renew from the Contractor prior to the end of the current contract period. If needed, the contract will be extended ninety (90) days at the current pricing beyond the contract expiration date. Contractor will be notified when the recommendation has been acted upon by the Board.
f. In the event the resulting agreement is terminated, not renewed or naturally expires, the Contractor agrees that CCPS may provide written notice to the Contractor retaining the services for a month‐to‐month basis on the same terms and conditions set forth in the agreement. Such month‐to‐month services shall continue until CCPS has established a new agreement. In any event, these services will not be required to continue for a period of time exceeding six (6) months.
g. The proposer will be prohibited from publishing or releasing any information related to the requested services without the prior written permission of CCPS. All reports and other documents resulting from the ensuing contract will remain the sole property of CCPS.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 17
Section 3 – Proposal and Proposer Requirements
3.1 Preparation and Submission In order to maintain comparability and enhance the review process, it is requested that proposals be organized in the manner specified below. Proposal shall provide adequate detail for a clear understanding of the bidder’s submission and intentions. Include all information in proposal.
A. Title Page: Show the RFP number, Title, proposer name, address, telephone number, e‐mail address and
the date.
B. Table of Contents: Include a clear identification of the material by section and by page number.
C. Letter of Transmittal: Stating the names of the persons who will be authorized to make representations for the proposer, their titles, addresses and telephone numbers along with a brief description of the services proposer provides and its proposal.
D. Proposer Acknowledgement/Signature Page: RFP, p. 1, completed and signed. Signature must be of
person authorized to bind company in a contract.
E. Experience and Qualifications of the Firm: State the experience and qualifications of the firm as outlined in this RFP, to include, but not be limited to: 1. Organization Description 2. Location of corporate / main branch offices and other branches 3. References: Governmental & Other 4. Business License 5. Financial Information 6. Previous Experience with District Statement 7. Legal Actions 8. Additional Information
F. Experience and Qualifications of Staff: Give the name and resumé of individuals who will be assigned to direct, supervise and/or manage any and all services or work under this contract and other staff qualifications as outlined in this RFP, to include, but not be limited to: 1. Director / Corporate Administration personnel 2. Principals / Supervisors / Managers 3. Additional Information on Staff that will be overseeing the services for CCPS
G. Human Resources: Firm shall clearly state its recruiting and hiring proposed process. Firm shall provide
any human resource policies, documentation or other information pertinent to the services provided as outlined herein.
H. Scope of Services: Firm shall state its understanding of, and approach to the services and overall project, based on the scope of work and other information of this RFP, to include any written specification of materials, chemicals, services, etc… and any deviations or alternates offered to the specifications herein. Also include as described herein, but not be limited to: 1. Staffing Recommendations & Organizational Chart 2. Equipment List, Recommendations & Information 3. Chemical List Recommendations & Information 4. Supply List Recommendations & Information 5. Any additional documentation including sample of floor schedules, etc… to further demonstrate
the firms understanding and approach to the scope of work required.
I. Quality Control: State Firm’s policy/plan for quality control as described herein.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 18
J. Training: State Firm’s policy/plan for hiring and training of staff and personnel as described herein.
K. Standard Cleaning Procedures: Firm shall provide its policies, documentation and/or procedures on its
standard cleaning procedures and expectations as described herein.
L. Price Sheet: Attached herein or created similar to. To include pricing as requested and additional charges and costs as necessary and those of any alternates or alternate materials proposed.
M. Insurance: Provide proof of your company's insurance as required in this RFP or submit a letter of your
intention to have the required insurance within ten (10) days of notification by CCPS. Insurance coverage shall commence no later than the start date of the contract.
N. Additional Required Paperwork: Provide all items required herein and any and all required Exhibits fully
completed and signed as indicated.
O. Additional Information: Provide any additional information, ideas, designs, assistance etc… that CCPS should take into consideration, including any alternate products or deviations to the minimum specifications set forth in this RFP.
3.2 Qualifications of Proposer
a. Only responsible Proposers, who normally have knowledge of and experience in providing and managing custodial services and/or custodial service contracts, will be considered for award of this RFP. Qualified proposers shall have adequate organization, infrastructure, capital, managerial/administrative personnel and other resources to ensure prompt efficient and satisfactory service to CCPS. Awarded Contractor(s) will be determined by its qualifications, previous experience and satisfactory performance of similar contracts with school districts, governmental agencies and other entities, demonstrated by their references.
b. Proposer shall be in sound financial position, qualified to perform the work as specified, must be primarily engaged in the business of custodial services and have been in business for at least the last five (5) consecutive years or more, under the same name, as a licensed and insured contractor or have equivalent work experience in the industry and/or with CCPS.
c. Agency must be an active, registered business and have been in business for no less than five (5) years from the release date of the RFP.
d. Proposer shall furnish all information, documents and data required to fully explain and demonstrate its work history and qualifications with this RFP.
e. CCPS reserves the right, before awarding the contract, to require proposer(s) to submit further evidence of qualifications or any other information CCPS staff may deem necessary for further clarification or clarification of items submitted.
3.3 Inspection of Organization
a. CCPS reserves the right before recommendation of an award to inspect the facilities and organization; or to take any other action necessary to determine the legitimacy of the bidder’s submittal and its ability to perform all services under this RFP at or above a satisfactory level. CCPS further reserves the right to reject proposals where investigation and evaluation or other evidence submitted indicates an inability of the bidder to meet any requirements or to perform the services of this RFP. The ability or inability to meet all requirements and service CCPS under this RFP will be at the discretion of CCPS.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 19
b. Contractor shall at all times during the Contract remain responsive and responsible. Contractor must be prepared, if requested by CCPS, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the contractor for the services under this RFP. If CCPS determines that the conditions of the solicitation documents are not complied with, or that the services to be furnished do not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, CCPS may reject the response or terminate the Contract.
c. Bidder may be disqualified from receiving awards if anyone in its employment, has previously failed to perform satisfactorily in connection with public bidding or contracts.
d. This section shall not mean or imply that it is obligatory upon CCPS to make an investigation either before or after award of the Contractor, but should it elect to do so, contractor is not relieved from fulfilling any and all Contract requirements or documents.
3.4 Local Conditions
Proposer(s) should be familiar with any local conditions, which may, in any manner, effect the services required. The proposer(s) is/are required to carefully examine the RFP terms and to become thoroughly familiar with any and all conditions and requirements that may in any manner effect the work to be performed under the contract. No additional allowance will be made due to lack of knowledge of these conditions.
3.5 Experience and Qualifications of the Firm
Proposer shall include with its proposal the following information to demonstrate the firm’s experience and qualifications. Failure to submit may be cause for rejection of proposal. a. Organization Description: A description of the proposer’s organization must be supplied. Description shall
be in paragraph/letter form and include, but be not limited to:
i. A brief narrative of the Firm history to include any name or legal changes as well as ownership changes, structure changes, company mergers or buyouts, throughout the history of the firm.
ii. Location of Firm headquarters/corporate office and main branches.
iii. Number of years in business.
iv. Description of services company provides
v. Number of employees currently employed total and per office location.
vi. Number of offices and locations of each.
vii. Description of the level of government services offered (if any).
b. References: The Bidder must present a minimum of four (4) references as follows:
i. School District Reference: Proposer must present a minimum of two (2) school district references, located in the United States, for which they were the primary supplier of similar CUSTODIAL services for within the last two (2) years.
ii. Governmental / Other Entity References: Proposer must present a minimum of two (2) references for which they were the primary supplier of similar CUSTODIAL services for within the last two (2) years. It is preferred that at least one (1) of these references be a governmental agency.
iii. Other References (optional): Proposer may present additional references for consideration.
iv. All references must include the name of the organization, organization address, a contact name, contact title, contact number, contract dates of services (mm/yy to mm/yy), brief description of services provided with location and size of the sites/areas being serviced.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 20
v. Although proposer(s) may have or are currently performing work for several CCPS sites, CCPS or any of its sites may only be used as one (1) reference.
vi. CCPS reserves the right to solicit reference letters from known prior or existing customers of the Proposer.
vii. Failure to submit references may result in rejection of proposal.
c. Business License(s): Bidder shall possess all applicable business licenses required to perform services under this RFP. Proposer shall submit business licenses as follows:
i. Copy of current and previous year’s business licenses (2 total) from proposer, must be submitted with the proposal. All licenses must have a minimum classification of: “Custodial Service Contractor” or similar category. Either a state or county occupational license will be acceptable. All licenses shall have current name and address of bidder. If bidder has moved since the issuance of the license, it must document as such with a written explanation and submit with RFP.
ii. Licenses must be valid/current at the time of submittal and shall be maintained throughout the duration of the contract and submitted to CCPS as necessary. Furthermore, the Contractor for the duration of the contract shall comply with all Federal, State and Local rules, regulations and licensing requirements necessary to perform the services and work required under this RFP.
iii. Proposer may submit any other State Licenses, certificates or other licensure, which will further demonstrate its capabilities.
iv. Contractor will, upon award, insure it possess all necessary licensure to operate and perform
services within Collier County, Florida. d. Financial Information: Proposer shall submit year‐end financial information from the last two (2) years,
which demonstrate the financial well‐being of the organization. Financial information may be either accounting audits, profit & loss/balance sheets and/or business/corporation income tax returns prepared by a third party. Financial Information may be submitted in a sealed confidential envelope with bid, clearly labeled with the bidder name, “CONFIDENTIAL: Financial Information Enclosed”, and a list of the forms that are enclosed. District will only open if low bid is being considered. Financial information may be returned, after award has been made, upon request. Failure to submit financial information may result in rejection of bid. Please note bidder only needs to submit one (1) copy of financial statements with RFP.
e. Previous Experience with District: A proposer’s previous experience with CCPS will be taken into account when evaluating the responses received. Proposer shall provide a brief description of any and all previous experience with CCPS, if applicable. Details of description should include site(s) and any key CCPS personnel involved. RFP(s) may be rejected based on past performances.
f. Legal Actions: Describe in brief detail any current or previous legal actions naming the firm as a primary
or secondary party. State the circumstances of any action.
g. Additional Information: Proposer may submit any additional information it sees necessary to further demonstrate its experience and qualifications.
3.6 Experience and Qualifications of Staff Proposer’s staff shall possess all applicable licenses, knowledge, skill and resources required to supervise, manage and oversee any and all services under this RFP. Please note that Firm shall meet or exceed all necessary staff requirements. Proposer shall include with its proposal: name, title, résumés, and any further experience/qualifications/certifications and information on how these individuals will be serving CCPS, on the
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 21
following key personnel to demonstrate the experience and qualifications of its staff. Failure to submit may be cause for rejection of proposal.
a. Project Director(s) / Corporate Administration Personnel: Proposer shall include the Director or Corporate
Administrator that will be the individual who will oversee the administration and all aspects of the contract, staff, programs and services. Minimum of one (1) Director shall be submitted.
b. Project Principal(s): Proposer shall include a Project Principal that will be the individual who will supervise any and all daily operations in Collier County for CCPS and will be the direct and main contact for any and all CCPS services described herein. Minimum of one (1) Principal shall be submitted. Principal shall be available as deemed necessary for purposes of reporting problems, requesting schedule changes, performance evaluation meetings, quality control services, etc. Principal shall be the sole contact person for CCPS for any administrative or contractual issues.
c. Supervisor(s) / Manager(s): Proposer shall include any information and description on supervisor(s) / manager(s) that will be overseeing the staff and services of the RFP.
d. Additional Staff Information(s): Proposer shall include any additional information and description of any other administrative, supervisory or managerial staff members that will be utilized in the implementation, operation of and/or success of the services provided herein.
e. Additional Information: Proposer may submit any additional information it sees necessary to further demonstrate the experience and qualifications of its staff.
f. Staff Replacement: The Project Director, Principal and Supervisors should remain constant for the duration of the contract. In the event it is necessary to replace any of the above staff, Contractor shall submit written notification to CCPS of any changes in its personnel identified in their response to this RFP. Such notification shall include a detailed reason(s) for the need to change personnel and the Contractor’s documentation that proposed replacement personnel have equal or greater qualifications and experience. CCPS reserves the right to reject any replacement staff member and may use alternate vendors or cancel the contract if suitable replacements cannot be made available. Any changes in personnel mentioned herein must be submitted and approved in advance by CCPS.
3.7 Human Resources
All matters pertaining to the recruitment, screening, hiring, and retention of any Contractor employee shall be the exclusive responsibility of the contractor. These matters shall be done fully in compliance with existing Federal, State and Local rules, statutes and regulations pertaining to affirmative action, non‐discrimination, wage and hour and any other stipulations germane to prudent personnel management. Firm shall provide with its proposal the following, but not be limited to:
a. Hiring Process: Description of its intent to hire staff and employees. Please include any recruiting tactics, hiring process, and any previous experience in the hiring of large number of employees for a contract.
b. Salary Schedule: Salary schedules will meet or exceed all federal regulations for minimum wage. Proposer shall provide a salary schedule. Contractor will pay any and all taxes pertaining to his employees as required by law.
c. Benefits Package: Proposer shall provide a detail description of the benefits package and any documentation available that demonstrates employee benefits.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 22
d. Additional Human Resource Information: Proposer shall provide any human resource policies, documentation or other information pertinent to the services provided.
3.8 Scope of Services Approach
Proposer shall clearly state its understanding of and approach to the “SCOPE OF SERVICES” listed herein and the overall project and undertaking of providing custodial services to CCPS. All information shall be based on the scope of work and other information of this RFP, to include any written specification of materials, chemicals, services, etc… Please include any deviations or alternates offered to the specifications herein. Understanding of the scope of work shall include, but not be limited to: a. Staffing Recommendations: Proposer will provide a complete listing of the estimated number of
employees per site it recommends accompanied by its organizational chart. Recommendations will list the minimum number of employees per site, titles and any other pertinent information pertaining to staffing recommendations. Contractor shall at a minimum meet the following staff requirements:
Head Custodian: Proposer shall include in its staffing recommendations a minimum of one (1) Full time Head/Supervisory Custodian at each site that will supervise and manage the custodial staff and be the main point of contact at each site, unless otherwise proposed in RFP submittal. See Appendix 1 – Job Description for further information.
Daytime Custodian: Proposer shall include in its staffing recommendations a minimum of one (1) Full time Daytime Custodian at each site. See Appendix 1 – Job Description for further information.
Contractor for the duration of the contract shall comply with all Federal, State and Local rules, regulations and licensing requirements for any and all employees as necessary. Estimated Custodial Staff per Site: A list of custodial staff sizes has been provided in Appendix 5. This information is provided for bidding purposes only to give proposer an idea of the size of the custodial that has been utilized previously at each site.
b. Equipment: The procurement and maintenance of all equipment required for the successful execution of
this contractual obligation shall be the Contractor’s responsibility. The pricing submitted under this RFP shall reflect as such.
Proposer will submit the following on equipment:
i. Proposer will provide a brief description of its plan to acquire and/or provide equipment for the services under this RFP.
ii. Proposer will provide a complete listing of the estimated equipment necessary to perform services, per site to demonstrate its understanding and capability to service the contract as requested. Equipment Lists shall include any make, model, type and description of use for the power equipment (vacuums, scrubbers, floor machines, etc…).
iii. All equipment shall be sufficient to the services, in good condition and considered industry
standard. Equipment used shall be in good repair and operating condition at all times, and be in compliance with all federal, state and local regulations.
iv. All equipment shall meet all safety standards as established for that piece of equipment and be
equipped with all appropriate safety guards, as specified by the manufacturer
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 23
v. All equipment shall be clean, efficient, operated and maintained in accordance with the manufacturer’s recommendations.
vi. All equipment shall be owned or leased by the Contractor once an award has been made. Bidder
will be permitted to rent equipment, but only for temporary services and as needed. CCPS will not reimburse contractor for any rental fees for equipment.
vii. Proposer will provide its procedure, plan or policy for the replacement of equipment.
viii. CCPS must approve all equipment, machinery and supplies prior to usage.
ix. Proposer shall provide any additional pertinent information necessary pertaining to the acquisition, maintenance and upkeep of equipment for services under this RFP.
c. Chemical List: The Contractor shall perform the duties described herein utilizing only chemicals that have a wide margin of safety for human life and in accordance with applicable State and Federal Laws. Contractor shall be responsible for the acquisition of all chemicals necessary to fulfill all specifications stated herein. A listing of all chemicals which will be used by the successful contractor must be submitted for approval prior to initial service under the contract. Changes may be made only after being duly authorized. CCPS may request the specific use of a product, if the current product being utilized is not performing or maintaining an acceptable level of cleanliness, at any time during the course of the contract. A list of chemicals and dispensing units that are acceptable for use is attached under Appendix 2. This is the minimum level of product that is acceptable to use at any CCPS site. Failure to use products that are similar or exceed the quality of the attachment may be cause for termination of contract. Proposer will submit the following on chemicals:
i. Proposer will provide a brief description of its plan to acquire and/or provide chemicals for the services under this RFP.
ii. Proposer shall include a description of any proposed chemical dispensing system, its specifications, information and describe how it operates.
iii. Proposer shall include a list of chemicals that meets or exceeds the specific items listed herein to be utilized at all sites throughout CCPS. List shall include the chemical name, brand, as well as any other information that may be used to assist in the services performed under this RFP.
iv. Proposer shall provide any and all technical specifications and chemical make‐up for each chemical (SDS).
v. Proposer may deviate from the recommended list herein and provide a list of alternate chemicals in lieu of the recommended list herein. Proposer shall list in detail any and all specifications on deviations to recommended list. List shall include technical specifications of the item as well as manufacturer, brand and model number (SDS).
vi. All chemicals must meet or exceed OSHA requirements and commonly recognized safety requirements.
vii. The specific manufacturers listed herein are meant to be the minimum standard of quality acceptable to CCPS for each product. Proposer may propose other manufacturers or brands, but must clearly demonstrate the proposed manufacturer/brand meets or exceeds the level of quality listed herein. Any alternate manufacturer/brand shall closely meet the specifications to the
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 24
standard of quality. CCPS reserves the right to reject or request proposer to provide alternate manufacturer/brands until an acceptable product can be found.
d. Custodial Paper Products & Supplies List: The Contractor shall be responsible for the acquisition of all
custodial paper products and supplies necessary to fulfill all specifications stated herein. A listing of all supplies which will be used by the successful contractor must be submitted for approval prior to initial service under the contract. Changes may be made only after being duly authorized. CCPS may request the specific use of a product, if the current product being utilized is not performing or maintaining an acceptable level of cleanliness, at any time during the course of the contract. A list of custodial paper products and supplies that are acceptable for use is attached under Appendix 3. This is the minimum level of product that is acceptable to use at any CCPS site. Failure to use products that are similar or exceed the quality of the attachment may be cause for termination of contract. Proposer will submit the following on custodial paper products & supplies:
i. Proposer will provide a brief description of its plan to acquire and/or provide custodial paper products and supplies for the services under this RFP.
ii. Proposer shall include a list of supplies that meets or exceeds the specific items listed herein to be utilized at all sites throughout CCPS. List shall include the name, brand/manufacturer as well as any other information that may be used to assist in the services performed under this RFP.
iii. Proposer shall provide any and all technical specifications and make‐up for each item.
iv. Proposer may deviate from the recommended list herein and provide a list of alternate supplies or alternate manufacturer in lieu of the recommended list herein. Proposer shall list in detail any and all specifications on deviations to recommended list. List shall include technical specifications of the item as well as manufacturer, brand and model number
v. All items must meet or exceed OSHA requirements and commonly recognized safety requirements.
vi. The specific manufacturers listed herein are meant to be the minimum standard of quality acceptable to CCPS for each product. Proposer may propose other manufacturers or brands, but must clearly demonstrate the proposed manufacturer/brand meets or exceeds the level of quality listed herein. Any alternate manufacturer/brand shall closely meet the specifications to the standard of quality. CCPS reserves the right to reject or request proposer to provide alternate manufacturer/brands until an acceptable product can be found.
e. Alternate items: Throughout the duration of the contract, it is understood that newly researched
products, chemicals, supplies, etc… may become available or advantageous for use by the Contractor or CCPS. CCPS may consider alternate products, supplies, chemicals etc… as they are made available. Contractor shall meet with CCPS to discuss alternate products or new technologies that may increase cleanliness, efficiency, safety and/or be more environmentally safe at any time during the course of the contract. Any new product will be reviewed and either rejected or accepted at CCPS’s discretion. Contractor will not be permitted to deviate from the products under this RFP without CCPS authority and approval.
f. Chemical, Product Non‐Compliance: Substitution of any product or supply without proper authorization is unacceptable. Failure to supply CCPS with the items submitted under this RFP or an approved equivalent to the standard of quality listed herein, will be cause for rejection of product. Said product must be replaced immediately with an acceptable approved product at no additional cost to CCPS.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 25
Any substitution must receive prior written authorization by CCPS administration. Failure to comply or continual non‐compliance will be grounds for termination of contract.
3.9 Quality Control Proposer shall submit its plan or program to insure quality services are provided at all times. Please include any quality control parameters and describe what input or effort is required upon CCPS to assist in the quality control program. Further discuss any policies or procedures for resolving any quality control issues. Please be as specific and detailed as possible and include any literature as necessary.
3.10 Training
a. Contractor must have a training program specifically designed for CCPS assigned personnel, including training to meet all Local, State, and Federal guidelines. Training shall include, as necessary, the application of chemicals and the use of equipment to facilitate safe conditions for the employees and CCPS’s students, staff, and faculty. A proposal of said training shall be submitted with RFP and shall clearly demonstrate proposer’s philosophy and training techniques.
b. Proposer shall submit with the RFP, a letter stating that all employees are properly trained in all facets of its services and are properly certified as necessary to perform the required services under this RFP.
3.11 Standard Cleaning Procedures
Proposer must submit a description of its standard cleaning procedures and expectations to demonstrate what the proposer will provide and how it either meets or exceeds all aspects of the RFP. Procedures shall be detailed and Include any and all procedures, policies, literature, expectations and if applicable any proposed cleaning and flooring schedules if differ from the schedules or information listed herein.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 26
Section 4 ‐ Contractor Requirements
4.1 Contractor Performance a. It shall be the responsibility of the contractor to be knowledgeable and familiarize itself with any and all
applicable federal, state, county and local laws, ordinances, rules and regulations that in any manner affect the services provided under this RFP, which may apply. Lack of knowledge by the proposer(s) will in no way be a cause for relief from responsibility.
b. Contractor(s) shall maintain an acceptable level of satisfactory service throughout the duration of the contract. To insure this level of performance, CCPS reserves the right to withhold any monies owed to a contractor who is not performing satisfactorily, fails to provide specific services, or any reason deemed necessary by CCPS staff. Reasons for any withholdings will be provided to the Contractor in writing along with an acceptable time frame the Contractor has to fulfill any and all of the remedies to bring the level of service back to satisfactory. If services are not corrected within the time frame allocated by the corresponding CCPS department or its designee, then contract may be terminated. Furthermore, CCPS has the right to subtract any costs incurred to CCPS from the invoices or monies owed due to the unsatisfactory performance of Contractor. The withholding of any monies and the subtraction of costs/fees incurred, will be used at the discretion of CCPS. If no monies are owed to a contractor and performance levels are below satisfactory then termination of contract as outlined in this RFP will apply.
c. Contractor(s) shall perform any and all services in accordance with any and all Federal, State, County and City laws, statutes, ordinances or regulations. Any fines levied due to failure to comply with any requirement shall be the sole responsibility of the Contractor. Lack of knowledge by the contractor(s) will in no way be a cause for relief from responsibility.
4.2 Performance Bond a. The Contractor shall furnish CCPS with a performance and payment bond in the amount of ten (10) percent
of the total contract price and such additional amounts as may be required by any increase or changes thereof, containing all obligations required by Florida Law and executed by a surety company satisfactory to CCPS and licensed to do business in Florida. Once approved by CCPS, contractor shall be responsible for recording the Bond with the Clerk of Courts.
b. The performance provisions shall extend as a maintenance guarantee for one year from final payment.
c. The Surety that issues the bond shall: i. Be licensed to do business in Florida ii. Have a policyholder’s rating of “A‐” or better as listed in the current Best’s Insurance Guide. iii. Have fulfilled all previous obligations to CCPS.
d. The Contractor shall deliver the required bond to CCPS not later than thirty (30) days from the issue of the
notice of award an update as necessary throughout the duration of the contract and any renewal periods.
e. The Contractor shall require the attorney‐in‐fact who executed the required bonds on behalf of the surety to affix thereto a certified and current copy of his power‐of‐attorney indicating the monetary limit of such power.
4.3 Trial Period
a. Awarded contractor(s) may be placed on a ninety (90) day trial period at the commencement of the contract. During and towards the end of the trial period, CCPS personnel will conduct an evaluation and make the decision on whether to continue the contract or to remove Contractor and award contract(s) to the next highest rated proposer, or place out for a new solicitation as necessary. The decision will be based on performance, workmanship and the ability of the contractor to meet the servicing needs of CCPS.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 27
b. If the Contractor’s work is deemed unsatisfactory, then its invoice may be reduced to cover the expense to have the unsatisfactory work brought up to an acceptable level. If the next acceptable proposal is used, then that contractor may also be placed on a ninety (90) day trial period.
c. CCPS reserves the right to terminate contract at any time during the trial period, for failure to perform,
failure to service CCPS or failure to meet any of the requirements of the RFP. Any such termination will be made in writing and may be immediate.
d. If no work is performed in the initial ninety (90) days of the contract, then trial period may be extended until an evaluation of the contractor(s) services’ can be completed. Extension and length of any such case will be at the discretion of CCPS.
4.4 Contractor Awareness
It is the Contractor’s responsibility to become fully informed as to the nature and extent of the work required and its relation to any other work in the area, including possible interference with academic and other school activities. All work shall be coordinated with CCPS personnel.
4.5 Contractor Employee Requirements a. Contractor shall be responsible to CCPS for the acts and omissions of its employees, sub‐contractors and
their agents and employees, and other persons performing any of the work under a contract with the awarded Contractor(s) of this RFP.
b. **The Contractor shall strictly prohibit interaction between its employee(s), suppliers or anyone involved in any manner with projects under this RFP and the student population.**
c. Conduct: Contractor employees will be expected to conduct themselves in an orderly fashion and adhere to the School Board’s policies for conduct and behavior. Contractor employees will refrain from using foul, abusive or profane language on CCPS property. The Contractor shall prohibit its employees from disturbing CCPS property that is not within the employee’s scope of responsibility.
d. School Regulations: Contractor shall require its employees to comply with the instructions pertaining to conduct and School Board policies and directives, issued by duly appointed officials, such as the Principal, Facility Manager, etc. CCPS Administration and/or the Principal of any site where work is being performed or his/her designee, at their discretion, may require that the contractor immediately remove any employee from working on CCPS premises for violating any School Board policies, general misconduct or terms of this agreement.
e. Dress Code: Employees of the Contractor shall be required to dress in accordance with CCPS’s dress policy and must wear proper attire and company uniform at all times while on CCPS property. The Contractor shall require employees to be dressed in their uniform attire when reporting to work and/or arriving at any CCPS site and remain in work attire for the duration of services. All uniforms (shirts, aprons, etc…) shall clearly identify the employee as a Contractor employee and have company name and/or logo.
f. Employee Protective Equipment: Contractor shall determine the need for and provide any personal protective or safety items required for the safe performance of work. Protective clothing, equipment, and devices shall, at a minimum, conform to U.S. Occupational Safety and Health Administration (OSHA) standards for the products being used.
g. Break Areas and Restrooms: Lunch and Break areas are restricted to the designated custodial area by the site Facility Manager. Rest room facilities are restricted to those areas designated by the site Principal or Facility Manager.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 28
h. CCPS reserves the right to require a change in service of any contractor employee if the conduct by the Contractor’s personnel, in the opinion of CCPS, is unprofessional.
4.6 Contractor Employee Security Responsibilities Contractor(s) shall be responsible for the training of its employees in security procedures and requirements of each site and shall be responsible for the enforcement of the same. Additionally, each employee shall be informed of the following:
i. The Contractor shall be responsible for safeguarding against loss, theft, or damage of all CCPS property, materials, equipment, and accessories which might be exposed to the contractor’s personnel.
ii. Any and all emergency conditions that occur at any site shall be immediately reported to the authorized CCPS representative per site.
iii. Any and all weapons as discussed in this RFP will not be permitted on any CCPS site. iv. Alcohol and drugs are prohibited from any CCPS site. v. Contractor personnel shall not allow any unauthorized persons in school buildings vi. Sites shall be secure at the end of each workday.
4.7 Staff Replacements
Contractor shall provide competent, suitably qualified personnel per the specifications of this RFP that are qualified to perform the services described herein. Only those personnel who have been properly trained shall be assigned duties under this contract. Any employee whose work habits and/or conduct is deemed objectionable or unacceptable, shall be removed from the work force upon request of an authorized CCPS personnel, including the principal and/or facility manager.
4.8 Background & Identification Badges a. Bidder shall adhere to all CCPS & State requirements pertaining to fingerprinting and badging. Bidder shall
review and complete Exhibit JLA attached hereto and submit with its bid.
b. Pursuant to School Board Policy 8475, all contractual personnel of Collier County Public Schools shall be subject to a criminal background check. This includes any and all sub‐contractor employees.
c. After award of bid, contractors’ and sub‐contractors’ employees may need to be screened pursuant to CCPS policy 1121.01. The fee schedule and other important information pertaining to fingerprinting can be obtained on our website at http://www.collierschools.com/hr under the heading “Fingerprinting & ID Badges”. Failure to comply will result in the immediate termination of contract and removal from the bid list for a period of three (3) years.
d. Contractor employees are required to wear, at all times on any site, State issued identification badges per CCPS policies and the Jessica Lunsford Act. Employees will not be allowed on any CCPS site without proper badges. Failure to meet this requirement will result in the immediate removal of any employee without a badge from any site. Continued non‐compliance with this clause may result in the termination of contract(s). Please note that Contractor(s) must submit all COI’s, licenses etc… before badges can be issued.
e. Contractor may be required to submit a list of badged employees to CCPS within thirty (30) days after commencement of contract. Any changes during the course of the contract must be updated and submitted immediately.
f. ***Contractor employees using badges from another, terminated or retired employee is strictly PROHIBITTED and will be cause for immediate termination of contract***.
g. Contractor must immediately return any and all badges of terminated or retired employees to CCPS. Failure to do so may be cause for termination of contract.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 29
h. Please note fingerprinting and badging procedures are subject to change without notification. It will be the Contractor’s responsibility to insure they meet all State and CCPS requirements.
4.9 Day Laborers
The Contractor shall at no time during the contract use day‐laborers to perform any work under this RFP. The actual custodial services shall be performed by the awarded contractor(s) and its employees. Any personnel of the Contractor performing work at any CCPS site shall be fingerprinted, background checked and documented per this RFP. Failure to comply shall be grounds for immediate termination of contract.
4.10 Insurance Requirements a. Certificate of Insurance
Certificates of Insurance (COI), as outlined herein, shall be furnished to CCPS upon receipt of approval of the award of the contract. Certificate of Insurance shall provide a minimum of a thirty (30) day notice of cancellation to CCPS and shall name Collier County Public Schools as an additional insured as follows:
The District School Board of Collier County, FL 5775 Osceola Trail Naples, Florida 34109.
All certificates shall list the RFP # and title and be submitted to Ms. Tiffany Daniel, Purchasing Department either via e‐mail ([email protected]) or facsimile ((239) 377‐0074). Failure to provide a COI shall be cause for termination of contract.
b. Duration of Insurance Policies All insurance policies herein specified shall be in force for the term of the contract and contain a Rider that the insurance policies cannot be cancelled without a thirty (30) day prior written notice to the parties insured.
c. Insurance Policy Review Insurance policies may be submitted for review to the School Board's attorney and/or the Purchasing Department. Said policies shall be in form and content satisfactory to the CCPS’s said representatives. Said policies shall also name CCPS as an additional insured party where specified herein.
d. Worker’s Compensation Contractor(s) must comply with FSS 440, Workers’ Compensation and Employees’ Liability Insurance with minimum statutory limits.
e. Comprehensive General Liability Successful bidder shall procure and maintain, for the life of this contract/agreement, Comprehensive General Liability Insurance. This policy shall provide coverage for death, bodily injury, personal injury products and completed operations liability and property damage that could arise directly or indirectly from the performance of this agreement. It must be an occurrence form policy. The minimum limits of coverage shall be $1,000,000 per occurrence, combined, Single Limit for Bodily Injury Liability and Property Damage Liability.
f. Business Automobile Liability
Successful bidder shall procure and maintain, for the life of the contract/agreement, Business Automobile Liability Insurance. The minimum limits of coverage shall be $1,000,000 per occurrence, combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an “Any Auto” or “Comprehensive Form” policy. The insurance must be an occurrence form policy.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 30
4.11 Right to Require Performance The failure of CCPS at any time to require performance by the contractor of any provision herein shall in no way affect the right of CCPS thereafter to enforce same, nor shall waiver by CCPS of any breach of any provision herein be taken or held to be a waiver of any succeeding breach of such provision or as a waiver of any provision itself. Furthermore, indulgence by CCPS on any non‐compliance by the contractor does not constitute a waiver of any rights under this RFP.
4.12 Equipment & Chemical Storage a. The Contractor will be permitted to store some minor equipment, custodial carts, chemicals, tools, supplies
and other miscellaneous items at CCPS facilities as it deems necessary for efficient daily services. Items will be stored in designated, secure, storage closets and other custodial areas as determined by the site Facility Manager or site administrator.
b. Large machinery or bulk orders will not be permitted to be stored on site for any length of time.
c. All equipment, tools, chemicals and other materials stored in conjunction with the performance of work are to be kept locked up accordingly and never openly available to where occupants might come in to contact or be able to access them.
d. Contractor must ensure that all equipment, tools and chemicals are locked after each visit. Non‐compliance may result in the removal of contractor from site or termination of contract.
e. CCPS employees with the Facility Manager’s or site administrator’s permission and/or supervision may utilize any item stored on the premises, to include vacuums and cleaning agents. If a successful vendor will not allow the usage of equipment and/or cleaning products by CCPS employees, then it should state so in its proposal.
f. CCPS will not be held responsible for any lost, stolen or damaged equipment, chemicals or other items left on site.
4.13 Utilities
All utilities will be made available by CCPS to include electric and water. Any water keys that are necessary shall be issued by CCPS and will be the responsibility of the Contractor.
4.14 Property Damages
a. Contractor shall perform necessary services in such a manner that does not damage property. In the event damage occurs to property by reason of any services performed under this contract, the contractor shall immediately report the incident to its site Facility Manager or Administrator. Contractor will replace or repair the same at no cost to CCPS. If damage caused by the contractor has to be repaired or replaced by CCPS, then the cost of such work shall be deducted from the monies due the contractor. Contractor shall be responsible for the repair/replacement to the satisfaction of the Facility Manager and/or site administrator.
b. Any other damage caused by the contractor or its employees shall be immediately reported to the appropriate Facility Manager or CCPS administrator. Any damage caused by a contractor shall be repaired or replaced at the Contractor’s expense. A reasonable schedule for the repair or replacement of any CCPS damaged property shall be worked out with the CCPS Supervisor, Contractor and/or site. CCPS may, at its option, have items repaired or replaced internally.
c. Personal property damaged by Contractor may be worked out between Contractor and individual owner(s) of damaged property.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 31
d. Non‐compliance with these procedures shall result in any invoice(s) to be held until replacement parts are received or repairs are completed by Contractor to the satisfaction of CCPS.
4.15 Work Stoppages
a. In the event that any services or projects that are disturbing student/teacher activities or posing an immediate danger, the Principal or his designee shall have the right to direct Contractor to stop all work. Once a stoppage of work has been ordered, contractor shall immediately cease all work and secure the area/site. Contractor shall keep specific records of such occasions and shall notify the appropriate CCPS SEM representative immediately, of any such occurrence.
b. Contractor shall be responsible for immediately notifying CCPS, in writing, of any unsatisfactory or detrimental conditions that may arise that would interfere with the proper and timely completion of any service. Notification shall include the condition and an estimate timeframe of delay. Delays in services may be acceptable if it is agreed upon by CCPS. Contractor shall not proceed without the conditions remedied and the approval of the SEM Department or its designee.
4.16 Safety Data Sheets a. Supplies requested which are listed on the Florida Substance List (substances covered under Chapter 442,
Florida Statutes) are required to have published Safety Data Sheets (SDS).
b. Contractor(s) will be required to submit a copy of the SDS for any and all such substances to CCPS, prior to the start of contract.
c. Contractor shall maintain and have readily accessible a copy of all current or latest version SDS documentation and safety certifications at each site, in a clearly identifiable book, and at the SEM Department at all times, as well as comply with all other site documentation requirements per applicable OSHA programs and this RFP.
d. SDS documentation will be updated at each site regularly for the duration of the contract.
e. SDS documentation may be requested on chemicals after proposals have been evaluated from vendors that have been selected for interview and possible award.
f. All products must be recommended for the specific application by the manufacturer and approved by the EPA and OSHA, and in accordance with labeling instructions.
g. Failure to provide or maintain SDS documentation will be cause for termination of contract.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 32
Section 5 – Service Requirements
5.1 Description a. CCPS intends to purchase, the services to provide qualified custodial and cleaning services to all of CCPS’s
facilities, as described within this RFP. All potential bidders, who wish to be considered for these services shall fulfill the requirements as listed herein.
b. Contractor will be responsible for any and all services required under this RFP. Contractor(s) shall furnish all administration, management, supervision, labor, equipment, chemicals, supplies, tools, transportation and other materials as necessary at each site to provide all required custodial services.
c. It is the Contractor’s responsibility to be familiar with and perform all services under this RFP according
to all current federal, state and/or local laws, codes, rules and regulations. All services will be in
accordance with any and all governing requirements and shall conform to all laws, ordinances, codes,
rules and regulations including state, local and federal. Services shall comply with all governing codes and
regulations and shall meet or exceed the accepted standards of the industry. Lack of knowledge by the
proposer(s) will in no way be a cause for relief from responsibility. Failure to abide will be cause for
termination of contract.
NO STATEMENT WITHIN THIS DOCUMENT SHALL NEGATE COMPLIANCE WITH ANY APPLICABLE
GOVERNING REGULATION.
d. All work and scheduling will be performed in coordination with and per schedules generated and
approved by CCPS personnel.
e. Contractor shall supervise and direct the work, using its best skill and expertise to insure workmanship is of the highest quality. Contractor shall be solely responsible for all work assigned to it, including the means, methods, techniques, sequences and procedures for coordinating all portions of the services under the contract with CCPS or its designee.
5.2 Description of Sites
a. CCPS is located within Collier County in the southwest region of the State of Florida, approximately two hours south of Tampa, Florida. CCPS services over 46,000 students at over fifty‐six (56) sites including: twenty‐nine (29) elementary schools, ten (10) middle schools and eight (8) high schools as well as other administrative operation and support staff locations that will require services under this RFP. A list of schools, administrative offices and other support sites that will require services under this RFP is provided under Appendix 4. List includes: site, abbreviation, address, contact information of the Facility Manager, estimated enrollment and square footages*. Further information on school and/or sites may be obtained at: http://www.collierschools.com/domain/80 * Square footages given under this RFP are accurate to the best knowledge of CCPS. They are listed for contract and bidding purposes. Contractor may verify square footages through its actual measurements, use of existing drawings and/or other means, if it so chooses. Contractor should inform CCPS of any discrepancy that may occur through its verification of square footages.
b. CCPS is continually constructing, updating, modifying and remodeling its facilities, which may increase or
decrease the number of facilities listed herein. For this purpose, CCPS reserves the right to add additional sites or delete sites as necessary for the duration of the contract. Pricing may be negotiated or adjusted, with the awarded Contractor, for any additional sites or deletions at the time of need. All pricing negotiations will be based on pricing submitted under this RFP.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 33
c. CCPS reserves the right to add or remove portable classrooms or portable facilities, at any time, during the
course of the contract. Contractor will be required to maintain additional portables based upon RFP pricing. Pricing adjustments/negotiations may be necessary for the addition or removal of a portable.
d. The majority of services under this RFP are monthly services required under the SEM Department; however bidder shall note that any CCPS site may place orders for additional services under this RFP for extra‐curricular activities or other events that fall outside the typical scope herein. Any prices submitted by bidders under this RFP will be held for any CCPS site or department.
5.3 Knowledge of Sites / Site Visitations
a. It is the responsibility of each proposer to fully understand and be knowledgeable of what is expected at site under this RFP and to thoroughly familiarize itself with each site listed herein. This includes the knowledge and familiarity of any local conditions which may affect the services required. No additional allowance will be made due to lack of knowledge of these conditions.
b. Proposer(s) may and are encouraged to visit sites, as they deem necessary, prior to their submittal, to gain better knowledge of the services required at each site. Proposer must contact the school and make an appointment with the Facility Manager or his designee to view the facilities. Proposer must follow any and all sign‐in procedures at each site, which begins by signing in at the front office. BIDDERS MAY NOT BE ALLOWED TO VIEW SITES WITHOUT AN APPOINTMENT.
c. On site personnel are for accessing and viewing sites only, and are not in a position to modify or give instructions orally.
d. If bidder is unable to make contact with site for appointments, please contact the Purchasing Department per this RFP.
e. Site visitations are not mandatory and do not guarantee an award, however lack of inspecting prior to submittal will in no manner relieve the contractor from the necessary services under this RFP.
5.4 Service Hours, Days & Scheduling a. Contractor will be expected to perform services every working day of the building, school or facility, two
hundred fifty (250) days out of the year. A current working calendar and holiday schedule will be provided to awarded contractor(s) to develop the best work schedule for each site.
b. Contractor will work with sites to provide a “Work Schedule” per site that will include start and closing times, number of employees and any other additional information necessary. All custodial scheduling shall be done with a minimum of disruption to normal school functions and must be approved by CCPS site personnel. Carpet cleaning, floor waxing may be completed outside the normal work routine as described herein. However, any adjustments to the work schedule and service days must be requested for in writing to the Facility Manager, Principal or site Director. No adjustment to the work schedule and/or service days shall begin without their written authorization and/or knowledge of CCPS personnel.
c. Services shall be provided during and after normal business hours Monday through Friday. Weekend and holiday work may be allowed for services as well depending upon the nature of the work and the feasibility of the facility to be available at this time.
d. Please note that work schedules at certain facilities may require specific needs and service hours. I.E. the Administrative Center requires a Day Porter and normal custodial staff to commence services no earlier than 4:30pm.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 34
5.5 Special Events / Emergency Services a. Contractor shall be responsible for any and all custodial services directly related to all school/site activities,
including but not be limited to: sporting events, PTO meetings, board meetings, Principal meetings, Open House, etc… All services described herein shall be included in the monthly service pricing submitted under this RFP.
b. Contractor shall not be responsible for community functions, banquets, emergency, shelter, leases or other rentals of school facilities outside of normal work hours. To clarify, proposer(s) may provide a list of any specific work outside of the monthly services’ scope of work, as requested under this RFP, specifically any additional services that are not covered by services as described herein.
c. Contractor shall provide hourly pricing, per the pricing sheet, with its proposal to accommodate such circumstances when additional services are required.
d. Contractor will invoice CCPS separately for any additional services above the monthly scheduled custodial services. Any work for additional services must have a valid purchase order number.
e. Contractor shall be available for emergency services. Emergency work will be determined and authorized by CCPS. Emergency work will be considered outside the monthly scope of services and may be paid from a separate purchase order.
5.6 Additional Work Authorization
In the event that additional work is required outside of an approved, routine or scheduled service, Contractor shall not proceed without the written approval of CCPS; this includes any emergencies that may arise. The contractor shall be forewarned that only the Administrative Director of the SEM Department may order/pay or approve work to be performed. Each site possesses a facility manager which contractor may coordinate any on‐site and monthly services with; however, the facility manager is not authorized to order additional work.
5.7 Site Access / Keys a. The majority of CCPS sites will have an on‐site Facility Manager that will be the point of contact for any and
all custodial services to site. Please note that the main contact for the project/services will always be the SEM Department.
b. CCPS will issue gate, water and facility keys as necessary to awarded contractors. The Facility Manager or site administrator will be the only authorized personnel on site to issue the Contractor or any contractor employee a key to any CCPS facility. Keys may be distributed by Contractor site supervisor at the beginning of each work period and returned to the appropriate supervisor at the end of each work period.
c. Contractor shall be fully responsible for the security and appropriate use of any key issued on its behalf. Contractor shall be responsible for the replacement of any keys that is lost or damaged in its possession, including any costs incurred.
d. Any special site keys may be made available by each individual site if necessary. These keys will be issued at the discretion of the site.
e. Contractor will be responsible for ensuring all perimeter doors, and gates are locked and secured at the end of each workday. If it is determined that a building or site has been left unsecured due to negligence on the part of the Contractor, there will be a charge‐back of $100.00 per hour, time determination being from when a CCPS on‐call representative leaves his/her personal residence until when he returns from securing the site.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 35
f. In the event Contractor loses a master key, it shall immediately report the loss to the SEM Department. CCPS may re‐key the entire site. Under such circumstances, the cost to re‐key the site will be incurred by the Contractor. CCPS will provide an approved vendor(s) to the Contractor to have said re‐keying performed and/or coordinate the re‐key project and bill Contractor directly.
g. All keys shall be returned at the expiration and/or termination of contract.
h. At no time shall Contractor duplicate any CCPS issued key.
5.8 Signs Contractor shall post all signs, as necessary and when applicable, that serve as notification of applied chemicals or cautionary warnings. Contractor shall also be responsible for posting any restriction signs, when applicable, as well as notifying the school representative of any restrictions.
5.9 Program Evaluation a. It will be the responsibility of the Contractor to provide custodial services for the individual locations in
keeping with high standards for an educational institution from the perspectives of sanitation, public relations, and protection of the physical facility.
b. CCPS will continually monitor the progress of this contract in terms of effectiveness and safety, and will require such changes as are necessary. The Contractor shall take prompt action to correct all identified deficiencies. Contractor will be evaluated no less than bi‐annually for the duration of the contract and again for any upcoming renewal periods. Evaluations will determine if the contractor is providing an acceptable level of custodial services.
c. Contractor administration staff will be expected to participate in monthly review meetings to discuss the overall performance of the contract, evaluation and progress of the contractor and any compliance issues or problems.
5.10 Correction of Services
a. Non‐compliance for completeness and thoroughness in the duties will be determined by CCPS staff. Contractor shall promptly correct all work rejected by CCPS as defective or as failing to conform to the contract documents, at no additional cost to CCPS.
b. Contractor will be notified by CCPS personnel and will correct all deficiencies within one (1) day or on a schedule agreed upon by CCPS in writing.
c. CCPS reserves the right to reduce any monies owed by $100.00 per man‐hour to such time as is required for any non‐compliance issues or violations of the contract by the Contractor that are not resolved. CCPS reserves the right to have any pending or open non‐compliance issues or duties completed by other means and/or contractor(s).
d. Failure to respond or correct deficiencies shall be cause for immediate termination of contract.
5.11 Supplementary Specifications CCPS reserves the right to add supplementary specifications to any service(s) under this RFP. Supplementary specifications may be for larger or special circumstances, at the time of said service. All supplemental services must be approved in writing by both parties. A price may be negotiated at the time if necessary for any supplementary specifications that may alter the scope of work listed herein. Performance of supplemental services by company without prior written authorization may result, at CCPS’s discretion, in the loss of company’s entitlement to compensation for such services.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 36
Section 6 – Scope of Work Specifications
6.1 Expectation of Service a. CCPS expects awarded Contractor(s) to recognize the intent of the specifications and scope of work listed
herein and perform any and all duties in compliance with the scope and any of its intentions.
b. Contractor will be expected to complete any and all services listed herein during the course of the contract and work with CCPS to evolve other duties as so assigned. Please note that needs will vary per site and therefore services listed are a generalization of the duties that need to be addressed as applicable per site and it will be the responsibility of the Contractor to determine the needs of each site to meet or exceed the cleaning standards and expectations of CCPS.
c. Contractor will be expected to work with CCPS staff, Facility Manager or site administrator on any special custodial needs that are required or may arise during the course of the contract.
6.2 Cleaning Standards
Proposer shall at a minimum meet the following cleaning standards for any and all CCPS facilities. Please note this list may not be all‐inclusive and is given for a level of expectation for acceptable cleaning practices. o Wastebaskets: are free of residue, liquids, spots and dirt. Lids of plastic containers are free of marks,
smudges and food remnants. Liners are replaced daily.
o Student Desktops & Tables: are free of dust, dirt, spots, paint, ink, surface film, etc… Only open or unoccupied areas of desktops shall be serviced. Any wood surfaces shall be free of dust and dirt and shall be polished as necessary.
o Furniture: All furniture (including fabric, plastic, and metal units) are free of dust, dirt, spots, and surface film. Teacher and office desktops are NOT disturbed and any and all papers are NOT to be removed or disturbed. Personal computers, monitors, phones, terminals, printers and keyboards are not touched by the Contractor’s employees and/or work crews unless specifically requested. Only open areas of desktops shall be serviced.
o Dry‐Erase / Chalkboards: are wiped, sanitize and cleaned daily and are free from marker, chalkboards (unless states “DO NOT ERASE” w/ Date)
o Counters: are free of dust, dirt, spots, paint, ink, film, smears, stains, and finger marks and sanitized.
o Metal Surfaces: are free of smears, stains, and finger marks, sanitized, clean, and polished. Sinks are rinsed and free of debris, food and spots.
o Carpets, Rugs & Mats: All carpets, CCPS owned rugs and mats are free of mud, dirt, smudges, marks, dust, paper and other debris. Shall include all carpeted areas including under student, teacher and office desks, and behind doors.
o Floors & Baseboards: Floors (VCT, Tile, etc…) including steps, risers, and landings, are free of dirt, lint, streaks, mop strand marks, string, gum, grease, tar, skipped areas, reapplied wax etc., and present an overall appearance of cleanliness. All surfaces are dry and the corners clean.
o Walls: Walls and baseboards are free of dirt, cobwebs, lint, streaks, etc., and present an overall appearance of cleanliness. All surfaces are dry and the corners clean and free of splashing and markings from any equipment.
o Ceilings: Ceilings shall be free of cobwebs, spots, and streaks.
o Blinds: Both sides of blind slats are free of dust and water spots. Cords and tapes are clean.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 37
o Windows/Glass: are free of all fingerprints, smears, cobwebs, dirt, dust, smudges, streaks and spots.
o Windowsills: are free of all cobwebs, dirt, dust, spots, streaks, and smudges. There is no obstruction to the visibility due to improper cleaning.
o Drinking Fountains: surfaces are clean, bright, sanitized, and free of dust, spots, stains, and streaks. Drinking fountains shall be free of trash, ink, coffee grounds, etc., and nozzles free from encrustation.
o Mirrors: Mirrors are clean and free of fingerprints, smears, cobwebs, dirt, dust, smudges, streaks, and spots.
o Porcelain: Porcelain fixtures (washbasins, urinals, toilets, etc.) are kept clean and bright; there are no spots, stains, dust, rust, mold, encrustation, and excess moisture. In washrooms with showers, the showers are free from dust, spots, stains, rust, mold, encrustation, and excess moisture.
o Dispensers: All supply dispensers are filled. Waste and sanitary napkin receptacles are empty, clean, sanitized, and have new liners or bags. Additional supplies are set out in the event dispensers need to be restocked before custodians service the area.
o Outside Common Areas: outdoor common areas (entrances, patios, stairways, bus loops, etc…) are free of all paper, trash, empty bottles, and any other debris.
6.3 Cleaning Definitions
o Buff: Remove all marks using floor machine equipment with polishing pad to maintain floor luster. o Carpet extraction: Shampoo carpeting using wet extraction machine method. o Clean: Remove all dirt, stains and marks with approved cleaner. o Daily: Work to be performed each and every day of the week. o Damp Mop: Remove all surface dirt and stains with mop and warm water containing detergent or floor
cleaner as required. o Damp Wipe: Remove surface dirt with damp cloth. o Disinfect: To cleanse in order to destroy disease and germs. o Disinfectant: A germicidal cleaner for microbe control. o Dust: Remove all loose dirt and debris. Specially treated cloths shall be used. o Mop: Remove all surface dirt and stains with a mop and warm water containing floor cleaner or germicidal
disinfectant. o One Day: 24 clock hours. o Polish: Machine polish or rub with dry cloth. o Refinish: Apply proper floor coating (wax on polish or sealer) and buff. o Sanitize: To cleanse free from dirt and bacteria. o Scrub: Remove all dirt, stains and marks with an approved cleaner using a floor machine equipped
with scrubbing pad.
o Strip: Remove all accumulation of old floor finish, all surface dirt, stains and marks. Rinse and dry. o Sweep/Dust Mop: Remove all loose dirt and litter with dustless‐type sweeping tools on smooth concrete,
tiled, and terrazzo floor; in places difficult to sweep, use hair floor brush or vacuum on other hard floors. o Vacuum: Remove all surface and embedded dirt, dust and debris using a vacuum cleaner. o Wash: Remove all dirt, stains, and marks with approved cleaner; rinse and dry. o Wax: Apply appropriate number of coats of approved floor finish.
6.4 Classrooms Expected services for any and all CCPS classrooms:
a. Daily:– following services will be performed in every classroom, each service day o Empty garbage/recycling wastebaskets – Replace liners 2‐3 times per week or more often if necessary. o Spot Clean desk tops (removal of graffiti) o Clean and sanitize counters and sinks o Clean all dry‐erase / chalkboards (unless states “DO NOT ERASE” w/ Date)
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 38
o Dust mop all composition floors o Spot mop composition floors with all‐purpose cleaner o Vacuum all carpet o Spot clean carpet as needed o Vacuum walk‐off mats o Remove fingerprints from doors, frames, light switches, kick plates, handles, railings and glass o Secure any exterior doors and windows and turn off lights before leaving room
b. Weekly: Following services will be performed in every classroom at a minimum of once per week.
o Replace all plastic trash liners in waste receptacles at a minimum of 2‐3 times per week or more often if necessary
o Low dust all horizontal surfaces to hand height including desks, chairs and tables o Sweep, Wipe and Damp clean baseboards o Dust and Damp clean window ledges o Remove fingerprints from doors, frames, light switches, kick plates, handles, railings and glass o Spot clean all door glass o Vacuum chalk rails and/or damp wipe o Mop composition floors
c. Monthly: Following services will be performed in every classroom at a minimum of once per month.
o High dust above hand height horizontal surfaces, including shelves, pipes, moldings, pipes, ducts, heating outlets and vents, etc. with a 6’ ladder and/or cleaning extension tool (CCPS personnel will be responsible for areas higher than a 6’ ladder)
o Remove dust and cobwebs from ceiling areas o Dust blinds
d. Semi‐Annually: Following services will be performed in every classroom at a minimum of twice per year no less than six (6) months apart. o Clean and scrub entire surface of all student desks and chairs o Clean and scrub entire surface of all teacher desk and chair o Clean and scrub entire cabinet/workspace all areas o Shampoo / Steam Clean all carpets* (may be performed annually) o Strip and/or Refinish all floors*
*Carpets and floors will be serviced at a time when building occupancy is at a minimum and there will be sufficient time to allow for drying before being utilized.
6.5 Offices
a. Daily:– following services will be performed in every office, each service day o Empty garbage/recycling wastebaskets – Replace liners 2‐3 times per week or more often if necessary. o Dust furniture, (including fabric, plastic, and metal units) and insure they are free of dust, dirt, spots,
and surface film. Teacher and office desktops are NOT disturbed and any and all papers are NOT to be removed or disturbed. Personal computers, monitors, phones, terminals, printers and keyboards are not touched by the Contractor’s employees and/or work crews unless specifically requested. Only open areas of desktops shall be serviced.
o Dust interior window ledges o Spot clean all windows and glass partitions to hand height o Dust mop all composition floors o Spot mop composition floors with all‐purpose cleaner o Vacuum all carpet o Spot clean carpet as needed o Vacuum walk‐off mats o Remove fingerprints from doors, frames, light switches, kick plates, handles, railings and glass
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 39
o Secure any exterior doors and windows and turn off lights before leaving room
b. Weekly: Following services will be performed in every office at a minimum of once per week. o Replace all plastic trash liners in waste receptacles at a minimum of 2‐3 times per week or more often
if necessary o Low dust all horizontal surfaces to hand height including desks, chairs and tables o Sweep, Wipe and Damp clean baseboards o Dust and Damp clean window ledges o Spot clean all door glass o Damp clean window ledges o Spray buff composition floors
c. Monthly: Following services will be performed in every office at a minimum of once per month.
o High dust above hand height horizontal surfaces, including shelves, pipes, moldings, pipes, ducts, heating outlets and vents, etc. with a 6’ ladder. (CCPS personnel will be responsible for areas higher than a 6’ ladder)
o Remove dust and cobwebs from ceiling areas o Dust blinds
d. Semi‐Annually: Following services will be performed in every office at a minimum of twice per year no less
than six (6) months apart. o Clean and scrub entire surface of all desks and chairs, as allowable o Clean and scrub entire cabinet/workspace, furniture and other areas o Shampoo / Steam Clean all carpets* (may be performed annually) o Strip and/or Refinish all floors* o Steam clean all upholstered furniture o Steam Clean all tile surfaces
*Carpets and floors will be serviced at a time when building occupancy is at a minimum and there will be sufficient time to allow for drying before being utilized.
6.6 Teacher Work Areas and Duplication Rooms
a. Daily:– following services will be performed in every teacher work area/duplication rooms, each service day o Empty garbage/recycling wastebaskets – Replace liners 2‐3 times per week or more often if necessary. o Dust furniture, (including fabric, plastic, and metal units) and insure they are free of dust, dirt, spots,
and surface film. Teacher and office desktops are NOT disturbed and any and all papers are NOT to be removed or disturbed. Personal computers, monitors, phones, terminals, printers and keyboards are not touched by the Contractor’s employees and/or work crews unless specifically requested. Only open areas of desktops shall be serviced.
o Dust interior window ledges o Spot clean all windows and glass partitions to hand height\ o Damp clean counter tops o Damp clean vending machines o Dust mop all composition floors o Spot mop composition floors with all‐purpose cleaner o Vacuum all carpet o Spot clean carpet as needed o Vacuum walk‐off mats o Remove fingerprints from doors, frames, light switches, kick plates, handles, railings and glass o Secure any exterior doors and windows and turn off lights before leaving room
b. Weekly: Following services will be performed in every teacher work area/duplication rooms at a minimum
of once per week.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 40
o Replace all plastic trash liners in waste receptacles at a minimum of 2‐3 times per week or more often if necessary
o Low dust all horizontal surfaces to hand height including desks, chairs, tables and tops of vending machines
o Sweep, Wipe and Damp clean baseboards, tops of vending machines, etc… o Damp clean window ledges o Spray buff composition floors
c. Monthly: Following services will be performed in every teacher work area/duplication rooms at a minimum
of once per month. o High dust above hand height horizontal surfaces, including shelves, pipes, moldings, pipes, ducts,
heating outlets and vents, etc. with a 6’ ladder and/or cleaning extension tool. (CCPS personnel will be responsible for areas higher than a 6’ ladder)
o Remove dust and cobwebs from ceiling areas o Dust blinds
d. Semi‐Annually: Following services will be performed in every office at a minimum of twice per year no less
than six (6) months apart. o Clean and scrub entire surface of all furniture, cabinets, counters, etc.., as allowable o Shampoo / Steam Clean all carpets* o Strip and/or Refinish all floors* o Steam clean all upholstered furniture (as necessary) o Steam Clean all tile surfaces (as necessary)
*Carpets and floors will be serviced at a time when building occupancy is at a minimum and there will be sufficient time to allow for drying before being utilized.
6.7 Libraries/Media Centers a. Daily:– following services will be performed in every library/media center, each service day
o Empty garbage/recycling wastebaskets – Replace liners 2‐3 times per week or more often if necessary. o Dust furniture, (including fabric, plastic, and metal units) and insure they are free of dust, dirt, spots,
and surface film. Teacher and office desktops are NOT disturbed and any and all papers are NOT to be removed or disturbed. Personal computers, monitors, phones, terminals, printers and keyboards are not touched by the Contractor’s employees and/or work crews unless specifically requested. Only open areas of desktops shall be serviced.
o Dust interior window ledges o Spot clean all windows and glass partitions to hand height o Damp clean tables, desks, counter tops o Dust mop all composition floors o Spot mop composition floors with all‐purpose cleaner o Vacuum all carpet o Spot clean carpet as needed to remove all stains, spills and soiled spots o Vacuum walk‐off mats o Remove fingerprints from doors, frames, light switches, kick plates, handles, railings and glass o Secure any exterior doors and windows and turn off lights before exiting
b. Weekly: Following services will be performed in every library/media center at a minimum of once per week.
o Replace all plastic trash liners in waste receptacles at a minimum of 2‐3 times per week or more often if necessary
o Low dust all horizontal surfaces to hand height including desks, chairs and tables o Dust all book shelves (books to remain in place) o Sweep, Wipe and Damp clean baseboards o Damp clean window ledges
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 41
o Spray buff composition floors c. Monthly: Following services will be performed in every library/media center at a minimum of once per
month. o High dust above hand height horizontal surfaces, including shelves, pipes, moldings, pipes, ducts,
heating outlets and vents, etc. with a 6’ ladder and/or cleaning extension tool. (CCPS personnel will be responsible for areas higher than a 6’ ladder)
o Remove dust and cobwebs from ceiling areas o Dust blinds
d. Semi‐Annually: Following services will be performed in every library/media center at a minimum of twice per year no less than six (6) months apart. o Clean and scrub entire surface of all furniture, cabinets, counters, etc.., as allowable o Shampoo / Steam Clean all carpets* o Strip and/or Refinish all floors* o Steam clean all upholstered furniture (as necessary) o Steam Clean all tile surfaces (as necessary)
*Carpets and floors will be serviced at a time when building occupancy is at a minimum and there will be sufficient time to allow for drying before being utilized.
6.8 Cafeteria Areas
a. Daily: following services will be performed in every cafeteria/cafeteria area, each service day when school is in session and students and/or staff are present. As necessary during non‐student contact days. o Remove trash/recyclables from cafeteria area o Spot clean interior glass to hand height after school hours o Clean during lunch periods (wipe down tables, empty trash, and clean up spills) o Sweep entire floor and mop
b. Semi‐Annually: Following services will be performed in every cafeteria/cafeteria area at a minimum of twice
per year no less than six (6) months apart. o High dust above hand height horizontal surfaces, including shelves, ceiling, moldings, pipes, ducts,
heating outlets, etc… (every other month or as often as necessary) o Remove dust and cobwebs from ceiling areas (every other month or as often as necessary) o Clean and scrub entire surface of all furniture, cabinets, counters, etc.., as allowable o Shampoo / Steam Clean all carpets* o Strip and/or Refinish all floors* o Steam clean all upholstered furniture (as necessary) o Steam Clean all tile surfaces (as necessary)
*Carpets and floors will be serviced at a time when building occupancy is at a minimum and there will be sufficient time to allow for drying before being utilized.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 42
6.9 Common Areas (Lobbies/Corridors/Stair/ Elevators) a. Daily: following services will be performed in every common area, each service day when school is in session
and students and/or staff are present. As necessary during non‐student contact days. o Empty garbage/recycling wastebaskets – Replace liners 2‐3 times per week or more often if necessary. o Dust furniture, (including fabric, plastic, and metal units) and insure they are free of dust, dirt, spots,
and surface film. Teacher and office desktops are NOT disturbed and any and all papers are NOT to be removed or disturbed. Personal computers, monitors, phones, terminals, printers and keyboards are not touched by the Contractor’s employees and/or work crews unless specifically requested. Only open areas of desktops shall be serviced.
o Dust interior window ledges o Spot clean all windows and glass partitions to hand height o Spot clean interior glass partitions and doors o Clean and sanitize water fountains o Damp clean tables, desks, counter tops o Dust mop all composition floors o Spot mop composition floors with all‐purpose cleaner o Vacuum all carpet o Spot clean carpet as needed to remove all stains, spills and soiled spots o Vacuum walk‐off mats o Clean under entrance mats daily, inside and out o Sweep underneath stairs o Spray and buff all composition floor (or as needed) o Remove fingerprints from doors, frames, light switches, kick plates, handles, railings and glass
b. Weekly: Following services will be performed in every common area at a minimum of once per week.
o Replace all plastic trash liners in waste receptacles at a minimum of 2‐3 times per week or more often if necessary
o Low dust all horizontal surfaces to hand height including desks, chairs and tables o Dust all book shelves (books to remain in place) o Sweep, Wipe and Damp clean baseboards o Damp clean window ledges o Spray buff composition floors
c. Monthly: Following services will be performed in every common area at a minimum of once per month.
o High dust above hand height horizontal surfaces, including shelves, pipes, moldings, pipes, ducts, heating outlets and vents, etc. with a 6’ ladder. (CCPS personnel will be responsible for areas higher than a 6’ ladder)
o Remove dust and cobwebs from ceiling areas o Dust blinds o Remove dust and cobwebs from ceiling areas o Clean all hall walls (more often if needed)
d. Semi‐Annually: Following services will be performed in every common area at a minimum of twice per year
no less than six (6) months apart. o Clean and scrub entire surface of all furniture, cabinets, counters, etc.., as allowable o Shampoo / Steam Clean all carpets* o Strip and Refinish all floors* o Steam clean all upholstered furniture (as necessary) o Steam Clean all tile surfaces (as necessary) o Clean all outside windows including 2nd story windows that can be reached from a 6’ ladder and/or
serviced utilizing a power sprayer/ wand extension to reach those heights.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 43
*Carpets and floors will be serviced at a time when building occupancy is at a minimum and there will be sufficient time to allow for drying before being utilized.
6.10 Restrooms / Dressing Rooms / Locker Rooms a. Daily: following services will be performed in every restroom/dressing room/locker room, each service day
when school is in session and students and/or staff are present. As necessary during non‐student contact days. o Restrooms shall be monitored and checked throughout the school day o Empty garbage/recycling wastebaskets – Replace liners 2‐3 times per week or more often if necessary. o Clean, sanitize, and polish all vitreous fixtures including toilet bowls, urinals and hand basins o Clean and polish chrome fittings o Clean and sanitize toilet seats o Clean and polish glass and mirrors o Wash and sanitize exterior of containers o Remove spots, stains and splashes from wall area and counter tops o Clean metal partitions o Sweep floors o Mop floors with germicidal disinfectant at least daily and as often as needed o Fill expendable supplies in restroom dispensers o Wash and sanitize metal partitions o Remove fingerprints from doors, frames, light switches, kick plates, push plates, handles, railings, glass,
etc… b. Weekly: Following services will be performed in every restroom/dressing room/locker room at a minimum
of once per week. o Replace all plastic trash liners in waste receptacles at a minimum of 2‐3 times per week or more often
if necessary o Low dust horizontal surfaces to hand height o Damp clean baseboards o Clean all walls thoroughly with cleaning and sanitizing solution (more if necessary) o Wash and sanitize interior of wastebaskets
c. Monthly: Following services will be performed in every restroom/dressing room/locker room at a minimum
of once per month. o High dust above hand height horizontal surfaces, including shelves, pipes, moldings, pipes, ducts,
heating outlets and vents, etc. with a 6’ ladder. (CCPS personnel will be responsible for areas higher than a 6’ ladder)
o Remove dust and cobwebs from ceiling areas o Machine scrub floors with germicidal disinfectant
d. Semi‐Annually: Following services will be performed in every restroom/dressing room/locker room at a
minimum of twice per year no less than six (6) months apart. o Strip and/or Refinish all floors* o Steam clean all upholstered furniture (as necessary) o Steam Clean all tile surfaces (as necessary)
*Carpets and floors will be serviced at a time when building occupancy is at a minimum and there will be sufficient time to allow for drying before being utilized.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 44
6.11 Multi‐Purpose / Gymnasium / Weight / Training Rooms a. Daily: following services will be performed in every multi‐purpose / gymnasium / weight room / training
room, each service day when school is in session and students and/or staff are present. As necessary during non‐student contact days. o Empty garbage/recycling wastebaskets – Replace liners 2‐3 times per week or more often if necessary. o Clean and polish glass and mirrors o Remove spots, stains and splashes from wall area and counter tops o Sweep floors o Mop floors with germicidal disinfectant as often as needed or when areas are available (may need to
do on non‐student days to avoid traffic) o Fill any expendable supplies in dispensers as necessary o Remove fingerprints from doors, frames, light switched, kick plates, push plates, handles, railings, glass,
etc… o Dust mop floors with chemically treated mop per manufacturer’s specifications or vacuum all carpeted
areas o Spot mop composition floors o Spot clean carpeted areas and remove any stains, spills or soiled spots
b. Weekly: Following services will be performed in every multi‐purpose / gymnasium / weight room / training
room at a minimum of once per week. o Replace all plastic trash liners in waste receptacles at a minimum of 2‐3 times per week or more often
if necessary o Low dust horizontal surfaces to hand height o Damp clean baseboards o Clean all walls thoroughly with cleaning and sanitizing solution (more if necessary) o Clean bleachers, remove all trash, sweep, mop and clean floor underneath o Clean, damp clean any equipment as necessary (vinyl benches, gymnasium seats, etc…)
c. Monthly: Following services will be performed in every multi‐purpose / gymnasium / weight room / training
room at a minimum of once per month. o High dust above hand height horizontal surfaces, including shelves, pipes, moldings, pipes, ducts,
heating outlets and vents, etc. with a 6’ ladder and/or cleaning extension tool (CCPS personnel will be responsible for areas higher than a 6’ ladder)
o Remove dust and cobwebs from ceiling areas o Scrub composition floors, as needed
d. Semi‐Annually: Following services will be performed in every multi‐purpose / gymnasium / weight room /
training room at a minimum of twice per year no less than six (6) months apart. o Strip and Refinish all composition floors* (to include rubber‐composite gym floors, weight room floors,
etc…) – This service performed annually o Steam clean all upholstered furniture (as necessary) o Steam Clean all tile surfaces (as necessary)
*Carpets and floors will be serviced at a time when building occupancy is at a minimum and there will be sufficient time to allow for drying before being utilized.
Please note all gymnasium wood floors are refinished by CCPS personnel and not included in this RFP.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 45
6.12 Nutrition Services / Kitchen Areas Nutrition Service kitchens and its contents will be cleaned by CCPS staff. However, Contractor will be expected to perform certain cleaning services to CCPS’s Nutrition Services areas as outlined below. a. Daily: following services will be performed in every nutrition service / kitchen area each service day when
school is in session and students and/or staff are present. As necessary during non‐student contact days. o Clean, maintain and monitor pulper room and pulper (or thermocompactor) where applicable. o Remove trash and recyclables from back door area and place in appropriate dumpsters o Clean and sanitize employee restrooms and stock as necessary
b. Weekly: Following services will be performed in every nutrition service / kitchen area at a minimum of once
per week. o Clean trash cans and trash can washing area
c. Monthly: Following services will be performed in every nutrition service / kitchen area at a minimum of
once per month. o Clean outside back door area, receiving area and dumpster pad o Clean high tiled wall areas in kitchens
d. Semi‐Annually: Following services will be performed in every nutrition service / kitchen area at a minimum
of twice per year no less than six (6) months apart. o Clean all windows, inside and out o Clean ceiling fans, vents and vans o Power scrub and de‐lime floors o Clean heights utilizing a 6’ ladder and/or cleaning extension tool
**Please note that the washer/dryers located in any Nutrition Service area is at no time to be utilized by the Contract. Failure to comply may result in termination of contract.**
6.13 Grounds Areas(Lawns/sports fields/playgrounds/loading docks/break areas)
a. Daily: following services will be performed for every ground area, each service day when school is in session and/or students and/or staff are present. As necessary during non‐student contact days. o Empty garbage/recycling wastebaskets – Replace liners 2‐3 times per week or more often if necessary. o Remove trash and debris from grounds, to include the sweeping and picking up of debris on any and
all sidewalks and walkways o Sweep entrances, doorways, walkways, steps and curbs o Remove any graffiti from outside walls and sidewalks o Remove spots, stains and splashes from wall area and counter tops o Sweep/Vacuum any outdoor mats as necessary o Clean, damp clean any outdoor furniture as necessary
b. Semi‐Annually: Following services will be performed for ground areas, at a minimum of twice per year no
less than six (6) months apart unless otherwise specified. o Pressure wash all entrance areas and other common outdoor areas as necessary o Contractor shall clean all outside gutters, roof drains and down spouts. Must perform this service at
least once prior to the rainy season, which generally commences Mid‐April.
6.14 Custodial Restrictions Contractor shall further instruct its staff to adhere to the following:
1. Not disturb papers on desks, open drawers or cabinets
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 46
2. Not to utilize CCPS staff computers, printers, copy machines, fax machines, television sets, coffee pots, microwave ovens, stoves, or refrigerators, nor shall they tamper with any personal or CCPS property. CCPS will allow the use of said items in designated custodial break rooms or other areas as approved by the Facility Manager and/or Site Administrator.
3. CCPS telephones shall not be used for personal reasons unless it is to report an emergency (911)
or to report any maintenance needs to site Facility Manager.
4. Contractor staff shall not utilize CCPS property or facilities for personal use and/or without proper authorization.
5. Contractor staff shall not utilize CCPS washer/dryer units for personal use.
6. Any unauthorized usage or tampering of CCPS items, equipment, documents, etc… by the
Contractor will be grounds for immediate termination of the contract.
Non‐compliance or continual non‐compliance shall be grounds for termination of contract.
6.15 Special Events During the course of the contract there will be several school/site related, scheduled events that will be covered for custodial services under this RFP. These include but are not limited to: sporting events (games, competitions, practices, etc…, school based concerts, PTA/PTO meetings, other School/Parent meetings, Board Meetings, Ceremonies, etc… Contractor will provide all services as necessary for these events to include the following services.
o Remove trash and debris from grounds o Sweep entrances, doorways, walkways, steps and curbs o Remove any graffiti from outside walls and sidewalks o Remove spots, stains and splashes from wall area and counter tops o Sweep/Vacuum any outdoor mats as necessary o Clean, damp clean any outdoor furniture as necessary o Maintain clean restrooms, common areas, trash cans and area around concession stands. Replace
liners as necessary or empty altogether at the end of the event. o Monitor all restrooms, mop floor, spot clean sinks, vanities, counter tops, mirrors, floors, and walls,
pick up paper and flush commodes and urinals, and take out trash/recyclables o Spray buff halls o Pick up trash outside of building at least one (1) time during event and after completion of event o Clean and mop any accident that may occur during event o Maintain all window shades at same height o Respond to clean up request by Facility Manager, site Administrator or other CCPS personnel o Assist with any set up and take down of event as necessary
6.16 Additional non‐School Related Events / Labor Rates
During the course of the contract there will be several non‐school related, scheduled and unscheduled events that Contractor will provide additional custodial services for. These include but are not limited to: leases, youth organization (boy scouts), after school child care, emergency shelters, etc… For these purpose, Proposer shall provide labor rates for custodial services to cover any and all services as necessary for these events. Labor rates will be supplied per the items listed herein or similar.
6.17 Light Maintenance Contractor will be required to accomplish minor maintenance within each individual facility. The responsibilities will be accomplished on an as required basis and will be at the specific instruction of the site Facility Manager, Principal or Administrator. All maintenance related supplies, equipment and/or tools will be provided by CCPS.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 47
The following job responsibility outline is a sample overview for the nature of maintenance activities and responsibilities that will be required of and performed by the custodians at each location.
o Replace light bulbs. o Replace ceiling tiles when required. o Cut off water supply until maintenance employees can respond. o Assist maintenance employees in monitoring mechanical and electrical rooms for mechanical
problems. o Clean all HVAC return and supply air grills in all classrooms and common areas on a monthly basis. o Clean electrical rooms and storage closets o Assist Facility Manager, Principal, and/or other CCPS staff with the moving of furniture and set‐up for
events
6.18 Trash / Recycling All trash collected by the contractor shall be discarded into CCPS provided dumpster or bin designated for garbage, located at each site. CCPS will be responsible to insure bins are emptied on a regular basis. All CCPS sites are on a recycling program* and have several multiple receptacles throughout the sites. Contractor will be responsible for emptying receptacles each night and keeping recyclables separate from garbage. Contractor will be responsible for discarding recyclables in a CCPS provided recycling bin and/or dumpster. Recycle bins will be clearly labeled and marked and CCPS will be responsible to insure the bins are emptied on a regular basis. * Contractor will be responsible for the breakdown of all cardboard boxes as necessary, prior to disposal in designated recycling container(s).
6.19 Floor Cleaning Schedule
Contractor must submit a schedule to facility manager or site administrator of when each area’s floors and carpets will be serviced and the type of service that will be performed (i.e. strip & re‐wax, carpet shampooed, steam, etc…). Contractor will be held to the schedule that is submitted and must perform the services as scheduled. Facility Manager may assist with coming up with a schedule to insure all areas and services are performed and that they do not interfere with other activities, classes, sporting events, etc… that may be going on. The facility manager will inform the respective departments, per the Contractor’s schedule, of when their areas will be cleaned. CCPS employees will be asked to remove minor loose items from the floor that may interfere with the cleaning and/or service being performed. A floor schedule form shall be created, for each site. Proposer shall submit with its proposal as part of its approach and understanding to the services a sample of a floor cleaning schedule. When the contractor performs the scheduled service, it will provide a signature and date of service. The facility manager and/or site administrator will then inspect said service and also sign as acceptance of services provided. Failure to maintain floor cleaning records may be cause for rejection of proposal or an unsatisfactory performance rating and possible termination of contract.
6.20 Modifications or changes to Scope of Work
Proposers shall understand that this RFP is for the general custodial services for all CCPS sites. All custodial duties listed herein are anticipated duties that are required; however, this scope of work may not be all inclusive of all custodial duties that may be rendered over the course of the contract. Changes to this scope of work may occur once the Contractor has commenced its services. Contractor must be willing to work with CCPS in developing the best custodial routine(s) for all of its sights and be willing to work with each Facility Manager and/or Site Administrator to develop the best services, practices and schedules for each individual site.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 48
Section 7 – Pricing Specifications
7.1 Proposal Pricing Contractor shall provide pricing that includes all items necessary for the proper execution and completion of the services requested under this RFP. No additional charges or hidden costs shall be allotted during the course of the contract. All pricing submitted will be firm for the duration of the contract. Pricing shall be submitted on the attached sheet (or similar) in the following manner:
a. Custodial Services per Square Foot*
Proposer shall provide a fixed, all‐inclusive annual** square footage price to perform the necessary custodial services for each of the CCPS’s sites as listed.
*Square footages listed are the most recent and up to date information available to CCPS. After commencement of contract if it is discovered there are any discrepancies in square footages, then pricing may be adjusted accordingly. **Annual = 12 months, 1 calendar year.
b. Labor Rates i. Contractor shall supply hourly labor rates for any and all additional services or work that falls outside
the main scope of this RFP or for work at the request of CCPS. Rates shall be provided for the specific custodial staff as listed. Proposer may provide additional trades or rates if it deems necessary. All labor rates shall include all supervision, labor costs, equipment, machinery, insurances, overhead, vehicle use charges, profit, travel time, mileage; and all tools, chemicals, materials and hand tools and all other items necessary for satisfactory service.
ii. Labor pricing will be given for standard hours which will be Monday through Friday 7am to 5pm and
non‐standard (OT) hours as anytime thereafter or holidays recognized by CCPS. All rates will be fixed for the term of the contract.
iii. All hourly rates and times shall start on the “job site”. Any travel time expenses shall be borne by the
Contractor and will not be reimbursed by CCPS.
7.2 Pricing Sheets Contractor shall provide pricing as described herein. Pricing sheets shave been provided to demonstrate the sites and costs that must be submitted with proposal. The sheets are provided for convenience and ease of understanding the pricing schedule submitted. Proposer may use additional or alternate sheets but format shall be the same and include pricing as described herein.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 49
RFP #17‐024 Custodial Services‐ PRICING & RFP SHEET
The proposer represents herewith that it is aware of the working conditions, has carefully reviewed the proposal and specifications, has checked and certifies the accuracy of the RFP. The following Pricing and RFP sheets (or similar) are provided to assist bidder in submitting a complete package; however these sheets are not the only items necessary to complete a full package. Proposer shall submit all requirements as outlined within the entire RFP.
Name of Proposer: A. The bidder hereby offers to furnish all labor, equipment, materials, appurtenances and services required for
Custodial Services, all in accordance with this RFP. Pricing shall be based on an annual* per square foot charge per site. Proposer shall provide its annual* per sq. foot price x the total square footage for an annual* price per site. *Annual = 12 months, 1 calendar year.
i. Elementary Schools
# Abr Site PSF Annual Price Total Sq. Footage
Annual Price
1 AVE Avalon $ X 87,159 $
2 BCE Big Cypress $ X 126,280 $
3 CPE Calusa Park $ X 162,587 $
4 CES Corkscrew $ X 132,855 $
5 EPE Eden Park $ X 119,564 $
6 EES Estates $ X 136,945 $
7 GGE‐N Golden Gate ‐ North $ X 108,149 $
8 GGE‐S Golden Gate ‐ South $ X 68,648 $
9 GTE‐N Golden Terrace ‐ North $ X 95,943 $
10 GTE‐S Golden Terrace ‐ South $ X 78,594 $
11 HLE Highlands $ X 132,650 $
12 LPE Lake Park $ X 87,109 $
13 LTE Lake Trafford $ X 136,659 $
14 LOE Laurel Oak $ X 103,273 $
15 LES Lely $ X 127,211 $
16 MES Manatee $ X 110,049 $
17 MDE Mike Davis $ X 126,345 $
18 NPE Naples Park $ X 98,873 $
19 OES Osceola $ X 141,815 $
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 50
# Abr Site PSF Annual Price Total Sq. Footage
Annual Price
20 PSE Parkside $ X 127,212 $
21 PLE Palmetto $ X 125,054 $
22 PME Pelican Marsh $ X 141,452 $
23 PCR Pinecrest $ X 125,430 $
24 PES Poinciana $ X 108,139 $
25 SPE Sabal Palm $ X 132,994 $
26 SGE Seagate $ X 117,580 $
27 SLE Shadowlawn $ X 92,657 $
28 TBE Tommie Barfield $ X 111,921 $
29 VME Veterans’ Memorial $ X 154,999 $
30 VOE Village Oaks $ X 116,129 $
31 VES Vineyards $ X 132,326 $
ii. Middle Schools
# Abr Site PSF Annual Price Total Sq. Footage
Annual Price
32 CMS Corkscrew $ X 156,030 $
33 CPM Cypress Palm $ X 170,529 $
34 ENM East Naples $ X 145,318 $
35 GGM Golden Gate $ X 160,585 $
36 GVM Gulfview $ X 95,556 $
37 IMS Immokalee $ X 187,546 $
38 MMS Manatee $ X 170,090 $
39 NNM North Naples $ X 152,113 $
40 OMS Oakridge $ X 169,728 $
41 PRM Pine Ridge $ X 148,626 $
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 51
iii. High Schools
# Abr Site PSF Annual Price Total Sq. Footage
Annual Price
42 BCH Barron Collier $ X 289,542 $
43 GGH Golden Gate $ X 363,876 $
44 GCH Gulf Coast $ X 356,275 $
45 IHS Immokalee $ X 257,340 $
46 LHS Lely $ X 253,803 $
47 LWH Lorenzo Walker $ X 59,142 $
48 NHS Naples $ X 301,992 $
49 PRH Palmetto Ridge $ X 376,760 $
iv. Other CCPS School Locations
# Abr Site PSF Annual Price Total Sq. Footage
Annual Price
50 ALT Alternative Schools $ X 23,310 $
51 BEC Bethune Education Center $ X 34,851 $
52 EVG Everglades City School $ X 76,728 $
53 ITC Immokalee Technical College $ X 103,808 $
54 LWIT Lorenzo Walker Technical College $ X 187,563 $
i. CCPS Administration & Support Locations
# Abr Site PSF Annual Price Total Sq. Footage
Annual Price
55 ADM Dr. Martin Luther King, Jr. Administrative Center
$ X 124,784 $
56 MNT Maintenance Department $ X 21,121 $
57 PDC Professional Development Center (located at Gulfview Middle)
$ X 18,267 $
58 TRNS‐N Transportation – Naples Annex $ X 23,162 $
59 TRNS‐S Transportation – South Annex $ X 9,434 $
60 TRNS‐I Transportation – Immokalee Annex $ X 14,000 $
61 WHS Warehouse $ X 19,812 $
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 52
B. Total Annual Bid for All Sites: $
C. Labor Rates Please provide labor rates for all additional services not included herein.
Trade Standard Hourly Rate Non‐Standard Hourly Rate
Elementary Site Custodian $ $
Middle School Site Custodian $ $
High School Site Custodian $ $
Other CCPS School Location Site Custodian $ $
CCPS Administration & Support Location Site Custodian
$ $
Additional Charges/Comments (use additional paper if necessary):
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 53
Appendix 1 – Head Custodian / Daytime Custodian Job Descriptions
Head Custodian ‐ The Head Custodian per site shall strive to contribute to the efficient operation of the site or school by supervising staff, performing custodial duties and act as a liaison between custodial staff and CCPS personnel. Performance responsibilities include but not be limited to:
1. Supervise all custodial personnel, both daytime and nighttime staff. 2. Secure the building(s) and site at the end of the day as directed by the Principal, Facility Manager or Site
Administrator. 3. Immediately report any problems or issues with heat and cooling equipment to Facility Manager or Site
Administrator. 4. Inspect the building exterior for possible unauthorized entrance and/or vandalism. 5. Insure custodians complete tasks as assigned including any and all responsibilities of the Daytime Custodian. 6. Make minor repairs, tighten all loose screws, and replace light bulbs as required. 7. Keep mechanical/electrical rooms clean. 8. Know where all fuse boxes, breaker boxes, and light switches are located, so circuits can be cut off
immediately in the event of fires. 9. Be familiar with all the emergency fire alarms and AEDs in the building and facilities. 10. Take care of emergencies and any other work as directed by the Principal, Facility Manager or Site
Administrator. 11. Report any and all problems, issues and emergencies immediately upon discovery. 12. Complete other small task or duties as so assigned during the day by the Principal, Facility Manager or Site
Administrator.
Daytime Custodian ‐ The Daytime Custodian per site shall strive to contribute to the efficient operation of the site or school by performing custodial duties and assisting CCPS personnel with custodial needs before and during operating hours. Performance Responsibilities include but not be limited to:
1. Open the building each morning as directed by the Principal, Facility Manager or Site Administrator. 2. Immediately report any problems or issues with heat and cooling equipment to Facility Manager or Site
Administrator. 3. Inspect the building exterior for possible unauthorized entrance and/or vandalism. 4. Complete custodial duties, including but not limited to:
Dust mop halls and clean entrance mats after children are in the classroom.
Pick up paper and other debris from inside building, parking areas, and school grounds.
Sweep entranceways.
Clean up after sick children.
Assist in receiving deliveries of storeroom materials.
Spray buff main halls a minimum of once a week.
Assists with the moving of furniture and setting up for events.
Monitor restrooms throughout the day. 5. Make minor repairs, tighten all loose screws, and replace light bulbs as required. 6. Keep mechanical/electrical rooms clean. 7. Know where all fuse boxes, breaker boxes, and light switches are located, so circuits can be cut off
immediately in the event of fires. 8. Be familiar with all the emergency fire alarms and AEDs in the building and facilities. 9. Take care of emergencies and any other work as directed by the Principal, Facility Manager or Site
Administrator. 10. Report any and all problems, issues and emergencies immediately upon discovery. 11. Complete other small task or duties as so assigned during the day by the Principal, Facility Manager or Site
Administrator.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 54
Appendix 2 – Chemical Recommendations
This list is comprised of the majority of the cleaning products, brands and types of chemicals that have been utilized and are approved for use within CCPS. This list may not be all‐inclusive and is provided to show the level of quality that is expected to be used by the Contractor. Dispensing system
Manufactuerer: Hillyard Website: www.hillyard.com
1. Multi‐Purpose Cleaner ‐ Hillyard Assurance 2. Window Cleaner – Hillyard Windo‐Clean 3. Neutral Cleaner – Hillyard Super Shine All 4. Floor & Wall Cleaner – Hillyard Top Clean 5. Disinfectant Cleaner – Hillyard RE‐JUV‐NAL 6. Floor Spray Buff – Hillyard Restorer 7. Green Window Cleaner – Hillyard Green Select Glass Cleaner 8. Green Multi‐Purpose Cleaner – Hillyard Suprox
Other Items:
1. Aerosol Disinfectant Spray – Health Disinfectant, 20oz. Cans. 2. Carpet Shampoo – Brite Rug, Alpha Chemical, 1‐gallon container 3. Carpet Spotter ‐ Breakdown, Alpha Chemical, 1‐gallon container 4. Floor Buffer – Glossy Spray Buff, Alpha Chemical, 1‐gallon container 5. Drain Solvent – Theochem / Fumeless #996, 1‐gallon containers. 6. Floor Finish – Maxima 2000, Alpha Chemical, 5‐gallon containers. 7. Floor Stripper –Cutter Floor Stripper, Alpha Chemical, 5‐gallon containers. 8. Graffiti/Vandalism Remover – Graph‐it‐out, Alpha Chemical, 20oz. aerosol can. 9. Gum Remover – Claire Chewing gum remover, 14oz. aerosol can. 10. Laundry Detergent – Tide, 264oz. 11. Odor Eliminator Enzymes – Alpha Zymes, Alpha Chemical, quart containers. 12. Sanitizer, Odorless, Multi‐Purpose – Pepcocide, 1‐gallon containers. 13. Scouring Powder – Ajax, 21oz containers. 14. Stainless Steel Cleaner, Aerosol – Sheila Shine, Aerosol 10oz. cans. 15. Stainless Steel Cleaner, Liquid – Sheila Shine, 1 gallon containers. 16. Tile Cleaner – Aqua Products, Heavy‐duty Quarry Tile Cleaner, 1‐gallon containers. 17. Tile Grout Cleaner –Wepak Corporation, Slash Tile & Grout Cleaner, 1‐gallon containers. 18. Toilet Cleaner – Bowl Brite, 1 quart containers.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 55
Appendix 3 – Custodial Paper Products & Supplies Specifications
Below are the minimum specifications the Contractor is expected to supply to CCPS for custodial paper products and supplies. Toilet Tissue Toilet tissue shall be clean and free of lint, foreign matter and defects with no objectionable odor. It shall have no injurious effect on the skin with a crepe or semi‐crepe finish. Tissue shall be perforated so that the sheets can be easily detached. Rolls shall be evenly and tightly wound on a pasteboard core sufficiently rigid to withstand transport and normal use. The edges of the roll shall not extend beyond the core. The first sheet shall be affixed to the sheet beneath; the beginning of the roll shall be visible and easy to start. Soft, absorbent 2‐ply tissue. To be made from 100% recycled fibers. Sheet size = 4” x 3 ¾”, 865 sheets per roll, 36 rolls per case. Standard of Quality: Renown REN06125‐WB. Estimated Use: 8,000 cases (36 rolls per case) Paper Towels, Multifold Paper towels shall be multifold and be clear and free of foreign matter and defects with no objectionable odor. It shall have no injurious effect on the skin with a crepe or semi‐crepe finish. Towels must be compatible with current CCPS dispensers and shall not jam dispensers. Bundles shall have a paper‐packing band and edges shall be smooth. Towels shall be natural unbleached. There shall be 250 sheets per pack and 16 packs per case. Sheet size = 9 ⅛”W x 9 ½”L Standard of Quality: EcoSoft Multifold Paper Towel 48000. Estimated Quantity: Use: 14,000 cases Paper Towels, Roll (where applicable) Paper towel rolls shall be clear and free of foreign matter and defects with no objectionable odor. It shall have no injurious effect on the skin with a crepe or semi‐crepe finish. Towels must be compatible with current CCPS dispensers and shall not jam dispensers. Towels shall be natural unbleached and made from 100% recycled fiber. Rolls shall be 800’ long and approximately 8” wide and come in cases of 6. Standard of Quality: EcoSoft Controlled Roll 31300. Estimated Quantity: Use: 100 cases Trash Liners CCPS has approved the following brand, model number and sizes for trash liners:
1. 15 gallon – Renown, #REN11500‐CA. 2. 33 gallon – Renown, #REN13315‐CA. 3. 40‐45 gallon – Renown, #REN14535‐CA. 4. 56 gallon – Renown, REN#15602‐CA. 5. Sanitary Napkin Wax Bags – Hospeco, #KL260, 500/case.
Hand Soap CCPS has made an effort to standardize a foam hand soap and dispenser, however many sites may have different soap cartridges that may require liquid soap. The contractor will be required to supply anti‐bacterial/anti‐microbial soap that is compatible with current dispensers and/or standardized the hand soap to one FOAM soap brand/type through CCPS. Listed below are acceptable soaps utilized throughout CCPS.
1. Foam Soap – Rubbermaid Enriched Foam Hand Wash, #3486561 2. Liquid Soap ‐ Sky Cartridge Soap 1000ml, #7731. 3. Liquid Soap – Star liquid soap, 1‐gallon.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 56
Appendix 4 – Site Specific Information
Sites and contact information for CCPS sites. Elementary School Sites
# Abr Site Facility Manager EstimatedEnrollment
Nutrition Service Area
Standard CCPS Areas
Total Sq. Footage
1 AVE Avalon Elementary 3300 Thomasson Drive Naples 34112
Scott Galloway(239) 377‐6208 [email protected]
550 2,655 84,504 87,159
2 BCE Big Cypress Elementary 3250 Golden Gate Blvd. W Naples 34120
Ricky Brito(239) 377‐6308 [email protected]
862 2,490 123,790 126,280
3 CPE Calusa Park Elementary 4600 Santa Barbara Blvd. Naples 34104
Freddy Caballeros(239) 377‐6408 [email protected]
827 5,400 157,187 162,587
4 CES Corkscrew Elementary 1065 CR 858 Naples 34120
Herncy Poteau(239) 377‐6508 [email protected]
644 5,279 127,576 132,855
5 EPE Eden Park Elementary 3655 Westclox Street Immokalee 34142
Chris Luque(239) 377‐9208 [email protected]
742 3,665 115,899 119,564
6 EES Estates Elementary 5945 Everglades Blvd N Naples 34120
Robert Maine(239) 377‐6608 [email protected]
568 5,833 131,112 136,945
7 GGE‐N Golden Gate Elem ‐ North 4911 20th Place SW Naples 34116
Terry Paquette(239) 377‐6908 [email protected]
967 2,098 106,051 108,149
8 GGE‐S Golden Gate Elem ‐ South 5055 20th Place SW Naples 34116
Terry Paquette(239) 377‐6908 [email protected]
Included w/ GGE N
1,989 66,659 68,648
9 GTE‐N Golden Terrace Elem ‐ North 2711 44th Terrace SW Naples 34116
Izzy Gonzalez(239) 377‐7008 [email protected]
1,056 2,376 93,567 95,943
10 GTE‐S Golden Terrace Elem ‐ South 2965 44th Terrace SW Naples 34116
Izzy Gonzalez(239) 377‐7008 [email protected]
Included w/ GTE N
2,280 76,314 78,594
11 HLE Highlands Elementary 1101 Lake Trafford Rd Immokalee 34142
Matias Rios(239) 377‐7108 [email protected]
759 2,664 129,986 132,650
12 LPE Lake Park Elementary 1295 14th Avenue N Naples 34102
Jose Roque(239) 377‐0270 [email protected]
524 2,514 84,595 87,109
13 LTE Lake Trafford Elementary 3500 Lake Trafford Rd Immokalee 34142
Joe Gutierrez(239) 377‐7308 [email protected]
718 2,649 134,010 136,659
14 LOE Laurel Oak Elementary 7800 Immokalee Rd Naples 34119
Richard Roda(239) 377‐7408 [email protected]
866 2,302 100,971 103,273
15 LES Lely Elementary 8125 Lely Cultural Pkwy Naples 34113
Guillermo Amador(239) 377‐7508 [email protected]
669 2,371 124,840 127,211
16 MES Manatee Elementary 1880 Manatee Rd Naples 34114
Paul Curry (239) 377‐7608 [email protected]
802 2,390 107,659 110,049
17 MDE Mike Davis Elem 3215 Magnolia Pond Drive Naples 34116
Elizabeth Mosquera(239) 377‐9008 [email protected]
728 3,410 122,935 126,345
18 NPE Naples Park Elementary 685 111th Ave N Naples 34108
Luis Gutierrez(239) 377‐7708 [email protected]
522 1,858 97,015 98,873
19 OES Osceola Elementary 5770 Osceola Trail Naples 34109
Mike Fernandez(239) 377‐7808 [email protected]
675 5,691 136,124 141,815
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 57
# Abr Site Facility Manager EstimatedEnrollment
Nutrition Service Area
Standard CCPS Areas
Total Sq. Footage
20 PSE Parkside Elementary 5322 Texas Avenue Naples 34113
Steve Webster(239) 377‐8908 [email protected]
778 3,410 123,802 127,212
21 PLE Palmetto Elementary 3000 10th Ave SE Naples 34117
Rob Rogers(239) 377‐1428 [email protected]
500 3,381 121,673 125,054
22 PME Pelican Marsh Elem. 9480 Airport Rd N Naples 34109
Ken Nelson(239) 377‐7908 [email protected]
776 3,653 137,799 141,452
23 PCR Pinecrest Elementary 313 9th Street S Immokalee 34142
Clemente Quintanilla(239) 377‐8008 [email protected]
716 2,376 123,054 125,430
24 PES Poinciana Elem 2825 Airport Rd S Naples 34105
Jeff Zimmerman(239) 377‐8108 [email protected]
682 1,976 106,163 108,139
25 SPE Sabal Palm Elementary 4095 18th Ave NE Naples 34120
Eddie Burgos(239) 377‐8208 [email protected]
590 5,691 127,303 132,994
26 SGE Seagate Elementary 650 Sea Gate Drive Naples 34103
Ron Dendy(239) 377‐8308 [email protected]
756 2,849 114,731 117,580
27 SLE Shadowlawn Elementary 2161 Shadowlawn Drive Naples 34112
Alvin Sotomayor(239) 377‐8408 [email protected]
567 2,131 90,526 92,657
28 TBE Tommie Barfield Elementary 101 Kirkwood St Marco Island 34145
Dan Dupuis(239) 377‐8508 [email protected]
558 3,604 108,317 111,921
29 VME Veterans Memorial Elementary 15960 Veterans Memorial Blvd Naples 34110
Kevin Mendez(239) 377‐8808 [email protected]
856 3,560 151,439 154,999
30 VOE Village Oaks Elementary 1601 SR 29 Immokalee 34142
Felipe Salinas(239) 377‐8608 [email protected]
573 2,370 113,759 116,129
31 VES Vineyards Elementary 6225 Arbor Blvd Naples 34119
Jim Orfely, Jr.(239) 377‐8708 [email protected]
861 2,636 129,690 132,326
Middle School Sites
# Abr Site Facility Manager EstimatedEnrollment
Nutrition Service Area
Standard CCPS Areas
Total Sq. Footage
32 CMS Corkscrew Middle 1165 CR 858 Naples 34120
Jerry Jarrett(239) 377‐3408 [email protected]
732 696 155,334 156,030
33 CPM Cypress Palm Middle 4255 18th Ave NE Naples 34120
Ivan Magana(239) 377‐5208 [email protected]
759 5,506 165,023 170,529
34 ENM East Naples Middle
4100 Estey Avenue Naples 34104
Ray Elliot(239) 377‐3608 [email protected]
1,126 3,427 141,891 145,318
35 GGM Golden Gate Middle 2701 48th Terrace SW Naples 34116
Jorge Guadarrama(239) 377‐3808 [email protected]
1,131 4,131 156,454 160,585
36 GVM Gulfview Middle 255 6th Street S Naples 34102
Pedro Perez(239) 377‐4008 [email protected]
680 3,242 92,314 95,556
37 IMS Immokalee Middle 401 9th Street Immokalee 34142
Angel Gamez(239) 377‐4208 [email protected]
1,433 3,199 184,347 187,546
38 MMS Manatee Middle 1920 Manatee Rd Naples 34114
Scott Gonder(239) 377‐4408 [email protected]
922 3,342 166,748 170,090
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 58
# Abr Site Facility Manager EstimatedEnrollment
Nutrition Service Area
Standard CCPS Areas
Total Sq. Footage
39 NNM North Naples Middle 16165 Learning Lane Naples 34110
William Burgos(239) 377‐4608 [email protected]
857 4,872 147,241 152,113
40 OMS Oakridge Middle School 14975 Collier Blvd Naples 34119
Jay Vicarella(239) 377‐4808 [email protected]
1,098 3,317 166,411 169,728
41 PRM Pine Ridge Middle 1515 Pine Ridge Rd Naples 34109
John Parsons(239) 377‐5008 [email protected]
1,000 3,604 145,022 148,626
High School Sites
# Abr Site Facility Manager EstimatedEnrollment
Nutrition Service Area
Standard CCPS Areas
Total Sq. Footage
42 BCH Barron Collier High 5600 Cougar Drive Naples 34109
Steven Mendez(239) 377‐1208 [email protected]
1,589 5,806 283,736 289,542
43 GGH Golden Gate High 2925 Titan Way Naples 34116
Steven Fowler(239) 377‐1608 [email protected]
1,564 7,633 356,243 363,876
44 GCH Gulf Coast High 7878 Shark Way Naples 34119
Mike Shaw(239) 377‐1408 [email protected]
2,091 7,464 348,811 356,275
45 IHS Immokalee High 701 Immokalee Drive Immokalee 34142
Amos Roberts(239) 377‐1808 [email protected]
1,520 5,898 251,442 257,340
46 LHS Lely High 1 Lely High School Blvd Naples 34113
Alan DeShields(239) 377‐2008 [email protected]
1,511 3,164 250,639 253,803
47 LWH Lorenzo Walker High 3702 Estey Avenue Naples 34104
Victor Velasquez(239) 377‐0908 [email protected]
n/a n/a 59,142 59,142
48 NHS Naples High 1100 Golden Eagle Circle Naples 34102
Miguel Riol(239) 377‐2208 [email protected]
1,613 3,506 298,486 301,992
49 PRH Palmetto Ridge High 1655 CR 858 Naples 34120
Mike Clawson(239) 377‐2408 [email protected]
1,845 8,377 368,383 376,760
Other CCPS School Locations
# Abr Site Facility Manager EstimatedEnrollment
Nutrition Service Area
Standard CCPS Areas
Total Sq. Footage
50 ALT Alternative Schools
3710 Estey Avenue Naples 34104
Victor Velasquez(239) 377‐0908 [email protected]
n/a 879 22,431 23,310
51 BEC Bethune Education Center 620 South 5th Street Immokalee 34142
Oscar Fernandez(239) 377‐1138 [email protected]
n/a 251 34,600 34,851
52 EVG Everglades City 415 School Drive Everglades City 34139
Dale Patt(239) 377‐9808 [email protected]
199 1,940 74,788 76,728
53 ITC Immokalee Technical College 614 South 5th Street Immokalee 34142
Ray Trevino(239) 377‐9902 [email protected]
n/a 490 103,318 103,808
54 LWIT Lorenzo Walker Tech. College 3702 Estey Avenue Naples 34104
Victor Velasquez(239) 377‐0908 [email protected]
576 2,356 185,207 187,563
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 59
CCPS Administration & Support Locations
# Abr Site Facility Manager EstimatedEnrollment
Nutrition Service Area
Standard CCPS Areas
Total Sq. Footage
55 ADM Dr. Marin Luther King, Jr. Adm. Center
5775 Osceola Trail Naples 34109
Roy Jackson(239) 377‐0234 [email protected]
n/a 1,664 123,120 124,784
56 MNT Maintenance Department 5702 Cougar Drive Naples 34109
Gerardo Guzman(239) 377‐1138 [email protected]
n/a n/a 21,121 21,121
57 PDC Professional Dev. Center (@GVM)
615 3rd Avenue S Naples 34102
Pedro Perez(239) 377‐4008 [email protected]
n/a n/a 18,267 18,267
58 TRNS‐N
Transportation – Naples Annex 5700 Cougar Drive Naples 34109
Mike Huff(239) 377‐0612 [email protected]
n/a n/a 23,162 23,162
59 TRNS‐S Transportation Annex South 6543 Rattlesnake Hammock Rd Naples 34113
Lynn Wendel(239) 377‐0616 [email protected]
n/a n/a 9,434 9,434
60 TRNS‐
I
Transportation – Immokalee 2057 Commerce Ave Immokalee 34142
Oscar Fernandez(239) 377‐1138 [email protected]
n/a n/a 14,000 14,000
61 WHS Warehouse 2149 Andrew Drive Naples 34112
Mark Hansen(239) 377‐0772 [email protected]
n/a n/a 19,812 19,812
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 60
Appendix 5 – Estimated Custodial Staff Size per Site
Listed below are the estimated staff sizes per site. This information is provided for bidding purposes only to give proposer an idea of the size of crews that have been utilized per site. Elementary Schools
Site # of Allocated Custodians*
Site # of Allocated Custodians*
Avalon 4 Mike Davis 6
Big Cypress 6 Naples Park 4
Calusa Park 6 Osceola 5
Corkscrew 5.5 Parkside 5
Eden Park 5.5 Palmetto 5.5
Estates 5 Pelican Marsh 5
Golden Gate North 6.5 Pinecrest 5
Golden Gate South See GGE N Poinciana 5
Golden Terrace North 6.5 Sabal Palm 5
Golden Terrace South See GTE N Seagate 5
Highlands 6.5 Shadowlawn 4
Lake Park 4 Tommie Barfield 4
Lake Trafford 5 Veterans Memorial 6
Laurel Oak 5 Village Oaks 4.5
Lely 5 Vineyards 7
Manatee 5
Middle Schools
Site # of Allocated Custodians*
Site # of Allocated Custodians*
Corkscrew 6 Immokalee 7.5
Cypress Palm 6.5 Manatee 6
East Naples 6 North Naples 6
Golden Gate 5.5 Oakridge 7
Gulfview 5.5 Pine Ridge 6
High Schools
Site # of Allocated Custodians*
Site # of Allocated Custodians*
Barron Collier 11 Lely 10.5
Golden Gate 12 Lorenzo Walker High 2
Gulf Coast 14 Naples 13
Immokalee 9.5 Palmetto Ridge 14
*Number of full‐time employees, including daytime custodian, head custodian and custodians.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 61
Other CCPS School Locations
Site # of Allocated Custodians*
Site # of Allocated Custodians*
Alternative Schools 1 Immokalee Tech. College 3.5
Bethune Education Center 2 Lorenzo Walker Tech. College 9
Everglades City School 3
CCPS Administration & Support Locations
Site # of Allocated Custodians*
Site # of Allocated Custodians*
Dr. Martin Luther King, Jr. Administrative Center
3.5 Transportation, South .75
Maintenance Dept. .5 Transportation, Imm. .5
Professional Dev. Center .5 Warehouse .5
Transportation – Naples .75
*Number of full‐time employees, including daytime custodian, head custodian and custodians.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 62
Exhibit A ‐ Conflict of Interest Statement
Bidder shall complete Exhibit A – “Conflict of Interest Statement” attached hereto and submit with proposal.
I hereby certify that: I, , am the
(Printed name) (Title)
and the duly authorized representative of the firm of (Name of Firm)
whose address is and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting. I do hereby disclose:
I. The name(s) of any company owner, officer, director, employee or agent who is an employee of Collier County Public Schools1 and/or is an employee of Collier County Public Schools1 and owns, directly or indirectly, an interest of five percent (5%) or more of the bidding company.
AND/OR
II. The name of any company owner, officer, director, employee or agent who has a spouse or child that is an employee of Collier County Public Schools1.
AND/OR
III. Any other company owner, officer, director, employee or agent, not listed above, of the firm who has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project.
1 – Please include the Collier County Public School department/site when listing a CCPS employee.
The above information is true and correct to the best of my knowledge. Signature Date Printed Name Organization Name
State of:
County of:
Subscribed and sworn to before me this day of , in the year
by who is personally known to me or has produced as identification.
NOTARY PUBLIC, signature
PRINTED NAME
Commission#: (Seal)
Commission expires:
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 63
Exhibit B ‐ Affidavit Concerning Illegal Aliens
The undersigned deposes and states that complies with the provisions of (Organization Name)
Section 274A of the Immigration and Nationality Act; that substantiates (Organization Name)
that all employees providing services or involved in any way on projects funded directly by or assisted in whole or
part by state & grant funds or federal stimulus dollars can legally work in the United States and complies with the
provisions of federal and state laws, and will maintain such throughout the life of this contract. Any
misrepresentation or any employment of persons not authorized to work in the United States constitutes a material
breach and shall be cause for the imposition of monetary penalties up to five percent (5%) of the contract price, per
violation, and immediate termination of the contract for all awarded sites.
Signature Date
Printed Name Organization Name Title Address, City & State
State of: County of: Subscribed and sworn to before me this day of , in the year by who is personally known to me or has produced as identification. NOTARY PUBLIC, signature PRINTED NAME
Commission#:
(Seal) Commission expires:
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 64
Exhibit C ‐ Debarment Form
CERTIFICATION REGARDING, DEBARMENT, SUSPENSION
INELIGIBILITY AND VOLUNTARY EXCLUSION ‐ LOWER TIER COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 34 C.F.R. Part 85, Section 85.510, Participants responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160 ‐ 19211).
***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON NEXT PAGE *****
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
Date: Organization Name: Names & Titles of Authorized Representative(s): Signature Printed Name & Title Signature Printed Name & Title Signature Printed Name & Title State of: County of: Subscribed and sworn to before me this day of , in the year by who is personally known to me or has produced as identification. NOTARY PUBLIC, signature PRINTED NAME
Commission#:
(Seal) Commission expires:
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 65
Exhibit C ‐ Debarment Form Instructions
1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out herein in accordance with these instructions.
2. The certification in this clause is a material representation of fact upon which reliance was placed when this
transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person to whom this
proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
4. The terms ”covered transaction”, “debarred”, “suspended”, “ineligible”, “lower tier covered transaction”,
“participant”, “person”, “primary covered transaction”, “principal”, “proposal”, “voluntarily exclude”, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations.
5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered
transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this form that it will include this Exhibit
without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
7. A participant in a covered transaction may rely upon a certification of a perspective participant in a lower tier
covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non‐procurement List.
8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order
to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction may pursue available remedies, including suspension and/or debarment.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 66
Exhibit D ‐ Drug Free Workplace Certification
Preference shall be given to businesses with drug‐free workplace programs. Whenever two or more responses, which are equal with respect to price, quality and service, are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug‐free workplace program shall be given preference in the award process. Established procedures for processing tie responses will be followed if none of the tied vendors have a drug‐free workplace program. In order to have a drug‐free workplace program, a business shall:
a. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
b. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug‐free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
c. Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (a).
d. In the statement specified in subsection (a), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.
e. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is convicted.
f. Make a good faith effort to continue to maintain a drug‐free workplace through implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above drug‐free workplace requirements. Signature Date
Printed Name Organization Name Title Address, City & State
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 67
Exhibit JLA ‐ Jessica Lunsford Act Statement / Vendor & Contractor Responsibilities
Each Vendor and Contractor of Collier County Public Schools shall comply with the following after they have received notification of their award, however, this statement must be completed and returned with RFP. Please note that procedures and policies may change without notification.
1. All personnel will be required to obtain badges through the State of Florida. Badging assistance may be provided by the CCPS Human Resources (HR) Department.
2. Badges will only be issued to vendors with contracts, purchase orders or direct permission from an authorized CCPS Department. All vendors requesting badges must submit all insurances, proof of contract etc… to the Legal Department prior to the issuance of any badge.
3. Provide HR with a list of individuals that will be assigned to this contract, along with their home address, phone number, date of birth and driver’s license number (forms are available through the HR Department).
4. There is a fingerprinting and State badge fee, which can be viewed at the link below. This badge must be worn in plain sight when vendor/contractor employees are on school grounds.
5. Contractor with current issued State badges, commencing work with CCPS, shall complete necessary paperwork and submit to CCPS Human Resource Department.
6. Vendor shall notify CCPS when any individual has left their company or been terminated. 7. Use of an individual’s badge by another individual is a terminable offense. All individuals MUST be properly
badged. 8. It will be the responsibility of the contractor to insure they meet any and all badging requirements.
*Please note fingerprinting and badging procedures are subject to change without notification. It will be the Contractor’s responsibility for any modification or change to any of the fingerprinting or badging requirements and to insure they meet all State and CCPS requirements. Vendors can do this by monitoring the CCPS’s web site, http://www.collierschools.com/hr for updates and changes in procedure.
I acknowledge that I’ve read, understand and will comply with the Vendor/Contractor Responsibilities as listed above. Signature Date
Printed Name Organization Name Title Address, City & State
*All pricing subject to change without notification.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 68
Purchases from this Bid by Other Agencies ‐ Statement
Collier County Public Schools is a member of the S.W. Florida Cooperative Purchasing Consortium. Other members include governmental entities in Charlotte, Collier, Hendry and Lee Counties. Indicate here if these entities may also purchase from this bid pursuant to the same terms and conditions: YES NO
Indicate here if other governmental entities throughout the State of Florida may purchase from this bid pursuant to the same terms and conditions: YES NO List any exceptions here: Signature Date
Printed Name Organization Name Title Address, City & State
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 69
Protest Policy
School Board of Collier County Bylaws & Policies
6320 ‐ PURCHASING Bid Protest
A. A bidder, who wishes to file a bid protest, must file such notice and follow procedures prescribed by F.S. 120.57(3), for resolution. For bids solicited by the purchasing department or the facilities department, the notice must be filed with the purchasing department.
B. Any person who files an action protesting a decision or intended decision pertaining to a bid pursuant to F.S. 120.57(3)(b), shall post at the time of filing the formal written protest, a bond payable to the Board in an amount equal to $25,000 or two percent (2%) of the lowest accepted bid, whichever is greater, for projects valued over $500,000 and five percent (5%) of the lowest accepted bid for all other projects. The bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. If, after completion of the administrative hearing process and any appellate court proceedings, the District prevails, it shall recover all costs and charges, which shall be included in the final order or judgment, including charges made by the Division of Administrative Hearings, but excluding attorney's fees. If the protester prevails, s/he shall recover from the District all costs and charges which shall be included in the final order of judgment, excluding attorney's fees.
C. Failure to file a notice of intent to protest, or failure to file a formal written protest within the time prescribed in section F.S. 120.57(3), shall constitute a waiver of proceedings under F.S. Chapter 120.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 70
Cone of Silence Policy
School Board of Collier County
6324 – CONE OF SILENCE DURING COMPETITIVE SELECTION PROCESS A cone of silence is hereby established for all competitive selection processes including Invitations for Bids (IFB), Request for Proposals (RFP), Request for Qualifications (RFQ), and Invitations to Negotiate (ITN) for the provision of goods and services. The cone of silence is designed to protect the integrity of the procurement process by shielding it from undue influences prior to the recommendation of contract award. This cone of silence shall be imposed on these procurements after advertisement of same. The cone of silence prohibits any communication regarding a particular IFB, RFP, RFQ, or ITN between:
A. a potential vendor, service provider, bidder, lobbyist, consultant or any employee of one of these entities and the staff of the District, including school principals; and/or
B. a potential vendor, service provider, bidder, lobbyist, consultant or any employee of one of these entities and any one (1) or more of the School Board members or member‐elects.
The cone of silence prohibits a potential vendor, service provider, bidder, lobbyist, or consultant from actively soliciting the community to lobby on their behalf with staff of the District, or any one (1) or more of the Board members or member‐elects. Unless specifically provided otherwise in the applicable IFB, RFP, RFQ or ITN the cone of silence does not apply to the following:
A. Communications between a potential vendor, service provider, bidder, lobbyist, or consultant and the District's purchasing department.
B. Communications between a potential vendor, service provider, bidder, lobbyist, or consultant and the District's facilities department, when said communication pertains to competitive acquisitions administered by that department (e.g., Architect/Engineer (A/E) selection, capital projects).
C. Communications between a potential vendor, service provider, bidder, lobbyist, or consultant and the District's staff attorney or Board attorney.
D. Communications at duly noticed pre‐bid meetings and site visits prior to bid opening or post bid‐opening meetings and site visits, which are administered by either the purchasing department or the facilities department, prior to issuance of a written recommendation of contract award.
The cone of silence commences after the advertisement of the IFB, RFP, RFQ or ITN. Competitive procurements are advertised on the purchasing department's bid posting web page or in the newspaper of general circulation. The cone of silence terminates at the time the Board acts on a written recommendation from the purchasing department or facilities department regarding contract award; provided, however, that communications are permitted when the Board receives public comment at the meeting when the recommendation is presented. The purchasing department and facilities department shall ensure that all solicitations include provisions describing the requirements and prohibitions of the cone of silence, including how a potential vendor, service provider, bidder, lobbyist, or consultant may communicate with District personnel.
COLLIER COUNTY PUBLIC SCHOOLS
#17‐024 Custodial Services Page 71
Any person, whether employed by the District or not, who knowingly violates a provision of this policy shall be prohibited from serving on a District competitive selection committee. Violation of this policy by a particular bidder, proposer, respondent, and/or representative may, at the discretion of the District, result in rejection of said bidder, proposer, respondent, and/or representative's bid, proposal, or offer and may render any contract award to said bidder, proposer, or respondent voidable. In addition to any other penalty provided by law, violation of this policy by a District employee may subject said employee to disciplinary action up to and including dismissal from service. Adopted 9/8/14 © Neola 2012
END OF RFP