CITY OF WATER AND SEWERAGE DEPARTMENT SUPPLY CHAIN MANAGEMENT – PROCUREMENT DIVISION

REQUEST FOR PROPOSALS COMMERCIAL JANITORIAL SERVICES FOR VARIOUS DETROIT WATER AND SEWERAGE DEPARTMENT LOCATIONS

RFP NO. 48845

ADVERTISE DATE: AUGUST 1, 2014

QUESTION DEADLINE SEPTEMBER 5, 2014 Submit in writing, via mail or fax to the attention of LASHONE BEDFORD as per the instructions of the RFP.

PRE-PROPOSAL AUGUST 11, 2014 – AUGUST 29, 2014 CONFERENCE AND 9:00 AM – 5:00 PM WALK-THRUS: **ATTENDANCE AT THE PRE-PROPOSAL CONFERENCE AND WALK-THRUS ARE MANDATORY**

Pre-proposal conference and initial walk-thru will be held at: City of Detroit Water and Sewerage Department Imlay Treated Water Boosting Station 430 Wheeling, Imlay, 48444

**PLEASE REVIEW RFP FOR COMPLETE WALK-THRU DETAILS**

PROPOSAL DUE DATE: SEPTEMBER 26, 2014 4:00 PM, local time Supply Chain Management – Procurement Division 9300 W. Jefferson Ave. Suite 213 Detroit, Michigan 48209 Note: Due to increased security measures at the Detroit Water and Sewerage Waste Water Treatment Plant, please allow ample time to pass through security and submitted your sealed proposal in accordance with the proposal due date reference above.

PUBLIC RECORDING SEPTEMBER 30, 2014 at 11:00 AM To be held in the Supply Chain Management-Procurement Division

Proposals must be in the actual possession of the Procurement Division at the location indicated, on or prior to the exact date and time indicated above. Late proposals will not be accepted.

RFP NUMBER 48845

REQUEST FOR PROPOSAL FOR COMMERCIAL JANITORIAL SERVICES

CITY OF DETROIT WATER AND SEWERAGE DEPARTMENT

ISSUED BY: DWSD SUPPLY CHAIN MANAGEMENT – PROCUREMENT DIVISION

AUGUST 1, 2014

Table of Contents DEFINITIONS ...... 5 1. INTRODUCTION ...... 7 2. MINIMUM QUALIFICATIONS ...... 7 3. ADHERENCE TO TERMS OF PROPOSALS ...... 7 4. REJECTION OF PROPOSALS ...... 7 5. CONTRACT APPROVAL ...... 8 6. AWARD CLAUSE INCLUDING TERM AND RENEWAL OPTIONS ...... 8 7. WORK SITES ...... 8 A. DWSD Office Facilities ...... 8 B. DWSD Main Office Building (MOB) ...... 8 C. DWSD Central Services Facility (CSF) ...... 9 D. DWSD Wastewater Treatment Plant (WWTP) ...... 9 E. Water Treatment Plants ...... 10 1) Water Works Park (WWP) Water Treatment Plant ...... 10 2) Northeast Water Treatment Plant (NEWTP) ...... 10 3) Springwells Water Treatment Plant ...... 11 4) Lake Huron Water Treatment Plant ...... 11 5) Southwest Water Treatment Plant ...... 11 F. Treated Water Booster Pumping Stations ...... 11 G. Wastewater Pumping Stations ...... 13 H. West Yard ...... 13 8. BONDS AND INSURANCE ...... 14 9. SCOPE OF SERVICES ...... 16 10. DETAILED SPECIFICATIONS FOR CLEANING OF OFFICE FACILITIES ...... 21 11. DETAILED SPECIFICATIONS FOR CLEANING OF ALL WATER TREATMENT PLANT, WASTEWATER TREATMENT PLANT AND WEST YARD AREAS NOT INCLUDED IN SECTIONS 10 (i, ii, iii or iv) ...... 24 12. DETAILED SPECIFICATIONS FOR CLEANING OF TREATED WATER PUMPING STATIONS AND WASTEWATER PUMPING STATIONS ...... 25 13. GENERAL CLEANING REQUIREMENTS APPLICABLE TO ALL AREAS ...... 25 14. LABOR, EQUIPMENT, TOOLS AND MATERIALS ...... 26 15. PERSONNEL REQUIREMENTS ...... 27 16. SUPERVISION ...... 29 17. EMPLOYEE CONDUCT: ...... 29 18. DWSD STAFF ROLES AND RESPONSIBILITIES ...... 30 19. CONTRACT COORDINATION ...... 31 20. TIME OF PERFORMANCE ...... 34 21. ANNUAL SERVICE REVIEW AND PROGRESS MEETING ...... 34 22. EXCUSABLE FAILURE ...... 35 23. ISSUING OFFICE ...... 36 24. EVALUATION PROCEDURE ...... 36 25. EVALUATION CRITERIA ...... 37 26. REQUIRED SUBMITTAL INFORMATION ...... 38 27. SUBMITTAL INSTRUCTIONS ...... 38 28. QUESTION DEADLINE ...... 39 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 29. MANDATORY WALK-THRUS ...... 39 30. PREPARATION OF PROPOSAL ...... 40 31. REQUIRED CONTENTS/FORMAT ...... 40 32. PROPOSAL CONTENT REQUIREMENTS ...... 40 33. REQUIRED COST PROPOSAL ...... 42 34. PRICE NEGOTIATIONS ...... 42 35. TECHNICAL APPROACH ...... 42 36. CLEARANCES...... 42 37. RFP DISCLAIMER ...... 43 38. GENERAL CONDITIONS ...... 43 39. SPECIAL CONDITIONS ...... 43 40. DURATION OF QUALIFICATION ...... 43 41. DAMAGES ...... 43 42. INDEPENDENT CONTRACTOR STATUS ...... 43 43. HIRING OF DISPLACED WORKERS ...... 43 44. SUBCONTRACTUAL RELATIONS ...... 43 45. ORAL PRESENTATION/DEMONSTRATION ...... 44 46. DWSD SECURITY ...... 44 47. INDEMNIFICATION ...... 45 48. ALLOWANCES ...... 45 49. MODIFICATION OF SERVICES AFTER CONTRACT APPROVAL ...... 46 50. NOTICES ...... 46 51. BINDING COMMITMENTS ...... 46 52. CONTRACT DISTRIBUTION ...... 47 53. RELATIONSHIP OF THE PARTIES ...... 47 54. FUTURE BIDDING PRECLUSION ...... 47 55. COVENANT OF GOOD FAITH ...... 47 56. PROTECTION OF WORK, PERSONS AND PROPERTY ...... 47 57. DWSD OPERATIONS AREA ...... 47 58. WARRANTIES AND REPRESENTATIONS ...... 47 59. SAFETY ...... 49 60. ENVIRONMENTAL PROVISION ...... 49 61. DISASTER RECOVERY ...... 50 62. NONDISCRIMINATION ...... 50 63. RECORDS AND INSPECTIONS ...... 51 64. NON-WAIVER...... 52 65. VERBAL, UNOFFICIAL, OR UNAUTHORIZED AGREEMENTS ...... 52 66. CONFIDENTIALITY OF QUALIFICATIONS ...... 52 67. ECONOMY OF PREPARATION ...... 52 68. INCURRING COST ...... 52 69. STANDARDS OF CONDUCT ...... 52

Page 3 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 70. ASSIGNMENT ...... 53 71. MISCELLANEOUS ...... 53 72. CHANGES IN FACTS ...... 53 73. CONFIDENTIALITY OF PROPOSALS ...... 53 74. CHANGES IN PROPOSAL REQUIREMENTS ...... 53 75. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS ...... 53 76. TERMINATION OF REQUIREMENTS ...... 54 77. TERMINATION/CANCELLATION CLAUSES ...... 54 78. TERMINATION BY CONTRACTOR ...... 55 79. DISPUTE RESOLUTION ...... 56 A. GENERAL ...... 56 80. NEWS RELEASES ...... 56 81. BILLING AND PAYMENT ...... 56 A. Prompt Payment Ordinance ...... 57 82. STATEMENT OF NO BID ...... 57 DWSD WATER SYSTEM AREA MAP ...... 58 STATEMENT OF NO BID ...... 69 83. TERMS OF PAYMENT: ...... 77

Page 4 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES DEFINITIONS

“24x7x365” means 24 hours a day, seven days a week, and 365 days a year (including the 366th day in a leap year).

“Additional Service” means any Services/Deliverables within the scope of the Contract, but not specifically provided under any Statement of Work, that once added will result in the need to provide the Contractor with additional consideration.

“Blanket Purchase Order” is an alternate term for Contract and is used in the DWSD‟s computer system.

“BOWC” means Board of Water Commissioners.

“Business Day”, whether capitalized or not, shall mean any day other than a Saturday, Sunday or State- recognized legal holiday (as identified in the Collective Bargaining Agreement for DWSD employees) from 8:00am EST through 5:00pm EST unless otherwise stated.

“Days” means calendar days unless otherwise specified.

“Deliverable” means physical goods and/or commodities as required or identified by a Statement of Work

“DWSD” means the Detroit Water and Sewerage Department.

“DWSD Location” means any physical location where the Detroit Water and Sewerage Department performs work. DWSD Location may include owned, leased, or rented space.

“Environmentally preferable products” means a product or service that has a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. Such products or services may include, but are not limited to, those which contain recycled content, minimize waste, conserve energy or water, and reduce the amount of toxics either disposed of or consumed.

“Excusable Failure” has the meaning given in Section 22.

“Hazardous material” means any material defined as hazardous under the latest version of federal Emergency Planning and Community Right-to-Know Act of 1986 (including revisions adopted during the term of the Contract).

“Incident” means any interruption in Services.

“Key Personnel” means any Personnel designated in Section 15 and 16 as Key Personnel.

“Recycling” means the series of activities by which materials that are no longer useful to the generator are collected, sorted, processed, and converted into raw materials and used in the production of new products. This definition excludes the use of these materials as a fuel substitute or for energy production.

“RFP” means a Request for Proposal designed to solicit proposals for services.

“Services” means any function performed for the benefit of DWSD.

“Subcontractor” means a company Contractor delegates performance of a portion of the Services to, but does not include independent contractors engaged by Contractor solely in a staff augmentation role.

“Unauthorized Removal” means the Contractor‟s removal of Key Personnel or property without the prior written consent of the Detroit Water and Sewerage Department.

“Waste prevention” means source reduction and reuse, but not recycling.

“Waste reduction” or “pollution prevention” means the practice of minimizing the generation of waste at the source and, when wastes cannot be prevented, utilizing environmentally sound on-site or off-site reuse and recycling. The term includes equipment or technology modifications, process or procedure modifications, product Page 5 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES reformulation or redesign, and raw material substitutions. Waste treatment, control, management, and disposal are not considered pollution prevention, per the definitions under Part 143, Waste Minimization, of the Natural Resources and Environmental Protection Act (NREPA), 1994 PA 451, as amended.

“Work in Progress” means a Deliverable that has been partially prepared, but has not been presented to the Detroit Water and Sewerage Department for approval.

“Work Product” refers to any data compilations, reports, and other media, materials, or other objects or works of authorship created or produced by the Contractor as a result of an in furtherance of performing the services required by the Contract.

Page 6 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 1. INTRODUCTION The City of Detroit Water and Sewerage Department (DWSD), through its Purchasing Division, requests written proposals from firms to provide commercial janitorial services to include all services, provision of labor, equipment, materials, consumables, supplies and all other items in accordance with the specifications, and all other work, services and obligations required by the contract.

The objective is for the qualified vendor to provide all specified cleaning and other janitorial services for all of the DWSD facilities including, without limitation, all facilities described in the DWSD Work Sites locations Section 7.A thru 7.H totaling approximately three million gross square feet. The scope of this project also requires that the selected vendors interview and give due consideration to hiring of displaced DWSD workers.

The contract prepared between the City of Detroit Water and Sewerage Department and the vendors as a result of this RFP will include all commercial janitorial services needed for various Detroit Water and Sewerage Department locations for a three (3) year period, with two (2) – one (1) year renewal options. Both parties must agree to the renewal options under the same terms and conditions as exist in the then current contract. The scope is inclusive of providing commercial janitorial services which are the same or similar to the service outlined, as well as labor, equipment, materials, consumables, supplies and all other items in accordance with the specifications, and all other work, services and obligations required by the contract. The Detroit Water and Sewerage Department will have the right to purchase commercial janitorial services from other sources, by due cause, due to the failure of the vendor to perform in accordance with performance standards or emergency situations which may arise during the term of the contract or its extensions.

This bid solicitation includes the City of Detroit‟s Water and Sewerage Department preference for environmentally preferred goods and services, where applicable. The City of Detroit Water and Sewerage Department will utilize and compare the responses to this bid to available cooperative purchasing agreements. For a complete explanation, refer to Chapter 18 of the 1984 Detroit City Code, Finance and Taxation, Article V, Purchases and Supplies, Division 1, Goods and Services, as amended effective April 21, 2011.

2. MINIMUM QUALIFICATIONS

Proposals will only be accepted from those firms demonstrating a minimum of two (2) years of experience in being a commercial janitorial service provider with volumes equivalent to or greater than the Detroit Water and Sewerage Department‟s grouped volume of facilities included in this proposal and have worked successfully on at least three (3) projects of similar size and scope.

3. ADHERENCE TO TERMS OF PROPOSALS

A proposal once accepted by the City of Detroit Water and Sewerage Department may become a binding contractual obligation of the vendor. The failure of a successful vendor to accept this obligation and to adhere to the terms of the vendor‟s proposal may result in rejection of the proposal and the cancellation of any provisional award to the vendor.

4. REJECTION OF PROPOSALS

The City of Detroit Water and Sewerage Department expressly reserves the right to reject any and all proposals, waive any non-conformity, re-advertise for proposals, to withhold the award for any reason the Detroit Water and Sewerage Department determines and/or to take any other appropriate action that is in the best interest of the City.

Page 7 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 5. CONTRACT APPROVAL

Upon contract award, the Detroit Water and Sewerage Department and the vendor shall execute a Professional Services Contract, which shall contain all contractual terms and conditions in a form provided by the Detroit Water and Sewerage Department. No contract shall become effective until the contract has been approved by Detroit Water and Sewerage Department‟s Board of Water Commissioners and Detroit City Council and signed by the Detroit Water and Sewerage Department Director. Prior to the completion of this approval process, the vendor shall have no authority to begin work under the contract. The Detroit Water and Sewerage Department Director shall not authorize any payments to the vendor prior to such approvals; nor shall the Detroit Water and Sewerage Department incur any liability to reimburse the vendor regarding any expenditure for the purchase of materials or the payment of services.

6. AWARD CLAUSE INCLUDING TERM AND RENEWAL OPTIONS

A. If a contract is awarded as a result of this RFP it will be a Detroit Water and Sewerage Department Professional Services Contract. B. The term of the contract will be for three (3) years with two (2) – one (1) year renewal options. C. The Detroit Water and Sewerage Department anticipates multiple awards as a result of the RFP. Refer to Appendix B for Group Award information. The ability to supply ALL items in one group, or majority thereof, will be taken into consideration. A group will not be split. Contracts for several groups, however, may be awarded to one supplier. D. The City of Detroit Water and Sewerage Department reserves the right to delete any individual item(s) or groups of items.

7. WORK SITES

A. DWSD Office Facilities typically include offices, work areas, copying areas, file areas; conference rooms, training rooms and meeting rooms; lunch rooms, kitchens, vending areas; restrooms and locker rooms; laboratories; electrical, mechanical, telecommunications and computer rooms; storage areas, guard areas; corridors, vestibules, lobbies, waiting areas, elevators, stairways, and other areas. Contractor shall provide specified cleaning and janitorial services throughout all interior areas of the following four DWSD office facilities: 1) Livernois Center – a four floor building located at 303 S. Livernois, Detroit, MI, having approximately 9,500 square feet (sq. ft.) footprint x 4 floors = 38,000 sq. ft.;

2) Customer Service Center, Eastside – a single story building located at 13303 E. McNichols, Detroit, MI, having approximately 8,100 sq. ft. floor area; and

3) Customer Service Center, Westside – a single story building located at 15600 W. Grand River, Detroit, MI, including approximately 5,000 sq. ft. floor area.

B. DWSD Main Office Building (MOB) at 735 Randolph, Detroit, MI - consists of approximately 178,827 square feet of offices, work areas, copying areas, file areas; board room, conference rooms, training rooms and meeting rooms; lunch rooms, kitchens, vending areas; restrooms and locker rooms; electrical, mechanical, telecommunications and computer rooms; storage areas, guard areas; corridors, vestibules, lobbies, waiting areas, elevators, stairways, and other areas.

Page 8 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES C. DWSD Central Services Facility (CSF) – 6425 Huber Ave., Detroit, MI - consists of approximately 109,992 square feet of offices, shops, stockrooms and related areas. The areas to be serviced includes but is not limited to: all offices, hallways, rooms, toilet and/or locker rooms, lounges, lobbies, receptionist areas, storage areas, elevator, lunch rooms, yards, shops and all non-industrial working areas, etc., including stairways, doors and glass. The warehouse and corridors A – F are also included. The Contractor shall assign sufficient labor for completion of work in/on the premises. The shifts shall be as follows: Day Shift: 7:00 AM - 3:30 PM, Monday through Friday

Night Shift: 3:00 PM - 11:30 PM, Monday through Friday

D. DWSD Wastewater Treatment Plant (WWTP) at 9300 W. Jefferson, Detroit, MI - consists of approximately 684,000 square feet of offices, garages, pumping stations, wastewater and solids processing areas, and other related areas. Contractor shall clean and service all areas of the WWTP including without limitation: all areas listed in Table 5 attached at the end of this specification, all offices, hallways, conference rooms, toilet and/or locker rooms, lounges, lobbies, receptionist areas, storage areas, elevators, lunch rooms, stairways, elevators, shops, control rooms, the employees parking garage, all working areas, all processing areas, and all other areas inside buildings or galleries excluding only process areas within the facilities listed in the following items 1 through 21:

1) Incineration complexes I and II; 2) Dewatering complexes I and II; 3) Intermediate lift pumping stations; 4) Sludge pumping stations; 5) Scum pumping facilities, scum buildings, and scum concentrator building; 6) Screenings offload building; 7) Central offload facility; 8) Primary and secondary clarifiers; 9) Aeration tanks; 10) Blower building; 11) Sludge complexes A and B areas outside galleries and control buildings; 12) Sample houses; 13) Ash silos and ash lagoons; 14) Tall stacks; 15) Waste oil storage building; 16) Tanks; 17) Meter buildings and venturi meter buildings; 18) Centrifuge building; 19) Praxair metering station; 20) Grit chambers; 21) Salt storage building.

Page 9 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES Except for items 1 through 21 listed above in this Section, Contractor shall clean and service all interior areas of the WWTP. Contractor shall also clean all control rooms including without limitation those within the dewatering and incineration complexes and shall clean the employee parking deck as specified. A drawing identifying many of the buildings at the WWTP is attached at the end of these specifications. The Contractor shall assign sufficient labor for completion of work in/on the premises. The shifts shall be as follows: Day Shift: 7:00 AM - 3:30 PM, Sunday through Saturday

Night Shift: 3:00 PM - 11:30 PM, Sunday through Saturday

E. Water Treatment Plants – There are five (5) DWSD water treatment plants that are to be cleaned and serviced by the Contractor. Each plant typically includes an administration building, shops and maintenance areas, restrooms and locker rooms, a guard house, a control room, electrical and mechanical equipment rooms, and a variety of process areas including low lift pumping, settling basins, filtration, chemical storage and addition, high lift pumping, and other areas. Although there are walkways and galleries that are to be cleaned in the settling and filtration process areas, a significant portion of the operating floor level in these areas is occupied by open water in settling basins and filters and is therefore not cleanable floor area. The five water treatment plants to be cleaned and serviced by the Contractor are as follows: 1) Water Works Park (WWP) Water Treatment Plant located at 10100 E. Jefferson, Detroit, MI 48214 requires cleaning and servicing of approximately 275,000 sq ft (new building estimate) which includes a two-story building with basement. The Contractor shall also clean and service all other buildings on the site (approximately 94,000 sq ft. of other buildings) including without limitation a high lift pump station, switch house and boiler room, screen house, auxiliary low lift pump station, raw water booster station, barn, fire station, water quality division building (old administration building, which is a one-story building with basement), and guard house. Provide cleaning and janitorial services to all areas of the WWP plant including without limitation all offices, hallways, rooms, toilet and/or locker rooms, lounges, lobbies, receptionist areas, storage areas, elevator, lunch rooms, yards, shops, control rooms, electrical and mechanical rooms, process areas, and other industrial and non- industrial working areas, including galleries, stairways, doors and glass. The contract shall not be limited to the above mentioned areas, but includes cleaning and servicing all interior areas throughout the Water Works Park site complex. 2) Northeast Water Treatment Plant (NEWTP) requires cleaning and servicing of approximately 175,000 square feet of offices, shops, stockrooms, process areas, and related areas within two (2) main buildings as well as a guard shack, all located at 11000 East 8 Mile Road, Detroit, MI 48205. The areas to be cleaned and serviced include but are not limited to: all offices, hallways, stairways, rooms, toilet and/or locker rooms, electrical rooms, lounges, lobbies, administration areas, storage areas, elevators, lunch room, conference rooms, loading docks, garages, shops, control rooms, electrical and mechanical rooms, process areas, a pedestrian tunnel, galleries, and other industrial and non-industrial working areas. The plant also includes: a. The Administration building includes the administration offices, the filter galleries, the laboratory and the wash water annex. This building also has a basement, and one or more sub-basements (pipe galleries). b. The High Lift and Low Lift Buildings include pump and motor floors, offices, and an observation ring. c. The Chemical Building has 4 stories and includes a garage area, loading dock, offices, mixing chambers and flocculate galleries. d. A small guard booth stands at the North end of the facility at the gate entrance. e. The Northeast Wastewater Pumping Station, located on the NEWTP grounds is included in separate unit price item 38 on Bid Form Appendix C. f. The contract shall not be limited to the above mentioned areas, but includes cleaning and servicing all interior areas throughout the Northeast Water Treatment Plant site complex.

Page 10 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 3) Springwells Water Treatment Plant requires cleaning and servicing of approximately 600,000 sq. ft. of buildings at the Springwells Water Plant complex which has multiple buildings with basements, pipe galleries, tunnels and multiple levels above ground, located at 8300 W. Warren Ave. MI, 48126. The areas to be serviced include without limitation: all offices, hallways, rooms, lounges, lobbies, receptionist areas, storage areas, elevator, lunch rooms, yards, shops, control rooms, electrical and mechanical rooms, process areas, administration areas, laboratories, open areas, 1930 Filter Building, 1958 Filter Building, 1958 Service Building, Chemical Building, 1958 Flocculation Building, Turbine House, Boiler House, Mezzanine, Control Room, offices/lunch room in boiler house, shop area, bathrooms/locker rooms throughout the plant, garage/train sheds, basements, pipe galleries throughout the complex, guard shed, 1930 plant gate houses, warehouse, high lift pumping, low lift pumping, corridors, and all industrial and non-industrial working areas, vacant floors, etc., including stairways, doors and glass. The contract shall not be limited to the above mentioned areas, but includes cleaning and servicing all interior areas throughout the Springwells complex.

4) Lake Huron Water Treatment Plant complex requires cleaning and servicing of approximately 319,000 sq. ft. of building areas located at 3993, Metcalf Road, Fort Gratiot, MI 48059. The plant includes multiple buildings having basements, mezzanine levels, pipe galleries, and tunnels. The areas to be serviced include without limitation: all offices, shops, stockrooms, hallways, rooms, toilet and/or locker rooms, lounges, lobbies, receptionist areas, storage areas, elevator, lunch rooms, yards, shops, control rooms, electrical and mechanical rooms, process areas, administration building, parking garage, filter building, switch house, high lift building (main floor and lower floor), access passage, chemical building (including mezzanine and basement), low lift building, pole barn, security guard house, laboratories, open areas and all industrial and non-industrial working areas, vacant areas, galleries, tunnels, stairways, doors and glass throughout the facility. The contract shall not be limited to the above mentioned area, but includes cleaning and servicing all interior areas throughout the Lake Huron WTP complex.

5) Southwest Water Treatment Plant complex requires cleaning and servicing of approximately 300,000 sq. ft. of building areas located at 14700 Moran Rd. Allen Park, MI 48101. The plant includes without limitation a two-story building with basement, Flocculation building and a Residual Handling Facility which is a three story building with basement. The areas to be serviced include without limitation all offices, hallways, rooms, toilet and/or locker rooms, lobbies, storage areas, lunch rooms, administration building, shops, control rooms, electrical and mechanical rooms, process areas, steam generator area, stockrooms, filter galleries, rapid mix area, carbon feed room, laboratory, chemical storage area, high lift area, low lift area, conference rooms, residuals handling facility, machine shop, plumbing shop, electric shop, building and grounds shop, instrument technician shop, loading dock, basement, guard houses, and all industrial and non-industrial working areas including stairways, doors and glass. The contract shall not be limited to the above mentioned area, but includes cleaning and servicing all interior areas throughout the Southwest WTP complex.

F. Treated Water Booster Pumping Stations – Clean and service all interior areas of eighteen (18) treated water pumping stations as listed below. These pumping stations typically include pump and/or motor rooms, areas for electrical and mechanical equipment, offices, restrooms, stairways, and often rooms for piping headers, electrical and piping chases, and other rooms as appropriate to the intended functions of the Station Platforms and stairs are often included to provide access over and around large piping, valves and equipment.

Page 11 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES Table 1 Treated Water Booster Pumping Stations Approximate Floor Area (Square Feet) Chase, Pit, Treated Water Booster Pump Motor Elect. Mech. Rest Stairways Total Office Header or Platforms Pumping Stations Room Room Room Room Room (Each) Other Room 1) Adams Road, 6201 Adams Road, 9,100 7,200 1,900 8 Yes Bloomfield, MI 2) Eastside (Canyon), 18301 E. Warren, 4,784 1,800 1,800 520 360 32 100 172 9 Yes Detroit, MI 3) Electric Avenue, 1140 Montie Ave, 2,194 830 120 84 60 1,100 1 N/A Lincoln Park, MI 4) Ford Road, 26015 Ford Road, 10,400 5,200 5,200 1 N/A Dearborn Heights, MI. 5) Franklin, 7404 Inkster Road, W. 6,770 5,150 1,500 60 60 9 Yes Bloomfield, MI 6) Haggerty, 39955 W. 14 Mile Road, 18,198 7,392 5,390 126 54 5,236 3 Yes Novi, MI 48377 7) Imlay, 430 Wheeling Road, 20,682 10,200 7,849 919 117 42 1,555 15 Yes near Imlay City, MI 8) Joy Road, 43127 Joy 6,800 5,100 1,700 7 Yes Road, Canton Twp MI 9) Michigan Avenue, 3445 3,875 2,630 672 143 90 169 36 135 1 N/A Barry, Wayne, MI 10) Newburgh, 36363 W. 8 Mile Road, 3,425 1,832 1,053 72 48 420 2 N/A Livonia MI 11) North Serv. Ctr., 1850 E. South Blvd., 31,509 18,222* 9,886 3,120 896 36 17,571 3 N/A Troy, MI 12) Northwest, 20440 James Couzens, 7,270 3,072 2,300 1,716 142 40 9 Yes Detroit, MI 13) Rochester, 2851 24 Mile Rd. 6,560 Shelby, MI 14) Schoolcraft, 30365 Schoolcraft, 7,444 3,492 3,952 1 N/A Livonia, MI 15) West Chicago, 28720 West Chicago, 5,567 2,464 234 130 72 2,667 1 N/A Livonia, MI 16) West Serv. Ctr., 20920 East Street, Southfield, 14,300 9,000* 3,020 169 2,111 11 Yes MI 17) Wick Road, 32280 Wick Road, 6,338 3,186 2,795 144 35 178 7 Yes Romulus, MI 18) Ypsilanti, 361 Rawsonville, 4,482 2,880 1,490 88 24 4 Yes Van Buren Twp Total TWPS 165,698 62,428 9,972 43,268 4,549 2,027 709 31,185 92

*Includes main pumping and 2 reservoir pump houses

Page 12 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES G. Wastewater Pumping Stations – Clean and service all interior areas of nine wastewater pumping stations as listed below, excluding only the interiors of wet wells. These pumping stations are usually configured with multiple floors underground as well as a floor near ground level, and typically include pump floors, one or more intermediate floors which provide access to steady bearings, a motor floor, areas for electrical and mechanical equipment, restrooms, stairways, elevators, and sometimes control rooms and other rooms as appropriate to the intended functions of the Station

Table 2 Wastewater Pumping Stations Approximate Floor Area (Square Feet) Elect.+ Wastewater Motor Bearing Pump Mech. Rest- Control- Stairways Pumping Station Total Floor Floors Floor Room room room (Each) 19) Belle Isle, Sunset Drive 1,600 800 800 2 on Belle Isle, Detroit, MI 20) Bluehill Storm, 7,937 2,704 1,960 1,960 954 209 150 1 17145 Mack, Detroit, MI 21) Bluehill Sanitary, 17145 1,192 Mack, Detroit, MI 22) Connor Creek, 12244 E. Jefferson, 26,870 9,500 10,071 6,727 32 540 8 Detroit, MI 23) Fairview, 202 Parkview, 16,678 5,642 3,904 3,904 2,990 238 10 Detroit, MI 24) Fisher, 8650 E. 830 415 415 1 Jefferson, Detroit, MI 25) Freud, 12300 Freud, 24,564 6,400 4,802 10,054 3,196 112 2 Detroit, MI 26) Northeast, 11000 E. 8 33,813 6,191 20,613 5,153 1,856 4 Mile Road, Detroit, MI 27) Woodmere, 9300 W. 9,723 2,550 1,810 1,810 3,072 481 4 Vernor, Detroit, MI

Total WWPS 123,207 34,202 43,160 30,823 12,068 834 928 32

H. West Yard – Clean and service all interior areas of all buildings at DWSD‟s west yard facility, including without limitation all offices, shops, garages, stockrooms, hallways, rooms, toilet and/or locker rooms, lounges, lobbies, receptionist areas, storage areas, elevator, lunch rooms, yards, shops, electrical and mechanical rooms, open areas, all industrial and non-industrial working areas, vacant areas, stairways, doors, glass and all other areas throughout the facility. The facility is located at 13401 West Outer Drive, Detroit, MI and includes single story structures totaling approximately 51,000 sq. ft., including warehouse/garage facilities of approximately 43,000 sq. ft. and office facilities of approximately 8,000 sq. ft.

I. In addition to cleaning the interior areas as described in Sections 7.A through 7.H above, Contractor shall perform exterior cleaning at all of the facilities listed in Bid Form Appendix B, including without limitation: 1) Pickup of debris as described in Section 9.A.1, 2) Removal of graffiti as described in Section 9.A.12, 3) Removal of litter, sweeping of sidewalks, steps and porches as described in Section 9.B.4, 4) Cleaning of eaves and building exteriors as described in Section 9.B.5, 5) Cleaning of exterior decorative trim and louvers in accordance with Sections 9.D.5 and 9.E.2,

Page 13 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 6) Washing both sides of all windows not over 12 feet above a work surface as described in Section 9.E.3, 7) Pressure washing building exteriors in accordance with Section 9.F.3, and 8) Pressure washing parking decks, garages and loading dock areas as described in Section 11.F.2 below.

J. All square foot areas indicated herein are approximate gross square footages, not cleanable areas, and DWSD does not guarantee their accuracy. On an overall cumulative basis, the total of all square footages of approximately 3.8 million square feet shown in APPENDIX A is expected to have accuracy no better than +/- 20%. Areas of individual rooms or facilities, and the number of rooms included in each facility, may vary significantly from the values shown. Bidders shall make their own determinations regarding the square footage to be cleaned and serviced.

K. There are currently approximately 2,000 DWSD employees, although restructuring is underway which is planned to reduce that number.

8. BONDS AND INSURANCE

The Contractor must provide proof of the minimum levels of insurance coverage as indicated below. The insurance must protect DWSD from claims which may arise out of or result from the Contractor‟s performance of services under the terms of the Contract, whether the services are performed by the Contractor, or by any subcontractor, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable.

The Contractor waives all rights against DWSD of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees and agents for recovery of damages to the extent these damages are covered by the insurance policies the Contractor is required to maintain under the Contract.

All insurance coverage‟s provided relative to this Contract/Purchase Order are PRIMARY and NON- CONTRIBUTING to any comparable liability insurance (including self-insurances) carried by DWSD.

The insurance must be written for not less than any minimum coverage specified in the Contract or required by law, whichever is greater.

Where specific limits are shown, they are the minimum acceptable limits. If Contractor‟s policy contains higher limits, DWSD must be entitled to coverage to the extent of the higher limits.

Receipt of bonds and/or insurance is part of the process of determining which bidder may be recommended for award to the Board of Water Commissioners. If cause is found to change the recommendation that your company be awarded the contract, or if the Board of Water Commissioners does not approve the recommendation, the City‟s Water and Sewerage Department shall not be liable for any costs incurred by bidder in the bid process, including the cost of acquiring bonds and/or insurance. If the bonds and/or insurance are not submitted when due, a purchase order will not be issued and the following sanctions may be imposed:  Cancellation of the award, and/or  Loss of your bid deposit, and/or  Ineligibility to do business with the City of Detroit Water and Sewerage Department.

A. PAYMENT BOND The successful bidder, upon notification, must also provide a payment bond in the amount of twenty-five percent (25%) of the contract price, to insure payment of subcontractors, wages earned and materials used. This bond shall comply with the requirements of State Law, Act No. 213, PA. 1963.

Page 14 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

B. INSURANCE Contractor is required to provide the following insurance listing the City of Detroit Water and Sewerage Department as additional insured.

The Contractor shall maintain at its expense during the term of this Contract, the following insurance:

1) Workman‟s Compensation insurance with Michigan statutory limits and Employer‟s liability insurance with minimum limits of $500,000.00 each accident.

2) Public General Liability insurance with a combined single limit of $500,000.00 per occurrence subject to a minimum aggregate limit of $1,000,000.00.

3) Commercial General Liability insurance with a combined single limit of $500,000.00 per occurrence subject to a minimum aggregate limit of $2,000,000.00.

4) Automobile Liability insurance covering all owned, hired and non-owned vehicles with personal protection insurance and property protection insurance to comply with the provisions of Michigan No- Fault Insurance Act, including residual liability insurance with a minimum combined single limit of $1,000,000.00. Include MCS90 endorsement (if hazardous waste will be transported by vendor‟s auto) with minimum property damage limits of $1,000,000.00 each occurrence.

If during the term of this Contract, changed conditions or other pertinent factors should in the reasonable judgment of the Water and Sewerage Department render inadequate the insurance limits, the Contractor will furnish on demand such additional coverage as may reasonably be required under the circumstances. All such insurance shall be affected at the Contractor‟s expense, under valid and enforceable policies. All policies shall name the Contractor as the insured and shall be accompanied by a commitment from the insurer that such policies shall not be canceled or reduced without at least thirty (30) days prior notice to the City‟s Water and Sewerage Department. The Public Liability insurance policy shall name the City‟s Water and Sewerage Department as an additional insured. Certificates of insurance evidencing such coverage shall be submitted to the Water and Sewerage Department, Office of Purchasing Department, prior to the commencement of performance under this contract and at least fifteen (15) days prior to the expiration dates of expiring policies.

C. SUBCONTRACTOR INSURANCE COVERAGE Except where DWSD has approved in writing a Contractor subcontract with other insurance provisions, Contractor must require all of its Subcontractors under the Contract to purchase and maintain the insurance coverage as described in this Section for the Contractor in connection with the performance of work by those Subcontractors. Alternatively, Contractor may include any Subcontractors under Contractor‟s insurance on the coverage required in this Section. Subcontractor(s) must fully comply with the insurance coverage required in this Section. Failure of Subcontractor(s) to comply with insurance requirements does not limit Contractor‟s liability or responsibility.

Page 15 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 9. SCOPE OF SERVICES Note to Bidders: Proposals must include detailed responses to all tasks as requested in Sections 9-12 and provide all information requested in Appendix C. Bidders should provide thorough responses to each task, and/or, when appropriate, state their agreement that the Bidder will provide the requested services. Bidders are encouraged to provide detailed responses in order to allow the Detroit Water and Sewerage Department to fully evaluate the Bidder’s capabilities. As stated in Section 23 of this document, Bidders are reminded that the sole point of contact concerning the RFP is the Buyer, listed on the cover page of this document, in the DWSD Purchasing Division. Any communication by a potential Bidder in regards to this RFP with anyone other than the Buyer during the RFP process may result in disqualification and/or debarment. Throughout this RFP, language referring to Contract or Contractor(s) refers to any Contract awarded from this RFP. This RFP in itself is not to be construed as a Contract.

A. Description of Services: Contractor shall perform the task descriptions that follow, which are the minimum acceptable cleaning performance standards under this Agreement:

1. Dusting: There shall be no obvious dust streaks. Corners, crevices, molding and ledges (including heating) shall be free of all obvious dust. There shall be no oils, spots or smudges on desk or dusted surfaces. Thoroughly dust all vertical and horizontal surfaces in all cleanable areas with approved dust cloth or tool treated with an approved water based dust control chemical, up to and including ceiling vents, air bars, and lighting devices, window blinds, etc. Do not move dusting residue from spot to spot, but remove directly from the areas in which dirt lies by the most effective means appropriate; treated dusting cloths or vacuum tools.

i. Leave no dust streaks. ii. Leave corners, crevices, molding and ledges free of dust and cobwebs. iii. Leave no oil spots or smudges on dusted surfaces caused by dusting tools.

2. Horizontal surfaces: include, but are not limited to, counter tops, file cabinets, tables, coat-racks, etc. Telephones, ashtrays, etc., must be lifted and dusted under. Do not disturb work papers. Dusting high and low includes, but is not be limited to, partition tops, pictures, chair rungs, etc. Window hangings are either Venetian blinds or drapes. Dust Venetian blinds. Lightly vacuum drapes.

3. Remove Recyclable Paper (as applicable): Pick up all recyclable paper from marked containers centrally located throughout the building and remove to designated containers in the loading dock area. This does not include individual boxes on desks.

4. Clean Air Bars and Vents: Vacuum excess dust and dirt from air bars. Damp wipe clean with approved disinfectant solution1 and wipe dry.

5. Glass Cleaning (Lobby): Glass Cleaning is a part of the overall task of lobby cleaning. Glass cleaning shall be performed as specified. It is expected that all lobby glass, including doors, revolving doors and windows (to the limit of reach from floor level) shall be spot cleaned inside and out. All handprints, smudges, and soil are to be removed during the performance of this task. If necessary, clean the entire door, revolving door or window to accomplish clean glass.

6. Cleaning Ash Receptacles and Surrounding Areas: Cigarette or cigar butts, matches and other discarded material shall be removed from the receptacle and the receptacle wiped so that it is free of dust, ashes, odors, tar, streaks and nicotine stains. Ashtrays placed on the exterior of the building shall be emptied and cleaned as needed to maintain a clean appearance. The areas immediately surrounding such ashtrays and adjacent building entrances are to be included as part of this cleaning task. Sweeping and removal of cigarette butts and emptying of ashtrays as needed to clean the area. Note: Sand or dry receptacles: Contents of ash receptacles must be disposed of in a safe manner. Clean sand by sifting out and disposing of debris and replacing and replenishing sand in urns.

1 Refer to Paragraph 60.A Page 16 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 7. Carpet /Rug Cleaning: All carpets/rugs shall be clean, free of spots, gum, crusted material, spillages, and removable stains. There shall be no evidence of "fuzzing" caused by harsh rubbing or brushing of carpet. Carpet cleaning by hot water extraction at a temperature that will kill and eliminate bacteria. Hot water extraction by truck-mount is the preferred method.

8. Carpet Spot Cleaning: Buildup, spillage or crusted material shall have been removed along with spots, smears and stains. There shall be no evidence of “fuzzing” caused by harsh rubbing or brushing of carpet. Spot cleaned areas shall blend with adjacent areas.

9. Carpet Cleaning by Thorough Vacuuming: Carpets shall be clean and free from dust balls, dirt and other debris; nap on carpet shall lie in one direction upon completion of the vacuuming task. Note: Prior to vacuuming area, move and vacuum under all easily movable objects (chairs, waste receptacles, tables on wheels, typing stands, boxes, etc.). Be sure to replace all items moved. After vacuuming, leave all rugs clean, free from dust balls, dirt and other debris. Prior to vacuuming, broom all edges not reached by vacuum. Straight suction vacuuming is not acceptable.

10. Dust Mop: Thoroughly dust mops all non-carpeted areas. Move and dust mop under all easily movable objects (chairs, waste receptacles, tables on wheels, typing stands, boxes, etc.). Be sure to replace all items moved. Dust mops must be treated with water based dust control chemical. Place dust and dirt into plastic trash bag, tie off and remove to Dumpster.

11. Damp Mop: Thoroughly damp mops all non-carpeted areas. Move and damp mop under all easily movable objects (chairs, waste receptacles, tables on wheels, typing stands, boxes, etc.). Be sure to replace all items after floor has dried completely. Use a clean cotton mop head that is in good condition. Use clean water at all times (change water often). Mop head must be only damp. No excess water can be left behind. Approved proper chemicals at proper dilution must be used at all times. Finished floor must be clean and streak free.

12. Floor Cleaning / Thorough Sweeping: Floors shall be clean and free of trash and foreign matter. No dirt, dust shall be left in corners, behind radiators, under furniture or behind doors.

13. Damp Mopping and Spray Buffing: Floors shall be slip resistant, free of marks, skipped areas, streaks, and map strands. Walls, baseboards and other surfaces shall be free of splashing and marks from the equipment. The finished area should have a uniform luster. There shall be no buildup of finish in corners. Dust mopping must be performed with a treated mop. After sweeping and damp mopping operation, all floors must be clean and free from strings, bristles and dirt streaks. Leave no dirt in corners, behind radiators, under furniture, behind doors, on stairs or landings. Leave no dirt where sweepings were picked up. Leave no dirt, trash, or foreign matter under desks, tables or chairs.

14. Wet Mopping and Scrubbing: The floors must be properly prepared, thoroughly swept to remove visible dirt and debris, wads of gum, tar and foreign substances from the floor surfaces. Upon completion of the wet mopping or scrubbing, the floor must be clean and free of dirt, water streaks, mop marks, strings; properly rinsed and dry mopped to present an overall appearance of cleanliness. All surfaces must be dry and corners and cracks clean after the wet mopping or scrubbing. Chairs, wastebaskets and other similar items must not be stacked on desks, tables or windowsills, nor used in place of stepladder. All furniture readily movable by one person and intended to be moved frequently must be moved during all floor cleaning operations and replaced in original positions upon completion. Baseboards, walls, furniture and equipment must in no way be splashed, disfigured or damaged during these operations, but rather left in a clean condition.

15. Wet Mopping and Buffing: Floors must be damp mopped and buffed between regular waxing operations. Prepare the floor by sweeping to remove all visible dirt and debris. The floor area will then be damp mopped and machine buffed to a polished appearance with a high-speed buffer.

16. Damp Wiping: This task consists of using a clean damp cloth or sponge to remove all dirt spots, streaks, from walls, glass and other specified surfaces and then drying to provide a polished appearance. The wetting solution must contain an appropriate cleaning agent. When damp wiping in toilet areas, use a multi-purpose disinfectant and deodorizer. Page 17 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

17. Stripping and Sealing: Completely remove all dirt, wax and other foreign substances in returning the floor to its original surface. Apply a thin coat of sealer with caution to prevent streaking or bleaching of floor surface. This application in preparation for waxing must be according to manufacturer's recommendations. The stripper, sealer and wax products used must be compatible for this activity, and wax must be a minimum of 25% solids.

18. Waxing and Buffing: Apply wax in a thin, even coat and machine buff with a high-speed buffer immediately after drying. The number of coats applied will depend on the type and condition of the floor. All waxed surfaces must be maintained so as to provide safe ANTI-SLIP walking conditions. Chairs, wastebaskets and other similar items must not be stacked on desks, tables or windowsills, nor used in place of stepladder. All furniture readily movable by one person and intended to be moved frequently must be moved during all floor cleaning operations and replaced in original positions upon completion. Baseboards, walls, furniture and equipment must in no way be splashed, disfigured or damaged during these operations, but rather left in a clean condition.

19. Empty Waste Receptacles: Empty all containers that are provided for the disposal of waste i.e., waste baskets, torpedo type containers, sanitary napkin disposal bins, boxes, etc. into plastic bags, tie off and remove to dumpster. Dispose of items in waste containers only unless clearly marked for disposal. Liners must be used in all waste receptacles and must be changed as needed and no less than once per month. Waste containers in restrooms; break rooms, lunchrooms and conference rooms must be inspected daily and changed as needed.

20. Restroom Cleaning: When the Project Manager requests restroom cleaning during the day, an approved sign must be placed at the entrance warning tenants that the restroom is closed. A schedule for closing restrooms must be established with the Facility Manager in advance. The Project Manager prior to any changes made must approve any changes in this schedule.

21. Clean and disinfect Showers, shower walls and stalls (Restroom/Locker Room where applicable): Thoroughly clean all showers, including bottom, faucets, and spigots, with approved crème cleanser. Thoroughly clean all walls, floors, (including plug covers), doors (including entrance doors inside and outside), partitions and handrails with proper approved chemicals and proper approved dilution. Rinse thoroughly as needed, then wipe all areas with approved *disinfectant solution and allow to air dry.

22. Service Restroom: Visually check - dispensers must be filled, trash removed and restrooms spot cleaned as needed and as requested by the Project Manager.

23. Remove Carpet Runners (as applicable): Carpet runners must be removed from floor to allow for proper cleaning, as needed. Be sure to remove excess water from runner with approved wet pick up vacuum before carpet runners are removed. Carpet runners must be extracted as specified during ice melt/salt usage, to maintain a clean appearance.

24. Replace Carpet Runners (as applicable): After floor has been properly cleaned and is completely dry, replace carpet runners in their original locations.

25. Cleaning / Disinfecting Drinking Fountains: Thoroughly clean entire exterior surface with approved cream cleanser. The grain of the stainless steel must be followed at all times. Rinse thoroughly as all cream cleanser must be removed. Wipe entire surface with approved disinfectant solution and wipe dry utilizing a clean, soft cloth and wipe item dry. The grain of the stainless steel must be followed.

26. Stainless Steel (Brass) Cleaning (Elevators, Doors, Trim, Etc.): Thoroughly clean all stainless steel (brass) not previously mentioned with approved cleaner and a clean soft cloth. Great care must be taken to follow the grain of the stainless steel at all times when cleaning.

27. Cleaning, High Traffic Areas: High traffic area is any area that would receive heavy traffic and that would require cleaning as specified. Areas would include: corridors, lobbies, waiting areas, conference rooms, or any area so designated by the Project Manager. Page 18 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 28. Carpet Cleaning by Hot Water Extraction: Perform vacuuming, and carpet cleaning by extraction method with commercial grade equipment only (preferably truck mounted equipment). Prior to carpet cleaning all carpeting, including carpet runners, must be thoroughly cleaned as follows: i. All movable items must be removed from area(s) to be cleaned (i.e., chairs, waster receptacles, all free standing tables, typing stands, boxes, plants, all temporary floor coverings, etc.) and area thoroughly vacuumed. ii. Thoroughly spray next area to be cleaned with approved pre-treats or carpets lane cleaner used at approved dilution. Spray must be applied so those fibers remain damp until cleaned. Chemical should be left to work for 10-15 minutes iii. Thoroughly extract all properly pretreated carpeted areas. Agitation is necessary, using an approved motor driven brush. A minimum of three cleaning passes and two vacuuming only must be used. Approved equipment and chemicals, at approved dilutions, must be used. iv. All stains must be removed during the extraction process, using approved chemicals. Great care must be taken to completely remove stain removal chemicals from carpet fiber. v. Thoroughly spray all thoroughly cleaned carpet with approved carpet fiber protector at approved dilution. Application must be made with approved sprayer. Carpet track off mats and runners such as those found in building lobby areas, are exempt for this process. vi. Replace all items removed for cleaning. All items moved back into place that have metal of any type that come in contact with carpeting must be wood blocked or tabbed to keep the metal off the carpet fiber until thoroughly dry. All blocks or tabs should be removed during the next scheduled regular area cleaning, provided the carpet is thoroughly dry. This could take more than one day.

29. Spray Buff Hard Floors: Hard floor must be properly prepared before spray buffing by removing carpet runners, dust mopping, and damp mopping hard floor areas. Begin spray buffing by lightly spraying area just to the left or right of approved floor machine (buffer) with approved spray buffing chemical, at approved dilution. Buffing pad must be approved and will depend on type of finish used. Rotary floor machine (buffer) will be worked back and forth over area lightly sprayed until floor has a high, streak free luster. Then proceed to the next area, until scheduled area is completed. Great care must be taken to avoid using "loaded" pad (pad full of dried finish and dirt). Flip pad over or change to another clean dry pad often. Great care must also be taken not to allow floor machine (buffer) to run in one spot for too long to avoid burning the floor. Floor shall be dust mopped after scheduled spray buffing is completed. Replace carpet runners to original position post-cleaning.

30. Strip and Refinish: Close and properly mark area "closed" with approved signage. Remove all movable objects from area. i. Apply approved stripping solution at approved dilutions to area to be stripped. Allow solution to stand according to approved manufacturer's recommendations. Do not allow solution to dry out or stand too long. Any finish or dirt must also be removed from walls, doors, baseboards, etc. at this time. ii. Thoroughly agitate all floor area to remove all old finish with approved strip pad. iii. Use wet vacuum to pick up old finish and stripper. iv. Thoroughly mop rinse areas with clean cotton mop and clean water. Make sure walls, doors, baseboards, etc. are also thoroughly rinsed. v. Thoroughly mop rinses areas a second time with clean cotton mop and clean water with approved neutralizer/conditioner chemical at approved dilution. Make sure walls, doors, etc. are also thoroughly rinsed. vi. Allow floor to air dry. vii. If any old finish remains, repeat "a" through "f". viii. Continue "a" through "g" until scheduled area is properly stripped and/or rinsed. ix. Apply thin coat of approved sealer with approved clean nylon or rayon mop head or approved clean applicator. Stripping solution finish and sealer must not be slopped on walls, doors, etc. Allow sealer to thoroughly dry. x. Apply second coat of sealer as described in "I" above. Allow sealer to thoroughly dry. xi. Apply top coating and second coat of approved floor finish. Page 19 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 31. Scrub - Restroom Floors/Hard Surface Stairwell Floors: Close restrooms. Remove all movable objects from area and place approved “closed” signage to area prior to completion of task. i. Apply approved cleaning solution at approved dilution to area to be scrubbed. Do not allow solution to dry. ii. Quickly agitate small section coated with solution with approved stiff bristle brush. Be sure grouting is clean. iii. Use wet vacuum to pick up dirty solution. iv. Thoroughly mop rinses area with clean cotton mop and clean water. Make sure all walls; doors, etc. are also thoroughly rinsed. v. Thoroughly mop rinse a second time with clean cotton mop and clean water. Make sure all walls; doors, etc. are also thoroughly rinsed a second time. vi. After floor is thoroughly dry, replace all objects moved from area. Remove signs and reopen. vii. Scrub all walls including partitions

32. Wall Spot Cleaning: Thoroughly clean all spots, smudges, stains, etc. from walls, partitions and modular partitions using approved chemicals at approved dilutions. Wipe dry with clean soft cloth. Also thoroughly clean all interior glass with approved alcohol based glass cleaner and wipe dry with clean dry cloth. All surfaces must be dirt and streak free.

33. Emergency clean up: The Project Manager shall assign, when and where needed, cleanup duties to the contractor when an emergency occurs. Cleaning tasks may include: dusting, vacuuming, mopping, carpets extraction, window washing, or other tasks defined in the Task Definitions herein.

34. Rubbish Removal: Rubbish from a central location is the responsibility of the Detroit Water and Sewerage Department. Contractor must bag all waste material and place inside containers provided for that purpose.

35. Hazardous Conditions: Conditions that may be questionable or deemed Hazardous (i.e., such as burned out lights, loose railings, ceiling tiles, exposed wiring, broken windows, etc.) must be reported by janitorial staff to contract supervisor verbally followed by written notification to Project Manager or building manager with date of observation.

B. The awarded Contractor shall furnish qualified personnel and proper cleaning equipment needed to provide the specified janitorial and cleaning services for all of the specified DWSD facilities. All work shall be of a level and quality consistent with the best such services available in the industry, shall be inspected by Contractor‟s supervisory staff daily to confirm compliance with industry standards and Contract requirements, and shall be performed to the satisfaction of DWSD‟s Manager of each respective Facility, or his/her designated representative.

C. Contractor shall clean all areas of DWSD Office Facilities as well as all areas of administration and office buildings located at the various water treatment plants, wastewater treatment plant and west yard to meet cleanliness level 2 established by the Association of Physical Plant Administrators (APPA). All other specified areas of the Water Treatment Plants, Wastewater Treatment Plant and West Yard shall be cleaned to meet APPA cleanliness level 3. Areas of facilities specified to be cleaned weekly shall meet APPA cleanliness level 3 upon cleaning, but may be at level 4 between cleanings. In addition to these requirements, Contractor shall provide all cleaning and services specified herein.

D. Clean in accordance with Detailed Specifications provided in Sections 9, 10, 11 and 12. Comply with all provisions of these specifications.

E. Contractor‟s supervisory personnel shall perform quality control of services daily using measurable standards, and shall report and correct non-conformances within 24 hours. Perform daily random inspections of each custodian‟s assigned area to assure that rooms/areas are being cleaned and maintained properly. Contractor shall submit its quality control plan and measurable quality standards for DWSD review and approval within 30 days after notice to proceed. Page 20 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES F. A report summarizing all Contractor quality inspections, all non-conformances identified by Contractor, and all concerns and complaints identified by DWSD management or staff, together with the corrective action taken in each instance shall be provided to Contracting Officer monthly in support of Contractor‟s invoice. 10. DETAILED SPECIFICATIONS FOR CLEANING OF OFFICE FACILITIES

Under these detailed specifications the Contractor shall perform the following janitorial services and window cleaning at the specified facilities. Minor modifications of performance duties and procedures may be made by the Contractor with the approval of the DWSD Contracting Officer or his/her designated representative. The Contracting Officer may delegate to the DWSD managers of the respective facilities and/or other designated representatives authority to make modifications in the procedures, materials, etc. noted herein. Contractor shall clean and service the following areas in accordance with the requirements specified in this Section 10: (i) Clean and service all areas of the DWSD office facilities, Main Office Building and Central Services identified in Section 7.A – 7.C on a five or seven day per week basis (where applicable). (ii) At the wastewater treatment plant identified in Section 7.D clean and service on a seven day per week basis the following: the Ragland building, administration building, lunch room, lab administration & control building, employee service building, employee service office & women's locker room, primary operation office and lab, secondary operators office & lab, all offices, hallways, conference rooms, lounges, lobbies, receptionist areas, all other office areas, scale house, all guard houses, all control rooms, all restrooms and all locker rooms; (iii) At each of the five (5) water treatment plants identified in Section 7.E clean and service on a five day per week basis the following: each plant administration/office building, lunch room, all guard houses, all laboratories, all control rooms, all restrooms, all locker rooms, and in addition the water quality division building (old administration building at WWP); (iv) At the West Yard identified in Section 7.H clean and service on a seven day per week basis the administrative/office building and all restrooms. A. Perform The Following Tasks Daily (or more often as needed): 1) Collect, pick-up and dispose of discarded rubbish and debris of all kinds, both inside and outside the facilities and place same in dumpsters and/or compactors/packers. Contractor‟s employees may be required to operate this equipment. (Contractor must maintain surrounding area clear of waste and debris at all times.) 2) Empty all waste containers; replace plastic liners and wash out when spillage occurs or as needed. Remove all debris to approved trash pick-up point. 3) Sweep cement floors and dust mop with treated cloths or machine buff all finished floor areas completely, including adjacent ramps and stairways. 4) Wet mop or power scrub heavy traffic areas of floor where affected by bad weather or tracking, including ramps and stairways. 5) Vacuum clean all permanently carpeted floors, rugs and mats. Chairs and trashcans shall be moved when vacuuming. Rubber bands, paper clips and floor scraps shall be picked up and discarded. Staples shall be removed from the carpets daily. Vacuum cleaners shall utilize HEPA filters, shall be kept in good working condition at all times, and emptied daily. Spot clean carpets, rugs and mats as necessary to maintain a clean appearance. 6) Damp wipe all furniture and equipment completely including all desks (taking care not to apply damp cloth on papers or blotters), chairs, countertops, workbenches, tables, credenzas, bookshelves, counters, lamps, telephones, filing cabinets, windowsills, ledges, hand railings, etc. to remove dust, fingerprints, and other marks. Spot-clean glass as necessary. Clean and polish chrome fixtures NOTE: THE CONTRACTOR SHALL PROHIBIT HIS EMPLOYEES FROM CLEANING OR TAMPERING WITH COMPUTER TERMINALS, SCREENS, CONTROLS AND CONTROL PANELS, DISTURBING PAPERS ON DESKS, OPENING DESK DRAWERS OR CABINETS, OR USING TELEPHONE OR OFFICE EQUIPMENT PROVIDED FOR OFFICIAL USE.

Page 21 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 7) Spot clean both sides of all walls, doors, frames, door glass, display cases, other interior glass, framed items, elevator interiors and doors, including adjacent metal surfaces. Spot clean and polish kick plates and thresholds. Remove all graffiti (interior and exterior), tacks, tape, tape residue, adhesive, stains, and signs left on walls after notices have expired. Clean whiteboards and chalkboards in conference rooms and common areas. 8) Remove cobwebs in hallways, ledges, and on vertical and horizontal surfaces. Dust and spot clean surfaces as necessary to provide a clean appearance. 9) Clean all grease and oil spills and other types of spills immediately. 10) Clean and disinfect counters, sinks, cabinets, and exterior of all appliances in kitchen areas. 11) Clean, sanitize and polish all drinking fountains using non-abrasive materials. Drinking fountains shall be free of water deposits, streaks and dust. Use a germicidal cleaner containing no objectionable odor. The mouthpiece, basin, and exterior shall be sanitized daily. 12) Clean and sanitize all rest rooms, toilet rooms, washrooms and locker rooms using the following sequence of operations: a. Cleaning cloth should be dipped in pail solution of synthetic germicidal soap, wrung out and applied briskly to wipe off fingerprints and other marks from walls, counters, cabinets, stalls, tops of partitions, doors, wall shelves, dispensers and receptacles. Remove water stains using a mild cleanser. Walls shall be kept clean and free of fingerprints, smudges and graffiti. Soap dispensers shall be functional, kept filled, and deposit free. Paper towel holders shall be kept full and free of graffiti (Stainless steel fixtures shall be cleaned and polished). Toilet paper holders shall be kept full and maintained. Wash partitions. b. All mirrors are to be cleaned streak free and wiped thoroughly with a dry cloth. Mirrors shall be fingerprint and smudge free. c. Use synthetic germicidal soap solution on cleaning cloth to wash sinks, rinsing with clear water from the faucets. Use non-abrasive materials at all times. Keep bowl free of soap scum and drains free of hair and soap deposits. Clean and polish fixtures to remove water deposits. Wipe down entire lavatory with germicidal detergent. Clean all fixtures. d. Scrub and disinfect shower walls, doors, partitions, inside and out, and floors, rinsing with clear water. Use non-abrasive materials at all times. Spray disinfect on shower curtains. Keep walls free of soap film and floors free of mold and mildew in tile grout. Keep showerheads operational and mildew free. Clean and polish all fixtures. Floor drains shall be in place and free of debris. Mop floors with germicidal cleaner, scrubbing every third time with a 175 rpm scrubber. e. Flush toilets, pour bowl cleaner/ disinfectant into each toilet bowl and urinal. Scrub with bowl brush and flush again. Wash outside of toilet bowls and urinals and both sides of toilet seats with disinfectant soap solution. Leave toilet seats up. Toilet and urinal bowls, water swirl holes and water holes shall be free of deposits and shall allow proper water circulation. Clean and polish fixtures to remove water deposits. Sanitize and disinfect all fixtures inside and out. Wipe down each entire toilet (including base and both sides of seat) and urinal with germicidal detergent. f. All restroom trashcans including paper towel and sanitary napkin receptacles shall be emptied and sanitized daily, with liners changed, and returned to their proper location. g. Refill all dispensers with liquid soap, hand sanitizer, paper towels, toilet tissue, paper toilet seat covers, sanitary napkins, and air fresheners as required. Dust lockers. h. Sweep floors and mop with a germicidal cleaning solution. Pick-up with a wrung mop. Wet mop all rest room floors. No standing water shall remain after mopping. Clean ceramic tile according to manufacturer‟s recommendations. i. All rest rooms shall have a clean smell after cleaning and disinfecting.

Page 22 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

B. Perform The Following Tasks Weekly (or more often as needed):

1) Wet mop and/or power scrub and machine-buff ceramic, vinyl composition tile (VCT), terrazzo, and quarry tile floors, including adjacent ramps, elevators, stairways and walkways. Clean wood floors with full water mop. 2) Dust office furniture and equipment (horizontal and vertical surfaces with chemically treated cloths). Dust all high and low areas (pictures, clocks, partitions, tops, and etc.) 3) Vacuum upholstery, empty pencil sharpeners, clean door tracks, and flush floor drains. Wash and disinfect all telephones. 4) Remove litter, cigarette butts and other debris near building exterior, sweep sidewalks, steps, and porches outside buildings. Clean building entry-ways and vestibules. 5) Facilities eaves shall be kept free of cobwebs and other debris. Exterior surfaces of buildings shall be maintained in an aesthetic condition, with graffiti removed.

C. Perform The Following Tasks Monthly (or more often as needed):

1) Clean all interior glass and office partition glass on both sides. 2) Wash all fingerprints and other marks around light switches, door handles, door jambs and other hardware. Clean, polish and sanitize light switches, handles and push plates. Clean and polish kick plates and thresholds.

D. Perform The Following Tasks Quarterly (or more often as needed):

1) Wash all window blinds and dust all window shades 2) Strip old wax from all ceramic, vinyl composition tile (VCT), terrazzo, and quarry tile floor areas, including adjacent ramps and stairways, re-wax and machine-buff on a schedule agreeable to Owner. Deep scrub and seal tile surfaces. Polish wood floors. 3) Clean all permanently carpeted heavy traffic areas using hot water extraction. 4) Wash all locker exteriors including tops with soap solution and cleaning cloth, making sure NOT to damage interior contents. 5) Clean baseboards. Clean all exterior decorative trim including frames as directed. 6) Clean inside and outside of refrigerators, microwaves and stoves, scrub burner pans, clean ovens, clean under stove tops where applicable. Clean vent hoods; remove grease buildup and all stains. 7) Restroom floors shall be scrubbed with an auto scrubber or low speed scrubber. Bacteria eating enzymes shall be introduced during this process.

E. Perform The Following Tasks Semi-Annually (or more often as needed):

1) All storage areas including basement shall be vacuum dusted including adjacent ramps, stairways and walkways as directed. 2) Thoroughly wash and polish all exhaust fan units, all interior and exterior louvers, all heating and air conditioning intakes, outlets, vents, and diffusers including surrounding wall and ceiling areas. 3) Wash both sides of all windows not over 12 feet above a work surface. 4) Clean all permanently carpeted areas using hot water extraction.

Page 23 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES F. Perform The Following Tasks Annually (or more often as needed):

1) Clean all lighting diffusers, lenses, and reflectors. 2) Wash all interior walls and steam clean concrete walls. Clean ceilings. 3) Clean or pressure-wash exterior surfaces of buildings two stories or less in height when required to maintain an aesthetic condition. 11. DETAILED SPECIFICATIONS FOR CLEANING OF ALL WATER TREATMENT PLANT, WASTEWATER TREATMENT PLANT AND WEST YARD AREAS NOT INCLUDED IN SECTIONS 10 (i, ii, iii or iv)

A. Contractor shall clean and service the following areas in accordance with the requirements specified in this Section 10: 1) At the wastewater treatment plant, all areas required by section 7.D, except the areas identified under Section 10 (ii) above (Ragland building, administration building, lunch room, lab administration & control building, employee service building, etc.), contractor shall perform daily activities on a seven days per week basis. 2) All areas of each of the five (5) water treatment plants required in Section 7.E, except the areas identified under section 10 (iii) above (plant‟s administration/office building, lunch room, guard houses, etc.), contractor shall perform daily activities on a seven days per week basis. The Water Quality Division Building (old administration building at WWP) shall also be excluded. 3) At the West Yard identified in Section 7.H all areas except the administrative/office building and all restrooms cleaned under Section 10 (iv) above, contractor shall perform daily activities on a five days per week basis. B. Perform the Following Tasks Daily Five Days per Week: (or more often as needed): Perform all tasks required under Sections 9.A above. C. Perform the Following Tasks Weekly (or more often as needed): Perform all tasks required under Section 9.B where tracking has occurred or floors are dirtied by ongoing DWSD operations. D. Perform the Following Tasks Monthly (or more often as needed): Perform all tasks required under Section 9.C above. E. Perform The Following Tasks Quarterly (or more often as needed): 1) Perform all tasks required under Section 9.D above. 2) Pressure-wash interior areas where wash-down is permitted by DWSD, using non-sudsy degreasers and/or detergents. Area shall be thoroughly clean with a non-slip finish when completed. 3) Dust and clean surfaces of piping, mechanical, electrical and other equipment as necessary to provide a clean appearance, using care to avoid areas with moving parts or open electrical conductors. F. Perform The Following Tasks Semi-Annually (or more often as needed): 1) Perform all tasks required under Sections 9.E above. 2) Pressure-wash all parking decks, garages and loading dock areas with non-sudsy degreasers and/or detergents. Area shall be thoroughly clean with a non-slip finish when completed. G. Perform the Following Tasks Annually (or more often as needed): Perform all tasks required under Sections 9.D, 9.E, and 9.F above.

Page 24 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 12. DETAILED SPECIFICATIONS FOR CLEANING OF TREATED WATER PUMPING STATIONS AND WASTEWATER PUMPING STATIONS

A. Contractor shall clean and service the following areas in accordance with the requirements specified in this Section 11: 1) All areas of the Treated Water Pumping Stations identified in Section 7.F, 2) All areas of the Wastewater Pumping Stations identified in Section 7.G, excluding only the interiors of wet wells. B. Perform the Following Tasks Weekly (or more often as needed): Perform all tasks required under Sections 9.A.1, 9.A.2 and 9.A.12 above. C. Perform the Following Tasks Monthly (or more often as needed): Perform all tasks required under Sections 9.A, 9.B.4 and 9.B.5 above. D. Perform The Following Tasks Quarterly (or more often as needed): 1) Perform all tasks required under Sections 9.B and 9.C above. 2) Pressure-wash interior areas where wash-down is permitted by DWSD, using non-sudsy degreasers and/or detergents. Area shall be thoroughly clean with a non-slip finish when completed. 3) Dust and clean surfaces of piping, mechanical, electrical and other equipment as necessary to provide a clean appearance, using care to avoid areas with moving parts or open electrical conductors. E. Perform The Following Tasks Annually (or more often as needed): 1) Perform all tasks required under Sections 9.D, 9.E, and 9.F above.

13. GENERAL CLEANING REQUIREMENTS APPLICABLE TO ALL AREAS

A. Cleaning methods and techniques as well as all standards of service shall have the prior approval of the Contracting Officer and the Facility Manager or his/her designated representative before being instituted B. Clean up all spills. Keep trash picked up. C. Keep waste baskets emptied, reline as needed. All waste from all waste baskets, trash and rubbish containers, ash trays, and other designated rubbish shall be brought by the Contractor to a designated collection area(s) during each cleaning and placed in dumpsters or other receptacles provided by DWSD. All trash baskets, rubbish containers, dumpsters or other receptacles used by the Contractor must be maintained in a manner as to prevent the buildup of offensive odors, vermin and fly infested conditions. The area around the receptacles must be maintained and kept free of litter strewn about the rooms or the grounds. D. Remove Recyclable Paper (as applicable): Pick up all recyclable paper from marked containers centrally located throughout the building and remove to designated containers in the loading dock area. This does not include individual boxes on desks. E. Vacuum/sweep/mop as needed in high traffic areas maintaining cleanliness. F. Spot clean doors, windows, walls, and carpets as needed/where needed. G. Public areas/common areas/restrooms must maintain an orderly level of cleanliness and tidiness. H. Toilets, urinals, fixtures, mirrors, dispensers, hardware, stalls and sinks must be clean, sanitized, and orderly. I. Floor care for maintaining ceramic, vinyl composition tile (VCT), terrazzo, and quarry tile 1) Restore, buff & burnish: Machine or mop-scrub to remove top soils and buff (burnish) with high- speed burnisher to restore shine.

Page 25 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 2) Deep scrub and recoat: Machine-scrub to remove soils and lighten discolored grout. Seal with a penetrating sealer to protect against stains without altering the appearance of the tile. 3) Stripping & Waxing: Complete removal of existing floor finish and reapplication of 4-6 fresh coats of floor finish. 4) Tile and grout cleaning: Machine scrub to remove soils and lighten discolored grout, then seal with a penetrating sealer to protect against stains without altering the appearance of the tile. J. The Contractor‟s personnel shall take all precautions in moving furniture and equipment while preparing for floor cleaning. Equipment used for moving furniture shall not mar or scratch existing floors. Furniture, walls, windows, baseboards, doors, carpets, stairs, etc., shall be covered to protect surfaces from floor stripper, wax, cleaning solutions and equipment damage. Repair of damage shall be at Contractor‟s expense. K. Wood floor care: Dust and spot mop during each cleaning using water only. L. Carpet extraction: Extractor machines with hot water only – no cleaning solutions. Bonnet cleaning is unacceptable. M. Keep janitorial supply and equipment storage areas neat and clean. N. Close and lock all outside doors and any normally locked interior doors upon completion of work. O. Use of a HEPA vacuum, or a vacuum with a 0.3 micron air filtration system, is required when vacuuming. P. When scheduling substantial or disruptive cleaning activities (interior window cleaning, carpet extraction, etc.), give building occupants and DWSD Facility Manager sufficient notice to pick up, clear away and/or remove items in the way. Q. Maintain custodial storage areas neat, clean, and orderly. Supplies shall be stored appropriately. Equipment shall be stored, and maintained in a clean, safe, and functional state of repair. All chemical containers shall be properly labeled in accordance with Federal, State and Local requirements. Comply with all manufacturers‟ instructions. Organize and restock supplies and consumables as necessary. R. Emergency clean up: The Project Manager shall assign, when and where needed, cleanup duties to the contractor when an emergency occurs. Cleaning tasks may include: dusting, vacuuming, mopping, carpets extraction, window washing, or other tasks defined in the Task Definitions herein S. Provide additional on-site janitorial service, on an as needed basis. T. Hazardous Conditions: Conditions that may be questionable or deemed Hazardous (i.e., such as burned out lights, loose railings, ceiling tiles, exposed wiring, broken windows, etc.) must be reported by janitorial staff to contract supervisor verbally followed by written notification to Project Manager or building manager with date of observation.

14. LABOR, EQUIPMENT, TOOLS AND MATERIALS

A. The Contractor shall furnish All necessary labor and supervision; B. All transportation; C. All floor or heavy duty equipment. Contractor shall not utilize DWSD‟s equipment or supplies without prior approval. D. The Contractor shall furnish, operate, and maintain, suitable and adequate equipment necessary to perform all tasks described in each bid item, in a favorable manner. The equipment furnished by the Contractor must be in good repair and shall be properly maintained. The Contractor shall have enough equipment and personnel to complete each cleaning cycle at each site contracted for in a timely manner. The Contractor shall provide all commercial equipment and tools, both powered and unpowered, required to effectively and efficiently perform the services described in these specifications. Such equipment shall include but not be limited to an adequate number of: vehicles needed to service the various DWSD locations, cleaning carts (electric golf type), floor scrubbing and high speed buffing machines, hand carts, wet/dry vacuum cleaners, mopping tanks, vacuum cleaners, brooms, dust mops, mops (wet and dry), ladders, dust pans, pails, scrubbing brushes, scrapers, etc. Also required are: O.S.H.A. approved

Page 26 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES propane powered industrial riding scrubbers (Tennant Model 550 or equivalent), electrical walk-behind industrial scrubbers (Tennant Model 5700 or equivalent), O.S.H.A. approved propane powered riding sweeper (Tennant Model 95 or equivalent), high speed buffers (2500 rpm), 17” buffers, 20” buffers, congested area type sweepers, (Tennant Model 6080 or equivalent), (Castex Model MD1003 or equivalent), litter Vac (Tennant Model ATLV 4300 or equivalent), floor dryers (Castex Model MD1003 or equivalent), electric power washer, gas engine hot water pressure washer (LANDA Model PGDC5- 30221E W/dolly or equivalent), water hoses, vacuum cleaners, window cleaning apparatus such as long- handled and short-handled squeegees, brushes, etc. and carpet extraction machines. If Contracting Officer determines that equipment and tools provided by Contractor are inadequate to effectively and efficiently perform the services, Contractor shall provide additional equipment as necessary at no additional cost to DWSD. E. Ownership of Equipment: The Contractor shall own or lease and maintain at its expense all equipment necessary to perform its duties as provided for under this Agreement, including sufficient radio or cellular equipment for office to field communication. F. All equipment and tools shall conform to the highest industry standards and shall be maintained in a clean and efficient condition. All vehicles shall comply with applicable laws and regulations. All vehicles shall be in good mechanical condition. G. All electric and propane powered equipment shall be checked and inspected daily and shall be properly grounded. When not in use, the Contractor‟s equipment and/or tools shall be returned to the designated storage area(s). Such equipment shall be cleaned and stored in a safe and orderly manner. The Contractor shall keep all janitorial closets in a clean and orderly fashion and free from any unpleasant and offensive odors. H. Contractor must also provide a list of all equipment that includes the following information:

EQUIPMENT Project Function / Model Type Year made Manufacturer Make Purpose Number

I. Under no circumstances shall DWSD be responsible for any theft, vandalism, or damage to the Contractor‟s equipment due to obstacles encountered during the work to be performed under this contract J. DWSD shall provide all necessary consumable supplies to fully and comprehensively supply all specified DWSD facilities, including without limitation all paper towels, toilet tissue, paper toilet seat covers, sanitary napkins, trash receptacle liners, batteries, air fresheners, hand soap, and hand sanitizers, as well as all cleaning supplies, cleaning agents, chemicals, soaps, detergents and oils, polishing materials such as stainless steel and furniture cleaners, clean rags, applicators, mop heads, etc. The Contractor shall consult with DWSD‟s Project Manager to maintain a two (2) month supply of working stock (materials) which may be required in order to perform the services described in these specifications.

15. PERSONNEL REQUIREMENTS

Contract Management Responsibilities

The Contractor will be required to assume responsibility for all contractual activities, whether or not that Contractor performs them. Further, DWSD will consider the Contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the anticipated Contract. If any part of the work is to be subcontracted, the Contract must include a list of Subcontractors, including firm name and address, contact person and a complete description of work to be subcontracted. DWSD reserves the right to approve Subcontractors and to require the Contractor to replace Subcontractors found to be unacceptable. The Contractor is totally responsible for adherence by the Subcontractor to all provisions of the Contract. Any change in Subcontractors must be approved by DWSD, in writing, prior to such change.

Page 27 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES Contractor Personnel Qualifications

All persons assigned by Contractor to the performance of Services under the Contract must be employees of Contractor or its majority-owned (directly or indirectly, at any tier) subsidiaries (or a DWSD approved Subcontractor) and must be fully qualified to perform the work assigned to them. Contractor must include a similar provision in any subcontract entered into with a Subcontractor. For the purposes of the Contract, independent contractors engaged by Contractor solely in a staff augmentation role must be treated by DWSD as if they were employees of Contractor for the Contract only; however, DWSD understands that the relationship between Contractor and Subcontractor is an independent contractor

A. Contractor shall be responsible for all administrative functions and resources related to its personnel, including staff recruitment, interviewing, use of electronic equipment (e.g., computers, telephones, etc).

B. Contractor shall authorize a project-manager to oversee this Contract, and provide contact information (that includes contact-availability 24 hours per day, seven days per week, in case of an emergency or in case DWSD needs to contact Contractor outside of the approved, regular schedule).

C. Contractor must provide name of all staff authorized to be in the building, and include the contact-telephone number(s) of any supervisor(s) for that staff.

D. Contractor shall identify and provide personnel requirements by number and skill as well as contact information for all staff employed in the implementation of DWSD‟s approved project work-plan (including executive staff and management) and shall indicate the specific functions of each assigned individual staff for at least the following positions:  Project Manager  Supervisor(s) or Inspector(s)  Staff providing or implementing service(s)  Subcontractor(s) E. Contractor agrees that the agency‟s Project Manager shall issue final determination and approval of Contractor staff and suitability for assignment to a specific location. [Issues, problems, or denial of a staff appointment will be addressed with the Contractor's Project Manager.] F. Contractor further agrees that:  DWSD reserves the right to approve all personnel for this Contract and to require replacement of any staff determined to be unacceptable at any time during implementation of the project.; and, that  The DWSD Project Manager may require Contractor to immediately remove any of its staff from DWSD premises; and, that  It will assume any and all responsibilities relating to such a removal ; and, further agrees that,  Any Contractor employee so removed may not be employed by another DWSD awarded Contractor.

G. The Contractor shall assign sufficient competent, careful and adequately trained labor for completion of all specified work in a timely manner. Contractor shall provide management, supervision and quality control of its personnel and services. The Contractor shall enforce discipline and good order at all times among its employees and all Subcontractors. All persons engaged by the Contractor shall have requisite training, skills, abilities and experience for the tasks assigned. The Contractor shall furnish labor that can work in harmony with all other elements of labor employed by DWSD and/or other Contractors.

H. All Contractors‟ cleaning personnel shall wear a standard uniform acceptable to the DWSD Contracting Officer, including a DWSD-issued picture I.D. badge for proper and immediate identification. Employees shall wear uniforms consisting of shirts and trousers, coveralls or smocks for men, and dresses, skirts and blouses, slacks or smocks, as appropriate, for women. The uniform shall have the Contractor‟s name easily identifiable, affixed thereon in a permanent or semi-permanent manner such as a badge or monogram. Color or color combination, as appropriate, as approved by the Owner, may be used for the

Page 28 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES uniforms. Employees shall be required to dress neatly commensurate with the tasks being performed, whether indoor or outdoor, day or evening, and as related to the season of the year. All personnel shall maintain a clean and neat appearance. The preceding uniforms and identification details shall be subject to review and approval of the DWSD Contracting Officer or his/her designated representative.

I. Equipment operators must be properly trained before being assigned to operate equipment. The City may require the operator to demonstrate proficiency, which is satisfactory to the Facility Manager or his/her designated representative. The Contractor shall have sufficient personnel trained to operate their equipment.

16. SUPERVISION

Contractor shall provide all supervision as may be necessary to oversee its personnel:

A. The Contractor‟s site supervisor or superintendent shall be a qualified and trained person whom, on a full time basis and is designated in writing, as the Contractor‟s representative at the rest area site. Any person who functions as an attendant is not considered a supervisor.

B. Contractor shall exercise all supervisory control and general control over all day-to-day operations of his/her employees, including control over all workers duties. At the conclusion of each service, the Contractor shall inspect the facility for completion and performance quality of the required services. The Contractor shall also be responsible for payment of all wages to employees, taxes and fringe benefits, sick leave, pension benefits, vacations, medical benefits, life insurance, or unemployment compensation or the like. The Contractor shall discipline his/her employees, as needed including firing and hiring.

Contractor must maintain a secure environment while servicing the facility. The Contractor shall comply with all security regulations and special working conditions as required by the agency:

 No one is allowed into the facility other than those individuals responsible for performing services.  Failure to maintain a secure environment will result in issuance of a complaint and possible cancellation of the Contract.

The agency Project Manager may require the Contractor to immediately remove any employee(s) from the agency's premises for just cause. The Contractor will assume any and all responsibilities relating to this removal. Any employee so removed may not be employed by another DWSD awarded Contractor.

DWSD‟s Project Manager shall make final determination of a Contractor‟s employee‟s suitability for assignment to a specific location. Problems of this nature will be addressed with the Contractor's management.

17. EMPLOYEE CONDUCT:

A. Contractor hereby AGREES that its employees, subcontractor personnel, and all other individuals Contractor permits on DWSD property, for purposes of implementing this Agreement, shall be subject to the rules and guidelines established by the Detroit Water and Sewerage‟s Human Resources Division, as well as subject to the respective departmental policies and procedures relating to the location site.

B. Further, Contractor AGREES that its employees, subcontractor personnel, and all other individuals Contractor permits on DWSD property, for purposes of implementing this Agreement, shall:

1) Wear a badge in plain view indicating the employee's name and company name in letters not less than 1/4 inch in height.

2) Wear clean and neat clothing or uniforms, supplied by the Contractor, at all times while working.

3) Report immediately and turnover all lost and found articles recovered to the Project Manager.

Page 29 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 4) Not bring or meet personal visitors (i.e., children, relatives, etc.) at the location-site.

5) Not consume food or beverages in public view while on duty.

6) Not consume alcoholic beverages nor use narcotics while on duty nor be under the influence when reporting for duty.

7) Not receive or initiate personal telephone calls from DWSD owned or operated telephones or other communication equipment.

8) Not play radios or other sound equipment without the Project Manager‟s approval.

9) Not fraternize with agency staff, clients, tenants, or visitors to the building nor unnecessarily disrupt tenants from their work while performing their contractual duties.

10) Secure facility (i.e., turn-off lights, etc.), as applicable and required, after cleaning is completed in an assigned area.

DWSD reserves the right to require the removal of personnel found, in the judgment of DWSD, to be unacceptable. DWSD‟s request must be written with reasonable detail outlining the reasons for the removal request. Additionally, DWSD‟s request must be based on legitimate, good-faith reasons. Replacement personnel for the removed person must be fully qualified for the position. If DWSD exercises this right, and the Contractor cannot immediately replace the removed personnel, DWSD agrees to an equitable adjustment in schedule or other terms that may be affected by DWSD‟s required removal. If any incident with removed personnel results in delay not reasonably anticipatable under the circumstances and which is attributable to DWSD, the applicable SLAs (Service Level Agreements) for the affected Service will not be counted for a time as agreed to by the parties.

18. DWSD STAFF ROLES AND RESPONSIBILITIES

After DWSD‟s Purchasing Division receives the properly executed Contract, it is anticipated that the Procurement Manager in consultation with the respective representative Agency, will direct the person(s) named below, or any other person s designated, to monitor and coordinate the activities for the Contract on a day-to-day basis during its term. However, monitoring of this Contract implies no authority to change, modify, clarify, amend, or otherwise alter the prices, terms, conditions and specifications of the Contract as that authority is retained by DMB Purchasing Operations.

DWSD shall assign a Project Manager or agency / departmental designee for each location, who:

A. Shall provide the Contractor, prior to the term of the contract, the general and specific orders detailing janitorial services at each contracted location, including approval of the Final Work Plan (per Location).

B. Give additional written or oral instructions to clarify the desired performance as is determined by DWSD to be needed.

C. Provide necessary, registered and returnable keys, or other needed security information, for the Contractor's entrance to areas of the buildings necessary for the completion of described work after award of contract.

D. Assure that an area is furnished, when necessary, for storage of the Contractor's equipment and supplies; however, Contractor must be held solely responsible for all items stored or secured on DWSD‟s premises.

E. DWSD Agency / Departmental Project Manager(s) / Facility Site Manager(s):

The Project Manager is the day-to-day Facility / Site-Manager, and is identified on the Location Specification(s) now incorporated with this contract by reference.

Page 30 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

1. This role includes:

a. Contract compliance inspection, and monitoring; b. Verifying service and work product delivery; c. Validation of contractor invoices prior to final DWSD approval and payment; and, d. Contractor performance evaluation.

19. CONTRACT COORDINATION

A. Before commencement of work by a new contractor, DWSD‟s Project Manager will: 1. Schedule a meeting with the Contractor to walk-through the facility to identify where closets are located, water sources, alarms, and any other information or specifics related to the building or location that is needed to implement the services described in this Agreement; 2. Exchange emergency telephone numbers where the Contractor can be reached day or night and where you can be reached; 3. Review and approve a list of cleaning supplies and Material Safety Data Sheets (MSDS) the Contractor will need; 4. Inspect and verify Contractor‟s Equipment is in good operating condition; Note that: . Equipment with worn or damaged electrical cords is unacceptable; . Household grade equipment is unacceptable; . A motor driven, commercial grade vacuum with HEPA filtered exhaust, or other equipment that meets these standards, is exclusively required for use in all carpeted areas where water and/or snow does not present a problem at State facilities. 5. Issue written approval of a final schedule for delivery of all basic services and for delivery of all periodic services to be provided (including window cleaning services), per the Location Specifications; 6. Establish a schedule for routine or schedule face-to-face meetings on site (especially within first 6 months);

7. Provide keys to the building and any security clearances or other information to the Contractor as may be required for its staff to begin delivering services.

8. Initiate and complete any required background checks on Contractor-staff, including liens or criminal history checks, pursuant to respective DWSD Departmental Policies;

9. Schedule dates and times with DWSD‟s Security Division for Contractor‟s employees to take ID pictures. The will be coordinated with the DWSD Project Manager.

10. Issue written approval of Contractor‟s Final Work Plan.

Once contractor begins providing service, DWSD Project Manager:

1. Shall provide written correspondence to the Contractor after each meeting, verifying any actions agreed to, informing Contractor of any deficiencies and allowing the opportunity to correct such deficiencies. (However, if deficiencies continue, a formal complaint to vendor or vendor performance report will be filed.)

2. Inform contractor where to forward invoices for immediate processing and payment.

3. Be available to answer questions from the Contractor.

Page 31 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES B. Site Visitation: The Contractor‟s management personnel shall visit each site prior to initial service and at least quarterly thereafter and shall make contact with the appropriate representative to determine access codes to gates, keys to locks, areas to be serviced, equipment and areas to be avoided etc., to obtain DWSD feedback on Contractor performance, and to discuss and resolve any concerns or issues. Any problems or concerns regarding access issues shall be brought to the attention of DWSD‟s Project Manager. C. For each location, a project work plan for managing implementation of the services shall be specified and submitted to the Project Manager for review and approval. Contractor‟s Work Plan, which must be approved prior to commencement of work, must include the following:

i. Equipment List - indicating description, age, manufacturer, model and serial number of each piece. Equipment must meet or exceed all requirements defined under "Equipment Requirements" in this document. All equipment must be in the Contractor‟s possession, available for use and fully operational, prior to Contract award. ii. Schedule of Operations - personnel expected to complete work on the Contract. iii. Name(s) of supervisors – 24-hour contact telephone numbers and best contact times. iv. Equipment failure WILL NOT constitute an acceptable reason for failure to provide service. Adjustments to providing this service, including any weather-related deviations, must be approved by the Project Manager or designated representative. v. Proof of Insurance as defined in the Standard Terms and Conditions attached to this document must be provided to Purchasing Operations prior to Contract award. vi. Any misrepresentation by the Contractor of its ability to perform the work described in this RFP will be grounds for immediate termination. In such case, the Contract will be awarded to the next lowest bidder who can demonstrate the ability to perform the work. D. Contractor will carry out this project under the direction and control of the specified Project Manager for the respective locations where services are to be performed E. Liaison with DWSD: Contractor shall visit DWSD offices at such times as the DWSD Project Manager shall designate for the purpose of discussing any matters relating to, or complaints which may be involved with the performance of the Agreement. The Contractor shall report back as directed on any action taken with reference to subject matter so discussed. F. The Contractor shall be provided with a list of DWSD facility managers responsible for each site, as well as alternate contacts authorized to approve cleaning activities. The DWSD Contracting Officer will provide this list. G. Inspect and verify Contractor‟s Equipment is in good operating condition; Note that:  Equipment with worn or damaged electrical cords is unacceptable;  Household grade equipment is unacceptable;  A motor driven, commercial grade vacuum with HEPA filtered exhaust, or other equipment that meets these standards, is exclusively required for use in all carpeted areas where water and/or snow does not present a problem at State facilities H. Contractor shall so conduct its operation as to offer the greatest support and least possible obstruction and inconvenience to DWSD operations. All work shall be performed as quietly and unobtrusively as possible and to the extent feasible performed at times that will have the least adverse impact on DWSD. Many DWSD operations are performed on a continuous around the clock basis. Contractor shall schedule its cleaning and other services on shifts that provide the greatest support for DWSD and least adverse impact on DWSD operations while maintaining the cleanliness of DWSD facilities. Unless otherwise approved by DWSD‟s Contracting Officer, cleaning of administrative and office areas shall be scheduled to begin after 4 p.m. and conclude before 7 a.m. Contractor‟s staffing patterns are not to be reduced without prior specific written approval by the Facility Manager. At the beginning of each year of the Contract, Contractor shall provide DWSD with a one-year look-ahead schedule showing when each weekly, monthly, quarterly, semi-annual and annual task is to be performed at each facility.

Page 32 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES I. Firm Fixed Price Economic Price Adjustment. DWSD‟s Purchasing Divisions reserves the right to consider various pertinent information sources to evaluate price increase requests (such as the CPI and PPI, US City Average, as published by the US Department of Labor, Bureau of Labor Statistics). The Purchasing Division also reserves the right to consider other information related to special economic and/or industry circumstances, when evaluating a price change request. Requests for price changes shall be RECEIVED IN WRITING AT LEAST THIRTY (30) DAYS PRIOR TO THEIR EFFECTIVE DATE, and are subject to written acceptance before becoming effective. In the event new prices are not acceptable, the CONTRACT may be cancelled. The Contractor remains responsible for performing according to the Contract terms at the Contract price for all orders received before price revisions are approved or before the Contract is cancelled.

J. Adjustments For Reductions In Scope Of Services/Deliverables

If the scope of the Services/Deliverables under any Statement of Work issued under the Contract is subsequently reduced by DWSD, the parties shall negotiate an equitable reduction in Contractor‟s charges under such Statement of Work commensurate with the reduction in scope

K. Taxes

a) Employment Taxes: Contractors are expected to collect and pay all applicable federal, state, and local employment taxes.

Tax Excluded from Price

a) Sales Tax: For purchases made directly by DWSD, DWSD is exempt from State and Local Sales Tax. Prices must not include the taxes. Exemption Certificates for State Sales Tax will be furnished upon request.

b) Federal Excise Tax: DWSD may be exempt from Federal Excise Tax, or the taxes may be reimbursable, if articles purchased under any resulting Contract are used for DWSD‟s exclusive use. Certificates showing exclusive use for the purposes of substantiating a tax-free or tax- reimbursable sale will be sent upon request. If a sale is tax exempt or tax reimbursable under the Internal Revenue Code, prices must not include the Federal Excise Tax.

L. Method of Payment: The completed work will be paid monthly at the contract unit prices, which shall be payment in full for all labor, equipment, supplies, consumables, and materials required to complete the work described herein to the satisfaction of the respective DWSD facility managers. Payment under a unit price item shall be made only if all work scheduled for the month has been satisfactorily completed, including without limitation all daily, weekly, quarterly, semi-annual or annual work previously scheduled to be performed during that month. The Contractor shall furnish a monthly invoice in duplicate, for services rendered for each application period. The billing shall reference the appropriate purchase contract number and reflect the Contract unit prices.

When invoicing, the Contractor shall provide a progress report listing the services rendered at each location by date, as well as a quality inspection report listing by date and location all quality inspections performed by Contractor‟s supervisory personnel, all identified deviations from specified requirements, together with the corrective action required and the date the correction was completed. Invoices are to be submitted listing only the exact services performed and the Contractor must contact the DWSD manager of each facility or designate for verification of services or payment may not be authorized.

Bidders are encouraged to offer quick payment terms (i.e. _____% discount off invoice if paid within _____ days). This information can be noted on the Bidders price proposal (see Appendix C) and/or a separated attachment. This will be a factor considered in our award decision.

Contractor‟s out-of-pocket expenses are not separately reimbursable by DWSD unless, on a case-by- case basis for unusual expenses.

Page 33 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES M. Time and Progress: It is understood and agreed that “time is of the essence,” in respect to the work contemplated herein, and the Contractor agrees to do the work covered by the contract in conformity with the provisions set forth herein and to prosecute all work with all due diligence as to complete any work required under the contract within the shortest reasonable period of time. The Contractor shall provide all necessary equipment and personnel for the proper and timely performance of contracted services. N. Although Contractor is responsible to perform quality control of all of its services, DWSD reserves the right to inspect Contractor‟s work to determine whether Contractor has performed all specified services in a timely and satisfactory manner. All non-compliance issues must be corrected within 24 hours. At any time, Contractor shall furnish DWSD with full access to inspect its work and equipment for compliance with the requirements of this Agreement.

20. TIME OF PERFORMANCE A. Contractor must use commercially reasonable efforts to provide the resources necessary to complete all Services and Deliverables according to the time schedules contained in DWSD Scope of Work and other exhibits governing the work, and with professional quality.

B. Contractor must notify DWSD in a timely manner upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion of any Deliverables/Services as scheduled.

C. If the Contractor believes that a delay in performance by DWSD has caused or will cause the Contractor to be unable to perform its obligations according to specified Contract time periods, the Contractor must notify DWSD in a timely manner and must use commercially reasonable efforts to perform its obligations according to the Contract time periods notwithstanding DWSD‟s failure. Contractor will not be in default for a delay in performance to the extent the delay is caused by DWSD.

21. ANNUAL SERVICE REVIEW AND PROGRESS MEETING

A. The Project Manager may request an annual performance review of the services provided each year under the specifications, terms, and conditions of the Contract. The audit will be a joint activity of the Contracting Agency and Purchasing Division.

B. An unsatisfactory annual review may result in cancellation of the Contract under the terms of the Cancellation Clause in the Contract. Further, should the Contract be cancelled for cause, the Contractor so cancelled will not be allowed to participate in request(s) for continuation of this service.

C. The annual performance review will consist of an evaluation of the total service quality, including responsiveness, timeliness of required reporting, and any other specifics as required under the terms of the Contract. The results of the audit along with Contract recommendations will be published by Purchasing Divisions and distributed to the respective Agency(s).

D. Should the Contractor desire, a meeting will be arranged between all concerned parties within 10 calendar days of the date the Contractor received, or could have reasonably been expected to receive, his/her copy of the audit. This meeting will provide an opportunity for the Contractor to present his/her reactions to audit recommendations.

Page 34 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES CRITERIA

The following criteria will be used by DWSD to determine Acceptance of the Services or Deliverables provided under this SOW:

1. The Project Manager will conduct inspections for all specifications identified in the Contract and will provide performance evaluations to the Contractor noting any deficiencies. The Project Manager (or his/her appointed representative) shall make the final determination as to whether any task has been satisfactorily performed.

2. The Project Manager will also maintain a record comprised of complaints from agency or departmental staff and provide record of this to the Contractor; this record will identify the areas requiring special attention on that day, which must to be completed by Contractor within eight hours of its receipt. 3. Contractor must remain responsible to make any necessary changes if the Project Manager determines that any task has not been performed adequately or satisfactorily. Contractor must correct the deficiency within 24 hours from notice of the deficiency, or sooner depending on the severity of the task.

4. Should the Contractor fail to correct specification deficiencies, a Complaint to Vendor (Vender Performance form) will be filed by the Project Manager. Repeated failure to correct specification deficiencies resulting in issuance of subsequent Complaint to Vendor (Vendor Performance form) may result in cancellation of the Contract.

CRITERIA FOR VENDOR PERFORMANCE

1. Frequency of tasks (i.e., Daily, Weekly, Monthly, etc.); and, 2. Completion of the tasks as identified on the Location Specifications, that will include:  Staffing;  Intermittent inspections  Complaints received; and,  Agency Inspection Report

22. EXCUSABLE FAILURE

Neither party will be liable for any default, damage or delay in the performance of its obligations under the Contract to the extent the default, damage or delay is caused by government regulations or requirements (executive, legislative, judicial, military or otherwise), power failure, electrical surges or current fluctuations, lightning, earthquake, war, water or other forces of nature or acts of God, delays or failures of transportation, equipment shortages, suppliers‟ failures, or acts or omissions of common carriers, fire; riots, civil disorders; strikes or other labor disputes, embargoes; injunctions (provided the injunction was not issued as a result of any fault or negligence of the party seeking to have its default or delay excused); or any other cause beyond the reasonable control of a party; provided the non-performing party and its Subcontractors are without fault in causing the default or delay, and the default or delay could not have been prevented by reasonable precautions and cannot reasonably be circumvented by the non-performing party through the use of alternate sources, workaround plans or other means, including disaster recovery plans.

If a party does not perform its contractual obligations for any of the reasons listed above, the non-performing party will be excused from any further performance of its affected obligation(s) for as long as the circumstances prevail. But the party must use commercially reasonable efforts to recommence performance whenever and to whatever extent possible without delay. A party must promptly notify the other party in writing immediately after the excusable failure occurs, and also when it abates or ends.

Page 35 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES If any of the above-enumerated circumstances substantially prevent, hinder, or delay the Contractor‟s performance of the Services/provision of Deliverables for more than 10 Business Days, and DWSD determines that performance is not likely to be resumed within a period of time that is satisfactory to DWSD in its reasonable discretion, then at DWSD‟s option: (a) DWSD may procure the affected Services/Deliverables from an alternate source, and DWSD is not be liable for payment for the unperformed Services/ Deliverables not provided under the Contract for so long as the delay in performance continues; (b) DWSD may terminate any portion of the Contract so affected and the charges payable will be equitably adjusted to reflect those Services/Deliverables terminated; or (c) DWSD may terminate the affected Statement of Work without liability to Contractor as of a date specified by DWSD in a written notice of termination to the Contractor, except to the extent that DWSD must pay for Services/Deliverables provided through the date of termination.

The Contractor will not have the right to any additional payments from DWSD as a result of any Excusable Failure occurrence or to payments for Services not rendered/Deliverables not provided as a result of the Excusable Failure condition. Defaults or delays in performance by Contractor which are caused by acts or omissions of its Subcontractors will not relieve Contractor of its obligations under the Contract except to the extent that a Subcontractor is itself subject to an Excusable Failure condition described above and Contractor cannot reasonably circumvent the effect of the Subcontractor‟s default or delay in performance through the use of alternate sources, workaround plans or other means.

23. ISSUING OFFICE

The Contract is issued by DWSD Administration, Purchasing Division and Budget, and collectively, including all other relevant Detroit Water and Sewerage Departments and agencies. The DWSD Purchasing Division is the sole point of contact in the Water and Sewerage Department with regard to all procurement and contractual matters relating to the Contract. DWSD Purchasing Division is the only office authorized to change, modify, amend, alter or clarify the prices, specifications, terms and conditions of this Contract. The Contractor Administrator within the Purchasing Division for this Contract is:

LaShone Bedford City of Detroit Water and Sewerage Department – Procurement Division Wastewater Treatment Plant 9300 W. Jefferson Avenue, Suite 213 Detroit, MI 48209 [email protected] or (313) 297-6530

24. EVALUATION PROCEDURE

Following the receipt of the vendor(s)‟s proposals, a City of Detroit Water and Sewerage designated Evaluation Committee member will evaluate each response. All proposals, which meet the required format of this RFP, will be evaluated. Any proposal determined to be non-responsive to the specifications or other requirements of the RFP, including instructions governing submission and format, will be disqualified unless the City determines, in its sole discretion, that non-compliance is not substantial or that an alternative proposed by the vendor is acceptable. The City may also, at its discretion, make site visits at vendor‟s facility and may request a demonstration of vendor‟s system and /or products.

After evaluating the proposals, oral presentations may be scheduled 60-days thereafter. A final determination will be made after the oral presentations are complete. The City of Detroit will utilize and compare the responses to this Request for Proposal to available cooperative purchasing agreements.

Page 36 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

25. EVALUATION CRITERIA

In evaluating competing cost proposals, Price Equalization Credits will be used to reduce the relative costs of the price components, for scoring purposes, in accordance with the percentages outlined in the table below.

A Bidder may not claim to be both a Detroit Based Business (DBB) and a Customer Based Business (CBB). All bidders must include in their Non-Economic Proposals, completed Local Economic Development Summaries using the Questionnaire and Equalization Eligibility Forms provided with this package. Bidders claiming DBB or CBB participation must complete and submit the Detroit Based Business Affidavit or the Customer Based Business Questionnaire.

Evaluation of qualifications received will be based on the following criteria:

PHASE ONE CRITERIA - NON-ECONOMIC DEVELOPMENT

Qualifications/Experience ...... 30 points

Vendor‟s experience in providing commercial janitorial services which are the same or similar in scope; demonstrating a minimum of two years experience in providing commercial janitorial services; having adequate financial resources, personnel and equipment to satisfactorily perform the work to completion

(Past performance will be a factor.)

Ability to hire displaced workers ...... 10 points

Commercial Janitorial Cost Proposal ...... 35 points

Hiring Personnel Proposal ...... 5 points

References ...... 10 points

Maximum points for Phase One Criteria shall not to exceed eighty (90) points.

PHASE TWO CRITERIA – DWSD EQUALIZATION Detroit Based business ...... 4 points

Detroit Resident business ...... 4 points

Customer Based business ...... 2 points

Maximum points for phase two shall not to exceed (10) points.

Please note: Bidders cannot claim both Detroit Based Business and Customer Based Business

NOTE: In order to receive points specified in phase two, vendor must furnish proof of certification with their sealed proposal. Failure to provide proof of certification will result in not receiving any points allocated for phase two. Phase One points are determined by the RFP evaluation committee. Phase Two points are determined by the Purchasing Division.

Page 37 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

26. REQUIRED SUBMITTAL INFORMATION

Proposals received must include all required documents as specified/attached in the RFP. Vendors shall provide pricing for “Janitorial Services” utilizing the Bid Form provided. Vendors shall also provide costs for providing requested services on a document specifying in detail the cost breakdown of services. The detail cost breakdown is a requirement and must be included with your sealed proposal. Vendors shall also include with their sealed proposal a detailed description of the solution proposed to meet the needs of the City pursuant to the scope of work specified in the RFP. The City desires to receive proposals which present cost effective solutions whereby cost savings may be achieved over the life of the entire contract.

27. SUBMITTAL INSTRUCTIONS

One original and six (6) copies of your sealed proposal must be received by the City of Detroit‟s Water and Sewerage Department - Purchasing Division. Vendor must also provide a soft copy of your proposal on CD or flash drive. The “Janitorial Services Pricing Form” must also be provided (as a separate document) in the format provided on a flash drive. Sealed qualifications must be received no later than 4:00 p.m., local time, on September 26, 2014. Each vendor is responsible for ensuring that its proposal is received by the Water and Sewerage Department on a timely basis. Please note that due to increased security measures at the Wastewater Treatment Plant, vendors should allow ample time to pass through security check points and submit sealed proposals in a timely manner. A list of items prohibited in the building is attached for your review. The Water and Sewerage Department shall not extend the due date for proposals on the basis that the U. S. Postal Service or another mail courier has lost or failed to deliver a proposal. The Water and Sewerage Department is not responsible for proposals delivered to the wrong location. Faxed proposals will not be accepted. Proposals received late will be returned unopened. The outside of the sealed proposal submitted shall be clearly marked as follows:  File No. and Title of Proposal  Company Name and Address  Due Date of Proposal The Water and Sewerage Department will not be responsible for unmarked or improperly marked proposals or proposals delivered to the wrong location. Please mark original as such for ease of identification. The proposal shall be submitted to the following address:

LaShone Bedford, Purchasing Agent City of Detroit Water and Sewerage Department - Procurement Division Wastewater Treatment Plant 9300 W. Jefferson Avenue, Suite 213 Detroit, Ml 48209

Firms shall not distribute their proposals to any other Water and Sewerage Department office or Water and Sewerage Department employee. Proposals received become the property of the Water and Sewerage Department. The Water and Sewerage Department is not responsible for any costs associated with preparation or submission of proposals. All proposals submitted by 4:00 PM local time, September 26, 2014 will be publicly recorded at 11:00 AM on September 30, 2014 in the Procurement Division, Wastewater Treatment Plant, 9300 W. Jefferson Avenue, Suite 213, Detroit, MI 48209. This will be the vendor‟s opportunity to be informed as to what firm submitted responses to the RFP. Responses received will not be available for review. Proposals received will be subject to disclosure under applicable Freedom of Information Act. An officer of the company authorized to bind the company to a contractual obligation with the Water and Sewerage Department must sign the proposals. The contact person regarding the proposal should also be specified by name, title, and phone number. All firms submitting a proposal in response to the RFP will be notified in writing as to the Water and Sewerage Department‟s recommendation for award.

Page 38 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

FAXED QUALIFICATIONS WILL NOT BE ACCEPTED. The Water and Sewerage Department will not be responsible for unmarked or improperly marked qualifications or for qualifications delivered to the wrong location.

Firms responding to the RFP shall provide written notice in the response of the intent to take exception to any requirement in the RFP. Should you be in doubt as to the true meaning of any portion of this RFP, or should you find any patent ambiguity, inconsistency, or omission therein, please make a written request for an official interpretation or correction as per the instructions of this RFP. The Water and Sewerage Department may make changes to the requirements of this RFP as it deems necessary. Such changes, if made, will be in writing, by the Water and Sewerage Department and will be sent to each vendor who is on record as having requested a copy of the RFP from the Water and Sewerage Department. If changes are made, the Water and Sewerage Department, at its discretion may extend the time allowed for submission of qualifications. No changes will be made after the qualification due date.

The Water and Sewerage Department reserves the right to reject in whole or in part any and all qualifications received.

28. QUESTION DEADLINE

All questions regarding the RFP shall be submitted in writing via mail or fax no later than September 5, 2014 to the attention of:

LaShone Bedford, Purchasing Agent City of Detroit Water and Sewerage Department Procurement Division E-mail: [email protected] Fax: (313) 297-6810 or (313) 297-6812

NO TELEPHONE CALLS WILL BE ACCEPTED. ALL INQUIRIES MUST BE IN WRITING Vendors shall provide written notice in the Proposal of intent to take exception to any requirements of the Request for Proposals. Such exceptions may reflect negatively on the evaluation of the Proposal. The Water and Sewerage Department does not guarantee a response to questions not submitted after the question deadline.

29. MANDATORY WALK-THRUS

Mandatory walk-thru(s) and conferences will be held for all locations requiring janitorial services. Please note the following information prior to the walk-thru/conferences (Refer to Appendix D for the Walk-thru Schedule):

1. Please dress appropriately. Due to the varying environmental factors at each plant, boots must been worn. Gym shoes, heels, sandals, etc. are considered inappropriate attire. Company representatives dressed inappropriately will not be allowed to participate. 2. Hard hats must be worn. Please bring a hard hat with you. If you do not possess one, DWSD will provide one to you.

PROPOSALS RECEIVED FROM VENDORS WHO DO NOT ATTEND THE PRE-PROPOSAL CONFERENCE WILL BE REJECTED.

Page 39 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

30. PREPARATION OF PROPOSAL

The proposal shall be in the format and with attachments and completed forms as specified in these instructions. Each proposal shall show the full legal name and businesses address of the prospective vendor, including street address if different from mailing address, and shall be signed and dated by the person or persons authorized to bind the prospective vendor. Proposals by a partnership or joint venture shall list the full names and addresses of all parties to the joint venture. DWSD of incorporation shall be shown for each corporation that is a party to the proposed joint venture.

Vendor shall provide written notice in its proposal of intent to take exception to any requirement of the RFP. Should a vendor be in doubt as to the true meaning of any portion of this RFP or find any patent ambiguity, inconsistency, or omission herein, the vendor must make a written request for an official interpretation or correction in accordance with the instructions for submitting questions as specified in this Request for proposal.

Vendors are advised that no oral interpretation, information or instruction by an officer or employee of the Water and Sewerage Department shall be binding upon the Water and Sewerage Department.

31. REQUIRED CONTENTS/FORMAT

Letter of Transmittal:

The prospective vendor‟s proposal shall include a letter of transmittal signed by an individual or individuals authorized to bind the prospective vendor contractually. The letter must state that the proposal will remain firm for a period of one hundred twenty (120) days from its due date and thereafter until the prospective vendor withdraws it, or a contract is executed, or the procurement is terminated by the Water and Sewerage Department, whichever occurs first.

32. PROPOSAL CONTENT REQUIREMENTS

All information pertaining to the prospective vendor‟s approach in meeting the requirements of the RFP shall be organized and presented in the prospective vendor‟s proposal. The instructions contained in this RFP must be strictly followed.

Accuracy and completeness are essential. Omissions and ambiguous or equivocal statements will be viewed unfavorably and may be considered in the evaluation. Since all or a portion of the successful proposal may be incorporated into any ensuing contract, all prospective vendors are further cautioned not to make any claims or statements that cannot be subsequently included in a legally binding agreement.

Note: If additional content is required, it should be inserted within section 8, “Other”

To be considered responsive, each proposal must, at a minimum, present and/or respond to the following RFP sections in their entirety. All pages of the submission must be numbered, excluding exhibits, drawings and other supplemental information which may be added as Attachments.

1. Table of Contents a. A table of contents must be provided with all RFP Submissions. 2. Signature Page (Form Attached)

3. Statement of Submission In your Statement of Submission, please include, at a minimum, the following information and/or documentation: a. A statement to the effect that your proposal is in response to this RFP; b. A brief description of your firm, including the Federal Employer Identification Number, the age of the firm‟s business and the average number of employees during each of the last three (3) years;

Page 40 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES c. The location of the firm‟s principal place of business and, if different, the location of the place of performance of the contract; d. A commitment to perform the requested work in accordance with the requirements outlined in this RFP; and e. The name and contact information of the firm‟s partner and or manager(s) that will be in charge of this project.

4. Scope of Work a. Proposals must respond to all sections outlined in Scope of Work section.

5. Pricing Proposal a. Proposals must provide a Pricing Proposal and cost all activities as indicated.

6. Respondent Performance History

a. Identify in detail at least three (3) similar projects by name, subject matter, location, services provided and the length of time services were provided on each. Include a reference name, contact information, description of specific services provided and dates during which the services were provided; using the attached reference form. b. Identify vendor‟s key personnel working on the projects as identified above; c. Identify any projects in which the vendor‟s contract was terminated for any reason; d. Identify any claims or lawsuits that have been brought against your organization as a result of any services provided within the last five (5) years; and e. Provide an organizational chart indicating the key personnel who will provide services resulting from this RFP. Also provide a resume for each of the key personnel. 7. Respondent Financial and Operational Stability a. DWSD is obligated to ensure that the financial strength of each bidder is adequate to carry out the services proposed. During the course of the proposal evaluations, DWSD may ask any bidder to provide proof of financial capability. Such proof must be provided to the Department within 48 hours of the bidder‟s receipt of DWSD‟s request. The submitted material will be reviewed by DWSD and returned to the proposer. Acceptable proof of financial capability includes, but is not limited to, a current Dun and Bradstreet “Business Information Report” with financial rating or Income Statements for the previous three (3) fiscal years, audited by a Certified Public Accountant. Evidence of any licenses or registrations required to provide the services under this contract.

b. Evidence of any licenses or registrations required to provide the services under this contract.

8. Other

a. Quality Plan

The Vendor should provide documented proof that they can consistently provide reliable services that exceed or meet the established performance guidelines. The plan should include their plans for receipt, inspection, storage, and inventory control. Creative and new methods to enable cost reduction, cycle time reduction or improvements and improved customer satisfaction should be included.

Quality is the foundation of everything. It is to be considered as a critical attribute for recognition and a major commitment to achieving a flawless execution of their business.

Page 41 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

33. REQUIRED COST PROPOSAL

Vendors are requested to make a firm cost proposal to the Water and Sewerage Department. If a contract is entered into as a result of this RFP, it will be a contract for fees as related to providing all requested services, with a price not to exceed the total price quoted in the proposal. The Water and Sewerage Department reserves the right to select proposals from the most responsible vendors with the most reasonable costs. The Water and Sewerage Department reserves the right to select one or more firms to perform all or separate parts of this function.

Indicate the fees you will charge to perform the services. Attach a schedule of fees or hourly rates broken out for each type of staff member that will work on the project (i.e., Project Manager, Supervisor, Accounts Payable, etc.).

34. PRICE NEGOTIATIONS

DWSD may enter into negotiations with Bidders on price or technical clarifications. No modification to the RFP technical requirements or specifications will be allowed unless initiated by DWSD. If technical requirement or specification changes are required, which cannot be resolved via technical clarification, the BAFO (Best and Final offer) process as described below may be used.

Best and Final Offer (BAFO)

If the selection process described in the RFP does not lead to a viable award recommendation, or significant deficiencies are identified, the Buyer and/or the Evaluation Committee, at their discretion, may prepare a Clarification Request for each proposal determined to be in the competitive range. Bidders will be allowed to respond in writing to the Clarification Request with a Best and Final Offer (BAFO). The BAFO may include any changes to the original proposal to address the listed deficiencies, including alterations to the original cost proposal to address correction of the deficiencies. The BAFO‟s must be submitted by the deadline established by Purchasing Operations.

After reviewing the Best and Final Offers, the Buyer and/or the Evaluation Committee will re-evaluate the proposals using the original evaluation method. If an alteration to the originally published evaluation criteria is to be made, the changes in the criteria will be published to all Bidders as part of the issuance of the Clarification Request.

Bidders are cautioned to propose the best possible offer at the outset of the process, as there is no guarantee that any Bidder will be allowed an opportunity to submit a Best and Final Offer.

35. TECHNICAL APPROACH Present a brief description of procedures to be followed, presented in a form which will best assist the Water and Sewerage Department is evaluating your firm‟s ability to identify, evaluate and communicate while providing the requested services, e.g. fees.

36. CLEARANCES The successful vendor will be required to obtain approved clearances from the Income Tax and Revenue Collections Division, as well as, complete and notarize the Human Rights Affidavit prior to Board of Water Commissioners approval of the Commercial Janitorial Cleaning Services Contract that may result from this RFP. Clearance forms for these agencies have been attached to this RFP. Please fill them out completely and return them to the respective agencies by mail, fax, or dropping them off to the individual offices. It is the vendor’s responsibility to obtain clearances. Approved clearances are not required to submit a response to the RFP but will be required of the successful vendor prior to Water and Sewerage Department‟s Board of Water Commissioners approval and awarded a contract.

Page 42 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 37. RFP DISCLAIMER It shall be the responsibility of the Respondent to thoroughly review the provisions of this RFP. After executing the contract, no consideration will be give to any claim of misunderstanding. Respondents must state in their submission any clauses to which they take exception in the RFP. This will be factored in to the evaluation decision. Respondents are encouraged to review the entire RFP, including, but not limited to the Compliance with Laws, Termination, Insurance, Subcontracting, Indemnity, Payment and Waivers, General and Special Conditions, and Equalization Ordinance and Affidavit.

38. GENERAL CONDITIONS It is the responsibility of the Bidder to review General Conditions as specified, pages 1 through 4. In your quotation a distinction between dollars and cents must be made. Also, illegible bids may be grounds for rejection of your bid. All changes made to the bid form altering, price, terms, quote and/or conditions MUST be crossed out and initialed. Failure to initial any changes may be grounds for rejection of your bid. CORRECTION FLUID IS NOT ACCEPTABLE.

39. SPECIAL CONDITIONS It is the responsibility of the Bidder to review the DWSD Special Conditions attached to this and comply with all requirements therein.

40. DURATION OF QUALIFICATION No qualifications, once submitted, may be withdrawn for 120 days after opening. The contents of each qualification shall become contractual obligations, if the Water and Sewerage Department awards a contract. Failure to accept these obligations at any time during the contract period may result in cancellation of the contract and other penalties.

41. DAMAGES The Contractor shall be held liable for all damages done as a result of its operations. All property damage will be assessed for actual repair or replacement costs including labor, materials, and equipment. Contractor shall be billed for all costs related to damages caused by its operations.

42. INDEPENDENT CONTRACTOR STATUS The Contractor shall be an independent Contractor and not an agent or employee of DWSD. Contractor shall have no authority to make any contracts or other legal commitments on behalf of DWSD.

43. HIRING OF DISPLACED WORKERS In its hiring process the Contractor shall interview and give due consideration to hiring of displaced DWSD workers.

44. SUBCONTRACTUAL RELATIONS

A. By an appropriate agreement, the Contractor shall require each subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by the terms of this Contract in all respects as if the Subcontractor was the employee of the Contractor, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by this Contract, assumes toward the Detroit Water and Sewerage.

B. Such agreement shall preserve and protect the rights of the Detroit Water and Sewerage under the Contract with respect to the Work to be performed by the Subcontractor so that the subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in this Contract, the benefit of all rights, remedies and redress against the Contractor which the Contractor, by the Contract, has against the Detroit Water and Sewerage. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with his Sub-subcontractors.

Page 43 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

C. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the Subcontract, copies of this Contract to which the Subcontractor will be bound, and identify to the Subcontractor any terms and conditions of the proposed Subcontract which may be at variance with the Contract. Each Subcontractor shall similarly make copies of this Contract available to his Sub- subcontractor.

D. The Director's or his/her designee‟s approval of any Subcontractor shall not relieve the Contractor of any of his responsibilities, duties, and liabilities under this Contract. The Contractor shall be responsible to Detroit Water and Sewerage for the acts or defaults of his Subcontractor and such Subcontractor's officers, agents and employees, each of whom shall be deemed to be the agent or employee of the Contractor to the extent of his subcontract.

E. No approval by the Director or his/her designee of any proposed Subcontractor, nor any subcontract, nor any provision contained in this Contract shall create, or be deemed to create, any rights or relationship in favor of a Subcontractor and against Detroit Water and Sewerage, nor shall be deemed or construed to impose upon Detroit Water and Sewerage any obligation, liability or duty to a Subcontractor, or to create any contractual relationship whatsoever between a Subcontractor and the Detroit Water and Sewerage.

45. ORAL PRESENTATION/DEMONSTRATION

The Water and Sewerage Department reserves the right, at its own discretion, to request Oral Presentations regarding qualifications submitted in response to the RFP. Failure to make an oral presentation will be grounds for bid rejection. Proponents will be notified by the Water and Sewerage Department – Procurement Division of the date, time and location for Oral Presentations if requested.

46. DWSD SECURITY

A. The Contractor shall comply with all DWSD security policies and shall cooperate with DWSD in maintaining all DWSD sites in a secure condition, including without limitation assuring that all doors and gates opened by Contractor are properly closed and re-locked. Keys must be handled to maintain safety and security. DWSD identification cards are obtained from Room 1208 of the Water Board Building, 735 Randolph St., Detroit, Michigan 48226. Contractor shall coordinate and pay all costs for a criminal background check satisfactory to DWSD for each Contractor employee seeking to obtain a DWSD identification card. The Contractor will be notified if any new employee is determined to be unsuitable for work at a DWSD facility in the Water and Sewerage Department‟s best interests; whereas, the Water and Sewerage Department‟s determination will be final. 1) Provide and keep drug screen records for all employees. 2) Provide Homeland Security background checks for all employees. B. The Contracting Officer‟s Representative shall arrange for the issuance of approved DWSD identification cards to all personnel assigned to work in/on DWSD facilities. All personnel shall be instructed to present their identification cards to the security officer at the Guard Booths before reporting to work. Unauthorized individuals will not be allowed on the premises. The Contractor shall see that all employees wear their DWSD badges during duty hours and surrender them upon request to the facility Manager of his/her designated representative. C. The Contractor shall make its employees available for photo identification badges, on a schedule to be worked out with DWSD‟s Project Manager. The Contractor shall be responsible to enforce provisions that all badges are returned to the DWSD‟s Project Manager when employees are dismissed or terminated. The Contractor will notify DWSD‟s Project Manager when DWSD identification badges are lost (a $25 fee will be assess for the replacement of lost badges). Note: The use of the photo-identification badge is required for all employees or Contractors working for DWSD.

Page 44 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 47. INDEMNIFICATION A. To the fullest extent permitted by law, the Contractor shall defend, indemnify, save and hold harmless the Detroit Water and Sewerage from and against any and all liabilities, obligations penalties, costs, charges, expenses, claims, fines1 damages and losses, including but not limited to attorney, expert witness and consultant fees, arising out of, occurring in the course of, or resulting from the work performed or to be performed under the Contract, provided that such liabilities, obligations, penalties, costs, charges, expenses, fines, claims, damages and losses (1) are attributable to bodily injury, sickness, disease or death, injury to or destruction of tangible property or breach of the Contract resulting in the imposition of any fines or penalties by any governmental regulatory agency or judgment of any Court, and (2) are caused in whole or in part by any negligent or tortious act, omission or failure of performance of the work by the Contractor, any Subcontractor, anyone directly or indirectly authorized or employed by any of them, or anyone for whose act any of them may be liable, regardless of whether it is caused in part by a party indemnified hereunder. Such an obligation shall not be construed to negate, abridge, impair or otherwise reduce any other right and obligation of indemnity which would otherwise exist as to any party or person described in this REQUEST FOR PROPOSAL. B. In any and all claims against the Detroit Water and Sewerage by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this REQUEST FOR PROPOSAL shall not be limited in any way by any limitation on the amount or types of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workers' compensation acts, disability benefit acts, or other employee benefit acts.

48. ALLOWANCES To the extent directed in writing by the Contracting Officer, Contractor shall perform additional services not included in the Contract scope of work, and will be paid for such services under the “Allowance for additional services” provided in Price Item 42, based on one of the following pricing methods as directed by the Contracting Officer: A. A Negotiated lump sum amount agreed upon by the Contractor and the DWSD Contracting Officer as representing the fair and reasonable cost of the additional services to be performed. B. Contract unit prices that the Contractor and Contracting Officer agree fairly represent the value of the additional services performed. C. The reasonable and necessary actual direct costs of: labor actually performing the additional services (including taxes and insurance); materials and supplies required for the additional services; and negotiated share of ownership or rental costs of equipment utilized to perform the additional services and allocable to the additional services; each as recorded on Contractor‟s daily time records signed by DWSD‟s authorized representative. Contractor shall be entitled to a 15% mark-up on the actual direct costs expended by Contractor to directly perform the additional services or a 5% mark-up on the additional actual direct costs expended by a subcontractor, which mark-up shall constitute complete payment for all management, supervision, overhead and profit for the additional services. Equipment ownership or rental costs shall not exceed the lesser of (a) costs actually paid; (b) costs prevailing in the Detroit market; or (c) rates applicable to the equipment as listed in the "Contractor's Equipment Cost Guide," published by Equipment Watch, for the Michigan region. Services required under the Contract scope of work shall not be paid under the allowance. The Contractor shall not include as part of the cost of additional services any costs that cannot be shown to have increased on account of, or that are not directly attributable to, the performance of the additional services. All funds allocated to the allowance under this Agreement are for the sole use of DWSD. The existence of any allowance shall not entitle the Contractor or obligate DWSD to expenditures from those funds. Use of any allowance funds shall be subject to the Contracting Officer‟s prior written authorization. At or in conjunction with, Contract completion, an appropriate Change Order will be issued to credit DWSD with any unused Allowance money.

Page 45 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

49. MODIFICATION OF SERVICES AFTER CONTRACT APPROVAL The Detroit Water and Sewerage Department may at any time, by a written order, modify Contractor's obligations or the standards under which Contractor is to perform its services, contingent upon the contractual cost structure. During the course of ordinary business, it may become necessary for DWSD to discontinue certain business practices or create Additional Services/Deliverables. At a minimum, to the extent applicable, DWSD would like the Contractor to provide a detailed outline of all work to be done, including tasks necessary to accomplish the services/deliverables, timeframes, listing of key personnel assigned, estimated hours for each individual per task, and a complete and detailed cost justification. Any modifications to this Agreement shall require the prior authorization of the Water and Sewerage Department‟s Board of Water Commissioner, Director and/ or the Emergency Financial Manager or City Council of the CITY.

If the Contractor does not notify DWSD in advance and with approval, the Contractor has no right to claim thereafter, that it is entitled to additional compensation for performing that service or providing that deliverable.

Change Requests: a) By giving Contractor written notice within a reasonable time, Contractor must be entitled to accept DWSD‟s proposal for Change, to reject it, or to reach another agreement with DWSD. Should the parties agree on carrying out a Change, a written Contract Change Notice must be prepared and issued under the Contract, describing the Change and its effects on the Services and any affected components of this Contract (a “Contract Change Notice”)

b) No proposed Change must be performed until the proposed Change has been specified in a duly executed Contract Change Notice issued by the Purchasing Division.

c) If DWSD requests or directs the Contractor to perform any activities that Contractor believes constitute a Change, the Contractor must notify DWSD‟s Project Manager that it believes the requested activities are a Change before beginning to work on the requested activities. If the Contractor fails to notify the Project Manager before beginning work on the requested activities, then the Contractor waives any right to assert any claim for additional compensation or time for performing the requested activities. If the Contractor commences performing work outside the scope of this Contract and then ceases performing that work, the Contractor must, at the request of DWSD, retract any out-of-scope work that would adversely affect the Contract.

50. NOTICES Any notice given to a party under the Contract must be deemed effective, if addressed to the party as addressed below, upon: (i) delivery, if hand delivered; (ii) receipt of a confirmed transmission by facsimile if a copy of the notice is sent by another means specified in this Section; (iii) the third Business Day after being sent by U.S. mail, postage pre-paid, return receipt requested; or (iv) the next Business Day after being sent by a nationally recognized overnight express courier with a reliable tracking system. Detroit Water and Sewerage Department – Procurement Division Attention: LaShone Bedford 9300 W. Jefferson Avenue, Suite 213 Detroit, MI 48209

Either party may change its address where notices are to be sent by giving notice according to this Section.

51. BINDING COMMITMENTS

Representatives of Contractor must have the authority to make binding commitments on Contractor‟s behalf within the bounds set forth in the Contract. Contractor may change the representatives from time to time upon written notice.

Page 46 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 52. CONTRACT DISTRIBUTION

The Purchasing Division retains the sole right of Contract distribution to Detroit Water and Sewerage Departmental Agencies unless other arrangements are authorized by Purchasing Operations.

53. RELATIONSHIP OF THE PARTIES

The relationship between DWSD and Contractor is that of client and independent Contractor. No agent, employee, or servant of Contractor or any of its Subcontractors will be deemed to be an employee, agent or servant of DWSD for any reason. Contractor will be solely and entirely responsible for its acts and the acts of its agents, employees, servants and Subcontractors during the performance of the Contract.

54. FUTURE BIDDING PRECLUSION

Contractor acknowledges that, to the extent the Contract involves the creation, research, investigation or generation of a future RFP, it may be precluded from bidding on the subsequent RFP. DWSD reserves the right to disqualify any Bidder if DWSD determines that the Bidder has used its position (whether as an incumbent Contractor, or as a Contractor hired to assist with the RFP development, or as a Vendor offering free assistance) to gain a competitive advantage on the RFP.

55. COVENANT OF GOOD FAITH

Each party must act reasonably and in good faith. Unless stated otherwise in the Contract, the parties will not unreasonably delay, condition or withhold the giving of any consent, decision or approval that is either requested or reasonably required of them in order for the other party to perform its responsibilities under the Contract.

56. PROTECTION OF WORK, PERSONS AND PROPERTY During performance and up to date of final acceptance, the Contractor shall be under absolute obligation to protect all persons, DWSD‟s facilities and all other public and private property against all damage, loss or injury. The Contractor shall take all reasonable precautions to protect the persons and property of DWSD and the general public from damage, loss or injury during performance under this contract.

57. DWSD OPERATIONS AREA DWSD operates facilities throughout southeastern Michigan, within the counties of Wayne, Oakland, Macomb, Washtenaw, Monroe, St. Clair, Lapeer, and Genesee. Approximate locations of some of DWSD‟s facilities are depicted on the water system map provided.

58. WARRANTIES AND REPRESENTATIONS The Contractor represents and warrants: (a) It is capable in all respects of fulfilling and must fulfill all of its obligations under the Contract. The performance of all obligations under the Contract must be provided in a timely, professional, and workman-like manner and must meet the performance and operational standards required under the Contract.

(b) The Contract Appendices, Attachments and Exhibits identify the locations and services necessary for the Scope of Work to be performed and operate in compliance with the contract‟s requirements and other standards of performance.

(c) It is the lawful owner or licensee of any deliverable licensed or sold to DWSD by Contractor or developed by Contractor under the contract and Contractor has all of the rights necessary to convey to DWSD the ownership rights or licensed use, as applicable, of any and all deliverables. None of the deliverables provided by Contractor to DWSD under neither the Contract, nor their use by DWSD will infringe the patent, copyright, trade secret, or other proprietary rights of any third party.

Page 47 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

(d) The Contract signatory has the power and authority, including any necessary corporate authorizations, necessary to enter into the Contract, on behalf of Contractor.

(e) It is qualified and registered to transact business in all locations where required.

(f) Neither the Contractor nor any Affiliates, nor any employee of either, has, must have, or must acquire, any contractual, financial, business, or other interest, direct or indirect, that would conflict in any manner or degree with Contractor‟s performance of its duties and responsibilities to DWSD under the Contract or otherwise create an appearance of impropriety with respect to the award or performance of this Agreement. Contractor must notify DWSD about the nature of the conflict or appearance of impropriety within two days of learning about it.

(g) Neither Contractor nor any Affiliates, nor any employee of either has accepted or must accept anything of value based on an understanding that the actions of the Contractor or Affiliates or employee on behalf of DWSD would be influenced. Contractor must not attempt to influence any DWSD employee by the direct or indirect offer of anything of value.

(h) Neither Contractor nor any Affiliates, nor any employee of either has paid or agreed to pay any person, other than bona fide employees and consultants working solely for Contractor or the Affiliate, any fee, commission, percentage, brokerage fee or any other consideration, contingent upon or resulting from the award or making of the Contract.

(i) The prices proposed by Contractor were arrived at independently, without consultation, communication, or agreement with any other Bidder for the purpose of restricting competition; the prices quoted were not knowingly disclosed by Contractor to any other Bidder; and no attempt was made by Contractor to induce any other person to submit or not submit a proposal for the purpose of restricting competition.

(j) All financial statements, reports, and other information furnished by Contractor to DWSD as part of its response to the RFP or otherwise in connection with the award of the Contract fairly and accurately represent the business, properties, financial condition, and results of operations of Contractor as of the respective dates, or for the respective periods, covered by the financial statements, reports, other information. Since the respective dates or periods covered by the financial statements, reports, or other information, there have been no material adverse change in the business, properties, financial condition, or results of operations of Contractor.

(k) All written information furnished to DWSD by or for the Contractor in connection with the Contract, including its bid, is true, accurate, and complete, and contains no untrue statement of material fact or omits any material fact necessary to make the information not misleading.

(l) It is not in material default or breach of any other Contract or agreement that it may have with DWSD or any of its departments, commissions, boards, or agencies. Contractor further represents and warrants that it has not been a party to any Contract with DWSD or any of its departments that was terminated by DWSD or the department within the previous five years for the reason that Contractor failed to perform or otherwise breached an obligation of the Contract.

(m) If any of the certifications, representations, or disclosures made in the Contractor‟s original bid response change after Contract award, the Contractor is required to report those changes immediately to the DWSD Purchasing Division.

Page 48 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 59. SAFETY

Contractor shall maintain a safety program to protect its employees, the employees of DWSD and the general public. All equipment and work shall conform to the requirements of the Occupational Safety and Health Act and Michigan Department of Labor Occupational Safety Standards, as amended. The Contractor shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss, including without limitation the Confined Space Entry policy promulgated by DWSD. The Williams-Steiger Occupational Safety Act of 1970, as amended, administered by the United States Department of Labor, is specifically applicable as are parallel state statutes. The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: i. All employees performing the Services and all other persons who may be affected thereby;

ii. Other equipment, facilities and property at the sites where the Services are preformed or adjacent thereto;

iii. DWSD‟s equipment and employees, agents and separate Contractors; provided that DWSD‟s equipment and employees, agents and separate Contractors comply with applicable state and federal safety regulations; and

iv. The general public.

Contractor shall provide appropriate safety and hazard recognition training for its employees working in DWSD facilities. All personnel shall utilize appropriate safety equipment as per M.I.O.S.H.A. and M.D.A. requirements and proper clothing such as closed-toe footwear, rubber gloves, hearing protection and other personal protective equipment as required.

60. ENVIRONMENTAL PROVISION

A. Energy Efficiency Purchasing Policy

DWSD seeks wherever possible to purchase energy efficient products. This includes giving preference to U.S. Environmental Protection Agency (EPA) certified „Energy Star‟ products for any category of products for which EPA has established Energy Star certification. For other purchases, DWSD may include energy efficiency as one of the priority factors to consider when choosing among comparable products.

B. Environmental Purchasing Policy

DWSD is committed to encouraging the use of products and services that impact the environment less than competing products. DWSD is accomplishing this by including environmental considerations in purchasing decisions, while remaining fiscally responsible, to promote practices that improve worker health, conserve natural resources, and prevent pollution. Environmental components that have to be considered include: recycled content and recyclability; energy efficiency; and the presence of undesirable materials in the products, especially those toxic chemicals which are persistent and bio-accumulative.

C. Hazardous Materials

For the purposes of this Section, “Hazardous Materials” is a generic term used to describe asbestos, ACBMs, PCBs, petroleum products, construction materials including paint thinners, solvents, gasoline, oil, and any other material the manufacture, use, treatment, storage, transportation or disposal of which is regulated by the federal, state or local laws governing the protection of the public health, natural resources or the environment. This includes, but is not limited to, materials the as batteries and circuit packs, and other materials that are regulated as (1) “Hazardous Materials” under the Hazardous Materials Transportation Act, (2) “chemical hazards” under the Occupational Safety and Health Administration standards, (3) “chemical substances or mixtures” under the Toxic Substances Control Act, (4) “pesticides” under the Federal Insecticide Fungicide and Rodenticide Act, and (5) “hazardous wastes” as defined or listed under the Resource Conservation and Recovery Act.

Page 49 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

i. The Contractor must use, handle, store, dispose of, process, transport and transfer any material considered a Hazardous Material according to all federal, State and local laws. DWSD must provide a safe and suitable environment for performance of Contractor‟s Work. Before the commencement of Work, DWSD must advise the Contractor of the presence at the work site of any Hazardous Material to the extent that DWSD is aware of the Hazardous Material. If the Contractor encounters material reasonably believed to be a Hazardous Material and which may present a substantial danger, the Contractor must immediately stop all affected work, notify DWSD in writing about the conditions encountered and take appropriate health and safety precautions.

ii. Upon receipt of a written notice, DWSD will investigate the conditions. If (a) the material is a Hazardous Material that may present a substantial danger, and (b) the Hazardous Material was not brought to the site by the Contractor, or does not result in whole or in part from any violation by the Contractor of any laws covering the use, handling, storage, disposal of, processing, transport and transfer of Hazardous Materials, DWSD must order a suspension of Work in writing. DWSD must proceed to have the Hazardous Material removed or rendered harmless. In the alternative, DWSD must terminate the affected Work for DWSD‟s convenience.

iii. Once the Hazardous Material has been removed or rendered harmless by DWSD, the Contractor must resume Work as directed in writing by DWSD. Any determination by the Michigan Department of Environmental Quality that the Hazardous Material has either been removed or rendered harmless is binding upon DWSD and Contractor for the purposes of resuming the Work.

iv. If the Hazardous Material was brought to the site by the Contractor, or results in whole or in part from any violation by the Contractor of any laws covering the use, handling, storage, disposal of, processing, transport and transfer of Hazardous Material, or from any other act or omission within the control of the Contractor, the Contractor must bear its proportionate share of the delay and costs involved in cleaning up the site and removing and rendering harmless the Hazardous Material according to Applicable Laws to the condition approved by applicable regulatory agency(ies).

Michigan has a Consumer Products Rule pertaining to labeling of certain products containing volatile organic compounds. For specific details visit https://michigan.gov/documents/deq/deq-ess-caap-factsheet- cpr_241958_7.pdf

D. Environmental Performance – Waste Reduction Program: Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by the Contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act.

61. DISASTER RECOVERY

Contractor and DWSD recognize that DWSD provides essential services in times of natural or man-made disasters. Therefore, except as so mandated by Federal disaster response requirements, Contractor personnel dedicated to providing Services/Deliverables under the Contract will provide DWSD with priority service and work in the event of a natural or man-made disaster.

62. NONDISCRIMINATION

In the performance of the Contract, Contractor agrees not to discriminate against any employee or applicant for employment, with respect to his or her hire, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment, because of race, color, religion, national origin, ancestry, age, sex, height, weight, marital status, physical or mental disability. Contractor further agrees that every subcontract entered into for the performance of the Contract or any purchase order resulting from te Contract will contain a provision requiring non-discrimination in employment, as specified here, binding upon each Subcontractor. This covenant is required under the Elliot Larsen Civil Rights Act, 1976 PA 453, MCL 37.2101, et seq., and the Persons with Disabilities Civil Rights Act, 1976 PA 220, MCL 37.1101, et seq., and any breach of this provision may be regarded as a material breach of the Contract.

Page 50 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

63. RECORDS AND INSPECTIONS

E. Inspection of Work Performed

DWSD‟s authorized representatives must at all reasonable times and with 10 days prior written request, have the right to enter Contractor‟s premises, or any other places, where the Services are being performed, and must have access, upon reasonable request, to interim drafts of Deliverables or work-in-progress. Upon 10 Days prior written notice and at all reasonable times, DWSD‟s representatives must be allowed to inspect, monitor, or otherwise evaluate the work being performed and to the extent that the access will not reasonably interfere or jeopardize the safety or operation of the systems or facilities. Contractor must provide all reasonable facilities and assistance for DWSD‟s representatives.

F. Examination of Records

For seven years after the Contractor provides any work under this Contract (the "Audit Period"), DWSD may examine and copy any of Contractor‟s books, records, documents and papers pertinent to establishing Contractor‟s compliance with the Contract and with applicable laws and rules. DWSD must notify the Contractor 20 days before examining the Contractor's books and records. DWSD does not have the right to review any information deemed confidential by the Contractor to the extent access would require the confidential information to become publicly available. This provision also applies to the books, records, accounts, documents and papers, in print or electronic form, of any parent, affiliated or subsidiary organization of Contractor, or any Subcontractor of Contractor performing services in connection with the Contract.

G. Retention of Records

Contractor must maintain at least until the end of the Audit Period all pertinent financial and accounting records (including time sheets and payroll records, and information pertaining to the Contract and to the Services, equipment, and commodities provided under the Contract) pertaining to the Contract according to generally accepted accounting principles and other procedures specified in this Section. Financial and accounting records must be made available, upon request, to DWSD at any time during the Audit Period. If an audit, litigation, or other action involving Contractor‟s records is initiated before the end of the Audit Period, the records must be retained until all issues arising out of the audit, litigation, or other action are resolved or until the end of the Audit Period, whichever is later.

H. Audit Resolution

If necessary, the Contractor and DWSD will meet to review each audit report promptly after issuance. The Contractor will respond to each audit report in writing within 30 days from receipt of the report, unless a shorter response time is specified in the report. The Contractor and DWSD must develop, agree upon and monitor an action plan to promptly address and resolve any deficiencies, concerns, and/or recommendations in the audit report.

I. Errors

(a) If the audit demonstrates any errors in the documents provided to DWSD, then the amount in error must be reflected as a credit or debit on the next invoice and in subsequent invoices until the amount is paid or refunded in full. However, a credit or debit may not be carried for more than four invoices. If a balance remains after four invoices, then the remaining amount will be due as a payment or refund within 45 days of the last quarterly invoice that the balance appeared on or termination of the Contract, whichever is earlier.

(b) In addition to other available remedies, the difference between the payment received and the correct payment amount is greater than 10%, then the Contractor must pay all of the reasonable costs of the audit.

Page 51 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES 64. NON-WAIVER No acquiescence, failure, or neglect of either party hereto to insist upon strict performance of any or all of the provisions of this Agreement shall be construed to constitute a waiver of any term, condition, or provision of this Agreement nor of any performance required hereunder, nor of any remedy, damages or other liability arising as a result or any failure of performance, neglect, or inability to perform at any time.

65. VERBAL, UNOFFICIAL, OR UNAUTHORIZED AGREEMENTS No verbal agreement or conversation with any officer, agent or employee of DWSD or the CITY, either before or after the execution of this Agreement, shall affect or modify any of the terms or obligations contained in this Agreement. Any such verbal agreement or conversation shall be considered as unofficial information and in no way binding upon the Water and Sewerage Department. Only direct acts of the Board of Water Commissioners, Emergency Financial Manager, City Council or acts of officers specifically authorized by this Agreement shall be binding upon the Water and Sewerage Department.

66. CONFIDENTIALITY OF QUALIFICATIONS Qualifications shall be opened with reasonable precautions to avoid disclosure of contents to competing offers during the process of evaluation. Once qualifications have been publicly recorded they are subject disclosure as per the requirements of the Michigan Freedom of Information Act.

67. ECONOMY OF PREPARATION

Qualifications should be simply and economically prepared, providing a straight forward, concise description of the contractor's ability to meet the requirements of the RFP. Fancy Bindings, colored displays and promotional material are not desired. Emphasis should be on completeness and clarity of content.

68. INCURRING COST

The Water and Sewerage Department is not liable for any cost incurred by any vendor prior to signing of an agreement by all parties and approval of the contract by Board of Water Commissioners. All fees/prices quoted by vendor will be the maximum cost for the duration of the contract.

69. STANDARDS OF CONDUCT

The Vendor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which could conflict in any manner or degree with the performance of the services under this proposed agreement. The Vendor further covenants that in the performance of the agreement no person having any such interest shall be employed.

The Vendor further covenants that no officer, agent, or employee of the Water and Sewerage Department and no other public official who exercise any functions or responsibilities in the review or approval of the undertaking or carrying out of this proposed agreement has any personal or financial interest, direct or indirect, in this proposed agreement or in the proceeds thereof via corporate entity, partnership, or otherwise.

The Vendor also hereby warrants that it will not and has not employed any person to solicit or secure this proposed agreement upon any agreement or arrangement for payment of a commission, percentage, brokerage, contingent fee, other than bona fide employees working solely for the Vendor either directly or indirectly. If this Warranty is breached, the Water and Sewerage Department may, at its option, terminate this proposed agreement without penalty, liability or obligation, or may, at its election, deduct from any amounts owed to the Vendor hereunder, any amounts of any such commission, percentage, brokerage, or contingent fee.

Page 52 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

70. ASSIGNMENT

a) Neither party may assign the Contract, or assign or delegate any of its duties or obligations under the Contract, to any other party (whether by operation of law or otherwise), without the prior written consent of the other party; provided, however, that the Detroit Water and Sewerage Department may assign the Contract to any other DWSD agency, department, division or department without the prior consent of Contractor. DWSD may withhold consent from proposed assignments, subcontracts, or notations when the transfer of responsibility would operate to decrease DWSD‟s likelihood of receiving performance on the Contract or DWSD‟s ability to recover damages.

b) Contractor may not, without the prior written approval of DWSD, assign its right to receive payments due under the Contract. If DWSD permits an assignment, the Contractor is not relieved of its responsibility to perform any of its contractual duties, and the requirement under the Contract that all payments must be made to one entity continues.

c) If the Contractor intends to assign the contract or any of the Contractor's rights or duties under the Contract, the Contractor must notify DWSD in writing at least 90 days before the assignment. The Contractor also must provide DWSD with adequate information about the assignee within a reasonable amount of time before the assignment for DWSD to determine whether to approve the assignment.

71. MISCELLANEOUS

It shall be the responsibility of the Vendor to become thoroughly familiar with the provisions of these specifications. After execution of a Professional Services Contract, no consideration will be given to any claim of misunderstanding.

The Vendor agrees to abide by the rules and regulations as prescribed herein by the Water and Sewerage Department as the same rules and regulations that now exist, or may, on occasion hereafter, be changed in writing.

72. CHANGES IN FACTS

Proposers shall advise the Water and Sewerage Department during the time the Proposal is open for consideration of any changes in the principal officers, organization, financial ability of, or any other facts presented in the proposal with respect to the proposer or the proposal immediately upon occurrence.

73. CONFIDENTIALITY OF PROPOSALS

Proposals shall be opened with reasonable precautions to avoid disclosure of contents to competing bidders during the process of evaluation. Once proposals have been publicly recorded they are subject to disclosure as maybe required by the Michigan Freedom of Information Act.

74. CHANGES IN PROPOSAL REQUIREMENTS

The Water and Sewerage Department may make changes to the requirements of this RFP, as it deems necessary. Such changes, if made, will be in writing, issued through the Purchasing Division and will be sent to each Vendor who is on record as having requested a copy of the RFP. If changes are made, the Water and Sewerage Department may, at its discretion, extend the time allowed for submission of proposals.

75. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS

The provider must comply with all applicable federal, state and local laws, rules and regulations. The successful firm must not discriminate or permit discrimination against any person or group on the basis of race, color, creed, national origin, age, marital status, handicap, sex or sexual orientation in any manner prohibited by law.

Page 53 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

76. TERMINATION OF REQUIREMENTS The Water and Sewerage Department reserves the right to accept or reject any or all proposals received. The Water and Sewerage Department also reserves the right to negotiate with all qualified sources. The Water and Sewerage Department may cancel this RFP in part or in its entirety, if it is in its best interest to do so. This RFP does not commit the Water and Sewerage Department to award a contract, to pay any costs incurred in the preparation of a proposal under this request, or to procure or contract for services.

The Water and Sewerage Department reserves the absolute right to terminate any contract negotiated pursuant to this RFP, in whole or in part, for the convenience of the Water and Sewerage Department, at its sole discretion upon thirty (30) days written notice or as specified in the contract.

77. TERMINATION/CANCELLATION CLAUSES

A. NOTICE AND RIGHT TO CURE If the Contractor breaches the Contract, and DWSD in its sole discretion determines that the breach is curable, then DWSD will provide the Contractor with written notice of the breach and a time period (not less than 30 days) to cure the Breach. The notice of breach and opportunity to cure is inapplicable for successive or repeated breaches or if DWSD determines in its sole discretion that the breach poses a serious and imminent threat to the health or safety of any person or the imminent loss, damage, or destruction of any real or tangible personal property.

B. TERMINATION FOR CONVENIENCE DWSD may terminate the Contract for its convenience, in whole or part, if DWSD determines that a termination is in DWSD‟s best interest. Reasons for the termination must be left to the sole discretion of DWSD and may include, but not necessarily be limited to (a) DWSD no longer needs the Services or products specified in the Contract, (b) relocation of office, program changes, changes in laws, rules, or regulations making implementation of the Services no longer practical or feasible, (c) unacceptable prices for Additional Services or New Work requested by DWSD, or (d) falsification or misrepresentation, by inclusion or non-inclusion, of information material to a response to any RFP issued by DWSD. DWSD may terminate the Contract for its convenience, in whole or in part, by giving Contractor written notice at least 30 days before the date of termination. If DWSD chooses to terminate the Contract in part, the charges payable under the Contract must be equitably adjusted to reflect those Services/Deliverables that are terminated. Services and related provisions of the Contract that are terminated for cause must cease on the effective date of the termination.

C. TERMINATION FOR CAUSE

i. DWSD may terminate the Contract, for cause, by notifying the Contractor in writing, if the Contractor (i) breaches any of its material duties or obligations under the Contract or (ii) fails to cure a breach within the time period specified in the written notice of breach provided by DWSD.

ii. If the Contract is terminated for cause, the Contractor must pay all costs incurred by DWSD in terminating the Contract, including but not limited to, administrative costs, reasonable attorneys‟ fees and court costs, and any reasonable additional costs DWSD may incur to procure the Services/Deliverables required by the Contract from other sources. Re-procurement costs are not consequential, indirect or incidental damages, and cannot be excluded by any other terms otherwise included in the Contract, provided the costs are not in excess of 50% more than the prices for the Service/Deliverables provided under the Contract.

iii. If DWSD terminates the Contract for cause under this Section, and it is determined, for any reason, that Contractor was not in breach of Contract under the provisions of this section, that termination for cause must be deemed to have been a termination for convenience, effective as of the same date, and the rights and obligations of the parties must be limited to that otherwise provided in the Contract for a termination for convenience

Page 54 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES D. RIGHTS AND OBLIGATIONS UPON TERMINATION i. If DWSD terminates the Contract for any reason, the Contractor must (a) stop all work as specified in the notice of termination, (b) take any action that may be necessary, or that DWSD may direct, for preservation and protection of Deliverables or other property derived or resulting from the Contract that may be in Contractor‟s possession, (c) return all materials and property provided directly or indirectly to Contractor by any entity, agent or employee of DWSD, (d) transfer title in, and deliver to, DWSD, unless otherwise directed, all Deliverables intended to be transferred to DWSD at the termination of the Contract and which are resulting from the Contract (which must be provided to DWSD on an “As-Is” basis except to the extent the amounts paid by DWSD in respect of the items included compensation to Contractor for the provision of warranty services in respect of the materials), and (e) take any action to mitigate and limit any potential damages, or requests for Contractor adjustment or termination settlement costs, to the maximum practical extent, including terminating or limiting as otherwise applicable those subcontracts and outstanding orders for material and supplies resulting from the terminated Contract. ii. If DWSD terminates the Contract before its expiration for its own convenience, DWSD must pay Contractor for all charges due for Services provided before the date of termination and, if applicable, as a separate item of payment under the Contract, for Work In Process, on a percentage of completion basis at the level of completion determined by DWSD. All completed or partially completed Deliverables prepared by Contractor under the Contract, at the option of DWSD, becomes DWSD‟s property, and Contractor is entitled to receive equitable fair compensation for the Deliverables. Regardless of the basis for the termination, DWSD is not obligated to pay, or otherwise compensate, Contractor for any lost expected future profits, costs or expenses incurred with respect to Services not actually performed for DWSD.

iii. Upon a good faith termination, DWSD may assume, at its option, any subcontracts and agreements for services and deliverables provided under the Contract, and may further pursue completion of the Services/Deliverables under the Contract by replacement contract or otherwise as DWSD may in its sole judgment deem expedient.

78. TERMINATION BY CONTRACTOR

A. TERMINATION BY CONTRACTOR If DWSD breaches the Contract, and the Contractor in its sole discretion determines that the breach is curable, then the Contractor will provide DWSD with written notice of the breach and a time period (not less than 30 days) to cure the breach. The Notice of Breach and opportunity to cure is inapplicable for successive and repeated breaches. The Contractor may terminate the Contract if DWSD (i) materially breaches its obligation to pay the Contractor undisputed amounts due and owing under the Contract, (ii) breaches its other obligations under the Contract to an extent that makes it impossible or commercially impractical for the Contractor to perform the Services, or (iii) does not cure the breach within the time period specified in a written notice of breach.

B. CONTRACTOR TRANSITION RESPONSIBILITIES If DWSD terminates the Contract, for convenience or cause, or if the Contract is otherwise dissolved, voided, rescinded, nullified, expires or rendered unenforceable, the Contractor agrees to comply with direction provided by DWSD to assist in the orderly transition of equipment, services, software, leases, etc. to DWSD or a third party designated by DWSD. If the Contract expires or terminates, the Contractor agrees to make all reasonable efforts to effect an orderly transition of services within a reasonable period of time that in no event will exceed 24 hours. C. CONTRACTOR PERSONNEL TRANSITION The Contractor must work with DWSD, or a specified third party, to develop a transition plan setting forth the specific tasks and schedule to be accomplished by the parties, to effect an orderly transition. The Contractor must allow as many personnel as practicable to remain on the job to help DWSD, or a specified third party, maintain the continuity and consistency of the services required by the Contract. In addition, during or following the transition period, in the event DWSD requires the Services of the Contractor‟s Subcontractors or vendors, as necessary to meet its needs, Contractor agrees to reasonably, and with good-faith, work with DWSD to use the Services of Contractor‟s Subcontractors or vendors. Contractor will notify all of Contractor‟s subcontractors of procedures to be followed during transition.

Page 55 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES D. CONTRACTOR INFORMATION TRANSITION The Contractor agrees to provide reasonable detailed specifications for all Services/Deliverables needed by DWSD, or specified third party, to properly provide the Services/Deliverables required under the Contract. The Contractor will provide DWSD with asset management data generated from the inception of the Contract through the date on which the Contractor is terminated in a comma-delineated format unless otherwise requested by DWSD. The Contractor will deliver to DWSD any remaining owed reports and documentation still in Contractor‟s possession subject to appropriate payment by DWSD.

E. TRANSITION PAYMENTS If the transition results from a termination for any reason, reimbursement must be governed by the termination provisions of the Contract. If the transition results from expiration, the Contractor will be reimbursed for all reasonable transition costs (i.e. costs incurred within the agreed period after Contract expiration that result from transition operations) at the rates agreed upon by DWSD. The Contractor will prepare an accurate accounting from which DWSD and Contractor may reconcile all outstanding accounts.

79. DISPUTE RESOLUTION A. GENERAL Any claim, counterclaim, or dispute between DWSD and Contractor arising out of or relating to the Contract or any Statement of Work must be resolved as follows: For all Contractor claims seeking an increase in the amounts payable to Contractor under the Contract, or the time for Contractor‟s performance, Contractor must submit a letter, together with all data supporting the claims, executed by Contractor‟s Contract Administrator or the Contract Administrator's designee certifying that (a) the claim is made in good faith, (b) the amount claimed accurately reflects the adjustments in the amounts payable to Contractor or the time for Contractor‟s performance for which Contractor believes DWSD is liable and covers all costs of every type to which Contractor is entitled from the occurrence of the claimed event, and (c) the claim and the supporting data are current and complete to Contractor‟s best knowledge and belief. B. CONTINUED PERFORMANCE Each party agrees to continue performing its obligations under the Contract while a dispute is being resolved except to the extent the issue in dispute precludes performance (dispute over payment must not be deemed to preclude performance) and without limiting either party‟s right to terminate the Contract as provided in Section 77 & 78, as the case may be.

80. NEWS RELEASES

News releases pertaining to these qualification specifications or the provisions to which they relate shall not be made without prior approval of the Water and Sewerage Department and then only in coordination with the Water and Sewerage Department.

81. BILLING AND PAYMENT

All properly executed invoices submitted by the successful vendor will be paid in accordance with the City of Detroit‟s Prompt Payment Ordinance and adhere to the invoice requirements. The City of Detroit Water and Sewerage Department does not remit payment in advance of services rendered by Vendors. Vendor‟s invoices will be due the 15th of every month for the prior month‟s services to the Water and Sewerage Department‟s Contract Administrator for each location. Payment is due to Vendor no later than 30 days from the date a correct invoice is received by the Water and Sewerage Department.

The City will endeavor to process invoices and dispatch payments in a timely manner. The invoices will segregate labor and consumables billed for each Water and Sewerage Department location.

Original invoices and supporting documentation shall be provided to the Accounts Payable Department. A copy of all the invoices and supporting documentation shall be provided to the division‟s Manager.

Page 56 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES A. Prompt Payment Ordinance

It is the vendor‟s responsibility to mail or cause to be delivered a valid original invoice Water and Sewerage Department Accounts Payable division with a photographic copy to the contracting officer designated with the contract or purchase order. It is the delivery of this document that initiates the start of the 45-day count under the Prompt Payment Ordinance. The mailing of duplicate original invoices is strictly prohibited.

A valid invoice meets the following requirements:

Vendor information: Full name of business, Federal Identification Number, Unique invoice number, Date of Invoice, Reference to Water and Sewerage Department purchase order number.

Quantity and Pricing Information: Description of goods or services, Quantity of goods or services provided, Unit price of goods or services provided, Part or item subtotal (Quantity * Unit Cost), Discount terms (if applicable).

Delivery Information: Location and date of delivery of goods or services provided, Delivery terms (as referenced in the purchase order agreement).

Please note that interest payments generated under the Prompt Payment Ordinance will not be issued for amounts of less than one dollar ($1.00).

82. STATEMENT OF NO BID

If you are not bidding on the attached RFP, please complete the attached Statement of No Bid.

Page 57 of 80 RFP 48845 SCOPE OF WORK DWSD JANITORIAL SERVICES

DWSD WATER SYSTEM AREA MAP

Page 58 of 80 Wastewater Treatment Plant Map

Page 59 of 80 APPENDIX A - AREAS REQUIRING JANITORIAL SERVICES Note: Items left blank reflect information not currently available. Nevertheless, all areas listed shall be cleaned in accordance with specified requirements. Bidder shall investigate and make determinations as necessary to prepare proposal

Approx. Area Drawing Plant Location Type of Floor Floor Cleaning Required (Sq. Ft.) Item No. DWSD Main Office Building MOB First Floor 4,580 MOB Second Floor 3,179 MOB Third thru Fifth Floors 18,846 MOB Sixth thru Twentieth Floors 77,475 MOB Basement 5,912 MOB Penthouse Floor 21 4,937 MOB Approx. Total Square Feet 178,827 Central Services Facility CSF Administration Building CSF Operational Services CSF Security Offices CSF Training Group CSF Industrial Offices CSF Toilets/Locker Rooms CSF Shops 87,000 Epoxy Paint Vinyl Tile/Epoxy CSF Meter Shop 76,000 Paint CSF Garage/Automotive Stores 125,000 Epoxy Paint CSF Machine Shop 18,800 Wood Block CSF Warehouse 64,000 Epoxy Paint CSF Mezzanine 58,600 Steel Plate CSF Boiler Room CSF Basement 120,000 Concrete CSF Maintenance & Repair Yards 210,000 Epoxy Paint CSF Vehicle Corridors 65,000 Epoxy Paint CSF Guard Houses (East & West Gate) CSF Approx. Total Square Feet 959,000

Wastewater Treatment Plant Sweep, Damp Mop, WWTP Administrative Building 450,000 Carpet/Stone/Tile Vacuum & Wax Sweep, Damp Mop, WWTP Ragland Building 175,000 Carpet/Stone/Tile Vacuum & Wax WWTP Auto Repair Garage 1,000 Epoxy Paint/Tile Sweep, Damp Mop Sweep, Damp Mop, Floor WWTP Building Grounds Garage 1,000 Epoxy Paint/Tile scrubbing Sweep, Damp Mop, Floor WWTP Security Booths 500 Tile scrubbing Influent Pump Station No. 1 4 Pump Floor 3,849 Bearing Floor 3,849 Bearing Floor 3,849 Motor Floor 6,038 Rack & Grit 11,598 5 Pickle Liquor Building 682 7 Polymer Utilization Building 2,620 9

Page 60 of 80 APPENDIX A - AREAS REQUIRING JANITORIAL SERVICES Note: Items left blank reflect information not currently available. Nevertheless, all areas listed shall be cleaned in accordance with specified requirements. Bidder shall investigate and make determinations as necessary to prepare proposal

Approx. Area Drawing Plant Location Type of Floor Floor Cleaning Required (Sq. Ft.) Item No. T400 Oxygen Plant 4,686 21 Waste Activated Sludge Pumping Station 862 22 Lunch Room 1,998 31 Process Water (SFE) Pumping Station 3,302 34 Electrical Building No. 1 6,310 35 Electrical Building No. 2 6,817 36 Electrical Building No. 3 1,354 37 Electrical Building No. 6A 1,562 39A Electrical Building No. 6B 1,562 39B Electrical Building No. 9 3,020 41 Electrical Building No. 10 2,864 42 Electrical Building No. 11 3,321 43 Electrical Building No. 12 341 44 Lab Administration & Control Building (total 2 18,598 45 floors) Employee Service Building (total 2 floors) 39,200 46 Employee Parking Structure (total 4 floors 157,064 47 Employee Service Office & Women's Locker 4,809 48 Room Guard House - Copeland 892 49 Guard House - N. Jefferson 166 49 Guard House - S. Jefferson 234 49 Guard House - Brennan 213 49 Volatile Storage Building 663 50 Maintenance Building (total 3 floors) 72,154 51 Pilot Plant Operations 5,467 53 Polymer Facilities (total 2 floors) 4,260 54 Polymer Facilities (total 3 floors) 4,545 54 Thin Sludge Pumping Station 355 59 Electrical Building No. 29 1,363 61 Chain Storage Building 2,618 62 Primary Operation Office and Lab 1,901 63 Fire Brick Storage Building 2,244 66 Scale House 99 67 Chemical Storage Building 686 68 Secondary Operators Office & Lab 2,123 69 Boat House 2,308 70 Boiler Room 5,536 72 Administration Building - E. Wing (total 4 96,888 73 floors)

Pumping Station 2A 74

Pump Floor 5,907 74 Bearing Floors (3 ea) 15,040 74 Motor Floor 5,907 74 Mech. Floor 5,907 74 Screenings Building 7,378 75 Chemical Building (total 2 floors) 7,800 75 Electrical Building No. 13 (total 4 floors) 17,920 77 Mechanical Electrical Buildings (total 6 each) 1,848 81 Fan House 492 82 W. Vehicle & Ground Maintenance Building - 5,702 87 1st Floor

Page 61 of 80 APPENDIX A - AREAS REQUIRING JANITORIAL SERVICES Note: Items left blank reflect information not currently available. Nevertheless, all areas listed shall be cleaned in accordance with specified requirements. Bidder shall investigate and make determinations as necessary to prepare proposal

Approx. Area Drawing Plant Location Type of Floor Floor Cleaning Required (Sq. Ft.) Item No. E. Vehicle & Ground Maintenance Building - 13,041 87 1st Floor E. Vehicle & Ground Maintenance Building - 11,692 87 2nd Floor Monorail Maintenance Building (total 2 floors) 2,436 93 Warehouse (Trades Shop) 8,918 101 Central Air Compressor Facility 2,054 102 Truck Scale 3,446 106 VFD Building 109 Chlorination Facility 20,767 110 Dechlorination Facility 19,112 111 Sludge Complex A Control Room 5,204 Area Control Center No. 4 150 Area Control Center No. 5 615 Area Control Center No. 6 2,100 Primary Pipe gallery 16,250 Sludge Complex A Pipe Gallery 8,360 WWTP Approx. Total Square Feet 1,310,416 Water Works Park Water Treatment Plant WWP Yard Concrete Sweep, Damp Mop, WWP Admin Bldg. Vinyl tiled/Carpeted Vacuum & Wax Sweep, Damp Mop, WWP Operational Services Vacuum & Wax Shops (Electric & Instrument) (Room 117, WWP 1200 Concrete Sweep, Dust Mop & Scrub 116) WWP Storage rooms (Room 114, 132) 800 Epoxy Paint Sweep, Dust Mop & Scrub WWP Garages 25,000 Concrete Sweep, Dust Mop & Scrub WWP Offices & Reception Areas (Room 201, WWP 202, 204, 205, 206, 207, 208) WWP WWP Offices( second floor) 8750 Carpeted Control room, Control room Support (Room WWP 1800 Vinyl Tiled 226, 226A) Laboratory (Room 225, 223, 222, 221, 216, WWP 2045 Vinyl 217) WWP New Admin. Bldg -2nd floor Sweep, Dust Mop & WWP WQ Lab Office –room 218 275 Vinyl Scrub Sweep, Damp Mop, & WWP WQ Lab room 220,219,215 1463 Vinyl Scrub Sweep, Damp Mop, & WWP WQ GC prep. Lab. w/hood room 221 150 Vinyl Scrub WWP WWP – 1st Floor Front entrance, all hallways, stairways, Sweep, Damp Mop, WWP Epoxy Paint/Tiled corridors Vacuum & Wax WWP Corridors Sweep, Dust Mop & Scrub WWP Kitchen & lunchroom (Room 110, 110B) 920 Vinyl Sweep, Damp Mop, WWP Training Room (Room 106) 3600 Carpeted Vacuum & Wax WWP Conference Room (Room 106A) 800 Carpeted Maintenance office, Mainten. And Repair Bay WWP 3800 Concrete Sweep, Dust Mop& Scrub (Room 120, 131) Sweep, Damp Mop, WWP Security room (Room 103) Vacuum & Wax WWP Engineering Bay (Room 129) 3200 Epoxy Paint/Vinyl Sweep, Dust Mop & Scrub WWP Library 600 Carpeted

Page 62 of 80 APPENDIX A - AREAS REQUIRING JANITORIAL SERVICES Note: Items left blank reflect information not currently available. Nevertheless, all areas listed shall be cleaned in accordance with specified requirements. Bidder shall investigate and make determinations as necessary to prepare proposal

Approx. Area Drawing Plant Location Type of Floor Floor Cleaning Required (Sq. Ft.) Item No. Sweep, Dust Mop & WWP Basement Concrete Scrub WWP Guard Houses 150 Vinyl Sweep, Dust Mop & Scrub WWP Boiler Room Vinyl Bathrooms/locker rooms with shower areas Sweep, Damp Mop, WWP Vinyl /ceramic tiled (Room 127, 128) Vacuum & Wax WWP Women Bathrooms (1st and 2nd floor) WWP Men Bathroom ( 1st and 2nd Floor) WWP Restroom (Low Lift) (Room 2605) Restroom Woman - Resid. Area (Room WWP 3418) WWP Restroom Men- Resid.Area (Room 3419) WWP Janitor Room 250 Vinyl WWP Pilot Plant Control room (Room 3218) Sweep, Dust Mop & Scrub WWP Pilot Plant (Room 3217) Sweep, Dust Mop & Scrub Sweep, Dust Mop & WWP Stairs #1, #2, #3 Scrub WWP Process Area (residuals) Epoxy paint/Vinyl Sweep, Dust Mop & Scrub WWP Residuals(Control room) 380 Concrete Sweep, Damp Mop, WWP High Lift Building 40,000 Tiled/Epoxy paint Vacuum & Wax WWP High Lift Switchgear room 4,000 Sweep, Dust Mop & WWP High Lift Boiler room 4,227 Scrub WWP Elevator (Adm.Bld) 400 Vinyl Sweep, Dust Mop& Scrub WWP Elevator (Process Area) WWP Elevator (Residual Area) WWP Elevator (South Chem.Bld.) WWP Janitorial Storage room (Room 126, 2606) WWP Main Entrance Lobby WWP Elevator Lobby

WWP Water Quality Bldg. (Old Admin. Bldg)

Sweep, Dust Mop & WWP WQB South Garage area 3800 Epoxy Paint Scrub Sweep, Damp Mop, & WWP WQB North Garage area Epoxy Paint Scrub WWP WQB Mechanical Room Cement Sweep, Dust Mop & Scrub Sweep, Damp Mop, & WWP WQB Stock room (Old Bldg) 925 Epoxy Paint Scrub Sweep, Damp Mop, WWP WQB Offices (Old Bldg) 3650 Carpeted Vacuum &Wax Entrance area hallways, Ready room& WWP Vinyl tiled Sweep, Mop & Wax kitchen, Mud room (WQB)- (Old Bldg) Bathrooms/locker room with shower( Old Sweep, Damp Mop, & WWP Ceramic tiled Bldg) Wax clean showers WWP On Premises Cleaning (Outside of Bldg.) Pickup All Litter & Refuse WWP Screen house 5,799 WWP Aux Low Lift Pump Station 11,384 WWP Raw Water Booster Station 8,521 WWP Barn 3,728 WWP Fire Station 5,454 WWP E. Building 1,754 Water Works Park WTP Approx. Total

Square Feet 148,825

Page 63 of 80 APPENDIX A - AREAS REQUIRING JANITORIAL SERVICES Note: Items left blank reflect information not currently available. Nevertheless, all areas listed shall be cleaned in accordance with specified requirements. Bidder shall investigate and make determinations as necessary to prepare proposal

Approx. Area Drawing Plant Location Type of Floor Floor Cleaning Required (Sq. Ft.) Item No. Northeast Water Treatment Plant

NE Guard Shack - Restroom and main areas NE High Lift Building - Pump Floor NE High Lift Building - Motor Floor NE High Lift Building - All Restrooms NE Low Lift Building - Motor Floor NE Low Lift Building - Operations Control Room NE Low Lift Building - Observation Ring NE Low Lift Building - All Restrooms NE Switchgear Area - 1st Floor Hallway NE Switchgear Area - Switchgear room NE Switchgear Area - Offices NE Switchgear Area - 2nd Floor NE Administration - Hallways NE Administration - Offices NE Administration - Locker Rooms NE Administration - All Restrooms NE Administration - Laboratory NE Administration - Conference Room NE Administration - Basement NE Administration - Walls NE Filter Galleries (2) - Hallways NE Filter Galleries (2) - Windows NE Wash water Area - Steam Generator area NE Chemical Bldg - Garage Area NE Chemical Bldg - Crew Room NE Chemical Bldg - Machine Shop NE Chemical Bldg - Stockroom NE Chemical Bldg - Bldg/Grounds Area NE Chemical Bldg - Loading Dock NE Chemical Bldg - Mezzanine Rapid Mix floor NE Chemical Bldg – Flocculator Gallery NE Chemical Bldg - All Restrooms NE Chemical Bldg - All Hallways NE Chemical Bldg - 2nd Floor Offices NE Pedestrian Tunnel - NE All Stairways - NE Entire Facility - All Elevators NE Entire Facility - All Exterior Windows NE Lunchroom Northeast WTP Approx.

Total Square Feet 175,000 Springwells Water Treatment Plant Stone/Treacle/Vinyl Sweep, Damp Mop, SPW Admin Laboratory, Offices, Open Areas, etc Tiles Vacuum & Wax Sweep, Damp Mop, SPW 1930 Filter Building Tiled Floor Vacuum & Wax Sweep, Damp Mop, SPW 1958 Filter Building Treacle floor Vacuum & Wax Sweep, Damp Mop, SPW 1958 Service Building Treacle Vacuum & Wax SPW Chemical Building Concrete floor Sweep, Damp Mop, SPW 1958 Flocculation Building Concrete Floor Sweep, Damp Mop,

Page 64 of 80 APPENDIX A - AREAS REQUIRING JANITORIAL SERVICES Note: Items left blank reflect information not currently available. Nevertheless, all areas listed shall be cleaned in accordance with specified requirements. Bidder shall investigate and make determinations as necessary to prepare proposal

Approx. Area Drawing Plant Location Type of Floor Floor Cleaning Required (Sq. Ft.) Item No. SPW Turbine House Treacle floor Sweep, Damp Mop, SPW Boiler House Treacle floor Sweep, Damp Mop, SPW Mezzanine Treacle floor Sweep, Dust Mop & Scrub Sweep, Damp Mop SPW Control Room Vinyl Tile Vacuum & Wax Sweep, Damp Mop, SPW Offices/lunch room in Boiler house Concrete Floor Vacuum & Wax SPW Shop area Concrete Sweep, Dust Mop & Scrub Bathrooms/Locker Rooms throughout the Different Types of SPW Sweep, Damp Mop, Plant Floors SPW Garage/Train Sheds Concrete Sweep, Dust Mop & Scrub Basement/ Pipe Gallery throughout the SPW Concrete Sweep, Dust Mop & Scrub Complex SPW Guard Shed Vinyl Tiles Sweep, Dust Mop & Scrub SPW 1930 Plant gate houses Sweep, Damp Mop, SPW Warehouse Sweep, Dust Mop & Scrub Sweep, Damp Mop SPW Pump Floor - High Lift Tiles Vacuum & Wax Sweep, Damp Mop SPW Pump Floor - Low Lift Tiles Vacuum & Wax SPW Corridors Sweep, Dust Mop & Scrub Pick up Rubbish Around the buildings SPW Pickup All Litter & Refuse throughout the complex Glass Windows & Doors Throughout the SPW facility SPW Any other area pointed by Plant staff Springwells WTP

Approx. Total Square Feet 600,000

Lake Huron Water Treatment Plant

Terrazzo tiles, vinyl Sweep, Damp Mop, LH Administration Bldg. tiles, carpet Vacuum & Wax LH Administration Bldg, Parking Garage Concrete Sweep, Damp Mop LH Filter Building Concrete Sweep, Damp Mop Concrete with LH Switch House (Red Room) Sweep, Damp Mop painted floor LH High Lift Building Main Floor Concrete Sweep, Damp Mop LH High Lift Building Lower Floor Concrete Sweep LH Access Passage Concrete Sweep, Damp Mop Terrazzo tiles, LH Chemical Building Sweep, Damp Mop Concrete LH Chemical Building Basement Concrete Sweep, Dust Mop & Scrub LH Chemical Building Mezzanine Concrete Sweep, Dust Mop & Scrub Terrazzo tiles, LH Low Lift Building Sweep, Damp Mop Concrete Ceramic tiles, LH WWWTP Building Sweep, Damp Mop concrete LH Pole Barn Concrete Sweep, Damp Mop Sweep, Damp Mop, LH Security Guard House Vinyl tiles Vacuum LH On Premises Cleaning (Outside of Bldg.) Concrete Pickup All Litter & Refuse Glass Windows & Doors Throughout the LH facility Lake Huron WTP

Approx. Total Square Feet 319,000

Page 65 of 80 APPENDIX A - AREAS REQUIRING JANITORIAL SERVICES Note: Items left blank reflect information not currently available. Nevertheless, all areas listed shall be cleaned in accordance with specified requirements. Bidder shall investigate and make determinations as necessary to prepare proposal

Approx. Area Drawing Plant Location Type of Floor Floor Cleaning Required (Sq. Ft.) Item No. Southwest Water Treatment Plant Ceramic tiles, SW Foreman Office Sweep, Damp Mop, Wax concrete Concrete with SW Machine Shop Sweep, Damp Mop, painted floor Concrete with SW Plumber Shop Sweep, Damp Mop, painted floor Concrete with SW Instrument Tech Shop Sweep, Damp Mop, painted floor Concrete with SW Electric Shop Sweep, Damp Mop, painted floor SW Plant Manager Office Vinyl tiled Sweep, Damp Mop, Wax Ceramic tiles, SW Sub-Foreman Office Sweep, Damp Mop, Wax concrete Ceramic tiles, SW Water Production Manager‟s Office Sweep, Damp Mop, Wax concrete SW Senior Water Plant Office Sweep, Damp Mop, Wax Ceramic tiles, SW Operators Booth Sweep, Damp Mop, Wax concrete SW Lab Vinyl tiled Sweep, Damp Mop, Wax SW North Filter Gallery Terrazzo tiles Sweep, Dust Mop & Scrub SW South Filter Gallery Terrazzo tiles Sweep, Dust Mop & Scrub Concrete with SW Steam Gen Room Sweep, Dust Mop painted floor Rhf Building including Operation Office & SW Concrete Sweep, & Scrub Basement Ceramic tiles, SW High Lift Area Sweep, Dust Mop & Scrub concrete Ceramic tiles, SW Low Lift Area Sweep, Dust Mop & Scrub concrete Concrete with SW Ground Crew Office Sweep, Dust Mop painted floor Concrete with SW Carbon Feed Room Sweep, Dust Mop & Scrub painted floor SW Flocculation Bldg. Concrete Sweep, Concrete with SW Stockroom Sweep, Dust Mop painted floor SW Loading Dock Concrete SW Basement and Pipe Gallery Concrete Sweep, Dust Mop & Scrub Concrete with SW Hallways Sweep, Dust Mop & Scrub painted floor SW Stairs Sweep, Dust Mop Ceramic tiles, Sweep, Damp Mop, SW Administration Bldg. concrete Vacuum & Wax Sweep, Dust, Mop & SW Rapid Mix Area Concrete Scrub SW Guard Houses Vinyl tiled Sweep, Dust Mop & Scrub SW On Premises Cleaning (Outside of Bldg.) Pickup All Litter & Refuse Sweep, Dust Mop, Scrub Conference Rooms Vinyl tiled & Wax SW Garage & Train Shed Concrete Sweep & Power Wash Concrete with Sweep, Dust Mop, & SW Waste/Paint Room painted floor Scrub Concrete with Sweep, Dust Mop, & SW SCBA Storage Room painted floor Scrub Sweep, Dust Mop, Scrub SW Lunch Room Vinyl tiled & Wax

Page 66 of 80 APPENDIX A - AREAS REQUIRING JANITORIAL SERVICES Note: Items left blank reflect information not currently available. Nevertheless, all areas listed shall be cleaned in accordance with specified requirements. Bidder shall investigate and make determinations as necessary to prepare proposal

Approx. Area Drawing Plant Location Type of Floor Floor Cleaning Required (Sq. Ft.) Item No. Sweep, Dust Mop, Scrub SW Supervisor of Filtration Office Vinyl tiled & Wax Sweep, Dust Mop, Scrub SW Lab Control Room Vinyl tiled & Wax Concrete with SW Switch Gear Room Sweep, Dust Mop, painted floor Concrete with Sweep, Dust Mop, & SW Bathrooms / Locker Rooms painted floor Scrub SW Windows & Doors Throughout the bldg. Clean Concrete with SW Air Conditioning rooms Sweep painted floor Sweep, Dust Mop, Scrub SW Second Floor Hallway Vinyl tiled & Wax SW Flocculation MCC Bldg. Concrete Sweep SW SCB (Sludge Collection Bldg.) Concrete Sweep, Dust Mop & Scrub SW Floc Bldg. Drywell Concrete Sweep SW Emergency Generator Bldg. Concrete Sweep

Southwest WTP

Approx. Total Square Feet 300,000

Treated Water Pumping Stations TWPS TWPS Pump Room TWPS Motor Room TWPS Electrical & Mechanical Rooms TWPS Control Rooms and Offices TWPS Rest Rooms and Locker Rooms Cable Chase, Header Room or Piping Rooms TWPS or Pits TWPS Stairways TWPS Platforms TWPS Other Areas Treated Water Pumping Stations 174,147 Approx. Total Square Feet

Wastewater Pumping Stations WWPS WWPS Motor Floor WWPS Bearing Floor WWPS Pump Floor WWPS Electrical & Mechanical Rooms WWPS Rest Rooms and Locker Rooms WWPS Control Rooms and Offices WWPS Stairways WWPS Other Areas Wastewater Pumping Stations 123,207 Approx. Total Square Feet West Yard Buildings

Warehouse/Garage 43,000 Office facilities 8,000 West Yard Buildings 51,000 Approx. Total Square Feet

Overall Approx. Total Square Feet 4,255,822

Page 67 of 80

City of Detroit Water and Sewerage Department

Contact Information Name of Contact:

Title: Phone:

Company:

Address: Street Address Suite #

City State ZIP Code START END When were services provided? DATE: DATE: Contact Information Name of Contact:

Title: Phone:

Company:

Address: Street Address Suite #

City State ZIP Code START END When were services provided? DATE: DATE: Contact Information Name of Contact:

Title: Phone:

Company:

Address: Street Address Suite #

City State ZIP Code START END Dates services were provided? DATE: DATE: Contact Information Name of Contact:

Title: Phone:

Company:

Address: Street Address Suite #

City State ZIP Code

START END When were services provided? DATE: DATE:

Page 68 of 80

STATEMENT OF NO BID Commercial Janitorial Services

If you are not bidding on this service/commodity, please complete and return this form to: [email protected] or Fax to 313-297-6812 / 297-6810. (Please print or type, except signature)

Purchases Agent: __LaShone Bedford______RFP # 48845 Due Date: 09/026/14

COMPANY NAME: ______

ADDRESS:______

CITY: ______STATE: ______ZIP: ______

CONTACT PERSON: ______

PHONE:______

We, the undersigned, have declined to quote on your RFP No. _____48845______

For ______because of the following reasons: (Check all that apply)

______City of Detroit payment issues (specify below)

______Although we offer this service, we have not performed services of a similar scope.

______Unclear description/specifications (specify below).

______Length of PO award is too long.

______Remove our name from this bid list only.

______Our service schedule would not permit us to perform.

______Unable to meet bond requirements.

______Other (specify below).

REMARKS: ______

Signature: ______Date: ______

Page 69 of 80

APPENDIX B - GROUP AWARDS

Group 1

SITE LOCATION CITY, STATE SQ. FOOTAGE Lake Huron Plant 3993 Metcalf Rd. Fort Gratiot, MI 319,000 Imlay 430 Wheeling Imlay City, MI 20,682 TOTAL SQ FT. 339,682

Group 2

SITE LOCATION CITY, STATE SQ. FOOTAGE Wastewater Treatment Plant 9300 W. Jefferson Detroit, MI 684,000 Livernois Center 303 S. Livernois Detroit, MI 9,500 Woodmere 9300 W. Vernor Detroit, MI 9,723 TOTAL SQ FT. 703,223

Group 3

SITE LOCATION CITY, STATE SQ. FOOTAGE Northeast Plant 11000 E. 8MI Detroit, MI 175,000 Northeast Pumping Station 11000 E. 8MI Detroit, MI 33,813 North Service Ctr. 1850 E. South Blvd. Troy, MI 31,509 Rochester Station 2851 24 MI Shelby, MI 6,560 Adams Station 6201 Adams Bloomfield, MI 9,100 Franklin Station 7404 Inkster Rd. W. Bloomfield, MI 6,770 Northwest Station 20440 James Couzens Detroit, MI 7,270 TOTAL SQ FT. 270,022

Group 4

SITE LOCATION CITY, STATE SQ. FOOTAGE Southwest Plant 14700 Moran Allen Park, MI 300,000 Electric Station 1140 Montie Lincoln Park, MI 4,784 Ford Rd. Station 26015 Ford Rd Dearborn Hgts, MI 10,400 Michigan Station 3445 Barry Wayne, MI 3,875 Joy Rd. 43127 Joy Rd. Canton Twp., MI 6,800 Ypsilanti Twp. 361 Rawsonville Van Buren Twp., MI 4,482 Wick Rd. 32280 Wick Rd. Romulus, MI 6,338 TOTAL SQ FT. 336,679

Page 70 of 80

APPENDIX B - GROUP AWARDS

Group 5

SITE LOCATION CITY, STATE SQ. FOOTAGE

MOB 735 Randolph Detroit, MI 178,827

CSF 6425 Huber Detroit, MI 959,000

Customer Serv. Ctr. (East) 13303 E. McNichols Detroit, MI 8,100 TOTAL SQ FT. 1,145,927

Group 6

SITE LOCATION CITY, STATE SQ. FOOTAGE Springwells Plant 8300 W. Warren Dearborn, MI 600,000 Customer Serv. Ctr. (West) 15600 W. Grand River Detroit, MI 5,000 West Yard 13401 W. Outer Drive Detroit, MI 51,000 Schoolcraft Station 30365 Schoolcraft Livonia, MI 7,444 West Chicago Station 28720 West Chicago Livonia, MI 5,567 West Service Center 20920 East Street Southfield, MI 14,300 Newburgh Station 36363 W. 8MI Livonia, MI 3,425 Haggerty Station 39955 W. 14MI Novi, MI 18,198 TOTAL SQ FT. 704,934

Group 7

SITE LOCATION CITY, STATE SQ. FOOTAGE Water Works Park Plant 10100 E. Jefferson Detroit, MI 275,000 Conner Creek 12244 E. Jefferson Detroit, MI 26,870 Freud Station 12300 Freud Detroit, MI 24,564 Bluehill Storm/Sanitary 17145 Mack Detroit, MI 9,129 Eastside (Canyon) 18301 E. Warren Detroit, MI 4,784 Fairview 202 Parkview Detroit, MI 16,678 Fisher 8650 E. Jefferson Detroit, MI 830 Belle Isle Sunset Dr., Belle Isle Detroit, MI 4,256 TOTAL SQ FT. 362,111

Page 71 of 80

BIDDER‟S COMPANY NAME RFP #48845 APPENDIX C - JANITORIAL SERVICES PRICING FORM

FURNISH: Specified Janitorial Services in accordance with the attached specifications at each of the Detroit Water and Sewerage Department (DWSD) facilities identified below for a three (3) year period with two (2) additional one (1) year renewal options. A. Unit prices include all services, provision of labor, equipment, materials, consumables, supplies and all other items in accordance with the Specifications, and all other work, services and obligations required by the Contract. Table 1 Unit Prices for Janitorial Services Specified or Otherwise Required by the Contract GROUP #1 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) Lake Huron Water Treatment Plant, 1. 36 3993 Metcalf Road, Fort Gratiot, MI Hours 7 am to 3:30 pm $______$______$______$______$______Imlay Pumping Station, 430 Wheeling Road, near Imlay 2. 36 City, MI Hours 7 am to 4:00 pm $______$______$______$______$______Group #1 Totals $______$______$______$______$______

GROUP #2 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) Wastewater Treatment Plant, 9300 W. Jefferson, Detroit, MI 3. 36 Hours: 7 am to 3:30 pm, Sun. – Sat. $______$______$______$______$______Wastewater Treatment Plant, 9300 W. Jefferson, Detroit, MI 4. 36 Hours: 3 pm to 11:30 pm, Sun. – Sat. $______$______$______$______$______Livernois Center, 5. 36 303 S. Livernois, Detroit, MI Hours 8 am to 3:30 pm $______$______$______$______$______Woodmere Pumping Station, 9300 6. 36 W. Vernor, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______

Group #2 Totals $______$______$______$______$______

Page 72 of 80

BIDDER‟S COMPANY NAME RFP #48845 APPENDIX C - JANITORIAL SERVICES PRICING FORM

GROUP #3 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E)

Northeast Water Plant, 11000 E. 7. 36 Eight Mile Road, Detroit, MI Hours 7 am to 3:30 pm $______$______$______$______$______Northeast Wastewater Pumping Station, 11000 E. 8 Mile Road, 8. 36 Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______North Service Center, 9. 36 1850 E. South Blvd., Troy, MI Hours 7 am to 4:00 pm $______$______$______$______$______Rochester Pumping Station, 2851 Twenty-Four Mile Road, 10. 36 Shelby, MI Hours 7 am to 4:00 pm $______$______$______$______$______

Adams Road Pumping Station, 11. 36 6201 Adams Road, Bloomfield, MI Hours 7 am to 4:00 pm $______$______$______$______$______Franklin Pumping Station, 7404 Inkster Road, W. Bloomfield, 12. 36 MI Hours 7 am to 4:00 pm $______$______$______$______$______Northwest Pumping Station, 13. 36 20440 James Couzens, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______

Group #3 Totals $______$______$______$______$______

Page 73 of 80

BIDDER‟S COMPANY NAME RFP #48845 APPENDIX C - JANITORIAL SERVICES PRICING FORM

GROUP #4 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) Southwest Water Treatment Plant, 14. 36 14700 Moran, Allen Park, MI Hours 7 am to 3:30 pm $______$______$______$______$______

Electric Avenue Pumping Station, 15. 36 1140 Montie Ave, Lincoln Park, MI Hours 7 am to 4:00 pm $______$______$______$______$______Ford Road Pumping Station, 26015 Ford Road, Dearborn 16. 36 Heights, MI Hours 7 am to 4:00 pm $______$______$______$______$______Michigan Avenue Pumping Station, 17. 36 3445 Barry, Wayne, MI Hours 7 am to 4:00 pm $______$______$______$______$______Joy Road Pumping Station, 43127 Joy Road, Canton Township, 18. 36 MI Hours 7 am to 4:00 pm $______$______$______$______$______Ypsilanti Pumping Station, 361 Rawsonville, Van Buren 19. 36 Township, MI Hours 7 am to 4:00 pm $______$______$______$______$______Wick Road Pumping Station, 32280 20. 36 Wick Road, Romulus, MI Hours 7 am to 4:00 pm $______$______$______$______$______

Group #4 Total $______$______$______$______$______

Page 74 of 80

BIDDER‟S COMPANY NAME RFP #48845 APPENDIX C - JANITORIAL SERVICES PRICING FORM

GROUP #5 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) Main Office Building (MOB) 21. 36 735 Randolph, Detroit, MI Hours 8 am to 3:30 pm $______$______$______$______$______Central Services Facility 22. 36 6425 Huber Ave., Detroit, MI Hours 7 am to 3:30 pm $______$______$______$______$______Central Services Facility 23. 36 6425 Huber Ave., Detroit, MI Hours 3:00 pm to 11:30 pm $______$______$______$______$______Customer Service Center, Eastside, 24. 36 13303 E. McNichols, Detroit, MI Hours 8:30 am to 5:00 pm $______$______$______$______$______Group #5 Total $______$______$______$______$______

GROUP #6 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) Springwells Water Treatment Plant, 25. 36 8300 W. Warren, Dearborn, MI Hours 7 am to 3:30 pm $______$______$______$______$______Customer Service Center, Westside, 15600 W. Grand River, 26. 36 Detroit, MI Hours 8:30 am to 5:00 pm $______$______$______$______$______West Yard, 27. 36 13401 West Outer Drive, Detroit, MI Hours 8 am to 3:30 pm $______$______$______$______$______Schoolcraft Pumping Station, 28. 36 30365 Schoolcraft, Livonia, MI Hours 7 am to 4:00 pm $______$______$______$______$______

Page 75 of 80

BIDDER‟S COMPANY NAME RFP #48845 APPENDIX C - JANITORIAL SERVICES PRICING FORM

GROUP #6 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) West Chicago Pumping Station, 29. 36 28720 West Chicago, Livonia, MI Hours 7 am to 4:00 pm $______$______$______$______$______West Service Center, 30. 36 20920 East Street, Southfield, MI Hours 7 am to 4:00 pm $______$______$______$______$______Newburgh Pumping Station, 31. 36 36363 W. 8 Mile Road, Livonia, MI Hours 7 am to 4:00 pm $______$______$______$______$______Haggerty Pumping Station, 32. 36 39955 W 14 Mile Road, Novi, MI Hours 7 am to 4:00 pm $______$______$______$______$______Group #6 Total $______$______$______$______$______

GROUP #7 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) Water Works Park Water Treatment Plant, 10100 E. Jefferson, Detroit, 33. 36 MI Hours 7 am to 3:30 pm $______$______$______$______$______Connor Creek Pumping Station, 34. 36 12244 E. Jefferson, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______Bluehill Storm/Sanitary Pumping Station, 35. 36 17145 Mack, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______Eastside Pumping Station (Canyon), 36. 36 18301 E. Warren, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______

Page 76 of 80

BIDDER‟S COMPANY NAME RFP #48845 APPENDIX C - JANITORIAL SERVICES PRICING FORM

GROUP #7 Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) Fairview Pumping Station, 202 37. 36 Parkview, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______Fisher Pumping Station, 8650 E. 38. 36 Jefferson, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______Belle Isle Pumping Station, Sunset 39. 36 Drive on Belle Isle, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______Freud Pumping Station, 12300 40. 36 Freud, Detroit, MI Hours 7 am to 4:00 pm $______$______$______$______$______

Group #7 Total $______$______$______$______$______

ALLOWANCES FOR ADDITIONAL SERVICES Quantity Unit Price Unit Price Unit Price Extended Price of Months Unit Price Per Quarter Annually Item Description Semi-Annually For Three (3) For Three Per Month (Para. 10.D, 11.E, (Para. 10.F, 11.G, (Para. 10.E & 11.F) Years (3) Years &12.D) & 12.E) Allowance for additional services over and above the Contract scope 41. 36 of work and to be performed only if directed in writing by the DWSD Contracting Officer. $______$______$______$______$ 50,000.00

83. TERMS OF PAYMENT:

A discount of _____% will be allowed for payment of invoice within thirty days of delivery and acceptance of the above items and vendor's invoice. Other terms less than thirty (30) days, shall not be considered. Payment terms will not be considered in determining the award of the contract(s), except in the case of tie bids. However, discounts may be offered to facilitate prompt payment.

The Detroit Water and Sewerage Department reserves the unqualified right to reject any bid which includes a provision for a service charge levied by a vendor when payment by the Detroit Water and Sewerage Department is not made within a specified time period. This paragraph supersedes paragraph 4 of the General Conditions.

Page 77 of 80

APPENDIX D - MANDATORY WALK-THRU SCHEDULE

Group 1 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE August 11, 2014 9:00 am Imlay 430 Wheeling Imlay City, MI 20,682 TRANSIT TIME / LUNCH 1:00 pm Lake Huron Plant 3993 Metcalf Rd. Fort Gratiot, MI 319,000

Group 2 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 9:00 am Wastewater Treatment Plant 9300 W. Jefferson Detroit, MI 684,000 August 12, 2014 LUNCH 2:00 pm Livernois Center 303 S. Livernois Detroit, MI 9,500 3:00 pm Woodmere 9300 W. Vernor Detroit, MI 9,723

Group 3 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 9:00 am Northeast Plant 11000 E. 8mi Detroit, MI 175,000 August 13, 2014 12:00 pm Northeast Pumping Station 11000 E. 8mi Detroit, MI 33,813 LUNCH 3:00 pm North Service Ctr. 1850 E. South Blvd. Troy, MI 31,509

Group 4 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 9:00 am Rochester Station 2851 24 mi Shelby, MI 6,560 August 20, 2014 10:30 am Adams Station 6201 Adams Bloomfield, MI 9,100 11:30 am Franklin Station 7404 Inkster Rd. W. Bloomfield, Mi 6,770 12:30 pm Northwest Station 20440 James Couzens Detroit, MI 7,270

Page 78 of 80 APPENDIX D - MANDATORY WALK-THRU SCHEDULE

Group 5 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 9:00 am Southwest Plant 14700 Moran Allen Park, MI 300,000 11:30 am Electric Station 1140 Montie Lincoln Park, MI 4,784 August 21, 2014 1:30 pm Ford Rd. Station 26015 Ford Rd Dearborn Hgts, MI 10,400 LUNCH 2:30 pm Michigan Station 3445 Barry Wayne, MI 3,875 3:30 pm Joy Rd. 43127 Joy Rd. Canton Twp., MI 6,800

Group 6 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 10:00 am Ypsilanti Twp. 361 Rawsonville Van Buren Twp., MI 4,482 August 22, 2014 11:00 am Wick Rd. 32280 Wick Rd. Romulus, MI 6,338 LUNCH 1:00 pm MOB 735 Randolph Detroit, MI 109,992

Group 7 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 9:00 am CSF 6425 Huber Detroit, MI 959,000 August 25, 2014 LUNCH 1:30 pm Customer Serv. Ctr. (East) 13303 E. McNichols Detroit, MI 8,100

Group 8 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 9:00 am Springwells Plant 8300 W. Warren Dearborn, MI 600,000 LUNCH August 26, 2014 1:30 pm Customer Serv. Ctr. (West) 15600 W. Grand River Detroit, Mi 5,000 2:30 pm West Yard 13401 W. Outer Drive Detroit, Mi 51,000 3:30 pm Schoolcraft Station 30365 Schoolcraft Livonia, MI 7,444 4:30 pm West Chicago Station 28720 West Chicago Livonia, MI 5,567

Page 79 of 80 APPENDIX D - MANDATORY WALK-THRU SCHEDULE

Group 9 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 9:00 am West Service Center 20920 East Street Southfield, MI 14,300 10:30 am Newburgh Station 36363 W. 8mi Livonia, MI 3,425 August 27, 2014 11:30 am Haggerty Station 39955 W. 14mi Novi, MI 18,198 LUNCH 1:00 pm Water Works Park Plant 10100 E. Jefferson Detroit, MI 275,000

Group 10 TIME SITE LOCATION CITY, STATE SQ. FOOTAGE 9:00 am Conner Creek 12244 E. Jefferson Detroit, MI 26,870 10:30 am Freud Station 12300 Freud Detroit, MI 24,654 11:30 am Bluehill Storm/Sanitary 17145 Mack Detroit, MI 9,129 August 28, 2014 12:30 am Eastside (Canyon) 18301 E. Warren Detroit, MI 4,784 LUNCH 2:00 pm Fairview 202 Parkview Detroit, MI 16,678 3:00 pm Fisher 8650 E. Jefferson Detroit, MI 830 4:00 pm Belle Isle Sunset Dr., Belle Isle Detroit, MI 4,256

Page 80 of 80