Satsuma City School System

P.O. Box 939 • Satsuma, 36572 Dr. Bart Reeves, Superintendent

Satsuma High School • 1 Gator Circle • Satsuma, AL 36572 p: (251) 380-8190 • f: (251) 380-8191 Robert E. Lee Elementary • 251 Baker Road • Satsuma, AL 36572 p: (251) 380-8210 • f: (251) 380-8211

August 14, 2019

SATSUMA CITY BOARD OF EDUCATION INVITATION TO BID FOR CUSTODIAL SERVICES BID # 2019-0004

The Satsuma City Board of Education (the Board) will receive sealed bids for the purchase of Custodial Services hereinafter described and specified.

In compliance with the Alabama Bid Law, Act 2009-760, Alabama Legislature Session 2009, the Board will be receiving sealed proposals for the above referenced service according to the attached bid form. Sealed bids must be received at the Satsuma City Board of Education Office, 220 Baker Road, Satsuma, AL 36572, by 10:00 a.m., on Tuesday, September 3, 2019. The bid opening will be held at this time. The official bid specifications and bid forms are enclosed.

Interested vendors are strongly encouraged to attend a pre-bid tour of the premises on Tuesday, August 27, 2019 at 3:00 pm. The meeting will begin at central office (address below). The sites involved include:

Robert E. Lee Elementary School & Annex 251 Baker Road, Satsuma Satsuma High School, Annex, & Athletic Facilities 1 Gator Circle, Satsuma Satsuma City Schools BOE/Central Office 220 Baker Road, Satsuma

The Board reserves the right to reject any and all bids. All bids are subject to board approval. Thank you for your interest in providing these services.

Sincerely,

Jason Hadley Chief School Financial Officer Satsuma City Schools

Attachments

The submission of the bid by the vendor, acceptance and award of the bid by the Board, and subsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless stipulated in the bid documents, no other contract documents shall be issued.

The undersigned, as bidder, hereby declares that I have examined all instructions and specifications and affirm that I have not been in any agreement or collusion among bidders, employees of the Board, or prospective bidders in restraint of freedom of competition. Furthermore, I understand that fraudulent and collusive bidding is a crime and can result in fines and prison sentences.

NOTICE TO ALL BIDDERS: Compliance with the Alabama Illegal Immigration Act. Vendor must be in compliance with E-Verify requirements of the Alabama Illegal Immigration Act 2011-535 and as amended in Act 2012-491 (see attached). Documents must be signed and returned with bid package. Failure to do so will result in a rejection of the submitted proposal.

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

PLEASE PRINT OR TYPE BELOW

Legal Name of Vendor: ______

Mailing Address: ______

City, State, Zip Code: ______

Telephone number: ______Fax______(List Toll Free Number if Applicable)

______Authorized Signature Authorized Name (Typed or Printed)

THIS COMPLETED FORM MUST APPEAR AS THE TOP SHEET FOR ALL BIDS SUBMITTED

INVITATION FOR BIDS

1. All bidders should submit bids on the forms provided. Bids should be placed in a sealed envelope with “Bid #2019-0004 Custodial Services, September 3, 2019, 10:00 a.m. clearly marked on the outside of the envelope. 2. All bids shall remain in force for up to sixty days after the date of bid opening and may be accepted or rejected by the Owner at any time prior to the expiration of this period. Prices are to cover the operational period of October 1, 2019 – September 30, 2020. The contract for services may be extended at the same proposed rates for two additional one-year periods. The extension may apply to one or all awarded sites and vendors. 3. All bidders are required to clearly denote prices for the specific site. The bids may be considered and awarded for each site individually. 4. All prices submitted on the proposal are to be delivered prices to a specified location in the Satsuma City School System. Satsuma City Schools are exempt from sales tax. 5. All bidders shall base their proposals on the exact schedule of materials, services, and/or equipment specified herein. 6. The Owner reserves the right to accept any or all items on any bidder’s proposal at the unit price submitted. The Owner reserves the right to reject any or all proposals and to waive technical errors if the best interest of the Owner will thereby be promoted. 7. Evidence of liability and workers compensation insurance should be provided at Bid opening. Satsuma City School System should be listed as an “Additional Insured” within five days after award of bid, and Certificates must be provided to Satsuma City School System. The contractor shall provide, at the company’s own expense, insurance as described below. (a) Worker’s Compensation and Employers Liability insurance providing coverage under the Alabama Workers Compensation Act in an amount not less than required by Alabama law. (b) Comprehensive Commercial General Liability Insurance, including Blanket Contractual and Completed Operations coverages, in an amount not less than $1,000,000 for any one occurrence for bodily injury, including death, and property damage liability. (c) Business Automobile liability insurance as required by State Law and covering any auto in an amount not less than $500,000 for any one occurrence for bodily injury, including death, and property damage liability. (d) The vendor shall include all sub-contractors as insured under its policies or shall furnish separate certificates and/or endorsements for each sub-contractor. Sub-contractors working for the vendor shall be required to carry insurance. 8. The vendor, to the fullest extent permitted by law, shall indemnify and hold harmless the Satsuma City Board of Education, its elected and appointed officials, employees, agents and specified volunteers against all claims, damages, losses and expenses, including, but not limited to, attorney’s fees, arising out of or resulting from the performance of this contract, provided that any such claim, damage, loss or expense (1) is attributable to personal injury, including bodily injury sickness, disease or death, or to injury to or destruction of tangible property, including loss of use resulting therefrom, and (2) is caused by any negligent act or omission of the vendor, or any of their sub-contractors, sub-consultants, or anyone directly or indirectly employed by any of them or anyone for whose acts they are legally liable. Such obligation should not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph.

9. The successful bidder shall provide a copy of current City of Satsuma business license within fifteen (15) days of award of the bid. 10. Vendor must be in compliance with E-Verify requirements of the Alabama Illegal Immigration Act 2011-535 and as amended in Act 2012-491 (see attached). Documents must be signed and returned with bid package. 11. The Satsuma City School System will not be responsible for any paperwork, registration, or forms associated with “dealer specials.”

METHOD OF AWARD

1. Vendors must submit a listing of all available personnel and equipment to provide the requested services. 2. Vendors must demonstrate at least five years of prior successful service provided to school districts or similar entities. Evidence must include the entity, supervisor contact information, length of service contract and service/project description. Satsuma City Schools District reserves the sole discretion to determine the validity of the submitted references. 3. References that are no longer in business cannot be used. 4. Satsuma City School District reserves the right to request information about the Vendor from any previous customer of the vendor of whom the District is aware, even if that customer is not included in the Vendor’s list of references. 5. The award will be made based upon price, validity of references and ability of vendor to demonstrate excellence in providing successful similar services to similar entities for at least five years. 6. Bidders will be responsible for furnishing all product requirements requested on the bid. 7. In the event the low bidder refuses to accept the entire requirements in a category without deviation, his bid may then be considered non-responsive. 8. A refusal by the winning bidder may result in the bid being awarded to the Owner’s second choice bidder meeting requirements and specifications. 9. The Board of Education reserves the right to accept or reject any or all bids. 10. The decision of the Board of Education will be final. 11. The award will be made in accordance with Code of Alabama, 1975 Section 16-13, B-1-B11.

CONTRACT PERIOD

The contract period shall be October 1, 2019 – September 30, 2020 with the option to renew for two additional one-year periods.

PRICING

1. Prices are not to exceed two (2) decimal places. 2. The bidder offers and agrees to furnish all items upon which prices are quoted, at the price set opposite each item, in the quantity as stated on the bid; delivered to the various locations, in amounts ordered. 3. The Board reserves the privilege to rebid or re-negotiate any item(s) if price(s) are beyond amount anticipated or negotiations are unsatisfactory.

DEFAULT

1. If at any time the vendor provides services that are not in accordance with the instructions, conditions, and specifications set forth by the Board of Education, without the consent of said Board of Education, such delivery of services shall constitute grounds for the cancellation of the contract and/or removal of this vendor from the Board’s mailing list, for not less than one (1) year. The Board of Education reserves the right to cancel the contract with thirty (30) days written notice. 2. Any vendor issuing any type of gift, stamps, premiums, or other type of favor to any employee of the Board shall constitute grounds for the cancellation of the contract and shall be excluded from the mailing list of all purchases of the Board.

SPECIAL REQUIREMENTS

1. The Board reserves the right to purchase any additional specialty services inadvertently omitted, from the vendor who is awarded. 2. The Board of Education reserves the right to cancel the contract or any category at any time without penalty if service, quality, or delivery is not satisfactory or if continuation of the contract or category is determined to be inconsistent with the best interests of the Board of Education. 3. Bidders may be disqualified and rejection of proposals may be recommended for any of (but not limited to) the following reasons: (a) Failure to use the bid forms furnished by the Satsuma City Board of Education. (b) Lack of signature by an authorized representative on the bid form. (c) Failure to properly complete the bid form. (d) Lack of vendor compliance. (e) Evidence of collusion among bidders. (f) Unauthorized alteration of the bid form. 4. The Board of Education assumes no legal liability to purchase items or services under any contract until funds are appropriated for that particular fiscal year.

CONSIDERATION AND PAYMENTS TERMS

The Board shall pay the Contractor for the services to be rendered under this agreement on a monthly basis. The successful bidder shall provide one invoice to the Board of Education at the end of each month listing costs and the level of service by facility.

FAILURE TO PERFORM

The Contractor shall not be deemed to be in default, even though it shall have failed to perform, provided that such failure to perform is a result of one of the following: 1. Any matter which is beyond the control of the Contractor such as work stoppages, vandalism, strikes, unforeseen destruction of property, riot and or insurrection. 2. Acts of nature, such as tornado, windstorms, or fire.

GENERAL PROVISIONS

1. The services to be performed by the Contractor are based upon its accepted bid to the Board of Education and this contract and such rights, privileges and responsibilities as incurred by Contractor in this agreement shall not be assigned or transferred to any other parties without the written consent of the Superintendent or his designee. 2. This agreement shall not be altered, changed or amended other than by mutual consent of the parties hereto. Mutually agreed to alterations to the Agreement must be approved by the superintendent or his designee and the Contractor or his designee. 3. The Board will serve as the sole judge in determining an equal when examining equipment or services being offered. 4. The Board reserves the right to accept or reject any or all bids. 5. Return your bid and include all required forms. Your signature on the forms is indication that you are in compliance with ALL terms of this bid proposal. 6. Choice of Law/Venue. It is expressly agreed and stipulated that this Agreement shall be deemed to have been made and to be performable in the State of Alabama, County of Mobile, and all questions concerning the validity, interpretation, or performance of any of its terms or provisions, or of any rights or obligations of the parties hereto, shall be governed by and resolved in accordance with the laws of the State of Alabama. Venue and jurisdiction shall be proper only in the Federal and State Courts located in Mobile, Alabama.

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 125- 49, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated.

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE)

(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation is this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Organization Name PR/Award Number of Project Name

Name(s) and Title(s) of Authorized Representative(s)

Signature(s) Date

Instructions for Certification

1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the reverse side in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participant in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause title "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non- Procurement List. 8. Nothing contained in the foregoing shall be construed to required establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

CITY OF SATSUMA SCHOOL SYSTEM

VENDOR MINORITY QUESTIONNAIRE

Please complete this form and return it with your bid proposal. Should you choose not to bid at this time, please complete this form and forward back to our office as soon as possible. It is necessary that you check all categories that apply to your company. Failure to comply could result in rejection of your proposal and/or removal of your name from our bidder’s list, as we are now required to provide this information to the State Department of Education.

BID # ______

VENDOR NAME: ______

ADDRESS ______

PHONE # ______

FAX #: ______

IS THE COMPANY MINORITY OWNED?: ______YES ______NO

IS THE COMPANY OWNED BY: ______MALE ______FEMALE _____BOTH

IS THE COMPANY INCORPORATED: ______YES ______NO

ETHNICITY OF OWNERSHIP:

_____ ASIAN AMERICAN _____ AMERICAN INDIAN _____ BLACK _____ DISABLED _____ HISPANIC _____ OTHER (PLEASE SPECIFY): ______

SIGNATURE: ______

PRINT NAME: ______

TITLE: ______

DATE: ______

Requirements of Vendors for Compliance with the Alabama Immigration Law

A condition for the award of a contract, bid or grant with Satsuma City School System Board of Education (the Board) requires that all such awarded contractors, vendors or grantees employing one or more employees in Alabama utilize the E-Verify program for newly hired employees. This requirement is placed upon vendors, contractors and grantees to which a contract has been awarded as a result of a competitive bid process. The compliance requirements of the Alabama Immigration Act include the following:

If your organization/entity does NOT employ one or more employees in the State of Alabama, you must submit the following:

1. Submit an updated W-9 Form. 2. A letter stating that your organization/entity DOES NOT employ one or more employees in Alabama.

If your organization/entity DOES employ one or more employees in the State of Alabama, you must submit the following:

1. Submit an updated W-9 Form. 2. Submit to the Board a copy of your E-Verify Memorandum of Understanding. If required to comply and you are not registered, you must go to the following web site to enroll in E-Verify which is a federal program that verifies the employment eligibility of all newly hired employees. http://www.uscis.gov/portal/site/uscis Go to the E-Verify Home Page to initiate enrollment. Once you go through the steps to enroll, the program will print the requested E-Verify Memorandum of Understanding. This is the document, a copy of which you must submit along with the Affidavit attached to this memo. 3. Execute and submit to the Board the attached Alabama Immigration Law Compliance Law Contract in the attached “Notice” form provided.

Please submit a W-9 Form, a copy of your E-Verify Memorandum of Understanding and a signed copy of the attached Notice of Compliance Contract along with your bid documents.

Notice of Alabama Immigration Law Compliance Requirements for Awarded Contracts or Agreements with Satsuma City School System

As a Contractor, as defined in the Act, to the SATSUMA CITY SCHOOL SYSTEM (the “Board”), it is critical to your relationship (future or continuing) with the Board that you comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act and as further amended by Act No. 2012-491.

Every contract or agreement entered into by the Board as a result of a competitive bid process from this point forward with a contractor will contain the following clause or one substantially similar:

Alabama Immigration Law Compliance Contract: Contractor agrees that it will fully comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, which makes it unlawful for an employer in Alabama to knowingly hire or continue to employ an alien who is or has become unauthorized with respect to such employment or to fail to comply with the I-9 requirements or fails to use E-Verify to verify the eligibility to legally work in the for all of its new hires who are employed to work in the State of Alabama. By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom. Contractor shall enroll in the E-Verify Program prior to performing any work, or continuing to perform any ongoing work, and shall remain enrolled throughout the entire course of its performance hereunder, and shall submit to the Board a copy of the e-Verify Memorandum of Understanding and such other documentation as the Board may require to confirm Contractor’s enrollment in the E-Verify Program. Contractor agrees not to knowingly allow any of its subcontractors, or any other party with whom it has a contract, to employ in the State of Alabama any illegal or undocumented aliens to perform any work in connection with the Project, and shall include in all of its contracts a provision substantially similar to this paragraph. If Contractor violates any term of this provision, this Agreement will be subject to immediate termination by the Board. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless the Board from any and all losses, consequential damages, expenses (including, but not limited to, attorneys’ fees), claims, suits, liabilities, fines, penalties, and any other costs arising out of or in any way related to Contractor’s failure to fulfill its obligations contained in this paragraph.

To the extent that there is no formal written contract between the Board and the Contractor, such as where business is conducted by purchase order, this document shall serve as the Alabama Immigration Compliance Contract.

Alabama Immigration Law Compliance Contract Notice Acknowledged and Agreed by Contractor whose name appears below:

______Contractor Officer or Owner Signature/Date

______Print Name/Title/Company

Please execute and return to Satsuma City School System with bid documents.

Payment/Procedure Terms

The Board has the option in place to make payments via VISA Commercial Card instead of a check for purchases from this solicitation. This form of payment significantly reduces payment time to three to five days once services are rendered and the invoice is submitted. Unless exception is noted in the bid response, the bidder, by submitting a bid agrees to accept the VISA Commercial Card as an acceptable form of payment and may not add additional services fees/handling charges to purchases made with the VISA Commercial Card.

By submitting a signed proposal for this bid, vendor is acknowledging acceptance of these payment/procedure terms.

Authorized Signature: Date:

SCOPE OF WORK/ CONTRACTOR REQUIREMENTS

1. The contractor shall furnish the on-site management, technical support, supervision, labor, equipment, materials, and products to clean the school facilities as indicated in this proposal. Contract labor shall be primarily done during non-school hours; however, some personnel will be required during the school day (see summary below).

SCHOOL-DAY LOCATION SUB LOCATION AFTER 3PM (7 AM – 3 PM)

Central Office/BOE N/A X Classrooms/Admin Offices X Lee Elementary/Annex All Other X Classrooms/Admin Offices X Satsuma High School All Other X

2. The contractor shall submit an implementation plan for custodial services at the School District, including the number of custodial employees to be used. 3. The contractor shall submit written procedures or a technical manual detailing standard and emergency cleaning processes. 4. The contractor shall submit documented programs as required by Federal, State, and Local government agencies for items such as hazardous waste management, accident reporting, right to know laws, etc. 5. The contractor shall provide a sign-in log book to be used for communication between the contractor's employees and the School District. The contractor must address any issues identified by school staff and document on log book that items were addressed. 6. The contractor shall have at least five (5) years' experience in providing custodial services at educational or similar facilities. 7. The contractor shall show evidence that it is in good financial condition (evidenced by annual reports from the preceding three (3) years if requested). 8. The contractor shall submit a list of names, positions, expertise, and telephone numbers of individuals who can provide technical support if necessary, regarding emergencies, cleaning problems, cleaning procedures, etc. The contractor shall provide the names and addresses of all employees who will have access to any School District facility. 9. The contractor shall supply a written blood borne pathogen policy and shall comply with all OSHA requirements. 10. In lieu of cleaning log sheets, Contractor will be required to address compliance issues in written form. Compliance issues will be documented through the Board’s work order system and communicated to the Contractor’s point of contact. Contractor will be required to document when and how compliance issues are addressed by emailing the Superintendent or his designee for each occurrence.

MANAGEMENT REQUIREMENTS

1. The contractor shall provide an on-site management team that will be assigned to work at the School District. 2. The on-site management team should have a minimum of three years' experience, preferably at an educational institution site. 3. The on-site management team must remain assigned to the School District site for the duration of the contract and may not be reassigned without the approval of the School District. 4. The School District may require the contractor to remove any member of the site management staff at any time without reason. 5. The on-site management team shall monitor the log book and take immediate corrective actions regarding any issues pertaining to inadequate cleaning services, failure to perform all cleaning scope of work, etc. 6. The on-site management team shall take full responsibility for taking any and all corrective actions without entering into argumentative or defensive discussions with administration or school staff. 7. Assigned duties for school-day personnel shall be under the direction and control of the school administrator. 8. Contractor must be willing and available to participate in meetings as requested to address the concerns of either party.

PRODCUTS, MATERIALS AND EQUIPMENT

1. The awarded Contractor will provide all products, materials and equipment required for the standard cleaning procedures. The products will be from a well-recognized, nationally advertised brand. Contractor must provide listing and specifications of products, materials and equipment used. 2. The contractor will supply all toilet tissue and paper towels for restrooms and sink areas; clean linens as needed for cleaning; hand soap for restrooms, sinks and kitchen; all cleaning and dusting materials and equipment; all cleaning chemicals, strippers and wax and materials needed for floors and carpets. 3. The paper products will also be supplied by the Contractor with the responsibility of inventory control resting with the contractor. 4. The yearly product usage amounts for paper will be established by the contractor based on industry standards. 5. Contractor must provide and maintain equipment. Autoscrub machines, carpet cleaners, etc., will not be provided by the Board.

LABOR UTILIZED

1. All of the regular employees utilized by the contractor shall be employees of the contractor and not be paid as contractor labor. 2. All of the employees utilized by the contractor shall be thoroughly screened using the Standards set forth by the State of Alabama and used by the School District. A criminal record check and background check shall be submitted to the School District for all of the employees assigned to the facilities. 3. The contractor must provide to all employees a thorough orientation to the School District facilities, the school's procedures, and the contractor's procedures prior to beginning any work at the School District. 4. All of the employees utilized by the contractor shall be given a thorough review of their job description, cleaning schedule, and safety procedures prior to beginning any work at the School District. 5. The School District may require the contractor to remove any employee assigned to the facilities at any time without reason. 6. The contractor shall ensure that their employees conform to the following basic procedures: (a) They shall report any property loss or damage to their supervisor immediately, and the School District within 12 hours. (b) They shall not distribute papers, boxes, materials, etc., except to designated trash Receptacles. (c) They shall not open drawers, file cabinets, etc., or use any School District telephone without permission. (d) They shall not leave keys in doors nor admit anyone into any office or building who is not an authorized employee of the contractor. All locked doors shall be locked immediately after the area is cleaned. (e) They shall not clean, move or use any office equipment or lab equipment. (f) They shall not engage in idle or unnecessary conversation with School District employees, students, and/or visitors. (g) They shall not remove any article or materials from the School District property regardless of value, including items found in trash cans or dumpsters. (h) They shall obey all School District safety rules. (i) They are to wear a badge or easily observed insignia identifying the company to which employed with the company name. (j) They shall not improperly dispose of harmful cleaning products and chemicals and shall not dispose of floor strippers and wax down school drains or improperly into City water supply. Strong cleaning chemicals may be disposed into the mop sinks in the kitchen area as these sinks have a trap.

STANDARD CLEANING FREQUENCIES Updated 6/18/2019

D = DAILY W = WEEKLY B = BREAK (FALL, WINTER, SPRING, SUMMER) A = ANNUALLY DESCRIPTION D W B A

(A) CLASSROOMS, OFFICES, AND LOUNGES Dust mop hard floors; remove gum and scuff marks X Wet mop hard floors X Vacuum carpet/entrance mats X Spot clean small spots and stains from carpet X Clean carpet stains X Empty trash cans, wet wipe and replace liners X Clean/disinfect desks, tables, knobs, switches, and touch points X Return furniture to initial position X Clean/sanitize sinks & fountains; Restock dispensers X Clean interior windows X Clean exterior windows X Spray buff/burnish hard floors X Clean baseboards and corners of hard floors X Clean walls, doors, blinds, mirrors and vents (floor to ceiling) and surrounding ceiling areas that are affected by debris from X vents Strip, machine scrub and apply one coat of finish to hard floors X Deep clean carpets using hot water extraction method X Apply 3M Scotch Guard to carpet X Clean light fixtures X

(B) HALLS, CORRIDORS AND LOBBIES Dust mop hard floors; remove gum and scuff marks X Wet mop or autoscrub floors X Spray buff/burnish floors X Clean baseboards and corners of hard floors X Vacuum carpet/entrance mats X Spot clean small spots and stains from carpet X Clean carpet stains X Remove graffiti X Empty trash cans, wet wipe and replace liners X Clean/disinfect desks, tables, knobs, switches, and touch points X

STANDARD CLEANING FREQUENCIES Updated 6/18/2019

D = DAILY W = WEEKLY B = BREAK (FALL, WINTER, SPRING, SUMMER) A = ANNUALLY DESCRIPTION D W B A

(B) HALLS, CORRIDORS AND LOBBIES (CON’T) Dust all ledges, horizontal surfaces, counters, locker tops, X equipment, and fire extinguishers Return furniture to initial position X Clean/sanitize sinks & fountains; Restock dispensers X Clean interior and exterior windows X Clean walls, doors, blinds, and vents (floor to ceiling) X Clean display cases inside and out X Clean walls, doors, blinds, mirrors and vents (floor to ceiling) and surrounding ceiling areas that are affected by debris from X vents Strip, machine scrub and apply one coat of finish to hard floors X Deep clean carpets using hot water extraction method X Apply 3M Scotch Guard to carpet X Clean light fixtures X

(C) REST ROOMS, LOCKER ROOMS, CHANGING ROOMS & SHOWERS (Includes softball field, hitting facility, football field house and stadium rest rooms) Wet mop/disinfect floor and baseboards X Remove graffiti (See note 5) X Empty trash cans and sanitary napkin receptacles, wet wipe and X replace liners Clean/disinfect handles, switches, and touch points X Clean and sanitize inside and outside of wash bowls, counters, X commodes, and urinals Clean/sanitize sinks & fountains; Refill hand towels, soap, paper X towels, and sanitary products Wet wipe mirrors and all dispensers X Polish metal fixtures and hardware Clean partitions, walls and doors (floor to ceiling) X Clean walls, doors, blinds, mirrors and vents (floor to ceiling) and surrounding ceiling areas that are affected by debris from X vents Strip, machine scrub and apply one coat of finish X Clean light fixtures X

STANDARD CLEANING FREQUENCIES Updated 6/18/2019

D = DAILY W = WEEKLY B = BREAK (FALL, WINTER, SPRING, SUMMER) A = ANNUALLY DESCRIPTION D W B A

(D) WEIGHT ROOMS, EXERCISE ROOMS Dust mop X Wet mop spills X Wet mop/autoscrub and disinfect floor mats X Vacuum carpet/entrance mats X Empty trash cans and sanitary napkin receptacles, wet wipe and X replace liners Clean/sanitize fountains X Remove graffiti (See note 5) X Clean/disinfect handles, switches, equipment, and touch points X Clean walls, doors, blinds, mirrors and vents (floor to ceiling) X and surrounding areas that are affected by debris from vents Clean light fixtures X

(E) CLOSETS (JANITOR, SUPPLY, ETC.) Scrub walls and sinks X Sweep and wet mop floor X Strip, machine scrub and apply one coat of finish to hard floors X

(F) STORAGE AND MECHANICAL ROOMS Sweep and wet mop floor X

(G) OUTSIDE OF BUILDING/CAMPUS ATHLETIC VENUES Keep Grounds and areas around building free of trash, X including dumpster areas Unload custodial supply trucks Upon delivery Empty trash from outdoor receptacles; Move applicable X receptacles to appropriate location for automated pickup

(H) CAFETERIA AND KITCHEN Wet mop dining floor after lunch break Mon – Wed - Fri Autoscrub dining floor X Deep scrub kitchen floor to include drains X Strip, machine scrub and apply one coat of finish to dining X Wash and clean all ceiling vents and ceiling fixtures during summer cleaning – kitchen and dining area. X (This refers to ceilings that are accessible without the use of a scissor lift)

STANDARD CLEANING FREQUENCIES Updated 6/18/2019

D = DAILY W = WEEKLY B = BREAK (FALL, WINTER, SPRING, SUMMER) A = ANNUALLY DESCRIPTION D W B A

(I) GYMNASIUMS Dust mop X Wet mop spills X Clean bleachers and under bleachers X Vacuum carpet/entrance mats X Empty trash cans, wet wipe and replace liners X Autoscrub floor (REL & SHS Annex Only) X Wet mop stage (REL & SHS Annex Only) X

NOTES & CLARIFICATIONS 1. All rooms must be secured once cleaning is complete – turn off the lights and lock the doors. 2. If classroom boards have material prepared on them, they are not to be disturbed. 3. Locker room showers are used by students. Any shower or rest room areas must be cleaned as per requirements for restrooms. 4. Breaks Summer Break Jun & Jul (2 months) Fall Break Mid Oct (3 days) Winter Break End of Dec (7 days, less holiday) Spring Break Mid Apr (5 days) 5. Graffiti - Threatening or derogatory graffiti must be immediately reported to an administrator. 6. Inactive Areas – Inactive areas will not be subject to the standard cleaning frequencies. These areas will be clearly marked on the attached campus maps. If an area is not marker “inactive,” it is included in the standard cleaning frequencies.

CAMPUS MAPS

Central Office/Board of Education (10,800 ft2)

Lee Elementary

Main Building (51,882 ft2)

Gym/Cafeteria (16,782 ft2)

CAMPUS MAP

Lee Elementary Annex Building – Renovated Wing (21,000 ft2)

NO DAILY, WEEKLY, OR BREAK SERVICE REQUIRED

Satsuma High School Annex & Athletic Facilities (32,300 ft2)

NO DAILY, WEEKLY, OR BREAK SERVICE REQUIRED

CAMPUS MAP

Satsuma High School Main Building (140,566 ft2)

NO DAILY, WEEKLY, OR BREAK SERVICE REQUIRED

Satsuma City Schools Custodial Services Bid 2019-0004

PRICING & MANHOUR SUMMARY

AVERAGE NO. EMPLOYEES PER DAY ANNUAL ANNUAL LOCATION PRICE* MANHOURS DAY SHIFT EVENING SHIFT

Central Office/BOE

Lee Elementary/Annex

Satsuma High School * All inclusive (Labor, Products, Materials, & Equipment)

Attach a list of standard cleaning and paper products normally used by Contractor for providing Custodial Services, including the brand names of the products.

The undersigned agrees to furnish custodial services for the Satsuma City Board of Education in accordance with specifications and at the quoted prices.

COMPANY

ADDRESS

PHONE

FAX

PRIMARY CONTACT

EMAIL ADDRESS

Print Name Title

Signature Date

ATTACH A LIST OF REFERENCES TO DEMONSTRATE FIVE YEARS OF SUCCESSFUL CUSTODIAL SERVICES TO INCLUDE THE FOLLOWING:

• ENTITY NAME • SUPERVISORY CONTACT INFORMATION • LENGTH OF CONTRACT • DESCRIPTION OF CONTRACT AND SERVICES PROVIDED