Invitation to Bid for Janitorial and Cleaning Services Harrison Avenue Facility ITB #

Similar documents
Request for Proposal CLEANING SERVICES FOR FAIR HAVEN COMMUNITY HEALTH CENTER. Fair Haven Health Community Health Center, Inc.

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION

EPISCOPAL CHURCH OF OUR SAVIOUR REQUEST FOR PROPOSAL FOR JANITORIAL AND CLEANING SERVICES FOR CHURCH SANTUARY, CHURCH OFFICE AND UNDERCROFT

SERVICES REQUEST FOR PROPOSAL (RFP) FOR JANITORIAL

REQUEST FOR PROPOSALS. Cleaning for Victory Ridge Academy

TITLE PAGE FLORIDA DEPARTMENT OF HEALTH DOH REQUEST FOR PROPOSALS (RFP) FOR Janitorial Services CMS

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Northeast Alabama Community College

Request for Proposals

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

GREENVILLE-SPARTANBURG AIRPORT DISTRICT REQUEST FOR PROPOSALS GREENVILLE-SPARTANBURG INTERNATIONAL AIRPORT JANITORIAL SERVICES CONTRACT AUGUST 1, 2017

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

ROLLING RIVER SCHOOL DIVISION REGULATION

NORWIN SCHOOL DISTRICT JOB DESCRIPTION. Custodian/Shop Utility Worker (Class III)

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

NORWIN SCHOOL DISTRICT JOB DESCRIPTION. Head Custodian First Shift (Class II)

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

SENIOR FOOD PRODUCTION UTILITY WORKER

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSAL FOR BUILDING LEASE

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

NORWIN SCHOOL DISTRICT JOB DESCRIPTION. Head Custodian First Shift High School (Class II)

Arizona Department of Education

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

The following specific criteria will be evaluated and must be addressed in the proposal:

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

Panhandle Area Educational Consortium. Website Development. Bid #16-06

Redevelopment Authority of Allegheny County

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Request for Proposals. For RFP # 2011-OOC-KDA-00

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

TORs for Cleaning Services- UNHCR Egypt

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

Social Media Management System

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL

St. Michael s Lutheran Church Church Custodian

SECOND REQUEST FOR PROPOSALS. for

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Knights Ferry Elementary School District

REQUEST FOR PROPOSAL (RFP) Design And Construction NEW RESTROOM CONSTRUCTION

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

NORTHWEST FLORIDA STATE COLLEGE FOUNDATION, INC. REQUEST FOR PROPOSALS FOR RFP MAJOR GIFTS CAMPAIGN/FUNDRAISING CONSULTANT

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

Request for Qualifications CULTURAL COMPETENCY TRAINING

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

Request for Proposals

Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

State of Florida Department of Transportation

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

Elementary School District office.

RE: Request for Proposal Number GCHP081517

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

Request for Proposal. Independent Living

REQUEST FOR PROPOSALS. Sage Seniors Association. Health Services for Seniors Mobile Health Service Providers

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

State of Florida Department of Children and Families

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

REQUEST FOR PROPOSALS

Tallahassee Community College

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

Transcription:

Invitation to Bid for Janitorial and Cleaning Services Harrison Avenue Facility ITB # 02-2017 Big Bend Community Based Care, Inc. 525 N. Martin Luther King Jr. Blvd. Tallahassee, FL 32301 Page 1 of 16

TABLE OF CONTENTS 1.0 OVERVIEW...4 1.1 PURPOSE...4 1.2 BACKGROUND....4 1.3 MISSION...4 1.4 VISION....4 2.0 PROCUREMENT DETAILS AND QUALIFICATIONS...5 2.1 DETAILS........5 2.2 QUALIFICATION REQUIREMENTS..........6 3.0 SCOPE...7 3.1 BACKGROUND...7 3.2 QUALIFICATIONS...7 3.3 VALID BID....8 3.4 EMPLOYMENT ELIGIBILITY VERIFICATION...8 3.5 BID SUBMISSION.....8 3.5.1 GENERAL......8 3.5.2 DELIVERY OF BIDS....9 4.0 BID PROCESS, SCHEDULE, FORMAT, EVALUATION...9 4.1 ITB PROCESS...9 4.2 SCHEDULE OF EVENTS...10 4.3 BID FORMAT...10 4.3.1 CONTENT...10 4.3.2 ORGANIZATION...11 4.4 BID EVALUATION...11 4.5 BID SPECIFICATIONS...12 Page 2 of 16

4.6 PROCEDURE FOR PROTEST...14 ATTACHMENTS ATTACHMENT A, Bid Tabulation... 15 ATTACHMENT B, Bid Evaluation Documentation. 16 Page 3 of 16

1.0 OVERVIEW 1.1 Purpose Big Bend Community Based Care, Inc. (BBCBC) is requesting competitive bids from qualified janitorial and cleaning services for the Harrison Avenue facility at 910 Harrison Avenue, Panama City, Florida 32405. The facility has approximately 57,204 square feet of usable space and a lobby/reception space, individual offices, conference rooms, rest rooms, data and file rooms, staff lounge, training room, vending, and children s play area. 1.2 Background Big Bend Community Based Care, Inc. is a private, not for profit organization selected by the Florida Department of Children and Families (DCF) as the lead agency responsible for the privatization of child protection services in Bay, Calhoun, Franklin, Gadsden, Gulf, Holmes, Jackson, Jefferson, Leon, Liberty, Wakulla and Washington Counties (Circuits 2 and 14) and as the Managing Entity for Substance Abuse and Mental Health services for the Northwest Region which includes Bay, Calhoun, Escambia, Franklin, Gadsden, Gulf, Holmes, Jackson, Jefferson, Okaloosa, Leon, Liberty, Madison, Santa Rosa, Taylor, Wakulla, Walton, and Washington counties (Circuits 1, 2, 3 and 14). The agency develops and manages a comprehensive, community based system of care for abused, neglected and abandoned children and their families. BBCBC is committed to promoting the welfare of children through abuse/neglect prevention services, in home care, foster care, and adoption, as outlined in section 409.990, F.S. In order to ensure the safety, security, and well-being of every child, BBCBC has created a continuum of care for Circuit 2 and 14 children and families to address the prevention, intervention and treatment of child abuse and neglect. BBCBC has an established local community board comprised of strong community advocates who represent diverse career leadership. 1.3 Mission At Big Bend Community Based Care our sole purpose is to provide the highest quality child welfare, substance abuse and mental health services to children, adults and their families within their communities through a managed network of accredited providers. 1.4 Vision Our vision is to create local ownership and effective integration of the child welfare and substance abusemental health systems in each of our 18 communities. By doing so, we believe that the quality of life for children, adults and families we serve will dramatically improve, resulting in personal independence and stronger communities. Page 4 of 16

2.0 PROCUREMENT DETAILS AND QUALIFICATIONS 2.1 Details Authority: This Invitation to Bid (ITB) is issued under the provisions of the BBCBC and the DCF Contracts BJ101 and AHME1, Florida Statutes and its Florida Administrative Code. All prospective applicants are charged with presumptive knowledge of all requirements of the cited authorities. Submission of a valid executed bids application by a prospective applicant shall constitute admission of such knowledge on the part of such prospective applicant. Submission of Questions: Applicants may submit written questions electronically to the ITB Contact Person identified in Section 4.1 of this document by December 20, 2017 at 2:00 PM EST (1:00 PM CST). Only those communications that are in writing, electronically, to the BBCBC Contract Manager may be considered as duly authorized expressions on behalf of BBCBC. Only written inquiries from potential service vendors, which are signed by persons authorized to contractually bind that company, will be recognized by BBCBC as duly authorized expressions on behalf of the service vendor. The only recognized exceptions are the questions that may be answered during Mandatory Site Visit. Public Inspection: Procurement files shall be open to public inspection after a contract has been awarded and executed by all parties. ITB Addenda: BBCBC reserves the right to amend this ITB at any time. Cancellation of ITB: The ITB may be canceled when it is determined to be in the best interest of BBCBC. Costs for Bid Preparation: Any cost incurred by the applicant in preparing or submitting a bid is the sole responsibility of the applicant. Rejection of Bids: BBCBC reserves the right to reject any and all responses to this ITB and/or to withdraw this ITB at any time. BBCBC reserves the right to reject any and all bids or to waive minor irregularities when to do so would be in the best interest of BBCBC. A minor irregularity is defined as a variation from the ITB terms and a condition which does not affect the price of the bid or give the prospective applicant an advantage or benefit not enjoyed by other prospective applicants or does not adversely impact the interest of the agency. At its option, BBCBC may correct minor irregularities in any response to this ITB and/or make minor modifications to the requirements of this ITB when to do so would be in the best interest of BBCBC. BBCBC is under no obligation to make any such corrections or modifications and in no instance shall BBCBC assume liability to any respondent to this ITB. Evaluations of Bids: All valid bids received will be reviewed by the Evaluation Committee. Recommendations will be made to the BBCBC Finance Committee and the final approval will be made by the BBCBC Board of Directors. Notice of Award: Decisions shall be posted on the BBCBC website upon completion of the evaluation. Any agreement arising out of this solicitation is subject to the approval of BBCBC as to form, and to all further approvals, including any approvals required by statute, regulation, rule, order or other directive. No work Page 5 of 16

is to be undertaken by the awardee prior to the contract commencement date. BBCBC is not liable for any costs incurred prior to the official starting date. Availability of Funds: The award of a contract and any allowed renewal or extension thereof, is subject to allotments made by BBCBC and subject to the availability of State and/or Federal funds. Wages and Labor Law Compliance: Prior to contract execution for service contract in excess of $1.00, the vendor shall certify, if applicable, that it complies with all state of Florida labor and wage regulations. Compliance with all Applicable State Business and Employment Laws: All vendor contracts shall comply with all laws governing entities doing business in the State of Florida and must be in good standing. Prior to contracting, owners of all forms of business doing business in the State except sole proprietorships, charitable organizations unincorporated associations and foreign insurance companies shall register and be in good standing with the Florida Department of Corporations, Business Registration Division. Foreign entities/companies must register with the Florida Department of State, Division of Corporations. More information is available at the Florida Department of Corporations website. Under Florida law a foreign corporation is a for profit corporation incorporated under laws outside of Florida (subsection 606.01401(12), F.S.). A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State. (subsection 607.1501(1), F.S.). Sunshine Law: BBCBC reserves the right to retain all copies of vendor bids submitted in response to this ITB. You are hereby notified that under section 119.07, F.S., ( Florida s Sunshine Law ) bids submitted in response to this solicitation cannot be granted immunity from public scrutiny. All information submitted must be made available to the public for examination, if so requested. Vendor requests to hold certain submitted materials in confidence cannot be honored. If it is essential to your organization that certain materials are kept confidential, and they are a required element of this ITB, it is recommended that you decline to respond to this solicitation. Campaign Contributions by State and County Contractors: Contractors are hereby notified that campaign contributions are prohibited from specified State or county government contractors during the term of the contract if the contractors are paid with funds appropriated by a legislative body. For more information, visit the Florida Department of State Website. Subcontractors: Vendor must describe in the bids, all responsibilities that vendor anticipates assigning or subcontracting, identify the subcontractor and also describe how vendor will manage these subcontractors. Licenses and Permits: Vendor shall obtain and pay for all necessary licenses, permits, and related documents, required; to comply with the bid. Vendor shall save and hold harmless BBCBC as a result of any infraction of the fore mentioned. Vendor shall provide all applicable licenses as a part of the bid. 2.2 Qualification Requirements All janitorial vendors interested in submitting a bid must meet the following qualification requirements in order for their submission to be reviewed and considered for contract. Institutions not meeting these Page 6 of 16

minimum requirements need not apply. Failure to have performed any previous contractual obligations with BBCBC or the State of Florida in a manner satisfactory to BBCBC or DCF may be sufficient cause for disqualification. To be disqualified as a Respondent under this provision, the Respondent must have: 1) Previously failed to satisfactorily perform in a contract with BBCBC or DCF, been notified by BBCBC or DCF of unsatisfactory performance, and failed to correct the unsatisfactory performance to the satisfaction of BBCBC or DCF; or 2) Had a contract terminated by BBCBC or DCF. 3.0 SCOPE 3.1 Background To be considered for selection, submitting bidders shall meet certain qualifications which include, but are not limited to, the following: Be capable of providing the services sought by the agency three weekdays per week - Monday, Wednesday, and Friday; Agree to commence provision of services as of February 1, 2018; Be licensed as a business; Be bonded and insured; Service vendor shall furnish all cleaning/maintenance equipment and cleaning supplies as required, including, but not limited to, drinking cups at water fountains, adequate trash receptacle liners, (liquid) hand soap, and doormats at entrances to the facility; All supplies are to be of good quality acceptable in the janitorial profession and of satisfactory quality suitable to the needs of the personnel. 3.2 Qualifications In accordance with sections 607.1501, 608.501, and 620.169, F.S., foreign corporations, foreign limited liability companies, and foreign limited partnerships must be authorized to do business in the State of Florida. Such authorization should be obtained by the bid due date and time, but in any case, must be obtained and provided to the BBCBC Contract Manager prior to posting of the intended award of the contract. For authorization, contact: Florida Department of State, Tallahassee, Florida 32399, (850) 245-6051. Submitting vendor shall provide three (3) professional references including points of contact with valid addresses, email, and phone numbers. Please include any not-for-profit references. BBCBC reserves the right to contact all references to verify experience. Page 7 of 16

3.3 Valid Bid Responsive offer means a person or firm that has submitted a bid that conforms in all material respects to the ITB as posted. Only a responsive offer in full compliance with the ITB specifications and conditions by a responsible person or firm will be evaluated. The responsiveness of a bid shall be determined based on the documents submitted by the bidding vendor and by the vendor s documented attendance at the Mandatory Site Visit. Vendors shall submit one (1) bid with original signatures and three (3) copies of the bid. The responsiveness of the bid is the responsibility of the Bidder and will be determined during the evaluation process. Responsible or Qualified Bidder means a person or firm with the capability in all respects to perform fully the contract requirements and the integrity and reliability to assure good faith performance. Failure to provide information to determine responsibility in response to a condition of a bid requiring information may be cause for such bid to be rejected. 3.4 Employment Eligibility Verification: Executive Order 11-02, signed January 4, 2011, by the Governor of Florida, requires contracts to expressly require that Vendor utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment of eligibility of: All persons employed during the Contract term by Vendor to perform employment duties within Florida; and All persons (including subcontractors) assigned by Vendor to perform work pursuant to this Contract (i.e., the Vendor must require its subcontractors to utilize the E-Verify system for its employees assigned to this Contract). E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, Employment Eligibility Verification, to determine the eligibility of all new employees hired to work in the United States. There is no charge to employers to use E-Verify. The Department of Homeland Security s E-Verify system can be found at: http://www.dhs.gov/files/programs/gc_1185221678150.shtm Compliance with the requirements of this section is required prior to commencing performance under any Contract issued as a result of this solicitation. 3.5 Bid Submission 3.5.1 General Sealed bids will be received until January 10, 2018 at 2:00 PM (1:00 PM CST) at the address listed in Section 3.5.2. Bids not received at that location, or after that time and date, will not be considered. By submitting a bid, the bidder represents that it understands and accepts the terms and conditions to be met and the Page 8 of 16

character, quality and scope of services to be provided. All bids and associated forms must be signed and dated in ink by a duly authorized representative of the bidder. Each bidder must fully acquaint themselves with the conditions relating to the performance of services under the conditions of this solicitation. Bidder shall submit one (1) original and three (3) copies of the bid with original signatures. The ITB number, opening date and time should appear on the envelope of the bid. BBCBC does not currently accept electronic submissions. 3.5.2 Delivery of Bids Delivery of sealed bids is to be made in person or by carrier to the following address: Big Bend Community Based Care, Inc. Margaret Petronio, Contract Manager 525 N. Martin Luther King, Jr. Blvd. Tallahassee, FL 32301 NO FAXED OR ELECTRONIC SUBMISSIONS WILL BE ACCEPTED Payment will be made on a monthly basis after services have been rendered satisfactorily by the vendor. 4.0 BID PROCESS, SCHEDULE, FORMAT, EVALUATION 4.1 ITB Process A Mandatory Site Visit is scheduled for December 13, 2017 at 3:00 PM EST (2:00 PM CST) on location at the Harrison Avenue Facility at 910 Harrison Avenue, Panama City, Florida 32405. A bid will be rejected and no longer considered for award if received from a vendor who has not signed in during the Mandatory Site Visit. Questions shall be submitted electronically to margaret.petronio@bigbendcbc.org no later than December 20, 2017 at 2:00 PM EST (1:00 PM CST). No inquiries shall be entertained via telephone. Submissions received after this deadline may not be answered. Written and complete bids must be received no later than January 10, 2018 at 2:00 PM (1:00 PM CST). Written and complete hard-copy bids shall be delivered to the following address: Big Bend Community Based Care, Inc. Margaret Petronio, Contract Manager 525 N. Martin Luther King, Jr. Blvd. Tallahassee, FL 32301 Page 9 of 16

Please do not call or otherwise contact other members of BBCBC management, staff or Board of Directors. Any firm violating this restriction will be removed from consideration. The sealed bids will be opened by BBCBC s contract personnel at 525 North Martin Luther King Jr. Blvd., Tallahassee, Florida 32301 on January 10, 2018, at 3:30 PM EST (4:00 PM CST). The names and addresses of all respondents will be read at the opening. All bid openings are open to the public. 4.2 Schedule of Events Date December 4, 2017 December 13, 2017 December 20, 2017 January 3, 2018 January 10, 2018 January 10, 2018 January 17, 2018 Action Issue date of the ITB Mandatory Site Visit; Harrison Avenue Facility at 910 Harrison Avenue, Panama City, Florida 32405 3:00 PM EST (2:00 PM CST) All questions about the ITB must be submitted in writing to Margaret Petronio, Contract Manager, by 2:00 PM EST (1:00 PM CST) (may be submitted earlier) Written public responses to written inquires will be posted on BBCBC website, www.bigbendcbc.org All Bids Due no later than 2:00 PM EST (1:00 PM CST) Bid Opening at 5:00 PM EST (4:00 PM CST). Opening location will be at 525 North Martin Luther King Jr., Blvd., Tallahassee, FL 32301 Post Bid Tab and Notice of Intended Award 4.3 Bid Format 4.3.1 Content Bids shall be submitted to BBCBC addressing the items as shown below. A written response is required for each item. Failure to answer any of the items will impact an applicant s score. Applicants are strongly encouraged to review evaluation criteria when completing the bid. A bid narrative shall be submitted and shall address the following items as presented in Section 3.0 of this ITB: Background Page 10 of 16

Qualifications Experience (including three (3) current references) Personnel Cost for services 4.3.2 Organization The bids shall be organized as follows: Cover Page including: o o o o o Name of Respondent (organization); Name and title of Single Point of Contact (POC); POC telephone number including extension; POC email address; POC physical address; Bid Narrative (maximum length is ten (10) pages); Cost by month for services as outlined in this ITB (see Section 4.5, Bid Specifications, for more details); and Additional attachments supporting the bid. Bids shall be printed on 8½ x 11 paper only, using no less than 12-point font with one-inch page margins. Narrative sections should be single spaced, with each section clearly defined. 4.4 Bid Evaluation The evaluation of bids received in response to this ITB will be conducted comprehensively, fairly and impartially. The Evaluation Committee of designated reviewers shall review and evaluate bids. When an evaluation committee is utilized, the committee will be comprised of individuals with experience in, knowledge of, and janitorial/cleaning services. Bids will be evaluated using the following criteria: Cost of performing the service; Experience and credentials of the organization; Prior experience with similar projects and successful completion of same; and Page 11 of 16

Other supportive considerations as documented in the submitted bid. No single factor, such as cost, will determine the final decision to award. During the review of the submitted bid, the Evaluation Committee may, at its discretion, request a telephone or teleconference to further discuss the submitted bid. Such discussions will provide applicants with an opportunity to answer any questions the committee may have on the submitted bid. Not all applicants may be contacted for further discussion. BBCBC will not be liable for any costs incurred by the applicant in connection with these discussions. 4.5 Bid Specifications Cleaning of the facility should be carried out in accordance with the chart below. FLOORS WEEKLY: SEMI-ANNUALLY: ANNUALLY: Carpeted Areas -- Vacuum; Non-carpeted Areas -- Dust mop; Remove gum and other material; Spot damp mop to remove stains or spots. Non-carpeted Areas -- Damp mop and spray buff. Machine clean carpets in hallways. Other areas to be cleaned if their condition so dictates; Strip, reseal, and wax all normally waxed floors. Machine clean all carpets throughout the facility. WALLS, CEILINGS, INTERIOR DOORS, LEDGES, ETC. WEEKLY: MONTHLY: ANNUALLY: Spot clean; Clean light switch plates and surrounding wall areas; Dust windowsills, ledges, fixtures, etc. Dust or vacuum HVAC registers. Clean all light fixture diffusers and dust light bulbs. WINDOWS AND GLASS SEMI-ANNUALLY: Spot clean entrances and vicinity glass, both inside and out; Spot clean directory and internal glass or windows. Clean inside of external windows. WATER FOUNTAINS Page 12 of 16

Clean and sanitize; Replenish supply of disposable cups (if applicable) FURNISHINGS AS NEEDED, BUT AT LEAST WEEKLY: SEMI-ANNUALLY: Dust tables, chairs, desks, credenzas, file cabinets, bookcases, etc.; Do not disturb any papers lying on desks or cabinets; Dust and clean all ornamental wall decorations, pictures, charts, chalkboards, etc.; Dust draperies, venetian blinds, or curtains. Vacuum all drapes, venetian blinds, or curtains. TRASH AND REFUSE Empty and clean all trash receptacles. Receptacle liners are to be used. Change as necessary; Remove all collected trash to external dumpsters or trash containers; In conference rooms, reception areas, etc., remove accumulated trash (i.e., paper cups, soda cans, etc.). CIGAREETE URNS AND ASHTRAYS Empty and clean all cigarette urns; Empty and damp wipe all ashtrays. ELEVATORS (If Applicable) WEEKLY: If carpeted, vacuum; If not carpeted, dust mop, remove gum and other materials, spot damp mop to remove stains or spots. Clean hardware and control panels. Vacuum door tracks; Damp mop floors and spray buff if not carpeted. STAIRWELLS (If Applicable) Remove accumulated trash; Spot sweep as required. Page 13 of 16

WEEKLY: Sweep; Dust mop to remove stains; Dust handrails, ledges, etc.; Spot clean walls and doors. RESTROOMS MONTHLY: Maintain in a clean and sanitary condition: floors, walls, doors, stalls, partitions, shelves, sinks, commodes, urinals, bath facilities, soap and towel dispensers; Clean and polish mirrors; Empty and sanitize trash and sanitary napkin receptacles; Replenish supplies of tissue, towels, and soap; Check and replace, as necessary, deodorizer bars/room air fresheners. Clean ceramic tile surfaces with a strong cleaner or bleach so that the tile and grout have a uniform color. LOUNGE AND KITCHEN AREAS (If Applicable) Clean and sanitize sinks and counter areas. EXTERIOR WEEKLY: Sweep outside area immediately adjacent to the building entrances; Keep parking lit and surrounding grass areas free of trash. Sweep all exterior access areas (i.e., sidewalks, porches, verandas, etc.). Bids shall include a breakdown of cost per component for all service tasks as listed in the chart, above. Bids shall also include a cost breakdown for services both with and without paper goods. BBCBC, at its option, may make a la carte selections in accordance to its needs. 4.6 Procedure For Protest Protests must be submitted to the BBCBC contract person responsible for the ITN, Margaret Petronio, Contract Manager, in writing during the bid process or within 72 hours from announcement of Intent to Award. Failure to submit protest within the prescribed timeline will result in the forfeiture of the Bidder s right to file protest. The protest will be reviewed with the BBCBC Chief Operations Officer who will issue a recommendation to BBCBC s CEO. A written response will be provided to the Bidder within 30 days of receipt of written protest. Page 14 of 16

ATTACHMENT A BID TABULATION ITB # 02-2017: Vendor Bid Tabulation Vendor Name Monthly Cost FY Cost Total Contract Manager Name Date of Tabulation Page 15 of 16

ATTACHMENT B BID EVALUATION DOCUMENTATION Has the Bidder submitted the following: Pass Fail 1 Cover Page 2 Name of Respondent (Organization) 3 Organization Address 4 Name and Title of Single Point of Contact (POC) 5 POC Telephone Number 6 POC Email Address 7 POC Physical Address 8 Bid Narrative (Company s Abilities, Outline Years of Experience, Etc.) 9 Valid Business License 10 Certificate of Liability Insurance 11 Certificate of Bonding 12 Three (3) Commercial References 13 One (1) Complete Bid with Original Signatures 14 Three (3) Copies of Signed Submission 15 Documented Attendance at Mandatory Site Visit by BBCBC Contract Manager 16 Cost Page (by Month and Year for Services as Outlined in the ITB) Is the Bidder determined as having submitted a successful bid? Yes No Cost for Services: Per Month: $ Per FY Total (12 Months): $ Page 16 of 16