SlideShare une entreprise Scribd logo
1  sur  78
STATE OF MISSOURI<br />OFFICE OF ADMINISTRATION<br />DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)<br />REQUEST FOR PROPOSAL (RFP)<br />AMENDMENT NO.:  001REQ NO.:  NR 300 22000000085<br />RFP NO.:  B3Z10181BUYER: Amy Spray<br />TITLE:  Janitorial Services – State Owned Buildings in St. LouisPHONE NO.:  (573) 751-1686<br />ISSUE DATE:  April 5, 2010E-MAIL:  amy.spray@oa.mo.gov<br />RETURN PROPOSAL NO LATER THAN:  April 14, 2010 AT 2:00 PM CENTRAL TIME<br />MAILING INSTRUCTIONS:Print or type RFP Number and Return Due Date on the lower left hand corner of the envelope or package.  Delivered sealed proposals must be in DPMM office (301 W High Street, Room 630) by the return date and time.<br />RETURN PROPOSAL AND AMENDMENT(S) TO:<br />(U.S. Mail)(Courier Service)<br />DPMMorDPMM<br />PO BOX 809301 WEST HIGH STREET, ROOM 630<br />JEFFERSON CITY MO  65102-0809JEFFERSON CITY MO  65101-1517<br />CONTRACT PERIOD:  July 1, 2010 – through June 30, 2011<br />DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:STATE AGENCY’S NAME AND ADDRESS:Office of AdministrationDivision of Facilities Management, Design & ConstructionVarious OA/FMDC Maintained Buildings located inSt. Louis, MO 63132Office of AdministrationDivision of Facilities Management, Design & Construction301 West High Street Room 730Jefferson City, MO  65102<br />The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices quoted, in accordance with all terms and conditions, requirements, and specifications of the original RFP as modified by this and any previously issued RFP amendments.  The offeror should, as a matter of clarity and assurance, also sign and return all previously issued RFP amendment(s) and the original RFP document.  The offeror agrees that the language of the original RFP as modified by this and any previously issued RFP amendments shall govern in the event of a conflict with his/her proposal.  The offeror further agrees that upon receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding contract shall exist between the offeror and the State of Missouri.<br />SIGNATURE REQUIRED<br />DOING BUSINESS AS (DBA) NAME FORMTEXT      LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. FORMTEXT       FORMTEXT MAILING ADDRESS FORMTEXT      IRS FORM 1099 MAILING ADDRESS FORMTEXT       FORMTEXT CITY, STATE, ZIP CODE FORMTEXT      CITY, STATE, ZIP CODE FORMTEXT       FORMTEXT <br />CONTACT PERSON FORMTEXT       FORMTEXT EMAIL ADDRESS FORMTEXT       FORMTEXT PHONE NUMBER FORMTEXT       FORMTEXT FAX NUMBER FORMTEXT       FORMTEXT TAXPAYER ID NUMBER (TIN) FORMTEXT       FORMTEXT  TAXPAYER ID (TIN) TYPE (CHECK ONE)              ___ FEIN       ___ SSNVENDOR NUMBER (IF KNOWN) FORMTEXT       FORMTEXT VENDOR TAX FILING TYPE WITH IRS (CHECK ONE)                                                                                                                                      (NOTE:  LLC IS NOT A VALID TAX FILING TYPE.) ___ Corporation         ___ Individual         ___ State/Local Government         ___ Partnership         ___ Sole Proprietor         ___Other ________________AUTHORIZED SIGNATUREDATE FORMTEXT       FORMTEXT PRINTED NAME FORMTEXT       FORMTEXT TITLE FORMTEXT       FORMTEXT <br />B3Z10181  Janitorial Services – State Owned Buildings in St. LouisDivision of Facilities Management, Design and Construction<br />RFP B3Z10181 is hereby amended as follows:<br />1.The following items are hereby revised:<br />a.The Return Proposal No Later than date has been changed to April 14, 2010 in lieu of April 12, 2010.<br />b.The contract period has been changed to July 1, 2010 through June 30, 2011 in lieu of July1, 2010 through June 30, 2010.<br />c.1.3.2<br />d.2.3.3 a<br />e.2.3.6 c<br />f.2.3.7 a<br />g.2.10.2 b<br />h.2.10.4 b<br />i.2.18.2<br />j.3.3.5 a.  2)<br />k.3.5.1<br />l.4.5<br />m.Exhibit D<br />STATE OF MISSOURI<br />OFFICE OF ADMINISTRATION<br />DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)<br />REQUEST FOR PROPOSAL (RFP)<br />RFP NO.:  B3Z10181REQ NO.:  NR 300 22000000085<br />TITLE:  Janitorial Services – State Owned Buildings in St. LouisBUYER:  Amy Spray<br />ISSUE DATE:  March 17, 2010PHONE NO.:  (573) 751-1686<br />E-MAIL:  amy.spray@oa.mo.gov<br />The Return Proposal No Later Than Date has been changed to April 14, 2010 in lieu of April 12, 2010 by Amendment 001.<br />RETURN PROPOSAL NO LATER THAN:  April 14, 2010 AT 2:00 PM CENTRAL TIME<br />MAILING INSTRUCTIONS:Print or type RFP Number and Return Due Date on the lower left hand corner of the envelope or package.  Delivered sealed proposals must be in DPMM office (301 W High Street, Room 630) by the return date and time.<br />(U.S. Mail)(Courier Service)<br />RETURN PROPOSAL TO:DPMMorDPMM<br />PO BOX 809301 WEST HIGH STREET, RM 630<br />JEFFERSON CITY, MO  65102-0809JEFFERSON CITY, MO  65101-1517<br />The Contract Period Has Been Changed to July 1, 2010 through June 30, 2011 in lieu of July 1, 2010 through June 30, 2010 by Amendment 001.<br />CONTRACT PERIOD:  July 1, 2010 through June 30, 2011<br />DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:STATE AGENCY’S NAME AND ADDRESS:Office of AdministrationDivision of Facilities Management, Design & ConstructionVarious OA/FMDC Maintained Buildings located inSt. Louis, MO 63132Office of AdministrationDivision of Facilities Management, Design & Construction301 West High Street Room 730Jefferson City, MO  65102<br />The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices quoted, in accordance with all requirements and specifications contained herein and the Terms and Conditions Request for Proposal (Revised 01/20/10).  The offeror further agrees that the language of this RFP shall govern in the event of a conflict with his/her proposal.  The offeror further agrees that upon receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding contract shall exist between the offeror and the State of Missouri.<br />SIGNATURE REQUIRED<br />DOING BUSINESS AS (DBA) NAME FORMTEXT      LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. FORMTEXT       FORMTEXT MAILING ADDRESS FORMTEXT      IRS FORM 1099 MAILING ADDRESS FORMTEXT       FORMTEXT CITY, STATE, ZIP CODE FORMTEXT      CITY, STATE, ZIP CODE FORMTEXT       FORMTEXT <br />CONTACT PERSON FORMTEXT       FORMTEXT EMAIL ADDRESS FORMTEXT       FORMTEXT PHONE NUMBER FORMTEXT       FORMTEXT FAX NUMBER FORMTEXT       FORMTEXT TAXPAYER ID NUMBER (TIN) FORMTEXT       FORMTEXT  TAXPAYER ID (TIN) TYPE (CHECK ONE) ___ FEIN       ___ SSNVENDOR NUMBER (IF KNOWN) FORMTEXT       FORMTEXT VENDOR TAX FILING TYPE WITH IRS (CHECK ONE)                                                                                                                                      (NOTE:  LLC IS NOT A VALID TAX FILING TYPE.) ___ Corporation         ___ Individual         ___ State/Local Government         ___ Partnership         ___ Sole Proprietor         ___Other ________________AUTHORIZED SIGNATUREDATE FORMTEXT       FORMTEXT PRINTED NAME FORMTEXT       FORMTEXT TITLE FORMTEXT       FORMTEXT <br />introduction and general information<br />Introduction:<br />This document constitutes an invitation for competitive, sealed proposals for the provision of janitorial services for various buildings located in St. Louis, Missouri as set forth herein.<br />Organization - This document, referred to as a Request for Proposal (RFP), is divided into the following parts:<br />Introduction and General Information<br />Contractual Requirements<br />Proposal Submission Information<br />Pricing Page(s)<br />Exhibits A - H <br />Terms and Conditions <br />Attachments 1 - 3<br />The offeror is advised that attachments exist to this document which provide additional information and instruction.  These attachments are separate links that must be downloaded from the Division of Purchasing and Materials Management’s Internet web site at:  https://www.moolb.mo.gov.  It shall be the sole responsibility of the offeror to obtain each of the attachments.  The offeror shall not be relieved of any responsibility for performance under the contract due to the failure of the offeror to obtain a copy of the attachments.<br />Pre-Proposal Conference:<br />A pre-proposal conference will be held on Tuesday, March 30, 2010, beginning promptly at 10:00 a.m. in the Gallery Conference Room of the Wainwright State Office Building, located at 111 North 7th Street, St. Louis, Missouri.<br />Pre-Proposal Conference Agenda - The offeror should bring a copy of the RFP since it will be used as the agenda for the pre-proposal conferences.<br />Pre-Proposal Conference RFP Questions – All potential offerors are encouraged to attend the Pre-Proposal Conference as it will be used as the forum for questions, communications, and discussions regarding the RFP.  The offeror should become familiar with the RFP and develop all questions prior to the conference in order to ask questions and otherwise participate in the public communications regarding the RFP.<br />Prior Communication – Prior to the Pre-Proposal Conference, the offeror may submit written communications and/or questions regarding the RFP to the buyer identified on page one.  Such prior communication will provide the State of Missouri with insight into areas of the RFP which may be brought up for discussion during the conference and which may require clarification.<br />During the Pre-Proposal Conference, it shall be the sole responsibility of the offeror to orally address all issues previously presented to the buyer by the offeror, including any questions regarding the RFP or areas of the RFP requiring clarification.<br />Amendment to the RFP - Any changes needed to the RFP as a result of discussions from the Pre-Proposal Conference will be accomplished as an amendment to the RFP.  Neither formal minutes of the conference nor written records of the questions/communications will be maintained.<br />Pre-Proposal Conference Special Accommodations - Offerors are strongly encouraged to advise the Division of Purchasing and Materials Management within five (5) working days of the scheduled pre-proposal conference of any special accommodations needed for disabled personnel who will be attending the conference so that these accommodations can be made.<br />Tours of Buildings:<br />Tours of the Wainwright State Office Building, the Mill Creek State Office Building and the Chouteau & Compton Building will be held on Tuesday, March 30, 2010, immediately following the Pre-proposal Conference.  Offerors should meet in the Gallery Conference Room in the Wainwright State Office Building, located at 111 North 7th Street.  The tour will then proceed to the Mill Creek State Office Building located at 220 South Jefferson and the Chouteau & Compton Building located at 3101 Chouteau, St. Louis, Missouri.<br />Revised by Amendment 001.<br />Tours of the Prince Hall Family Support Center, the Department of Economic Development Career Center and the 9900 Page State Office Building will be held on Wednesday, March 31, 2010, at 10:00 a.m.  Offerors should meet in the Jet Banks Conference Room in the Prince Hall Family Support Center located at 4411 North Newstead Avenue.  The tours will then proceed to the Department of Economic Development Career Center located at 4811 Delmar and the 9900 Page State Office Building located at 9900 Page, St. Louis, Missouri.<br />Any offeror who is not planning to tour all of the buildings on both days and who would want notification of specific times of the tours for the Mill Creek State Office Building, Chouteau & Compton Building, the Department of Economic Development Career Center and/or the 9900 Page State Office Building may contact the buyer identified on page one.  The offeror must include the building(s) and a telephone number where the buyer may contact the offeror.<br />The State will notify the offeror, by way of the telephone number provided, at least thirty (30) minutes prior to the start of the tour.  The State is not responsible for non-working numbers, voicemail, or no responses.<br />The purpose of the tours is to allow potential offerors an opportunity to inspect the buildings prior to submitting a proposal.  POTENTIAL OFFERORS SHALL NOT BE PERMITTED TO SCHEDULE A TOUR AT A DIFFERENT TIME OR DATE.  A record of those potential offerors attending the tours will be maintained for verification purposes.  Potential offerors are responsible for their own transportation to and from each location.<br />Each offeror is solely responsible for a prudent and complete personal inspection, examination and assessment of the buildings and any other existing condition, factor, or item that may affect or impact the performance of service described and required in the Contractual Requirements.<br />Offerors are strongly encouraged to advise the Division of Purchasing and Materials Management, at least five (5) days prior to the scheduled tour of the buildings, of any special accommodations needed for disabled personnel who will be attending the tour so that these accommodations can be made.<br />All questions regarding the Request for Proposal and/or the competitive procurement process must be directed to Amy Spray of the Division of Purchasing and Materials Management at (573) 751-1686 or amy.spray@oa.mo.gov.<br />Background Information:<br />Wainwright State Office Building:  The tenants of the building located at 111 North 7th Street, St. Louis, Missouri consist of offices and employees of the Governor’s Office, State Auditor’s Office, Commission of Human Rights, Ombudsman for Property Rights, Public Service Commission, Office of Administration, Division of Facilities Management, Design and Construction, Office of Supplier and Workforce Diversity, Department of Corrections, Division of Probation and Parole, Department of Insurance, Department of Labor and Industrial Relations, Division of Workers Compensation, Department of Mental Health, Department of Public Safety, Alcohol and Tobacco Control, Department of Social Services, Family Support Division, Children’s Division and Child Support Enforcement, Department of Social Services, Division of Legal Services, Department of Social Services, Division of Youth Services, and the Foster and Adoptive Care Coalition.<br />There are approximately:<br />700 full time employees located within the building;<br />185,792 total cleanable square feet;<br />20 mats are currently required:<br />2 – 3’ x 15’<br />14 – 4’ x 6’<br />3 – 4’ x 8’<br />1 – 6’ x 8’<br />Mill Creek State Office Building:  The tenants of the building located at 220 South Jefferson, St. Louis, Missouri consist of offices and employees of the Department of Corrections, Division of Probation and Parole; Department of Elementary and Secondary Education, Division of Vocational Rehabilitation; and the Department of Health and Senior Services.<br />There are approximately:<br />180 full time employees located within the building;<br />59,472 total cleanable square feet;<br />13 mats are currently required:<br />3 – 4’ x 8’<br />6 – 3’ x 6’<br />2 – 3’ x 3’<br />1 – 4’ x 10’<br />1 – 6’ x 8’<br />Chouteau & Compton State Office Building:  The tenants of the building located at 3101 Chouteau and Compton, St. Louis, Missouri consist of offices and employees of the Department of Corrections, Division of Probation and Parole and Department of Social Services, Family Support Division, Income Maintenance.<br />There are approximately:<br />242 full time employees located within the building;<br />62,365 total cleanable square feet;<br />9 mats are currently required:<br />8 – 3’ x 5’<br />1 – 4’ x 8’<br />Prince Hall Family Service Center:  The tenants of the building located at 4411 N. Newstead Avenue, St. Louis, Missouri consist of state offices and employees of the Department of Health & Senior Services and Department of Social Services, Family Support Division, Children’s Division and Income Maintenance.  In addition, tenants of the building include the following non-state agencies:  Father’s Support Center, the Hopewell Center, Better Family Life, Women, Infant and Children (WIC), the Missouri Mentoring Partnership and the Missouri Black Expo.   There are currently state agency staff filling the positions of one Housekeeping Supervisor and two custodial workers that perform services during normal work hours.  There are approximately:<br />265 full time employees located within the building;<br />93,814 total cleanable square feet;<br />7- 3’ x 5’ mats currently required<br />Department of Economic Development (DED):  The tenants of the building located at 4811 Delmar, St. Louis, Missouri consist of offices and employees of the DED Career Center.   There are approximately:<br />27 full time employees located within the building;<br />14,006 total cleanable square feet;<br />6 - 3’ x 5’ mats currently required.<br />9900 Page State Office Building:  The tenants of the building located at 9900 Page, St. Louis, Missouri consist of offices and employees of the Department of Insurance, Financial Institutions and Professional Registration, Division of Finance; Department of Mental Health; and Department of Social Services, Family Support Division, Children’s Division, Income Maintenance, Child Support Enforcement, Rehabilitation Services for the Blind; and Division of Youth Services.  There are approximately:<br />402 full time employees located within the building;<br />89,791 total cleanable square feet;<br />3 mats are currently required:<br />1 – 3’ x 5’<br />2 – 4’ x 8’<br />Previous contracts exist for the janitorial services for the buildings listed below.  Copies of the contracts can be viewed and printed from the Division of Purchasing and Materials Management’s Awarded Bid & Contract Document Search System located on the Internet at:  http://www.oa.mo.gov/purch.  In addition, all proposal and evaluation documentation leading to the award of that contract may also be viewed and printed from the Division of Purchasing and Materials Management’s Awarded Bid & Contract Document Search System.  Please reference the following proposals and contracts when searching for these documents.  The offeror is advised that the requirements of the previous contracts may vary from the requirements contained herein.<br />Chouteau & ComptonProposal B3E08021 or contract C308021002<br />Prince Hall Family Support CenterProposal B3E07149 or contract C307149001<br />9900 Page State Office BuildingProposal B3E07215 or contract C307215001<br />The previous contracts for the janitorial services for the buildings listed below are contained in Attachments 2 – 3.  The offeror is advised that the requirements of the previous contracts may vary from the requirements contained herein.<br /> <br />Wainwright State Office Buildingcontract SDA48401<br />Mill Creek State Office Buildingcontract SDA48401<br />DED Career Centercontract 33207022<br />Although an attempt has been made to provide accurate and up-to-date information, the State of Missouri does not warrant or represent that the background information provided herein reflects all relationships or existing conditions related to this Request for Proposal.<br />CONTRACTUAL REQUIREMENTS<br />General Requirements:<br />The contractor shall provide janitorial services for the Office of Administration, Division of Facilities Management, Design & Construction, (hereinafter referred to as the “state agency”), in accordance with the provisions and requirements specified herein.  The contractor shall provide janitorial services for one or more of the following buildings, as specified in the Notice of Award section of the contract:<br />Wainwright State Office Building<br />Mill Creek State Office Building<br />Choteau & Compton State Office Building<br />Prince Hall Family Service Center<br />DED St. Louis-4811 Delmar<br />9900 Page State Office Building<br />Immediately following award of the contract and for each awarded building, the state agency shall notify the contractor whether the contractor shall provide janitorial services according to the Basic Schedule or the Expanded Schedule as defined herein.  The contractor shall agree and understand that at any time during the term of the contract, the state agency may require the contractor to switch to the other schedule (i.e. Basic Schedule or Expanded Schedule).  The state agency will provide the contractor with at least 30 days notice of a switch to/from the Basic Schedule from/to the Expanded Schedule.  The contractor shall agree and understand the state agency’s intends, but does not guarantee, to begin the contract utilizing the Basic Schedule.<br />The contractor must perform all janitorial services as required herein in a consistent manner satisfactory to and acceptable by the state agency in order to provide a clean and sanitary environment for the buildings, the buildings’ contents, and the buildings’ tenants.<br />The contractor shall provide services for the areas of the buildings specified by the state agency.  However, the state agency reserves the right to add or delete areas of the buildings for which the contractor shall provide services.<br />Any changed, added, or deleted areas of the buildings, or changes, additions or deletions of services, including the frequency of tasks, for which the contractor shall be responsible, shall be made by an amendment to the contract issued by the Division of Purchasing and Materials Management.<br />Unless otherwise specified herein or other days or times are approved by the state agency, the contractor shall perform all tasks at the frequency specified Monday through Friday, excluding state holidays, during the times specified herein for each building.<br />Unless otherwise specified herein, the contractor shall furnish all material, labor, equipment, and supplies necessary to perform the services required herein.<br />Equipment and Supply Requirements:<br />The contractor must furnish and maintain, in good repair, all equipment including, but not limited to mops, brooms, buffers, vacuums, and any other equipment necessary.<br />The contractor must supply vacuum cleaners that meet requirements of the Carpet and Rug Institutes “Green Label” Vacuum Cleaner Criteria and are capable of capturing 96% of particulates 0.3 microns in size and operate with a sound level less than 70 decibels (dBA).  (Information on CRI Green Label certification can be found at www.carpet-rug.org.)<br />Vacuums must be equipped with the proper filter or bag.  The filters must be changed or cleaned consistent with the manufacturer’s recommendations.  Vacuum bags or canisters shall be inspected at least every two hours and changed or replaced when half full or when indicated by a bag sensor, if vacuum is so equipped.<br />In the event pile lifting is required, the pile lifter must be a commercial quality quot;
pile lifterquot;
 pile brush, equipped with a rotary brush and an industrial type two (2) motor commercial vacuum equipped with high efficiency filtration bag (Certified Pile Lifter, Minuteman CC-3 Pile Lifter or comparable).<br />In the event day cleaning services are required, the contractor shall utilize a vacuum system with “Hush Mode” capabilities similar or equal to the Hoover U5262-900 EmPower Upright Bagless vacuum cleaner w/Hush Mode.<br />Products, Supplies, and Materials hereinafter (also referred to as quot;
product(s)quot;
) – The contractor shall agree and understand that the state agency shall have the right to approve/disapprove the use of any product used in the performance of the services required herein.<br />Environmentally Preferable - In the performance of the services required herein, the contractor should use environmentally preferable products, unless specified elsewhere.<br />For the purposes of the contract, quot;
environmentally preferablequot;
 shall be defined as those products that have a lesser or reduced effect on human health and the environment when compared with competing products that serve the same purpose.  The comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse/post consumer content, operation, biodegradability, and pollution prevention through source reduction.<br />Active microfiber technology should be used where appropriate to reduce cleaning chemical consumption.<br />The contractor shall furnish plastic waste/trash container liners, toilet tissue, paper towels, liquid hand soap, disposable liners for sanitary napkin cans, toilet seat covers, sand for ashtrays, blood spill and bodily fluid cleanup kits, and all cleaning supplies and materials necessary to perform the services required by the contract.<br />Toilet tissue must be non-chlorine bleached, 2-ply roll, must fit the tissue dispenser installed in the building, and should contain a minimum 20% post-consumer recycled paper (Envision, Scott, Cascades, Green Select, or equal).<br />Paper towels must be unbleached, must be folded or rolled to fit dispensers installed in the building, and should contain a minimum of 40% post-consumer recycled paper (Georgia Pacific, Scott, or equal).  At the contractor’s discretion and expense, and with the state agency’s approval, the contractor shall be allowed to replace folded paper towel dispensers with rolled paper towel dispensers to be installed by the state agency,  Any installed dispenser provided by the contractor shall becomes the property of the state agency.<br />Liquid hand soap must be a good grade containing antiseptic.<br />Plastic waste/trash container liners should be manufactured using 30% recycled materials and of good grade.<br />Toilet seat covers must fit the installed dispensers.<br />Blood spill and body fluid cleanup kits must meet OSHA standards for blood borne pathogen exposure control.<br />Disposable liners for sanitary napkin cans must fit the installed receptacle.<br />Sand for exterior ashtray containers must be black.<br />The contractor shall provide new entry way and public access area mats and replace them on not less than a semi-annual basis or at such point that any mat is damaged to the extent that it is not safely usable.  Mats provided must have beveled edges; be sized appropriately for the entry and public access areas to the state agency’s satisfaction; and provide water absorption sufficient to prevent slip hazards during inclement weather.<br />Upon expiration, termination or cancellation of the contract, any mats provided by the contractor shall remain the property of the contractor.<br />The contractor shall be assigned a janitorial closet(s) in the building for storage of all janitorial equipment, materials, and supplies necessary for the building.<br />The contractor shall not use any products, supplies, or equipment which may be injurious or damaging to the surfaces upon which they are to be applied.<br />Prior to the contractor’s use of any product/chemical in the building, the contractor shall provide a Material Safety Data Sheet for each such product/chemical.  The contractor must maintain a file of the Material Safety Data Sheets in the janitorial closet in the building.  The Material Safety Data Sheets shall become the property of the State of Missouri.<br />Basic Schedule Service Requirements:  If the state agency requires the contractor to provide janitorial services utilizing the Basic Schedule, the contractor shall perform the tasks listed below, for each awarded building in order to keep all surfaces clean and free of dust, cobwebs, spots, spills, scuffs, other debris, etc. <br />DAILY:  The contractor shall perform the following tasks on a daily basis:<br />Thoroughly vacuum all carpeted public common areas as further defined by the state agency.<br />Thoroughly vacuum all entrance and exit mats.<br />Thoroughly sweep all hard surfaces including, but not limited to, floors, stairs, and landings using brooms or dust mops.<br />Wet mop all hard surfaces including, but not limited to, floors, stairs, and landings to give a clean and satisfactory appearance.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />During periods of inclement weather, use a carpet extractor or wet/dry vacuum to remove moisture from carpeted foyers and elevators as needed or requested by the state agency.<br />During periods of inclement weather such as snow, machine scrub all hard surface floors, remove sand, soot and salts from the building vestibules.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.  After the inclement weather ends, wash and scrub exterior plazas or entrances, as directed by the state agency.<br />Clean all kitchens and break rooms accessible to the public, including washing and disinfecting all tables and countertops.<br />Remove cobwebs from all ceilings, doors, and corners within the building, as needed.<br />Clean both sides of entrance door glass, clean door glass frames and accompanying glass panels including transoms (inside and outside), removing all fingerprints and dirt.  Spot clean all interior glass, as needed.<br />Clean and disinfect drinking fountains.<br />Empty all waste/trash containers.  Wash waste/trash containers and replace plastic liners, as needed.<br />Spot clean all carpet as spots appear.<br />Sift sand and remove cigarette butts from all smoking receptacles outside the building.  Replace sand when it becomes discolored.<br />Remove all trash and sweep sidewalks for ten feet (10’) from all entrances/exits of the building as directed by the state agency.<br />Secure all exterior division doors and any interior doors as requested by the state agency.<br />Spot clean all interior elevator cabs, vacuum elevator carpets, and clean elevator tracks.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />Clean janitorial closets after completion of the daily tasks and before exiting the building.<br />WEEKLY:  The contractor shall perform the following tasks at least one (1) time per week.<br />Thoroughly vacuum all carpeted areas from wall to wall.<br />Clean all kitchens and break rooms located in office areas, including washing and disinfecting all tables and countertops.<br />Wipe all plastic chairs, as needed.<br />Using a damp treated cloth, wipe all flat surfaces including, but not limited to, file cabinets, conference tables and stands, bookshelves, coat racks, window sills, hand rails, tops of partitions, etc.<br />Clean and disinfect all conference and lobby telephones available to the public.<br />If recycle bins are utilized, remove full recycle bins, place recycle bins in the pick-up location (dock), and replace with empty recycle bins.<br />BI-WEEKLY:  The contractor shall perform the following task at least every other week.<br />Revised by Amendment 001.<br />High speed buff or burnish all finished floors.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />MONTHLY:  The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Spot clean all wall and partition surfaces, including light switches when required, to give a clean satisfactory appearance.<br />Clean light fixtures, as needed, to remove insects, dirt, etc., in and on the fixtures.<br />Brush and spot clean fabric furniture, as needed.<br />QUARTERLY:  The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Clean all glass surfaces, other than windows.<br />Clean/dust all venetian/mini-blinds.<br />Clean/vacuum all vents, diffusers, and registers.<br />Clean all elevator walls and both sides of elevator doors.<br />Clean the carpet in elevators via wet extraction method.<br />Clean the carpet in main traffic lanes on entry level floors via wet extraction method.<br />Clean the carpet in all elevator banks via wet extraction method.<br />SEMI-ANNUALLY:  The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month.  The first performance of each task must be within the first sixty (60) days of the effective date of the contract.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Clean both sides of all interior windows.<br />Clean all baseboards.<br />Revised by Amendment 001.<br />Thoroughly machine scrub all finished floor areas removing all scuffs and black marks.  Apply two (2) coats of skid-proof wax floor finish to finished floors as directed by the state agency.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />Deep clean all carpet via wet extraction method.  The contractor must notify the state agency at least seventy-two (72) hours in advance of carpet cleaning in order for the building tenants to prepare for the carpet cleaning.  In addition, the contractor shall resolve problem areas as requested by the state agency.<br />Dust all pipes and ductwork within a 12-foot reach.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Revised by Amendment 001.<br />Strip and refinish with five (5) coats of skid-proof wax all finished floors as directed by the state agency.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />Basic Schedule Requirements – Wainwright State Office Building: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Wainwright State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements.<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />The contractor shall perform all tasks during the hours of 7:30 a.m. and 5:00 p.m. for the area of the building occupied by the Division of Child Support Enforcement (approximately 17,248 square feet).  In the event that the contractor’s performance of janitorial services disrupts normal function of the Division of Child Support Enforcement, the contractor may provide some janitorial services during other timeframes with the approval of the Division of Child Support Enforcement.<br />During periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY:  The contractor shall perform the following tasks at least one (1) time per week.<br />Dust mop concrete corridors located in the basement.<br />MONTHLY:  The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Thoroughly wash the exterior side of 1st floor exterior windows and storefront windows including the Gallery windows of the building, including frames and mullions, to maintain a satisfactory appearance.<br />SEMI-ANNUALLY:  The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month.  The first performance of each task must be within the first sixty (60) days of the effective date of the contract.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Clean all wall surfaces, taking care not to use any liquid that will mar or scratch paneling.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday.  <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors, removing all mats during cleaning and replacing all mats when the floors are dry.<br />Wash trash carts weekly.<br />Walk the outside perimeter of the building(s) and remove any trash or debris.  Clean sidewalks, exterior walls and brick pavers of any spills, splatter, foreign matter, or other messes.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of the Wainwright State Office Building.  At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Basic Schedule Requirements – Mill Creek State Office Building: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Mill Creek State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 4:00 p.m. and 8:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY:  The contractor shall perform the following tasks at least one (1) time per week.<br />Dust mop concrete corridors located in the basement.<br />Walk the outside perimeter of the building, including parking lot(s) and remove any trash or debris.<br />SEMI-ANNUALLY:  The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month.  The first performance of each task must be within the first sixty (60) days of the effective date of the contract.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Thoroughly wash both the exterior and interior sides of all exterior windows on both the first and second floors of the building, including frames and mullions, to maintain a satisfactory appearance.<br />Clean all wall surfaces, taking care not to use any liquid that will mar or scratch paneling.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 4:00 p.m. with a one (1) hour lunch break, every Monday through Friday.<br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors, removing all mats during cleaning and replacing all mats when the floors are dry.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Working Supervisor - The contractor shall provide a Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The Working Supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of the Mill Creek State Office Building.  At a minimum, the contractor’s Working Supervisor shall:<br />Perform any service requirement tasks as stated herein.<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Basic Schedule Requirements – Chouteau & Compton: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at Choteau & Compton, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY:  The contractor shall perform the following tasks at least one (1) time per week.<br />Pick up trash in parking lot and around building.<br />QUARTERLY:  The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday.  <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors, removing all mats during cleaning and replacing all mats when the floors are dry.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of Choteau & Compton.  At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Basic Schedule Requirements – Prince Hall Family Service Center:  In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Prince Hall Family Service Center, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of Prince Hall Family Service Center.  At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Basic Schedule Requirements – DED - 4811 Delmar:  In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at DED – 4811 Delmar, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY:  The contractor shall perform the following tasks at least one (1) time per week.<br />Pick up trash in parking lot and around building.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Basic Schedule Requirements – 9900 Page State Office Building: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at 9900 Page, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />The contractor shall perform all tasks during the hours of 7:30 a.m. and 5:00 p.m. for the area of the building occupied by the Division of Child Support Enforcement (approximately 6,468 square feet).  In the event that the contractor’s performance of janitorial services disrupts normal function of the Division of Child Support Enforcement, the contractor may provide some janitorial services during other timeframes with the approval of the Division of Child Support Enforcement.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY:  The contractor shall perform the following tasks at least one (1) time per week.<br />Pick up trash in parking lot and around building.<br />QUARTERLY:  The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday.  <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors, removing all mats during cleaning and replacing all mats when the floors are dry.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Working Supervisor - The contractor shall provide a Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The Working Supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of 9900 Page.  At a minimum, the contractor’s Working Supervisor shall:<br />Perform any service requirement tasks as stated herein.<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Service Requirements: If the state agency requires the contractor to provide janitorial services utilizing the Expanded Schedule, the contractor shall perform the tasks listed below, for each awarded building at the frequency specified in order to keep all surfaces clean and free of dust, cobwebs, spots, spills, scuffs, other debris, etc.<br />DAILY:  The contractor shall perform the following tasks on a daily basis:<br />Thoroughly vacuum all entrance and exit mats.<br />Thoroughly vacuum all carpeted areas from wall to wall.<br />Clean all kitchens and break rooms accessible to the public and located in office areas, including washing and disinfecting all tables and countertops.<br />Wipe all plastic chairs, as needed.<br />Using a damp treated cloth, wipe all flat surfaces including, but not limited to, file cabinets, conference tables and stands, bookshelves, coat racks, window sills, hand rails, tops of partitions, etc.<br />Clean and disinfect all conference and lobby telephones available to the public.<br />Spot clean all wall and partition surfaces, including light switches when required, to give a clean satisfactory appearance. <br />Spot clean all doors and frames.<br />Clean light fixtures, as needed, to remove insects, dirt, etc., in and on the fixtures.<br />Brush and spot clean fabric furniture, as needed.<br />If recycle bins are utilized, remove full recycle bins, place recycle bins in the pick-up location (dock), and replace with empty recycle bins.<br />Thoroughly sweep all hard surfaces including, but not limited to, floors, stairs, and landings using brooms or dust mops.<br />Wet mop all hard surfaces including, but not limited to, floors, stairs, and landings to give a clean and satisfactory appearance.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />During periods of inclement weather, use a carpet extractor or wet/dry vacuum to remove moisture from carpeted foyers and elevators as needed or requested by the state agency.<br />During periods of inclement weather such as snow, machine scrub all hard surface floors, remove sand, soot and salts from the building vestibules.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.  After the inclement weather ends, wash and scrub exterior plazas or entrances, as directed by the state agency.<br />Remove cobwebs from all ceilings, doors, and corners within the building, as needed.<br />Clean both sides of entrance door glass, clean door glass frames and accompanying glass panels including transoms (inside and outside), removing all fingerprints and dirt.  Spot clean all interior glass, as needed.<br />Clean and disinfect drinking fountains.<br />Empty all waste/trash containers.  Wash waste/trash containers and replace plastic liners, as needed.<br />Spot clean all carpet as spots appear.<br />Sift sand and remove cigarette butts from all smoking receptacles outside the building.  Replace sand when it becomes discolored.<br />Remove all trash and sweep sidewalks for ten feet (10’) from all entrances/exits of the building as directed by the state agency.<br />Secure all exterior division doors and any interior doors as requested by the state agency.<br />Spot clean all interior elevator cabs, vacuum elevator carpets, and clean elevator tracks.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />Clean janitorial closets after completion of the daily tasks and before exiting the building.<br />WEEKLY:  The contractor shall perform the following tasks at least one (1) time per week.<br />Clean the carpet in elevators via wet extraction method.<br />Revised by Amendment 001.<br />High speed buff or burnish all finished flooring.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />MONTHLY:  The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Clean/dust all venetian/mini-blinds.<br />Clean all baseboards.<br />Clean/vacuum all vents, diffusers, and registers.<br />Clean all elevator walls and both sides of elevator doors.<br />Clean all glass surfaces, other than windows.<br />Clean the carpet in main traffic lanes on entry level floors via wet extraction method.<br />Clean the carpet in all elevator banks via wet extraction method.<br />QUARTERLY:  The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Clean both sides of all interior windows.<br />Revised by Amendment 001.<br />Thoroughly machine scrub all hard surface floor areas removing all scuffs and black marks.  Apply two (2) coats of skid-proof wax floor finish to all finished floors as directed by the state agency.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.  <br />SEMI-ANNUALLY:  The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month.  The first performance of each task must be within the first sixty (60) days of the effective date of the contract.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Deep clean all carpet via wet extraction method.  The contractor must notify the state agency at least seventy-two (72) hours in advance of carpet cleaning in order for the building tenants to prepare for the carpet cleaning.  In addition, the contractor shall resolve problem areas as requested by the state agency.<br />Dust all pipes and ductwork within a 12-foot reach.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Revised by Amendment 001.<br />Strip and refinish with five (5) coats of skid-proof wax all finished floors as directed by the state agency.  The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.  <br />Expanded Schedule Requirements – Wainwright State Office Building: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Wainwright State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />The contractor shall perform all tasks during the hours of 7:30 a.m. and 5:00 p.m. for the area of the building occupied by the Division of Child Support Enforcement (approximately 17,248 square feet).  In the event that the contractor’s performance of janitorial services disrupts normal function of the Division of Child Support Enforcement, the contractor may provide some janitorial services during other timeframes with the approval of the Division of Child Support Enforcement.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY:  The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Dust mop concrete corridors located in the basement<br />TWICE MONTHLY SPECIFIC SERVICE REQUIREMENTS:  Two (2) times per month, the contractor must perform the tasks listed below.<br />Thoroughly wash the exterior side of 1st floor exterior windows and storefront windows including the Gallery windows of the building, including frames and mullions, to maintain a satisfactory appearance.<br />QUARTERLY:  The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Clean all wall surfaces, taking care not to use any liquid that will mar or scratch paneling.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday.  <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors.<br />Wash trash carts weekly.<br />Walk the outside perimeter of the building(s) and remove any trash or debris.  Clean sidewalks, exterior walls and brick pavers of any spills, splatter, foreign matter, or other messes.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of the Wainwright State Office Building.  At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Requirements – Mill Creek State Office Building: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Mill Creek State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 4:00 p.m. and 8:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY:  The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Dust mop concrete corridors located in the basement<br />WEEKLY:  The contractor shall perform the following tasks at least one (1) time per week.<br />Walk the outside perimeter of the building, including parking lot(s) and remove any trash or debris.<br />QUARTERLY:  The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />SEMI-ANNUALLY:  The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month.  The first performance of each task must be within the first sixty (60) days of the effective date of the contract.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Thoroughly wash both the exterior and interior sides of all exterior windows on both the first and second floors of the building, including frames and mullions, to maintain a satisfactory appearance.<br />ANNUALLY:  The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Clean all wall surfaces, taking care not to use any liquid that will mar or scratch paneling.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 4:00 p.m. with a one (1) hour lunch break, every Monday through Friday.  <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Working Supervisor - The contractor shall provide a Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The Working Supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of the Mill Creek State Office Building.  At a minimum, the contractor’s Working Supervisor shall:<br />Perform any service requirement tasks as stated herein.<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Requirements – Chouteau & Compton: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at Chouteau & Compton, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY:  The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Pick up trash in parking lot and around building.<br />MONTHLY:  The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Pile lift all carpeted traffic lanes.<br />SEMI-ANNUALLY:  The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month.  The first performance of each task must be within the first sixty (60) days of the effective date of the contract.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday.  <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of Choteau & Compton.  At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Requirements – Prince Hall Family Service Center:  In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Prince Hall Family Service Center, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of Prince Hall Family Service Center.  At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Requirements – DED – 4811 Delmar:  In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at DED – 4811 Delmar, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY:  The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Pick up trash in parking lot and around building.<br />SEMI-ANNUALLY:  The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month.  The first performance of each task must be within the first sixty (60) days of the effective date of the contract.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Expanded Schedule Requirements – 9900 Page State Office Building:  In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the 9900 Page State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />The contractor shall perform all tasks during the hours of 7:30 a.m. and 5:00 p.m. for the area of the building occupied by the Division of Child Support Enforcement (approximately 6,468 square feet).  In the event that the contractor’s performance of janitorial services disrupts normal function of the Division of Child Support Enforcement, the contractor may provide some janitorial services during other timeframes with the approval of the Division of Child Support Enforcement.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY:  The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Pick up trash in parking lot and around building.<br />MONTHLY:  The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />SEMI-ANNUALLY:  The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month.  The first performance of each task must be within the first sixty (60) days of the effective date of the contract.  However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday.<br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Working Supervisor - The contractor shall provide a Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m.  The Working Supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of 9900 Page.  At a minimum, the contractor’s Working Supervisor shall:<br />Perform any service requirement tasks as stated herein.<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Restroom Requirements:  In addition to the Basic or Expanded Schedule Service Requirements listed herein (as required by the state agency), the contractor shall clean and disinfect all restrooms located in the building(s) at the frequency specified.  For purposes of restroom requirements, “clean” shall be defined as disinfecting, polishing, and removing all water spots.  Disinfectant must be a “hospital” grade quaternary disinfectant that kills fungus, viruses, and bacteria and has organic soil tolerance.<br />DAILY:  The contractor shall perform the following tasks on a daily basis.<br />Clean all surfaces of all restrooms located in the building.<br />Clean toilet bowls and seats, urinals, hand basins, counter tops, and the walls around these fixtures.<br />Clean all mirrors, bright work, chrome pipes, and fittings.<br />Wet mop all restroom floors using a disinfectant.<br />Clean stall partitions, doors, door frames, and push plates (all sides).<br />Dust or wipe all horizontal surfaces.<br />Empty and clean (inside and out) all trash containers and disposals; change liners daily.<br />Restock dispensers to normal limits (soap, toilet tissue, paper towels, toilet seat covers).<br />Remove spots, stains, scuffmarks, and finger and handprints.<br />Report all damage.<br />WEEKLY:  The contractor shall perform the following weekly tasks one (1) time per week.<br />Clean air diffusers in all restrooms.<br />Pour five (5) gallons of water down each floor drain.<br />Spot clean exposed pipes.<br />MONTHLY:  One (1) time per month, within the first ten (10) consecutive workdays of each month, the contractor must perform the monthly tasks listed below.<br />Clean and disinfect all walls.<br />Machine scrub all restroom floors.<br />Supplemental Service Requirements:  The contractor shall perform any of the following supplemental services at the request of the state agency.  Any such supplement al services requested shall be in addition to the services specified herein.  The decision as to when a supplemental service is required shall rest solely with the state agency.<br />Additional Carpet Cleaning – The contractor shall perform additional deep cleaning carpet/water extraction services for the carpet as the necessity arises as determined and instructed by the state agency.<br />Revised by Amendment 001.<br />Additional Floor Cleaning – The contractor shall perform additional stripping and refinishing services for all finished floors as the necessity arises as determined and instructed by the state agency.<br />Deep Cleaning of Upholstered Furniture – The contractor shall perform deep cleaning services for any of the listed upholstered furniture as the necessity arises as determined and instructed by the state agency:<br />Manager’s Chair<br />Side Chair (upholstered without arm upholstering) – The state agency should assure a minimum of ten (10) chairs prior to submitting request.<br />Sofa<br />Construction Clean-up – Due to construction, there is often a need for additional cleaning in construction areas.  Therefore, the contractor shall provide one time construction clean-up and/or on-going construction clean-up as determined necessary and as instructed by the state agency.<br />Additional Personnel – The contractor shall provide janitorial personnel on an as needed, if needed basis.<br />Personnel Requirements:<br />The state agency reserves the right to approve or disapprove appointment of any of the contractor’s personnel to provide services required by the contract.  The state agency also reserves the right to request replacement of any person assigned to provide services.  Unless the situation regarding the contractor’s assigned personnel requires immediate replacement, the contractor shall be allowed at least fourteen (14) days after notification to replace unsatisfactory personnel.<br />The contractor shall supervise all the contractor’s personnel and the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />The contractor’s supervisor shall be capable to be on site within thirty (30) minutes at any request by the state agency.<br />The contractor, or the contractor’s personnel designated as a representative of the contractor, must be available during normal business hours (8:00 a.m. to 5:00 p.m.) for telephone conversations and/or meetings with personnel from the state agency regarding the janitorial services.<br />Such contractor contact person must have the express authority to speak on behalf of the contractor and make decisions on behalf of the contractor.<br />By no later than ten (10) days after the award of the contract, the contractor shall provide the state agency with the name, address, and telephone number for the contractor contact person.<br />The contractor shall perform the requirements specified herein using “team cleaning”.  “Team cleaning” as used herein shall be defined as cleaning in which the contractor’s personnel are assigned to individual tasks such as dusting, emptying trash, or vacuuming for all areas as opposed to assigning one (1) person general cleaning tasks for an assigned area.<br />The contractor’s personnel shall only be allowed in work areas to which they are assigned.  The contractor’s personnel shall only take rest breaks in pre-assigned areas.<br />The contractor must ensure that each of the contractor’s assigned personnel are reasonably dressed and groomed while on site, are wearing an article of clothing identifying the contractor, and have a visible picture ID tag at all times.<br />The contractor and/or the contractor’s personnel must sign-in immediately upon arrival and prior to any services being provided and sign-out prior to leaving the building.  The contractor must provide the sign-in/sign-out sheets.  In addition, the sign-in/sign-out sheets must remain at a location designated by the state agency.<br />The contractor’s personnel shall not loiter in the building nor smoke anywhere in the building, including any interior loading dock area.<br />The contractor shall not use nor allow the contractor’s personnel to use any State of Missouri telephones and/or equipment in the building.<br />Security Requirements:<br />The contractor shall prevent all unauthorized persons from entering the building and shall keep the building locked while the contractor and the contractor’s personnel are on the premises.<br />When the contractor and/or the contractor’s personnel leave the building, the contractor shall lock all doors and turn off lights.  In addition, if the building contains other security system(s), the contractor shall activate the system(s) according to state agency instructions in order to protect the security of the building.<br />The contractor shall be issued keys to all areas in which janitorial services shall be provided.  The contractor must take care of and not lose any such keys.  In addition, the contractor shall not duplicate any of the keys issued to the contractor.  If evidence of duplication is ascertained beyond reasonable doubt, the State of Missouri shall have the right to immediately replace the locks and all keys and to charge the contractor for such replacement.<br />In the event the contractor or a person assigned by the contractor to perform services loses a key(s), the contractor must notify the state agency within one (1) working day from the date the loss is discovered.  The contractor shall pay the state agency for the actual costs incurred for the replacement of all locks and keys, including keys held by the building tenants.<br />At the expiration/termination/cancellation of the contract, the contractor must surrender all the keys issued to the contractor by the state agency.  Any payments due the contractor shall be withheld until the contractor has surrendered all keys issued.  In the event that all keys are not returned, the contractor shall pay the state agency for the actual costs incurred for the replacement of all locks and keys, including keys held by the building tenants.<br />The contractor and each of the contractor’s personnel assigned to the contract must have a security clearance approved by the state agency in order to provide service under the contract.  The contractor must obtain each of the required security clearances from the State Highway Patrol.<br />Prior to the effective date of the contract and assignment of any new person to provide services under the contract, the contractor shall provide the state agency with the following:<br />A copy of the security clearance information obtained from the State Highway Patrol for each person assigned to the building,<br />A completed Authorization for Release of Information Form (Attachment #1) individually signed by the contractor and each person assigned to the building. <br />In the event that the Division of Probation and Parole is a tenant of the state agency, the contractor shall agree and understand that the Division of Probation and Parole must comply with the Criminal Justice Information Services (CJIS) Security Policy, Version 4.4, Section 4.5h.  Therefore, the contractor must obtain a national fingerprint-based record’s check from the Missouri State Highway Patrol for each person assigned to the building that will have access to the area occupied by the Division of Probation and Parole.<br />All results of the national fingerprint-based record’s check will be disseminated by the Missouri State Highway Patrol to the Probation and Parole Central Office.  <br />An informational brochure on how to obtain a national fingerprint-based record’s check is available on the Missouri Highway Patrol’s website at: www.mshp.dps.mo.gov and clicking on the “Criminal Records Check” link at the top of the page. <br />The state agency shall have the right to deny access to the building to any of the contractor’s personnel for any reason.<br />Reporting Requirements:<br />Prior to performing any of the monthly, quarterly, semi-annual, and annual tasks required herein, the contractor shall notify the state agency in writing of the anticipated beginning and completion date for each task required.  The contractor must follow-up with a written notice of the satisfactory completion thereof and shall obtain the written approval of each task from the state agency.  Such notification shall hereinafter be referred to as the “task schedule notice”.<br />The contractor shall maintain a daily log of all services performed on that day.  The daily log shall also reference any abnormal or unusual conditions affecting the physical and material aspects of the building or its contents, such as unlocked doors, breakage, damage, as well as any mitigating circumstances which prevented the contractor’s personnel from performing the contractual service.  The daily log shall remain at the building at a mutually agreed to location accessible to both the contractor and the state agency.  The daily log shall become the property of the State of Missouri.<br />Invoicing and Payment Requirements: <br />Prior to any payments becoming due per the contract, the contractor must submit or must have already submitted a properly completed State Vendor ACH/EFT Application, since the State of Missouri reserves the right to make contract payments through electronic funds transfer (EFT).<br />If not already submitted, the contractor needs to obtain a copy of the State Vendor ACH/EFT Application and completion instructions from the Internet from the Vendor Services Portal at:  https://www.vendorservices.mo.gov/vendorservices/Portal/Default.aspx.  <br />The contractor must submit invoices on the contractor’s original descriptive business invoice form and must use a unique invoice number with each invoice submitted.  The unique invoice number will be listed on the State of Missouri’s EFT addendum record to enable the contractor to properly apply the state agency’s payment to the invoice submitted.  The contractor may obtain detailed information for payments issued for the past 24 months from the State of Missouri’s central accounting system (SAM II) on the Vendor Services Portal at:<br />https://www.vendorservices.mo.gov/vendorservices/Portal/Default.aspx<br />Invoicing – The contractor shall submit a separate monthly invoice(s) for each building for which services are provided to the “bill to” address as specified on the purchase order for general and building specific services actually provided to the state agency.<br />The contractor must include the number of square feet cleaned, the firm, fixed per square foot, per month price as stated on the Pricing Page, the contract number, the building location and the dates of service on each monthly invoice.<br />Unless otherwise specified by the state agency, the contractor shall submit invoices for Supplemental Services to the Tenant State Department/Division specified by the state agency.<br />Payment - The contractor shall be paid the firm, fixed per square foot, per month price specified on the Pricing Page for the total cleanable square foot
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template
RFP document template

Contenu connexe

En vedette

Printable Resume 2
Printable Resume 2Printable Resume 2
Printable Resume 2butest
 
Microsoft PowerPoint - ml4textweb00
Microsoft PowerPoint - ml4textweb00Microsoft PowerPoint - ml4textweb00
Microsoft PowerPoint - ml4textweb00butest
 
Media Arts: Web Design
Media Arts: Web DesignMedia Arts: Web Design
Media Arts: Web Designbutest
 
Machine Learning, LIX004M5
Machine Learning, LIX004M5Machine Learning, LIX004M5
Machine Learning, LIX004M5butest
 
Just Enough Web Design.doc.doc
Just Enough Web Design.doc.docJust Enough Web Design.doc.doc
Just Enough Web Design.doc.docbutest
 
tpcv-current-03-18-0..
tpcv-current-03-18-0..tpcv-current-03-18-0..
tpcv-current-03-18-0..butest
 
Word Format
Word FormatWord Format
Word Formatbutest
 
apls-cybernethics-p.doc.doc
apls-cybernethics-p.doc.docapls-cybernethics-p.doc.doc
apls-cybernethics-p.doc.docbutest
 
Word version
Word versionWord version
Word versionbutest
 
Twala2007.doc
Twala2007.docTwala2007.doc
Twala2007.docbutest
 
CV of Konrad Paul Körding
CV of Konrad Paul KördingCV of Konrad Paul Körding
CV of Konrad Paul Kördingbutest
 

En vedette (11)

Printable Resume 2
Printable Resume 2Printable Resume 2
Printable Resume 2
 
Microsoft PowerPoint - ml4textweb00
Microsoft PowerPoint - ml4textweb00Microsoft PowerPoint - ml4textweb00
Microsoft PowerPoint - ml4textweb00
 
Media Arts: Web Design
Media Arts: Web DesignMedia Arts: Web Design
Media Arts: Web Design
 
Machine Learning, LIX004M5
Machine Learning, LIX004M5Machine Learning, LIX004M5
Machine Learning, LIX004M5
 
Just Enough Web Design.doc.doc
Just Enough Web Design.doc.docJust Enough Web Design.doc.doc
Just Enough Web Design.doc.doc
 
tpcv-current-03-18-0..
tpcv-current-03-18-0..tpcv-current-03-18-0..
tpcv-current-03-18-0..
 
Word Format
Word FormatWord Format
Word Format
 
apls-cybernethics-p.doc.doc
apls-cybernethics-p.doc.docapls-cybernethics-p.doc.doc
apls-cybernethics-p.doc.doc
 
Word version
Word versionWord version
Word version
 
Twala2007.doc
Twala2007.docTwala2007.doc
Twala2007.doc
 
CV of Konrad Paul Körding
CV of Konrad Paul KördingCV of Konrad Paul Körding
CV of Konrad Paul Körding
 

Similaire à RFP document template

Stanford Yuen 2014 Financial Disclosure Statement
Stanford Yuen 2014 Financial Disclosure StatementStanford Yuen 2014 Financial Disclosure Statement
Stanford Yuen 2014 Financial Disclosure StatementHonolulu Civil Beat
 
tax.utah.gov forms current tc tc-895
tax.utah.gov forms current tc  tc-895tax.utah.gov forms current tc  tc-895
tax.utah.gov forms current tc tc-895taxman taxman
 
Gloucester transportation facility request for proposals
Gloucester transportation facility request for proposalsGloucester transportation facility request for proposals
Gloucester transportation facility request for proposalsKenneth Hogge Sr
 
The Residential Mortgage Foreclosure Process
The Residential Mortgage Foreclosure ProcessThe Residential Mortgage Foreclosure Process
The Residential Mortgage Foreclosure Processdtorre323
 
Department of Information TechnologyStatewide IT Procurement Off
Department of Information TechnologyStatewide IT Procurement OffDepartment of Information TechnologyStatewide IT Procurement Off
Department of Information TechnologyStatewide IT Procurement OffLinaCovington707
 
State of Utah Seeks Social Media Agency To Increase Tourism
State of Utah Seeks Social Media Agency To Increase Tourism State of Utah Seeks Social Media Agency To Increase Tourism
State of Utah Seeks Social Media Agency To Increase Tourism EverythingPR
 
SEC Filing: SV Angel is raising a fifth, $70M fund — its largest to date
SEC Filing: SV Angel is raising a fifth, $70M fund — its largest to dateSEC Filing: SV Angel is raising a fifth, $70M fund — its largest to date
SEC Filing: SV Angel is raising a fifth, $70M fund — its largest to dateHarrison Weber
 
WORD - Request for Proposal Campus-Wide Student ID Card and ...
WORD - Request for Proposal Campus-Wide Student ID Card and ...WORD - Request for Proposal Campus-Wide Student ID Card and ...
WORD - Request for Proposal Campus-Wide Student ID Card and ...butest
 
COEHIX Research RFP
COEHIX Research RFPCOEHIX Research RFP
COEHIX Research RFPJoshua Sharf
 
Michelle Tagorda 2014 Financial Disclosure Statement
Michelle Tagorda 2014 Financial Disclosure StatementMichelle Tagorda 2014 Financial Disclosure Statement
Michelle Tagorda 2014 Financial Disclosure StatementHonolulu Civil Beat
 
RMC No. 57-2020 Annexes A1-A11P.pdf
RMC No. 57-2020 Annexes A1-A11P.pdfRMC No. 57-2020 Annexes A1-A11P.pdf
RMC No. 57-2020 Annexes A1-A11P.pdfRoderickRivera7
 
Contracting 101 091007
Contracting 101 091007Contracting 101 091007
Contracting 101 091007Tammam
 
Q1 2009 Earning Report of Midwest Banc Holdings, Inc.
Q1 2009 Earning Report of Midwest Banc Holdings, Inc.Q1 2009 Earning Report of Midwest Banc Holdings, Inc.
Q1 2009 Earning Report of Midwest Banc Holdings, Inc.earningreport earningreport
 
Rochester diocese petition c1
Rochester diocese petition c1Rochester diocese petition c1
Rochester diocese petition c1EileenBuckley
 

Similaire à RFP document template (20)

Sf424v2 508
Sf424v2 508Sf424v2 508
Sf424v2 508
 
Stanford Yuen 2014 Financial Disclosure Statement
Stanford Yuen 2014 Financial Disclosure StatementStanford Yuen 2014 Financial Disclosure Statement
Stanford Yuen 2014 Financial Disclosure Statement
 
TAA COETC Award Letter
TAA COETC Award LetterTAA COETC Award Letter
TAA COETC Award Letter
 
tax.utah.gov forms current tc tc-895
tax.utah.gov forms current tc  tc-895tax.utah.gov forms current tc  tc-895
tax.utah.gov forms current tc tc-895
 
Gloucester transportation facility request for proposals
Gloucester transportation facility request for proposalsGloucester transportation facility request for proposals
Gloucester transportation facility request for proposals
 
The Residential Mortgage Foreclosure Process
The Residential Mortgage Foreclosure ProcessThe Residential Mortgage Foreclosure Process
The Residential Mortgage Foreclosure Process
 
Department of Information TechnologyStatewide IT Procurement Off
Department of Information TechnologyStatewide IT Procurement OffDepartment of Information TechnologyStatewide IT Procurement Off
Department of Information TechnologyStatewide IT Procurement Off
 
Planning bid oc
Planning bid ocPlanning bid oc
Planning bid oc
 
State of Utah Seeks Social Media Agency To Increase Tourism
State of Utah Seeks Social Media Agency To Increase Tourism State of Utah Seeks Social Media Agency To Increase Tourism
State of Utah Seeks Social Media Agency To Increase Tourism
 
Thd garden - 2 BHK Flat in Bhiwadi
Thd garden - 2 BHK Flat in BhiwadiThd garden - 2 BHK Flat in Bhiwadi
Thd garden - 2 BHK Flat in Bhiwadi
 
Division 00
Division 00Division 00
Division 00
 
SEC Filing: SV Angel is raising a fifth, $70M fund — its largest to date
SEC Filing: SV Angel is raising a fifth, $70M fund — its largest to dateSEC Filing: SV Angel is raising a fifth, $70M fund — its largest to date
SEC Filing: SV Angel is raising a fifth, $70M fund — its largest to date
 
WORD - Request for Proposal Campus-Wide Student ID Card and ...
WORD - Request for Proposal Campus-Wide Student ID Card and ...WORD - Request for Proposal Campus-Wide Student ID Card and ...
WORD - Request for Proposal Campus-Wide Student ID Card and ...
 
Change of Ownership
Change of OwnershipChange of Ownership
Change of Ownership
 
COEHIX Research RFP
COEHIX Research RFPCOEHIX Research RFP
COEHIX Research RFP
 
Michelle Tagorda 2014 Financial Disclosure Statement
Michelle Tagorda 2014 Financial Disclosure StatementMichelle Tagorda 2014 Financial Disclosure Statement
Michelle Tagorda 2014 Financial Disclosure Statement
 
RMC No. 57-2020 Annexes A1-A11P.pdf
RMC No. 57-2020 Annexes A1-A11P.pdfRMC No. 57-2020 Annexes A1-A11P.pdf
RMC No. 57-2020 Annexes A1-A11P.pdf
 
Contracting 101 091007
Contracting 101 091007Contracting 101 091007
Contracting 101 091007
 
Q1 2009 Earning Report of Midwest Banc Holdings, Inc.
Q1 2009 Earning Report of Midwest Banc Holdings, Inc.Q1 2009 Earning Report of Midwest Banc Holdings, Inc.
Q1 2009 Earning Report of Midwest Banc Holdings, Inc.
 
Rochester diocese petition c1
Rochester diocese petition c1Rochester diocese petition c1
Rochester diocese petition c1
 

Plus de butest

EL MODELO DE NEGOCIO DE YOUTUBE
EL MODELO DE NEGOCIO DE YOUTUBEEL MODELO DE NEGOCIO DE YOUTUBE
EL MODELO DE NEGOCIO DE YOUTUBEbutest
 
1. MPEG I.B.P frame之不同
1. MPEG I.B.P frame之不同1. MPEG I.B.P frame之不同
1. MPEG I.B.P frame之不同butest
 
LESSONS FROM THE MICHAEL JACKSON TRIAL
LESSONS FROM THE MICHAEL JACKSON TRIALLESSONS FROM THE MICHAEL JACKSON TRIAL
LESSONS FROM THE MICHAEL JACKSON TRIALbutest
 
Timeline: The Life of Michael Jackson
Timeline: The Life of Michael JacksonTimeline: The Life of Michael Jackson
Timeline: The Life of Michael Jacksonbutest
 
Popular Reading Last Updated April 1, 2010 Adams, Lorraine The ...
Popular Reading Last Updated April 1, 2010 Adams, Lorraine The ...Popular Reading Last Updated April 1, 2010 Adams, Lorraine The ...
Popular Reading Last Updated April 1, 2010 Adams, Lorraine The ...butest
 
LESSONS FROM THE MICHAEL JACKSON TRIAL
LESSONS FROM THE MICHAEL JACKSON TRIALLESSONS FROM THE MICHAEL JACKSON TRIAL
LESSONS FROM THE MICHAEL JACKSON TRIALbutest
 
Com 380, Summer II
Com 380, Summer IICom 380, Summer II
Com 380, Summer IIbutest
 
The MYnstrel Free Press Volume 2: Economic Struggles, Meet Jazz
The MYnstrel Free Press Volume 2: Economic Struggles, Meet JazzThe MYnstrel Free Press Volume 2: Economic Struggles, Meet Jazz
The MYnstrel Free Press Volume 2: Economic Struggles, Meet Jazzbutest
 
MICHAEL JACKSON.doc
MICHAEL JACKSON.docMICHAEL JACKSON.doc
MICHAEL JACKSON.docbutest
 
Social Networks: Twitter Facebook SL - Slide 1
Social Networks: Twitter Facebook SL - Slide 1Social Networks: Twitter Facebook SL - Slide 1
Social Networks: Twitter Facebook SL - Slide 1butest
 
Facebook
Facebook Facebook
Facebook butest
 
Executive Summary Hare Chevrolet is a General Motors dealership ...
Executive Summary Hare Chevrolet is a General Motors dealership ...Executive Summary Hare Chevrolet is a General Motors dealership ...
Executive Summary Hare Chevrolet is a General Motors dealership ...butest
 
Welcome to the Dougherty County Public Library's Facebook and ...
Welcome to the Dougherty County Public Library's Facebook and ...Welcome to the Dougherty County Public Library's Facebook and ...
Welcome to the Dougherty County Public Library's Facebook and ...butest
 
NEWS ANNOUNCEMENT
NEWS ANNOUNCEMENTNEWS ANNOUNCEMENT
NEWS ANNOUNCEMENTbutest
 
C-2100 Ultra Zoom.doc
C-2100 Ultra Zoom.docC-2100 Ultra Zoom.doc
C-2100 Ultra Zoom.docbutest
 
MAC Printing on ITS Printers.doc.doc
MAC Printing on ITS Printers.doc.docMAC Printing on ITS Printers.doc.doc
MAC Printing on ITS Printers.doc.docbutest
 
Mac OS X Guide.doc
Mac OS X Guide.docMac OS X Guide.doc
Mac OS X Guide.docbutest
 
WEB DESIGN!
WEB DESIGN!WEB DESIGN!
WEB DESIGN!butest
 

Plus de butest (20)

EL MODELO DE NEGOCIO DE YOUTUBE
EL MODELO DE NEGOCIO DE YOUTUBEEL MODELO DE NEGOCIO DE YOUTUBE
EL MODELO DE NEGOCIO DE YOUTUBE
 
1. MPEG I.B.P frame之不同
1. MPEG I.B.P frame之不同1. MPEG I.B.P frame之不同
1. MPEG I.B.P frame之不同
 
LESSONS FROM THE MICHAEL JACKSON TRIAL
LESSONS FROM THE MICHAEL JACKSON TRIALLESSONS FROM THE MICHAEL JACKSON TRIAL
LESSONS FROM THE MICHAEL JACKSON TRIAL
 
Timeline: The Life of Michael Jackson
Timeline: The Life of Michael JacksonTimeline: The Life of Michael Jackson
Timeline: The Life of Michael Jackson
 
Popular Reading Last Updated April 1, 2010 Adams, Lorraine The ...
Popular Reading Last Updated April 1, 2010 Adams, Lorraine The ...Popular Reading Last Updated April 1, 2010 Adams, Lorraine The ...
Popular Reading Last Updated April 1, 2010 Adams, Lorraine The ...
 
LESSONS FROM THE MICHAEL JACKSON TRIAL
LESSONS FROM THE MICHAEL JACKSON TRIALLESSONS FROM THE MICHAEL JACKSON TRIAL
LESSONS FROM THE MICHAEL JACKSON TRIAL
 
Com 380, Summer II
Com 380, Summer IICom 380, Summer II
Com 380, Summer II
 
PPT
PPTPPT
PPT
 
The MYnstrel Free Press Volume 2: Economic Struggles, Meet Jazz
The MYnstrel Free Press Volume 2: Economic Struggles, Meet JazzThe MYnstrel Free Press Volume 2: Economic Struggles, Meet Jazz
The MYnstrel Free Press Volume 2: Economic Struggles, Meet Jazz
 
MICHAEL JACKSON.doc
MICHAEL JACKSON.docMICHAEL JACKSON.doc
MICHAEL JACKSON.doc
 
Social Networks: Twitter Facebook SL - Slide 1
Social Networks: Twitter Facebook SL - Slide 1Social Networks: Twitter Facebook SL - Slide 1
Social Networks: Twitter Facebook SL - Slide 1
 
Facebook
Facebook Facebook
Facebook
 
Executive Summary Hare Chevrolet is a General Motors dealership ...
Executive Summary Hare Chevrolet is a General Motors dealership ...Executive Summary Hare Chevrolet is a General Motors dealership ...
Executive Summary Hare Chevrolet is a General Motors dealership ...
 
Welcome to the Dougherty County Public Library's Facebook and ...
Welcome to the Dougherty County Public Library's Facebook and ...Welcome to the Dougherty County Public Library's Facebook and ...
Welcome to the Dougherty County Public Library's Facebook and ...
 
NEWS ANNOUNCEMENT
NEWS ANNOUNCEMENTNEWS ANNOUNCEMENT
NEWS ANNOUNCEMENT
 
C-2100 Ultra Zoom.doc
C-2100 Ultra Zoom.docC-2100 Ultra Zoom.doc
C-2100 Ultra Zoom.doc
 
MAC Printing on ITS Printers.doc.doc
MAC Printing on ITS Printers.doc.docMAC Printing on ITS Printers.doc.doc
MAC Printing on ITS Printers.doc.doc
 
Mac OS X Guide.doc
Mac OS X Guide.docMac OS X Guide.doc
Mac OS X Guide.doc
 
hier
hierhier
hier
 
WEB DESIGN!
WEB DESIGN!WEB DESIGN!
WEB DESIGN!
 

RFP document template

  • 1. STATE OF MISSOURI<br />OFFICE OF ADMINISTRATION<br />DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)<br />REQUEST FOR PROPOSAL (RFP)<br />AMENDMENT NO.: 001REQ NO.: NR 300 22000000085<br />RFP NO.: B3Z10181BUYER: Amy Spray<br />TITLE: Janitorial Services – State Owned Buildings in St. LouisPHONE NO.: (573) 751-1686<br />ISSUE DATE: April 5, 2010E-MAIL: amy.spray@oa.mo.gov<br />RETURN PROPOSAL NO LATER THAN: April 14, 2010 AT 2:00 PM CENTRAL TIME<br />MAILING INSTRUCTIONS:Print or type RFP Number and Return Due Date on the lower left hand corner of the envelope or package. Delivered sealed proposals must be in DPMM office (301 W High Street, Room 630) by the return date and time.<br />RETURN PROPOSAL AND AMENDMENT(S) TO:<br />(U.S. Mail)(Courier Service)<br />DPMMorDPMM<br />PO BOX 809301 WEST HIGH STREET, ROOM 630<br />JEFFERSON CITY MO 65102-0809JEFFERSON CITY MO 65101-1517<br />CONTRACT PERIOD: July 1, 2010 – through June 30, 2011<br />DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:STATE AGENCY’S NAME AND ADDRESS:Office of AdministrationDivision of Facilities Management, Design & ConstructionVarious OA/FMDC Maintained Buildings located inSt. Louis, MO 63132Office of AdministrationDivision of Facilities Management, Design & Construction301 West High Street Room 730Jefferson City, MO 65102<br />The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices quoted, in accordance with all terms and conditions, requirements, and specifications of the original RFP as modified by this and any previously issued RFP amendments. The offeror should, as a matter of clarity and assurance, also sign and return all previously issued RFP amendment(s) and the original RFP document. The offeror agrees that the language of the original RFP as modified by this and any previously issued RFP amendments shall govern in the event of a conflict with his/her proposal. The offeror further agrees that upon receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding contract shall exist between the offeror and the State of Missouri.<br />SIGNATURE REQUIRED<br />DOING BUSINESS AS (DBA) NAME FORMTEXT      LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. FORMTEXT       FORMTEXT MAILING ADDRESS FORMTEXT      IRS FORM 1099 MAILING ADDRESS FORMTEXT       FORMTEXT CITY, STATE, ZIP CODE FORMTEXT      CITY, STATE, ZIP CODE FORMTEXT       FORMTEXT <br />CONTACT PERSON FORMTEXT       FORMTEXT EMAIL ADDRESS FORMTEXT       FORMTEXT PHONE NUMBER FORMTEXT       FORMTEXT FAX NUMBER FORMTEXT       FORMTEXT TAXPAYER ID NUMBER (TIN) FORMTEXT       FORMTEXT TAXPAYER ID (TIN) TYPE (CHECK ONE) ___ FEIN ___ SSNVENDOR NUMBER (IF KNOWN) FORMTEXT       FORMTEXT VENDOR TAX FILING TYPE WITH IRS (CHECK ONE) (NOTE: LLC IS NOT A VALID TAX FILING TYPE.) ___ Corporation ___ Individual ___ State/Local Government ___ Partnership ___ Sole Proprietor ___Other ________________AUTHORIZED SIGNATUREDATE FORMTEXT       FORMTEXT PRINTED NAME FORMTEXT       FORMTEXT TITLE FORMTEXT       FORMTEXT <br />B3Z10181 Janitorial Services – State Owned Buildings in St. LouisDivision of Facilities Management, Design and Construction<br />RFP B3Z10181 is hereby amended as follows:<br />1.The following items are hereby revised:<br />a.The Return Proposal No Later than date has been changed to April 14, 2010 in lieu of April 12, 2010.<br />b.The contract period has been changed to July 1, 2010 through June 30, 2011 in lieu of July1, 2010 through June 30, 2010.<br />c.1.3.2<br />d.2.3.3 a<br />e.2.3.6 c<br />f.2.3.7 a<br />g.2.10.2 b<br />h.2.10.4 b<br />i.2.18.2<br />j.3.3.5 a. 2)<br />k.3.5.1<br />l.4.5<br />m.Exhibit D<br />STATE OF MISSOURI<br />OFFICE OF ADMINISTRATION<br />DIVISION OF PURCHASING AND MATERIALS MANAGEMENT (DPMM)<br />REQUEST FOR PROPOSAL (RFP)<br />RFP NO.: B3Z10181REQ NO.: NR 300 22000000085<br />TITLE: Janitorial Services – State Owned Buildings in St. LouisBUYER: Amy Spray<br />ISSUE DATE: March 17, 2010PHONE NO.: (573) 751-1686<br />E-MAIL: amy.spray@oa.mo.gov<br />The Return Proposal No Later Than Date has been changed to April 14, 2010 in lieu of April 12, 2010 by Amendment 001.<br />RETURN PROPOSAL NO LATER THAN: April 14, 2010 AT 2:00 PM CENTRAL TIME<br />MAILING INSTRUCTIONS:Print or type RFP Number and Return Due Date on the lower left hand corner of the envelope or package. Delivered sealed proposals must be in DPMM office (301 W High Street, Room 630) by the return date and time.<br />(U.S. Mail)(Courier Service)<br />RETURN PROPOSAL TO:DPMMorDPMM<br />PO BOX 809301 WEST HIGH STREET, RM 630<br />JEFFERSON CITY, MO 65102-0809JEFFERSON CITY, MO 65101-1517<br />The Contract Period Has Been Changed to July 1, 2010 through June 30, 2011 in lieu of July 1, 2010 through June 30, 2010 by Amendment 001.<br />CONTRACT PERIOD: July 1, 2010 through June 30, 2011<br />DELIVER SUPPLIES/SERVICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS:STATE AGENCY’S NAME AND ADDRESS:Office of AdministrationDivision of Facilities Management, Design & ConstructionVarious OA/FMDC Maintained Buildings located inSt. Louis, MO 63132Office of AdministrationDivision of Facilities Management, Design & Construction301 West High Street Room 730Jefferson City, MO 65102<br />The offeror hereby declares understanding, agreement and certification of compliance to provide the items and/or services, at the prices quoted, in accordance with all requirements and specifications contained herein and the Terms and Conditions Request for Proposal (Revised 01/20/10). The offeror further agrees that the language of this RFP shall govern in the event of a conflict with his/her proposal. The offeror further agrees that upon receipt of an authorized purchase order from the Division of Purchasing and Materials Management or when a Notice of Award is signed and issued by an authorized official of the State of Missouri, a binding contract shall exist between the offeror and the State of Missouri.<br />SIGNATURE REQUIRED<br />DOING BUSINESS AS (DBA) NAME FORMTEXT      LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. FORMTEXT       FORMTEXT MAILING ADDRESS FORMTEXT      IRS FORM 1099 MAILING ADDRESS FORMTEXT       FORMTEXT CITY, STATE, ZIP CODE FORMTEXT      CITY, STATE, ZIP CODE FORMTEXT       FORMTEXT <br />CONTACT PERSON FORMTEXT       FORMTEXT EMAIL ADDRESS FORMTEXT       FORMTEXT PHONE NUMBER FORMTEXT       FORMTEXT FAX NUMBER FORMTEXT       FORMTEXT TAXPAYER ID NUMBER (TIN) FORMTEXT       FORMTEXT TAXPAYER ID (TIN) TYPE (CHECK ONE) ___ FEIN ___ SSNVENDOR NUMBER (IF KNOWN) FORMTEXT       FORMTEXT VENDOR TAX FILING TYPE WITH IRS (CHECK ONE) (NOTE: LLC IS NOT A VALID TAX FILING TYPE.) ___ Corporation ___ Individual ___ State/Local Government ___ Partnership ___ Sole Proprietor ___Other ________________AUTHORIZED SIGNATUREDATE FORMTEXT       FORMTEXT PRINTED NAME FORMTEXT       FORMTEXT TITLE FORMTEXT       FORMTEXT <br />introduction and general information<br />Introduction:<br />This document constitutes an invitation for competitive, sealed proposals for the provision of janitorial services for various buildings located in St. Louis, Missouri as set forth herein.<br />Organization - This document, referred to as a Request for Proposal (RFP), is divided into the following parts:<br />Introduction and General Information<br />Contractual Requirements<br />Proposal Submission Information<br />Pricing Page(s)<br />Exhibits A - H <br />Terms and Conditions <br />Attachments 1 - 3<br />The offeror is advised that attachments exist to this document which provide additional information and instruction. These attachments are separate links that must be downloaded from the Division of Purchasing and Materials Management’s Internet web site at: https://www.moolb.mo.gov. It shall be the sole responsibility of the offeror to obtain each of the attachments. The offeror shall not be relieved of any responsibility for performance under the contract due to the failure of the offeror to obtain a copy of the attachments.<br />Pre-Proposal Conference:<br />A pre-proposal conference will be held on Tuesday, March 30, 2010, beginning promptly at 10:00 a.m. in the Gallery Conference Room of the Wainwright State Office Building, located at 111 North 7th Street, St. Louis, Missouri.<br />Pre-Proposal Conference Agenda - The offeror should bring a copy of the RFP since it will be used as the agenda for the pre-proposal conferences.<br />Pre-Proposal Conference RFP Questions – All potential offerors are encouraged to attend the Pre-Proposal Conference as it will be used as the forum for questions, communications, and discussions regarding the RFP. The offeror should become familiar with the RFP and develop all questions prior to the conference in order to ask questions and otherwise participate in the public communications regarding the RFP.<br />Prior Communication – Prior to the Pre-Proposal Conference, the offeror may submit written communications and/or questions regarding the RFP to the buyer identified on page one. Such prior communication will provide the State of Missouri with insight into areas of the RFP which may be brought up for discussion during the conference and which may require clarification.<br />During the Pre-Proposal Conference, it shall be the sole responsibility of the offeror to orally address all issues previously presented to the buyer by the offeror, including any questions regarding the RFP or areas of the RFP requiring clarification.<br />Amendment to the RFP - Any changes needed to the RFP as a result of discussions from the Pre-Proposal Conference will be accomplished as an amendment to the RFP. Neither formal minutes of the conference nor written records of the questions/communications will be maintained.<br />Pre-Proposal Conference Special Accommodations - Offerors are strongly encouraged to advise the Division of Purchasing and Materials Management within five (5) working days of the scheduled pre-proposal conference of any special accommodations needed for disabled personnel who will be attending the conference so that these accommodations can be made.<br />Tours of Buildings:<br />Tours of the Wainwright State Office Building, the Mill Creek State Office Building and the Chouteau & Compton Building will be held on Tuesday, March 30, 2010, immediately following the Pre-proposal Conference. Offerors should meet in the Gallery Conference Room in the Wainwright State Office Building, located at 111 North 7th Street. The tour will then proceed to the Mill Creek State Office Building located at 220 South Jefferson and the Chouteau & Compton Building located at 3101 Chouteau, St. Louis, Missouri.<br />Revised by Amendment 001.<br />Tours of the Prince Hall Family Support Center, the Department of Economic Development Career Center and the 9900 Page State Office Building will be held on Wednesday, March 31, 2010, at 10:00 a.m. Offerors should meet in the Jet Banks Conference Room in the Prince Hall Family Support Center located at 4411 North Newstead Avenue. The tours will then proceed to the Department of Economic Development Career Center located at 4811 Delmar and the 9900 Page State Office Building located at 9900 Page, St. Louis, Missouri.<br />Any offeror who is not planning to tour all of the buildings on both days and who would want notification of specific times of the tours for the Mill Creek State Office Building, Chouteau & Compton Building, the Department of Economic Development Career Center and/or the 9900 Page State Office Building may contact the buyer identified on page one. The offeror must include the building(s) and a telephone number where the buyer may contact the offeror.<br />The State will notify the offeror, by way of the telephone number provided, at least thirty (30) minutes prior to the start of the tour. The State is not responsible for non-working numbers, voicemail, or no responses.<br />The purpose of the tours is to allow potential offerors an opportunity to inspect the buildings prior to submitting a proposal. POTENTIAL OFFERORS SHALL NOT BE PERMITTED TO SCHEDULE A TOUR AT A DIFFERENT TIME OR DATE. A record of those potential offerors attending the tours will be maintained for verification purposes. Potential offerors are responsible for their own transportation to and from each location.<br />Each offeror is solely responsible for a prudent and complete personal inspection, examination and assessment of the buildings and any other existing condition, factor, or item that may affect or impact the performance of service described and required in the Contractual Requirements.<br />Offerors are strongly encouraged to advise the Division of Purchasing and Materials Management, at least five (5) days prior to the scheduled tour of the buildings, of any special accommodations needed for disabled personnel who will be attending the tour so that these accommodations can be made.<br />All questions regarding the Request for Proposal and/or the competitive procurement process must be directed to Amy Spray of the Division of Purchasing and Materials Management at (573) 751-1686 or amy.spray@oa.mo.gov.<br />Background Information:<br />Wainwright State Office Building: The tenants of the building located at 111 North 7th Street, St. Louis, Missouri consist of offices and employees of the Governor’s Office, State Auditor’s Office, Commission of Human Rights, Ombudsman for Property Rights, Public Service Commission, Office of Administration, Division of Facilities Management, Design and Construction, Office of Supplier and Workforce Diversity, Department of Corrections, Division of Probation and Parole, Department of Insurance, Department of Labor and Industrial Relations, Division of Workers Compensation, Department of Mental Health, Department of Public Safety, Alcohol and Tobacco Control, Department of Social Services, Family Support Division, Children’s Division and Child Support Enforcement, Department of Social Services, Division of Legal Services, Department of Social Services, Division of Youth Services, and the Foster and Adoptive Care Coalition.<br />There are approximately:<br />700 full time employees located within the building;<br />185,792 total cleanable square feet;<br />20 mats are currently required:<br />2 – 3’ x 15’<br />14 – 4’ x 6’<br />3 – 4’ x 8’<br />1 – 6’ x 8’<br />Mill Creek State Office Building: The tenants of the building located at 220 South Jefferson, St. Louis, Missouri consist of offices and employees of the Department of Corrections, Division of Probation and Parole; Department of Elementary and Secondary Education, Division of Vocational Rehabilitation; and the Department of Health and Senior Services.<br />There are approximately:<br />180 full time employees located within the building;<br />59,472 total cleanable square feet;<br />13 mats are currently required:<br />3 – 4’ x 8’<br />6 – 3’ x 6’<br />2 – 3’ x 3’<br />1 – 4’ x 10’<br />1 – 6’ x 8’<br />Chouteau & Compton State Office Building: The tenants of the building located at 3101 Chouteau and Compton, St. Louis, Missouri consist of offices and employees of the Department of Corrections, Division of Probation and Parole and Department of Social Services, Family Support Division, Income Maintenance.<br />There are approximately:<br />242 full time employees located within the building;<br />62,365 total cleanable square feet;<br />9 mats are currently required:<br />8 – 3’ x 5’<br />1 – 4’ x 8’<br />Prince Hall Family Service Center: The tenants of the building located at 4411 N. Newstead Avenue, St. Louis, Missouri consist of state offices and employees of the Department of Health & Senior Services and Department of Social Services, Family Support Division, Children’s Division and Income Maintenance. In addition, tenants of the building include the following non-state agencies: Father’s Support Center, the Hopewell Center, Better Family Life, Women, Infant and Children (WIC), the Missouri Mentoring Partnership and the Missouri Black Expo. There are currently state agency staff filling the positions of one Housekeeping Supervisor and two custodial workers that perform services during normal work hours. There are approximately:<br />265 full time employees located within the building;<br />93,814 total cleanable square feet;<br />7- 3’ x 5’ mats currently required<br />Department of Economic Development (DED):  The tenants of the building located at 4811 Delmar, St. Louis, Missouri consist of offices and employees of the DED Career Center.  There are approximately:<br />27 full time employees located within the building;<br />14,006 total cleanable square feet;<br />6 - 3’ x 5’ mats currently required.<br />9900 Page State Office Building: The tenants of the building located at 9900 Page, St. Louis, Missouri consist of offices and employees of the Department of Insurance, Financial Institutions and Professional Registration, Division of Finance; Department of Mental Health; and Department of Social Services, Family Support Division, Children’s Division, Income Maintenance, Child Support Enforcement, Rehabilitation Services for the Blind; and Division of Youth Services. There are approximately:<br />402 full time employees located within the building;<br />89,791 total cleanable square feet;<br />3 mats are currently required:<br />1 – 3’ x 5’<br />2 – 4’ x 8’<br />Previous contracts exist for the janitorial services for the buildings listed below. Copies of the contracts can be viewed and printed from the Division of Purchasing and Materials Management’s Awarded Bid & Contract Document Search System located on the Internet at: http://www.oa.mo.gov/purch. In addition, all proposal and evaluation documentation leading to the award of that contract may also be viewed and printed from the Division of Purchasing and Materials Management’s Awarded Bid & Contract Document Search System. Please reference the following proposals and contracts when searching for these documents. The offeror is advised that the requirements of the previous contracts may vary from the requirements contained herein.<br />Chouteau & ComptonProposal B3E08021 or contract C308021002<br />Prince Hall Family Support CenterProposal B3E07149 or contract C307149001<br />9900 Page State Office BuildingProposal B3E07215 or contract C307215001<br />The previous contracts for the janitorial services for the buildings listed below are contained in Attachments 2 – 3. The offeror is advised that the requirements of the previous contracts may vary from the requirements contained herein.<br /> <br />Wainwright State Office Buildingcontract SDA48401<br />Mill Creek State Office Buildingcontract SDA48401<br />DED Career Centercontract 33207022<br />Although an attempt has been made to provide accurate and up-to-date information, the State of Missouri does not warrant or represent that the background information provided herein reflects all relationships or existing conditions related to this Request for Proposal.<br />CONTRACTUAL REQUIREMENTS<br />General Requirements:<br />The contractor shall provide janitorial services for the Office of Administration, Division of Facilities Management, Design & Construction, (hereinafter referred to as the “state agency”), in accordance with the provisions and requirements specified herein. The contractor shall provide janitorial services for one or more of the following buildings, as specified in the Notice of Award section of the contract:<br />Wainwright State Office Building<br />Mill Creek State Office Building<br />Choteau & Compton State Office Building<br />Prince Hall Family Service Center<br />DED St. Louis-4811 Delmar<br />9900 Page State Office Building<br />Immediately following award of the contract and for each awarded building, the state agency shall notify the contractor whether the contractor shall provide janitorial services according to the Basic Schedule or the Expanded Schedule as defined herein. The contractor shall agree and understand that at any time during the term of the contract, the state agency may require the contractor to switch to the other schedule (i.e. Basic Schedule or Expanded Schedule). The state agency will provide the contractor with at least 30 days notice of a switch to/from the Basic Schedule from/to the Expanded Schedule. The contractor shall agree and understand the state agency’s intends, but does not guarantee, to begin the contract utilizing the Basic Schedule.<br />The contractor must perform all janitorial services as required herein in a consistent manner satisfactory to and acceptable by the state agency in order to provide a clean and sanitary environment for the buildings, the buildings’ contents, and the buildings’ tenants.<br />The contractor shall provide services for the areas of the buildings specified by the state agency. However, the state agency reserves the right to add or delete areas of the buildings for which the contractor shall provide services.<br />Any changed, added, or deleted areas of the buildings, or changes, additions or deletions of services, including the frequency of tasks, for which the contractor shall be responsible, shall be made by an amendment to the contract issued by the Division of Purchasing and Materials Management.<br />Unless otherwise specified herein or other days or times are approved by the state agency, the contractor shall perform all tasks at the frequency specified Monday through Friday, excluding state holidays, during the times specified herein for each building.<br />Unless otherwise specified herein, the contractor shall furnish all material, labor, equipment, and supplies necessary to perform the services required herein.<br />Equipment and Supply Requirements:<br />The contractor must furnish and maintain, in good repair, all equipment including, but not limited to mops, brooms, buffers, vacuums, and any other equipment necessary.<br />The contractor must supply vacuum cleaners that meet requirements of the Carpet and Rug Institutes “Green Label” Vacuum Cleaner Criteria and are capable of capturing 96% of particulates 0.3 microns in size and operate with a sound level less than 70 decibels (dBA). (Information on CRI Green Label certification can be found at www.carpet-rug.org.)<br />Vacuums must be equipped with the proper filter or bag. The filters must be changed or cleaned consistent with the manufacturer’s recommendations. Vacuum bags or canisters shall be inspected at least every two hours and changed or replaced when half full or when indicated by a bag sensor, if vacuum is so equipped.<br />In the event pile lifting is required, the pile lifter must be a commercial quality quot; pile lifterquot; pile brush, equipped with a rotary brush and an industrial type two (2) motor commercial vacuum equipped with high efficiency filtration bag (Certified Pile Lifter, Minuteman CC-3 Pile Lifter or comparable).<br />In the event day cleaning services are required, the contractor shall utilize a vacuum system with “Hush Mode” capabilities similar or equal to the Hoover U5262-900 EmPower Upright Bagless vacuum cleaner w/Hush Mode.<br />Products, Supplies, and Materials hereinafter (also referred to as quot; product(s)quot; ) – The contractor shall agree and understand that the state agency shall have the right to approve/disapprove the use of any product used in the performance of the services required herein.<br />Environmentally Preferable - In the performance of the services required herein, the contractor should use environmentally preferable products, unless specified elsewhere.<br />For the purposes of the contract, quot; environmentally preferablequot; shall be defined as those products that have a lesser or reduced effect on human health and the environment when compared with competing products that serve the same purpose. The comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse/post consumer content, operation, biodegradability, and pollution prevention through source reduction.<br />Active microfiber technology should be used where appropriate to reduce cleaning chemical consumption.<br />The contractor shall furnish plastic waste/trash container liners, toilet tissue, paper towels, liquid hand soap, disposable liners for sanitary napkin cans, toilet seat covers, sand for ashtrays, blood spill and bodily fluid cleanup kits, and all cleaning supplies and materials necessary to perform the services required by the contract.<br />Toilet tissue must be non-chlorine bleached, 2-ply roll, must fit the tissue dispenser installed in the building, and should contain a minimum 20% post-consumer recycled paper (Envision, Scott, Cascades, Green Select, or equal).<br />Paper towels must be unbleached, must be folded or rolled to fit dispensers installed in the building, and should contain a minimum of 40% post-consumer recycled paper (Georgia Pacific, Scott, or equal). At the contractor’s discretion and expense, and with the state agency’s approval, the contractor shall be allowed to replace folded paper towel dispensers with rolled paper towel dispensers to be installed by the state agency, Any installed dispenser provided by the contractor shall becomes the property of the state agency.<br />Liquid hand soap must be a good grade containing antiseptic.<br />Plastic waste/trash container liners should be manufactured using 30% recycled materials and of good grade.<br />Toilet seat covers must fit the installed dispensers.<br />Blood spill and body fluid cleanup kits must meet OSHA standards for blood borne pathogen exposure control.<br />Disposable liners for sanitary napkin cans must fit the installed receptacle.<br />Sand for exterior ashtray containers must be black.<br />The contractor shall provide new entry way and public access area mats and replace them on not less than a semi-annual basis or at such point that any mat is damaged to the extent that it is not safely usable. Mats provided must have beveled edges; be sized appropriately for the entry and public access areas to the state agency’s satisfaction; and provide water absorption sufficient to prevent slip hazards during inclement weather.<br />Upon expiration, termination or cancellation of the contract, any mats provided by the contractor shall remain the property of the contractor.<br />The contractor shall be assigned a janitorial closet(s) in the building for storage of all janitorial equipment, materials, and supplies necessary for the building.<br />The contractor shall not use any products, supplies, or equipment which may be injurious or damaging to the surfaces upon which they are to be applied.<br />Prior to the contractor’s use of any product/chemical in the building, the contractor shall provide a Material Safety Data Sheet for each such product/chemical. The contractor must maintain a file of the Material Safety Data Sheets in the janitorial closet in the building. The Material Safety Data Sheets shall become the property of the State of Missouri.<br />Basic Schedule Service Requirements: If the state agency requires the contractor to provide janitorial services utilizing the Basic Schedule, the contractor shall perform the tasks listed below, for each awarded building in order to keep all surfaces clean and free of dust, cobwebs, spots, spills, scuffs, other debris, etc. <br />DAILY: The contractor shall perform the following tasks on a daily basis:<br />Thoroughly vacuum all carpeted public common areas as further defined by the state agency.<br />Thoroughly vacuum all entrance and exit mats.<br />Thoroughly sweep all hard surfaces including, but not limited to, floors, stairs, and landings using brooms or dust mops.<br />Wet mop all hard surfaces including, but not limited to, floors, stairs, and landings to give a clean and satisfactory appearance. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />During periods of inclement weather, use a carpet extractor or wet/dry vacuum to remove moisture from carpeted foyers and elevators as needed or requested by the state agency.<br />During periods of inclement weather such as snow, machine scrub all hard surface floors, remove sand, soot and salts from the building vestibules. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry. After the inclement weather ends, wash and scrub exterior plazas or entrances, as directed by the state agency.<br />Clean all kitchens and break rooms accessible to the public, including washing and disinfecting all tables and countertops.<br />Remove cobwebs from all ceilings, doors, and corners within the building, as needed.<br />Clean both sides of entrance door glass, clean door glass frames and accompanying glass panels including transoms (inside and outside), removing all fingerprints and dirt. Spot clean all interior glass, as needed.<br />Clean and disinfect drinking fountains.<br />Empty all waste/trash containers. Wash waste/trash containers and replace plastic liners, as needed.<br />Spot clean all carpet as spots appear.<br />Sift sand and remove cigarette butts from all smoking receptacles outside the building. Replace sand when it becomes discolored.<br />Remove all trash and sweep sidewalks for ten feet (10’) from all entrances/exits of the building as directed by the state agency.<br />Secure all exterior division doors and any interior doors as requested by the state agency.<br />Spot clean all interior elevator cabs, vacuum elevator carpets, and clean elevator tracks.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />Clean janitorial closets after completion of the daily tasks and before exiting the building.<br />WEEKLY: The contractor shall perform the following tasks at least one (1) time per week.<br />Thoroughly vacuum all carpeted areas from wall to wall.<br />Clean all kitchens and break rooms located in office areas, including washing and disinfecting all tables and countertops.<br />Wipe all plastic chairs, as needed.<br />Using a damp treated cloth, wipe all flat surfaces including, but not limited to, file cabinets, conference tables and stands, bookshelves, coat racks, window sills, hand rails, tops of partitions, etc.<br />Clean and disinfect all conference and lobby telephones available to the public.<br />If recycle bins are utilized, remove full recycle bins, place recycle bins in the pick-up location (dock), and replace with empty recycle bins.<br />BI-WEEKLY: The contractor shall perform the following task at least every other week.<br />Revised by Amendment 001.<br />High speed buff or burnish all finished floors. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />MONTHLY: The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Spot clean all wall and partition surfaces, including light switches when required, to give a clean satisfactory appearance.<br />Clean light fixtures, as needed, to remove insects, dirt, etc., in and on the fixtures.<br />Brush and spot clean fabric furniture, as needed.<br />QUARTERLY: The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Clean all glass surfaces, other than windows.<br />Clean/dust all venetian/mini-blinds.<br />Clean/vacuum all vents, diffusers, and registers.<br />Clean all elevator walls and both sides of elevator doors.<br />Clean the carpet in elevators via wet extraction method.<br />Clean the carpet in main traffic lanes on entry level floors via wet extraction method.<br />Clean the carpet in all elevator banks via wet extraction method.<br />SEMI-ANNUALLY: The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month. The first performance of each task must be within the first sixty (60) days of the effective date of the contract. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Clean both sides of all interior windows.<br />Clean all baseboards.<br />Revised by Amendment 001.<br />Thoroughly machine scrub all finished floor areas removing all scuffs and black marks. Apply two (2) coats of skid-proof wax floor finish to finished floors as directed by the state agency. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />Deep clean all carpet via wet extraction method. The contractor must notify the state agency at least seventy-two (72) hours in advance of carpet cleaning in order for the building tenants to prepare for the carpet cleaning. In addition, the contractor shall resolve problem areas as requested by the state agency.<br />Dust all pipes and ductwork within a 12-foot reach.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Revised by Amendment 001.<br />Strip and refinish with five (5) coats of skid-proof wax all finished floors as directed by the state agency. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />Basic Schedule Requirements – Wainwright State Office Building: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Wainwright State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements.<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />The contractor shall perform all tasks during the hours of 7:30 a.m. and 5:00 p.m. for the area of the building occupied by the Division of Child Support Enforcement (approximately 17,248 square feet). In the event that the contractor’s performance of janitorial services disrupts normal function of the Division of Child Support Enforcement, the contractor may provide some janitorial services during other timeframes with the approval of the Division of Child Support Enforcement.<br />During periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY: The contractor shall perform the following tasks at least one (1) time per week.<br />Dust mop concrete corridors located in the basement.<br />MONTHLY: The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Thoroughly wash the exterior side of 1st floor exterior windows and storefront windows including the Gallery windows of the building, including frames and mullions, to maintain a satisfactory appearance.<br />SEMI-ANNUALLY: The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month. The first performance of each task must be within the first sixty (60) days of the effective date of the contract. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Clean all wall surfaces, taking care not to use any liquid that will mar or scratch paneling.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday. <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors, removing all mats during cleaning and replacing all mats when the floors are dry.<br />Wash trash carts weekly.<br />Walk the outside perimeter of the building(s) and remove any trash or debris. Clean sidewalks, exterior walls and brick pavers of any spills, splatter, foreign matter, or other messes.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of the Wainwright State Office Building. At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Basic Schedule Requirements – Mill Creek State Office Building: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Mill Creek State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 4:00 p.m. and 8:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY: The contractor shall perform the following tasks at least one (1) time per week.<br />Dust mop concrete corridors located in the basement.<br />Walk the outside perimeter of the building, including parking lot(s) and remove any trash or debris.<br />SEMI-ANNUALLY: The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month. The first performance of each task must be within the first sixty (60) days of the effective date of the contract. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Thoroughly wash both the exterior and interior sides of all exterior windows on both the first and second floors of the building, including frames and mullions, to maintain a satisfactory appearance.<br />Clean all wall surfaces, taking care not to use any liquid that will mar or scratch paneling.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 4:00 p.m. with a one (1) hour lunch break, every Monday through Friday.<br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors, removing all mats during cleaning and replacing all mats when the floors are dry.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Working Supervisor - The contractor shall provide a Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The Working Supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of the Mill Creek State Office Building. At a minimum, the contractor’s Working Supervisor shall:<br />Perform any service requirement tasks as stated herein.<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Basic Schedule Requirements – Chouteau & Compton: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at Choteau & Compton, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY: The contractor shall perform the following tasks at least one (1) time per week.<br />Pick up trash in parking lot and around building.<br />QUARTERLY: The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday. <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors, removing all mats during cleaning and replacing all mats when the floors are dry.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of Choteau & Compton. At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Basic Schedule Requirements – Prince Hall Family Service Center: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Prince Hall Family Service Center, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of Prince Hall Family Service Center. At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Basic Schedule Requirements – DED - 4811 Delmar: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at DED – 4811 Delmar, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY: The contractor shall perform the following tasks at least one (1) time per week.<br />Pick up trash in parking lot and around building.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Basic Schedule Requirements – 9900 Page State Office Building: In addition to the Basic Schedule Service Requirements listed herein, the contractor shall provide janitorial services at 9900 Page, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />The contractor shall perform all tasks during the hours of 7:30 a.m. and 5:00 p.m. for the area of the building occupied by the Division of Child Support Enforcement (approximately 6,468 square feet). In the event that the contractor’s performance of janitorial services disrupts normal function of the Division of Child Support Enforcement, the contractor may provide some janitorial services during other timeframes with the approval of the Division of Child Support Enforcement.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />WEEKLY: The contractor shall perform the following tasks at least one (1) time per week.<br />Pick up trash in parking lot and around building.<br />QUARTERLY: The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday. <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors, removing all mats during cleaning and replacing all mats when the floors are dry.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Working Supervisor - The contractor shall provide a Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The Working Supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of 9900 Page. At a minimum, the contractor’s Working Supervisor shall:<br />Perform any service requirement tasks as stated herein.<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Service Requirements: If the state agency requires the contractor to provide janitorial services utilizing the Expanded Schedule, the contractor shall perform the tasks listed below, for each awarded building at the frequency specified in order to keep all surfaces clean and free of dust, cobwebs, spots, spills, scuffs, other debris, etc.<br />DAILY: The contractor shall perform the following tasks on a daily basis:<br />Thoroughly vacuum all entrance and exit mats.<br />Thoroughly vacuum all carpeted areas from wall to wall.<br />Clean all kitchens and break rooms accessible to the public and located in office areas, including washing and disinfecting all tables and countertops.<br />Wipe all plastic chairs, as needed.<br />Using a damp treated cloth, wipe all flat surfaces including, but not limited to, file cabinets, conference tables and stands, bookshelves, coat racks, window sills, hand rails, tops of partitions, etc.<br />Clean and disinfect all conference and lobby telephones available to the public.<br />Spot clean all wall and partition surfaces, including light switches when required, to give a clean satisfactory appearance. <br />Spot clean all doors and frames.<br />Clean light fixtures, as needed, to remove insects, dirt, etc., in and on the fixtures.<br />Brush and spot clean fabric furniture, as needed.<br />If recycle bins are utilized, remove full recycle bins, place recycle bins in the pick-up location (dock), and replace with empty recycle bins.<br />Thoroughly sweep all hard surfaces including, but not limited to, floors, stairs, and landings using brooms or dust mops.<br />Wet mop all hard surfaces including, but not limited to, floors, stairs, and landings to give a clean and satisfactory appearance. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />During periods of inclement weather, use a carpet extractor or wet/dry vacuum to remove moisture from carpeted foyers and elevators as needed or requested by the state agency.<br />During periods of inclement weather such as snow, machine scrub all hard surface floors, remove sand, soot and salts from the building vestibules. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry. After the inclement weather ends, wash and scrub exterior plazas or entrances, as directed by the state agency.<br />Remove cobwebs from all ceilings, doors, and corners within the building, as needed.<br />Clean both sides of entrance door glass, clean door glass frames and accompanying glass panels including transoms (inside and outside), removing all fingerprints and dirt. Spot clean all interior glass, as needed.<br />Clean and disinfect drinking fountains.<br />Empty all waste/trash containers. Wash waste/trash containers and replace plastic liners, as needed.<br />Spot clean all carpet as spots appear.<br />Sift sand and remove cigarette butts from all smoking receptacles outside the building. Replace sand when it becomes discolored.<br />Remove all trash and sweep sidewalks for ten feet (10’) from all entrances/exits of the building as directed by the state agency.<br />Secure all exterior division doors and any interior doors as requested by the state agency.<br />Spot clean all interior elevator cabs, vacuum elevator carpets, and clean elevator tracks.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />Clean janitorial closets after completion of the daily tasks and before exiting the building.<br />WEEKLY: The contractor shall perform the following tasks at least one (1) time per week.<br />Clean the carpet in elevators via wet extraction method.<br />Revised by Amendment 001.<br />High speed buff or burnish all finished flooring. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry.<br />MONTHLY: The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Clean/dust all venetian/mini-blinds.<br />Clean all baseboards.<br />Clean/vacuum all vents, diffusers, and registers.<br />Clean all elevator walls and both sides of elevator doors.<br />Clean all glass surfaces, other than windows.<br />Clean the carpet in main traffic lanes on entry level floors via wet extraction method.<br />Clean the carpet in all elevator banks via wet extraction method.<br />QUARTERLY: The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Clean both sides of all interior windows.<br />Revised by Amendment 001.<br />Thoroughly machine scrub all hard surface floor areas removing all scuffs and black marks. Apply two (2) coats of skid-proof wax floor finish to all finished floors as directed by the state agency. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry. <br />SEMI-ANNUALLY: The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month. The first performance of each task must be within the first sixty (60) days of the effective date of the contract. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Deep clean all carpet via wet extraction method. The contractor must notify the state agency at least seventy-two (72) hours in advance of carpet cleaning in order for the building tenants to prepare for the carpet cleaning. In addition, the contractor shall resolve problem areas as requested by the state agency.<br />Dust all pipes and ductwork within a 12-foot reach.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Revised by Amendment 001.<br />Strip and refinish with five (5) coats of skid-proof wax all finished floors as directed by the state agency. The contractor shall remove all mats during times that floors are cleaned and replace mats when the floors are dry. <br />Expanded Schedule Requirements – Wainwright State Office Building: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Wainwright State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />The contractor shall perform all tasks during the hours of 7:30 a.m. and 5:00 p.m. for the area of the building occupied by the Division of Child Support Enforcement (approximately 17,248 square feet). In the event that the contractor’s performance of janitorial services disrupts normal function of the Division of Child Support Enforcement, the contractor may provide some janitorial services during other timeframes with the approval of the Division of Child Support Enforcement.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY: The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Dust mop concrete corridors located in the basement<br />TWICE MONTHLY SPECIFIC SERVICE REQUIREMENTS: Two (2) times per month, the contractor must perform the tasks listed below.<br />Thoroughly wash the exterior side of 1st floor exterior windows and storefront windows including the Gallery windows of the building, including frames and mullions, to maintain a satisfactory appearance.<br />QUARTERLY: The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Clean all wall surfaces, taking care not to use any liquid that will mar or scratch paneling.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday. <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors.<br />Wash trash carts weekly.<br />Walk the outside perimeter of the building(s) and remove any trash or debris. Clean sidewalks, exterior walls and brick pavers of any spills, splatter, foreign matter, or other messes.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of the Wainwright State Office Building. At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Requirements – Mill Creek State Office Building: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Mill Creek State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 4:00 p.m. and 8:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY: The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Dust mop concrete corridors located in the basement<br />WEEKLY: The contractor shall perform the following tasks at least one (1) time per week.<br />Walk the outside perimeter of the building, including parking lot(s) and remove any trash or debris.<br />QUARTERLY: The contractor must perform the quarterly tasks listed below every quarter prior to January 10, April 10, July 10, and October 10.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />SEMI-ANNUALLY: The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month. The first performance of each task must be within the first sixty (60) days of the effective date of the contract. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Thoroughly wash both the exterior and interior sides of all exterior windows on both the first and second floors of the building, including frames and mullions, to maintain a satisfactory appearance.<br />ANNUALLY: The contractor must perform the task listed below within the first sixty (60) days of the effective date of the contract, and then one (1) time per year thereafter, by the 10th working day of October. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing the following task for the original contract period only.<br />Clean all wall surfaces, taking care not to use any liquid that will mar or scratch paneling.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 4:00 p.m. with a one (1) hour lunch break, every Monday through Friday. <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Working Supervisor - The contractor shall provide a Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The Working Supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of the Mill Creek State Office Building. At a minimum, the contractor’s Working Supervisor shall:<br />Perform any service requirement tasks as stated herein.<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Requirements – Chouteau & Compton: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at Chouteau & Compton, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY: The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Pick up trash in parking lot and around building.<br />MONTHLY: The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Pile lift all carpeted traffic lanes.<br />SEMI-ANNUALLY: The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month. The first performance of each task must be within the first sixty (60) days of the effective date of the contract. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday. <br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of Choteau & Compton. At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Requirements – Prince Hall Family Service Center: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the Prince Hall Family Service Center, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />Non-Working Supervisor - The contractor shall provide a Non-Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of Prince Hall Family Service Center. At a minimum, the contractor’s supervisor shall:<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Expanded Schedule Requirements – DED – 4811 Delmar: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at DED – 4811 Delmar, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY: The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Pick up trash in parking lot and around building.<br />SEMI-ANNUALLY: The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month. The first performance of each task must be within the first sixty (60) days of the effective date of the contract. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Expanded Schedule Requirements – 9900 Page State Office Building: In addition to the Expanded Schedule Service Requirements listed herein, the contractor shall provide janitorial services at the 9900 Page State Office Building, if awarded a contract for such building as specified in the Notice of Award section of the contract, in accordance with the following requirements:<br />Unless otherwise stated herein, the contractor shall provide all tasks during the hours of 5:00 p.m. and 10:00 p.m.<br />The contractor shall perform all tasks during the hours of 7:30 a.m. and 5:00 p.m. for the area of the building occupied by the Division of Child Support Enforcement (approximately 6,468 square feet). In the event that the contractor’s performance of janitorial services disrupts normal function of the Division of Child Support Enforcement, the contractor may provide some janitorial services during other timeframes with the approval of the Division of Child Support Enforcement.<br />During the periods of inclement weather, the contractor shall replace saturated entry way and public access area mats as requested by the state agency.<br />TWICE WEEKLY: The contractor shall perform the following tasks at least two (2) times every week, with at least two (2) days between the performance of the task.<br />Pick up trash in parking lot and around building.<br />MONTHLY: The contractor shall perform the following tasks one (1) time per month, within the first ten (10) consecutive work days of each month.<br />Deep clean carpeted foyers and entrance matting.<br />Pile lift all carpeted traffic lanes.<br />SEMI-ANNUALLY: The contractor must perform the semi-annual tasks listed below every six months in April and again in October prior to the 10th of the month. The first performance of each task must be within the first sixty (60) days of the effective date of the contract. However, depending on the effective date of the contract and the condition of the building, the state agency may waive the requirement for performing one of more of the following tasks for the first six months of the original contract period only.<br />Thoroughly wash both sides of all exterior windows, including frames and mullions, to maintain a satisfactory appearance.<br />Day Porter/Matron Requirements – The contractor shall provide one (1) person who shall be considered a Day Porter/Matron and shall perform janitorial upkeep of the building from 8:00 a.m. to 5:00 p.m. with a one (1) hour lunch break, every Monday through Friday.<br />The contractor shall agree and understand that state agency staff shall advise the contractor’s Day Porter/Matron of the specific duties that are necessary as the situation arises; however, the contractor’s Day Porter/Matron shall perform, but not limited to, the following duties:<br />Wipe down and spot clean restrooms.<br />Replenish restroom supplies.<br />Clean entrance glass.<br />Remove cigarette butts from ash urns.<br />Sweep, dust mop, and damp mop various floors.<br />Wash trash carts weekly.<br />Any and all other related and contingent miscellaneous janitorial cleaning duties requested by the state agency.<br />The contractor shall provide the Day Porter/Matron with communication equipment to be used for contact by the state agency.<br />Working Supervisor - The contractor shall provide a Working Supervisor who shall be located on-site between the hours of 5:00 p.m. and 10:00 p.m. The Working Supervisor should have at least two (2) years of recent experience in directing cleaning type operations in a supervisory capacity for a building of the approximate size and characteristics of 9900 Page. At a minimum, the contractor’s Working Supervisor shall:<br />Perform any service requirement tasks as stated herein.<br />Supervise all the contractor’s personnel providing janitorial services and inspect the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />Inspect services performed each day and assure that all requirements are completed satisfactorily and acceptable to the state agency standards.<br />Train and assign duties for the contractor’s personnel as necessary.<br />Work with and maintain a positive working relationship with the state agency’s staff, the tenants of the building, and the public.<br />Ensure that the reports are submitted as required and as needed.<br />Meet with the state agency or the state agency housekeeper as directed to discuss janitorial issues, including but not limited to problems or additional directions.<br />Restroom Requirements: In addition to the Basic or Expanded Schedule Service Requirements listed herein (as required by the state agency), the contractor shall clean and disinfect all restrooms located in the building(s) at the frequency specified. For purposes of restroom requirements, “clean” shall be defined as disinfecting, polishing, and removing all water spots. Disinfectant must be a “hospital” grade quaternary disinfectant that kills fungus, viruses, and bacteria and has organic soil tolerance.<br />DAILY: The contractor shall perform the following tasks on a daily basis.<br />Clean all surfaces of all restrooms located in the building.<br />Clean toilet bowls and seats, urinals, hand basins, counter tops, and the walls around these fixtures.<br />Clean all mirrors, bright work, chrome pipes, and fittings.<br />Wet mop all restroom floors using a disinfectant.<br />Clean stall partitions, doors, door frames, and push plates (all sides).<br />Dust or wipe all horizontal surfaces.<br />Empty and clean (inside and out) all trash containers and disposals; change liners daily.<br />Restock dispensers to normal limits (soap, toilet tissue, paper towels, toilet seat covers).<br />Remove spots, stains, scuffmarks, and finger and handprints.<br />Report all damage.<br />WEEKLY: The contractor shall perform the following weekly tasks one (1) time per week.<br />Clean air diffusers in all restrooms.<br />Pour five (5) gallons of water down each floor drain.<br />Spot clean exposed pipes.<br />MONTHLY: One (1) time per month, within the first ten (10) consecutive workdays of each month, the contractor must perform the monthly tasks listed below.<br />Clean and disinfect all walls.<br />Machine scrub all restroom floors.<br />Supplemental Service Requirements: The contractor shall perform any of the following supplemental services at the request of the state agency. Any such supplement al services requested shall be in addition to the services specified herein. The decision as to when a supplemental service is required shall rest solely with the state agency.<br />Additional Carpet Cleaning – The contractor shall perform additional deep cleaning carpet/water extraction services for the carpet as the necessity arises as determined and instructed by the state agency.<br />Revised by Amendment 001.<br />Additional Floor Cleaning – The contractor shall perform additional stripping and refinishing services for all finished floors as the necessity arises as determined and instructed by the state agency.<br />Deep Cleaning of Upholstered Furniture – The contractor shall perform deep cleaning services for any of the listed upholstered furniture as the necessity arises as determined and instructed by the state agency:<br />Manager’s Chair<br />Side Chair (upholstered without arm upholstering) – The state agency should assure a minimum of ten (10) chairs prior to submitting request.<br />Sofa<br />Construction Clean-up – Due to construction, there is often a need for additional cleaning in construction areas. Therefore, the contractor shall provide one time construction clean-up and/or on-going construction clean-up as determined necessary and as instructed by the state agency.<br />Additional Personnel – The contractor shall provide janitorial personnel on an as needed, if needed basis.<br />Personnel Requirements:<br />The state agency reserves the right to approve or disapprove appointment of any of the contractor’s personnel to provide services required by the contract. The state agency also reserves the right to request replacement of any person assigned to provide services. Unless the situation regarding the contractor’s assigned personnel requires immediate replacement, the contractor shall be allowed at least fourteen (14) days after notification to replace unsatisfactory personnel.<br />The contractor shall supervise all the contractor’s personnel and the services provided by such personnel as required to satisfactorily perform the requirements of the contract.<br />The contractor’s supervisor shall be capable to be on site within thirty (30) minutes at any request by the state agency.<br />The contractor, or the contractor’s personnel designated as a representative of the contractor, must be available during normal business hours (8:00 a.m. to 5:00 p.m.) for telephone conversations and/or meetings with personnel from the state agency regarding the janitorial services.<br />Such contractor contact person must have the express authority to speak on behalf of the contractor and make decisions on behalf of the contractor.<br />By no later than ten (10) days after the award of the contract, the contractor shall provide the state agency with the name, address, and telephone number for the contractor contact person.<br />The contractor shall perform the requirements specified herein using “team cleaning”. “Team cleaning” as used herein shall be defined as cleaning in which the contractor’s personnel are assigned to individual tasks such as dusting, emptying trash, or vacuuming for all areas as opposed to assigning one (1) person general cleaning tasks for an assigned area.<br />The contractor’s personnel shall only be allowed in work areas to which they are assigned. The contractor’s personnel shall only take rest breaks in pre-assigned areas.<br />The contractor must ensure that each of the contractor’s assigned personnel are reasonably dressed and groomed while on site, are wearing an article of clothing identifying the contractor, and have a visible picture ID tag at all times.<br />The contractor and/or the contractor’s personnel must sign-in immediately upon arrival and prior to any services being provided and sign-out prior to leaving the building. The contractor must provide the sign-in/sign-out sheets. In addition, the sign-in/sign-out sheets must remain at a location designated by the state agency.<br />The contractor’s personnel shall not loiter in the building nor smoke anywhere in the building, including any interior loading dock area.<br />The contractor shall not use nor allow the contractor’s personnel to use any State of Missouri telephones and/or equipment in the building.<br />Security Requirements:<br />The contractor shall prevent all unauthorized persons from entering the building and shall keep the building locked while the contractor and the contractor’s personnel are on the premises.<br />When the contractor and/or the contractor’s personnel leave the building, the contractor shall lock all doors and turn off lights. In addition, if the building contains other security system(s), the contractor shall activate the system(s) according to state agency instructions in order to protect the security of the building.<br />The contractor shall be issued keys to all areas in which janitorial services shall be provided. The contractor must take care of and not lose any such keys. In addition, the contractor shall not duplicate any of the keys issued to the contractor. If evidence of duplication is ascertained beyond reasonable doubt, the State of Missouri shall have the right to immediately replace the locks and all keys and to charge the contractor for such replacement.<br />In the event the contractor or a person assigned by the contractor to perform services loses a key(s), the contractor must notify the state agency within one (1) working day from the date the loss is discovered. The contractor shall pay the state agency for the actual costs incurred for the replacement of all locks and keys, including keys held by the building tenants.<br />At the expiration/termination/cancellation of the contract, the contractor must surrender all the keys issued to the contractor by the state agency. Any payments due the contractor shall be withheld until the contractor has surrendered all keys issued. In the event that all keys are not returned, the contractor shall pay the state agency for the actual costs incurred for the replacement of all locks and keys, including keys held by the building tenants.<br />The contractor and each of the contractor’s personnel assigned to the contract must have a security clearance approved by the state agency in order to provide service under the contract. The contractor must obtain each of the required security clearances from the State Highway Patrol.<br />Prior to the effective date of the contract and assignment of any new person to provide services under the contract, the contractor shall provide the state agency with the following:<br />A copy of the security clearance information obtained from the State Highway Patrol for each person assigned to the building,<br />A completed Authorization for Release of Information Form (Attachment #1) individually signed by the contractor and each person assigned to the building. <br />In the event that the Division of Probation and Parole is a tenant of the state agency, the contractor shall agree and understand that the Division of Probation and Parole must comply with the Criminal Justice Information Services (CJIS) Security Policy, Version 4.4, Section 4.5h.  Therefore, the contractor must obtain a national fingerprint-based record’s check from the Missouri State Highway Patrol for each person assigned to the building that will have access to the area occupied by the Division of Probation and Parole.<br />All results of the national fingerprint-based record’s check will be disseminated by the Missouri State Highway Patrol to the Probation and Parole Central Office.  <br />An informational brochure on how to obtain a national fingerprint-based record’s check is available on the Missouri Highway Patrol’s website at: www.mshp.dps.mo.gov and clicking on the “Criminal Records Check” link at the top of the page. <br />The state agency shall have the right to deny access to the building to any of the contractor’s personnel for any reason.<br />Reporting Requirements:<br />Prior to performing any of the monthly, quarterly, semi-annual, and annual tasks required herein, the contractor shall notify the state agency in writing of the anticipated beginning and completion date for each task required. The contractor must follow-up with a written notice of the satisfactory completion thereof and shall obtain the written approval of each task from the state agency. Such notification shall hereinafter be referred to as the “task schedule notice”.<br />The contractor shall maintain a daily log of all services performed on that day. The daily log shall also reference any abnormal or unusual conditions affecting the physical and material aspects of the building or its contents, such as unlocked doors, breakage, damage, as well as any mitigating circumstances which prevented the contractor’s personnel from performing the contractual service. The daily log shall remain at the building at a mutually agreed to location accessible to both the contractor and the state agency. The daily log shall become the property of the State of Missouri.<br />Invoicing and Payment Requirements: <br />Prior to any payments becoming due per the contract, the contractor must submit or must have already submitted a properly completed State Vendor ACH/EFT Application, since the State of Missouri reserves the right to make contract payments through electronic funds transfer (EFT).<br />If not already submitted, the contractor needs to obtain a copy of the State Vendor ACH/EFT Application and completion instructions from the Internet from the Vendor Services Portal at: https://www.vendorservices.mo.gov/vendorservices/Portal/Default.aspx. <br />The contractor must submit invoices on the contractor’s original descriptive business invoice form and must use a unique invoice number with each invoice submitted. The unique invoice number will be listed on the State of Missouri’s EFT addendum record to enable the contractor to properly apply the state agency’s payment to the invoice submitted. The contractor may obtain detailed information for payments issued for the past 24 months from the State of Missouri’s central accounting system (SAM II) on the Vendor Services Portal at:<br />https://www.vendorservices.mo.gov/vendorservices/Portal/Default.aspx<br />Invoicing – The contractor shall submit a separate monthly invoice(s) for each building for which services are provided to the “bill to” address as specified on the purchase order for general and building specific services actually provided to the state agency.<br />The contractor must include the number of square feet cleaned, the firm, fixed per square foot, per month price as stated on the Pricing Page, the contract number, the building location and the dates of service on each monthly invoice.<br />Unless otherwise specified by the state agency, the contractor shall submit invoices for Supplemental Services to the Tenant State Department/Division specified by the state agency.<br />Payment - The contractor shall be paid the firm, fixed per square foot, per month price specified on the Pricing Page for the total cleanable square foot