request for proposal issued by the ohio department of ... adm0067102017165718rfp com2018... ·...

22
1 Request: COM2018 ADM006 Request for Proposal Issued by The Ohio Department of Commerce Issue Date: July 10, 2017 Closed Date: July 21, 2017 Janitorial Services RFP Number: COM2018 ADM006 The Ohio Department of Commerce (ODOC”) is requesting proposals for the contractor provision of janitorial services for two (2) ODOC facilities: those at the Division of State Fire Marshal (SFM), 8895 East Main Street, Reynoldsburg, Ohio 43068 (“SFM facility”), and those at the Divisions of Industrial Compliance (DIC) and Liquor Control (LIQ), 6606 Tussing Road, Reynoldsburg, Ohio 43068 (“Tussing facility”). I. Background State Fire Marshal The SFM is the oldest established office of its kind in the United States. Its mission is to safeguard the public, its property, and the environment from fire and related risks through education, regulation, investigation, and enforcement. The SFM consists of eight bureaus: Administration, Bureau of Underground Storage Tank Regulation, Code Enforcement, Fire Prevention, Forensic Laboratory, Investigation Bureau, Ohio Fire Academy, and Testing and Registration. Division of Industrial Compliance DIC reviews building plans for the construction and renovation of commercial and public building projects. It also conducts inspections of plumbing, electrical, and structural systems, and is home to the Board of Building Standards, the Board of Building Appeals, and the Ohio Construction Industry Licensing Board. DIC also inspects mechanical systems including steam engines and boilers, hydronics, escalators, elevators, and the lifts inside structures for wind turbines. DIC further provides testing and inspection of bedding, upholstered furniture and stuffed toys, ski lifts, and roller skating rinks. Finally, DIC investigates complaints related to the Ohio minimum wage, prevailing wage, and the employment of minors in Ohio. Division of Liquor Control LIQ controls the manufacture, distribution, licensing, regulation, and merchandising of beer, wine, mixed beverages, and spirituous liquor. Its work is based in permitting processes, with annual licensing being required for businesses that provide alcoholic beverages for consumption as a manufacturer, distributor, retailer, and in some cases an event promoter. The Division manages alcohol wholesale and retail operations with the goal of increasing profits without encouraging increased consumption. Profits from spirits provide dedicated funding for Ohio’s economic development efforts. II. Purpose The purpose of this request for proposal (RFP) is to receive proposals from contractors to provide janitorial services as described herein for the SFM and Tussing facilities. These services shall be provided from August 1, 2017 through June 30, 2019, with an ODOC option to renew from July 1, 2019 through June 30, 2012 upon the same terms and conditions. The State will also reserve the right in any agreement it makes

Upload: ledieu

Post on 30-Jul-2019

214 views

Category:

Documents


0 download

TRANSCRIPT

1 Request: COM2018 ADM006

Request for Proposal

Issued by The Ohio Department of Commerce

Issue Date: July 10, 2017

Closed Date: July 21, 2017

Janitorial Services

RFP Number: COM2018 ADM006

The Ohio Department of Commerce (“ODOC”) is requesting proposals for the contractor provision of

janitorial services for two (2) ODOC facilities: those at the Division of State Fire Marshal (“SFM”), 8895

East Main Street, Reynoldsburg, Ohio 43068 (“SFM facility”), and those at the Divisions of Industrial

Compliance (“DIC”) and Liquor Control (“LIQ”), 6606 Tussing Road, Reynoldsburg, Ohio 43068

(“Tussing facility”).

I. Background

State Fire Marshal

The SFM is the oldest established office of its kind in the United States. Its mission is to safeguard the

public, its property, and the environment from fire and related risks through education, regulation,

investigation, and enforcement. The SFM consists of eight bureaus: Administration, Bureau of

Underground Storage Tank Regulation, Code Enforcement, Fire Prevention, Forensic Laboratory,

Investigation Bureau, Ohio Fire Academy, and Testing and Registration.

Division of Industrial Compliance

DIC reviews building plans for the construction and renovation of commercial and public building projects.

It also conducts inspections of plumbing, electrical, and structural systems, and is home to the Board of

Building Standards, the Board of Building Appeals, and the Ohio Construction Industry Licensing Board.

DIC also inspects mechanical systems including steam engines and boilers, hydronics, escalators, elevators,

and the lifts inside structures for wind turbines. DIC further provides testing and inspection of bedding,

upholstered furniture and stuffed toys, ski lifts, and roller skating rinks. Finally, DIC investigates

complaints related to the Ohio minimum wage, prevailing wage, and the employment of minors in Ohio.

Division of Liquor Control

LIQ controls the manufacture, distribution, licensing, regulation, and merchandising of beer, wine, mixed

beverages, and spirituous liquor. Its work is based in permitting processes, with annual licensing being

required for businesses that provide alcoholic beverages for consumption as a manufacturer, distributor,

retailer, and in some cases an event promoter. The Division manages alcohol wholesale and retail

operations with the goal of increasing profits without encouraging increased consumption. Profits from

spirits provide dedicated funding for Ohio’s economic development efforts.

II. Purpose

The purpose of this request for proposal (RFP) is to receive proposals from contractors to provide janitorial

services as described herein for the SFM and Tussing facilities. These services shall be provided from

August 1, 2017 through June 30, 2019, with an ODOC option to renew from July 1, 2019 through June 30,

2012 upon the same terms and conditions. The State will also reserve the right in any agreement it makes

2 Request: COM2018 ADM006

as a result of this RFP to terminate the agreement and its underlying terms and conditions with or without

cause.

III. Scope of Work

A contractor providing a proposal shall clearly narrate how it intends to provide services that are responsive

to this RFP. Narratives shall include the method of delivery of services.

1. Contractor shall describe, using Appendices A and B, the janitorial services it shall provide at the

SFM and Tussing locations. The SFM location has three buildings: the Main Building, Building

A, and Building B. The Tussing locations has 1 building. Schematics for each building are

attached.

2. Contractor shall specify the number of days per week and hours that it expects its staff to be at each

facility, eliminating the ten (10) assigned state holidays. At a minimum, contractor’s staff will be

present at each facility performing janitorial services every day each facility is open for business.

3. Contractor shall meet with the Building Operations Administrator of each facility once a month to

discuss the details of the building, clarifying/ changing building janitorial needs, problems with the

supplied janitorial services, and the implementation of any ODOC special requests.

4. Contractor shall provide all janitorial supplies and equipment it needs to fulfill the services it

proposes. The supplies and equipment shall be pre-approved by each Building Operations

Administrator prior to usage.

5. Contractor shall be responsible for maintaining and cleaning the areas specified within Appendices

A and B. Once a contractor is selected, the Building Operations Administrator of each facility and

the contractor will perform a walk-through of each facility to determine and/or clarify expectations,

schedules, and needs. Of particular note, bathrooms in the SFM and Tussing facilities will be

cleaned no less than twice per day on each day the contractor has staff working in the facilities. 1

cleaning will occur during normal business hours and another after normal business hours conclude.

6. Contractor shall be responsible for emptying all of the trash receptacles as specified in the

Appendices and/or a Building Operations Administrator. This shall include any items that are

located on or around the trash receptacle.

7. Contractor shall be responsible for providing bloodborne pathogen and clean-up kits as a part of

the contract. The kits shall include Spill Clean-Up Powder Pouches, Disinfectant Towelettes, Scoop

& Spatulas, Benzalkonium Chloride Antiseptic Towelettes, Pair Nitrile Exam Gloves, Biohazard Bags,

and Paper Towels.

8. Contractor will be responsible for keeping logs of any incidents, spills, damages, and other

correspondences related to janitorial services provide to the SFM facility.

State Fire Marshal Facility

9. Contractor shall provide cleaning/janitorial/maid services two (2) times per week the SFM’s thirty-

six (36) dormitory rooms. Such services his will include but shall not be limited to: room cleaning,

changing bed linens, cleaning restrooms, cleaning showers, restocking toiletries, and maintain and

3 Request: COM2018 ADM006

cleaning all restroom dispensers. From time to time as reasonably directed by a Building

Operations Administrator, contractor shall deep clean the dormitory rooms.

10. Contractor shall clean and maintain all walk-off mats located in the SFM’s Main Building as well

as Building A. The walk-off mats shall be cleaned once a week during the fall and winter months

and monthly during spring and summer. Walk-off mats shall be vacuumed three (3) times per

week; during inclement weather, the walk-off mats shall be vacuumed once per day.

11. Contractor shall coordinate with a Building Operations Administrator to implement a plan to

shampoo the SFM location’s carpets and mop/wax/strip the SFM location’s hard surfaces.

12. Contractor shall supply restroom paper products for 21 of the SFM location’s restrooms. It shall

likewise supply waste basket liners, papers towels, and dispenser soap for 57 of the SFM location’s

restroom and associated spaces.

13. Contractor shall also clean no less than twice a year all windows at the SFM locations, their exterior

and interior surfaces.

Tussing Facility

14. For a more detailed list of the Tussing facility’s specifications, see Appendix C.

IV. Contractor Qualifications

A contractor providing a proposal shall prove in their proposal that they meet the following minimum

qualifications, and once the contract has been awarded, the selected contractor shall maintain these

qualifications during the term of the contract.

1. Contractor shall have an office within the United States, preferably within Ohio, and provide

documentation of the full legal name of its owner and business, its primary business address, and

its non-Ohio office locations.

2. Contractor shall have at least five years of experience in commercial janitorial services and can

provide, upon demand, documentation of such experience.

3. Contractor shall supply with its proposal the number of years it has performed janitorial services,

the number of employees it has, and the number of current contracts that it maintains for the

provision of janitorial services.

4. Contractor shall provide contact information for no fewer than four (4) references (state and/or

government agencies preferred) to whom it has supplied janitorial services. The contact

information shall include the name of each reference and its business address, best point of contact,

and telephone number.

5. The SFM will perform background checks on all contractor employees who perform janitorial

services at the SFM facility. It will be the contractor’s responsibility to ensure that its employees

do everything that the SFM needs them do to facilitate the completion of the SFM’s background

checks. Background checks must be complete before a contractor employee may enter the SFM

facility to provide janitorial services. The SFM reserves the right to refuse entry to any contractor

4 Request: COM2018 ADM006

employee seeking entry to provide janitorial services based upon the results of his/her background

check. It will not be the SFM’s responsibility if due to the results of a contractor employee’s

background check or a contractor’s failure to provide have its employee facilitate the completion

of an SFM background check the contractor does not have adequate personnel to meet its

contractual obligations on any given day.

V. Proposal Requirements

When providing a responsive proposal, a contractor should address the following:

1. Management Plan: Describe the staff resources dedicated to providing the requested services.

a. Provide the names, resumes, job descriptions, qualifications, and relevant experience of key

account executives that will oversee the contract.

b. Provide names, resumes, and roles of the individuals who will be assigned to handle the day-

to-day responsibilities of the contract as well as their qualifications and relevant experience.

Please ensure that you address how staff will be assigned to service the facilities.

2. Plan of Action: Provide a daily plan of action for the services contractor will provide the facilities

and a narrative/explanation as to how it will fulfill each element of the RPF. A daily plan shall

specify, among other things, the daily janitorial services that will be performed at the facilities, the

number of individuals assigned to perform the services, the times in which those individuals will

be present, and what duties each individual will be assigned.

3. Invoicing: Upon the implementation of the contract, the ODOC is to be billed monthly for all

services rendered in the prior month. Contractor shall provide a sample invoice and describe the

its policies regarding billing errors, credit memos, and ability to customize invoices to provide all

charges associated with each invoice and, if necessary, line item. Contractors shall also provide a

description of their methods for tracking third party fees.

4. Customer Service: Describe the mechanisms in place to handle customer service issues.

Specifically, describe how they respond to customer complaints and service issues.

a. Please discuss whether contractor has general customer service representatives or assigns

liaisons to a client account. Provide a primary point of contact for customer services, including

a name, title, job location, email address, and telephone number.

b. Describe the parameters the contractor has in place to assess customer satisfaction.

5. Security: The SFM and DIC/LIQ facilities contain documents and other records of a sensitive

nature, many of which include confidential person information and other protected data. Contractor

shall describe the measures it will take to assure that its employees understand these facts and will

respect the sanctity and confidentiality of all ODOC documents, records, and/or other materials and

items that they come across in the performance of their duties.

6. Waste Management: Describe contractor policies regarding the proper maintenance and disposal

of potential toxic or pathogen waste.

5 Request: COM2018 ADM006

7. Quality Assurance: Describe what systems contractor will put in place to check and assure the

quality of the services that contractor supplies. Quality assurance must occur on no less than a

weekly basis. Also describe what systems contractor will put in place so that the ODOC can quickly

contact contractor should it identify a service or cleanliness deficiency.

[Remainder of page left intentionally blank. RFP continues on following page.]

6 Request: COM2018 ADM006

VI. Cost Proposal

Contractor shall provide a cost proposal for its proposed janitorial services. The cost summary shall

include all expenses incurred to obtain the information excluding the fees charged by any third-party

sources.

SFM Location

8895 East Main Street, Reynoldsburg, Ohio 43068

Year 1: 8/1/2017 to 6/30/2018

Description of Services

Proposed

Number of

Hours

Hourly Proposed

Total

Monthly

Proposed Total

Annual Proposed

Total

Hourly Rate:

Normal business hours

$ $ $

Hourly Rate:

Events outside of normal business

hours

$ $ $

Hourly Rate:

Overtime

$ $ $

Supervisor Hourly Rate:

Normal business hours

$ $ $

Supervisor Hourly Rate:

Events outside of normal business

hours

$ $ $

Supervisor Hourly Rate:

Overtime

$ $ $

Total Amount of Janitorial Services:

Based on the specifications provided in

the scope of work

$ $

Grand Total of Janitorial Services:

$ $

Year 2: 7/1/2018 to 6/30/2019

Description of Services

Proposed

Number of

Hours

Hourly Proposed

Total

Monthly

Proposed Total

Annual Proposed

Total

Hourly Rate:

Normal business hours

$ $ $

Hourly Rate:

Events outside of normal business

hours

$ $ $

Hourly Rate:

Overtime

$ $ $

Supervisor Hourly Rate:

Normal business hours

$ $ $

Supervisor Hourly Rate:

Events outside of normal business

hours

$ $ $

Supervisor Hourly Rate:

Overtime

$ $ $

Total Amount of Janitorial Services:

Based on the specifications provided in

the scope of work

$ $

Grand Total of Janitorial Services:

$ $

7 Request: COM2018 ADM006

Tussing Location

6606 Tussing Road, Reynoldsburg, Ohio 43068

Year 1: 8/1/2017 to 6/30/2018

Description of Services

Proposed

Number of

Hours

Hourly Proposed

Total

Monthly

Proposed Total

Annual Proposed

Total

Hourly Rate:

Normal business hours

$ $ $

Hourly Rate:

Events outside of normal business

hours

$ $ $

Hourly Rate:

Overtime

$ $ $

Supervisor Hourly Rate:

Normal business hours

$ $ $

Supervisor Hourly Rate:

Events outside of normal business

hours

$ $ $

Supervisor Hourly Rate:

Overtime

$ $ $

Total Amount of Janitorial Services:

Based on the specifications provided in

the scope of work

$ $

Grand Total of Janitorial Services:

$ $

Year 2: 7/1/2018 to 6/30/2019

Description of Services

Proposed

Number of

Hours

Hourly Proposed

Total

Monthly

Proposed Total

Annual Proposed

Total

Hourly Rate:

Normal business hours

$ $ $

Hourly Rate:

Events outside of normal business

hours

$ $ $

Hourly Rate:

Overtime

$ $ $

Supervisor Hourly Rate:

Normal business hours

$ $ $

Supervisor Hourly Rate:

Events outside of normal business

hours

$ $ $

Supervisor Hourly Rate:

Overtime

$ $ $

Total Amount of Janitorial Services:

Based on the specifications provided in

the scope of work

$ $

Grand Total of Janitorial Services:

$ $

A Contractor may propose additional enhanced premium services, which may or may not be accepted by

the Department, after review and evaluation. Such services would be in addition to the services requested

above and shall be provided on a separate document clearly identified as a list of additional enhanced

premium services.

8 Request: COM2018 ADM006

VII. General Instructions

Every responsive proposal shall include a:

1. Cover Letter. The cover letter shall be in the form of a standard business letter, signed by an

individual authorized to legally bind the contractor, and shall acknowledge receipt of all addenda.

The cover letter shall provide a summary of the contractor’s services along with its point of contact,

telephone number, federal tax identification number, and business address. If the contractor

currently holds an Ohio Department of Administrative Services contract, be sure to reference it.

2. Table of Contents. The table of contents should facilitate locating all key points in the proposal.

3. Contractor Qualifications. See above.

4. Proposal Requirements. See above.

5. Cost Proposal. See above.

6. Deadlines. Proposals should be submitted by 5:00 PM on Friday, July 21, 2017.

VIII. Pre-Proposal Meeting

In order to respond to the proposal, it is highly recommended that the Contractor attend the Pre-Proposal

Meeting. The Pre-Proposal Meeting will be held Friday, July 14, 2017 at 1:00 PM at:

Ohio Department of Commerce

Division of State Fire Marshal Office

8895 East Main Street

Reynoldsburg, Ohio 43068

If interested in attended, RSVP to Gina Monk at [email protected]. During the Pre-Bid

Conference, the contractor will have the ability to ask questions about the RFP prior to submitting a

proposal. A walkthrough of the SFM facility will immediately follow. A walkthrough of the Tussing

location shall immediately follow that. Contractors are responsible for their own transportation to and from

the Pre-Proposal Meeting and all walk-throughs. If a contractor wishes to attend the Pre-Proposal Meeting

or any walkthrough, its representative needs to have some form of valid, federally- or state-recognized

identification with them.

IX. Proposal Submission Deadlines and Restrictions

All proposals should be submitted by 5:00 pm on Friday, July 21, 2017. The ODOC will not respond to

any inquiries made after that time. The ODOC may reject proposals or unsolicited proposal amendments

that it receives after the deadline. The ODOC may reject proposals regardless of the cause for the delay.

Completed proposals should be submitted electronically in a current PDF format to:

Agency Procurement Officer: Joy McKee

Email Address: [email protected]

9 Request: COM2018 ADM006

X. Evaluation of Proposals

Of the proposals meeting the minimum requirements, all proposals will be evaluated by the evaluation

team based on the following criteria:

Requirements Description Weight

Proposal Requirements

• Management Plan

• Daily Plan of Action

• Invoicing

• Customer Service

• Security

• Waste Management

• Monthly Meetings

45%

Cost Proposal See above 35%

Contractor Qualifications See above 20%

XI. Contract Terms and Conditions

By submitting a bid to the ODOC, each Contractor agrees to the following terms and conditions. Nothing

herein guarantees that the Contractor’s bid or proposal will be accepted by the ODOC. Nothing provided

by Contractor and/or the ODOC shall amend, modify, or rescind the following terms and conditions. The

ODOC is aware that some information obtained in the proposal may be propriety in nature and will protect

the information to the limits of the law.

Bids and Proposals are Firm for 90 days. Unless stated otherwise, once opened all bids or proposals are

irrevocable for ninety (90) days. Beyond ninety (90) days, Contractor will have the option to honor its bid

or proposal or make a written request to withdraw its bid or proposal from consideration.

Secretary of State. The contractor is properly registered with the Ohio Secretary of State pursuant to Ohio

Revised Code §§ 1703.01 to 1703.31 as applicable.

Bids and Proposals are Public Record. After a bids or proposal is opened, it is a public record as defined

in Ohio Revised Code §149.43 and therefore, a Contractor should not include trade secret or proprietary

information in its bid or proposal.

OBM Certification of Funds. All purchases for goods or services by the ODOC are contingent upon

approval by the Ohio Office of Budget and Management (OBM) that all statutory provisions under Ohio

Revised Code §126.07 have been met and that the Controlling Board has approved the purchase or service

when applicable.

Non-appropriation. The ODOC’s funds are contingent upon the availability of lawful appropriations by

the Ohio General Assembly. If the General Assembly fails at any time to continue funding for the payments

or any other obligation due by Commerce, then Commerce will be released from its obligations on the date

the funding expires.

The current General Assembly cannot commit a future General Assembly to expenditure. Any agreement

between the Contractor and Commerce will expire at the end of the next biennium if not sooner by

agreement of the parties. That said, the ODOC reserves the right to renew its agreement with Contractor

10 Request: COM2018 ADM006

for the term of July 1, 2019 through June 30, 2021 so long as it does so in writing and prior to the expiration

of the current agreement. Renewals shall be on the same terms and conditions.

Taxes. Commerce is exempt from federal excise taxes and all state and local taxes, unless otherwise

provided herein. Commerce does not agree to pay any taxes on commodities, goods, or services acquired

from any Contractor.

Payments, Invoices and Interest. Any payments will be due on the 30th calendar day after the later of:

(1) the date of actual receipt of a proper invoice by Commerce’s Fiscal Office, or (2) the date the

Deliverable(s) is/are accepted in accordance with the terms of the purchase. The date of the warrant issued

in payment will be considered the date payment is made. Section 126.30 of the Ohio Revised Code may be

applicable and, if so, requires payment of interest on overdue payments for proper invoices. The interest

charge shall be at a rate per calendar month, which equals one-twelfth of the rate per annum prescribed by

Section 5703.47 of the Ohio Revised Code.

Insurance. The State of Ohio is self-insured.

Ohio Election Law. Contractor affirms that it is compliant with Section 3517.13 of the Ohio Revised Code.

Ohio Ethics Law. Contractor affirms that it is currently in compliance and will continue to adhere to the

requirements of Ohio Ethics law as provided by Section 102.03 and 102.04 of the Ohio Revised Code.

Drug-Free Workplace. Contractor agrees to comply with all applicable Ohio laws regarding maintaining

a drug-free workplace. Contractor will make a good faith effort to ensure that all Contractor's employees,

while working on State property, will not have or be under the influence of illegal drugs or alcohol or abuse

prescription drugs in any way.

Equal Employment Opportunity. Contractor agrees that it complies with the requirements of Section

125.111 of the Ohio Revised Code and that it will comply with all state and federal laws regarding equal

employment opportunity and fair labor and employment practices.

Workers’ Compensation. Contractor shall provide its own workers’ compensation coverage for the entire

duration of all work performed. Commerce is hereby released from any and all liability for injury received

by the Contractor, its employees, agents, or subcontractors, while performing tasks, duties, work, or

responsibilities for Commerce.

Prohibiting the Expenditure of Public Funds on Offshore Services. The Contractor affirms to have read,

understands Executive Order-12 K, and shall abide by those requirements in the performance of any work

for Commerce. Commerce reserves the right to recover any funds paid for services the Contractor performs

outside of the United States for which it did not receive a waiver. The State does not waive any other rights

and remedies provided herein.

State Audit Findings. Contractor affirmatively represents to Commerce that it is not subject to a finding

for recovery under R.C. 9.24 or that it has taken the appropriate remedial steps required under R.C. 9.24 or

otherwise qualifies under that section. Contractor agrees that if this representation is deemed to be false,

any Agreement between Contractor and Commerce shall be void ab initio and any funds paid by Commerce

hereunder shall be immediately repaid to Commerce, or an action for recovery may be immediately

commenced by Commerce for recovery of said funds.

11 Request: COM2018 ADM006

Indemnification, Hold Harmless, Attorney’s Fees and Representation. Any provisions requiring

Commerce to indemnify, hold harmless or pay attorney’s fees to Contractor, do not meet the requirements

of state law and shall be considered stricken from any agreement made between the parties. Any

requirement that Contractor defend a lawsuit where Commerce has been named as a party is subject to

Section 109.02 of the Ohio Revised Code.

Termination. Any agreement may be terminated by the unilateral action of the State by giving 30 days

written notice to the Contractor of election to so terminate, or if the Ohio General Assembly fails to

appropriate funds for any part of the work contemplated.

Governing Law. This purchase shall be governed, construed, and interpreted in accordance with the laws

of the State of Ohio. To the extent that Commerce is a party to any litigation arising out of, or relating in

any way to, this purchase or the performance thereunder, such an action shall be brought only in a court of

competent jurisdiction in Franklin County, Ohio.

Warranties. Any provision disclaiming all express and implied warranties has no effect on the Contractor’s

duty to perform work in a workmanlike manner and does not disclaim the warranties provide in any

maintenance agreements.

Assignment/Delegation. Contractor will not assign any of its rights nor delegate any of its duties without

the written consent of Commerce.

Confidentiality. Contractor may learn of information, documents, data, records, or other material that is

confidential or contains confidential information during its performance of work for Commerce. The

Contractor may not disclose any information obtained as a result of its work for Commerce without

Commerce’s written permission. The Contractor must assume that that all state information, documents,

data, records or other material is confidential unless the information is considered a public record under

Ohio Revised Code § 149.43. Contractor is advised to check with Commerce before disclosing any

information. The Contractor also agrees to abide by the provisions in Ohio Revised Code § 1347.15 and

Ohio Administrative Code §1301-1-03.

Product Recall. Contractor agrees to notify Commerce if a product purchased by Commerce has been

recalled.

Publicity. Contractor will not advertise that it is doing business with Commerce as a marketing or sales

tool without the prior written consent of Commerce.

12 Request: COM2018 ADM006

Appendix A:

Division of State Fire Marshal

Specification Sheet

Main Building

Administration Offices Hallways

Basement Investigation Offices

BUSTR Offices Lobby/Entrances

Conference Room Information Technology

Offices

Classrooms/Training Rooms Mailroom

Code Enforcement Offices Multipurpose Auditorium

Cafeteria/Dining Hall Maintenance Offices

Dormitory – 36 rooms x 2 beds

in each room

Recreational Room

Dormitory Showers Restrooms

Exercise Room Stairwells/Landings

Fire Academy Offices Testing and Registration

Offices

Forensic Laboratory Laundry Room

Fire Prevention Offices

Building A

Classrooms Restroom

Electrical Room Storage Room

Hallway Stairwell/Landings

Maintenance/Storage Room

Building B

Classrooms Restroom

Entrances/Lobby Offices

Hallway

Notes

13 Request: COM2018 ADM006

Appendix B

Ohio Department of Commerce

Specification Sheet

Main Building

Bedding Laboratory Mailroom

BBS Offices Multipurpose/ Training

Rooms

BCC Offices Maintenance Offices

Cafeteria/Dining Hall O&M Offices

Fiscal Offices OCILB Offices

Floor care Restrooms

Hallways Stairwells/Landings

Information Technology Offices Support Services Supply

Room

DIC Admin Offices Support Services Offices

Lobby/Entrances

Liquor Control Offices

LAWS Offices

Notes

RESTROOM RESTROOM

RESTROOM

RESTROOM

RESTROOM

RESTROOM

RESTROOM

RESTROOM

RESTROOM

RESTROOM

RESTROOM

RESTROOM

PLAN STORAGE/WORKROOM

LIBRARYFILE ROOM

FILE ROOM

LOBBY

LOBBY

STORAGE

ID

BUILDING

BUILDING

BUILDING BUILDINGBUILDINGBREAKROOM

FILE ROOM

FILE ROOM

COPY ROOM

COPY ROOM

UNIFORMS

STAFF

FIELD

PUCO

COPY ROOMFILE ROOM FILE ROOM

IT STORAGE

STORAGE

STORAGE

COPY ROOM

IT ROOM

STORAGE

VAULT

FILE ROOM

FILE ROOM

COPY ROOM

STORAGE

STORAGE

RESTROOM

RESTROOM

STORAGE

STORAGE

RAISED FLOOR

IT SERVER ROOM

BBS 2nd floor

Liquor Control 2nd floorCommerce East 1st floor

PP PP

PP

PP

PP PP

PP PP

PPPPPPPP

PP

PP

PP

PP

PP

PP

PP

PP

PP PP

PP

PP

PP

PP

PP

PP

PP

PP

PP

PP

PP PP

PP

PP

Appendix C

Scope of Work: Tussing Location

Common Areas (Training rooms, Conference rooms, Hallways, Lobby, etc.)

MON TUES WED THUR FRI

Monthl

y

Semi

Annual Annually

Vacuum all carpeted

areas including walk off

mats and elevator X X X X X

Spot Clean Walls X X X X X

Polish Drinking

Fountains and Pay

Phones X X X X X

Empty Waste Baskets X X X X X

Spot Clean All Glass X X X X X

Empty Exterior

Ashtrays X X X X X

Dust window sills and

blinds and Remove

Cobwebs X X

Dust and Wet Mop

Stairwells X X X X X

Dust and Wet mop

Floors, hallways and

entranceways X X X X X

Vacuum upholstered

chairs

X

Clean waste baskets X

Clean back door glass X

Strip and rewax floors

X

Dust wall hangings X

Hot Water extraction

all carpet

X

Offices

MON TUES WED THUR FRI

Monthl

y

Semi

Annual Annually

Vacuum Carpet X

Empty Waste baskets X X X X X

Spot clean Walls X X X X X

Wipe exterior of

refrigerators,

microwaves and

tabletops in kitchenettes X X X X X

Dust desks and

miscellaneous office

furniture X X X X X

Dust Window sills and

blinds X X

Dust file Cabinets and

credenza X

High Dust Cubicles X

Sanitize Phones X

Clean waste baskets X

Vacuum upholstered

furniture and chairs X

Clean exterior of glass

display case and glass

bookcases and glass

partitions

X

Detail Vacuum around

cubicles X

Dust and wipe tables in

Library X

Hot Water Extraction

all Carpet

X

Restrooms

MON TUES WED THUR FRI

Monthl

y

Semi

Annual Annually

Clean and Disinfect

Toilets and Urinals X X X X X

Clean and Polish Sinks

and fixtures X X X X X

Empty Waste Baskets X X X X X

Polish and refill towel

and soap dispensers X X X X X

Polish mirrors X X X X X

Replenish Dispensers X X X X X

Sweep and wet mop

floors X X X X X

Spot clean walls X X X X X

Dust Partitions X

Clean waste baskets X

Clean Partitions X

Machine Scrub Floors X

Thoroughly Wash Walls X

Cafeteria

MON TUES WED THUR FRI

Monthl

y

Semi

Annual Annually

Dust and wet Mop

Floors X X X X X Wipe Tables and

exteriors of microwaves X X X X X

Empty Trash including

exterior X X X X X

Wipe Chairs X Clean/polish sink

fixtures X X X X X Vacuum all walk off

mats X X X X X