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