title of project outsource of custodial / light maintenance services · 2018. 1. 4. · 1...
TRANSCRIPT
1
Groton-Dunstable Regional School District
Request for Proposals (RFP)
TITLE OF PROJECT Outsource of Custodial / Light Maintenance Services
AWARDING AUTHORITY Groton-Dunstable Regional School District
145 Main St
Groton, MA 01450
SCHEDULE OF DATES
Advertisement: TBD
Specifications Available: TBD
Electronically Via Email : [email protected]
In person at: The Office of the Director of Business and Finance
Groton-Dunstable Regional School District
145 Main St.
Groton, MA 01450
Pre-Proposal
Meeting/Walk-through: January 23, 2017 9:00 am
Groton-Dunstable Regional School District
145 Main Street
Groton, MA 01450
Proposal Opening: January 31, 2017 11:00am
Groton-Dunstable Regional School District
145 Main Street
Groton, MA 01450
2
Groton-Dunstable Regional School District
Request for Proposals (RFP) Custodial / Light Maintenance Services
Pursuant to M.G.L. c. 30B.§6 Groton-Dunstable Regional School District seeks to obtain proposals for custodial /
light maintenance services to begin July 1, 2018. Proposal documents will be available via email
[email protected] January 11, 2018.
All Proposals to be delivered to the Office of the Director of Business and Finance, 145 Main Street, Groton, MA
01450. Proposals shall be delivered in separately sealed envelopes marked, respectively, “RFP: Custodial/Light
Maintenance Services – Price Proposal” and “RFP: Custodial/Light Maintenance Services – Non-Price Proposal.”
Proposals must be received by Wednesday, January 31, 2018 @ 11:00 AM. Late, emailed or faxed proposals will
not be accepted.
Proposals must be submitted on the forms provided in this RFP packet. The District reserves the right to reject any
and all proposals which do not comply with required specifications. A 5% proposal security bond will be required.
Pre-Proposal Meeting (Mandatory)
A pre-proposal meeting will be held on Tuesday, January 23, 2018 @ 8:00AM local time at the Groton-Dunstable
Regional District offices Conference room, 145 Main Street, Groton, MA 01450 for submission of vendor questions
regarding this Request for Proposal and dissemination of specific information relevant to this project. The District
will issue questions and answers to all proposers in the form of an addendum.
A guided tour of buildings will be conducted on the same day, immediately after the meeting. A walk-through at
this time will enable you to enter all spaces normally occupied. All proposers are responsible for attendance at the
building walk-through. More details on the guided tour will be provided at the scheduled pre-proposal meeting.
Based on the size of the District, the walk-through will most likely take 4 to 5 hours.
Attendance at both the meeting and walk-through will be one of the factors considered in the proposal evaluation
process.
Material questions will be answered in writing and will be distributed to all firms who receive the RFP provided,
that all questions are received by 11AM local time on Friday, January 26, 2018. All questions are to be emailed to
Michael Knight, Director of Business and Finance, @ [email protected].
Responses to questions after the pre-proposal/building walk-through meeting will be made by addenda issued to
all companies planning to submit proposals and posted on the District website. Any representations and/or oral
discussions not confirmed by addenda will not be binding.
3
Contents
Proposal Specifications.............................................................................................................................7
1. Purpose.................................................................................................................................................7
2. Introduction..........................................................................................................................................7
3. Information about the District and Work Specifications......................................................................8
3.1 Appendix A: Types of Work General Description ...............................................................................8
3.2 Appendix B: District Details ................................................................................................................8
3.3 Appendix C: District Information ........................................................................................................8
4. Addenda ................................................................................................................................................8
5. Proposal Award / Scoring Criteria .........................................................................................................8
6. Proposal Duration..................................................................................................................................9
7. Proposal Errors/Omissions/Discrepancies ............................................................................................9
8. Proposal Preparation.............................................................................................................................9
9. Proposal Security ................................................................................................................................ 10
10. Proposal Submission.......................................................................................................................... 10
11. Proposal Timeline ............................................................................................................................. 10
12. Proposal Withdrawal ........................................................................................................................ 11
13. Proposer Requirements..................................................................................................................... 11
14. Confidentiality of Proposals .............................................................................................................. 11
15. Conflict of Interest ............................................................................................................................ 11
16. Debarment......................................................................................................................................... 11
17. Questions on Proposal Specifications ............................................................................................... 11
18. Verbal Representations ..................................................................................................................... 12
19. Contract Administration .................................................................................................................... 12
20. Contract Documents........................................................................................................................... 12
21. Contract Term..................................................................................................................................... 12
22. Contract Termination ......................................................................................................................... 12
23. Dispute Resolution .............................................................................................................................. 12
24. Contract Validity ................................................................................................................................. 13
4
25. Entire Agreement ............................................................................................................................ 13
26. Governing Law ................................................................................................................................. 13
27. Litigation .......................................................................................................................................... 13
28. Subcontracting and Assignment ....................................................................................................... 13
29. Absenteeism ..................................................................................................................................... 13
30. Employee Compensation................................................................................................................... 14
31. Employee Expectations ..................................................................................................................... 14
33. Employee Selection ........................................................................................................................... 15
34. Employee Placement ......................................................................................................................... 16
35. Equal Opportunity Employer Requirements ...................................................................................... 16
36. Employees with Disabilities ................................................................................................................ 16
37. Sexual Harassment ............................................................................................................................. 16
38. Smoking .............................................................................................................................................. 16
39. Staff Conflicts or Problems ................................................................................................................. 16
40. Staffing Requirements ........................................................................................................................ 16
40.1 General Information ......................................................................................................................... 16
40.2 Alternate Staffing Levels.................................................................................................................... 17
40.3 ExtraCurricular, Sports, and Facility Rental Activities ....................................................................... 17
40.4 After School and Weekend Activities ................................................................................................ 17
40.5 Schedule Changes ............................................................................................................................. 18
40.6 Scheduled Breaks and Summer Cleaning ......................................................................................... 18
40.7 Two Schedules .................................................................................................................................. 18
41. Substitute Scheduling ......................................................................................................................... 18
42. Project Manager/Supervisor .............................................................................................................. 18
43. Training Requirements ....................................................................................................................... 19
43.1 Orientation program before placement in District Schools ............................................................. 19
44. Uniforms and Identification................................................................................................................ 20
45. Asbestos............................................................................................................................................. 20
46. Billing/Payments................................................................................................................................. 21
5
46.1 Billing ............................................................................................................................................. 21
46.2 Payments ....................................................................................................................................... 21
46.3 Additional Charges ......................................................................................................................... 21
47. Building Opening and Closing ........................................................................................................... 21
48. Communication with Principals ........................................................................................................ 21
49. Contractor Protection Clause ........................................................................................................... 22
50. District’s Designee ............................................................................................................................ 22
51. Emergency Contacts ......................................................................................................................... 22
52. Emergency Service............................................................................................................................. 22
53. Energy Conservation.......................................................................................................................... 22
54. Equipment, Tools, Cleaning Supplies................................................................................................. 22
54.1 Tools and Cleaning Supplies ............................................................................................................ 22
55. Gifts, Gratuities or Kickbacks ............................................................................................................. 22
56. Government Regulations and District Policies .................................................................................. 23
57. Hazardous Substances ....................................................................................................................... 23
58. Holidays and Break periods ............................................................................................................... 23
59. Indemnification Requirements .......................................................................................................... 23
60. Independent Contractor .................................................................................................................... 23
61. Insurance Requirements..................................................................................................................... 24
62. Keys, ID Cards and Alarm Codes ......................................................................................................... 24
62.1 Key Replacement .............................................................................................................................. 24
62.2 Lost Keys ........................................................................................................................................... 24
62.3 Re-keying of Locks ............................................................................................................................ 24
62.4 Security of Keys ................................................................................................................................ 24
62.5 Termination of Contract ................................................................................................................... 24
63. Licenses and Permits .......................................................................................................................... 24
64. Maintenance Work ............................................................................................................................ 24
65. Performance Bond.............................................................................................................................. 25
66. Prices .................................................................................................................................................. 25
6
66.1 Price Increases ................................................................................................................................ 25
66.2 Price Reductions ............................................................................................................................. 25
67. Property Damage............................................................................................................................... 26
68. Property Protection ........................................................................................................................... 26
69. Quality Control/Inspections ............................................................................................................... 26
70. Record Keeping Requirements ........................................................................................................... 27
70.1 OSHA.................................................................................................................................................. 27
70.2 Procedures......................................................................................................................................... 27
71. Safety .................................................................................................................................................. 27
72. School Calendar .................................................................................................................................. 27
73. School Closings ................................................................................................................................... 27
74. Snow and Ice Management ................................................................................................................ 27
75. Renovations ........................................................................................................................................ 27
76. Deductions for Temporary School Closures ....................................................................................... 28
77. Deductions for penalties .................................................................................................................... 28
77.1 Building Alarm Code Replacements ................................................................................................. 28
77.2 Excessive Staff Turnover................................................................................................................... 28
77.3 ID Badges/Uniforms ......................................................................................................................... 28
77.4 Fines for OSHA Violations ................................................................................................................. 28
77.5 Improper Chemical Use .................................................................................................................... 28
77.6 Improperly Securing Buildings .......................................................................................................... 28
77.7 Building Alarm Codes......................................................................................................................... 28
77.8 Keys.................................................................................................................................................... 29
77.9 Non-answering of Cell Phones........................................................................................................... 29
77.10 Non-approved Personnel………………................................................................................................. 29
77.11 Summer Cleaning……………............................................................................................................... 29
77.12 Unfilled Employee Absences…………………………………………………….………………………………………………….29
77.13 After School and Weekend Activities…………………………………………………………………………………………..29
Appendix A - Types of Work..................................................................................................................31-35
7
Appendix A - Scope of Work..................................................................................................................36-50
Appendix B - District Information..........................................................................................................51-53
Appendix C - Submittal Forms and Instructions....................................................................................54-69
Appendix D – Form of Contract…………………………………..………………….………………………………………………..70-83
8
Proposal Specifications
1. Purpose
The purpose of this Request for Proposal (RFP) is to enter into a contract with a qualified contractor to provide
custodial/cleaning services for the Groton-Dunstable Regional School District, Groton, MA.
2. Introduction
This RFP includes the proposal specifications for contracted custodial/ light maintenance services. This RFP
includes the instructions for submitting proposals and the criteria by which a proposer may be selected. The
proposal specifications shall serve as the contractual terms by which the District intends to govern the relationship
between itself and the selected contractor.
Definition of Parties: Groton-Dunstable Regional School District will hereinafter be referred to as the "District".
Respondents to the RFP shall be referred to as "Proposers." The Proposal to whom the contract is awarded shall
be referred to as the "Contractor".
Description of general cleaning services & light maintenance includes, but is not limited to:
Sweep floors and vacuum carpets.
Empty waste receptacles, including those located around buildings and in parking lots.
Trash removal.
Office recycling.
Scrub, strip and seal floors.
Replenish paper towel, toilet paper, and hand soap dispensers.
Strip and apply non-slip or non-skid floor finish to restroom floors.
Clean walls, partitions, including contiguous surfaces.
Dust and wash columns, doors, and door frames.
Vacuum upholstered furniture and full rug area.
Steam clean carpets to remove all stains.
Clean and vacuum all air diffusers.
Wash windows.
Clean ceiling diffusers, overhead pipes, wall fans, pictures, plaques, walls, file cabinets, bookcases, hard
surfaces, office furniture, graffiti, offices / maintenance garage cleaning.
Replace light bulbs, as needed.
Snow removal of areas adjacent to the building(s) (walkways, stairways).
Painting, as requested.
Background and Scope:
The District currently staffs custodial/cleaning & light maintenance services. The District is seeking proposals for
custodial/cleaning services from private companies according to the attached specifications.
The services provided by the Contractor shall comply with all applicable state and federal laws, and all
Massachusetts Occupational Safety and EPA regulations, including such established procedures for handling the
cleanup of blood borne materials and cleaning industry management standards.
9
The Contract will provide equipment in excellent working condition, cleaning tools, floor finishing equipment, and
all cleaning products. It is the intent of these specifications that the schools be kept neat and clean at all times.
These specifications should, therefore, be referred to as a guide for, rather than a limitation to, the Contractor to
maintain the cleanliness of the schools.
3. Information about the District and Work Specifications
Detailed information about Groton-Dunstable Regional School District and the Scope of Work is included in the
Appendices. Appendix A (Types of Work), Appendix B (District Details), Appendix C (District Information).
3.1 Appendix A: Types of Work General Description
Appendix A includes Groton-Dunstable Regional School District Cleaning Procedures, Frequency List, and Summer
Cleaning Task List
3.2 Appendix B: District Details
Floor plans all buildings, Custodial Staffing & Assignment and
Building square footage, Building ages, renovations, number of classrooms.
The District Town Map, 2017-2018 District enrollment, and 2017-2018 school calendar.
Proposal Preparation, Submission, Award, Etc.
4. Addenda
During the proposing period, Proposers may be furnished written Addenda to clarify or supplement the RFP. The
information included in these Addenda is to be included in the proposal and will become part of the contract.
Failure of a Proposer to acknowledge receipt of any or all addenda on the Addenda Receipt Acknowledgement
Form may be sufficient cause for rejection of the proposal.
All Addenda will be emailed to agencies that have requested the specification. Proposers are responsible for
checking their email. Failure to acknowledge all Addenda may result in rejection of your proposal as being non-
responsive. The District will not be bound by oral responses to inquiries or written responses other than Addenda.
5. Proposal Award / Scoring Criteria
In accordance with Massachusetts General Laws, Chapter 30B, proposals will be evaluated in accordance with the
criteria set forth below. This permits the Groton-Dunstable Regional School District to award the contract to the
responsible, responsive, and eligible Proposer who has submitted the most advantageous proposal, taking into
consideration both price and all other. Proposers must provide written documentation, as requested in the
proposal documents, to allow the Groton-Dunstable Regional School District to evaluate proposals in accordance
with the criteria below:
Evaluation Area
Proposal questions (Submittal Form 3) answered clearly, and with advantage to the Groton-Dunstable Regional School District
Performance as reported by references
10
Experience and past performance- Presented documentation of building cleaning experience including at least five (5) years of experience of cleaning a minimum of 750,000 square feet of facilities per day which are public or private school environments
Project personnel- Proposer has adequacy in staff size, availability and experience
Cost Control- Proposer shows how they are able to maintain a record of meeting previous budgets, and has a proposed plan for controlling costs to this contract
Guarantees- Defined cost savings the Proposer has shown for the District
Staff training and development program. Vendor clearly shows how they are committed to maintaining a professional trained staff for this project
"Green Initiatives"- Proposer shows how they are committed to using green products and promotes environmentally conservative actions
Project manager/account supervisor's qualifications and experience
Proposer's attendance at pre-bid meeting and facilities walk-through
Proven ability to meet all applicable federal and state wage and safety requirements
Submission of required alternates
Presentations may be requested of the Proposers deemed by the District to be the best suited among those
submitting proposals on the basis of the selection criteria above. Determination of best suited candidates will be
at the sole discretion of the District and the District’s decision shall be final. After presentations have been
completed, the District may select the Proposer(s) which, in its opinion, has made the proposal that is the most
responsive and most responsible.
A detailed evaluation document is provided for vendor reference in Appendix C of these RFP documents. The
evaluation committee will be comprised of Director of Business Services, Director of Facilities, three Principals,
(1Elementary, 1 Middle, 1 High School).
The District reserves the right to accept or reject any and all proposals in whole or in part, to waive any and all
irregularities.
6. Proposal Duration
All proposals must be irrevocable for one hundred and twenty (120) calendar days after the time and date of the
bid opening.
7. Proposal Errors/Omissions/Discrepancies
If there is a discrepancy between the unit price proposal and the extension, the unit price shall govern. Proposers
shall not be allowed to take advantage of errors, omissions or discrepancies in the specifications.
11
8. Proposal Preparation
Proposer assumes all costs of preparation of the proposal and any presentations necessary to the proposal
process. The District does not assume any responsibility for errors, omissions, or misinterpretations resulting from
the use of incomplete sets of this RFP.
9. Proposal Security
Each Proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the
base bid (excluding all alternates) for the first year of the contract made payable to Groton-Dunstable Regional
School District. This security is required as a guarantee that the Proposer will do all of the following within thirty
(30) business days of the proposal award:
A satisfactory performance bond is required
Provide required insurance documents
Enter into a contract to provide the services specified in this RFP
Meet school safety requirements
If the selected Proposer fails to complete the requirements set forth in the previous paragraph, the proposal
security will be forfeited to the District.
Certified checks from all Proposers except the Contractor awarded the contract will be refunded within ten (10)
business days after execution of the contract. The certified check of the Contractor awarded the contract will be
returned within ten (10) business days after the Contractor awarded this contract has met the above listed
conditions.
10. Proposal Submission
One signed original and six printed copies of the separately-submitted price and non-price proposals must be
submitted to the address specified at the beginning of this RFP. One electronic copy (PDF) of each must be
provided. To ensure confidentiality of proposals, faxed or e-mailed proposals will not be accepted. Normal
business hours are 8:00 a.m. to 4:00 p.m., Monday through Friday. Proposals received after the due date will be
returned unopened.
Proposers assume the risk of any delay in the mail or in the handling of the mail by employees of the school
district. Whether sent by mail or by means of personal delivery, the Proposer assumes responsibility for having
the proposal submitted on time at the place specified. Vendors are strongly encouraged to submit proposals
before the due date to avoid the possibility of missing the due date because of unforeseen circumstances.
Postmarking to the due date will not substitute for receipt of the proposal.
Proposers should use the provided submittal instructions document /checklist in Appendix C. This document
indicates all required submittal materials, and for ease in awarding team analysis, vendors are requested to
submit documents in the order defined on this document.
11. Proposal Timeline
The District reserves the right to modify any part of this timeline. Modifications will be sent to all vendors who
have requested a copy of the proposal documents.
12
The District reserves the right to determine the requirements and specifications comprising this RFP. Vendor
feedback is requested to help ensure that this RFP is as clear as possible to all potential Proposers.
Responses to questions or requests for clarification will be provided as Addenda.
RFP is available to potential Proposers, Thursday, January 11, 2018
Pre-proposal Meeting/Walk through, Tuesday, January 23, 2018 @ 9:00AM
Deadline for questions on RFP, Friday, January 26, 2018 @ 11:00AM
Proposals are due on Wednesday, January 31, 2018 @ 11:00AM
12. Proposal Withdrawal
Proposers may withdraw their proposals, if they desire, any time before the proposal opening date. Proposals may
not be withdrawn after the proposal deadline, except with loss of the proposal security.
13. Proposer Requirements
The Proposer (or the Proposer’s franchise company) must have been in business for at least three years of
experience of providing custodial/light maintenance, in school settings. The Proposer must demonstrate the
ability to secure the necessary quantity(ies) of staff to perform the scope of work within their proposed start up
time.
The Proposer must demonstrate the needed organizational abilities to successfully implement the transition from
our current service to the new program within the proposed time line.
The Proposer must currently clean at least 500,000 square feet daily and provide satisfactory evidence that it can
perform the services specified in this RFP.
The Proposer must have the human and financial resources necessary to perform this work.
14. Confidentiality of Proposals
All Responses and information submitted in response to this RFP are subject to the Massachusetts Public Records
Law, M.G.L., Chapter 66, Section 10, and to Chapter 4, Section 7, Clause 26. Any statements in submitted
Responses that are inconsistent with these statutes shall be disregarded.
15. Conflict of Interest
Proposers shall provide full disclosure of all existing client relationships that currently or prospectively may rise to
conflicts of interest and disqualification.
Proposers, by submitting a proposal, certify that it has no business or personal relationships with any other
companies or persons that could be considered as a conflict of interest or potential conflict of interest to the
Groton-Dunstable Regional School District.
Proposers, by submitting a proposal and non-collusion statement, certify that there are no principals, officers,
agents, employees, or representatives of the Proposer that have any business or personal relationships with any
other companies or persons that could be considered as a conflict of interest or a potential conflict of interest to
Groton-Dunstable Regional School District, pertaining to any and all work or services to be performed as a result
of this request and any resulting contract with Groton-Dunstable Regional School District.
13
16. Debarment
Submission of a signed proposal in response to this RFP is certification that the firm (or any subcontractor) is not
currently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from
participation in this transaction by any State or Federal department or agency. Submission is also agreement that
the District will be notified of any change in this status.
17. Questions on Proposal Specifications
It is the responsibility of the Proposer to inquire about any requirement of this RFP that is not understood. All
questions should be in the form of email and addressed to Michael Knight, Director of Business and Finance,
[email protected]. Written questions must be received by January 26, 2018 by 11:00 AM local time.
18. Verbal Representations
Bids must contain in writing all the terms and conditions of the offer being made. Verbal representations made
before or after proposals are submitted will not be considered unless they are made in answer to questions asked
by the District or its representatives and are followed up in writing.
Contract Section
19. Contract Administration
The Superintendent of Schools or designee shall be the District’s authorized representative in all matters
pertaining to the administration of this Contract. The District’s designee may be changed at any time with
appropriate written notice.
20. Contract Documents
The Contract entered into by the parties shall consist of this RFP, the letter of introduction accompanying this RFP,
the signed response/proposal forms submitted by the Contractor, all Addenda issued, and a purchase order
signed by the Superintendent of Schools. The parties may adjust the specific terms of this Contract where
circumstances beyond the control of either party require modification or amendment. Any changes or
modifications to this agreement must be in writing, signed by both parties and attached hereto.
21. Contract Term
It is the intent of the District to award a contract to one Contractor. The Contract is expected to begin on July 1,
2018 for a period of three (3) years, with an option for the parties to extend by written mutual agreement the
Contract by up to two (2) additional years on a year-to-year basis. Nothing requires the District to agree to extend
the Contract beyond the initial three-year term. The Contractor is required to provide a three year price
guarantee.
If conditions warrant, and if mutually agreeable between the District and the present Contractor, this Contract
may be temporarily extended for an additional 90 days in order to provide cleaning services to the building(s) until
a new Contract is awarded. This Contract is for 12-months-per year, work, and requires custodial and light
maintenance work to be performed during school breaks and during the summer.
22. Contract Termination
The District may terminate this contract for cause on written notice to the Contractor as noted in the attached
form of contract.
14
The District, on thirty (30) days written notice to the Contractor, may terminate this Contract, or any portion
thereof, for any reason, including convenience, without incurring any penalty, expense or liability to the
Contractor except the obligation to pay for services actually performed under the contract before the date of
termination.
Regardless of the basis for cancellation, the Groton-Dunstable Regional School District shall not be obligated to
pay Contractor for any incidental or consequential damages, loss profits, or costs incurred for services not actually
performed.
23. Dispute Resolution
In the event the awarded Contractor does not meet the requirements of this proposal document and/or any of its
related Addendums, the following steps will be taken:
a. Within seven (7) calendar days of the violation, the Contractor will be given, in writing, a letter stating the
nature of the violation.
b. The Contractor will have seven (7) calendar days after receipt of letter to rectify and respond to the violation in
writing. The response must include the nature of the violation, how it was resolved, and what steps are being
taken to prevent this violation from occurring again.
c. If the Contractor has not resolved the violation or has repeated a similar past violation, the District reserves the
right to terminate the contract by giving, in writing, thirty (30) days written notice of intent to do so. The
Contractor shall be liable for any difference in cost between agreed price and price paid to an alternate
Contractor, including expenses incurred to solicit other Contractor.
24. Contract Validity
If one or more clauses of the Contract are declared invalid, void, unenforceable or illegal, that shall not affect the
validity of the remaining portions of the contract.
25. Entire Agreement
This Contract constitutes the entire agreement between the District and the Contractor, and it supersedes any
prior communications, representations, or agreements of any kind. This Contract may not be modified except in
writing signed by both parties.
26. Governing Law
This Contract and the rights and obligations of the parties hereunder shall be governed by and construed in
accordance with the laws of the Commonwealth of Massachusetts, without regard to conflict of law principles.
The Contractor agrees that any litigation, action or proceeding arising out of this contract shall be instituted in a
state court located in the Commonwealth of Massachusetts. The jurisdiction and venue for any suit brought
against this agreement shall be in Plymouth County.
27. Litigation
If either party to this Contract initiates a lawsuit against the other to secure or protect its rights under this
agreement, the prevailing party shall be entitled to all associated costs of the suit, including reasonable attorney’s
fees, administrative fees, court costs, and damages as part of any judgment entered in its favor.
28. Subcontracting and Assignment
15
The Contractor will not be permitted to assign, sell, transfer or otherwise dispose of the Contract or any portion
thereof, or his rights, title or interest therein without prior written approval of the District. The Contractor will not
be permitted to subcontract any portion of the Contract without prior written approval of the District. No
subcontract will, in any case, relieve the Contractor of their responsibility under the Contract. Written consent to
subcontract, assign or otherwise dispose of any portion of the Contract shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the Contract.
Human Resource/Personnel
29. Absenteeism
The Contractor must maintain a pool of trained and qualified substitutes available immediately with the required
CORI background checks and fingerprinting to ensure that the District is adequately staffed in the event of illness,
inclement weather, or injury.
The Contractor is required to inform the building principal, the District designee, and the Contractor’s site
designee when there will be a change of employees for absence purposes.
Except as otherwise specified by law, if the Project Manager/Supervisor is unavailable for work under this
Contract for any substantial period of time (i.e., more than two consecutive work days), the Contractor shall
immediately inform the District designee in writing of the absence, the reason for the absence, and the Contractor
will provide a substitute manager who is familiar with the District’s operations.
The District expects a full-year (365 days) coverage of all contracted services except on District designated
holidays.
The District reserves the right to audit payroll records and/or time cards of the Contractor and its employees.
30. Employee Compensation
Contract shall provide hourly pay rates (or pay rate ranges) and a list of benefits offered to all employees that
would be placed in this assignment.
31. Employee Expectations
All employees are to present themselves in an appropriate manner and attire consistent with the
District’s policies and administrative guidelines. The District reserves the right to seek removal of any contract
employee whose moral conduct, behavior, health habits or appearance are unsatisfactory. The contract employee
will be removed as soon as possible upon being brought to the Contractor’s attention. The District’s decision shall
be final.
All of the Contractor’s employees assigned to the District must meet the following requirements:
They must be:
At least 18 years of age.
High school graduate or equivalent GED.
U.S. citizen or authorized to work in the U.S.
Completion of criminal background and history reports (CORI), fingerprinting, and results compliance with
state laws.
16
Able communicate effectively with staff.
Able to inspect, see, and report maintenance needs to the Project Manager/Supervisor and/or to the
building principal.
Able to interact positively and appropriately with students, school employees, and the public. This shall
especially apply to the head custodians.
Able to productively work with minimal supervision.
Competent persons who are well trained in the area of work assigned.
Alcohol and drug free when arriving for and while on duty. Contractor’s employees are prohibited from
the manufacturing of, being in possession of; using, distributing, or dispensing of any controlled
substance, including alcohol, while on school grounds.
Punctual.
Well-groomed and in uniform (provided by the Contractor with the Company’s name clearly visible on the
front of the uniform).
Closets are to be kept clean and orderly at all times. There shall be no
flammable materials stored in those areas.
English may be the employees’ first or second language. Day and evening supervisors must be able to
communicate effectively in English. Because of the need to communicate with English speaking students, staff,
vendors, and community members, all employees must be able to read, write, and speak conversational English.
The District Designee shall maintain attendance records which indicate “log” in at the beginning of their shift and
“log” out at the end of their shift each day in a designated location. This requirement is to enable District staff to
determine which of the Contractor’s staff is in each school at any given time. This requirement shall not apply to
the supervisor/project manager.
At no time shall the Contractor’s personnel do any of the following:
Allow custodial closets, products or equipment unattended
Congregate or have food/drink in unauthorized areas
Disturb papers on desks, open drawers or cabinets, use telephones or computers or tamper with personal
property owned by the District, staff or students, which has not been allowed for their use.
Talk or text on personal cell phones while on duty or use a personal music device such as MP3 player.
Leave lights on or doors open in unattended sections
Play radios, or other similar devices, at a volume that is audible in other areas of the building
Use any District equipment (i.e.: TV’s, VCR’s) that is not required to perform duties
Smoke or use any tobacco products on District property
No visitors, spouses or children of the Contractor's employees will be allowed at the work site during working
hours unless they are employees of the Contractor and receive prior approval from a District’s designee.
32. Employee Personnel Files
The Contractor will be required to provide the District’s Central Administration Office with a copy of the
employees’ files for all of the Contractor’s regular employees assigned to the District. This requirement is intended
to ensure that all required employee background checks have been completed, and to provide results of training
and drug testing.
17
Required documents include:
Application
Drug screening and TB test results
I-9 form along with a copy of the employee’s driver’s license and Social Security Card
Results of background check and fingerprinting. District will perform an independent CORI.
Proof of initial and follow-up training
This information will be held in confidence.
33. Employee Selection
All Contract personnel will be required to have a criminal background check (CORI), and fingerprinting, prior to
working on site. The District’s designee will be the final authority for all employee placements in the District.
The District reserves the right to interview all custodial candidates before placement in our schools.
The Contractor shall, at a minimum, perform the following pre-employment screening procedures before
recommending the placement of all regular and substitute employees in
District facilities:
Employee background and reference checks
Drug and Alcohol testing as approved by district
CORI and fingerprinting – any felony convictions or “listed offenses” as will disqualify
Personnel from placement in District.
Obtain a negative Tuberculosis
All applicants being considered for employment must meet the criteria set forth by the United
States Department of Immigration and Naturalization.
18
34. Employee Placement
The Contractor shall supply the District a list of all employees assigned to each building and their assigned areas of
responsibility and this list shall be updated as employees are hired or terminated. In addition, the Contractor will
submit a monthly employee list to the Director of Facilities or designee.
The Contractor must inform the Director of Facilities or designee and the building principal at least 48 hours
before new employees are placed in any school in the District. Notification shall include the name, current address
and former employer information of the proposed employee. The District reserves the right to perform
independent background checks on all of the Contractor’s employees consistent with applicable laws.
In the event of a conflict or alleged problem with a Contractor’s employee, the District reserves the right to insist
that the contractor temporarily reassign or remove the employee until resolution to the District designee’s
satisfaction.
35. Equal Opportunity Employer Requirements
The Contractor must comply with all applicable federal and/or state Equal Opportunity Employer
requirements in providing employment and promotion opportunities regardless of age, citizenship status, color,
disability, gender, gender identity, national origin, race, religion, or veteran’s status or any other prohibited basis
under M>G>L c. 151B.
36. Employees with Disabilities
The Contractor agrees to provide reasonable accommodations, upon request, to qualified individuals with
disabilities.
37. Sexual Harassment
Sexual harassment, whether intentional or not, undermines the quality of this educational and working climate.
The District has a legal and ethical responsibility to ensure that all students and staff learn and work in an
environment free of sexual harassment. Consistent with state and federal laws, this right to freedom from sexual
harassment has been defined in District policy by the School Committee. Failure to comply with this policy could
result in termination of this Contract without advanced notice.
38. Smoking
The District prohibits the use of tobacco in school buildings, on school grounds or in school vehicles. This
prohibition applies to all Contractors and workers on school grounds and to all forms of tobacco products. The
Contractor shall be responsible for the implementation and enforcement of this requirement.
39. Staff Conflicts or Problems
The District reserves the right to request that the Contractor remove any employee from the District Contract for
unsatisfactory performance, inappropriate appearance and/or conduct. If the District’s designee notifies the
Contractor in writing that any of the Contractor’s employees assigned to the District is determined to be
incompetent, disorderly, or otherwise unsatisfactory. The Contractor will remove such employee within one (1)
shift and will not assign that employee to work in District schools/buildings without the written consent of the
District’s designee.
40. Staffing Requirements
19
40.1 General Information
The Contractor shall provide an adequate staff of experienced personnel, capable and competent in the successful
accomplishment of the work to be performed under this Contract. Proposers must quote staffing levels at each
facility that meet or exceed the minimum level as defined by the District in the
Proposal Form. The following minimum staffing levels are required by the District.
All elementary facilities: A minimum of 1 day shift (lead) full time custodian and at least 2 full time custodians on
the afternoon/evening shift.
All middle school facilities: A minimum of 1 (lead) full time custodian on the day shift, 1 custodian on the swing
shift and 3 full time custodians on the afternoon/evening shift.
High school facility: A minimum of one day shift (lead) full time custodian, one additional full time custodian on
the day shift, one (1) custodian on the swing shift, four (4) full time custodians on the evening shift. The high
school building is staffed 7 days a week. A minimum of one custodial staff member shall be provided on the
weekends (Saturday and Sunday).
The hours for shifts will be established by the District Designee. All shifts will fall between the hours of
5:00 AM and 12:00 AM.
The Contractor shall perform the services set forth in this Contract at time periods as approved by the District’s
designee. Safety of students and staff and the delivery of the instructional programs will determine the authorized
work periods.
40.2 Alternate Staffing Levels
Regardless of the District’s minimum specified staffing level and hours, it is the Contractor’s responsibility to
maintain the standard of cleanliness specified in the Contract. It is the responsibility of the Contractor to provide
sufficient personnel to ensure that the requirements are met and that each building is effectively cleaned on a
daily basis.
The Contractor shall employ only competent and satisfactory personnel and shall provide a sufficient number of
employees to perform the required services efficiently and in a manner acceptable to the District.
40.3 ExtraCurricular, Sports, and Facility Rental Activities
The Contractor will be responsible for furniture setup and breakdown (when appropriate) for extracurricular
activity needs, sporting events, or rental agreements that occur at school sites. These events are numerous
throughout the District and may occur after school hours.
Scheduled use of the buildings on the weekend may occur. The Contractor will be responsible to open and
prepare the buildings for scheduled use on a Saturday or Sunday. These scheduled events may be related to
District rental agreements or administrative and staff needs. Hours of service for events that extend outside of the
regular schedule must be invoiced by the Contractor separately from the monthly contract fee and will be
mutually agreed upon prior to the event. Periodic special events will require the Contractor to modify the cleaning
schedule to accomplish setup and breakdown of those special events (parent teacher conferences, a performance
in the auditorium, home sports games, etc.). The Contractor may choose to schedule support clean-up on the day
20
after the event if the delaying of the clean-up does not detract or interfere with the overall appearance or
environment of the school facility.
40.4 After School and Weekend Activities
Services provided for activities that are billable beyond the regular base contract must be approved in advance by
the District designee. Itemized bills should include the date of the service, hours worked, name of the event, and
the district designee who approved the service.
Such billing must be submitted under separate invoices but at the same time as the base contract invoice within
30 days in which the service was provided.
The contracted custodians are to be available during scheduled events as follows:
1. In the elementary schools, any space, used for an after-school activity, shall be opened, available and cleaned
before and after the end of that activity, provided it ends by 9:30pm.
2. In the Middle School and the High School, any space, used for an after-school activity, shall be opened, available
and cleaned before and after the end of that activity, provided it ends by 11:00 pm.
3. Spaces that are to be used for after-school activities are cleaned and set-up at the scheduled times, and efforts
are made to ensure that the routine cleaning of the remainder of the building does not interfere with the
scheduled activity.
The Contractor will ensure that the all school facilities are cleaned at the opening of each school day. The
Contractor may be required to provide extra or special coverage on Saturdays and/or Sundays with short notice.
This may be in addition to the scheduled Saturday/Sunday shift. The hourly rate for this service will be requested
on the proposal form.
The Contractor may invoice the District at the agreed upon rates for this extra work.
The District will consider flexible staff schedules to include Saturday and Sunday hours at all locations in order to
staff the events without the use of overtime. All overtimes, scheduled and unscheduled, must be requested by the
Project Manager/Supervisor to the District’s designee or Building Use Coordinator or his/her designee for
approval in advance.
40.5 Schedule Changes
The District reserves the right to change any and all of the work schedules with advance notice to the Contractor.
The Contractor shall notify the District immediately of conditions, which will limit hours or decrease the daily work
crews, such as illness or injury. In addition, the Contractor shall notify the District’s designee in advance of any
condition or situation, which will affect the performance of the work under this Contract. In either case, the
Contractor shall communicate how the affected work will be rescheduled.
40.6 Scheduled Breaks and Summer Cleaning
Scheduled breaks and summer cleaning shall be coordinated with the District’s designee. The schedule is to be
developed with the goal of minimizing interference with any scheduled instructional activities or with contracted
work being performed by others.
41. Substitute Scheduling
21
The Contractor will recruit, background check, employ, train, pay, and supervise all substitute custodians for this
Contract.
42. Project Manager/Supervisor
The Contractor shall provide a Project Manager/Supervisor with a strong background in facilities management,
business or a related field and three (3) years of direct facilities management experience.
The Contractor shall provide a full-time and full-year excluding District designated holidays Project
Manager/Supervisor on-site to manage personnel, cleaning schedules, special projects, and building use coverage.
The District will provide office space and reasonable furnishing with a District desk phone and networked
computer.
The Contractor is responsible for any additional equipment, supplies, assistance, or secretarial help.
The Contractor shall provide the District with a list of all equipment and all supervisory personnel including the
telephone numbers where each person may be reached at all times. In addition, the Contractor will provide the
Project Manager/Supervisor assigned to the District with a cell phone at a minimum, and additional equipment
(e.g., pager, computer, etc.) at the Contractor’s discretion. A résumé for the Project Manager/Supervisor must be
provided as part of the proposal. All key personnel assigned by the Contractor are subject to concurrence of the
District’s designee at all times.
Once assigned to work under this Contract, the Contractor shall not remove or replace the Project
Manager/Supervisor without written concurrence of the District designee. The Project Manager/Supervisor will be
required to answer each call from the District’s designee within 30 minutes of the time the call is placed. Failure to
answer the call/page within 30 minutes will be considered non-compliance and will be assessed a penalty as
provided for in the “Deductions and Penalties” section of this RFP.
The Project Manager/Supervisor(s)
Must have a minimum of 3 years of managerial/supervisory experiences in related areas. must be able to
use a computer for tasks, and be able to access and use e-mail for communication.
Must be authorized by the Contractor to act as the Contractor's agent in all communications with the
District’s designee.
Must have experience supervising cleaning staff.
Is to have full authority from the Contractor to schedule working hours, custodian's assignments, and
cleaning procedures.
Shall cooperate fully with District administrators.
Sall be available for inspection of the buildings at times other than during working hours when requested.
43. Training Requirements
The Contractor is to have, in-place, an on-going, effective and documented training program that includes at a
minimum all local, state and federally mandated training and contains, at a minimum:
43.1 Orientation program before placement in District Schools:
AHERA, Floor Tile Care, Basic General Cleaning Procedures, Blood borne Pathogens, Carpet Care, Handbook
Review, Hard Floor Care, Lock-out/Tag-out Procedures, Ladder Safety, Personal Grooming, Right-to-Know
22
including Material Safety Data Sheets (MSDS), Safety, Sexual Harassment, Minor Mercury Spill Cleanup, Bullying
training, and Groton-Dunstable Contract expectations.
The Contractor will provide documentation of employees who have attended such a program, including date and
time, to the District’s designee within 30 days after the hire date of the employee. If proof is not submitted to the
District designee within 30 days a $100 fine per employee may be imposed by the District. The deduction will be
made on the next month’s invoice and every month until the proof is submitted.
43.2 Ongoing training program after placement in Groton-Dunstable Schools:
The Contractor will provide at least 12 hours of job-related training per year to each employee. The Contractor to
review with Director of Facilities the topics to be covered. The Contractor must show proof that it has provided
blood borne pathogen training and harassment prevention training to its personnel as required by applicable
codes and standards. The Contractor will provide the District designee with training logs and, if requested, training
verification.
44. Uniforms and Identification
The Contractor will provide, and all of the Contractor’s employees are required to wear uniforms, approved by the
District on all work days. Uniforms will be provided by the Contractor and must be worn by all regular and
substitute employees while working in the District’s schools and on the District’s grounds.
The uniforms must be as follows:
Appropriate attire is required for men and women.
In addition to uniforms, all contract personnel are also required to wear a picture ID badge provided by the
District. While performing work at the District, all ID badges are to be worn clearly visible.
General Provisions
45. Asbestos
Many of the District school facilities have recently been renovated, and therefore have had full asbestos
abatement; however, some older schools may include some asbestos containing building materials. Some of the
most common locations include floor tile, HVAC pipe wrap, ceiling tile, and glue holding chalkboards to classroom
walls.
Each school has, and the District’s designee has, a copy of the District’s asbestos management plan for each
school. These are available for public inspection.
All of the Contractor’s employees assigned to the District should familiarize themselves with the various sources of
asbestos in the school(s) to which they are assigned.
46. Billing/Payments
46.1 Billing
Cleaning services are to be billed in equal monthly installments as agreed upon by both parties prior to signing of
Contract.(see also form of contract for more details)
23
Invoices must itemize charges of labor for each school and must reference a purchase order number. Invoices
shall be submitted to
Accounts Payable
Groton-Dunstable Regional School District
145 Main Street
Groton, MA 01450
46.2 Payments
Payment will be made after Contractor’s submittal of a proper invoice. One check will be issued per month.
Payments will be made on a net 45 day basis unless early payment discount terms are offered and accepted.
46.3 Additional Charges
Any work outside the scope of these specifications must be approved and assigned in advance by the District’s
designee.
Invoices for additional work must include the date and times of the work, the name of the school, the type of the
work performed, the number of hours worked, and the name of the person authorized by the
Superintendent/Designee who approved the work to be performed. They are to be sent directly to the established
billing address along with the regular monthly billing for processing and are not to be included on the regular
monthly invoice.(see form of contract for details)
47. Building Opening and Closing
Contractor employees may be asked to lock or unlock specific doors at the times specified by the District’s
designee. As needed, contractor employees will be asked to assist on lock downs and fire drills.
The Contractor is responsible for the security of the building during the cleaning operation. The Contractor shall
secure the building at the end of each shift and set the alarm (secure all doors, turn off all but designated lights,
turn off ceiling fans, and secure all windows).
Office, classroom, and other doors are to be unlocked or opened only during the time that cleaning is actually
being done and all are to be relocked as soon as the service has been completed. For the safety of students and
the public at large, storage and custodial closet doors are to be kept shut and locked when not in use.
Any Town property damaged by the Contractor in carrying out the provisions of this contract shall be restored to
its original condition by and at the expense of the Contractor. The Contractor shall be held responsible for any
Town property that is lost or stolen during the execution of the work. In addition to the insurance requirements
under Section VI of this RFP, the Contractor must also have theft insurance in the amount of not less than
$100,000 per occurrence to include Employee Theft of client Property coverage during the term of the contract.
If the Contractor fails to properly secure any building, a non-compliance penalty as provided in the “Deductions
and Penalties” section of this RFP shall be applied and shall be deducted from the next month’s payment.
48. Communication with Principals
One of the Contractor’s most important customers is the building principals. To ensure customer satisfaction, the
24
Contractor’s employees are required to maintain regular, open communication with the building principals.
49. Contractor Protection Clause
Neither party hereto will negotiate with or hire personnel employed by the other, during the term of the Contract,
without written permission of the other party.
50. District’s Designee
The District’s designee referred to throughout this RFP shall refer to the Director of Facilities or designee. The
District’s Superintendent is authorized to modify this designation.
51. Emergency Contacts and reporting
The Contractor is responsible for providing the District’s designee with an emergency contact person and
telephone number for each set of building workers. If the need arises for the District’s designee to contact one of
the Contractor’s employees at a large site, there must also be a system in place to accomplish this task.
Therefore, the District requires a cell phone system, a radio system, or other acceptable communication system to
contact contract personnel at all District locations.
Employees of Contractors shall notify the onsite Senior Custodian or Shift Supervisor for the following: stopped
toilets and drains, broken fixtures and equipment, lights out of order, etc. Anything of immediate nature such as
open or unlocked doors, or anything out of the ordinary shall be reported to the Shift Supervisor for the district.
The Contractor shall make a written report to the district, within three (3) hours, of all accidents in which its
equipment may have been involved while on Town property. In the event the accident involves injury or death of
any person, a verbal report shall be made at once in person or by telephone to either the Director of Facility
Operations, or the business Manager, after notification to the police, and rendering assistance to the injured.
52. Emergency Service
The Contractor agrees to respond to any requests for emergency clean-up caused by rain, snow, plumbing failure,
leaks, or accidents. This is in effect 24 hours per day, 7 days per week. Hourly pricing for this after hours,
emergency service is requested on the proposal form.
Any additional services of this nature must be pre-approved by the District’s designee on call. Any invoice for this
type of service must include the school, date, area(s)affected, scope of work performed, hours expended by
contract personnel, and name and signature of person authorizing the work.
53. Energy Conservation
Every effort shall be made to conserve energy whenever possible throughout the cleaning schedule. Only areas in
use shall have lights on and doors and windows shall remain closed whenever the heating or cooling systems are
operating.
54. Equipment, Tools, Cleaning Supplies
It will be the Contractor's responsibility to ensure that its employees use the equipment, tools, and supplies in a
safe and orderly manner and in accordance with the manufacturer's instructions and guidelines and within all
local, state, and federal regulations.
25
54.1 Tools and Cleaning Supplies
The Contractor shall provide all cleaning tools including (but not limited to) the following at each school: vacuums,
brooms, minimum 24”-60” dry mops, dusters, dustpans, flashlights and batteries, mop buckets and wringers, mop
heads/handles, floor strippers/finishers, snow shovels, squeegees, street (push type) brooms, wet mops, exterior
brooms, yard rakes, custodial carts/barrels, micro-fiber supplies & equipment, plungers, and other tools necessary
to perform the services specified in this Contract. The Contractor will also supply all soaps, wax and cleaning
solutions.
Maintaining all cleaning equipment and tools will be the responsibility of the Contractor. Vendor must
appropriately maintain all equipment to ensure its proper operation and preserve its expected life cycle.
The District reserves the right to inspect and inventory equipment to ensure its proper use and care.
55. Gifts, Gratuities or Kickbacks
Acceptance and the offering of gifts, gratuities or kickbacks from Proposers or the Contractor to District
employees and their family members or the members of the School Committee are prohibited.
56. Government Regulations and District Policies
The Contractor must have a complete working knowledge of, and must comply with, all of the following:
Asbestos Hazard Emergency Response (AHERA) regulations
All other applicable federal, state, and local laws, codes, and regulations
Groton-Dunstable Regional School Committee policies and administrative guidelines
57. Hazardous Substances
The Contractor will ensure that any substances defined as hazardous by state or federal law will be properly
labeled and delivered or used in a way that does not violate state or federal laws.
58. Holidays and Break periods
The Contractor will be required to provide custodial services in all district buildings during all break periods. Extra
cleaning is performed during these periods. The District is closed on, and the Contractor is not required to provide
cleaning or other services on the following holidays: New Year’s Day, Martin Luther King, Jr. Day, President’s Day,
Patriot’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. The buildings
are expected to be clean and ready for school the next business day after a school holiday. The District may have
scheduled events for coverage on these days.
The District reserves the right to require some work on any and all of these holidays. If such work is requested by
the District’s designee, the Contractor may bill the District for this work at the hourly rate quoted on the proposal
form. Any overtime must be pre-approved and written authorization by the District’s designee and in
conformance to the Fair Labor Standards Act.
59. Indemnification Requirements
See the form of contract attached
60. Independent Contractor
26
It is expressly agreed between the Contractor and the District that the Contractor will act as an independent
contractor in the performance of its duties under this contract and under no circumstances shall any of the
employees of any party be deemed the employees of the other for any purpose.
The Contractor shall be wholly responsible for paying all taxes including but not limited to federal and state
income taxes, FICA, FUTA, workers’ compensation, unemployment and single business taxes to the extent that any
or all of the foregoing are applicable. The Contractor shall defend, indemnify and hold harmless the District from
and against any claims by any taxing authority, for any taxes, interest or penalties relating to the Contractor or
his/her employees or agents, if any.
The Contractor shall acquire, worker’s compensation insurance for himself/herself, his/her employees or agents,
and shall defend, indemnify and hold harmless the District from and against any claim for worker’s compensation
brought by or on account of the Contractor or by any of its employees or agents. The Contractor shall not be
entitled to participate in any of the District’s retirement programs or fringe benefits and, unless otherwise agreed
to in writing by the Superintendent of Schools, the Contractor shall be required to pay for his/her own
professional dues, seminars, convention costs, and any other business related expenses. Whether the Contractor
is a corporation, partnership, another legal entity, or an individual, the Contractor is an independent contractor. If
the Contractor is an individual, the Contractor's duties will be performed with the understanding that the
Contractor is a self-employed person, has special expertise as to the services which the Contractor is to perform
and is customarily engaged in the independent performance of the same or similar services for others.
The manner in which the services are performed shall be controlled by the Contractor; however, the nature of the
services and the results to be achieved shall be specified by the District. The Contractor is not to be deemed an
employee or an agent of the District, and has no authority to make any binding commitments or obligations on
behalf of the District except as expressly provided herein.
61. Insurance Requirements
See the form of contract attached
62. Keys, ID Cards and Alarm Codes
The District shall provide the Contractor with card access ID Badges, keys and alarm codes for each school. Keys,
ID Cards and alarm codes must not be traded between or shared among employees.
Previously assigned alarm codes must not be forwarded by the Contractor to new employees.
Notification to the District shall be immediate with the reassignment or termination of any individual who has
been assigned an access cards or alarm code. Each employee will be required to sign for his/her ID/Card Access
card.
At no time shall copies be made of any keys issued. If additional copies are needed, the Contractor must obtain
keys from the District.
62.1 Key Replacement
There will be a $100.00 charge for the replacement of any lost or stolen key and a $10.00 charge for the
replacement/re-issuance of lost ID Cards. Damaged ID Cards will be replaced at no charge.
62.2 Lost Keys
27
All lost building keys assigned to the Contractor or to any of the Contractor’s employees, (whether interior or
exterior keys), must be reported to the District’s designee within 24 hours of discovery of the loss.
62.3 Re-keying of Locks
If the District deems it necessary to re-key any locks due to inadequate key control/management by the
Contractor, the cost will be deducted from the monthly payment. This includes the cost of door core replacement.
62.4 Security of Keys
The Contractor is prohibited from lending District building keys or ID Cards to anyone. The
Contractor and its employees are also prohibited from leaving key rings in closets or from lying on custodial carts,
or otherwise out of their possession. Each instance of District-observed non-compliance will result in non-
compliance penalty of $50.
62.5 Termination of Contract
All keys assigned to a Contractor’s employee shall be returned to the District’s designee when his/her services in
the assigned school end. All keys shall be returned to the District’s designee at the termination of this contract.
The charges for all missing keys will be deducted from final payment.
63. Licenses and Permits
The Contractor shall obtain at its own expense any necessary licenses and permits to provide the services
specified in this Contract.
64. Maintenance Work
Custodians, and particularly the head custodians, will be required to occasionally perform light maintenance tasks
as needed. These tasks can typically be performed with a hammer, screwdriver (manual and powered), small drill,
paint brush, pliers, or adjustable wrench. Custodians shall be trained in standard boiler operations, including
starting and stopping.
65. Performance Bond
The Contractor awarded the bid will be required to furnish the Owner with a satisfactory performance bond. The
purpose of the performance bond requirement is to secure the faithful performance of the RFP/contract
specifications and to financially protect the District against the cost to hire a different contractor to fulfill the
contract requirements unfulfilled by the original contractor.
66. Prices
The prices proposed by the Contractor shall include all charges for labor, insurance, taxes, overhead, profit, and
other applicable costs. The prices in the Contractor’s proposal must be based on the Cleaning Frequency
Requirements (Appendix A), specified in this RFP.
The District may periodically request the Contractor to perform work that is not specified in this contract. Any
such work will be classified as extra work and will be billed according to the rate specified in the bid proposal. Any
additional work for which additional charges will be billed to the District must be pre-approved in writing by the
District’s Designee.
28
66.1 Price Increases
The prices proposed by the Contractor shall remain firm for the first three years of the contract. If the contract is
extended beyond three years, the Contractor agrees not to increase labor, supply, or equipment at a rate that is
higher than the change in the Consumers Price Index – All Urban Consumers provided by the U.S. Census Bureau
as follows:
Year 1 Amount specified on proposal
Year 2 Amount specified on proposal
Year 3 Amount specified on proposal
Year 4 Subject to negotiation Year 5 Subject to negotiation
The District will not consider any other price increases during the term of the contract (including extensions),
unless one or more of the following occur:
The District requests a change in the scope of the project, the cost of which exceeds five percent (5%) of the total
contract price.
When the District significantly increases the cleaning frequency requirements, a federally mandated minimum
wage increase is enacted during the term of this contract.
If this occurs, the Contractor will have the option to negotiate the amount necessary to cover the increased
payroll costs. Any requested increase must be justified by a copy of the current payroll identifying those
employees who are below the new minimum wage standards and the amount required to enable them to meet
the new minimum wage standards.
The Contractor shall notify the District in writing at least 90 calendar days before any price increase is to start.
29
67. Property Damage
The Contractor shall inform the applicable principal and Director of Facilities of any vandalism, evidence of
attempts to force entry, and all other damages to any buildings. The Contractor’s employees shall report, in
writing, any items that require maintenance or repair that are discovered during the process of this contract.
The Contractor shall be responsible for reporting and paying for any damages to any of the District's buildings,
equipment, and/or contents caused by the Contractor’s employees. All repairs to District facilities shall be made
or facilitated by the District, then reimbursed by the Contractor if appropriate.
68. Property Protection
The Contractor shall continuously maintain adequate protection of all work covered by the contract from damage
or loss and shall protect the property from injury or loss arising in connection with this contract, and shall make
good any such damage, injury or loss. The Contractor is to secure each section of the school as it is completed. The
Contractor is responsible for the conduct of its personnel. The Contractor shall cooperate fully with the
District and with any Law Enforcement authorities in the investigation of any unlawful activities suspected of the
Contractor’s employees while working on the District’s sites.
If personnel employed by the Contractor are found to have committed theft or other unlawful activities on any of
the District’s sites, the Contractor shall be responsible to the District for restitution which will include, but not be
limited to, all actual losses, damages, costs of investigation, and costs of prosecution.
69. Quality Control/Inspections
The Contractor’s Project Manager/Supervisor, the District’s Designee and other personnel as deemed appropriate
by the District’s Designee will perform periodic inspections of each school,
1. to ensure tasks are completed according to the Cleaning Standards and Cleaning Frequency
Requirements,
2. to ensure that the quality of work is satisfactory, and
3. to ensure the Contractor's compliance with other terms of the Contract.
In addition, an inspection of all schools will be conducted prior to each school year. This requirement is not
intended to limit the Contractor’s responsibility to inspect or control his own work, nor does it limit the District’s
right to inspect any building at any time. Inspections are to be conducted with the District’s designee and other
personnel as deemed appropriate by the district designee. The contract supervisor(s) will use the required
inspection forms or pre-printed forms mutually agreed upon between the District and the Contractor.
Upon completion of each inspection, the Contractor will provide a copy of the inspection form to the District
administrator(s) present during the inspection before leaving the school. The District’s Superintendent, the
District’s designee, and the principals may also periodically inspect the schools and may report any deficiencies
and all unsatisfactory performance to the Contractor. The Contractor will be granted a reasonable time to correct
the deficiencies. Where it is necessary, in the District designee’s opinion, to correct unsatisfactory performance to
conduct school activities in a clean and safe environment, all costs incurred by the District to correct the
deficiencies will be deducted from the monthly payment to the Contractor.
70. Record Keeping Requirements
30
70.1 OSHA
The District shall maintain all required OSHA records. Should the Contractor have occasions to bring any new
chemicals onsite, the Contractor must receive pre-approval by the District’s designee and provide one copy of the
Material Safety Data Sheets (MSDS) to the District’s designee, in each building.
70.2 Procedures
The Contractor shall maintain, in each building, a Procedures Manual, indexed and containing the following
sections, specific for that building that shall include, at a minimum:
1. Contractor’s standard policies and procedures
2. Daily routines or schedules for custodians assigned to the building (Appendix A)
3. Emergency and safety procedures
4. List of equipment maintained in the building.
5. Maintenance and use manuals for all custodian equipment in the building
6. List of all custodians assigned to each school (for contact purposes)
7. Standard cleaning procedures
71. Safety
The Contractor shall be responsible for compliance with all applicable federal and state laws, codes, and
regulations, including but not limited to OSHA and the Right-to-Know. The Contractor shall be responsible and
liable for the safety of its personnel while its employees are performing the contracted services for the Groton-
Dunstable Regional School District.
72. School Calendar
The 2017-18 school calendar is included in Appendix B. The 2018-19 calendar has not been established.
73. School Closings
Custodians are required to work on days that school is closed due to inclement weather, mechanical failures, and
electrical outages. On these days, regular work assignments are in effect, unless otherwise directed by the
District’s designee.
In addition to snow removal around school entrances, custodians are required to perform other tasks listed on the
Cleaning Frequency Requirements. During inclement weather, the District may permit flexible scheduling with the
approval of the District designee.
31
74. Snow and Ice Management
Custodial: The Contractor is responsible for clearing snow and ice, and for distributing ice melt around doorway
entrances and on all sidewalks on District property. When snow continues to fall after the District snow removal
crew has plowed, custodial staff is required to clear sidewalks leading to the building entrances as needed to
assure maximum safety for building users.
Assigned staff will be responsible for operation of powered snow removal equipment.
75. Renovations
During times of repairs, remodeling, renovations and construction, the District’s designee may re-assign the
custodial work normally performed in these areas.
Deductions and Penalties
76. Deductions for Temporary School Closures
If one or more schools are closed for more than three consecutive work days for “Acts of God”, building
renovations, and/or a problem with the building, the District’s designee may request that cleaning services be
temporarily suspended in the applicable school(s). If this occurs, the District’s bill for that month will be reduced
by 1/20th for each day of work that cleaning services are cancelled in the applicable school(s). If any such service
reductions can be reasonably anticipated by the District, the District’s designee will provide as much lead time to
the Contractor as possible.
77. Deductions for penalties
All penalties will be assessed in writing by the Superintendent of Schools or Director of Facilities. Assessed
penalties are binding and not subject to dispute resolution.
77.1 Cleaning Standards
There will be a $50.00 charge per incident, per building, that is in violation of cleaning standards, procedures and
frequencies. (Appendix A)
77.2 Excessive Staff Turnover
The Groton-Dunstable Regional School District seeks to maintain clean and safe buildings and grounds for all.
Hence, these services and high expectations can be provided only by a trained staff with low turnover who
receives a fair wage that meets industry standards. Managerial, “Head” or “Lead” custodian positions shall not be
re-assigned to other vendor accounts without prior written consent from District Designee. A $1,000 penalty may
be charged per instance for staff turnover in the managerial, “head” or “lead” custodian positions per school
within the life of the contract if the replacement is not requested by the District. This penalty will be waived
during the first 90 days of the initial contract.
77.3 ID Badges/Uniforms
If a contract employee is observed at the work site without wearing the Company issued picture
32
ID badge, the Contractor will be in non-compliance with the contract and a $25 deduction may be made on the
monthly invoice.
77.4 Fines for OSHA Violations
If the District is assessed any fines for OSHA violations arising out of these contract services and attributable to the
Contractor, the Contractor shall reimburse the District for these fines by commensurately reducing the charges on
the monthly invoice.
77.5 Improper Chemical Use
If the Contractor uses chemicals or methods that damage the District’s property and/or health of staff and
students, the Contractor shall pay for the property’s replacement and provide insurance coverage for health
liabilities. This includes chemicals used for pest management. For damages to health or property that are shown
to have been the result of Contractor negligence, a penalty of $5,000 may be imposed by the District. The
deduction will be made on the next month’s invoice.
77.6 Improperly Securing Buildings
If the Contractor fails to properly secure any building, including but not limited to, interior and exterior doors,
setting alarm codes and securing windows, an initial non-compliance penalty of $250 shall be deducted from
monthly payment and each subsequent incident will double the penalty.
77.7 Building Alarm Code Replacements
There will be a $50 charge for the replacement or sharing of building alarm codes.
77.8 Keys
Please refer to the “Keys” section of this RFP (specifically, the “Security of Keys” and “Replacement”
subsections).
77.9 Non-answering of Cell Phone Calls
During the hours of school operations, calls placed by the District’s Superintendent, the District’s designee, or the
building principal to the Contractor’s Project Manager/Supervisor that are not answered or returned within 15
minutes after the call is placed will be assessed a $25 penalty per incident. The deduction will be made on
monthly invoice.
77.10 Non-approved Personnel
If a Contractor’s employee is observed working in the District and has not been authorized by the District’s
designee to work in the District, the Contractor will be in non-compliance with the contract and a $500 deduction
will be made on the monthly invoice.
77.11 Summer Cleaning School Inspections
All buildings must be thoroughly cleaned each summer and ready for school opening. The Superintendent or
designee will conduct a walkthrough of each building approximately one week before the scheduled date of
school opening. A list of all tasks to be completed is included in Appendix A. If the Contractor fails to properly
33
complete summer cleaning requirements a penalty of $5,000 may be imposed by the District. The deduction will
be made on monthly invoice.
77.12 Unfilled Employee Absences
Whenever any custodians are absent from part or all of their District assignment and a substitute is not provided
by the Contractor, the Contractor must deduct the following amounts from the next invoice. For each unfilled day
shift on school days – a $300 penalty per instance. For all other unfilled shifts – a $100 penalty per instance. These
penalties are intended to reflect the Contractor’s labor savings by not providing eight hours of labor and to
provide an “assured staffing” incentive.
77.13 After School and Weekend Activities
Whenever a custodial is not available as required in section 41.4 a penalty of $100 per incident will be deducted
from the monthly invoice.
34
Appendix Information
Appendix A – Types of Work
Cleaning Standards/Procedures & Frequencies
Summer Cleaning Task List
Appendix B – Scope of Work
Building Ages, Renovations and Classroom Information
Town Maps (Groton & Dunstable)
Building Floor Plans
Boutwell School
Swallow Union Elementary School
Forence Roche Elementary School
Groton-Dunstable Regional Middle School North Building
Groton-Dunstable Regional Middle School South Building
Groton-Dunstable Regional High School
Peter Twomey Youth Center
2017-2018 Groton-Dunstable Regional School District School Calendar
Current School Enrollment
Appendix C – Submittal Forms and Instructions
Submittal Instructions
Evaluation Criteria
Provided Submittal Forms
Submittal Form #1: Proposer Name and Information
Submittal Form #2: Proposer Price Proposal
Submittal Form #3: Proposer Questions
o Provide detailed answers to all questions in this section
Submittal Form #4: Proposer References
Submittal Form #5: Statement of Non Collusion
Submittal Form #6: Authorized Signatory Listing
Submittal Form #7: Form W9- Request for Taxpayer ID Number
Submittal Form #8: Commonwealth of MA - Affirmative Action Program
Vendor Supplied Forms/Documents
Resume/Names of Key Company Personnel
Audited Financial Statements
Proposal Bond / Check for 5% of total proposal calculated price
Appendix D – Form of Contract
35
Appendix A: Types of Work - Cleaning Standards & Procedures / Frequencies
Classrooms Daily Weekly Monthly School
Vacations
Annual
Empty all wastebaskets, damp wipe exterior
surfaces of containers, replace liners and
remove trash to disposal area
X
Clean door glass in and out X Clean whiteboards/interactive whiteboards
per manufacturer recommendations. Make
note to ensure teachers do not have material
to "save"
X
Empty pencil sharpeners X Sweep or dry mop all floor surfaces, remove
gum and adhesives. Wet mop spills
X
Vacuum and wet mop floor, paying particular
attention to edges and corners X
Wash and disinfect desk/table and counter
surfaces
X
Dust tops of file cabinets, teachers desks,
window ledges and fixed furnishings
X
Apply restorer or spray wax and burnish all
floors
X
Spot clean walls, doors, door frames, switches
and partitions
X
Fill and clean all soap and towel dispensers X
Carpeted classrooms, offices, library, entrance
mats, and media center Vacuum all traffic areas
and soiled carpet surfaces and under easily
moved furniture Inspect carpet for spots and
remove stains
X
Carpeted classrooms, offices Library and
Media vacuum all exposed surfaces including
edges and corners
X
Clean and polish door kick plates X
Stairwells Daily Weekly Monthly School
Vacations
Annual
Sweep or dry mop all stairs and landings, spot
clean spills and remove gum
X
Damp mop all stairs and landings X Clean and polish door kick plates X
36
Dust high ledges and walls X Wash stair treads and apply protector as
recommended by manufacturer
X
Clean door and sidelight glass X Wash handrails removing smudges, oils, gums
and adhesives
3X
Corridors & Entries Daily Weekly Monthly School
Vacations
Annual
Dry mop floors, remove gum, and all scuff
marks. Remove all adhesives and scrub wash
floor.
2X
Add restorer and burnish corridor floors X Vacuum all entrance mats, remove stains, gum
and adhesives
X
Remove smudges from walls, glass, door
frames, handles, switch plates, kick and push
plates and lockers
X
Clean and sanitize drinking coolers X Clean trophy cases X Dust all ledges, moldings, heaters, shelving and
wall hangings
X
Clean all doors and door frames X Dust ceiling edges/tiles and HVAC duct
ventilation
X
Strip and re-coat all vinyl floors taking care in
all corners & edges. Clean all baseboards. A
complete detail cleaning in all rooms and
hallways, floor to ceiling.
3X X
Vacuum entrance mats, remove any tape or
adhesives and spot clean stains
X
Vacuum all upholstered furnishings in lobby
waiting areas
X
Wash all entry glass 2X Dust all ledges, sills, wall hangings and
furnishings
X
Sweep or dry mop floor X Machine scrub or wet mop entire lobby floor
including edges and corners X
Spot clean all tile walls X Clean and polish door kick plates X Dust locker tops X
General Office Spaces /
Workroom Spaces
Daily Weekly Monthly School
Vacations
Annual
Empty all wastebaskets, damp wipe
exterior surfaces of containers, replace
liners and remove trash to disposal area
X
Dust and spot clean all horizontal
surfaces of counter tops, desks, chairs,
tables, office equipment, window ledges,
heating units, partitions ,doors, door
frames and light switches
X
Remove all finger marks and smudges
from all vertical surfaces, including
doors, door frames, around light
switches, partitions, and wall decorations
X
Dust all pictures, charts and similar wall
hangings
X
Damp wipe all telephones with a
disinfectant cleaner
X
Dust all chair and table legs, rungs,
baseboards, ledges, moldings, and other
low-reach areas
X
Dust all horizontal surfaces of furniture,
fixtures, equipment and accessories
above 72"
X
Vacuum clean all traffic areas and soiled
carpeted surfaces. Inspect carpet for
spots and remove stains
X
Vacuum clean all exposed carpeted
surfaces including edges, corners, and
under easily moved furniture
X
Spot clean all door and partition glass X Completely clean all door and partition X
Restrooms and Locker Rooms Daily Weekly Monthly School
Vacations
Annual
Clean and refill all dispensers
(consumable materials such as soap &
paper products are supplied by District)
X
Clean walls, ceilings, louvers, and vents X
Clean mirrors, doors & frames, and dust
shelving
X
Clean and sanitize all fixtures, wash
basins, urinals, toilet bowls including
underneath plumbing fixtures
X
Polish all fixtures X Sweep and damp mop with a disinfectant
cleaner all floors, paying particular
attention to edges, corners and lower
wall bases.
X
Identify, record and remove graffiti 3X
Machine scrub floors with a disinfectant
cleaner and wash lower wall areas.
X
Empty all wastebaskets, damp wipe
exterior surfaces of containers, replace
liners and remove trash to disposal area
X
Wash and disinfect all partitions and
walls
X
Dust all ledges X Clean and polish all kick plates X Clean-up from any accidents/spills X Cafeteria & Kitchen Daily Weekly Monthly School
Vacations
Annual
Sweep and damp mop with a disinfectant
cleaner all floors- paying particular
attention to edges, corners and lower
wall base
X
Machine scrub floors with a disinfectant
cleaner and wash lower wall areas
X
Clean table surfaces with disinfectant
cleaner as recommended by
manufacturer
X
Return tables to vertical positions X Empty trash after each lunch X
Spot wash any spills and assist with
cafeteria preparation
X
Spot wash walls X Strip and re-coat (2) all vinyl floors taking
care in all corners & edges. Clean all
baseboards. A complete detail cleaning in all
rooms and hallways, floor to ceiling.
X
General Responsibilities Daily Weekly Monthly School
Vacations
Annual
Raise/Lower/Fold Flag X Setup furniture for building use as
requested by building use
coordinator/Director of Facilities,
Designee or automated scheduling
system
X
Assist as necessary with traffic for
student loading/unloading
X
Receive site deliveries X Deliver packages to offices/classrooms X
Assist with the delivery of food products X
Thoroughly cleans and sanitizes
restrooms using established practices and
procedures (see restroom detail)
X
Locks and unlocks doors X
Secure buildings- checking for unlocked
doors and windows. Arm alarm (night)
X
Pick up trash around building /
playground areas/athletic fields
X
Snow removal tasks as defined in Proposal
Section #75
X
Report all maintenance needs via work
order and by telephone For example,
broken dispensers, toilets, water closets,
and sinks and HVAC equipment
X
Replace light bulbs as needed X
Clean-up after nightly building use events
and reset furniture
X
Maintain building security during
activities
X
Remove graffiti X Check computer e-mail as needed for
District Communications
X
Summer Cleaning Daily Weekly Monthly School
Vacations
Annual
A full and complete cleaning of all rooms &
hallways. Diagram room furniture
layout, remove furnishings and
reinstall following full cleaning.
X
Clean all baseboards. Wash walls X
Strip & apply 5 coats of wax all vinyl floors
taking care in all corners & edges.
X
Dust all light fixtures and exposed bulbs.
Replace all non-functioning bulbs.
X
Clean inside tops/rear and inside of all
appliances
(refrigerators/ovens/microwaves)
X
Shampoo entrance mats X Wash top and underside of all
furniture. Identify furniture that
requires repair.
X
Wash interior exterior windows and clean
blinds
X
Groton-Dunstable Regional School District Appendix B:
School Building Enrollment
Year Built Additions Total Sq Ft Notes
Boutwell 63 1914 n/a 8,208
Florence Roche
520 1951 1988-17,600 1996-1,000 1998-4,000 2001-2,000
69,468
Swallow Union 290 1895-9,141 1962-19,862
1975&1995 – 32,140
61,143
Middle School North
490 1962 95,630 Renovated in 2004
Middle School South
300 1989 1999-11,000 2000-4,000
92,000
GD High School
790 2003 165,000
Peter Twomey Youth Center
100 1975 13,626 Renovated in 1997
Appendix C: Submittal Forms and Instructions
Submittal Checklist
Proposers are strongly encouraged to use this checklist prior to sealing envelopes. Please order your
submission packet in the order defined on this checklist.
One signed original and three printed copies of the proposal must be submitted to the address specified
at the beginning of this RFP. One electronic copy (PDF) must be provided on USB or CD Media.
___ Submittal Form #1: Proposer Name / Information
___ Submittal Form #2 Proposer Price Proposal
** Note forms for EACH year
** THESE MUST BE SEALED IN A SEPERATE ENVELOPE INSIDE THE BID PACKAGE **
___ Submittal Form #3: Proposer Questions- Typed responses to all questions
___ Submittal Form #4: Proposer References
___ Submittal Form #5: Statement of Non Collusion
___ Submittal Form #6: Commonwealth of MA Authorized Signatory Listing
___ Submittal Form #7: Form W9- Request for Taxpayer ID Number
___ Submittal Form #8: Commonwealth of MA - Affirmative Action Program
Proposer Supplied Forms/Documents
___ Resume/Names of Key Company Personnel
___ Company Financial Statements
___ Proposal Bond / Check for 5% of total proposal calculated price (Section #9 in RFP)
Please make sure all submission packets are SEALED, and the envelope/box/package is addressed as
defined below- Please ensure price sheets are sealed in a separate envelope in the proposal package:
Attn: Michael Knight
Groton-Dunstable Regional School District
145 Main Street
Groton, MA 01450
Mark Envelope: Custodial Proposal
EVALUATION CRITERIA
In accordance with Massachusetts General Laws, Chapter 30B, proposals will be evaluated in accordance
with the criteria set forth below. This permits the Groton-Dunstable Regional School District to award
the bid to the best qualified, responsible, responsive bidder, taking into consideration both price and
service quality. Bidders must provide written documentation, as requested in the bid documents, to
allow the Groton-Dunstable Regional School District to evaluate proposals in accordance with the
criteria below:
Proposer questions (Submittal Form 3) answered clearly, and with advantage to the Groton-Dunstable Regional School District Highly Advantageous- Proposer clearly documented how their firm will provide a value add to Groton-Dunstable Regional School District, how they are able to control costs, and how they are able to manage contractual requirements. Advantageous- Proposer somewhat shows how their firm will provide a value add to Groton-Dunstable Regional School District, how they may control costs, and how they are manage contractual requirements. Not Advantageous- Proposer shows how their firm may resolve contractual issues, but has not provided detailed information on cost savings or benefits for Groton-Dunstable to outsource our custodial and light maintenance duties. Unacceptable- Bidder does not answer questions.
Performance as reported by references. Highly Advantageous- Proposer provided 3 references. All references demonstrate a positive interaction with the company, services, billing, and do not indicate concerns on supervision/employee turnover or cost overruns. Advantageous- Proposer provided 3 references. Most references demonstrate a positive interaction with the company, services, billing, and do not indicate concerns on supervision/employee turnover or cost overruns. Not Advantageous- Proposer does not provide the appropriate number of references, or they do not provide a positive interaction with the Proposers services and cost controls. Unacceptable- Bidder does not answer questions.
Experience and past performance- Presented documentation of building cleaning experience including at least five (5) years of experience of cleaning a minimum of 500,000 square feet of facilities per day which are public or private school environments. Highly Advantageous- Proposer clearly documented how their firm has at least 5 years of experience in cleaning a minimum of 500,000 square feet of facilities each day, and they are public or private schools. Advantageous- Proposer mostly shows how their firm has at least 5 years of experience in cleaning a minimum of 500,000 square feet of facilities each day. They may not be public/private schools. Not Advantageous- Proposer shows how their firm is has some experience in cleaning facilities, but may not have the number of years or size in square foot minimums.
Unacceptable- Proposer did not show how their has 5 years experience or in cleaning a minimum of 750,000 square feet of facilities per day.
Project personnel-Proposer has adequacy in staff size, availability and experience Highly Advantageous- Proposer shows they have current resources to meet the staffing requirements of this contract, or has clearly demonstrated specific steps they have used to recruit staff for a similar project. Advantageous- Proposer provides some information on their current staff resources to meet the staffing requirements of this contract, or briefly describes how they will recruit staff. Not Advantageous- Proposer does not show how clearly, how they have adequate staff or experience to recruit. Unacceptable- Proposer does not answer questions.
Cost Control- Proposer shows how they are able to maintain a record of meeting previous budgets, and has a proposed plan for controlling costs to this contract. Highly Advantageous- Proposer demonstrates they have a full understanding of a contract of this size and scope, and they have shown clearly a history of keeping within the scope of proposed budgets. Advantageous- Proposer somewhat demonstrates they are able to stay on budget, and shows some plans for controlling additional costs which may arise for the District. Not Advantageous- Proposer does not show how have managed previous budgets, or cost control measures. Unacceptable- Proposer does not answer questions.
Guarantees- Defined cost savings the Proposer has shown for the District. Highly Advantageous- Proposer is able to demonstrate cost savings which may be quickly realized, and has a defined plan for reaching these savings. Advantageous- Proposer may provide recommendations for cost savings, but does not clearly quantify how these savings are realized. Not Advantageous- Proposer does not clearly define how they have arrived at cost savings the district may realize. Unacceptable- Proposer does not answer questions.
Staff training and development program. Vendor clearly shows how they are committed to maintaining a professional trained staff for this project. Highly Advantageous- Proposer defines their staff development and training program, and shows how they continue to maintain a qualified and capable staff. Advantageous- Proposer somewhat shows their staff development and training program, and may show how they provide ongoing training. Not Advantageous- Proposer does not show their staff development program and / or does not show their ongoing training programs Unacceptable- Proposer does not answer questions.
"Green Initiatives"- Proposer shows how they are committed to using green products and promotes environmentally conservative actions. Highly Advantageous- Proposer demonstrates they are committed to a use of green products and continually promotes conservation actions.
Advantageous- Proposer somewhat demonstrates they are able to stay on budget, and shows some plans for controlling additional costs which may arise for the District. Not Advantageous- Proposer does not show how have managed previous budgets, or cost control measures. Unacceptable- Proposer does not answer questions.
Project manager/account supervisor's qualifications and experience. Highly Advantageous- Proposer shows they have provided a highly qualified project manager / account supervisor with past experience managing contracts of this size/scope. Advantageous- Proposer somewhat shows they have provided a highly qualified project manager / account supervisor with past experience managing contracts of this size/scope. Not Advantageous- Proposer does not show how the project manager/supervisor is qualified to manage this project. Unacceptable- Proposer does not answer questions.
Proposer’s attendance at pre-proposal meeting and facilities walk-through. Highly Advantageous- Proposer attended both the pre-proposal meeting and site walk-through. Advantageous- Proposer attended either the pre-proposal meeting, or site walk-through. Unacceptable- Proposer did not attend the pre-proposal meeting or site walk-through.
Proven ability to meet all applicable federal and state wage and safety requirements. Highly Advantageous- Proposer clearly shows how their firm currently is meeting all applicable federal and state wage requirements, and provides detailed information how they are meeting all mandated state and federal safety requirements. Advantageous- Proposer mostly shows how their firm currently is meeting all applicable federal and state wage requirements and may have provided information on how they are meeting all mandated state and federal safety requirements. Not Advantageous- Proposer shows how their firm is meeting some of the federal state and wage requirements and provided information on meeting some federal and state safety requirements. Unacceptable- Proposer did not show how their firm is meeting wage and/or safety requirements.
Submission of required alternates. (Currently there are no defined alternates requested. If alternates are issued via addendum than points may be awarded in this area, otherwise, all proposers will receive the two full points) Highly Advantageous- Proposer submits all required alternates as defined, and provides clear information on how they were calculated. Advantageous- Proposer submits alternates requested, but does not provide clear information. Unacceptable- Proposer does not provide requested alternates.
Appendix D: SUBMITTAL FORM 1:
PROPOSER NAME / INFORMATION
===============================================================================
Business Name: _____________________________________________________________
Address & Telephone Numbers: ________________________________________________
Principal Place of Business _____________________________________________________
Project Manager or Sales Representative _________________________________________
Federal ID/SSN Number: ______________________________________________________
General classification of business or character of work performed:
Doing Business As:
Contractor ___ Partnership___ Corporation___
In the State of:________________________________________
Year Organized:_____________
Number of Years in Business:________________
What categories of work do you perform with your own forces:
Has this business ever defaulted on a contract?
Has this business been involved in any legal suits (please describe and list date)
Lists banks with which your firm does business. Do you grant permission to a Groton-Dunstable officials
to contact for references?
List references your firm does business with (Suppliers/Contractors/etc.) Do you grant permissions to a
Groton-Dunstable officials to contact?
Name of bonding company and address of agent:
I certify the above information to be correct and authorize the Groton-Dunstable Regional School
District to investigate all facts contained herein.
Dated at: this day of __, 2018
Signature
Printed
Title
Appendix D: SUBMITTAL FORM 2:
PROPOSER PRICE PROPOSAL- YEAR 1
July 1, 2018 - June 30, 2019
===============================================================================
GENERAL CLEANING & LIGHT MAINTENANCE SERVICES: (As defined In Appendix A)- Vendor must
provided detailed staff grid as part of Submittal Form #3)
School Monthly Cost Day Service
Monthly Cost Night/Weekend Scheduled Services
Total Annual Costs (including summer and vacation cleanings)
Boutwell
Florence Roche
Swallow Union
Middle School North
Middle School South
High School
Peter Twomey Center
Total
Other Costs: Services outside of responsibilities including during day/afternoon/weekend scheduled
shifts
Service Hourly Cost Notes/Comments
Snow Removal Outside of scheduled hours. Shovel, Ice Melt, Walkway and Entry Clearing
Landscaping Services – Mowing Raking, Clean-up
Emergency Clean-up
Weekend Building opening
Building Security Checks
Appendix D: SUBMITTAL FORM 2:
PROPOSER PRICE PROPOSAL- YEAR 1
July 1, 2019 - June 30, 2020
===============================================================================
GENERAL CLEANING & LIGHT MAINTENANCE SERVICES: (As defined In Appendix A)- Vendor must
provided detailed staff grid as part of Submittal Form #3)
School Monthly Cost Day Service
Monthly Cost Night/Weekend Scheduled Services
Total Annual Costs (including summer and vacation cleanings)
Boutwell
Florence Roche
Swallow Union
Middle School North
Middle School South
High School
Peter Twomey Center
Total
Other Costs: Services outside of responsibilities including during day/afternoon/weekend scheduled
shifts
Service Hourly Cost Notes/Comments
Snow Removal Outside of scheduled hours. Shovel, Ice Melt, Walkway and Entry Clearing
Landscaping Services – Mowing Raking, Clean-up
Emergency Clean-up
Weekend Building opening
Building Security Checks
Appendix D: SUBMITTAL FORM 2:
PROPOSER PRICE PROPOSAL- YEAR 3
July 1, 2020 - June 30, 2021
===============================================================================
GENERAL CLEANING & LIGHT MAINTENANCE SERVICES: (As defined In Appendix A)- Vendor must
provided detailed staff grid as part of Submittal Form #3)
School Monthly Cost Day Service
Monthly Cost Night/Weekend Scheduled Services
Total Annual Costs (including summer and vacation cleanings)
Boutwell
Florence Roche
Swallow Union
Middle School North
Middle School South
High School
Peter Twomey Center
Total
Other Costs: Services outside of responsibilities including during day/afternoon/weekend scheduled
shifts
Service Hourly Cost Notes/Comments
Snow Removal Outside of scheduled hours. Shovel, Ice Melt, Walkway and Entry Clearing
Landscaping Services – Mowing Raking, Clean-up
Emergency Clean-up
Weekend Building opening
Building Security Checks
Appendix D: SUBMITTAL FORM 2:
PROPOSER PRICE PROPOSAL-BID PRICE
===================================================================================
A. The undersigned proposes to furnish all materials and supplies required for Custodial and Light
Maintenance in accordance with the Contract Documents prepared by the Groton-Dunstable R.S.D. for
the contract price specified below.
B *The proposed contract price is _______________________________-_________________Dollars $ .
(The total dollar amount for the three years of proposed work, inclusive of day and night/weekend
columns)
Year Total Price Present Value (To be filled in by District)
1
2
3
Total
C. The Contractor represents that it has received Contract Documents described herein above.
D. By signing below, the Contractor certifies under the pains and penalties of perjury as follows:
The undersigned Contractor certifies under penalties of perjury that this Bid is in all respects valid, fair
and made without collusion or fraud with any other person. As used in this Affidavit the word "person"
shall mean any natural person, joint venture, partnership, corporation, or other business or legal entity.
Contractor _______________________________
By its ___________________________________
Name ___________________________________
Address __________________________________
Phone ____________________________________
Appendix D: SUBMITTAL FORM 3: Proposer Questions
===============================================================================
Please provide a detailed answer to each of the questions below.
1. Please describe your arrangements/procedures for on-site supervision. How long will the manager(s)
be on site each day? Is a single supervisor assigned to this contract or does he/she oversee multiple
locations? Please describe how your supervisor evaluates employees, and how the supervisors will
ensure overall quality of service to Groton-Dunstable.
2. Please explain how your firm responds when concerns are raised about work quality or failure to
complete scheduled tasks. Who will normally receive these calls and how are they followed-up on? How
quickly are concerns resolved. Provide a detailed example of a previous instance where a concern was
raised by a client, and how it was resolved.
3. Describe your staff recruitment process, how interviews and assignments will be done under this RFP.
Describe your firms training and development programs for staff.
4. Briefly define the scope of services performed during your years in business. Proposer should state
the number of contractual agreements that the Proposer currently has in place, as well as in the last
twelve (12) months.
5. Describe the cleaning supplies and materials which will be used by your firm. Are these materials
"green" certified? What special certifications does your firm employees have which may benefit Groton-
Dunstable, and describe how these services will be implemented into this contract.
6. Detail how events outside the normal operating schedule of the buildings are staffed. What
procedures do you recommend for the District to communicate facility use events, and how much
advance notice is required.
7. Please tell us about an emergency incident your firm was recently asked to respond to for a client.
How was additional staff mobilized, and what specific steps were taken to ensure that buildings were
cleaned and able to open on time. This sample may be a flood, natural disaster, fire, inclement weather.
8. Describe how you plan to staff this RFP to meet the cleaning and light maintenance requirements as
specified. Provide a detailed plan of day and night staffing services. Make special note of any cost saving
ideas your firm would recommend as part of this proposal, and any additional costs for services
(emergency call-in, additional event coverage)
APPENDIX D: SUBMITTAL 4
CONTRACT REFERENCE FORM
===============================================================================
Proposer Name:
RFP Name/Title: Custodial 2017
The proposal must provide 3 business references.
Reference name ________________________________________________________
Contact: ________________________________________________________
Address: ________________________________________________________
Phone: #________________________________________________________
E-mail address: ________________________________________________________
Description of Services Provided:
_____________________________________________________________________
==============================================================================
Proposer Name:
RFP Name/Title: Custodial 2017
The proposal must provide 3 business references.
Reference name ________________________________________________________
Contact: ________________________________________________________
Address: ________________________________________________________
Phone: #________________________________________________________
E-mail address: ________________________________________________________
Description of Services Provided:
_____________________________________________________________________
==============================================================================
Proposer Name:
RFP Name/Title: Custodial 2017
The proposal must provide 3 business references.
Reference name ________________________________________________________
Contact: ________________________________________________________
Address: ________________________________________________________
Phone: #________________________________________________________
E-mail address: ________________________________________________________
Description of Services Provided:
_____________________________________________________________________
References will be contacted to confirm the bidder’s abilities and qualifications as stated in the bidder’s
response. The District may deem the bidder’s response unresponsive if a reference is not obtainable
from a listed reference after reasonable attempts.
APPENDIX D: SUBMITTAL 5
Statement of Non Collusion
===============================================================================
The undersigned certifies under the penalties of perjury that this bid has been made and submitted in
good faith and without collusion or fraud with any other person. As used in this certification, the word
"person" shall mean any natural persons, business, partnership, corporation, union, committee, club or
other organization, entity or group of individuals.
Signature of principal submitting bid:______________________________________________
Date__________________
Name of principal submitting bid:____________________________________________
Company: __________________________________________________________
Title: ________________________________________________________________
Commonwealth of Massachusetts Contractor Authorized Signatory Listing
W-9
AFFIRMATIVE MARKET PROGRAM (AMP) PLAN FORM
Pursuant to Executive Order 390, any contract with a potential financial benefit of $50,000 or more
requires a bidder to complete sections of this form that apply and include the required attachments for
consideration in the scoring of their submission for any contracting opportunity with the
Commonwealth of Massachusetts.
Proposers must submit one form for each M/WBE AMP Relationship.
Proposer Name:
RFR Name/Title:
RFR Number:
Contact Name:
Phone:
( ) -
Fax:
( ) -
Email address:
Company Address:
Is proposer SOMWBA certified? N/A Yes No Applied for certification
M/WBE Contact Name:
Affirmative Market Program Partner (not proposer)
M/WBE Company Name:
M/WBE Company Address:
M/WBE Telephone:
M/WBE Email:
AMP Partner’s SOMWBA Certification Status. Please Check Only One Per Form:
MBE WBE M/WBE M/W Non Profit Applied for certification
Certification Expiration Date (copy of certification letter must be attached): _
Check type of business relationship here that applies to AMP Partner and complete appropriate section
below (1-5):
1. Subcontract: include a copy of the written agreement between the Proposer and Subcontractor.
2. Growth & Development: enclose plan for education, training, mentoring, resource sharing, other
initiatives.
3. Ancillary: submit verbal or written expenditure commitments.
4. Past Performance: credit for past expenditures with certified M/WBEs (for previous 2 years).
5. Additional Creative Initiatives: further use of at least one certified MBE and one WBE AMP Partner.
1. Please complete this section ONLY if the business relationship is Subcontract (as defined within the
scope of the RFR):
Note: All Subcontracting Partnerships require a written agreement between proposer & M/WBE that
includes a description of all commodities or services to be acquired from subcontractor and to be
presented as part of the AMP Plan submission. It is required that proposers commit a specific dollar
amount or a minimum percentage of dollars earned through an awarded contract.
Committed Expenditures or Percentage of gross revenues from the contract in Year 1: Committed
Expenditures or Percentage of gross revenues from the contract in Year 2: Committed Expenditures or
Percentage of gross revenues from the contract in Year 3:
Total Committed Expenditures or Percentage of gross revenues from the contract for all years of the
Contract:
2. Please complete this section ONLY if the business relationship is Growth & Development:
Note: Proposers should provide a narrative here that describes your approach in building the capacity of
the M/WBE, including deliverables or measurable outcomes and anticipated dates of completion which
can be validated during the contract. (Attach additional pages as necessary):
Committed Total Expenditures or Percentage of gross revenues from the contract for each year of the
contract:
Updated August 13, 2007 Page 1
12
3. Please complete this section ONLY if the business relationship is Ancillary:
Note: Proposers should provide a description of commodities or services Ancillary AMP Partner will
provide (continue on additional pages as necessary):
Committed Expenditures or Percentage of gross revenues from the contract in Year 1:
Committed Expenditures or Percentage of gross revenues from the contract in Year 2:
Committed Expenditures or Percentage of gross revenues from the contract in Year 3:
Total Committed Expenditures or Percentage of gross revenues from the contract for all years of the
Contract:
Description of commodities and/or services to be provided by Ancillary Partner:
4. Please complete this section for consideration ONLY relating to Past Performance (or historical
spending with certified M/WBEs within the last 2 years):
List Name (s) of Certified M/WBE Vendor (s):
Circle Certification Status of Vendor (s): MBE WBE M/WBE MNPO WNPO Description of all expenditures
for commodities or services (attach additional pages as necessary):
Reporting Year:
Total Expenditure:
Reporting Year:
Total Expenditure:
5. Please complete this section for consideration ONLY relating to any Other Creative Initiatives: Please
provide a description here of any current creative approaches to partnering with certified businesses
that further supports the AMP Plan (attach additional pages as necessary):
Certification: I hereby certify under the pains and penalties of perjury that the information provided is
correct, to the best of my knowledge:
Signature of Authorized Signatory of Bidder:
Date:
Print Name:
Title:
Business Name:
Business Address:
Total Committed Expenditures or Percentage of gross revenues from the contract for each Year of the
Contract (summary of sections 1-3 above).
Year 1 Year 2 Year 3 Total for all Years
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
This Contract is made this _____ day of ____________, 2018, by and between the Groton-Dunstable
Regional School District, 145 Main Street, Groton, MA 01450, acting by the Groton-Dunstable Regional
School District School Committee (hereinafter the “District” or the “Owner”), and
________________________________, a ___________________ organized under the laws of
____________________________, with a principal office located at ___________________________,
and a Massachusetts office located at ______________________________ (hereinafter the
“Contractor”).
The words "he," "him" and "his" in this Contract, as far as they refer to the Contractor, shall so refer
whether the Contractor is an individual, partnership or corporation. All prior contracts, if any exist
between the District and the Contractor, are hereby terminated and shall be of no force and effect.
1. Scope
In consideration of the obligations herein contained, the Contractor shall provide custodial/light
maintenance services for the District as stated in the Request for Proposals (“RFP”), issued by the
District, which is incorporated herein by reference.
2. Standard of Care
The Contractor shall exercise due care and diligence in the provision of goods and in the rendition of all
services under this Contract in accordance with the applicable professional standards in the Eastern
Massachusetts area. The Contractor’s services and delivery of goods shall be performed as expeditiously
as is consistent with such standards, with professional skill and care, and with the orderly progress of
the work.
3. Term
The term of this Contract shall commence as of the execution date of this Contract and shall end three
(3) years later. To the extent permitted by law, this Contract may be extended, at the sole discretion of
the District, for two (2) additional one (1)-year terms.
4. Incorporation of the Request for Proposals/Order of Priority of Contract Documents
The provisions of the RFP and the Contractor’s Proposal are incorporated herein by reference. In the
event of any conflict among the Contract Documents, the Documents shall be construed according to
the following priorities:
Highest Priority: Amendments to Contract (if any)
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
Second Priority: Contract
Third Priority: Addenda to the RFP (if any)
Fourth Priority: RFP
Fifth Priority: Contractor’s Proposal.
5. Payment
In consideration for performance of the work in accordance with the requirements of this Contract, the
District shall pay the Contractor the prices set forth in the Contractor’s Proposal, a copy of which is
attached hereto and incorporated by reference. Should the District exercise its right to extend the
contract for one (1) or two (2) of the option years, the Contractor shall be paid at the rate for the third
year, plus an increase equal to the Consumer Price Index over the previous year.
This Contract is a fixed price/fixed rate contract and therefore miscellaneous expenditures associated
with the Contractor’s work shall not be paid by the District. In the event that an unforeseen
miscellaneous expense is incurred, the Contractor shall receive the District’s approval in writing prior to
incurring the expense if it will subsequently seek payment of said expense from the District.
Payment shall be made to the Contractor for work completed in accordance with this Contract. All
requests for payment shall be submitted to the District as an invoice and shall specify all goods
delivered.
Payment will be due forty-five (45) days after receipt of the Contractor’s invoice by the District for goods
delivered in accordance with this Contract. The District shall not make payments in advance.
If the District objects to all or part of any invoice, the District shall notify the Contractor in writing within
two (2) weeks of the date of receipt of the invoice, and shall pay that portion of the invoice not in
dispute within thirty (30) days after the date of receipt of the invoice.
Should it be necessary for the Contractor to engage the services of a specialized contractor or
companies other than those originally proposed in the Contractor’s response to the District’s RFP, the
Contractor shall take such measures only with the District’s prior written approval. Charges for such
services, with no mark-up, shall be billed directly to the District unless otherwise agreed upon by the
parties.
Payment of the amounts due under this Contract shall release the District and its officers, employees,
boards, commissions, committees, agents and representatives, from any and all claims and liability in
any way relating to this Contract or anything done in pursuance thereof.
No payment by the District to the Contractor shall be deemed to be a waiver of any right of the District
under this Contract or a ratification by the District of any breach hereof by the Contractor.
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
6. Warranty
NOT APPLICABLE.
7. Compliance with Laws
The Contractor shall comply with all provisions of Federal, Massachusetts and local law applicable to his
work including, without limitation, statutes, by-laws, rules, regulations, orders and directives, as
amended, and including, without limitation, the Williams-Steiger Occupational Safety and Health Act of
1970, as amended, and related regulations, as amended, in effect throughout the term of this Contract
and any extension or renewal thereof. Without limitation, the Contractor shall comply with the
provisions of Chapter 149, Section 26 to 27D of the Massachusetts General Laws, as amended, and the
applicable minimum wage rates as determined by the Massachusetts Commissioner of Labor and
Industries. This Contract shall be considered to include in their entirety all terms respecting workers'
compensation insurance and other terms required to be included in it by Chapter 152 of the
Massachusetts General Laws, as amended, as though such terms were set forth in their entirety herein.
8. Insurance
The Contractor shall provide and maintain throughout the term of the Contract and any extension or
renewal thereof the following insurance with companies that are authorized and licensed in the
Commonwealth of Massachusetts to issue policies for the coverages and limits so required.
a. Workers' Compensation Insurance as required by the laws of the Commonwealth of Massachusetts
and employer's liability insurance in the amount of $1,000,000/$1,000,000/$1,000,000.
b. Commercial General Liability Insurance, $1,000,000 each occurrence and $2,000,000 aggregate limit.
Commercial General Liability insurance shall include personal injury liability, broad form property
damage liability, products/completed operations liability and broad form contractual liability.
c. Automobile Liability Insurance, covering all leased, owned, non-owned, and hired vehicles - Combined
single limit of $1,000,000.
d. Excess Liability Insurance, Umbrella Form - $1,000,000 each occurrence and $2,000,000 aggregate,
which shall be following form, providing coverage over commercial general liability insurance,
automobile liability insurance, and employer's liability under workers' compensation insurance.
e. The District shall be named as an additional insured on each such policy of Commercial General
Liability Insurance, Excess Liability Insurance, Umbrella Form, and Automobile Liability Insurance.
f. All certificates and policies shall contain the following provision:
“Notwithstanding any other provision herein, should any of the above policies be cancelled or materially
amended before the expiration date thereof, the issuing company will mail thirty (30) days prior written
notice thereof to the named certificate holder and to the District before such cancellation or
amendment shall take place.”
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
g. Certificates evidencing such insurance in five (5) copies shall be furnished to the District at the
execution of this Contract. Such certificates shall not merely name the types of policy provided, but shall
specifically refer to this Contract and shall state that such insurance is as required by this Contract. The
Contractor shall make no claims against the District or its officers for any injury to any of its officers or
employees or for damage to its equipment arising out of work contemplated by the Contract.
h. The Contractor shall also be required to provide to the District with its proof of insurance coverage
endorsements or riders to the policies of commercial general liability insurance, automobile liability
insurance, and excess liability insurance, umbrella form, which indicate that the District is named as an
additional insured on each such policy.
i. No insurance shall be obtained from an insurer which:
(1) is not licensed to sell insurance in the Commonwealth of Massachusetts; or
(2) is not authorized to provide insurance as an excess or surplus lines insurer, and does not have a
current Best’s rating of A or better.
j. Failure to provide and continue in force such insurance as aforesaid shall be deemed a material breach
of this Contract and shall operate as an immediate termination thereof.
9. Indemnification
The Contractor shall compensate the District for all damage to District property of any nature arising out
of the Contractor's work. To the fullest extent permitted by law, the Contractor shall indemnify, defend,
and hold harmless the District and all of its officers, employees, boards, commissions, committees,
agents and representatives from and against all claims, causes of action, suits, costs, damages, and
liability of any kind which arise out of the breach by the Contractor of its obligations under this Contract,
or the act or omission of the Contractor, its subcontractors, or their officers, employees, agents and
representatives or anyone directly or indirectly employed by them, or anyone for whose acts or
omissions they may be liable, regarding the work to be performed by the Contractor under the Contract,
or which arise out of the violation of any federal, Massachusetts or local statute, by-law, rule,
regulation, order or directive, or which relate to personal injury or property damage suffered by the
Contractor or any of its officers or employees regarding the subject matter of this Contract. Said costs
shall include, without limitation, reasonable legal costs, collections fees, and counsel fees incurred in
defending any claim or suit that may be brought against the District and any judgment that may be
obtained in any such claim or suit.
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
10. No Personal Liability
Neither the District, nor its officers, employees, boards, committees, commissions, agents and
representatives shall be under any personal obligation or incur any personal liability by reason of this
Contract, the execution thereof or anything relating thereto which arises out of the breach or violation
of any provision of this Contract, or the violation of any Federal, Massachusetts or local statute, by-law,
rule, regulation, order or directive, or which relates to personal injury or property damage suffered by
the Contractor or its employees, regarding the subject matter of this Contract.
11. Familiarity with Area of Work
By signing this Contract, the Contractor acknowledges that it is familiar with all conditions of the RFP
and of this Contract. The Contractor has entered into this Contract in reliance on its own examinations
and estimates as to the amount and character of its work, and conditions which may be encountered in
the performance thereof, and shall assume all risks and bear all losses pertaining thereto.
12. Performance Bond
Pursuant to the RFP, the Contractor shall provide a Performance Bond, which is in the amount of one
hundred percent (100%) of the Contract Price, to the District.
13. Labor and Materials Payment Bond
Pursuant to the RFP, the Contractor shall provide a Labor and Materials Payment Bond, which is in the
amount of one hundred percent (100%) of the Contract Price, to the District.
14. Independent Contractor Status
The Contractor shall provide services and deliver goods under this Contract as an independent
contractor with the District and not as an employee of the District. No employee, agent or
representative of the Contractor shall be entitled to receive any benefits of employment with the
District, including without limitation salary, overtime, vacation pay, holiday pay, sick leave, health
insurance, life insurance, pension or deferred compensation.
15. Use of Alcohol and Controlled Substances Prohibited
The Contractor hereby acknowledges that the use of alcoholic beverages, narcotics, and mood altering
substances, except for current valid, legal prescriptions, by any officer, employee, agent, or
representative of the Contractor is prohibited on District property which is the subject matter of this
Contract and during all hours of work under this Contract. If any officer, employee, agent, or
representative of the Contractor violates the foregoing provision, the District shall have the right to
order that such officer, employee, agent, or representative of the Contractor shall not be permitted to
return to work on this Contract. Under such circumstances, the Contractor shall promptly remove the
subject officer, employee, agent, or representative from the job site and shall not permit the subject
officer, employee, agent, or representative to perform further work in conjunction with this Contract.
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
16. No Smoking
Pursuant to Massachusetts General Laws (M.G.L.) c. 270, §22, the Commonwealth of Massachusetts
Smokefree Workplace Law, the Contractor, its officers, employees, agents, and representatives shall
refrain from smoking and from using tobacco products in any public building in the District.
Additionally the Groton-Dunstable Regional school district prohibits the possession and use of cigars,
little cigars, chewing tobacco, e-liquids, pipe tobacco, snuff, electronic cigarettes, electronic cigars,
electronic pipes, any other electronic nicotine delivery system, inhalant or other similar product that
relies on vaporization or aerosolization while on school property.
17. Weapons
Guns, knives or any other recognized weapons or any tools or instruments intended for use,
as weapons are not allowed upon school property. Possession of a weapon on the grounds
or property of the school district, regardless of whether the weapon is on the person of the
employee or in a location of the employee’s knowledge, shall be cause for the immediate
removal of the employee from Town property and from any further work under this
contract.
18. Criminal Background Screening/CORI
For each employee of the Contractor who is performing services or who is delivering goods under this
Contract, the Contractor shall, subject to its confidentiality and privacy obligations owing to its
employees and third parties, provide a written confirmation to the District that such employee passed
the Contractor’s pre-employment criminal background screen. In the event that any employee refuses
to permit the Contractor to provide such information to the District, the Contractor shall not assign such
employee to perform services for the District or to deliver goods to the District, and such employee shall
not be authorized to perform services for the District or to deliver goods to the District. The District shall
be permitted to keep such information in its files. The Contractor’s employees shall be subject to CORI
screening as stated in the RFP.
19. Delays/Force Majeure
Except as specifically set forth in this Contract, neither party shall hold the other responsible or liable for
damages or delays in performance caused by acts of God, interruptions in the availability of labor, or
other events beyond the control of the other party, or that could not have been reasonably foreseen or
prevented. For this purpose, such acts or events shall include unusually severe weather affecting
performance of services, floods, epidemics, wars, riots, strikes, lockouts, or other industrial
disturbances, protest demonstrations, and project site conditions which could not have been reasonably
anticipated. Should such acts or events occur, both parties shall use their best efforts to overcome the
difficulties arising and to resume as soon as reasonably possible the normal pursuit of performance.
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
20. Termination
a. If the Contractor shall breach any provision of this Contract, which breach is not cured within twenty-
one (21) days of written notice thereof from the District to the Contractor, the District shall have the
right to terminate this Contract upon written notice to the Contractor.
b. If any assignment shall be made by the Contractor or by any guarantor of the Contractor for the
benefit of creditors, or if a petition is filed by the Contractor or by any guarantor of the Contractor for
adjudication as a bankrupt, or for reorganization or an arrangement under any provision of the
Bankruptcy Act as then in force and effect, or if an involuntary petition under any of the provisions of
the Bankruptcy Act is filed against the Contractor and such involuntary petition is not discharged within
ninety (90) days thereafter, in any event the District may terminate this Contract upon written notice to
the Contractor.
c. The award of this Contract and the continued operation of this Contract are contingent upon
appropriation of sufficient money to fund the Contract. Should sufficient funds not be appropriated
therefor, the District shall no longer be under any obligation to tender performance, including payment,
under the terms of this Contract. In that event, the District may terminate this Contract upon written
notice to the Contractor.
d. The District may terminate this Contract upon written notice to the Contractor if a source of money to
fund the Contract is lost during the Contract term. In the alternative, the parties may agree in writing to
amend the Contract to provide for a Contract price that represents a reduced appropriation for the
Contract term.
e. The District may also terminate this Contract for convenience upon thirty (30) days’ written notice to
the Contractor.
In the event of termination the Contractor shall be entitled to be paid for goods delivered in accordance
with this Contract prior to termination.
In the event that this Contract is terminated pursuant to Section 19a. or 19b. above, the District may
make any reasonable purchase or contract to purchase goods/services in substitution for performance
due from the Contractor and may deduct the cost of any substitute contract, or damages sustained by
the District due to non-performance or non-conformance of services/goods together with incidental and
consequential damages from the Contract price, and shall withhold such damages from sums due or
sums which become due.
21. Notices
Except as otherwise provided in this Contract all notices required or permitted to be given hereunder
shall be in writing and shall be delivered by certified mail or registered mail, return receipt requested, to
the parties at the following address or such other address or addresses as to which a party shall have
notified the other party in accordance with this Section 20.
If to the District: Superintendent of Schools
Groton-Dunstable Regional School District
145 Main Street
Groton, MA 01450
With copies to: Andrew Waugh, Esq.
Murphy, Hesse, Toomey & Lehane, LLP
300 Crown Colony Drive, Suite 410
Quincy, MA 02169
If to the Contractor:
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
22. Miscellaneous Provisions
a. Any action at law or suit in equity instituted by the Contractor as a result of the performance, non-
performance or alleged breach of this Contract shall be filed in the Superior Court of the Commonwealth
of Massachusetts for Plymouth County, MA, and in no other court or jurisdiction.
b. No action or failure to act by the District shall constitute a waiver of a right or duty afforded to the
District under the Contract, nor shall such action or failure to act constitute approval of or acquiescence
in a breach thereunder, except as may be specifically agreed in writing. No forbearance or indulgence in
any form or manner by the District shall be construed as a waiver or in any way limit the legal or
equitable remedies available to the District. No waiver by the District of any default or breach by the
Contractor shall constitute a waiver of any subsequent default or breach.
c. If the Contractor discovers or is informed of any discrepancy or inconsistency in the Contract
Documents in relation to any law, statute, ordinance, by-law, decree, code, rule, regulation, or order,
the Contractor shall promptly, before commencing performance under this Contract, report the same to
the District in writing.
d. The Contractor acknowledges that it has not been influenced to enter into this Contract, nor has the
Contractor relied upon any warranties or representations not set forth in this instrument.
e. The Contractor shall maintain the confidentiality of information designated by the District as
confidential, unless withholding such information would violate the law or create a risk of significant
harm to the public, or unless the Contractor has been required to release such information by final
judgment or order of a court of competent jurisdiction, or unless the District has expressly waived such
confidentiality in advance in writing.
f. The Contractor shall not represent or purport to represent that it speaks for the District vis-à-vis the
media or the public at-large without the District’s express, written consent in advance.
g. Prior to commencing performance under this Contract, the Contractor shall furnish the District, in
writing, the names, addresses and telephone numbers of not fewer than two (2) principal employees of
his business who are to be contacted in the event of an after-hours emergency.
h. By entering into this Contract, the Contractor certifies under penalties of perjury that its Proposal was
made and submitted in good faith and without collusion or fraud with any person. As used in this
certification, the word “person” shall mean any natural person, business, partnership, corporation,
union, committee, club, or other organization, entity, or group of individuals.
i. By entering into this Contract, the Contractor certifies under the penalties of perjury, pursuant to
M.G.L. c.62C, Section 49A(b), that it has complied with all laws of the Commonwealth relating to taxes,
to reporting of employees and contractors, and to withholding and remitting child support.
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
j. The Contractor understands that the Massachusetts Conflict of Interest Law, Chapter 268A of the
Massachusetts General Laws, applies to the Contractor with respect to the services/goods required to
be provided under this Contract. The Contractor and its officers, employees, agents, subcontractors and
affiliated agencies shall not participate in any activity which constitutes a violation of the Massachusetts
Conflict of Interest Law or which creates an appearance of a violation of the Massachusetts Conflict of
Interest Law.
k. Prevailing wage rates, as contained in the Proposal documents, shall be paid, pursuant to M.G.L.
c.149, §§26-27G, if they are applicable.
l. The Contractor shall not discriminate against or exclude any person from participation herein on
grounds of race, color, religious creed, national origin, sex, gender identity, sexual orientation (which
shall not include persons whose sexual orientation involves minor children as the sex object), age,
genetic information, ancestry, children, marital status, veteran status or membership in the armed
services, the receiving of public assistance, and handicap. The previous sentence shall include, but not
be limited to, the following: advertising, recruitment; hiring; rates of pay or other forms of
compensation; terms; conditions or privileges of employment; employment upgrading; transfer;
demotion; layoff; and termination. The Contractor shall take affirmative actions to insure that applicants
are employed, and that employees are treated during their employment, without regard to race, color,
religious creed, national origin, sex, gender identity, sexual orientation (which shall not include persons
whose sexual orientation involves minor children as the sex object), age, genetic information, ancestry,
children, marital status, veteran status or membership in the armed services, the receiving of public
assistance, and handicap.
m. To the extent that any of the foregoing sections required by Massachusetts law are inconsistent with
other, non-statutory sections in this Contract, any statutorily-mandated provisions contained herein
shall control.
n. The Contractor shall not assign or subcontract in whole or in part this Contract or in any way transfer
any interest in this Contract without the prior express written approval of the District.
o. The Contractor shall not assign any money due or to become due to the Contractor unless the District
shall have received prior written notice of such assignment. No such assignment shall relieve the
Contractor of its obligations under this Contract.
p. This Contract may be amended only by written consent of the parties.
q. This Contract constitutes the entire agreement of the parties and any other agreement, written or
oral, that may exist is excluded from this Contract. When executed, this Contract supersedes any prior
agreement between the parties in connection with the transaction contemplated.
r. If any provision, or portion thereof, of this Contract shall be adjudged to be invalid or unenforceable
by final judgment or order of a court of competent jurisdiction the remaining provisions shall continue in
effect to the extent permitted by law.
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
s. The provisions of this Contract shall be binding upon and shall inure to the benefit of the heirs, assigns
and successors in interest of the parties.
t. This Contract shall be governed by and construed in accordance with the laws of the Commonwealth
of Massachusetts, regardless of choice of law issues or principles.
u. This Contract is executed in triplicate as a sealed instrument.
The Groton-Dunstable
Regional School District ______________________________
by: the Groton-Dunstable Regional Printed Name of Contractor
School Committee by: by:
Signature
______________________________ ________________________________
Printed Name
_______________________________ ______________________________
Printed Title
_______________________________ _______________________________
_______________________________ Dated: ________________________
_______________________________
_______________________________
_______________________________
Dated: _________________________
APPROVED AS TO AVAILABILITY OF APPROPRIATION:
In accordance with the requirements of M.G.L. Chapter 44, Section 31, this is to certify that an
appropriation in the amount of this Contract is available therefor.
__________________________________ Dated: ____________
Accounting Official
Groton-Dunstable Regional School District
CONTRACT FOR THE PROCUREMENT OF CUSTODIAL/LIGHT MAINTENANCE SERVICES
APPROVED AS TO FORM ONLY, AND NOT AS TO SUBSTANCE:
__________________________________ Dated: ____________
District Counsel
Groton-Dunstable Regional School District
CERTIFICATE OF VOTE
I, ______________________________________________ , hereby certify
(Clerk/Secretary)
that I am the duly qualified and acting
________________________________________of____________________________________
(Title) (Corporation Name)
and I further certify that at a meeting of the Directors of said Corporation duly called and held on 20 , at
which meeting all Directors were present and voting, the following vote was unanimously passed:
VOTED: To authorize and empower either
, ____________________;
(Name) (Title)
, ____________________; or
(Name) (Title)
, ____________________
(Name) (Title), any one acting singly, to execute all contracts and bonds on behalf of the Corporation.
I, further certify that the above vote is still in effect on this the day of , 20 and has not been changed or
modified in any respect.
________________________________________
Signature
Printed Name
Printed Title
The certification contained here above shall be executed by CONTRACTOR or copy of current
"certification of authority to sign for the Corporation" shall be attached.)