1 | Page REQUEST FOR POPOSALS JANITORIAL MANAGEMENT SERVICES RFP Number 1041 Gerald R. Ford International Airport 5500 44 th Street S.E. DATE OF ISSUANCE: June 8, 2020 Revised June 30, 2020 DUE DATE: July 7, July 14, 2020 @ 2:00 pm PRE-SUBMISSION CONFERENCE: June 23, 2020
46
Embed
REQUEST FOR POPOSALS JANITORIAL MANAGEMENT SERVICES … 1041... · 2020-07-01 · 1 | Page REQUEST FOR POPOSALS JANITORIAL MANAGEMENT SERVICES RFP Number 1041 Gerald R. Ford International
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
1 | P a g e
REQUEST FOR POPOSALS JANITORIAL MANAGEMENT SERVICES
RFP Number 1041
Gerald R. Ford International Airport 5500 44th Street S.E.
DATE OF ISSUANCE: June 8, 2020Revised June 30, 2020
DUE DATE: July 7, July 14, 2020 @ 2:00 pm PRE-SUBMISSION CONFERENCE: June 23, 2020
tcizauskas
Cross-Out
2 | P a g e
1. IntroductionThe Gerald R. Ford International Airport Authority (GFIAA) is seeking proposals for a Janitorial Services ManagementProvider to work within a cost-plus management fee contract structure. The scope of services includes but is not limitedto the Terminal Concourse, Hold rooms, Ticketing Lobby, Public Restrooms, Baggage Claim, Transportation SecurityAdministration (TSA) Security Checkpoints and Offices, Administrative Offices, and meeting rooms. The work will includeapproximately 200,000 square feet of interior space.The initial contract term is for 3 years beginning September 1, 2020. GFIAA Reserves the right to renew the contract for2 additional 1 year terms following the initial contract term upon mutual agreement of both parties.Generating $3.1 billion in annual economic output for West Michigan, GRR ranks as the second busiest airport in thestate serving 31 major market destinations with six airlines offering more than 140 daily non-stop flights. GRR also ranksas one of the area's largest employers with nearly 2,000 professionals currently employed. The Gerald R. FordInternational Airport is managed and operated by the Gerald R. Ford International Airport Authority.
2. MANDATORY Pre-Submission ConferenceCONFERENCE DATE: June 23, 2020 at 9 amCONFERENCE LOCATION: Airport Terminal, 5500 44th Street SE, Grand Rapids, MI 49512, 1st Floor – International Room
*DUE TO THE NEED TO LIMIT THE SIZE OF INDOOR GATHERINGS WE ASK THAT ONLY ONE REPRESENTITIVEATTEND FROM EACH INTERESTED FIRM.
A mandatory pre-submission conference is scheduled for this request. Parking is available in the short term lot of the airport parking garage, parking tickets will be validated at the pre-proposal meeting. Equal opportunity will be provided for all Respondents to ask questions.
The pre-submission meeting purpose is to provide equal opportunity for Respondents to inspect the location, if applicable, and seek clarifications to the solicitation. Respondents shall have fully reviewed all solicitation documents and correspondence prior to the pre-submission meeting. The GFIAA will respond to post pre-submission meeting material inquiries at its sole discretion. Any material response to a post-submission meeting question will be posted on the inquiry page for this solicitation.
Attendees requiring special services are asked to provide their requirements to the GFIAA at least forty-eight (48) hours in advance to allow for accommodations.
3. Scope of WorkContractor shall provide janitorial management services to Gerald R. Ford International Airport Authority (GFIAA) for thePassenger Terminal Building, Concourses, Parking Structure, Restrooms, Car Rental, Hallways and Breakroom at FieldMaintenance building, Consolidated Checkpoint, Market Place, GFIAA Administrative Offices, and the Restrooms inBuilding 401 and the viewing area according to the following schedule and specifications, which are summarized onExhibit A. If conflicts are found between the narrative specifications and the Exhibits, the more comprehensive level ofeffort shall be used.
Each Proposer is responsible for establishing their own projected staffing levels for this agreement. All approvedreimbursable expenses must have no markup and be validated by a purchase order, receipt and proof of payment.
1) MINIMUM REQUIREMENTS/TASKS:
a) Staff and operate the Airport Authority Janitorial program twenty-four (24) hours per day, seven (7) days aweek, 365 days per year in a first-class manner and provide prompt, courteous, safe and efficient service at alltimes. The Contractor shall be responsible for all Janitorial Services including, but not limited to, staffing,
3 | P a g e
training, material and supplies (unless specified), customer service, janitorial services and all other activities to achieve a high level of cleanliness in facilities as outlined in Exhibits A and B.
b) The Contractor shall be responsible to provide all equipment necessary to perform services defined under thiscontract including, but not limited to, lifts, booms, vacuums, extractors, etc. Equipment to be reimbursed by theAirport Authority must be approved in advance of purchase. Title to such equipment purchased by the Contractor at the expense of the Airport Authority shall vest in the Airport Authority immediately upon purchase. (Note: TheAirport Authority will not provide any equipment but will reimburse expenses without markup with properdocumentation.)
c) Contractor will provide and maintain all equipment, supplies, and materials needed to perform the servicesrequired under this Agreement, which must be approved by Airport Authority, and will not be changed,removed, or replaced without prior approval of the Airport Authority. By way of illustration and not limitation,such equipment, materials, and supplies including all Safety Data Sheets (SDS), lifts, scaffolding and othermechanisms necessary for required janitorial service, preparation and cleaning of all general surfaces and types,carpet cleaning machines, cleaning carts, hand trucks, mopping tanks, floor scrubbers, water hoses, polishingmachines, vacuum cleaners, appropriately sized trash barrels, brooms, ladders, dust pans, pails, scrapers,polishing materials, such as waxers, sealers, applicators, putty knives, pad holders and handles or any otherequipment, materials and supplies generally used in the industry for providing janitorial services which is notspecifically supplied by the Airport Authority.
a. Currently the Airport Authority provides all toilet tissue, paper towel, can liners and hand soap.
d) Pay all operating expenses in accordance with a pre-approved Annual Operating Budget. The Contractor will bereimbursed on a monthly basis for budgeted Reimbursable Expenses. Contractor shall also be reimbursed forother non-budgeted Non-Recurring Expenses providing that the Airport Authority deems such Non-RecurringExpenses necessary for the operation of the airport facilities and approves these expenditures in advance.
e) Ensure that all equipment is kept in good operating and clean condition at all times.
f) The Contractor is responsible for maintaining all equipment reimbursed by the Authority in accordance withmanufacturer’s specifications. All equipment damaged or lost due to misuse, abuse, or neglect shall be repairedor replaces at the expense of the Contractor.
g) With respect to complaints regarding cleanliness or service, the Contractor will furnish to the Airport Authority afull written report of the circumstances involved within 24-hours after Contractor’s receipt of said complaint.
h) Provide a daily report from previous day documenting the number of personnel, hours worked and checklist ofcleaning services performed by time and shift.
2) STANDARDS OF SERVICE:a) Quality of Service: Contractor must hold technical competence, personal character, positive image, responsive
and informative communication and appropriate care of property in high priority.
b) Professional Integrity: The Contractor and its representatives will conduct themselves with the highest moral andethical standards which will include, but not be limited to, the following:
i) Personnel must deal fairly with customers, colleagues, and the general public; will conduct his or herprofessional business in accordance with the best interests of the Airport Authority; will adhere to honesty and integrity and to generally accepted principles of professional conduct; will conduct business professionally,with truth, fairness and responsibility to all traveling passengers; offering to the public uniform and consistentservice; and not engaging in any practice which tends to corrupt the integrity of the Airport Authority.
4 | P a g e
c) Customer Service: Contractor must acknowledge that customer service to the traveling public is a primary concern for the Airport Authority and customer service is the shared responsibility of all employees and service providersat the Airport, no matter their role and function. Each contact made with the traveling public is an opportunityto create positive impressions. The Contractor will be expected to be professional and courteous in followingareas:
i) Operating Policies - The Contractor will have policies and procedures within its SOP that address courteousand polite behavior and manners.
ii) Help ensure that travelers have a positive Airport experience at all times, behave in a businesslike andprofessional manner while on Airport property.
iii) Smile and use a pleasant tone of voice when conversing with travelers and all other Airport users, be activelyworking while on duty, refrain from use of non-business cell phones, refrain from sleeping in public areas.
iv) Do not utilize public seating and boarding areas within the terminal and concourse.
d) Staffing Requirements: The Contractor will provide courteous, efficient employees to execute quality service. TheContractor shall employ qualified and trained personnel to assure quality standards of cleanliness to the public.The Contractor shall provide the following employees: Site Manager, Shift Supervisors, Janitors/Custodians.Proposer is required to provide their proposed hourly rate by position and projected staffing schedule (one week)to meet scope and schedule of work. Failure of Contractor to provide proper staffing levels may be assessed a$100 penalty per incident.
e) Hiring Standards: The Contractor will not hire or employee any person convicted of a crime involving an elementof theft, dishonesty or false statement The Contractor shall be responsible for verifying to the Airport Authoritythat all potential employees have been subject to a pre-employment drug screening as well as random drugscreening throughout the calendar year, such that every employee is screened bi-annually.
f) Uniforms: The Contractor shall provide uniforms and shall ensure that employees wear the uniforms and AirportAuthority issued security/identification badges must be worn at all times while on duty. Contractor’s uniformsare subject to written approval by the Airport Authority. Any Contractor or sub-Contractor employee workingwithout a full complete uniform may result in a $25.00 penalty per employee per day which will be deductedfrom the monthly reimbursable statement each month
g) Personnel Records: The Contractor shall maintain accurate and detailed records on personnel and staffing. Theserecords shall include, but not be limited to, name and address, date of hire, salary and benefits paid, trainingreceived, disciplinary actions and performance reviews. The Contractor shall provide to the Airport Authority amonthly employee hire and separation report summary of employment activity.
h) Operating Expenses: The Contractor shall pay all operating expenses in accordance with the Annual OperatingBudget and will be reimbursed on a monthly basis for approved actual Reimbursable Expenses. All evidence ofpayment of Reimbursable Expenses and supporting documentation must be submitted in a format approved bythe Airport Authority by the 15th of each month for the previous month’s expenses. Failure to submit the required proof and supporting documentation by the 15th of each month may result in a penalty of $50 per day the monthly Reimbursable Expenses and supporting documentation is late. Payment of the Reimbursable Expenses by theAirport Authority will be due no later than 30 days after receipt and approval of the monthly submission by theContractor.
i) Contractor’s Communication with the Airport Authority: The Contractor must provide and maintain 24-hour direct communication between Contractor’s Management and Airport Authority management, by way of radio, cellularphones or other means as approved by the Airport Authority.
5 | P a g e
j) Reporting: The successful Contractor will meet with the Airport Authority immediately after the contract is awarded to establish, review, approve and implement all reporting requirements and formats. The Airport Authority and or its designee will retain the right to modify, increase or decrease the number of reporting requirements throughout the term of the agreement.
k) Training: The Contractor shall provide complete training for all staff positions including but not limited to all MIOSHA required training. The Contractor must be able to provide to the Airport Authority proof of such trainings for all employees within two (2) weeks after the first date of hire.
o) Operations and Procedures Manual: The Contractor must provide a Standard Operating Procedures manual to the Airport Authority within 180 days following the execution of the contract. The manual and all revisions thereto, shall be incorporated into and made a part of the Form of Agreement upon approval by the Airport Authority. The manual must be provided to the Airport Authority in hard copy and in electronic format.
p) Quarterly Corporate Visits: A company officer must visit quarterly (every 3 months) for a period of at least 24 hours or more per visit to meet with the Airport Authority and review the airport facilities. All travel expenses are a Non-Reimbursable.
q) Contractor must purchase, install and operate a Restroom Monitoring System similar to “Restroom Alert” The system must be approved by the Airport Authority prior to purchase and installation.
3) MAINTENANCE OF FACILITES
a) Scheduled Work Types/Frequency/Locations: The Contractor will provide the cleaning services and materials at the frequency levels specified in Exhibits A and B of this RFP. The interior of certain buildings and exterior areas at Airport for which janitorial services must be provided are set forth in detail in Exhibits A and B of this RFP.
b) Refuse Disposal/Recyclable Program: Contractor is responsible for placing all trash/debris/recyclables collected at
the Airport into containers in locations designated by the Airport Authority. Contractor will not store on-site any hazardous waste or highly combustible materials. Should the Contractor use such materials in the process of performing janitorial services, Contractor must be in full compliance with environmental regulations, transportation and disposal of such materials off site from the Airport. Contractor must comply with all current and future Airport Authority recycling programs.
c) Facilities: The Contractor is responsible to keep clean, neat and orderly all Airport Authority assigned office areas, store rooms, janitor storage and water closets. The Contractor will be responsible for maintaining all assigned areas in a clean and safe condition and appearance. The Airport Authority has the right at any time, to change the locations and/or inspect at will the entire janitor storage closets, water closets, office area and storeroom area provided to the Contractor. Contractor will deliver or cause to be delivered to, and must store in the stockroom(s) designated by the Airport Authority, or other area designated, all cleaning materials and supplies used in the performance of janitorial services under this Agreement.
d) Utilities and Services: The Contractor must ensure the most effective and efficient operation of all Airport Authority provided utilities by its staff and employees to conserve energy and financial resources while not compromising performance levels.
e) Unscheduled Work: The Airport Authority will occasionally require the Contractor to perform Unscheduled Work. Unscheduled Work means work that is needed due to unexpected occurrences, and exceeds the scope of the regular, recurring scheduled janitorial services. For example, cleaning services needed as a result of major overflow of backed up plumbing, or a roof leak. Unscheduled Work will be considered on a per incident basis.
f) Changes in Services: The Airport Authority reserves the right to direct changes in the services covered by the contract resulting from this RFP by adding or deleting square footage, any Scheduled or Unscheduled work at the Airport, as well as modifying the frequencies and timing of scheduled services as dictated by changes in
6 | P a g e
circumstances. The Contractor will promptly comply with such requirements. There will be no increase in Management Fee as a result in Change in Services.
4) AIRPORT AUTHORITY RESPONSIBILITIES – For the term of this agreement and including any/all extensions, the AirportAuthority shall provide the following:
a) Support Staff: A representative designated by the Airport Authority to manage and interface with the Contractorin all elements of the contract or Contractor performance, delivery of all reporting requirements, audits,deficiencies or corrective actions required by the Contractor.
b) Facilities: The Airport Authority will provide, at no cost to Contractor, for Contractor's use, office, storeroom,janitor, and water closets which will be identified.
c) A one-time charge of $1.00 for Airport parking privileges (decal provided by GFIAA) shall be charged for eachContractor employee utilizing the GFIAA employee parking lot. The parking decal shall be returned to the Airportwhen Contractor's employees are no longer assigned to work at the Airport.
d) Utilities and Services: The Airport Authority will furnish, at no cost to Contractor, at existing outlets for use inthose facilities provided by the Airport Authority electricity, potable water, sewage service, refuse collectionand/or any other service deemed necessary by the Airport Authority to effectively manage Contractor. TheContractor must ensure the most effective and efficient operation of all utilities by its employees to conserveenergy and financial resources.
e) Performance Meetings: The Airport Authority and local Contractor representatives will meet as needed to discussperformance. Discussions shall be directed toward resolving issues pertaining to Contractor's performance,discrepancies in performance, and differences in performance ratings issued by Airport Authority inspectors andContractor's inspectors.
5) FINANACIAL INFORMATION:
a) Annual Operating Budgets: The Contractor will be required to submit an Annual Operating Budget for each budget year (January 1 to December 31 of every year), during the contract. Each shall detail all projected operatingexpenses. The proposed Annual Operating Budget shall be submitted at least 120 days before the start of eachbudget year, except for the first budget year, for which the proposed Annual Operating Budget must be submittedwithin 30 days of the start date of the contract. After receipt of the proposed Annual Operating Budget, theAirport Authority shall approve a final Annual Operating Budget under which the Contractor must perform in thatapplicable budget year.
b) Reimbursable Expenses: The Airport Authority will reimburse Contractor for direct costs actually incurred in theoperation of the Janitorial Management Services, less any interest or late charges generated by the late paymentby the Contractor, including the following:
i) Management Salaries and Benefits: The salary of the Site Manager shall be subject to advance approval bythe Airport Authority. These shall include all related payroll costs including payroll taxes, health insurancecosts, and other related fringe costs.
ii) Employee’s Salaries/Wage and Benefits: Staff costs for all on-site employees for the direct operation of theJanitorial Management Services. Corporate and staff travel are a Non-Reimbursable Expense items. A wageand salary summary sheet showing employee name, current pay rate, hours (where applicable) and related
7 | P a g e
earnings; year to date hours and earnings; employee before tax deductions – current and year to date; employee paid benefits (such as medical, dental, vision, life insurance, long term disability insurance and all other employer paid benefits) showing current year to date for each employee; employee net pay – current and year to date. Individual payroll records will be maintained on file for review when requested. All Contractor employees must adhere to company policy and procedures and contracts.
iii) Payroll Taxes: The Airport Authority will reimburse Contractor for direct labor costs for all local payrolls. Support for Federal Insurance Contributions Act (FICA) taxes paid will include proof of payment at the appropriate intervals required by the Internal Revenue Service (IRS) and quarterly 941’s submitted, listing all employees related to the operations at the Airport and the reconciliation of deposits and final taxes for the quarter. Contractor must include in any reconciliation payments support associated with the facilities. Contractor must make available salaried personnel’s W-2 Summaries and W-3 related to the airport staff when reimbursement requests are made for review. Federal Unemployment Tax Act (FUTA) and State Unemployment Tax Act (SUTA) taxes paid will include support for installment payments where applicable and quarterly statements submitted. Contractor must submit to the Airport Authority copies of periodic rate notification received from the State of Michigan for SUTA (Michigan) unemployment taxes. If Contractor fails to provide the Payroll Tax information in the monthly books the Contractor may be subject to liquidated damages of $1,000 per month.
iv) Capital Equipment: Equipment purchased (as approved by and purchased in a method approved by the Airport Authority) will be the property of the Airport Authority and shall be added to the Airport Authority’s inventory control system.
v) Subcontracted Services: The Contractor shall provide the Airport Authority with a copy of all subcontracts within 30-days of execution of the contract.
vi) Payment of Approved Reimbursable Expenses: The Airport Authority agrees to reimburse the Contractor for all approved Reimbursable Expenses, as defined in the Form of Agreement without mark-up or adjustment of any kind. All Reimbursable Expenses must be part of a line item in the Annual Operating Budget.
vii) Worker’s Compensation: Worker’s compensation reimbursements will be based on actual premiums paid related for the operations of the Janitorial Management Services at Airport. Evidence of compliance with the applicable workers’ compensation laws in the State of Michigan should be provided to the Airport Authority. The Contractor is required to provide a copy of Form WC-400 – Insurer’s Notice of Issuance of Policy. If Contractor is self-insured, a copy of Form WC-402 will be provided to Airport Authority. Any modifications to the status of the Contractor as submitted to the Michigan Department of Labor and Economic Growth will be submitted to the Airport Authority within 30 days of the modification.
c) Management Fee: As compensation for operation of the Janitorial Management Services, the Airport Authority will pay to Contractor on a monthly basis, a Management Fee proposed by the Contractor and approved by the Airport Authority. The Management Fee will not be adjusted for any change, alteration or addition to the Janitorial Management Services or Contractor’s responsibilities. The Management Fee will be paid in twelve equal monthly payment from the proposed annual management fee from the Price Form.
d) Financial Reporting: The Contractor will be required to submit the following reports to the Airport Authority throughout the term of this Agreement. The Airport Authority reserves the right to request the Contractor to provide additional reports.
8 | P a g e
i) Hours worked by position by day, week, month and annually.
ii) Daily checklist of work completed.
iii) Scope and scheduled scope not completed per outlined scope and schedule of services.
iv) Daily “Restroom Monitoring System” management system report.
e) Monthly Invoices: The Contractor shall pay all costs and expenses connected with the operations when due. On amonthly basis Contractor will submit for reimbursement to the Airport Authority a written report of all approvedReimbursable Expenses incurred. Each report must detail Reimbursable Expenses incurred for the immediatelypreceding month; report shall also include original invoices, purchase order and proof of payment. The Contractor will also provide an electronic copy of all “lead sheets” (summary sheets) outlining each category ofreimbursement requested.
6) WORK SCHEDULE
See Exhibits A and B
4. Request for Proposal (RFP) SpecificationsProposals should be submitted in the format outlined below:
4.1 Executive Summary - One (1) page maximumSummarize your firm’s strong points and describe how your experience, particularly with similar projects, will benefitGFIAA in its operation.
4.2 Contract Management – Four (4) pages maximumProvide a chart with the staff the agency is committing to manage this contract. Show lines of authority andcommunication, and provide a brief role description with responsibilities for each person as they relate to thesolicitation.
Provide a detailed plan that ensures consistently high service levels and quality control are maintained throughout allfacility areas specified in this solicitation.
4.3 Employee Selection and Training Process – Two (2) pages maximumDescribe the employee recruitment and selection process including any applicable pre-employment background checks.Address the firm’s experience in finding and retaining staff in tight employment areas.
Describe the employee training process (not including airport-specific OJT). Include a brief description of pre-assignment/general security courses as well as on-going professional development opportunities.
4.4 Transition Plan – Three (3) pages maximumDescribe the proposed transition plan including recruitment, hiring, pre-assignment/general training, Airport-specifictraining, procurement of uniforms, etc. Include a schedule showing both Owner and Agency responsibilities.
4.5 Business Organization & References - Four (4) page maximum State the full name and address of the organization and, if applicable, the branch office, consultants, or other subordinate elements that will provide or assist in providing the service. Include phone numbers and firm’s website address.
9 | P a g e
Indicate whether you operate as an individual, partnership, or corporation; if as a corporation, include the state in which you are incorporated. State the names of the principles of your firm who are licensed to practice in the State of Michigan. Provide a minimum of three (3) relevant references, for contracts of similar scope and complexity. Include the names of the location, service dates, project cost, and specific challenges; identify a reference contact for each project including telephone numbers and email addresses. 4.6 Additional Information - Six (6) page maximum Include any additional information not provided elsewhere which the proposer deems important or necessary to convey the qualifications of the team. 4.7 Required Price Forms Complete and include price forms 1 and 2.
5. Miscellaneous Information submitted in this solicitation is subject to the Michigan Freedom of Information Act (FOIA) and may not be held in confidence after the Respondent’s submission is opened. A submission will be available for review after staff has evaluated it, or fifteen (15) business days after the opening date, whichever comes first. GFIAA cannot assure that any of the information submitted as part of or peripheral to the Respondent’s submission will be kept confidential. Any Respondent submission language as confidential is considered automatically invalid and void. GFIAA is subject to FOIA which prohibits it from concealing information on or associated with responses, successful or unsuccessful, once they are opened. Project fees and expenses will not be part of this SOQ submission. Do NOT provide fees and expenses within this proposal. Costs for Responding to this RFP – GFIAA will not pay for any information requested in the RFP or any cost incurred in submitting proposals, responding to additional questions, or participating in the interview process. Rejection of Proposals – GFIAA reserves the right to reject any or all proposals in whole or in part and to waive irregularities in proposals received. Evaluation, Status Updates, and Award Notification – GFIAA reserves the right to request additional information it may deem necessary after the submissions are received. As part of the evaluation process, Respondents may be requested to make an oral presentation, at the Respondent's expense, to an evaluation committee. Staff to be assigned to this project must participate in this presentation unless otherwise waived by GFIAA. The presentation will be followed by a question and answer session. Any errors, omissions or discrepancies in the SOQ discovered by a prospective Respondent shall be brought to the attention of the GFIAA Purchasing Division as soon as possible after discovery. Further, the Respondent shall not be allowed to take advantage of error, omissions or discrepancies in the specifications. GFIAA, at its sole discretion, reserves the right to award to the Respondent whose response is deemed most advantageous to GFIAA. GFIAA, at its sole discretion, shall select the most responsive and responsible Respondent and evaluate all responses based on the requirements and criterion set forth in this solicitation while reserving the right to weigh specifications and other factors in the award. Proposer’s Communications with Airport Officials and Employees Restricted – GFIAA staff will not be available for project related informational meetings until after the short list of firms has been identified. Persons or entities who intend to respond to the RFQ shall only discuss the RFQ with the designated contact person.
tcizauskas
Cross-Out
10 | P a g e
Non-Discrimination - The vendor shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or disability that is unrelated to the individual's ability to perform the duties of a particular job or position. The vendor shall observe and comply with all applicable federal, state and local laws, ordinances, rules and regulations which shall be deemed to include, but not be limited to, the Elliott-Larsen Civil Rights Act and the Persons with Disabilities Civil Rights Act.
Disadvantaged Business Enterprise (DBE) - GFIAA encourages and solicits participation of qualified minority and women businesses consistent with the principle of utilizing the most highly qualified and competitive firms. The selected firm will be expected to include DBE participation in the resulting contract at a rate to be determined by the Michigan Department of Transportation.
Signature - Each proposal must be signed by a person authorized to sign contracts on the behalf of the firm. The name of the person signing must be followed by title.
Addendums - Addendums are published on the airport’s website. It is the vendor's sole responsibility to monitor the website for addendums and consider accordingly during preparation of this request.
Taxes - GFIAA is tax exempt. A copy of the Tax Certificate of Exemption is available upon request.
Inquiries - For questions regarding submittal requirements, contact Mr. Tom Cizauskas, at [email protected]. Please note that staff interviews and/or site visits will not be granted until consultants have been invited for final interviews. GFIAA reserves the right to publish and respond to an inquiry, respond directly to the inquirer without publishing, or not respond to the inquiry at its sole discretion.
6. Qualifications SubmissionResponses may be delivered physically or electronically. To be considered, complete submissions must be received inthe Gerald R. Ford International Airport Authority office located on the second floor of the terminal building prior to thedue date and time specified (local time).
• Hard copy responses can be mailed or otherwise delivered to the address below.
Submission address: Attn: Tom Cizauskas, Purchasing Manager Gerald R Ford International Airport Authority 5500 44th St SE Grand Rapids, MI 49512
• Electronic responses can be securely uploaded as a single pdf document to:https://www.dropbox.com/request/gfhEeyhCj0M0kW0qjC3U
Late responses will NOT be considered.
Hard copy submissions shall be submitted in an envelope clearly labeled with the solicitation number, Respondent's name, telephone number, and company name.
Electronic submissions shall be named with a form or portion of the firm’s name as part of the document name.
By submitting the Respondent certifies that the response has not been made or prepared in collusion with any other Respondent and the prices, terms or conditions thereof have not been communicated by or on behalf of the
11 | P a g e
Respondent to any other Respondent prior to the official opening of this request. This certification may be treated for all purposes as if it were a sworn statement made under oath, subject to the penalties for perjury. Moreover, it is made subject to the provisions of 18 U.S.C. Section 1001, relating to the making of false statements.
Sales and Marketing material beyond the scope of this request will not be used to determine the award and is not desired. Each submission should be simply and economically prepared, providing a concise description of the Respondent’s ability to perform the product or services requested. Emphasis should be on completeness and clarity of content.
Submissions may be withdrawn by written request only if the request is received on or before the opening date and time.
Submissions not meeting these conditions may be deemed non-responsive.
GFIAA is not liable for any costs incurred by any prospective Respondent prior to the awarding of a contract, including any costs incurred in addressing this solicitation.
Gerald R. Ford International Airport
Exhibit A Page 1 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
RESTROOMS Location: Baggage Claim, The Grand Hall, Concourses A & B, Car Rental Lobby Daily
Daily (operational hours normally 4:00 a.m. –
11:30 p.m.)
1. All restrooms shall be inspected each day to ensure cleanliness, that alldispensers are stocked and all fixtures (flushers, faucets, soap dispensers,hand dryers) are working properly. Any issues shall be reported to the AirportCommunication Center. This task must be completed prior to 4am eachmorning.
2. Remove all paper and litter from floors, counter tops, and other surfaces andensure all surfaces are clean and presentable for passengers, tenants,employees and other users. Ensure all areas remain clean and presentablethroughout the day.
3. Check all trash receptacles, empty as needed throughout the day.4. Ensure all soap, toilet tissue and paper towel dispensers are stocked and
working properly, refill as needed, ensure surfaces are wiped clean andremain so throughout the day.
5. Ensure all mirrors remain clean throughout the day. Clean all partitions, doorsand walls as needed throughout the day.
6. Ensure all basins, toilet bowls and urinals are clean and toilet seat coverdispensers are fully stocked.
7. Ensure all diaper changing stations are clean, disinfected and linerdispensers fully stocked.
8. Clean and disinfect touch points regularly throughout the day.9. Ensure floors remain clean and free of water throughout the course of the
day, respond to spills promptly.10. Report any problems in the restrooms to the Airport’s Communication Center.
It is the intent of these specifications to ensure all restrooms are thoroughly cleaned and fully operational for all visitors of the airport prior to the first departures of the day, as well as provide continuous coverage of all restrooms in bag claim/ticketing area, the Grand Hall and on Concourse A & B from the hours of 4am-11pm in order to ensure they remain clean, problem free and provide for disinfecting throughout the course of the day in an effort to provide the best possible customer experience for all passengers, tenants, employees and other users of GRR. Contractor staff in these positions will have frequent interaction with members of the public and are expected to do so in a courteous and professional manner.
Nightly (non-operational hours normally 11:30
p.m. – 4:00 a.m.)
1. Thoroughly clean and disinfect all dispensers and fixtures, includingunderneath urinals and toilet bowls with approved cleaner.
2. Thoroughly clean and disinfect all stainless-steel partitions and polish to highshine, removing all fingerprints, smudges, etc. Thoroughly clean and polish all stainless-steel entry doors where applicable.
3. Empty all trash receptacles, clean outside of receptacles with approvedcleaner.
4. Thoroughly clean and disinfect all countertops and sinks.5. High dust all vents, grills, ledges, lights, etc.6. Thoroughly mop entire floor in accordance with approved floor care program.
Gerald R. Ford International Airport
Exhibit A Page 2 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
7. Disinfect all surfaces in restrooms with approved products and applicationmethods.
8. Once monthly, machine scrub all floors to clean grout lines as part ofapproved floor care program.
Notes All restroom floors and walls are ceramic tile. All contractor personnel must adhere to the following provisions before entering opposite sex restrooms: Be certain restroom is unoccupied by announcing loudly three (3) times, “Maintenance, is there anyone in this restroom?” If there is a positive reply, do not enter until all occupants have left. If restrooms are unoccupied, place restroom closed signs in plain sight and leave that way until finished with assignments. Closure signs must remain in place the entire time contractor personnel are in the restroom.
Location: Second floor
Daily (operational hours – 4:00
a.m. – 11:30 p.m.)
Restrooms shall be inspected each day in accordance with #1 in daily instructions above. Restrooms are to be monitored regularly throughout the day in accordance with #’s 2-9 in daily instructions above. If restrooms need service during operational hours, ensure all personnel follow entry procedures listed in notes in preceding section.
PUBLIC ENTRANCES Location: First floor throughout terminal building and parking garage vestibules (4 levels), second floor skybridges from/to parking garage, car rental lobby area.
Daily (operational hours 4:00a.m. -11:30 p.m.)
Entrances must be inspected at beginning of shift each day and monitored throughout the day to ensure they remain clean. Clean and disinfect touch points in public entrances. Frequency of monitoring/service may increase during daily operational hours in inclement weather (rain or snow). The following will be done as needed upon monitoring during operational hours: 1. Empty all trash receptacles (located at entrance areas on exterior of building
as well as at parking garage entrances/exits) and cigarette receptacles asneeded.
2. Monitor front sidewalk and garage entrances/exits and sweep as neededduring operational hours.
3. Vacuum areas as needed (treat terrazzo at entrance #1 and on skybridges inaccordance with floor care program)
4. Clean glass with approved glass cleaner as needed.5. Dust ledges, baseboards and any fixtures in the entrances if needed.6. Respond to any calls for service.
Nightly (non-operational hours 11:30
p.m. – 4:00 a.m.)
1. Wipe down all walls where applicable using appropriate equipment andapproved cleaner.
2. Vacuum entire area (clean terrazzo at entrance #1, all garage vestibules andat skybridges in accordance with floor care program). Sweep stairwells on alllevels at each entrance.
3. Wipe clean and dry all reachable metal door and window frames.4. Clean interior glass in doors using approved glass cleaner. Clean exterior
glass on first floor when weather permits. Clean both sides in skybridges andgarage vestibules.
5. Clean interior glass immediately adjacent to doors with approved glasscleaner. Clean exterior when weather permits. Clean both sides in skybridges
Gerald R. Ford International Airport
Exhibit A Page 3 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
and garage vestibules. 1X weekly, clean all interior glass in entrances and skybridges, using appropriate equipment to reach high areas.
6. Thoroughly sweep sidewalk in front of terminal building, on median and atexits from parking garage first floor each night (not during inclement weather).
7. Empty all trash receptacles in front of terminal and at bus shelters and replacecan liners. Be sure to empty cigarette butt receptacles and replaceextinguishing material as needed. Remove all trash to compactor located onthe apron. No trash is to be removed off site.
8. Once monthly, thoroughly clean and polish all metal door and window frameswith approved cleaner, removing all dirt, prints and smudges, leaving a clean,polished surface.
9. Disinfect all touchpoints in entrances with approved products and applicationmethods.
PUBLIC AREAS Location: Ticketing Lobbies, Baggage Claim, The Grand Hall, Car Rental Lobby
Daily (operational hours 4:00 a.m. – 11:30 p.m.)
All areas must be inspected at the beginning of shift to ensure cleanliness and monitored throughout the course of the day. The following will be done as needed during operational hours: 1. Check with Visitor Information Desk personnel to see if servicing is required.2. Wipe clean and disinfect seating and tables throughout entire area, ensure
seating remains clean throughout the day. Disinfect all touch points in publicareas regularly throughout the day.
3. Empty trash and recycling receptacles, removing bags to designated area,and replace can liners. Wipe clean and disinfect exterior of receptacles afterservicing. Service receptacles as needed throughout the day. Wipe cleanand disinfect receptacle exteriors regularly.
4. Pick up all trash from floors, counters (including airline counters) andfurniture.
5. Clean spills and snowmelt on any area of the terrazzo floors as neededimmediately in accordance with floor care program.
6. Ensure water fountains and bottle filling stations are clean and disinfectedand remain so throughout the day.
7. Ensure Business Center is cleaned and presentable at start of shift andremains so throughout the day. Wipe clean and disinfect touch pointsregularly throughout the day.
8. Ensure children’s play area is clean and presentable at start of shift andremains so throughout the day. Wipe clean and disinfect touch pointsregularly throughout the day.
9. Ensure meet and greet room is clean and presentable at start of shift andremains so throughout the day. Wipe clean and disinfect touch pointsregularly throughout the day.
10. Ensure Military Welcome Center is clean and presentable at start of shiftand remains so throughout the day. Wipe clean and disinfect touch pointsregularly throughout the day.
11. Respond to all calls for service.
Nightly (non-operational hours 11:30
p.m. – 4:00 a.m.)
1. Pick up all trash from floors, seating and tables.2. Empty all trash receptacles and wipe down outsides of cans with approved
cleaning solution. Replace liners.3. Thoroughly clean and disinfect all chairs (including armrests, backs and
legs), tables, and counters (including airline counters) with approvedcleaning solution. Clean and polish all stainless-steel surfaces at ticket
Gerald R. Ford International Airport
Exhibit A Page 4 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
counters and Military Welcome Center and meet and greet room with approved cleaner. Vacuum carpet in all areas. Thoroughly clean interior and exterior glass in all areas.
4. Clean terrazzo flooring in accordance with floor care program. Do not move or clean TSA equipment at security checkpoint unless otherwise notified.
5. Clean floors behind ticket counters in accordance with manufacturer instructions. Clean floors in common area hallways behind ticket counters in accordance with manufacturer instructions.
6. Completely clean and disinfect water fountains and bottle filling stations. 7. Clean door hardware and door frames in public areas with disinfectant
wipes. 8. Clean all exterior glass at baggage service offices. 9. High dust light fixtures, ductwork, vents, fire alarm fixtures, display screens
(including those in Military Welcome Center) and any other fixtures weekly. Cloths used for this purpose must trap dust and dirt as much as possible. Dust ledges along baseboards where applicable.
10. Using a vacuum wand, remove dust from behind display screens (including those in Military Welcome Center) monthly.
11. Clean tile walls where applicable with dusting cloths weekly. 12. Clean and thoroughly polish all stainless-steel surfaces in public areas. 13. Disinfect all surfaces in public areas using approved products and
application methods. ESCALATORS
Daily (operational hours 4:00 a.m. – 11:30 p.m.)
Escalators must be inspected at the start of daily shift to ensure cleaning from previous night has been accomplished and monitored throughout the day to clean and disinfect touch points (handrails) and to ensure they remain clean. Personnel will also need to respond to all calls for service throughout daily operational hours. Contact Facilities Manager if escalators need to be shut down during the day for any servicing issues.
Nightly (non-operational hours 11:30
p.m. – 4:00 a.m.)
1. With escalators off (to be turned off by airport personnel), thoroughly clean glass walls on all units, removing any dirt, smudges and fingerprints. Use appropriate equipment to safely clean outside glass walls. Clean and disinfect handrails using approved cleaner.
2. Vacuum floor plates completely, damp mop with solution suitable for use on steel treads. Use appropriate equipment and cleaning solution to clean in between the grooves on the floor plates to ensure all dirt and debris have been removed.
3. With escalator on, use escalator cleaning machine (provided by airport) as instructed to clean and polish treads monthly or as otherwise scheduled by Facilities Manager.
ELEVATORS
Daily (operational hours 4:00 a.m. – 11:30 p.m.)
Elevators must be inspected at the start of daily shift to ensure cleaning from previous night has been accomplished and monitored throughout the day to clean and disinfect touch points and to ensure they remain clean. Personnel will also need to respond to calls for service throughout daily operational hours. Contact Facilities Manager if elevators need to be shut down during the day for any servicing issues.
Nightly (non-operational hours 11:30
p.m. – 4:00 a.m.)
1. Thoroughly polish all stainless-steel surfaces (including exterior), removing fingerprints and smudges, leaving a streak free finish. Clean and polish wood wall surfaces with approved wood cleaner.
Gerald R. Ford International Airport
Exhibit A Page 5 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
2. Vacuum carpeted elevator floors. Mop those with hard surface/rubberized flooring.
3. Thoroughly clean elevator tracks and thresholds, removing all dirt/dust in grooves and clean with cleaning solution.
4. Dust ceilings. 5. Disinfect all touch points in elevators and on exterior of elevators using
approved products and application methods. JET BRIDGES
Daily (operational hours 4:00 a.m. – 11:30 p.m.)
Jet bridges must be inspected at start of daily shift to ensure cleaning from previous night has been accomplished and monitored at various intervals (flight schedule dependent, times will vary). Personnel will need to respond to calls for service throughout daily operational hours. 1. Pick up any trash in walkways and cab areas. 2. Clean glass in cab area and exit door. 3. Wipe down operator console with disinfectant cleaning wipes. 4. Wipe clean light switches and handrails with disinfectant cleaning wipes. 5. Clean and disinfect other touch points in jet bridges.
Nightly (non-operational hours 11:30
p.m. – 4:00 a.m.)
1. Vacuum carpet. Clean gum and spills as needed. 2. Mop any hard floor surfaces in the bridges with approved solution and allow
to air dry. 3. Mop gutters in B and C tunnels in accordance with facility manager’s
instructions and schedule. 4. Clean operator console in cab with approved cleaner. 5. Clean doors and door frames in jet bridges. 6. High dust lights and vents.
Once weekly, all jet bridges will be
extended by facilities maintenance personnel
for the purposes of cleaning. Facilities
Manager will schedule this activity with site
manager.
1. Vacuum carpet full length of bridge using vacuum wand to clean the edge of the carpeting.
2. Thoroughly clean gutters on both sides of B & C tunnels. 3. Wipe down walls on both sides of bridges with approved cleaning solution.
Thoroughly clean and disinfect handrails. 4. Thoroughly clean all glass in bridges. 5. Thoroughly clean all doors and door frames. 6. Disinfect all jet bridge interiors using approved product and application
process. 7. Once quarterly, clean carpets in jet bridges using approved equipment and
process. Location: Security checkpoint and recollection area in Marketplace, concourses A&B
Daily (operational hours 4:00 a.m. – 11:30 p.m.)
All areas must be inspected at the start of daily shift to ensure cleaning from previous night has been accomplished and monitored throughout the day to ensure they remain clean. Personnel will need to respond to all calls for service throughout daily operational hours. Do not touch TSA equipment unless instructed to do so by Facilities Manager. 1. Clean and disinfect seating and tables throughout entire area as needed,
ensure furniture remains clean throughout the day. 2. Empty trash and recycling receptacles, removing bags to designated area,
and replace can liners. Wipe clean and disinfect exterior receptacles after servicing. Service receptacles as needed throughout the day.
3. Pick up all trash from floors, counters and furniture as needed. 4. Clean spills on any area of the terrazzo floors as needed immediately in
accordance with floor care plan.
Gerald R. Ford International Airport
Exhibit A Page 6 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
5. Ensure water fountains and bottle filling stations are clean and disinfectedand remain so throughout the day.
6. Ensure Business Centers are cleaned and presentable at start of shift andremain so throughout the day. Disinfect touch points regularly throughoutthe day.
7. Ensure children’s play areas are clean and presentable at start of shift andremain so throughout the day. Disinfect touch points regularly throughoutthe day.
8. Ensure all holdrooms are clean and presentable at start of shift and remainso throughout the day. Disinfect touchpoints regularly throughout the day.
Nightly
1. Pick up all trash from floors, seating and tables, do not touch TSAequipment unless otherwise notified.
2. Empty all trash receptacles and wipe clean and disinfect outsides ofreceptacles. Replace liners.
3. Thoroughly clean and disinfect all furniture in recollection area.4. Thoroughly clean and disinfect all furniture and counter surfaces in Business
Centers and children’s play areas. Vacuum carpet in both areas. Thoroughlyclean interior and exterior glass in both areas.
5. Clean terrazzo flooring in accordance with floor care program. Do not moveor clean TSA equipment at security checkpoint unless otherwise notified.
6. Completely clean and disinfect water fountains and bottle filling stations.7. Clean door hardware and door frames in public areas with disinfectant
wipes.8. High dust light fixtures, ductwork, vents, fire alarm fixtures, display screens
and any other fixtures weekly. Cloths used for this purpose must trap dustand dirt as much as possible.
9. Using a vacuum wand, remove dust from behind display screens monthly.10. Clean tile walls where applicable with dusting cloths weekly.11. Thoroughly clean and disinfect all furniture in holdrooms along both
concourses.12. Thoroughly vacuum carpets in all hold rooms. Remove gum and clean spills
as needed.13. Disinfect areas using approved product and application process.14. Thoroughly polish all stainless-steel surfaces.15. 2X annually, thoroughly clean all carpets on concourses using approved
equipment and process.OFFICES Location: TSA office and break areas
Daily
Service schedule in this area will be formulated in conjunction with TSA management. No work in these areas will be done during non-operational hours. Contractor personnel are not to enter these areas without TSA personnel present.
Clean area in accordance with TSA checklist (included as part of these specs).
All areas must be inspected at the start of daily shift to ensure cleaning from previous night has been accomplished and monitored throughout the day to ensure they remain clean. Personnel will need to respond to all calls for service throughout daily operational hours.
Gerald R. Ford International Airport
Exhibit A Page 7 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
Nightly (11:30 p.m. - 4:00 a.m. Admin office areas to be cleaned at times designated by Facilities Manager)
1. Vacuum all floors, using a wand to sweep near baseboards, under counter edges, and around and under desks in office areas. Vacuum under and around furniture and plantings in the observation deck area.
2. Clean all glass thoroughly. 3. Dust all bookshelves, file cabinets, furniture, etc. Do not disturb any
paperwork, computers, etc. on desks. 4. Wipe clean and disinfect all counter tops. 5. Empty trash receptacles and recycling bins and wipe clean and
disinfect inside and out, remove trash to designated containers on the apron.
6. Wipe clean and disinfect all telephones. 7. Clean furniture in all rooms, using vacuum wands to clean cloth chairs
and couches (be sure to clean chair and table legs). Disinfect all furniture using approved product and application process.
8. Clean and disinfect sink in break room and in administration office. 9. Wipe clean and disinfect all appliances and countertops in break room
(Interior and exterior of microwave oven). Polish stainless-steel exteriors removing all fingerprints and smudges.
10. Mop hard surface floor in break room completely, including under furniture, use a corner brush to clean corners.
11. High dust all lights, vents and grills weekly. 12. Clean all doors with approved wood polish (where applicable) and wipe clean
door frames top to bottom 13. Dust picture frames, plaques, fixtures, etc. with approved dusting cloths. 14. Clean and disinfect breakroom furniture. 15. 2X annually thoroughly clean all carpets using approved equipment and
process. Location: 2nd Floor Police Department Offices, first floor locker room (area must be serviced under escort)
Daily (service area per facility managers
schedule)
Service 1st floor area nightly after 6pm
Respond to all calls for service throughout daily operational hours. 1. Vacuum all carpet, using wands to vacuum near baseboards, around and
under desks. 2. Empty all trash receptacles and recycling bins and wipe clean, replace liners. 3. Clean all glass thoroughly, wipe clean window and door frames. 4. Mop tile floor in front of sink/coffee station. 5. Clean all counter tops and tables with approved solution. 6. Clean and disinfect sink in break area. 7. Wipe clean all appliances (interior and exterior of microwave) in break
room. 8. High dust all lights, vents and grills weekly. 9. Dust all bookshelves, file cabinets, furniture, etc. Do not disturb any
paperwork, computers, etc. on desks. 10. Clean phones with disinfectant solution or wipes. 11. Clean all doors, wipe clean door frames. 12. Sweep floors in locker room. Empty trash receptacles. 13. Clean all doors, wipe clean door frames. 14. Clean restrooms (in office and locker rooms) in accordance with nightly
restroom cleaning instructions in previous sections. 15. Thoroughly disinfect restrooms and workout area and all equipment therein
using approved product and processes. Location: Basement level corridor, basement level restrooms, first floor loading dock access corridor
Gerald R. Ford International Airport
Exhibit A Page 8 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
Daily (operational hours 4:00 a.m. – 11:30 p.m.)
1. Ensure restrooms are stocked. 2. Ensure restrooms are clean. 3. Monitor restrooms for cleanliness. 4. Respond to calls for service. 5. Sweep corridor and elevator lobby.
Nightly (non-operational hours 11:30
p.m. – 4:00 a.m.)
1. Clean and disinfect restrooms in accordance with facility manager’s instructions.
2. Mop corridor and elevator lobby. 3. High dust vents, light fixtures, fire alarm devices, painted piping, and any
other fixtures in the corridor. 4. Thoroughly polish stainless steel FAA elevator exterior. 5. 1X weekly, buff corridor to maintain surface shine. 6. 2X annually strip and wax corridor floor. 7. 1X annually, machine scrub floors in all restrooms with approved machinery
and processes. 8. Sweep and thoroughly mop loading dock hallway. 9. 2X annually strip and wax loading dock hallway. 10. Clean walls of spots and spills in loading dock hallway.
Location: Stairwells
Daily (operational hours 4:00 a.m. – 11:30 p.m.)
Ensure stairwells are cleaned at start of shift. Monitor stairwells throughout the day to ensure they remain clean. Landings at each floor are to be considered part of the stairwells. 1. Disinfect handrails and door handles in stairwells regularly throughout the
day. 2. Pick up any trash in stairwells as needed. 3. Respond to calls for service as needed.
Nightly (non-operational hours 11:30
p.m. – 4:00 a.m.)
1. High dust all lights, exit signs, emergency lighting, etc. weekly. 2. Sweep stairs and landings and pick up all trash. 3. Thoroughly clean and disinfect all handrails. 4. Clean walls monthly, using appropriate equipment to reach high areas. 5. Mop stairs and landings where applicable, removing all dirt from corners and
where floors meet walls. *When mopping stairwells, always place wet floor signs at entrances to the stairwells. Remove only after stairs and landings are completely dry.
Location: 2nd floor conference rooms Daily.
Area will also need to be serviced at times
designated by Facilities Manager for GFIAA
Authority Board meetings and before
and after other meetings and special events. Site manager
will be notified ahead of time by Facilities
Manager of events. Board meeting schedule will be
provided.
1. Vacuum floors, using wand to clean near baseboards and corners. 2. High dust lights, vents, grills, etc. 3. Dust fire alarm fixtures, fire extinguisher boxes, etc., using
appropriate equipment to reach high areas. 4. Polish tables and clean table legs. 5. Pick up any trash/debris. 6. Empty trash receptacles and wipe clean inside and out. Replace
liners. 7. Clean all chairs completely. 8. Wipe clean and disinfect counter tops. 9. Clean interior and exterior of glass throughout area. 10. Clean all doors, wipe clean door frames. 11. Remove any stains in carpet. 12. Respond to calls for service. 13. 2X annually thoroughly clean all carpets using approved equipment
and process.
Gerald R. Ford International Airport
Exhibit A Page 9 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
JANITORIAL CLOSETS Contractor responsible for cleanliness, organization, and stocking of
janitorial closets. Each closet must have all containers clearly labeled with what is inside, SDS information, hazardous communication information, and general use information. Closets must remain clean and organized. Contractor is also required to keep a master SDS book with all chemicals being used for cleaning. The master book must be updated regularly when new chemicals are introduced to the Airport. SDS information will be a part of regular reviews/inspections. Container labels must also have any emergency contact numbers. Poison control hotline numbers must be visible in every closet.
Location: Operations Office
Daily
1. Vacuum all carpet. 2. Empty trash receptacles wipe clean and disinfect. 3. Where applicable, clean windows and window frames. 4. Clean and disinfect table and countertop in break area. 5. Clean and disinfect exterior of appliances. 6. Dust lights, vents, grills, tops of cabinets, etc. 7. Disinfect light switches, door handles and other touch points in all
spaces. 8. Mop hard surface floors where applicable. 9. Do not disturb anything on desktops or tables. 10. 3X weekly, thoroughly disinfect entire space using approved product
and application process. 11. Annually clean carpets in accordance with approved floor care plan.
Location: Airfield Maintenance Facility
Service area 3X per week in accordance with
Facility Manager’s schedule
1. Mop tile floor in breakroom and hallway. 2. 1X weekly, buff breakroom and hallway floor to maintain surface shine. 3. 2X annually, strip and wax breakroom and hallway floor. 4. Thoroughly clean and disinfect all dispensers and fixtures, including
underneath urinals and toilet bowls with approved cleaner in restrooms. Ensure all dispensers are stocked.
5. Thoroughly clean and disinfect all partitions. 6. Thoroughly clean and disinfect showers. 7. Empty all trash receptacles, clean outside of receptacles with approved
cleaner. 8. Thoroughly clean and disinfect all countertops and sinks and clean all
mirrors. 9. High dust all vents, grills, ledges, lights, etc. 10. Thoroughly mop floors with approved equipment and cleaning solution. 11. 2X annually, machine scrub floors in all restrooms with approved machinery
and processes. 12. Disinfect all surfaces in restrooms with approved products and application
methods. 13. Dust furniture in office areas. 14. Vacuum all carpet in office areas. 15. Thoroughly disinfect all restrooms, breakroom and office areas using
approved product and application process. 16. Annually, thoroughly clean all carpets throughout the building (including bunk
rooms) in accordance with approved floor care plan. Location: Building 401
Gerald R. Ford International Airport
Exhibit A Page 10 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
3X Weekly (to be scheduled with tenant)
1. Personnel servicing this area must check in with reception desk toinform them they are there to service the area.
2. Thoroughly clean and disinfect all fixtures and dispensers in allrestrooms (4 total).
3. Empty trash receptacles, wipe clean and disinfect exteriors, replaceliners.
4. Ensure mirrors are cleaned.5. Ensure dispensers are stocked.6. Thoroughly mop floors.7. Wipe clean and disinfect light switches, door handles and other touch
points.8. Inform reception when servicing is completed.9. Sweep and mop floor in common use area.
Location: ARFF (area must be serviced under escort) 3X Weekly per Facility Manager’s schedule
Thoroughly disinfect entire area using approved product and application process.
Location: Airport Viewing Park
Daily
1. Thoroughly clean and disinfect all fixtures and dispensers inrestrooms.
2. Empty trash receptacles wipe clean and disinfect exteriors, replaceliners.
3. Ensure mirrors are cleaned.4. Ensure dispensers are stocked.5. Thoroughly mop floors.6. Wipe clean and disinfect light switches, door handles and other touch
points.7. Completely clean and disinfect water fountain and area around it.
4X annually (to be scheduled by the Facilities Manager), thoroughly clean all exterior and interior glass (including concourses) at the Terminal Building, on the skybridges and in the parking garage. Contractor to provide all necessary equipment to accomplish this task.
Each proposer must submit a floor care program with its proposal to include equipment, products, process and schedule for cleaning and maintaining terrazzo flooring, carpeting, nora flooring and VCT tile. Each submittal shall also include equipment type and processes for machine scrubbing of ceramic tile in restrooms as well as equipment, product and processes for cleaning and maintaining carpet.
Each proposer must submit its program for cleaning and maintaining stainless steel surfaces and must also demonstrate its effectiveness at leaving a highly polished surface free of prints, smudges, water spots and streaks. Additionally, provide a schedule for ensuring these surfaces remain clean throughout the course of the day.
Proposer must also submit program for providing complete disinfecting and sanitization services to include equipment, products and processes.
These specifications are written with the expectation that porter service (light cleaning, response to requests for service, stocking of dispensers, etc...) will be provided at the Airport during daily operational hours to minimize, as much as possible, disruptions to its passengers and other users. Cleaning tasks are to be carried out after operational/business hours as specified to present the cleanest possible facility every day, while service during daily operational/business hours is intended to maintain the highest level of cleanliness.
Gerald R. Ford International Airport
Exhibit A Page 11 of 11
Gerald R. Ford International Airport Authority Janitorial Specifications for
Contractor to be responsible for supplying of all cleaning supplies and equipment to carry out tasks as specified including but not limited to:
1. Glass cleaner2. Furniture Polish3. General Cleaning solution4. Floor cleaner5. Stainless Steel Polish6. Cleaning Cloths7. Paper Towels8. Dusters9. Mops10. Vacuums11. Floor machines (scrubbers, polishers, large area vacuums, etc.) and supplies necessary for their
operation12. Restroom cleaners13. Cleaning Carts14. All other supplies and materials that may be necessary to accomplish tasks according to company
procedures.
Contractor is responsible for proper use of all equipment/supplies. Technical information on all supplies/equipment contractor plans to use to accomplish tasks as specified at this site shall be supplied with the proposal.
Gerald R. Ford International Airport Authority will supply all consumable goods to carry out tasks as specified including:
1. Bath tissue for use in all restrooms2. Hand soap for use in restrooms3. Hand towels4. Trash Bags5. Hand sanitizer
All proposers recognize they are the airport’s response personnel for cleanup of hazardous materials. As such, each proposer is to provide with their submittal, a copy of its entire Hazardous Communication/Right to Know plan, as well as companywide safety plan.
Approximate total terminal building square footage is 355,000 Sq. Ft.
EXHIBIT B
Frequency
Break Room / KitchenEmpty and clean all trash receptacles. Waste can plastic liners when visibly used shall be changed. Daily
Replenishment of all paper towels/napkins within breakroom space. Daily
Sweep entrances and corridors. Spot sweep floors, and spot vacuum carpets. Daily
Wash inside and out or steam clean cans used for collection of food remnants from snack bars and vending machines. Daily
Wipe down all vending machines. Daily
Dust horizontal surfaces, including vents, that are readily available and visibly require dusting. Daily
Sweep entrances and corridors. Spot sweep floors, and spot vacuum carpets. Daily
Damp mop and spray buff all resilient floors in break room. Weekly
Thoroughly dust furniture. Monthly
Spot clean all wall surfaces within 70 inches of the floor including thresholds, edges, and baseboards. Monthly
Strip and refinish floors in breakroom. Annually
Hallway/CorridorSweep entrances and corridors. Spot sweep floors, and spot vacuum carpets. Daily
Dust horizontal surfaces, including vents, that are readily available and visibly require dusting. Daily
Spot clean all wall surfaces within 70 inches of the floor including thresholds, edges, and baseboards. Monthly
Training RoomSweep entrances and corridors. Spot sweep floors, and spot vacuum carpets. Daily
Dust horizontal surfaces, including vents, that are readily available and visibly require dusting. Daily
Remove carpet stains. Daily
Thoroughly dust furniture. Monthly
Completely sweep and/or vacuum carpets. Monthly
Spot clean all wall surfaces within 70 inches of the floor including thresholds, edges, and baseboards. Monthly
Team Room, Supervisor Office, TSM-S Office, AFSD-S Office & TSM OfficeEmpty and clean all trash receptacles. Waste can plastic liners when visibly used shall be changed. Daily
Sweep entrances and corridors. Spot sweep floors, and spot vacuum carpets. Daily
Dust horizontal surfaces, including vents, that are readily available and visibly require dusting. Daily
Remove carpet stains. Daily
Thoroughly dust furniture. Monthly
Completely sweep and/or vacuum carpets. Monthly
Spot clean all wall surfaces within 70 inches of the floor including thresholds, edges, and baseboards. Monthly
Storage RoomSweep storage space. Monthly
Spot clean all wall surfaces within 70 inches of the floor including thresholds, edges, and baseboards. Monthly
Secured RoomSpot clean all wall surfaces within 70 inches of the floor including thresholds, edges, and baseboards. Monthly
Coordination CenterEmpty and clean all trash receptacles. Waste can plastic liners when visibly used shall be changed. Daily
Sweep entrances and corridors. Spot sweep floors, and spot vacuum carpets. Daily
Dust horizontal surfaces, including vents, that are readily available and visibly require dusting. Daily
Remove carpet stains. Daily
Thoroughly dust furniture. Monthly
Completely sweep and/or vacuum carpets. Monthly
Spot clean all wall surfaces within 70 inches of the floor including thresholds, edges, and baseboards. Monthly
Open OfficesEmpty and clean all trash receptacles. Waste can plastic liners when visibly used shall be changed. Daily
Sweep entrances and corridors. Spot sweep floors, and spot vacuum carpets. Daily
Dust horizontal surfaces, including vents, that are readily available and visibly require dusting. Daily
Remove carpet stains. Daily
Thoroughly dust furniture. Monthly
Completely sweep and/or vacuum carpets. Monthly
Spot clean all wall surfaces within 70 inches of the floor including thresholds, edges, and baseboards. Monthly
GeneralDispose of all trash and garbage generated in or about the building. Daily
Spray buff resilient floors in main corridors, entrances, and lobbies. Daily
Clean glass entry doors to the Government-demised area. Daily
All handprints and spots on walls, woodwork, and glass will be removed/cleaned. Daily
Spray buff resilient floors in secondary corridors, entrance, and lobbies. Every 2 Weeks
Clean air conditioning grills, to include air filters, if applicable. Monthly
Damp wipe wastepaper receptacles, partitions, doors, window sills, and frames. Every 2 Months
Dust wall surfaces within 70 Inches of the floor, vertical surfaces and under surfaces. 3 Times a Year
Wash all interior and exterior windows and other glass surfaces. Strip and refinish main corridors and other heavy traffic areas. Twice a Year
Wash all venetian blinds, and dust 6 months from washing. Annually
Shampoo carpets in all TSA leased space. Every 2 Years
Replace worn floor coverings (this includes the moving and returning of furnishings). As Required
Management Fee Year One(9/1/20 to 8/31/21) $_______________
Management Fee Year Two(9/1/21 to 8/31/22) $_______________
Management Fee Year Three(9/1/22 to 8/31/23) $_______________
Management Fee Year Four (Tentative)(9/1/23 to 8/31/24) $_______________
Management Fee Year Five (Tentative)(9/1/24 to 8/31/25) $_______________
GRAND TOTAL $_______________
Failure to complete this form shall result in your Proposal being deemed nonresponsive and rejected without further evaluation.
Price Form 1
REVISED 7/1/2020
Position Annual Hours # of Positions Salary / Hourly Rate
Site Manager
Supervisor
Janitor/Custodial
Position Annual Hours # of Positions Salary / Hourly Rate
Work Category Annual Cost
PRICE FORM 2
Proposed Sub-Contracts List any subcontract work which is anticipated to be utilized to fullfill the requirements of this contract.
Failure to complete this form shall result in your Proposal being deemed nonresponsive and rejected without any further evaluation.
List below the projected annual hours, projected number of positions and projected salary and hourly pay rates (minimum and maximum), not including benefits and taxes, for each position listed:
Addition Proposed Positions (This is not required. If Proposer has additional positions to meet the requirements of this contract please add the positions, hours, # of positions and pay range).
SERVICE CONTRACT THIS SERVICE CONTRACT (the "Contract") is entered into this [____] day of [ ], 20[__] by and between the Gerald R. Ford International Airport Authority, a regional airport authority organized under 2015 P.A. 95, being MCL 259.137 et. seq. ("Authority"), with a principal place of business at 5500 44th St SE, Grand Rapids, MI 49512 and [_____________], a [type of legal entity] ("Contractor"), with a principal place of business at [______________________]. WHEREAS, the parties hereto desire to enter into this Contract for the purpose of Authority retaining Contractor to provide the Work (as defined below). In consideration of the mutual covenants and conditions contained herein, and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: 1. Scope of Work.
Contractor agrees to furnish all skilled labor and/or materials, tools and equipment necessary to perform and complete the following work: Custodial Management Services (as more fully described in Exhibit A hereto, the "Work"). The Work shall be performed in a good and workmanlike manner with the highest standards of attention to detail and in accordance with the specifications set forth in Exhibit A attached hereto and incorporated herein by this reference (the "Scope of Work"). All Work is to be performed in such manner so as not to create any material disturbance to Authority, tenants, occupants, visitors, customers or the general public.
2. Compensation. In consideration of the proper performance of the Work, Authority agrees to pay Contractor compensation in accordance with the Compensation Schedule attached hereto as Exhibit B. Contractor is solely responsible for any travel or other costs or expenses incurred by Contractor or its employees or subcontractors in connection with the performance of the Work, and in no event shall Authority reimburse Contractor or its employees or subcontractors for any such costs or expenses, unless such expenses and amounts are preapproved in writing by Authority and proper documentation satisfactory to Authority evidencing such costs or expenses has been submitted and approved. No payment shall be made until all work associated with the payment period has been performed as provided herein. All invoices for additional services must be pre-approved and received within 15 days of the service date. The Contractor shall pay all operating expenses in accordance with the Annual Operating Budget and will be reimbursed on a monthly basis for approved actual Reimbursable Expenses. All evidence of payment of Reimbursable Expenses and supporting documentation must be submitted in a format approved by the Airport Authority by the 15th of each month for the previous month’s expenses. Failure to submit the required proof and supporting documentation by the 15th of each month may result in a penalty of $50 per day the monthly Reimbursable Expenses and supporting documentation is late. Payment of the Reimbursable Expenses by the Airport Authority will be due no later than 30 days after receipt and approval of the monthly submission by the Contractor.
3. Term.
The term of this Contract shall commence on [_____________] and shall continue, unless earlier terminated pursuant to Section 8 or until i) [___________________] or ii) the Work has been completed, whichever is earlier.
2
4. Permits, Taxes and Related Expenses. Contractor shall pay all excise, gross receipts, sales, consumer, use and other similar taxes
required by law and shall secure all permits, licenses, and other approvals (including any third party consents) necessary for the performance of the Work. With respect to all employees and subcontractors engaged in the performance of the Work, Contractor accepts and assumes full and exclusive liability for compliance with all applicable laws and regulations related to such employees and subcontractors performing work under this Contract, including, without limitation, all workers compensation, social security, unemployment insurance, hours of labor, wages, working conditions and other employer-employee related issues, whether subject to federal, state or local law or regulation. Contractor agrees to take all actions necessary to obtain similar full compliance from each subcontractor performing work under this Contract. Contractor agrees to indemnify and hold Authority and its affiliates and successors in interest harmless with respect to the failure of Contractor or any employee or subcontractor performing work under this Contract to comply with the provisions of this Section. Contractor will also defend, indemnify, and hold Authority and its affiliates and successors in interest harmless from and against any action instituted by Contractor personnel (or subcontractor personnel) against Authority or its affiliates and successors in interest for wages, fringe benefits, other compensation, or similar claims under applicable law; and any claims challenging Contractor's (or any subcontractor's) right to dismiss its personnel. The obligations of Contractor under this Section 4 shall survive the expiration or earlier termination of the term of this Contract.
5. Protection of Persons and Property.
Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs required in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide protection to prevent damage, injury, or loss to: (i) any employee, subcontractor or other person on the work site, (ii) all materials to be incorporated into the Work, and (iii) the work site and any improvements or other personal property located on the work site. The obligations of Contractor under this section extend to Contractor's employees, subcontractors, suppliers or others who may be performing work under this Contract.
6. Contractor's Employees. Prior to the assignment by Contractor of any employee to perform work under this Contract, Contractor agrees to take appropriate preventive steps to ensure that such employee will not engage in inappropriate conduct while performing work under this Contract or while on Authority's property. Inappropriate conduct shall include, but not be limited to: i) being under the influence of, or affected by, alcohol, drugs or controlled substances; ii) the manufacture, use, distribution, sale, or possession of alcohol, illegal drugs, or any other controlled substance; iii) the possession of a weapon of any type; iv) harassment, threats or violent behavior; and v) any other illegal, reckless, obscene, or inappropriate conduct. During the term, Contractor shall reasonably monitor the activities of such employees and subcontractors to determine that no such conduct is occurring and shall promptly notify Authority of any such misconduct that comes to Contractor's attention. Violation of this provision shall be considered a material breach of this Contract. In the same manner as provided for audit of financial and accounting records, Authority shall have access to documentation necessary to verify Contractor's compliance with this Section. Authority in its discretion may require Contractor to remove any employee or subcontractor from any property on which Work is being performed under this Contract.
3
7. Indemnity. (a) Contractor, for itself and its employees and subcontractors, shall indemnify and hold
harmless (and, if requested by Authority, defend) the Indemnified Parties (as defined below) from and against any and all loss, costs, claims, damages, liabilities, suits, liens and expenses (including reasonable attorneys' fees and costs of defense) regardless of whether such losses arise or relate to any third party claims, incurred by or asserted against any of the Indemnified Parties directly or indirectly arising or alleged to arise out of or in connection with or due to i) Contractor's performance or failure to perform any provisions of this Contract, or ii) the breach of any representation, warranty, or covenant contained in this Contract. The foregoing indemnity shall specifically include, but shall not be limited to all claims directly or indirectly arising or alleged to arise under any scaffolding, structural work or safe work place law or any law or regulation with respect to the protection of adjacent properties or landowners.
(b) The obligations set forth in this Section 7 shall not include any claims finally determined by a
court of competent jurisdiction to have arisen solely from the gross negligence or willful acts or omissions of the party seeking to be indemnified, held harmless or defended. The indemnity in this Section 7 shall not be limited in any way by any limitation on or specification of any insurance proceeds or coverage.
(c) The Indemnified Parties are and shall include: Authority, the County of Kent, Michigan, and
any and all agencies, departments, subsidiaries, partners and affiliates of the foregoing; and all of the respective board members, commissioners, directors, officers, partners, members, and employees of all of the foregoing, and anyone else acting for or on their behalf.
(d) The obligations of Contractor under this Section 7 shall survive the expiration or earlier
termination of the term of this Contract.
(e) Authority may, at its election, withhold any monies payable hereunder and apply the same to the payment of any actual charges or expenses arising under this Section 7.
8. Termination.
(a) If any of the following shall occur, Authority may terminate this Contract immediately upon written notice given to Contractor:
(i) Contractor fails to carry out the Work in accordance with this Contract; (ii) Contractor disregards or violates any provision of this Contract;
(iii) Contractor disregards laws, ordinances, rules, regulations, or orders of any public
authority having jurisdiction;
(iv) Contractor fails to provide Authority upon demand with copies of the evidence of insurance required under Section 9 of this Contract;
(v) Contractor is adjudged a bankrupt, makes a general assignment for the benefit of
creditors, or if a receiver is appointed on account of Contractor's insolvency; or
(vi) Contractor fails to make prompt payment to subcontractors for materials or labor.
4
(b) Notwithstanding anything in this Contract to the contrary, with or without cause, Authority
may terminate this Contract by giving written notice thereof to Contractor at any time during the term hereof, in which event Contractor shall be entitled to compensation for Work properly performed prior to the date of such termination; provided, however, for the sole purpose of calculating any amounts owed to Contractor under this Contract, if Contractor is given less than thirty (30) days' notice prior to the effective date of a termination for Authority's convenience, then Contractor shall be entitled to payment of any amounts owed under this Contract as if the termination was not effective for thirty (30) days from the date of the termination notice. In no event shall Contractor be entitled to any compensation for any Work not performed, including, without limitation, any compensation that may have been earned during the balance of the unexpired term of the Contract.
(c) All rights and remedies of Authority under this Contract shall survive the termination of this Contract by Authority.
9. Insurance.
Contractor, for itself and all subcontractors, prior to the commencement of any of the Work anticipated hereunder, shall provide Authority, with Certificates of Insurance evidencing the existence of insurance issued by carriers and in amounts and on forms acceptable to Authority. Insurance required for Contractor is described in Exhibit C attached hereto and incorporated herein.
10. Records/Audit. Contractor shall maintain complete and accurate records in accordance with generally accepted accounting principles to substantiate charges made under this Contract. Such records shall include, but not be limited to, applicable time sheets, job cards, phone bills, travel receipts and job summaries. Contractor shall retain such records for three (3) years from the end of the contract year in which such charges were incurred. Authority shall have access to such records and any other records Contractor is required to maintain under this Contract, at Contractor's expense, for the purpose of audit during normal business hours upon reasonable notice for so long as such records are required to be retained.
11. Guarantee. Contractor guarantees and warrants that all goods, materials and workmanship provided by it or any of its subcontractors shall, in every way, be good, sound, free from defect and well suited for its intended purposes and that all materials and workmanship shall conform with the specifications under which the Work is being performed. Where goods or materials provided by Contractor or its subcontractors are to be integrated into other products, packages or systems, the same representation and warranty shall be and is hereby made for use of such goods, as integrated or incorporated into such other product, package or system. Where Contractor provides goods or materials in connection with the performance of its Work, then good and valid title to all such goods and materials shall transfer to Authority and all such goods and materials shall (i) conform to any samples provided and to statements made on the containers, labels or advertisements of such goods or materials, (ii) adequately contained, packaged, marked, and labeled and (iii) be delivered to Authority lien free and without any other claims or encumbrances of any kind. Moreover, if and to the extent that any such goods or materials come with manufacturers warranties, then (i) Contractor shall transfer and otherwise make available to Authority all such warranties (and deliver all documents evidencing such warranties), and (ii)
5
Contractor shall take no action without the consent of Authority which would void, violate or impair such warranties. In the event a failure to satisfy any of the foregoing guarantees shall occur or be detected within one (1) year from the date of final payment for the Work, without limiting any other rights or remedies of Authority, Contractor shall, upon written notice from Authority, promptly and at its own expense remedy the deficiency, fault or imperfection (which, if necessary, shall mean that Contractor shall restore goods and materials to the same level as warranted herein or else repair or replace them with conforming goods and materials so as to minimize interruption to all applicable ongoing business processes), and pay all damages resulting therefrom. If Contractor fails to fulfill its obligation to take remedial action, Authority may take such action at the expense of Contractor and deduct from any amount that is or may become due Contractor the cost of such corrective actions and seek recovery to the extent the cost of corrective actions and damages exceeds the amount then due Contractor under this Contract. The obligations of Contractor under this Section 11 shall survive the expiration or earlier termination of the term of this Contract.
12. Waiver of Mechanics' or Materialsmen's Liens. To the extent permitted by law, Contractor, for itself and for anyone claiming by, through or under it, hereby releases and waives any and all lien rights or claims to liens against Authority's property and/or the underlying real estate which might arise in connection with the furnishing of labor or materials or goods under this Contract. The foregoing release and waiver specifically includes, but is not limited to, all liens and rights or claims to liens arising under the applicable mechanics' lien act of the jurisdiction in which the property is located, as the same may be amended and replaced from time to time. Contractor hereby agrees to execute and deliver such additional documentation as may be required by Authority evidencing that no mechanics' or materialmen's liens have been or will be created as a result of the Work performed hereunder, including without limitation, sworn contractors' statements and partial and final lien waivers. If any liens are recorded against any such properties by Contractor, or any of its employees or subcontractors, then Contractor shall promptly cause such liens to be discharged. The obligations of Contractor under this Section 12 shall survive the expiration or earlier termination of the term of this Contract.
13. Assignment of Subcontracting. Any assignment or delegation or attempt to assign or delegate any portion of its rights or obligations by Contractor, including the right to receive money that may become due Contractor under this Contract, shall be void and of no force and effect unless Contractor shall have obtained the prior written consent to such assignment from Authority which consent may be withheld in Authority's sole discretion. Authority retains the right to freely assign this Contract. Contractor shall not subcontract any of the Work to be performed under this Contract without first obtaining the written approval of Authority. Such approval, if given, shall not release Contractor from any responsibility or liability under this Contract.
14. Work Stoppage. Contractor shall promptly notify Authority of any impending work stoppage, strike or other similar interference with the performance of the Work of Contractor under this Contract. Authority may, in its sole discretion and without incurring any liability to Contractor, procure such services from others for the duration of such interference, owing nothing to Contractor until its Work is reinstated. If Authority does so, then Contractor shall be responsible for any increased costs or expenses incurred by Authority in connection with procuring and paying for such services during the duration of the term.
6
15. Solicitation and Distribution.
Contractor will not permit any employee, subcontractor, or other entity operating directly or indirectly under its control, to engage in solicitation or distribution of materials of any kind on any property on which Contractor is performing work under this Contract, except as required by law.
16. Subordination To Grantor’s Federal Obligations. This Contract shall be subordinate to the provisions of any existing or future agreement between Authority and the United States, the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development of the Airport. In the event that Authority reasonably determines that this Contract or any provision contained herein causes or may cause a violation of any agreement between Authority and the United States, Authority shall have the unilateral right to modify or terminate this Contract to ensure Authority's compliance with all such agreements with the United States.
17. Contractor Representation and Warranty Regarding Federal Excluded Parties List. Contractor acknowledges that Authority may be receiving funds from or through the federal government. Contractor represents and warrants to Authority that it is not listed on the federal Excluded Parties List (or similar list) or otherwise excluded from receiving funds from or through the federal government. If Contractor is in non-compliance at any time during the term of this Contract (including any extensions thereof), Contractor shall be in breach and Authority shall be entitled to all remedies available to it at law or equity, specifically including but not limited to recovery of all moneys paid to Contractor, all consequential damages (including the loss of grant funding or the requirement that grant funding be returned), and attorney fees (including the costs of in-house counsel) sustained as a result of Contractor's non-compliance with this warranty and representation.
18. Ownership of Materials. All reports, memoranda, or other materials in written form (including materials in machine readable form) prepared by Contractor pursuant to this Contract and furnished to Authority shall become the property of Authority. Subject to other provisions of this Contract, Contractor may retain a copy of such documents for its records.
19. Trademarks. Nothing in this Contract grants either party any rights to use, directly or indirectly, the trade name or trademark of the other party for any purpose without the prior written approval of such party.
20. Relationship. Contractor is an independent contractor of Authority, and this Contract shall not be construed to create any association, partnership, joint venture, employee or agency relationship between Contractor and Authority for any purpose. Contractor shall exercise its own discretion on the method and manner of performing its duties, and Authority will not exercise control over Contractor, its employees, contractors, equipment or facilities except insofar as may be reasonably necessary to insure performance and compliance with this Contract. Contractor is responsible for and will pay all wages, fringe benefits, payroll taxes, and insurance with respect to its employees, contractors or other resources performing services under this Agreement. Contractor agrees to exercise full and complete control over, and have exclusive responsibility for, all labor and employee relations and responsibilities in respect to all employees on its payroll, including, but is not limited to, hiring, firing, disciplining, compensation, assignments, and work
7
schedules. Contractor has no authority (and shall not hold itself out as having authority) to bind Authority, and Contractor shall not make any agreements or representations on Authority's or Authority's behalf without the prior written consent of Authority.
21. Gifts and Gratuities. Contractor shall not give or offer any gift or gratuity of any type to any employee or contractor of Authority.
22. Notice. Notice under this Contract shall be in writing, addressed as provided below and deemed properly given (a) if hand delivered, on the day so delivered; (b) if sent by certified mail, postage prepaid, return receipt requested, three (3) business days after being placed in the U.S Mail; or (c) if by any reputable nationally recognized express courier service, on the next business day after delivery to such express courier; or d) sent by electronic mail to be immediately followed by delivery in accordance with one of the foregoing: (a), (b), or (c), and in all instances addressed as provided below or to such other place capable of receiving notice by all permissible methods as such party may from time to time designate in a notice to the other. If to Authority: Gerald R Ford International Airport Authority Attn: Tom Cizauskas 5500 44th St SE Grand Rapids, Michigan 49512 Email: [email protected] If to Contractor: Attn: Email:
23. Equal Opportunity. Contractor represents, warrants and agrees that, during the term of this Contract: (a) Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin; and (b) Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Contractor fully adheres to all the requirements of Executive Order No. 11246, as amended; Section 5.03 of The Rehabilitation Act of 1973, as amended; Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation-Effectuation of Title VI of the Civil Rights Act of 1964, as amended; and all other similar state and federal laws. Contractor agrees to include the provisions of this section in any subcontract entered into in connection with the Work to be performed hereunder.
8
24. Confidentiality.
Contractor shall treat all information furnished by Authority to be confidential and shall not disclose or permit to be disclosed any such information to any other person or use such information itself for any purpose other than performing the Work required under this Contract, unless Contractor obtains written permission from Authority to do so. This paragraph shall also apply to drawings, specifications, or other documents prepared by Contractor for Authority in connection with this Contract. Contractor shall not advertise or publish the fact that Authority has contracted to purchase goods or services from Contractor nor shall any information relating to this Contract be disclosed without Authority's written permission. Unless otherwise agreed in writing, no commercial, financial or technical information relative to Contractor disclosed in any manner or at any time by Contractor to Authority shall be deemed secret or confidential. This Section 22 shall survive the expiration or earlier termination of this Contract and remain in full force and effect until otherwise agreed in writing by Authority. Contractor shall advise its employees and any subcontractors of Contractor's obligation with respect to information of Authority, and Contractor shall be responsible for any breach by such parties.
25. Force Majeure, Delay. Authority shall not be held responsible for acceptance of all or any part of the goods or services tendered for delivery under this Contract when, due to governmental action, statute, ordinance or regulation, strike or other labor trouble, fire, windstorm, or other incidents outside of Authority's control, such acceptance is impossible or impractical. If Contractor is delayed in its performance hereunder due to the fault of Authority in violation of this Contract, then the time fixed for the completion of the Work specified herein shall be extended equitably for the time so lost, which shall be Contractor's sole remedy for such delay with no adjustment in the payment to Contractor. If Contractor is delayed in its performance hereunder due to general strike, lockouts, work stoppage or other similar interference, then the time fixed for the completion of the work specified herein shall be extended equitably for the time so lost, which shall be Contractor's sole remedy for such delay with no adjustment in the payment to Contractor, provided, however, that during the period of such delay, Authority may, at its sole option, obtain the goods or services to be provided hereunder from another source during the period of such delay, and Authority shall be under no obligation to accept those goods or services after the delay from Contractor.
26. Modification. This Contract may be modified only by written amendment or other form of modification executed by authorized representatives of the parties hereto. It may not be modified by any oral agreements, by any implied agreement or custom, or by any waiver of any of its terms unless in writing.
27. Successors.
This Contract and each provision of it shall operate to the benefit of the parties and to their respective permitted successors in interest, legal representatives and assigns.
28. Sanctions for noncompliance. In the event of Contractor’s non-compliance with any or all of the above, the Authority shall impose such sanctions as it may determine to be appropriate, including but not limited to:
a) withholding of payments to Contractor until Contractor complies, and/or cancellation, termination or suspension of the Contract in whole or in part.
9
b) Failure of Contractor to provide proper staffing levels may be assessed a $100 penalty per incident.
c) Any Contractor or sub-Contractor employee working without a full complete uniform may result in a $25.00 penalty per employee per day which will be deducted from the monthly reimbursable statement each month.
29. Dispute. In the event of any dispute or difference of any kind whatsoever, arising out of or in relation to or in connection with the validity or invalidity, construction, execution, meaning, operation or effect, change of or breach of this Contract, which cannot be settled by the individuals who have executed this Contract by signature, such dispute or difference shall be referred to the parties’ respective CEOs (or equivalents) who shall meet together with a view to resolving the same within a period of not more than 30 days from the date of the submission. In the event that parties’ respective CEOs are unable to amicably resolve such dispute or difference within a reasonable time, the parties shall be free to pursue any and all available remedies at equity or law. Pending resolution of such dispute or difference and without prejudice to their rights, the parties shall continue to respect all their obligations and to perform all their duties under this Contract.
30. Governing Law. This Contract shall be governed by the laws of the State of Michigan and the exclusive venues for all disputes arising out of this Contract shall be the United States District Court for the Western District of Michigan and the 17th Circuit Court, Kent County, Michigan (the "Agreed-Upon Venues"), and no other venues. The parties stipulate that the Contract is an arms-length transaction entered into by sophisticated parties, and that the Agreed-Upon Venues are convenient, are not unreasonable, unfair, or unjust, and will not deprive any party of any remedy to which it may be entitled. The parties agree to consent to the dismissal of any action arising out of this Contract that may be filed in a venue other than one of the Agreed-Upon Venues; the reasonable legal fees and costs of the party seeking dismissal for improper venue will be paid by the party that filed suit in the improper venue.
31. Compliance With Law. Contractor represents and warrants that any goods and/or services furnished pursuant hereto shall be in compliance with all applicable federal, state and local laws and regulations, including, without limitation, (i) all environmental laws and regulations relating to or imposing liability or standards concerning or in connection with hazardous, toxic or dangerous wastes, substances, material, gas or particulate matter as now or at any time hereafter in effect; (ii) to the extent applicable, the Consumers Product Safety Act of 1972, as amended, and laws of similar effect; and (iii) all rules and regulations promulgated from time to time by Authority, the Department of Transportation, the Federal Aviation Administration, the Transportation Security Administration, the Department of Homeland Security, the Department of Customs and Border Protection, the Michigan Department of Transportation, the Michigan Aeronautics Commission, and the County of Kent, governing the conduct and operation of Authority and its facilities. Where the Work to be performed permits, Contractor shall take such measures while performing the Work as are necessary to reasonably protect and safeguard the personnel and property of Authority, occupants, visitors, customers, tenants and the general public at Authority property or adjacent thereto. Contractor shall take all necessary precautions for the safety of its subcontractors and employees at Authority's property and shall comply (and shall cause its employees and subcontractors to comply) with (i) all applicable federal, state and municipal safety laws, rules and
10
regulations (including the Occupational Safety and Health Act (OSHA) of 1970, as amended, all regulations promulgated pursuant to OSHA, and all applicable state and local laws and regulations governing workplace safety) to prevent accidents or injuries to persons or damage to property on or about or adjacent to the premises where the Work is being performed, and (ii) all applicable safety regulations of Authority on the premises. Contractor at its sole cost and expense, shall defend, indemnify and hold harmless Authority's occupants, visitors, customers, tenants, the general public, and the Indemnified Parties against any and all suits, actions, claims, liabilities, losses, damages, expenses, costs and/or penalties arising out of any actual or alleged non-compliance of Contractor or employees, or subcontractors with any of the requirements of this Section 27. Thus, without limiting the generality of the foregoing, Contractor shall hold Authority's tenants, occupants, visitors, customers, and the general public harmless from any losses, damages, claims or expenses (including attorneys fees and costs of defense) which might be imposed by reason of an asserted or established violation of applicable laws, regulations, ordinances or other rules on the part of Contractor. This Section shall survive the expiration or earlier termination of this Contract.
32. Storage. Authority may, but shall not be required to, designate areas within or around Authority's property for the temporary storage of Contractor's materials, equipment or supplies. From time to time, Authority may relocate such storage areas or terminate Contractor's permission to store any or all materials, equipment or supplies at or around the Property. All materials, equipment and supplies of Contractor which are stored at or around Authority's property shall be at Contractor's sole risk and peril. Upon notice from Authority, or upon termination of this Contract, Contractor shall promptly remove from such designated storage area all of Contractor's materials, equipment and supplies; and any materials, supplies or equipment of Contractor or its employees or subcontractors which remain more than seventy-two (72) hours after such notice or the termination of this Contract may be disposed of by Authority without obligation or liability to Contractor or anyone claiming by, through or under Contractor.
33. Intellectual Property. Authority is and shall be, the sole and exclusive owner of all right, title and interest throughout the world in and to all the results and proceeds of the Work performed under this Contract, including, but not limited to, any deliverables described on Exhibit A or otherwise delivered to Authority in connection with the Work performed under this Contract (collectively, the "Deliverables"), including all patents, copyrights, trademarks, trade secrets and other intellectual property rights (collectively "Intellectual Property Rights") therein. The parties agree that the Deliverables are hereby deemed a "work made for hire" as defined in 17 U.S.C. § 101 for Authority. If, for any reason, any of the Deliverables do not constitute a "work made for hire," Contractor hereby irrevocably assigns to Authority, in each case without additional consideration, all right, title and interest throughout the world in and to the Deliverables, including all Intellectual Property Rights therein.
34. Representations and Warranties. Contractor represents and warrants to Authority that: i) Contractor has the right to enter into this Contract, to grant the rights granted herein and to perform fully all of its obligations under this Contract; ii) Contractor entering into this Contract with Authority and Contractor's performance of the Work do not and will not conflict with or result in any breach or default under any other agreement to which Contractor is subject; iii) Contractor and its employees and subcontractors have the required skill, experience and qualifications to perform the Work and shall perform the
11
Work in a professional and workmanlike manner in accordance with best industry standards for similar services and shall devote sufficient resources to ensure that the Work is performed in a timely and reliable manner; iv) Authority will receive good and valid title to all Deliverables, if any, free and clear of all encumbrances and liens of any kind; and (v) all Deliverables, if any, are and shall be Contractor's original work and not and will not violate or infringe upon the intellectual property right or any other right whatsoever of any person, firm, corporation or other entity. These representations shall survive the termination of this Contract.
35. Time is of the Essence. Time is of the essence in Contractor's performance of its obligations (including performance of the Work) under this Contract.
36. Section Heading. The section headings contained in this Contract are provided for convenience only and do not affect the interpretation of this Contract or the rights and obligations of the parties.
37. Entire Agreement. This Contract contains all of the agreements, conditions and understandings of the parties and supersedes all prior negotiations, representations or agreements between them, whether oral or written. In the event of a conflict between the terms of this Contract and any other document, including any Exhibits to which this Contract may refer, the terms and conditions of this Contract shall apply.
38. Background Checks. Contractor shall conduct, at its own expense, and ensure that all of its employees and contractors engaged in the Work, or otherwise accessing any premises used in connection with the Work, have undergone successful background screening tests prior to commencement of the Work. Such background screening tests shall include comprehensive federal criminal history, applicable state criminal history and sex offender registry searches with reputable commercial search companies. By assigning any employees and contractors to the Work, Contractor represents and warrants that all such individuals have undergone successful background screening tests. Such background screening shall be considered satisfactory if completed by Contractor within 30 days of commencement of the Work. If requested by Authority, Contractor shall provide Authority with evidence of such searches.
39. Counterparts. This Contract may be executed in separate counterparts, each of which shall be deemed an original, and this Contract may be further executed by PDF or facsimile signatures, which PDF or facsimile signatures will be accepted as original executed signatures of this Contract.
[Signature Page Follows]
12
IN WITNESS WHEREOF, the parties hereto have executed this Contract the day and year first written above.
AUTHORITY: Gerald R Ford International Airport Authority, a regional airport authority organized under 2015 P.A. 95, being MCL 259.137 et. seq. By: Name: Title:
CONTRACTOR: [Name of Contractor] [Type of Legal Entity] By: Name: Title:
#15803007
A-1
EXHIBIT A
SCOPE OF WORK
All work as described in Gerald R. Ford International Airport Authority RFP 1041.
B-1
EXHIBIT B
COMPENSATION SCHEDULE
C-1
EXHIBIT C
Contractor shall notify all insurance agents and companies utilized by Contractor that these insurance requirements shall be included in any Insurance Policy/Program issued to Contractor in relationship to any services provided to Authority. Contractor shall purchase and maintain, at its sole expense and as long as it is providing services to Authority, the following insurance coverage:
a. Commercial General Liability – Occurrence form, including coverage for bodily injury, personal injury, property damage (broad form), premises/operations, blanket contractual, and products/completed operations. Coverage shall be endorsed to name Authority as a named insured for work performed by Contractor in accordance with the Contract. Minimum Limits: $1,000,000 per occurrence/$2,000,000 general aggregate $2,000,000 aggregate for products and completed operations $1,000,000 personal and advertising injury
b. Motor Vehicle Liability – Including Michigan No-Fault coverage, covering owned, non-owned, and hired vehicles.
Minimum Limits: No-fault coverage – statutory $1,000,000 per occurrence combined single limit for bodily injury and property
damage
c. Workers' Compensation and Employer's Liability – Statutory coverage or proof acceptable to Authority of approval as a self-insurer by the State of Michigan . Authority shall not be endorsed as a named insured on the Workers Compensation Policies identified herein.
Insurance coverage shall cover all claims against Authority, its officials and employees, arising out of the work performed by Contractor or any subcontractors under the Contract. Should any work be subcontracted, it shall be the responsibility of Contractor to maintain Independent Contractor's Liability Insurance with limits equal to those specified above for Commercial General Liability Insurance. In addition, Contractor shall provide proof of Workers' Compensation Insurance for all subcontractors in compliance with the required statutory limits of the State of Michigan.
C-2
Said policies of insurance shall be with companies licensed and or approved to do business in the State of Michigan and in a form satisfactory to Authority. Certificates of insurance with a thirty (30) day cancellation clause shall be filed with and approved by Authority at least five (5) days in advance of commencing work under the Contract. Cancellation, material restriction, nonrenewal or lapse of any of the required policies shall be grounds for immediate termination of the Contract by Authority. All insurance policies issued required pursuant to this Contract shall include a Waiver of Subrogation against Authority. Authority reserves the right to request a complete certified copy of the insurance policies for the above coverages. Any reduction or exhaustion in the limits of required insurance coverage shall not be deemed to limit the indemnification afforded in accordance with the Contract or any amendments thereto. Depending on the subject matter of the transaction, Authority may require other insurance coverage in addition to the coverages contained herein.