Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-187Temp. Reso. 11526 Page 1 of 4 December 10, 2008 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2008- /,?7 A RESOLUTION BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF BID 09-01 B TO AMERICAN FACILITY SERVICES, INC., FOR CITYWIDE JANITORIAL SERVICES; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH AMERICAN FACILITY SERVICES, INC.; AUTHORIZING AN ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $243,876; AUTHORIZING BUDGET AMENDMENTS FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission deems it to be in the best interest of the citizens, residents, and staff of the City of Tamarac to maintain City facilities through proper janitorial services provided in a cost-effective and efficient manner; and WHEREAS, the City of Tamarac publicly advertised Bid No. 09-01 B for janitorial services, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on November 25, 2008, seven (7) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications, a bid tabulation is hereto attached; and WHEREAS, a copy of the bid tabulation showing all bids for all facilities is included herein as Exhibit 1 "; and WHEREAS, American Facility Services, Inc. submitted the lowest responsive and responsible bid proposal for providing janitorial services to Temp. Reso. 11526 Page 2 of 4 December 10, 2008 certain City -owned facilities in the amount of $243,876, a copy of the bid response is incorporated herein by reference and is on file in the office of the City Clerk; and WHEREAS, the Technical Specifications of Bid #09-01 B allows the City, at its own discretion, to provide contracted janitorial services to any City owned facility, any combination of City owned facilities, or all City owned facilities; and WHEREAS, the lowest responsive bidder, American Facility Services, Inc., has agreed to provide janitorial services, pursuant to the Terms & Conditions, Special Conditions, and Technical Specifications of Bid #09-01 B to City Hall, Recreational Center, Multipurpose Center, Caporella Aquatic Center, Community Center, Parks Administration Building, Public Works Building, Utilities/IT Building, Water Treatment Plant, and Fire Station #15 for an amount not to exceed $243,876; and WHEREAS, the lowest responsive bidder, American Facility Services, Inc. has agreed to provide janitorial services to additional City facilities pursuant to the Terms and Conditions, Special Conditions, Technical Specifications of Bid #09-01 B; and WHEREAS, the Public Works Director and Purchasing and Contracts Manager recommend that the appropriate City Officials enter into an Agreement to utilize American Facility Services, Inc. for janitorial services, a copy of said Agreement is included herein as Exhibit "2"; and 1 Temp. Reso. 11526 Page 3 of 4 December 10, 2008 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that janitorial services be provided contractually by American Facility Services, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are HEREBY made a specific part of this Resolution upon adoption hereof. All exhibits attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The award of Bid #09-01 B to American Facility Services, Inc. is HEREBY approved for an amount not to exceed $243,876 annually for the term of the Agreement. SECTION 3: The appropriate City Officials are HEREBY authorized to execute an Agreement with American Facility Services, Inc. for a two-year period commencing January 1, 2009, hereto attached as Exhibit 2. SECTION 4: All budget amendments or proper accounting purposes are hereby authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the 1 Temp. Reso. 11526 Page 4 of 4 December 10, 2008 invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of,441lia008. ATTEST: i. L'Z�' V - ARION SWENSON, MC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SAMUEL S. GOREN CITY ATTORNEY MW.� E�i _A ► ►, a IFT3 _r '.1 9wel L1VLSI 7 RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM BUSHNELL DIST 2: VM ATKINS-GRAD azv DIST 3: COMM. GLASSER DIST 4: COMM. DRESSLER 1 fl 1 mom o c v v w A 3. o 90 c aIq@ 0 N a m'n " o � m �� $.(0 ` I Q oIQQQI lco A M 3�c= c7 Q c A a T Fp w Om a na ii o fii a 4 w w ca CD O n n a :m �. a ; w W 0 � _. a Op , 9 SEES S S S O i N W 49 W 69 8 6R w 49 69 4M Q0L"p 0 W 0 O 0 -• C3 N 0 -1 0 W 0 O 0 00 O i t, W A N NTn N ((pp CD UN1 a pN� to W a N N A N N �"' 4$ A U N O co N A O O PI)O 4 O O o O O O CwN CNh O CN11 n'° M 00O . O �1 (Aq NO 4fpJ 46A (A 0D v N N N Oo ONo V pp p p p a z N Qwi Cp OWo Oho Q1 pW� AO pAp�� pNppp NN I'M I fin 4A (A to to [CO N N 4F 4M i � x S S S S $$ $ $$ z W En Cn (n O Q O SO O Q A O W W W N O N aig ppp - 4 0 0 4 0 Q O O O 0 0 %J `N1 �Cpp A Cn cps H W A W? W V rp V (Qll 0 V V Cn W Cn �Q0pp! pW� �Q�ppl O O O 0 S S O co CNiI O 0 df sF fA Nn 6_A d-i ViN CD� , qn� O W W O N 0 C A 46 007 co (DD W O Cn COI S � Cj M 0 Q1 Z ,'. A N -4 Co L" -I N Cn yNCy1 N D1 S [0) Of N 0�1 O N Q W CO in A W N N 69 N fin q : W CA 0, W CD N GA N N N w (WIS"� A'' Q S N S A S S O O CA S W S S O co S S, cn ao spp. m 4 4 4 4 20 S S S O p�p O o S C. N CD N v a)Y� _top fOo V� 0 S S pw OD pm Oo N N4 O N. c20 O 9 C C C C O C !M Cq 0 0 0 0 CD CDO O CD O 0 00 M N 00 i9 A i9 iR W 49 N�, 69 N 6A 4R 4A N 4W 6A w C7 yp W O mi O V � �[pn Ow„ ND 6R 6� V1 6/ G:� 6q 6A Gf1 V ;" V A W (a O W 0 A N 10 r L- b) b. °ig m CN W W N fll N �_ Q C7 Q m O N V V V V V Q (n N N' 9 CVn (Nn O fVl1 S [V/1 Ch Q co co m Cyr NN Cam, fR W Vi Gn N W a) O O A w {a w [Nn , Z ) O O O CNN O V W CCApp V. n A w A W N C. N W A A N EA fH fA fA Efl f(nA T fWR � CN O � (pn� -00 pW Om 0 4 0 8 898 o' $ '0 $ $ o O m p1 CA V Cn V A n' C7 O S S S pp O$ W T NN C Cn C x 4CA.� N W N W D W Cn QQ O] W N f7 ai m p g 000 $$$$I$ 25 $ $ $ $ �SY 0 0 v m z z T City of T amal aQ.- Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND AMERICAN FACILITY SERVICES THIS AGREEMENT is made and entered into this day of_AlkMk by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and American Facility Services a Georgia corporation, duly registered as a Florida Foreign Corporation, with principal offices located at 1325 Union Hill Industrial Court, Suite A, Alpharetta, Georgia 30004 (the "Contractor") to provide for City-wide Janitorial Services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, Invitation for Bid Document No. 09-01 B, "City-wide Janitorial Services", including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal dated November 25, 2008 as included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Invitation for Bid # 09-01 B, "City-wide Janitorial Services" as issued by the City, and the Contractor's Proposal, Invitation for Bid 09-01 B as issued by the City shall take precedence over the Contractor's Bid. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary as indicated in the bid package Bid No. 09-01 B Citywide Janitorial Services. 2.1.2 Contractor shall furnish all labor, supplies, materials, equipment, tools, service and supervision necessary to properly perform and maintain each City facility in a neat, clean and orderly manner as per the specifications listed within the bid document. 2.1.3 Contractor shall clean up and remove each day all debris and material created by the work at the contractor's expense. 2.1.4 Contractor shall supervise the work force to ensure that all workers ........... City of TOi�arax; r'-ufcnaslllg ano t,onrracrs uivisioaa conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. 2.1.5 Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.6 All equipment must be stored in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment. 2.1.7 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.1. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. The City reserves its right to select its own defense counsel. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement Contract Term 4.1 Commencement: The work to be performed under this Agreement shall be commenced after City execution of the Agreement on January 1, 2009. 4.2 Contract Period: The contract period shall be for two (2) years based upon successful performance by the Contractor. The Contractor, however, shall y Cily of Tam ai ac, Purchasing and Contracts Division initially contract exclusively with the City for a guaranteed period of .............. six (6) months. The Contractor shall be evaluated by City personnel during this time period. During the initial six (6) month period, the contactor shall enjoy an exclusive contract relationship with the City. 4.3 Contractor's Right to Contract Exclusivity: Upon completion of the initial six (6) month period, however, unsatisfactory performance by the Contractor shall result in the loss of exclusivity. Satisfactory performance will result in the Contractor maintaining its exclusive right to perform the requirements of this Agreement for additional six (6) month terms until the completion of the full two (2) year term. 4.4 Agreement Renewals: Upon completion of the first full two (2) year period, the City reserves the right to renew the Contract for two (2) additional two (2) year periods based on the successful Bidder agreeing to the same terms and conditions and by giving written notice to the City not less than ninety (90) days prior to renewal date of any adjustment in the Contract amount. Contract renewal will be based on satisfactory performance, mutual acceptance, and determination that the Contract is in the best interest of the City. The ongoing performance evaluation process will continue during any renewal periods for the life of the Agreement. 4.5 Performance Evaluation: The City shall utilize a performance questionnaire, which shall be mutually developed and agreed upon by the City and Contractor, based on the Sample shown as Appendix A herein. Upon completion of and mutual agreement regarding the contents of the performance questionnaire by the City and Contractor, the final document shall replace and supersede Appendix A, as a part of this Agreement. The City and Contractor, from time to time, may make additions, deletions or changes to Appendix A under the terms of this Agreement. 5) Contract Sum 5.1 The Contract Sum for the above work is (Amount for which Agreement is made) Two Hundred Forty -Three Thousand, Eight Hundred Seventy -Six Dollars and No Cents ($243,876.00), which includes a Base Bid cost of Two Hundred Thirty -Five Thousand Eighty Dollars and No Cents ($235,080.00) and a "Green" Products option cost of Eight Thousand Seven Hundred Ninety -Six Dollars and No Cents ($8,796.00) annually for the ten (10) city facilities listed within the bid form. 5.2 Pricing may be adjusted in accordance with Section 13 "Contract Price" of Special Conditions of the original Invitation for Bid Document 09-01 B. Such adjustments may be made after the satisfactory completion of the initial two (2) year term and upon each subsequent contract renewal, the contract price shall be eligible for an increase equal to the percentage change to the Miami Urban CPI Index for the twenty-four (24) month period ending the previous October 31st. In no case shall the adjustment 3 City of o chasing and Contracts Division exceed 4% for any 12 month period (8% for a twenty-four month period) at any one time. 6) Payments 6.1 The City shall pay the Contractor on a monthly basis upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. Upon receipt of a properly executed invoice from the Contractor, the City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 6.2 All payments under this Agreement shall be governed by the Local Government Prompt Payment Act, F.S., Part VI I, Chapter 218. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty In the event that Contractor causes damages during the period, Contractor shall perform such steps required in Paragraph 2 of this Agreement to the affected areas of city facilities. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. 9) Indemnification 9.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 9.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. i. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing 4 City of 1"a177arac Purchasing sand Cantr�acts Division ---- _...._.__ ................ _.._-._..------ ---- -- indemnification including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 9.3 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 11) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the of Tamarac purchasloy and Ccoottact.s Divisloo Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR American Facility Services, Inc. 1325 Union Hill Industrial Court, Suite A Alpharetta, GA 30004 Attn: Kevin McCann, President (770) 740-1613 (770) 475-7720 fax 14) Termination 14.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon thirty (30) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 14.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, FM City of 7 armrac Purchasing and Contracts Division .............. should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 20) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 7 City of T marac ��. Purchasing and Contracts Division 21) Uncontrollable Circumstances Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. In the event that any City facility is closed due to uncontrollable forces as indicated in Section 21 of this Agreement, the Contractor shall not bill the City for the cost of hourly employees who are not working, unless such employees have been tasked to complete maintenance at the facility in an effort to restore the facility to operational status. Remainder of Page Intentionally Blank _ City of T +rrr arac; _ Purchasing sand Coots rcts Division IN WITNESS WHEREOF, the ponarties have made and executed this Agreement th e respective dates under each signature. CITY OF TAMARAC through its Mayor and. American Facility Services, signing by and through its President, duly authorized to execute same. ATT T: arson Swenson, CM City.Clerk ��-/*�� Date ATTEST: Signature of Corporate Secretary CITY OF TAMARAC Beth Flansbaum-Talab co, Mayor oZ- Date 91 effrey L. ill City Manager r d,1 l (L" t Date Approved a V form and legal sufficiency: City Attorn y i _�j r% Date AMERICA ACI C0n1Da ame,/ SERVICES gnature of President/Owner Kevin McCann President 12/01 /08 Date 9 No Text City of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF GEORGIA SS COUNTY OF FORSYTH I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State of Georgia aforesaid and in the County aforesaid to take acknowledgments, personally appeared Kevin McCann, President of American Facility Services„ a Georgia Corporation, duly registered as a Florida Foreign Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this 1day of December 2008 jSinature of Nota Px b!i&ry to of Georgia at Patricia A. Walters - Print, Type or Stan Name of Notary Pubic_ L Personally known to erne or ❑ Produced Identification type of I.D. Produced [x DID take an oath, or ❑ DID NOT take an oath. 10 No Text City of Tamarac APPENDIX A CITY OF TAMARAC Sample Citywide Janitorial Services Performance Report Card Purchasin.q and Contract: Division At the start of every business day, designees will observe their respective facilities and work areas noting the overall appearance of the facility interiors. Those observations will be reported in summary fashion on this form and submitted monthly to the Facilities Supervisor or designee. Critical issues requiring immediate attention will be reported to the Facilities Manager or designee upon discovery. Critical issues include, but are not limited to: inadequately filled dispensers, unsanitary drinking fountains, and visible dirt or dust in customer reception areas. Performance ratings are intended to assess the contractor's conformance to contract requirements, specifications, and standards of good workmanship. The rating scale to be used is as follows: Performance Criteria Rating 5 — Exceptional Performance meets or exceeds requirements with few minor problems for which corrective actions were highly effective 4 — Very Good Performance meets requirements with some minor problems for which corrective actions were highly effective 3 — Satisfactory Performance meets requirements with some minor problems for which corrective actions were satisfactory Performance does not meet some requirements with problems for which 2 — Marginal corrective actions appear only marginally effective or have not been fully im lemented 1 — Performance does not meet most contractual requirements with Unsatisfactory problems for which corrective actions appear ineffective and/or have not been identified or implemented Performance Area: Customer Reception Areas No visible dust and dirt in reception areas No visible dirt, spots, or stains on floors, carpets, and mats No visible handprints, fingerprints, or smudges on windows 17 Exceptional 4 Satisfactory 4 Unsatisfactory 5 4 3 2 1 5 4 3 5 4 3 2 1 2 1 City of Tutowac Purchasing and Cootriacts Division Performance Area: Clean and Service Restrooms Exceptional 4 Satisfactory --> Unsatisfactory Dispensers filled and serviced daily 5 4 3 2 1 No visible dirt, spots, or stains on floors, carpets, and 5 4 3 2 1 mats Bathroom and shower fixtures cleaned and sanitized 5 4 3 2 1 dailv Performance Area: Trash and Recycling Exceptional 4 Satisfactory 4 Unsatisfactory Trash and recycling receptacles emptied daily 5 4 3 2 1 Trash can liners replaced dail 5 4 3 2 1 Trash and recyclables separated and disposed of proper 5 4 3 2 1 Performance Area: Administrative and Office Areas Exceptional --> Satisfactory Unsatisfactory No visible dirt, spots, or stains on floors, carpets, and mats 5 4 3 2 1 No visible dust and dirt in stairwells and hallways 5 4 3 2 1 No visible handprints, fingerprints, or smudges on 5 4 3 2 1 windows No visible dust and dirt in lunch rooms, break rooms, and other staff areas 5 4 3 2 1 __...... _ ......... 12 0 u 0 American= SERVICES American Facility Services, Inc. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770.475.7720 www,americanfacilityservices.com Janitorial Services Bid # 09-01 B City of Tamarac - November 25,2008 0 r� LJ M American SERVICES ,_ November 24, 2008 City Of Tamarac Purchasing and Contracts Division 7525 NW 88TH Avenue Tamarac, FL 33321 RE: BID NO.: 09-01 B BID TITLE: CITYWIDE JANITORIAL SERVICES Dear Ladies / Gentlemen: On behalf of American Facility Services, Inc., I'm pleased to submit this proposal to provide janitorial service at the various City Buildings. We view service contracts as partnerships between American Facility Services, Inc., and our customer(s). Our company has worked hard to gain a reputation as a cost-effective and responsive provider of quality service under our previous company name of Atlanta Building Maintenance, Inc. We are moving into a new expanded level of service with the company's name change, which was effective this year, and are very excited about the future. American Facility Services, Inc. does currently serve contracts in the state of Florida. We would greatly appreciate the opportunity to add your City Buildings to our list of locations serviced. If you have any questions, please (770) 740-1.613, W-Q,kook forw,O Sincerely, President me or Mr. Mark Thompson, at our office on to hearing from you. American Facility Services, Inc. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 1b Office:770.740.1613 Fax: 770.475.7720 www.americanfacilityservices.com • C7 �i1irlC:dIY•� -�' City of Tamarac Citywide Janitorial Services BID NO. 09-01 B 11/25/08 Table of Contents Section 1 BID FORM CHECKLIST (page 27) Bidder Acknowledgement (page GTC-1) Addendum 1 & 2 Acknowledgements ATTACHMENTS: "A" BID FORM (pages 28 - 35); (Pricing on pages 29-32) "B" NON -COLLUSIVE AFFIDAVIT (page 36) - Acknowledgement (page 37) "C" CERTIFICATION (page 38) "D" OFFEROR'S QUALIFICATION STMNT (pgs 39 -43) - Acknowledgement (page 44) "E" REFERENCES (page 45) "F" VENDOR DRUG -FREE WORKPLACE (Page 46) "G" LIST OF SUBCONTRACTORS (Page 47) "H" BID BOND (Pages 48,49 & Bond) Section 2 Customer Letters of Reference Banking Institution Letter of Reference Surety Company Letter of Reference Business License State of Florida - Authority to Transact / Foreign Corp. Document ACORD Insurance Certificate (sample) SBE Minority Female Program Certificate Drug Free Workplace Compliance Certificate Corporate Financial Statements for Year End 2007 Section 3 Company Profile Executive Management Profile United States Service Locations Map Corporate Organizational Chart Emergency I Office Contacts 1325 Union Hill Industrial Court. Suite A, Alpharetta, GA 30004 Office. 770,740.1613 Fax: 770.475.7720 www.americanfacilityservices.com 11 • • AnVriCAWV'� City of Tamarac Citywide Janitorial Services BID NO. 09-01 B 11 /25/08 CONTINUED Table of Contents, continued Section 4 Quality Control Program General Cleaning Inspection / Feedback Form Sample Schedule Key Control and Security Personnel Training Uniform Policy I ID Badges Section 5 Green Cleaning Program -General Information -BETCO Green Solutions -Equipment Inventory -Chemicals List -Green Seal Products 1325 Union Hill Industrial Court, Suite A Alpharetta, GA 30004 Office: 770.740.1613 Fax 770.475,7720 www.americanfacilityservices.com J �erl� City of Tamarac Citywide Janitorial Services BID NO. 09-01 B 11 /25/08 Section 1 BID FORM CHECKLIST (page 27) Bidder Acknowledgement (page GTC-1) . Addendum 1 & 2 Acknowledgements ATTACHMENTS; "A" BID FORM (pages 28 - 35); (Pricing on pages 29-32) "B" NON -COLLUSIVE AFFIDAVIT (page 36) - Acknowledgement (page 37) "C" CERTIFICATION (page 38) "D" OFFEROR'S QUALIFICATION STMNT (pgs 39 —43) - Acknowledgement (page 44) "E" REFERENCES (page 45) "F" VENDOR DRUG -FREE WORKPLACE (Page 46) "G" LIST OF SUBCONTRACTORS (Page 47) "H" BID BOND (Pages 48,49 & Bond) E 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770.475.7720 www.americanfacilityservices.com r� City C,f rt n+ rac: r Puac,lr as!nit aid Contiacu�: Division COMPANY NAME: (Please Print): American Facility Services, Inc. Phone: 770-740-1613 Fax: 770-475--7720 ---NOTICE--- ORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the • eneral Requirements. 2. Carefully read the Detailed Specifications, and then properly fill out the BID O MS (Attachment "A"). 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B°) and have it pr erly notarized. 4, Sign the CERTIFICATION page (Attachment °C" ). Failure to do so will result in o r Bid being deemed non -responsive. Fill out the BIDDERS QUALIFICATION STATEMENT (Attachment "D"). Fill out the REFERENCES page (Attachment "E"). ign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F"). Fill out the LIST OF SUBCONTRACTORS (Attachment "G"). Include a 5% BID BOND. (Attachment "H"). Failure to provide a bond will result in automatic rejection of your bid. Include proof of insurance. 1. Carefully read the CHANGE ORDER (Attachment "I"), and the TANDARD FORM OF AGREEMENT. ta 12. Submit,ONE (1) Original AND TWO (2) Photocopies of your bid, clearly mar with the Bib NUMBER AND BID NAME on the outside of the package. F,.Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not e accepted. Fa.il� to provide the requested attachments may result in your bid ing deemed non -responsive. THIS PAGE AND THE FOLLOWING PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 27 SUBMIT BID TO: CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 887H AVENUE TAMARAC, FL 33321 954-597-3570 INVITATION FOR BID Bidder Acknowledgement BID NO.: 09-01 B BID TITLE: CITYWIDE JANITORIAL SERVICES BID OPENING DATE/TIME: November 25, 2008, 2.00 P.M. EST • BUYER NAME: Keith K. Glatz, CPPO BUYER PHONE: 954-597-3567 BUYER EMAIL: keithg@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION: November 12, 2008 CD 10:00 A.M. Tamarac City Hall CitV Commission Chambers 7525 NW 88th Ave. Tamarac Florida 33321 BONDING: 5% Bid Bond, 100% Payment/Performance Bond GENERAL CONDITIONS/INSTRUCTIONS TO BIDDERS THESE INSTRUCTIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES ISSUED BY THE CITY OF TAMARAC. THE CITY OF TAMARAC MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR BID BY INDICATING SUCH CHANGE IN THE INSTRUCTIONS TO BIDDERS OR IN THE SPECIAL CONDITIONS OF THE BID. ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY VENDOR'S STANDARD TERMS AND CONDITIONS REGARDLESS OF ANY LANGUAGE IN VENDOR'S DOCUMENTATION TO THE CONTRARY. SEALED BIDS THIS FORM SHOULD BE EXECUTED AND SUBMITTED WITH ALL BID FORMS IN A SEALED ENVELOPE, THE FACE OF THE ENVELOPE SHALL CONTAIN THE ABOVE ADDRESS, THE BID NUMBER AND THE BID TITLE. BIDS NOT SUBMITTED ON THE ATTACHED BID FORM MAY BE DEEMED NON -RESPONSIVE. ALL BIDS ARE SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THOSE BIDS THAT DO NOT COMPLY WITH THESE CONDITIONS MAY BE DEEMED NON -RESPONSIVE. BIDDER COMPANY NAME: American Facility Services, Inc. COMPANY ADDRESS: 1325 Union Hill. Ind. Ct., Ste. A, Alpharetta, GA 30004 COMPANYPHONE: 770-740-1613 NAME OF AUTHORIZED AGENT: Kevin McCann TITLE OF AUTHORIZED AGENT: President AUTHORIZED AGENT EMAIL ADDRESS: kmcca Qbe south . net BIDDER TAXPAYER ID OR SOCIAL SECURITY 8-1950842 l SIGNATURE OF AUTHORIZED AGENT: I certify that this Bid Acknowledgement is made without prior understanding, agreement or connection with any corporation, firm or person submitting a Bid for the same commodities and/or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid as an agent for the Bidder. • CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T"AvENUF TAMARAC, FL 33321 "Committed to Excellence... Always" 5. Propane Burnishing. The City is will NOT permit propane burnishing at any facility. 6. "Texturized" Floors (Aquatic Center Restrooms), The floors in Aquatic Center Restroom / Locker Area feature "texturized" floors due to the wet and slippery conditions; and the use of traditional mops may not be feasible. Contractors are responsible to identify an acceptable practice to clean and disinfect all restroom and locker room floors (e.g. the current contractor utilizes a pressure cleaning). 7. Waterless Urinals. The City has 28 waterless urinals (including the Recreation Center currently under construction). The Contractor is responsible for purchasing and replacing cartridges for all waterless urinals. The frequency of replacement may vary, but shall be frequent enough to minimize order and ensure proper functioning of each urinal; and at no time, shall be less frequent than recommended by the manufacturer. 8. Warehouse Areas. Warehouse areas in the Utilities and Parks Buildings are not the responsibility of the Contractor. 9. Storage/Staging Space. If additional storage/staging space in addition to the space provided is required, the Contractor shall include acquisition of such space as a part of their bid price, C. Any request for additional clarification must be received in WRITING by the Purchasing & Contracts Division by no later than 5:00 p.m. on November 20, 2008. D. Question: Must references be from past/current contracts, or are personal/business references are acceptable. Please provide references from past and current contracts rather than business or personal references, as we wish to view references from similar engagements. References from other governmental agencies are preferable, although not mandatory. E. Question: Is it mandatory to use City Bid Bond, Performance Bond and Payment Bond forms? You may use any standard forms, as long as they conform to our requirements. All other terms, conditions and specifications remain unchanged for Bid No. 09-01 B. Please acknowledge receipt of this Addendum No. 1, by returning it and/or acknowledging it in your bid. Received & Acknowledged: Sincerely, Keith K. Glatz, CPPO, FCPM Purchasing & Contracts Manager American Facility Services, Inc. Company Name 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 597-3570 ■ Fax (954) 597-3565 ■ www.tamarac,org Equal Opportunity Employer [] • CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88'"AVENUE TAMARAC, FL 33321 "Committed to Excellence... Always" ADDENDUM NO. 2 A10z16WIR] 3i� IC-? CITYWIDE JANITORIAL SERVICES DATE OF ADDENDUM: November 18, 2008 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 09-01 B, Citywide Janitorial Services. A. Please add the following firms which were inadvertently left off of Addendum #1: Solution One Florida, Inc. Solution One South Florida All other terms, conditions and specifications remain unchanged for Bid No, 09-01 B. Please acknowledge receipt of this Addendum by returning it and/or acknowledging it in your bid. Received & Acknowledged: Sincerely, Keith K. Glatz, CPPO, FCPM Purchasing & Contracts Manager American Facility Services, Inc. Company Name 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 597-3570 A Fax (954) 597-3565 ■ www.tamarac.org 0 Equal Opportunity Employer M "itv of Tamarac ATTACHMENT "A" BID FORM BID NO. 09-01 B Purchasing and Contrac7s Division Submitted by: I American Facility Services, Inc. Date: 11/21/08 �:1 �y3 ail ����r:I ►�f�+ City of Tamarac Purchasing and Contracts Manager 7525 Northwest $$th Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or ,discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any IP undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. y 28 11 City of Tamarac ATTACHMENT "A" BID FORM (continued) BID NO. 09-01 B Purchasing and Contracts Division The City of Tamarac is hereby requesting Bids, from qualified vendors, to furnishing all labor, supplies, materials, equipment, tools, service and supervision necessary to properly perform and maintain each City facility in a neat, clean and orderly manner. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obliaation as specified in the contract documents. City Facility Name and Location Monthly Cost Annual Cost City Hall 7525 NW 88th Avenue, Tamarac $ 3, 700. 00 $ 44, 400. 00 Public Works Department 6011 Nob Hill Road, Tamarac $ 1,800.00 $ 21, 600.00 Parks Administration Building (Old Utilities Building) 6001 Nob Hill Road, Tamarac $ 1, 550. 00 $ 18, 600.00 Water Treatment Plant 7803 NW 61 st Street, Tamarac $ 890.00 $ 10,680.00 Fire Station #15 6000 Hiatus Road, Tamarac $ 1, 100. 00 $ 13,200.00 Utility / IT Building State Street & Nob Hill Road $ 2, 300. 00 $ 27,600.00 Recreational Center, 7501 North University Drive, Tamarac $ 1, 850.00 $ 22,200.00 Multi Purpose Center 7531 North University Drive, Tamarac $ 1, 800. oo $ 21, 600. 00 Caporella Aquatic Center 9300 NW 58th Street, Tamarac $ 1, 4 0 0. 0 0 $ 16, 800.00 Community Center 8601 W. Commercial Blvd., Tamarac $ 3,200.00 $ 38,400. 00 TOTAL COST FOR ALL ABOVE LISTED FACILITIES AND CLEANING SERVICE [PLEASE NOTE PAYMENTS WILL BE MADE BY FACILITY ON A MONTHLY BASIS] $ 191590. $ 235, 080.00 American Facility Services, Inc Company Name uthorized Signature 1.1 29 7 Citv of Tamarac Purchasing and. Contracts Division Multi Purpose Center $ 70.00 $ 840 . 00 Caporella Aquatic Center $ 31.00 $ 372 .00 Community Center $ 126.00 $1, 512 _ 00 TOTAL COST FOR ENVIRONMENTALLY SENSITIVE CLEANING PRODUCTS $ 733 •02/ $ 8, 796.00 American Facility Services, Inc Company Name E uthorized Signature 32 L • of Tamarac ATTACHMENT "A" BID FORM (continued) BID NO. 09-01 B Purchasing and Contracts Division The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or wai er is deemed to be in the best interest of The City of Tamarac. The City reserves tX right to award the bid on a split order basis, lump sum or individual item basis unlIeX otheylse stated. American Facility Services, Inc. Company Name 1325 Union Hill Ind. Ct Address Alpharetta, GA 30004 City, State, ZIP •1M Contractor's License Number Z Auth6rifed Signature Ste.A Kevin McCann President Typed/Printed Name 770-740-1613 770-475-7720 Telephone & Fax Number 58-1950842 Federal Tax ID# L 33 r] ATTACHMENT "A" BID FORM (continued) Bidders Name: American Facility Services, Inc. TERMS: o % DAYS: 30 Delivery/completion: 10-15 calendar days after receipt of Purchase Order. To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. C, J 0 34 • C. Citv of Tamarac ATTACHMENT "A" BID FORM (continued) Bidder's Name: American Facility Services, Inc. Purchasing and Contracts Division Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below, provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Variance Section Variance Section Variance Section Variance Attach additional sheets if necessary. 35 City of ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of Georgia ) )ss. County of Forsyth ) Kevin McCann being first duly sworn, deposes and says that: 1. He/she is the President /part owner, (Owner, Partner, Officer, Representative or Agent) of American Facility Services, Inc. the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representativ s, owners, employees or parties in interest, including this affiant. z sealed and delivered in the presence of: _.A�` By s Kevin McCann Printed Name President Title 0 36 U • ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT (continued) /Zel:/►IeP j44Foj ►�3i9j A j State of Rbh&F Georgia County of Forsyth On this the loth day of November 2008 , before me, the undersigned Notary Public of the State ofs, personally appeared Georgia Kevin McCann and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WiTNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOT,PRY PUBLIC, STATE OF pL,-ORtg4 GEORGIA Palicia A. Walters T (Name of Notary Public: Print, Stamp, or Type as Commissioned) 13 Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ® DID take an oath, or ❑ DID NOT take an oath 37 C7 • J of Tamarac PLJrchasiny and Contracts Division ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION 0 OTHER ❑ If "Other", Explain: At6orized'Signature President Title/Security No. American Facility Services, Inc. Company name Alpharetta, GA 30004 City/State/Zip 770-475-7720 Fax Number Kevin McCann Name (Printed or typed) 58-1950842 Federal employer I.D./Social 1325 Union Hill rnd.Ct., Ste. A Address 770-740-1613 Telephone 9900688 Contractor's License Number • 36 of Tamarac ATTACHMENT "D" OFFEROR'S QUALIFICATION STATEMENT and Contracts Division The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager ADDRESS: 7525 NW 88th Avenue Tamarac, Florida 33321 Check One Submitted By: American Facility services, Inc. [ Corporation Name: Kevin McCann, President ❑ Partnership Address: 1325 Union Hill Ind. Ct., Ste.A ❑ Individual Principal Office: Alpharetta, GA 30004 ❑ Other Telephone No. 7 7 0 - 74 0 -1613 Fax No. 770-475-7720 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: American Facility Services, Inc. The address of the principal place of business is: 1325 Union Hill Industrial Court, Suite A, • Alpharetta, Georqia 30004 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: MaY 1, 1991 b) State of Incorporation: Georgia c) President's name: Kevin McCann d) Vice President's name: e) Secretary's name: Rhonda McCann (C . E . 0 . also) f) Treasurer's name: g) Name and address of Resident Agent: Piers, wevant 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: 39 Cl City of Tamarac Purchasing and Contracts Division d) Name, address and ownership units of all partners: e) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 40 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? since December 2007 a) Under what other former names has your organization operated? Atlanta Building Maintenance, Inc. 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. Forsyth Country (GA.)Business License #9900688; State of FL Foreign Corporation Document 4F05000005776 8. Have you personally inspected the site of the proposed work? 0 YES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? 7 YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? 0 YES ❑ NO 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No 11 40 • of Tamarac Purchasing and Contracts Division 12, State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone Frank Horan IRS Computing Center,250 Murall Drive, Mail Stop 221, 304-264-5518 Kearne sville West Virginia 25430-5200 David Williams US District Court for the Northern District of Alabama 205-278-1754 Office 1729 5th Avenue North, Birmingham, AL 35203 205-329-5125 Andrea Meyers Fulton County Government 136 Pryor Street, SW, (404) 612-5925 A 30303 40 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). See attached 1)Executive Management Profile Summary; and 2) Account Manager Mr. Mark Thompson's Resume. 14. State the name of the individual who will have personal supervision of the work: Account Manager Mr. Mark Thompson; On site management to be named. 15. State the name and address of attorney, if any, for the business of the Offeror: Briskin and Associates, L.C. 1001 Cambridge Square Alpharetta, 30004 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: Rhonda McCann, 51% owner; Kevin McCann, 49% owner Both McCann's reside at 5945 Whitestone Lane, Suwanee, GA 30024 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: none C. 41 L • of Tamarac and Contracts Division 18. State the name of Surety Company which will be providing the bond, and name and address of agent: National Surety Services, Inc. Agent A.M. Tony Jr. DiGeronimo 1534 niinwnndy Vj 11 agp Parkway_ 19. Bank References: Bank Address Telephone Bank of North Georgia P.O. Box 1407 770-751-4761 Alpharetta, GA 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): f) Net Fixed Assets g) Other Assets h) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). i) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: - contained on page one of Financial statement enclosed. 22. Is this financial statement for the identical organization named on page one? 71 YES ❑ NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). _._.._._._ _..._. __ �_- 42 I City of Tamarac _amalgam Purchasing arad Contracts Division THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO JPERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO RE CT HE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMIN T AWARD AND/OR CONTRACT. • (Signature) Kevin McCann, President American Facility Services, Inc. 11 • City of Tamarac ACKNOWLEDGEMENT Purchasing and Contracts Division State of ftAU Georgia County of Forsyth_ On this the 21stday of November , 2008, before me, the undersigned Notary Public of the State of Florida, personally appeared Kevin McCann and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF- OFFICE: NOTARY PUBLIC, STATE OF FGEORGIA PAtricia A. Walter (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 44 11 of Tamarac ATTACHMENT "E" REFERENCES Purchasog and Contracts Division Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name American Facility Services, Inc. Address 1325 Union Hill Ind. Ct., Ste. A City State Zip Alpharetta, GA 30004 • Phone/Fax 770--740-1613 770-475-7720 fa Agency/Firm Name: Sarasota Bradenton International Airport Address 6000 Airport Circle City State Zip Sarasota, Florida 34243 Phone/Fax Cell; 941 915-2024 Office: 41 359-2770 x4246 Contact NameCheriuthority Agency/Firm Name: Georgia Department of Labor Address 128 International Blvd. NE City State Zip Atlanta, GA 30303 Phone/Fax 404-232-3411 x1040 Contact Name Bruce Burbank Agency/Firm Name: Georgia Student Finance commission Address 2082 East Exchange Place City State Zip Tucker, GA. 30084 Phone/Fax 404-353-5160 Fax:770-724-9089 Contact Name John Widener Agency/Firm Name: 'Texas Facilities Commission Address Central Services Bdg, Room 176, 1711 San Jacinto Blvd. City State Zip Austin, Tx 78701 Phone/Fax Office: 512-463-3566,Cell 512-402-4608,Fax:512-236-6179 Contact Name Jeff Entner Agency/Firm Name: Glynn County Government Address 1725 Reynolds St., 3RD Floor City State Zip Brunswick, GA 31520 Phone/Fax 912-554-7402 Fax: (912)554-7596 Contact Name Mr. Paul Christian, Asst. Co. Administrator 45 • J City of Tamarac _ _ Purchasing and Contracts Division _ - ATTACHMENT "F" ...�.-....-...___�_ VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith a ort to continue to maintain a drug -free workplace through implementation of is section. As the person authorized to sign the statement, I certi at this 'm complies fully with the above requirements. Authorized Signa ure American Facility Services, Inc. Company Name ..... ._....... ...._ 0 46 0 r1 • City of Tamarac ATTACHMENT "G" LIST OF SUBCONTRACTORS Prrchasina and Contracts Division The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. None Contractor Percent License of Total Subcontractor's Work to be Performed Number Contract Name and Address 1. Q 3. 4. 61 0 • Bond No, 41153357 'C;t-V of T&II, ATTACHMENT "H" STATE OF FLORIDA ) ) ss: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, American Facility Services, Inc. ,as Principal, and Platte River Insurance Company_ as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Floriga in the pe a�, ;Vrn of: welve T '*�*�*M********* Dollars($ 12,250.00*******�, lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, date November 25 , 200 s , for: Bid No. 09--OIB NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect, it being . expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. Bond No. 41153357 M=50 CiTy 0� . .... . ..... ... . ... ... ..... ...... =-- Signed and sealed this 25th day of November ) 2CY 08 l�PRES NCE OF: 0 (AFFIX SEAL) ,A-T�TEST: rC aAA,.A Sec tary ATTEST: Witness 0 Impress Corporate Seal American Facility Services, Inc. Principal 1325 Union Hill Ing, Ct., Ste. A, Business Address 1pharetta, GA 30004 City/State/Zip '770)740-1613 Business Phone Platte River Insurance Company Surety* BY A.M. DiGeronimo, Attorney -In -Fact Title Attorney -In -Fact* z 0 M1 0 11 llllk tillllllit.i�lN PLATTE RIVER INSURANCE COMPANY POWER OF ATTORNEY 41153357 KNOW ALL MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCE COMPANY, a corporation of the State of Nebraska, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint ANTMONY M DIGERON its true and lawful Attorneys) -in -fact, to make, execute, seal and deliver for and on its behalf, as surety, and'as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $1,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002, "RESOLVED, that the President, and Vice -President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of the Corporation; the signature of such officers and the seal of the Corporation may be affixed to such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time" IN WITNESS WHEREOF, the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this 1 st day of January, 2007. Attest: David F. Pauly Chairman & CEO STATE OF WISCONSIN 1 COUNTY OF DANE ) 5.5.: PLATTE RIVER INSURANCE COMPANY coRaoRgTe �,� �1 9 SEAL ?j.!e7. McIntyre President 0 A'ESRA5KA On the 1 st day of January, 2007 before me personally came James J. McIntyre, to me known, who being by me duly sworn, did depose and say: that be resides in the County of Dane, State of Wisconsin; that he is President of PLATTE RIVER INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. n N ELW. \ •�\ KRUEOER Daniel W. Krueger STATE OF WISCONSIN 1 µ Notary Public, Dane Co., WI COUNTY OF DANE J S S" CERTIFICATE My Commission Is Permanent 1, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY, a Nebraska Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this 25 tb day of November 2 Q_0 a,ewuumw IN (01h Alan S. Ogilvie ` � Secretary THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GREEN SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UP ER RIGHT HAND CORNER. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800-475I 50. r� A=icait SERtiI �. City of Tamarac Citywide Janitorial Services BID NO. 09-01B 11 /25/08 Section 2 Customer Letters of Reference Banking Institution Letter of Reference Surety Company Letter of Reference Business License State of Florida — Authority to Transact / Foreign Corp. Document ACORD Insurance Certificate (sample) SBE Minority Female Program Certificate Drug Free Workplace Compliance Certificate Corporate Financial Statements for Year End 2007 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770.475.7720 www.americanfacilityservices.com March 4, 2008 Atlanta Building Maintenance 1325 Union Hills Ind Ct Ste A Alpharetta, GA , 30004 RE: .Janitorial Contract To Whom It May Concern: Sarasota Bradenton International Airport has hired Atlanta Building Maintenance, Inc. (ABM) for their expertise in janitorial cleaning of airport facilities. Contract began on June 1, 2007 with a contract length of 60 months. They are responsible for 312,000 sq. ft. of floor space. Improvements have been made in the cleanliness and presentation of facilities since ABM has been under contract. They have improved cleaning and been very prompt in conflict resolution. ABM has understood the airport desires and placed emphasis on areas brought to their attention. After a slow start due to health problems of the ABM Project Manager, we believe ABM was a good choice for the job. They have improved the appearance and cleanliness of the airport. Should you have any questions, contact at Sarasota Bradenton International Airport is Michael K. Utley, phone: (941) 359-2770 EXT 4802 or email: michael.utley@srq-airport.com Sincerely, Mi hael K. Utley Facilities Manager MU/mjj COMMISSIONERS Kathleen D. Baylis John R. Redgrave Eric'K Robinson Jock Rynerson Paul A. Sharff Leslie Wells PRESIDENT, CEO Fredrick .l. Piccolo 5000 Airport Circle Sarasota, Florida 34243.2105 TELEPHONE (941) 359-5200 FACSIMILE (941) 359-5054 11 0 M YIARTINSBI!RG COMPI-rING CENTER DEPARTMENT OF THE TREASURY INTERNAL REVENUE SERVICE 250 MURALL DRIVE KEARNEYSVILLE, WV 25430 September 20, 2007 Subject: Letter of Reference -- Atlanta Building Maintenance Inc., at the IRS/Enterprise Computing Center in Kearneysville, WV under IRS Contract 4TIRN004C00028 To whom it may Concern: This letter of reference is for Atlanta Building Maintenance (ABM) for custodial services provided to IRS at the Enterprise Computing Center located in Kearneysville, WV. 1. Does ABM presently provide custodial service? Answer — Yes they do. ABM has been under contract with IRS at this site since February 1, 2004. Their current contract does not expire until September 30, 2008. (note : contract has been extended) 2. Total square footage of office area cleaned? Answer — ABM currently cleans approximately 486,938 square feet of office and ADP space. This also includes a Day Care Facility and a Credit Union. All of which are on the same campus. 3. How would you rate their service? Answer — I would rate their service as Excellent/Good. ABM and their onsite staff have always been very responsive to our needs and have made every effort possible to satisfy the end customer. They repeatedly assist with functions outside of the scope demonstrating their willingness to go the extra mile to satisfy the customer. At times, the customer could be the Commissioner of the IRS, or even other dignitary's as high up as Senator's and Representatives. . 4. Contractor problem resolution? Answer — Excellent. I can't think of anything that we have thrown ABM's way that they couldn't resolve immediately, or within a reasonable timeframe. Sometimes it meant getting their Regional Management involved, but always to a positive resolution. 5. Additional Comments? Answer — If you were to ask me if I would recommend doing business with ABM again, I would definitely have to say yes. They have been great to work with, both locally and at the corporate level. I would recommend them to any company. Frank Horan — Contracting Officer's Technical Representative (304) 264-55I8 F 5k 00 d 0 0 MA - Mt, --am, M 11 Qualifications /References Proiect Title IRS Martinsburg Computing Center Customer's Address 250 Murall Drive, Mail Stop 221, Kearne sville, West Virginia 25430-5200 Contract Numbers TIRNO-04-C-00028 Princi al Contact Person Frank Horan Telephone Number 304-264-5518 Fax Number 304-264-5596 Email Address Frank.horan irs. 0v Period Of Performance Started February 1, 2004; through extended to March 31, 2009 Brief AFS provides custodial and related services for the IRS Martinsburg Computing Center and Annex Description Of Building totaling approximately 500,000 square feet. Services are required 24 hours per day, seven Work days per week, 365 days per year, including Government holidays. These include: Performed ■ Pest Control ■ Sanitation ■ Light Snow Removal Window Cleaning ■ Janitorial — Day & Night— including cleaning of raised floors in computing center • ■ Recycling • Custodial services for both of the above mentioned buildings as well as the Credit Union, Day Care Center. Related services include interim snow removal, carpet cleaning, window washing, destructor/paper shredder, pest control, and sanitation, ■ Over 500,000 cleanable square feet ■ Federal Building. ■ Experienced in HIGH security issues. ■ Experienced in securing HIGH security clearances for staff as needed, ■ Experienced in handling confidential information, in regards to layout of buildings, and other items staff and management may be informed of in order to provide service. Original Cost/Price Of Project $722,672M — Base Year 0 American Facility Services, Inc. 1325 lhi on HI I I rdugd al court, SjiteA Alpharett a,(34,30004 Qfice; 770.740.1613 Fac: 770.475.7720 www.amen canfacilityservices com 11 j`. 2455 Paces Ferry Road, N.W. • Atlanta, GA 30339-4024 (770) 433-8211 October 5, 2007 Please accept this letter of reference for Atlanta Building Maintenance, Inc. 1. Does Atlanta Building Maintenance, Inc, presently provide custodial service? (For how long, if not, dates of last contract.) Response: Yes, for six and one half years, since January of 2001, 2. Total square footage of office area cleaned. Response: Approximately 1,400,000 square feet total. 3. How would you rate service? Excellent - Good - Fair — Poor Response: Very Good 4. Contractor Problem Resolution: Excellent - Good - Fair — Poor Response: Excellent — Atlanta Building Maintenance, Inc. is very responsive to issues that arise, ensuring resolution to our satisfaction. 5. Additional comments about Contractor's performance. Response: Atlanta Building Maintenance, Inc. has provided janitorial service to our headquarters and has provided service to additional locations throughout the Country. We are very happy with their performance and do not have any plans to change janitorial service providers, The Home Depot, Inc. recommends using Atlanta Building Maintenance, Inc, to provide your janitorial services. If you have any questions or have a need to discuss this further, I can be reached via email at Carlos A MedinaQ omedeoot.com, or at my office on 2455 Paces Ferry Road, NW., Atlanta, Georgia 30339.� incerely, C rlos A. Medina The Home Depot USA Proud Sponsor El �erl� Qualifications / Reference - Current Client: Project Title The Home Depot World Headquarters 05 bg » MNi w i Na Customer's Address Principal Contact Person Telephone Number Email Address Period Of Performance Brief Description Of Work Performed Oriainal Cost/Price Of Proiect 2455 Paces Ferry Road, N.W., Atlanta, GA 30339-1834 Carlos Medina 770-384-4678 Carlos_ A_ Medina ,homedepot.com Janus 2001 — Present / ongoing American Facility Services, Inc. provides day porting and nightly cleaning services, janitorial /general house keeping, carpet cleaning & extraction, stripping & waxing of hard surface flooring, interior window washing, weekly dumpster services, etc. for this Class A Office Buildings. This contract also requires a day and night shift to perform the custodial specifications. The 1,400,000 sq. ft. Corporate Campus of Home Depot to include: Class A office space, inside & out dinning areas, computer rooms, parking decks, etc. $900,000.00 per year American Facility Services, Inc. 1325 Lbion HII IndustrialGDurt,9jiteAAlpharetta,G�30004 Cffi ce. 7 70.740.1613 Fa(: 770,475,7720 www.americanfaciiityservices.com Bank of North Geoigia May 15. 2008 RE: American Facility Services, Inc. 1325 Union Hill Industrial Court Suite -A Alpharetta, Georgia 30004 To Whom It -May Concern: Please be advised the Bank of North Georgia is currently engaged in a commercial banking relationship with the above referenced client. This relationship includes a commercial line of credit which can be drawn up to S2,000,000.00. Their relationship with our bank has been handled in an excellent manner, and American Facility Services, Inc. has exhibited the highest level of character and integrity in their affairs with our company. If you require further information, please contact me at 770.751.4761 or at 1LavRa.msb�;��..Bank:'�'o�-t.ltGeor�ia.con�. Sincerely, I ,- Kay Ramsby Commercial Lendin a. Assistant 1.7 :71, nT rr'r; Raynes Bridge Rd. iu Wesr.side Pkv,•Y. • PC). Box 1407, Georgia 30009 •-^0-^51-- 0 n 11 `. E a w",; i"er s, C✓r1;r2 v.S 1 r0CS 21 I4Fanc^=r ?i�dSi: prGV?C9 tree iOi�C•VJIi1C�' (rljGrm�ticr� I. SuhcOritraCt:r'S sur�`y CG:i,,Ga^}''; '�latt� f�'Vc'r l,'1�Ur�nGe l.G1Tli7cn'}/ ,, , SUre,y 5 e t ,wting n r'easury iIS 1C uriC 'NY, it ilTii: G�� '1i7.L1� ?. Single Project p�I�`Ij �� i cta! bondir'g ' OC?O;Ct00 vJ Valueof µ,Cry bcnc!nO iimit: capacity; now bonded: 5 2;5DO,000,.CO Data issued: Largest $ band issued: ,My ?'O�7 Do you have knawledge of any factors that may adversely affect this company's Yes ❑ No financial strength or capacity to per -Form, work? ft' yes, please give explanation: Commants: We have handled the surety/ needs far Atlanta Dui!ding Maintenance far aver 11 years and have never received ore anger any cerfDrmance or ,a2yrn'ent bond. gnatur'e o`Agsnli: 'int Kara and i itic: A.P.I. DiGeronimo, Agent DGIc: 71 0-39;-5444 1 2/200 7 L-c—gal1 is Cr'ance --ileCi v _' C �c Cya secrEuar,'O_ �a c- ?re'viOl:s CDii1 c''y =]clue: atlanLe •'ul! � !��,1u1:i Cif ]C CO. New COi11,c�aary Name: kmeri can Facl-I _tjCer'%? Cep i _ C • • 11 rn W co LU R C Q N o N cV uj e-- tl z . U ) L _O aU' �~ 0� Q U d. Z C W 0 LLI m D z coco z 0 LLI o U 0 m J U Q w LU z u m F-- U z J a w F- z i-- cn ❑ (� Z z O W J Cn J J LU p a = T- m(n � _0< zw zz c] Q LU N M r LO Q ry� m T- (n lC) w O U Ln _U Q 2 LL. LL 0 uj W U J L7 O O N m 4 N 7 4J ry E O Li- 8EC-617-6381 5/12/2008 2.50 PE.CF C01/00_ 71crica Dept o-- State ti June 12, 2008 FLORIDA DEPARIV1E?-IT OF STATE INCD,,,ATL;..NTA BUILDING MAINTENANCE, ian of Corporations 1325 UNION EILL INDUSTRIAL COURT, SUITE ALPFARETTA, GA 30004 Re: Document Number F05000005776 The Amendment to the Application of a Fozeign Corporation for ATLANTA BUILDING MAINTENANCE COMPANY, INC. which changed its name to AMERICAN FACILITY SERVICES, INC. doing business in Florida as ATLANTA BUILDING MAINTENANCE, INC., a Georgia corporation authorized to transact business in Florida, was filed on June 10, 2008. This document was electronically received and filed under FAX audit number H06000148800. Should you have any questions regazding this matter, please telephone (850) 245-6050, the Amendment Filing Section. Tina Roberts Regulatory Specialist 11 Division of Corporation Letter Number: 60BA00036174 P.0 BOX 6327 - TLEah2ssee, Monda 32.314 0 C� J ,rCF ti j; H FLORIDA DEPARTMENT OF STATE Glenda E. Hood Secretary of State October 6, 2005 KEVIN MCCANN 1325 UNION HILL INDUSTRIAL COURT SUITE A ALPHARETTA, GA 30004 Qualification documents for ATLANTA BUILDING MAINTENANCE COMPANY, INC. were filed on October 3, 2005 and assigned document number F05000005776. Please refer to this number whenever corresponding with this office. Your corporation is now qualified and authorized to transact business in Florida as of the file date. A corporation annual report/uniform business report will be due this office between January 1 and May 1 of the year following the calendar year of the file date. A Federal Employer Identification (FEI) number will be required before this report can be filed. If you do not already have an FEI number, please apply NOW with the Internal Revenue by calling 1-800-829-3676 and requesting form SS-4. Please be aware if the corporate address changes, it is the responsibility of the corporation to notify this office. Should you have any questions regarding this matter, please contact thisoffice at the address given below. Tammi Cline Document Specialist Registration/Foreign Qualification Division of Corporations Letter Number; 905AO0060801 • Division of Corporations - P.O. BOX 6327 -Tallahassee, Florida 32314 11 0 r-, u State of Florida DepaYtment of State I certify from the records of this office that ATLANTA BUILDING MAINTENANCE COMPANY, INC. is a corporation organized under the laws of Georgia, authorized to transact business in the State of Florida, qualified on October 3, 2005. The docurnent number of this corporation is F05000005776. I further certify that said corporation has paid all fees due this office through December 31, 2007, that its most recent annual report was filed on July 26, 2007, and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of Florida, at Tallahassee, the Capital, this the Twentl> Seventh day of February, 2008 f Secretary of State Authentication ID: 400118967074-022708-FO5000005776 To authenticate this certificate-\ isit the lollo-ing site. enter this I[a- and then f ilmA the instructions displayed. w�N<r+.sun biz.oru/auth.htm I • 0 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE ( 5/16/2008YI PRODUCER (678) 904-5756 FAX: (678) 904-5798 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BWT risk Advisors ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5825 Medlock Bridge Parkway ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 100 Alpharetta GA 30022 1 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: Selective Way Insurance 126301 American Facility Services, Inc. INSURERB:Selective Insurance 39926 1325 Union Hill Ind Ct INSURER c. Western Sure ty Company 13188 Suite A INSURERD: Alpharetta GA 30004 INSURERE: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOVVN MAY HAVE BEEN REDUCED BY PAID LAIM INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDD/YY POLICY EXPIRATION DATE fMMIDD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 DAMAGE $ RENTED PREMIOMMERCIAL accurr nce S 100,000 A XCGENERAL LIABILITY CLAIMSMADE FX7 OCCUR S1731598 5/19/2008 5/19/2DO9 MED EXP (Any one person) S 10,000 PERSONAL & AVINJURY S 1,000,000 ENERALAGGREGATE $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PR T - COMPIOP AGG S 3,000,000 X POLICY jECOT LOC AUTOMOBILE X LIARIUTY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 BODILY INJURY (Per person) S A ALL OWNED AUTOS SCHEDULEDAUTCS $1731598 5/19/2D08 5/19/2009 BODILY INJURY (Per accident) S X X HIREDAUTOS NON-OVNNEDAUTOS PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC S ANY AUTO S AUTO ONLY: AGG EXCESSIUMBRELLA LIABILITY X OCCUR CLAIMS MADE q S 5,000,000 A GREGATE S 5,000,000 S A DEDUCTIBLE S1731598 5/19/2008 5/19/2009 S X RETENTION S 10,000 B WORKERS COMPENSATION AND X TV TL M U• O7H- T EMPLOYERS' LIABILITY E.L. EACH ACCIDENT S 500 , ODO ANY PROPRIETORIPARTNER/EXECUTIVE E.L DISEASE - EA EMPLOYEES 500,000 OFFICERIMEMBEREXCLUDED? If yes, describe under SPECIAL PROVISIONS below WC7217953 5/19/2008 5/19/2009 E 6. DISEASE - POLICY LIMIT 0 s 5DD , On C OTHER Fidelity Bond 69913168 5/15/2008 5/19/2009 Limit: $100,000 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION ****sample certificate**** GA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE ,�cseph Thompsc^/ZBM 11 ACORD 25 (2001108) INS025 (otoa).oaa p ACORQ CORPORATION 1988 Page 1 of 2 0 • 0 U L v 0 � CL o to U w con L 4i R � U (n H N 1 �V � O U �H U � ti U E: q a) O N w0 N N c 0 0 a :It IN •i: V O .. � C�� N O LO w N r ; COS 0 0 N • �� V Q o-I 2 O U a z 0 U z ZD 0 U w U 0 CL 0 d�- `` w U � O O � o N j CL O • ften I U co oCN �— � C � V U 4 �a E H � n � � N C Q y '�}°u �CL c h a u b r- 0 m O U im Lo x o.� 0 0. C 4 2.2 p L b i 0 CJ b y � .0 D D O y Q Q Q w 47 U H O LL- iti U d O Q 11 [_7 AMERICAN FACILITY SERVICE, INC FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION FnQ TUG 7EAREr+7FO 31, 2007 s r- v Vie.0 ,c aCCo— pan a -Ice Stied oI r ,itn'can racIhty Service-. Inc. ;an~5 corporation j as of December 31, 2007, and the related stateT;,ents oi- InCO:_ie retained earnings and cash _flo,; s for the year thtn ended, in accordance •A]th Statements on for Accounting and Revlew Ser-Dices Issued bytne r rerican Institute of Certif ed Public ? ccountants, All infom a:ion included in these financial statements is the representation of the management of.�n;erican Facility Services, Inc, 4 review consists principally of inquires of Company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, th8 objective ofw111ch Is the exoression of an minion regarding the financial statements taken as a whole. Accordingly, I do not express such an opinion. Based on my review, I am not a•, are of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity 'NVith generally accepted accounting pi"incipies. My review was made for the purpose of expressing limited assurance that there axe no material modlficatlons that should be made to the rnancial statements in order for them to be in conformity with generally accepted accounting principles, The infonration included in the accompanying schedule of operating expenses is presented only for supplementary analysis purposes. Such information has been subjected to the inquiry and analytical procedures applied in the review of the basic fir:a:7cial statements, and I an. not a,.vare of any material modifications that should be !:lade thereto. �\j. I Cad 0 0 AMERICAN FACILITY SERVICES; INC. ASSETS- CURRENT ASSETS 2 0 3 Cast _ CI�J'. Car 2 Ota! cure nt assets FIXED ASSETS Fixed assets 778,994 Less: Accumulated depreciation (459,871 ctal 'Ixed assets OTHER ASSETS Deposit TOTAL ASSETS -LIABILITIES AND STOCKHOLDERS' EQUITY - CURRENT LIABILITIES Accounts payable 193,502 Accrued salaries and wages 325,1E9 Other payroll liabilities 19,657 Sales tax payable 9,365 Other liabilities 10,130 Current portion of long tern notes payable 37,859 Line of credit 1,149,100 i Total current liabilities LONG TERM LIABILITIES Notes payable -- long le-rm portion TOTAL LIABILI i ES STOCKHOLDERS' EQUITY Capital stock - N:) par value 100,300 Shares al.-tnorized I,000 5na,-eS !Ss'Jed and Gl''iSta,^,dlrg JO ,Reta�n�d eamincs i,^9i.�83 T OTA� !�.BI_iT.FS S T CCK-�CLn S L.998 913 319,i23 3.004 3.321 445 S 1,741.,902 84.560 1,829,462 �c - i, 11,�C3 0 A^'f1ERICAN FACILITY SERVICES; INC. Sales and services a 1r,%74.`^ Cost of operations 15,707.912 Gross profit 3,067,072 • Selling and administration 2,232,230 Income from operations 834,842 Other income (loss) Personal use of automobile 19,695 Interest expense (59,870) Interest income 1,126 Total other loss (39,149 Net income 795,693 Retained earnings at January 1, 2007 1,179,550 Less; Current year distributions (483,760 Retained earnings at December 31, 2007 5__ 1,491_,Z83 • 0 0 C • AMERICAN FACILITY SERVICES; INC. ✓ .^. �' _i4 r . Cash flows from operating activities Cash collected from c,:stomers S 18,3 �5,184 Cash Laid to suppliers and employees (13,120,003) !merest paid (59,870) Net cash provided by operating acti-ities 155L311 Cash flows from investing activities Payment of Due from Shareholder 21,015 Purchases of fixed assets (168,288) Net cash used by investing activities 147273) Cash flows from financing activities Net increase in line of credit 564,700 Addition of notes 93,672 Payments of notes (56,5107) Distributions to shareholder (483,760 Net cash flows provided by financing activities 118,015 Net increase in cash and cash equivalents 126,053 Cash and cash equivalents, beginning of year 0 Cash and cash equivalents, end of year 126 053 L 0 AVERICAN FACILITY SERVICES, INC. RECONCILIATION OF NET INCO%1E TO INET CASH FLO�"V5 FROr,l OPERATING ACTIVITIES Ne t Ircc,me ,adjustments to reconcile net incom e to net cash provided by operating activities: Depreciation Changes in net assets and liabilities: Increase in accourts receivable. Decrease in other assets Decrease in accounts payable Increase in accrued salaries and wages Decrease in other payroll liabilities Increase in other liabilities Net cash provided by operating activities C] a 795,693 75 883 (440,678) 878 (545,699) 325,189 (67,696) 11,741 S 155,311 0 CA AMERICAN FACILITY SERVICES, INC. "^,.rimer { 20 9-7 NOTE 1 Summary of sianificant accounting policies Name Change American Facility Services, Inc. (tie Company) was `ormerly Atlanta Building h,%aintenarice, Inc. before legally changing its corporate nacre. The new name became e11ective on December 19, 2007. Nature of operations American Facility Services, Inc. (the Company) performs janitorial services, including ground maintenance and building maintenance, for governmental agencies and private organizations, As of December 31, 2007 the Company was serving customers m Georgia, Texas, Tennessee, Virginia and Florida. Use of estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that a'fect the reoored amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date cf the financial statements and reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Revenue recognition Revenues from fixed -price and modified fixed -price monthly cleaning contracts are recognized as customers are billed. This method is used because management considers monthly billings to be the best available measure of progress on these contracts. Costs of operations includes direct contract costs such as materials, subcontract, labor payroll insurance and taxes, union and other sundry direct costs. Selling and administrative costs are charged to expense as incurred. Cash and cash equivalents The company considers all highly liquid deb, instrurilents purchased vvith maturity of 90 days or less to be cash eqlu;�valens 11 11 Ai'vIERICAN FACILITY SERVICES: INC. NOTE 1 Summary of significant.accountinpolicies continued Allowance for doubtful accounts No allowance for uncollectible accounts has been provided as cf December 31, 2007 as the Company has elected to recognize bad e'ebt expense using the direct write off method. No bad debt expense vas recorded for t7e yeer ended December 31, 2007. Fixed assets The Company records fixed assets at cost less accumulated depreciation, Depreciation is computed on a straight-line basis over the estirnated useful lives of the assets. The Company reviews its long-lived assets for impairment whenever events or changes in circumstances indicate that the carrying amount of an asset may not be recoverable in accordance with Statement of Financial Accounting Standards FASB No. 144 Accounting for the Impairment or Disposal of Long -Lived Assets. Future events could cause the Company to conclude that impairment indicators exist and that long-lived assets may be impaired. Income taxes The Company, with the consent of its shareholders, has elected under the Internal Revenue Code to be an S corporation. In lieu of corporation income taxes, the shareholders of an S corporation are taxed on their proportionate share of the Company's taxable income. Therefore, no provision or liability for federal income taxes has been included in the financial statements, C7 NOTE 2 Fixed assets Fixed assets consist of the following at December 31, 2007: Furniture and fixtures Machinery and equipment Vehicles otul Ik'xed assets Less acc. mI Ila eJ uep re cie,I c,-. d _.-l' ,-t La I et ;ixed asse --- �ecrecia., rl exoer�e `cr rren? s 37 83 S 75,699 368,464 778iQ041 45G.871 S 31-0 123 0 • City of Tamarac Citywide Janitorial Services BID NO. 09-01 B 11 /25/08 Section 3 Company Profile Executive Management Profile United States Service Locations Map Corporate Organizational Chart Emergency / Office Contacts 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770,475.7720 www,americanfacilityservices.com Company Profile American Facility Services Company, Inc., 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004, is a SBA Certified Women Owned and operated small business. It was established in May 1991, in order to perform Janitorial Services for Private Organizations and Government Agencies, under the name of Atlanta Building Maintenance Company, Inc. In December of 2007, we changed our company name to better reflect our nationwide presence in the industry. We maintain the organization and our processes as they were before. American Facility Services is a Sub -Chapter S Corporation registered in the state of Georgia • and is based in Atlanta. As a Sub -Chapter S Corporation, the stockholders are personally responsible for all liabilities, taxes, etc. Also, all profits are taxed as personal income. American Facility Services currently conducts business in the Southern United States and employs hundreds of employees, with annual sales base greater than $15,000,000. Current clients include: IRS Martinsburg Computing Center, Fort Hood Army Base, Coca-Cola Fountain Division, Georgia Departments of Transportation and Labor, Kennesaw State University, Georgia Building Authority, Robins AFB, Home Depot Headquarters. Please see our Qualifications / References for more information regarding our Clients. Please use the information provided there, to contact any of our respected Client base's contact person for a more personal evaluation of our project competence, longevity and abilities. American Facility Services has established a relationship with National Surety Services, Inc., which has approved the performance and payment bonding capabilities of American Facility Services to $4M. American Facility Services can provide Custodial / Janitorial Service, power washing, window cleaning, landscaping, light maintenance, and, provide paper supplies and plastic supplies. American Facility Services will provide immediate cost savings to our Clients, by providing supplies that are purchased at the manufacturer's level, The services provided by American Facility Services are crucial to a healthy and safe working environment for your employees. American Facility Services has built an excellent relationship with many national manufactures of superb cleaning products. Through these established relationships, we have quick access to the latest and most innovative brand name equipment, tools, and supplies. We never substitute private -label products. We use only top name brand chemicals and cleaning solutions that meet strict safety requirements and pass rigid quality control standards. All MSDS Sheets will be posted in the janitorial office for quick reference. We also use industrial grade; top of the line equipment that assures a quality job and a long life. We operate on a daily basis in many different environments — and with different, sometimes complex cleaning needs that demand quality products. No matter what the challenge, we can meet it with our technical abilities and quality service. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770,740.1613 Fax: 770.475.7720 www.americanfacilityservices.com E I Company Profile, continued Our competitors cannot measure up to our management staff and Employees, and when compared side by side with our nearest competitor, they fall far short of our achievements. American Facility Services sees itself as one large family. The majority of our staff are family members of one another or a friend of a friend. With our employee size of hundreds of people we expect some turnover. For the last two years our turn over rate has stayed around 15%. In that 15%, an average of 2% or 3% of our previous employees return to work for Atlanta Building Maintenance. We currently have employees that have been with our company since we started in 1991. As stated in our Quality Control Plan, we would rather re-train our employees and let them know that we really don't fire people for minor job performance problems. Rather, we prefer to re-train them, as a first response to problems, and save all that has been invested in that worker, including his or her training, seniority, and their job security. American Facility Services has grown 20% per year for the last five years and we anticipate the same growth for the future by maintaining, monitoring and improving upon the quality of janitorial/custodial services that we provide to our clients. American Facility Services carries more insurance coverage than the industry standard due to the level of requirements requested from our current clients, i.e. Internal Revenue Service — Martinsburg Computing Center, Kearneysville, VA; Fort Hood Army Base, Fort Hood, Texas; Home Depot World Headquarters, Atlanta, GA; and Robins Air Force Base, Warner Robins, GA, among others. American Facility Services is committed to controlling quality at every level of functional and administrative activity, across the project lines. Our Quality Control Plan for the referenced solicitation has been designed to promote and maintain superior contract performance. It combines traditional, inspection -oriented processes with progressive, education- and training - oriented protocols to form a Total Quality Management package that will meet or exceed all contract requirements. One of the main objects of our Quality Control Plan is to minimize Job Performance Omissions and Job Performance Errors in Cleaning Procedures, before they become problems to the Building Occupants. For this project, our primary objectives will be to ensure that on a regular and routine basis, all services are performed: (1) On schedule and to the complete satisfaction of our client (2) In a manner that continually improves the quality and timeliness of services. Further, all services are inspected by the Project Manager, on an unscheduled basis, and by the Supervisor, on a more intense level. American Facility Services will accept comments from any person in the Facility, via E-mail, Suggestion Box, Verbal (which is immediately written down by our employees) and any other avenue of communication available. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770.475.7720 www.americanfacilityser,vices.com ANNrMMATr=!,4R1- •,�• I ON Company Profile, continued American Facility Services Shops for supplies in an effort ensure that we are receiving the best value for our dollar. We also hold short training meetings covering cleaning procedures and proper use of materials to reduce and minimize the waste of materials, cleaning and paper products. We are constantly alert for new cleaning methods and products as they appear on the market. With the Client's permission, we occasionally test new products, ideas and materials, to stay on the cutting edge of the industry. American Facility Services has made an effort to support all efforts in "Green" cleaning. We have full support of our primary vendors to obtain and utilize Green Certified products and equipment in conjunction with the newest methods to meet and exceed requirements for Leeds Certification. If obtaining Leeds Certification for your facility is a goal that your company has established, we are the best Janitorial company to assist your efforts to achieve this goal. ------------------------------------------------- Affirmative Action Plan American Facility Services has put in place and maintains an Affirmative Action Plan for: Females Minorities Disabled Veterans Equal Employment Opportunity Policy Statement This statement shall serve to confirm that American Facility Services provides equal opportunity for everyone regardless of age, sex, race, creed, national origin, religious • persuasion, marital status, political beliefs, or disability that does not prohibit performance of essential job functions. In addition, laws regarding veterans' status are observed. This is reflected in all of American Facility Services' practices regarding hiring, training, promotions, transfers, and rates of pay, layoff, and other forms of compensation. All matters relating to employment are based upon ability to perform the job as well as dependability and reliability once hired. 1325 Union Hill Industrial Court, Suite A. Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770.475-7720 www.americanfacilityservices.com Executive Management Profile Summary OR Rhonda McCann -- Chairman of the Board, Secretary 5945 Whitestone Lane Suwanee, GA. 30024 Mrs. McCann is 51 % owner of American Facility Services, Inc. Prior to 1991, Mrs. Rhonda McCann was the sole proprietor of a cleaning material and paper supply firm for approximately five years. Mrs. McCann has received her BA degree in business. Rhonda is available to assist with company efforts at every level. Kevin McCann - President 5945 Whitestone Lane Suwanee, GA. 30024 Mr. McCann is part owner of American Facility Services, Inc. Mr, McCann started Atlanta Building Maintenance with Mrs. McCann in 1991. The corporate office staff is supported by Mr. McCann on a daily basis. He is involved in every account on both the client and internal management levels. Mr. McCann maintains a professional working relationship with all his employees and customers at every level, Harold Angel — Director of Operations 131 Misty Hollow Way Woodstock, GA 30188 Mr. Angel started with the company when it was known as Atlanta Building Maintenance Company, Inc. in a Manager role. With his proven dedication and outstanding work ethic, Mr. Angel has moved into the critical business role of Director of Operations. Mr. Angel is available at any time to support our Account Managers and Customers that may need his assistance in any matter. 11 V 0 N U V � CD .� 0 CD C O Qi "' _ = U' C .*.i 0 m •V (D m L2 U) Q V E a 0 -p U c� 0 N --J J UL 0 • • Janitorial Services City of Tamarac, Florida November 25, 2008 Organizational Structure Headquarters Location: 1.325 Union Hill Industrial Court Suite A Alpharetta, GA 30004 Phone: 770-740-1613 Fax: 770-475-7720 email: abminc@bellsouth.net Kevin McCann, President Cell 770-318-9787 email: kmccann@bellsouth.net Rhonda McCann, C.O.B. / Corporate Secretary, email: r_hondamc(c-Dbellsouth.net Director of Operations: Harold Angel Cell 770-318-9786 email: haroldan_qelabm msn.com Account Managers: Responsible for assigned Contracts. Jim Guthrie Jay Hobbs Bud Norris George Jones Chip Newport, WV Oscar Pavon, AL Ahmad Khan, TX Chris Davis, TX Jim TrifanofF, FL Account Manager/ Floor Specialist - Responsible for assigned Contracts, and Special Floor work: Matthew Mullins Cell: 770-560-8976 Account Manager: Mark Thompson Cell: 770-318-4318 Email: marknorc8@aol.com Office Staff - Key Personnel Teresa Lantz — Office Manager responsible for Human Resources/Payroll, and all Accounting functions. Receptionist reports to this position. Email: treelantz(a)bellsouth.net Donna Pruitt -- Purchasing Manager responsible for Equipment and Cleaning / Paper Inventory and Contract Jobs' deliveries/Supplies, Cell Phones and Insurance. Delivery driver reports to this position. Email: dondry(ftellsouth.net D.J. Santos — Warehouse / Deliveries Pat Walters — Bid Writer / Contract Admin. This position is responsible to prepare Formal Proposals and new Contract start up's, e.g., Bonds, Insurance, etc. Email: abminp(aabellsouth.net Anita Sweet -- Receptionist Email: asweg P_bellsouth.net General Cleaning Staff: Day Porters; Floor Technicians: Existing Staff will be considered to continue in current positions, if acceptable/approved. 0 J C. "a' 4 -_ Emergency and Office Contacts Kevin McCann — Owner Rhonda McCann — Owner President Administrative Team Leader Office, (770) 740-1613 X202 Office: (770) 740-1613 X203 Harold Angel — Director of Operations Office: (770) 740-1613 X204 Cell: (770) 318-9786 Jim Guthrie — Account Manager Office (770) 740-1613 Cell: (404) 391-3044 Jay Hobbs — Account Manager Office. (770) 740-1613 X212 Cell: (770) 294-9513 Matt Mullins — Floor Technician & Acct Mgr Office: (770) 740-1613 X207 Cell: (770) 560-8976 Mark Thompson — Account Manager Office: (770) 740-1613 x209 Cell: (770) 318-4318 Teresa Lantz — Administrator / Accounting Office: (770) 740-1613 X203 Donna Pruitt — Purchasing Office: (770) 740-1613 X210 Anita Sweet — Receptionist Office: (770) 740-1613 X201 Pat Walters - Bid Writer / Contracts Office (770) 740-1613 X208 Oscar Pavon -- Account Manager Office (770) 740-1613 X205 Cell: (770) 318-9785 D.J. Santos Warehouse & Local Deliveries Headquarters Office hours are Monday thru Friday, 9:00 am to 5:00 pm. Each Account Manager and Executive has a Blackberry Cell phone assignment with email capability. We also have a 24-hour voice mail system in place, so that managers are able to respond to emergencies in a timely manner. Our office and employees utilize Email to enable us to communicate quickly and efficiently. Email addressess are provided on our Corporate Organizational Chart. Any additional information requested, will be provided upon award of contract. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770,475.7720 www.americanfacilityservices.com • �1ir1Ca11� E u City of Tamarac Citywide Janitorial Services BID NO. 09-01 B 11 /25/08 Section 4 Quality Control Program General Cleaning Inspection / Feedback Form Sample Schedule Key Control and Security Personnel Training Uniform Policy / ID Badges 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770,475,7720 www.americanfacilityservices.com • �erican' Quality Control Plan AMERICAN FACILITY SERVICES, INC. is committed to controlling quality at every level of functional and administrative activity, across the project lines. Our Quality Control Plan for the referenced solicitation has been designed to promote and maintain superior contract performance. It combines traditional, inspection -oriented processes with progressive, education- and training - oriented protocols to form a Total Quality Management (TQM) package that will ►neet or exceed all contract. requirements. . For this project, our primary TQM objectives will be to ensure that on a regular and routine basis, all services are performed: On schedule and to the complete satisfaction of our client In a manner that continually improves the quality and timeliness of services. The overriding objective of TQM is Continuous Process Improvement (CPI). The key to CPI is a carefully planned, rigorously enforced inspection program, carried -out by qualified and motivated team leaders at every functional level of program activity. The result of CPI is enhanced productivity, improved performance, and exceptional customer relations. The following sections provide a snapshot look at the policies and procedures we will implement. General By definition, Quality Control is the formal and informal process of inspections, deficiency reports, and corrective action cycles used to quantitatively, systematically, and accurately verify the quality and timeliness of services provided to our customers by AFS contract personnel. Our traditional quality control directives combine self -inspection by motivated, qualified on -site managers with random, informal observations and scheduled, formal inspections by an independent Quality Control program faction. In this way, we reaffirm the responsibility of supervision to provide quality services while validating those services through separate and independent channels. Key Personnel Our Project Manager and On -Site Manager will head our Quality Control Program. They will 40 report directly to our Director of Operations, Mr. Harold Angel, while maintaining a "dotted line" relationship with our customers. This ensures quality control integrity while maintaining a daily dialog between managers. He will make frequent visits to the project to ensure that the QC Program is being executed properly and that the On -Site Manager is receiving all required corporate support. Each manager and crew leader supports the Project Manager. They act as supplemental inspectors for recurring work and work orders. They also conduct and participate in preparedness drills for safety and security. All levels of supervisory leadership participate actively in the TQM process. 1325 Union Mill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770.475,7720 Page 1 • 1�I1�Tl Quality Control, Continued: Inspection System AMERICAN FACILITY SERVICES, INC. will employ two specific methods for identifying and correcting deficiencies: 1. Quality Control inspections; and 2. Quality Assurance Audits. Quality control inspections are examinations and observations performed by management and supervisory personnel to determine completeness of work and conformance to established standards. Inspections may be formal (using inspection checklists) or informal (consisting of professional observations). Whereas QC inspections examine work, QA audits examine work processes and supporting documentation. Quality Assurance audits entail extensive reviews of logs, reports, checklists, methods and procedures, performed at specific intervals by our On -Site Manager. Of the two methods discussed above, by far the more prevalent is inspections. Our On -Site Manager will implement and oversee the day-to-day operations of our inspection program. Our inspection program is designed to: Detect and correct minor deficiencies before they become full-blown problems; Establish protocol for reporting, documenting, and tracking discrepancies; and Provide training and education to prevent reoccurrence. The specific types of inspections AMERICAN FACILITY SERVICES, INC. will employ on the project include: ■ 100% Inspection: This method ensures that all program activities during a pre -determined performance period are evaluated for completeness, timeliness, and quality. Our Project Manager will perform 100% inspections not less than four times each contract year, nor less than once each quarter. CO -approved checklists will be employed. Results will be documented and maintained in the QC file at the Work Control Office. In addition, our Project Manager will perform a 100% inspection of all work tasks that affect personnel safety or property security. ■ Random Sampling: Random sampling is used when the work being checked is repetitive and sufficiently voluminous to make 100% inspection impractical or unaffordable. Recurring work, such as daily cleaning, will be inspected on a random basis. ■ Periodic Inspections: In -process inspections of all tasks occur on a continuous basis by on site management. Checklists are used to identify what to look for during the inspection and to provide a method for determining whether the work -in -progress is acceptable or unacceptable. Determination is based on the number of checklist items that do or do not meet stated standards. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770,740.1613 Fax. 770.475.7720 • Page 2 • �ericart� E Quality Control, Continued: • Corrective Action Inspection: All corrected deficiencies are inspected by the On -Site Manager to ensure conformance with program standards. The Project Manager reviews all inspection records and deficiency reports. Inspection Frequencies Quality inspections are conducted at various frequencies, depending on the facility or system to be inspected. Based upon the specific requirement, our quality inspectors perform scheduled, unscheduled and random visits to work sites. During these visits, each aspect of the system, equipment or facility is subject to detailed observation to determine operability, adherence to required maintenance frequencies, safety procedures utilized, and adherence to specifications. Inspection frequencies range from daily observation performed by lead personnel and management to quarterly inspections by the corporate office. A series of checklists that breakdown each basic function being performed in relation to its component requirements are used in the evaluation process. Quality inspections are conducted on all prime contract work as well as on in -coming materials and equipment. During phase -in, our Project Manager will finalize formal (scheduled) QC inspection frequencies for all required tasks and functions. Once done, a.11 inspections will be included in our Annual Work Plan and Master Schedule of activities. Inspection Checklists QC Inspection Checklists are worksheets used for evaluating procedures and assessing quality and timeliness of service. Our Project Manager, when conducting formal inspections of both work -in -progress and completed tasks uses them. Checklists are specifically tailored to the particular task or service being performed. Checklists are designed to: 1. Identify step-by-step procedures that make up a specific task; 2. Provide evaluation criteria; 3. Document deficiencies and corrective action; and 4. Provide an official record for AMERICAN FACILITY SERVICES, INC. and our customer Detailed, site -specific QC checklists will be finalized during phase -in and submitted for approval prior to contract start. Reports and Record Keeping Our Quality Control program uses a variety of forms and inspection procedures. They are designed to assist on -site managers when assigning duties, supervising workers, and conducting inspections of work, both in -progress, and completed. We combine these formal methods with consideration to any and all customer comments on responsiveness and performance. We have found that a combination of proactive attention to detail, adherence to the principals of Total Quality Management, and swift decisive response to customer feedback is key to providing high quality services. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 . Office: 770,740,1613 Fax: 770.475,7720 Page 3 • �nerican'� m Quality Control, Continued: Any person involved in the evaluation of an activity may generate QC records. All periodic and regularly scheduled inspections require the use of a checklist which, when completed, becomes a QC record. Records are clearly identified to permit tracking. For example, records of inspection indicate the inspection procedure used, the performance date, which performed the inspection, area/section inspected and the results of the inspection. The primary report associated with the QC Program is our Quality Control Deficiency Report (See Figure 1). All work not conforming to project standards is considered a deficiency. The On -Site Manager files a Quality Control Deficiency Report. In addition, the Project Manager may, at his discretion, recommend further action to ensure against reoccurrence. Such recommendations might include additional training, procedural changes, improved work techniques, equipment changes, scheduling or location changes, personnel or responsibility changes, or even disciplinary action. The report will be dated and signed by the cognizant Manager and filed in the Work Control Office. Our Project Manager reviews all Discrepancy Reports. )Figure 1 Quality Control Deficiency Report AMERICAN FACILITY SERVICES, INC. QUALITY CONTROL DEFICIENCY REPORT DATE: REPORT NUMBER: Title/Description: Discrepancies: Corrective Action Taken: Resolution: Workman Counseled; Inspector: cc: QAE; QC File (Over for Manager/Supervisor's Recommendations) Date: 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office 770.740,1613 Fax. 770.475.7720 Page 4 Quality Control, Continued: Inspection Coordination Our Project Manager participates in planning all aspects of the contract to properly provide required functions, but just as importantly, to ensure that quality control is factored into all activities. The Project Manager has the authority and responsibility to institute remedial and preventive actions, as necessary, to safeguard an effective QC program We pursue a multi -faceted approach to quality control, regardless of which service area. (management, maintenance, environmental compliance, etc.) is being evaluated. The process begins with a thorough evaluation of work specifications and related contractual requirements. The second phase of our program relates to actual inspection and analysis. We consider employee sensitivity, awareness of facility conditions, and user preferences to be an integral part of employee training at all of our projects. As part of our quality process, TQM and on -site training programs, our staff is required to be observant for potentially dangerous, wasteful, or other undesirable conditions, and to notify a supervisor or lead when such conditions are detected. We instruct our workers to note minor problems such as burned out lights or dripping faucets while engaged in routine activities. Workers note the location and the time observed and relays this information to Work Control during or at the end of the shift. These items are then coordinated with the customer and added to the service call backlog for correction. Our employee training includes awareness of facility conditions, team responsibility and procedures for identifying problem areas. Each supervisor is responsible for conducting quality checks of all work performed (scheduled and unscheduled) in his or her respective area of performance. Deficiency Identification Informal inspections are conducted to ensure contract compliance and the effective delivery of quality service. Monitoring is expedited by reviewing specially developed, pre-printed checklists. Deficiencies discovered during routine inspections are then discussed with the appropriate worker and corrected, if possible, on the spot. Persistent problem areas are addressed at weekly meetings in the spirit of collectively arriving at a solution. Our experience at other major Federal installations reveals that the uniqueness of having quality control built into the performance of work, and not merely as a matter of after the fact follow-up produces a higher level of quality service. Moreover, because of the high quality standards set and adhered to, we believe our customer surveillance tasks are being significantly reduced as well. The On -Site Manager conducts inspections on a random, unannounced basis. A series of checklists are used that break down each basic function performed within a service category into its constituent or supporting tasks. Checklists provide a means to evaluate and record the actual performance of tasks. Once completed, the checklists are presented to the Project Manager for review and a copy is filed as permanent record. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 • Office: 770.740.1613 Fax: 770.475.7720 Page 5 .gyp• � -_ - Quality Control, Continued: Documentation The On -Site Manager summarizes all quality inspections performed for that period and that information is submitted to our contact. A monthly report is prepared and submitted to the Project Manager with a copy furnished to our corporate management and our contact if desired. This report includes an Inspection Summary and a copy of all inspection sheets and checklists. The Inspection Summary provides each of the areas inspected; the number of inspections performed; the number of deficiencies identified; and if the service was satisfactory or unsatisfactory. A summary analysis of all Customer Complaints and Re -Work Orders also will be included in the report. Documentation and reports are prepared and maintained on file in the Project Office. These reports and files are available for review upon request. The files are organized and easily accessible to all authorized individuals. Review and Analysis Monthly meetings are held between the Project Manager and other management. These meetings provide the management team an opportunity to compare the most recently completed month's performance to all previous months. Areas with potential problems receive immediate attention to prevent the service from being unsatisfactory and to circumvent negative trend development. Annual Updates Updates will be made to the Quality Control Plan at least annually. All changes to the plan will be incorporated with a formal submittal made to our customer during the month of contract renewal for each year. All changes are subject to approval. Quality Assurance Each manager and employee is asked to cooperate with and assist with the performance of this contract. This includes working with them to ensure that they are kept abreast of routine and/or changing conditions, as well as assisting them in the course of their inspections or surveillance Performance Evaluation Meetings The Project Manager will meet at monthly intervals with our contract contact to discuss project performance. These meetings will provide a forum for discussing mutual matters of concern; however they will not be a substitute for daily interface with our customer. Quality Control Corrective Actions Program A key element to a successful Quality Control program is preventing and correcting deficiencies. By identifying possible deficiencies before they amount to actual deficiencies, and by noting areas of weakness before recurring deficiencies occur, AFS is able to maintain a proactive Quality Control program. Our Quality Control Plan will verify or improve the quality of the work through our Quality Control system of inspections and corrections. (Figure 2) is our corrective action cycle through which each task completed or in progress on the project will be monitored. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 . Office. 770,740,1613 Fax: 770.475.7720 Page 6 • ATff1C�Tl! Quality Control, Continued: Tracking /Prevention of Performance Deficiencies To reiterate, AFS uses a total quality management effort to update and ensure that our QCP is functioning properly. We combine this with our inspection system and accompanying inspection schedule to detect quality control problems before they amount to a deficiency or discrepancy. As part of the QCP, Deficiency Reports will be segregated by functional areas to provide for ease of tracking, as well as to identify negative trends and systematic problems by functional area. All inspection findings are documented so that the following subsequent actions can be taken: • • Employees are recognized when their level of the work performance is considered "noteworthy;" • Employees are informed when their level of work performance has diminished below previous levels, yet is still being performed at a "satisfactory" levels; • A Deficiency Report is initiated to correct any task where the performance level has diminished below previous levels; • A Corrective Action Request is initiated to correct any task that has been rated less than "satisfactory;" • Inspection Reports will be submitted to the Proj. Mgr, our Corporate Office, and the Client. • Routine monitoring activities, such as our continuous inspections, also significantly reduce the potential for future situations by signaling the need for timely corrective actions. • A combination of these activities, carefully supplemented by the previously identified methods, will be applied to prevent deficiencies and, where necessary, attain the earliest possible correction. Figure 2 Corrective Action Cycle Inspection as Required Deficiency Report Corrected Reinspection Trend Analysis Information to QCM and PM for preventative measures and/or policy changes 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 . Office: 770,740.1613 Fax: 770,475.7720 Page 7 • �neric�ul' Quality Control, continued: Corrective Actions, Long and Short Term If a deficiency does occur, AFS uses a two-tier strategy to address the problem. First, in the short term, the On -Site Manager will prepare a Discrepancy Report and initiate corrective actions immediately to eliminate the situation. After correction, the work is re -inspected to ensure that our customer's and corporate quality control standards are met. The On -Site Manager will then complete the report detailing what corrective actions were taken. Second, the Project Manager analyzes the Discrepancy Report for trends or procedural and systematic problems and . determines the course of action to correct the long-term problem. For example, be may recommend: • Additional training; • Procedural changes; • Improved work techniques; ■ Equipment changes; • Personnel or responsibility changes; • As a last resort, disciplinary action. Documenting and Enforcing QC Operations Our On -Site Manager will maintain a local file of inspections at the Site Office. The file will provide evidence that the scheduled quality control inspections are being performed. The file will contain: ■ A copy of our QCP; • A copy of all completed quality control checklists; • A copy of all quality control reports; ■ A copy of all corrective actions taken; • A copy of all service calls documentation. The inspection files will be systematically analyzed and used for the prevention, detection, and correction of quality control situations. Our Project Manager will establish requirements for record control and retention. The On -Site Manager will make Quality Control records available for review or inspection any time during the contract. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 • Office 770,740,1613 Fax. 770.475.7720 Pace 8 • General Cleaning Inspection Checklist I FEEDBACK FORM Date: Inspected By: .......... ................................................. General Cleaning,T� ....... :11,111,11111, ........... ..... Trash Removal ......................................................... Dusting .......... ............. ........... ...... —, ...... Spot Removal; Walls; Doors & Partitions .................... ......................... Metal Polishinq., .... .............................. Glass Cleaninq ..................... -- ... ................. T Water Fountains ..................... ....... .... Janitor Areas ......................... I ................................... Location: Gleaner: ............ .................................. ....... ..................... ..... . ......................... .............. .. ..... ......... ..................... ........... I .................................................. Restroom Cleaninq,T�#� ..... Cleaned and Disinfected ............ ...... ........................ .... . ...... .............. - ... ..................................................... . ............. Floors* ..................... 11.1 ......... ..., .......... I ......... ....... .......................... ........... . ................ .............................. ................... ­­ ...................... Areas to be improved: Comments: Hazardous conditions: Items in need of repair. 0 64 a■■■■■■■■■■■■■■■■■■ o 8■■■■■■■■■■■■■ ■■■ 0 ®■■■■■■■■■■■■■■■■■■ W I....... a■■■■■■■■■■■ ■■■■■soft ®■■■■■■■■■■■■■■■■■■ a MEMEMOMMEMOMMOMM o■ LU ®■■■■■■■■■■■■■ . ■■■■ ®■■■■■■■■■■■■■■■■■■ Z ®■■■■■■■■■■■■■■■■■■ _ i■■■i■■■■■■■■■■■■ W 21 ::: w N C O ca Y t11 y y O O U m r a. a - ,: . co : EL a • • .. .0 CL co J_ rZ .2 T 0 w 0 w . co 0 0 N T T Q) U • 11 a W "`w; 0■■■■■■■■■■■■■■■■■■ 0■■■■■■■■■■■■■■■■■■ wul 10 ®■■■■■■■■■■■■■■■■■■ Y ®■■■■■■■■■■■■■■■■■■ 0 zIl ■■■■■■■■■■■■■■■■■■■ z W N O O r+ N CL �w r m rL ,. -co -- H • Key Control and Security Plan The Account Manager will assign a Key Control Administrator, This will be done in writing and approved by the Contracting Officer. This position will be filled by a person on the staff of American Facility Services who the Account • Manager has full confidence in their ability to perform these required duties. The Key Control Administrator will institute a program that indicates all keys on hand, keys issued, to whom, date keys were issued and returned, as well as signatures of person receiving keys and taking full responsibility for them. A complete key control register will be maintained for review. + Criteria for Issuing Keys, Keys will only be issued to authorized personnel who will perform duties required by this contract. The Key Control Administrator is responsible for enforcing this issue. All keys will be returned immediately upon termination of employment, upon transfer to another building, or upon request. American Facility Services holds all right's to Detain Paychecks until keys and documentation is completed or returned to the Key Control Administrator. No Key issued to AFS for janitorial service purposes shall be duplicated. • Key Storage. When not attended or in use, keys shall be secured in a container of at least 20-gauge steel, and secured with a locking device, Access to the Key Storage will be limited and secured when not in use. Lost, Misplace or Stolen Keys. Individuals shall report lost or stolen keys immediately to the Key Control Administrator. In the event of a lost, misplaced or stolen key, the Key Control Administrator will immediately notify the Account Manager, which in turn will complete the necessary farms and notify the Contracting Officer. For any reason if the assigned personnel are unable to lock an area that was unlocked by them, Police will be notified promptly. All incidents will be included in a formal report to the customer, which will be completed by the Key Control Administrator and Account Manager. It is the Sole responsibility of American Facility Services to replace, re -key, or reimburse the cost for any lost or stolen keys. Contract Requirements for Key Control will be adhered if different than our standard procedures. 1] PERSONNEL Staffing The ability of American Facility Services to find and maintain a competent workforce in sufficient numbers to meet the needs of our customers is beyond question. Immediately upon notification of contract award, American Facility Services will look at the personnel requirements. In contracts of this magnitude, our initial step is to contact the existing supervisors and personnel, American Facility Services would then offer to continue anyone's employment as long as they meet our qualifications and are acceptable to the owner. In a situation where the existing project manager is solicited and decides not to join our team, we would offer them a temporary position as a consultant for the start up period. Before any final decisions are made American Facility Services will submit a list of all interested personnel to the owner for approval. Our second step is to provide a working crew; AFS will again offer to continue employment will continue with all existing custodial crewmembers. American Facility Services would immediately fill all remaining positions with experienced individuals. Our criteria for an experienced individual are: two or more years in the janitorial field; must by versatile and able to take direction and instructions; must be able to communicate, both in writing and orally, in the English language; and they must be a U,S. Citizen or possess a Alien registration receipt card form 1051 and be legally able to work in the United States. Personnel Security / Screening American Facility Services will screen all applicants to include, but not limited to, requiring the applicant to complete an employment application, conducting a formal interview with the applicant, reviewing the Housekeeping Rules and Regulations with the applicant, and conducting a thorough reference check. All of the screening process will occur off -site and shall not be performed by any on -site employees of the Contractor, including the Project Manager. All expenses incurred by American Facility Services in its in-house pre -employment screening process shall be the sole expense of American Facility Services, With respect to each applicant, a copy of the results of the pre -employment screening process will be sent directly to Managing Agent if requested, American Facility Services will supply evidence of suitability checks for each proposed employee and understands that the sufficiency of such evidence is to be determined by the Contracting Officer. The suitability check, conducted at the American Facility Services' expense, will consist of limited personal background inquiries pertaining to verification of names, physical description, marital status, present and former residences (3 years), education, employment history, arrest record, personal references, fingerprint classification, and other information related to the preceding areas of each employee. In addition, police record checks will be made and all results shall be transmitted to the Contracting Officer immediately. American Facility Services will also submit completed suitability forms for all employees. American Facility Services will maintain during the term of this Contract certain documentation in its files off - site for each employee, including the applicant's employment application, criminal history, employment history, 1-9 form and fully executed copy of the Housekeeping Rules and Regulations. 0 Training Over the years, American Facility Services, Inc. (AFS) has developed proven training methods to let employees know exactly what is expected at each job and within each task. We have found that when shortcomings occur, inadequate training is usually the cause. That's why training plays such an important role in our contract management system. We take considerable pride in ensuring that only a properly trained cleaning staff is involved in the maintenance of your property. In new contract jobs where existing service workers are retained, AFS will provide an orientation session to introduce them to our company and excite them about joining the AFS team. AFS will ensure all training required by the contract is administered Orientation: A new employee is welcomed to the company through our orientation program. We -recognize that the first two weeks on the job create a powerful and lasting impression, and orientation training is designed to teach basic cleaning techniques and to show new workers the meaning of teamwork. We also give them a set of written rules and specific information on theirjob assignments. Following this orientation session, and within the first two weeks after we assume control of the contract, all employees will be given procedure and safety classes on all of the following subjects that apply to their assigned tasks: Environmental Responsibilities Introduction to Assignments Chemicals Tools & Equipment Restroom Cleaning Housekeeping Common Mistakes Hard -surface Floor Care Methods Employee Safety Shampooing Methods At the beginning of each six-month period, AFS's management team will perform additional assessments of the work being performed to determine if additional training is needed. Advanced Techniques Following our initial training efforts, AFS will incorporate additional training techniques into our daily working environment. These will include: Simulation Training: under this .program, AFS duplicates exactly the cleaning situation — either on an actual job site or in a simulation room. Such simulations are conducted at times other than specified cleaning hours. Classroom Training: Conducted by a project manager, shift manager, supervisor, or corporate officer, AFS training classes include slide presentations, videotapes, and other professional training aids. Special presentations are tailored to demonstrate special needs — such as clean room environments, medical areas, and electronic manufacturing plants. Job Rotation: To ensure that service workers develop a broader array of skills than those required merely to execute their assigned tasks, AFS has created a series of planned job rotations. Under this program, employees will become proficient in many areas, making AFS's overall service more flexible to the special or changing needs of clients and more valuable, too. On -The -Job Coaching: This is a form of continuing apprenticeship for workers who have already achieved all the basic skills necessary to fulfill their job assignments. Such coaching constitutes continuing education designed to raise skills above the basic levels and to improve worker productivity. • Uniform Policy It is the policy of American Facility Services, Inc. that employees are neat, clean, and in uniform at all times while they are on a job site. ■ Neat and clean is defined as: no excessive jewelry, hair groomed, men must be shaven. ■ Uniforms are supplied by AFS at no cost to the cleaning personnel. ■ All Day Porters (male or female) will be required to wear khaki pants and blue cotton (Oxford style) shirt. ■ Night Time cleaners (male or female) will be required to wear a blue collared (polo style) shirt, or a blue smock, either of which will have the American Facility Services logo on it. ■ Personnel required to perform outdoor duties will be supplied with a jacket and hat as needed. ■ AFS employees will wear a company / name badge on their shirt for identification purposes. ■ Protective gear / clothing / equipment, such as goggles, gloves, etc. will be provided by American Facility Services and worn by employees as required to perform certain tasks where necessary to ensure safety of the employee. • ■ Picture ID Badges will be made available for this job, if required by the RFP/contract. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax: 770.475.7720 www.americanfacilityservices.com �r1 City of Tamarac Citywide Janitorial Services BID NO. 09-01 B 11 /25/08 F­9 l J Section 5 Green Cleaning Program -General Information -BETCO Green Solutions -Equipment Inventory -Chemicals List -Green Seal Products 0 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740.1613 Fax 770.475.7720 www.americanfacilityservices.com n 1� r-, • WHAT IS GREEN CLEANING? Executive Order 13101 defines Green Cleaning as the use of products and services that reduce the health and environmental impact compared to similar products and services used for the same purpose. Another definition of Green Cleaning is cleaning to safeguard human health while minimizing the impact to the environment. Its goal is to protect the health of building occupants, visitors and cleaning personnel, as well as reducing polluting effects on our air and water. Unlike traditional cleaning, it goes far beyond simple appearance, focusing on products and services that have fewer adverse health and environmental impacts as compared with others that might be used for the same purpose. For the past two decades, the major emphasis in the JanSan industry has been to find new ways to "do more with less". Accordingly, most new cleaning procedures, products and systems have been developed with the primary goal of improving the productivity of cleaning personnel and reducing costs. Although these aspects are important, the health of the facility and those who live, work or occupy it have not received the same deserved attention. Green Cleaning changes all of this by helping to clarify the connection between cleaning, health and the protection of our environment. Green Cleaning is more than just using "green" products. The success of a green cleaning program is dependent on numerous other factors. While the selection of product is important, it will have little effect in an otherwise inadequate cleaning regimen that leaves facilities dirty and the health of occupants, visitors and the environment at risk. Green Cleaning encompasses a total program including chemicals, procedures, equipment, paper, liners, mops, matting, everything used in an effective cleaning program, The movement toward green cleaning does not imply that traditional methods are inadequate or have created unsafe conditions. Instead it can be viewed as simply taking the next step beyond our current approaches to further reduce polluting impacts while continuing to maintain and improve the healthfulness, comfort and aesthetics of our surroundings. • 0 ;-7 0 BENEFITS OF GREEN CLEANING The primary benefit of Green Cleaning, with its emphasis on cleaning for health, not just appearance; is a cleaner, healthier building. A healthier indoor environment translates into many concrete, bottom -line benefits for building owners, managers, service personnel and building occupants. Increased Indoor Air Quality (IRAQ) and Productivity — Excessive VOCs, airborne dust and other indoor pollutants can cause numerous health problems among building occupants and workers, resulting in increased absenteeism and lower productivity on the job. The average American spends 80% of their time each day indoors and the EPA ranks indoor air quality as one of the top 5 risks in the US. A recent study estimated that the value of increased productivity and reduced absenteeism among office workers from better cleaning methods could be as high as $160 billion nationwide. Another analysis estimated that businesses could realize an increase in worker productivity up to 5% through improvement in indoor environment through better ventilation and cleaning methods. Reduced absenteeism is a key issue with public schools. A study in the Syracuse, NY school system showed improved cleaning practices increased attendance by more than 11 %, resulting in an increase of $2.5 million in state reimbursements. Other studies in elementary schools show a marked increase in standardize test scores from 20- 50%. Total illness has decreased by 20-300% in surveyed schools. Improved worker recruitment and retention -- A healthy indoor environment improves morale among existing employees, reduces turnover and facilitates recruitment of new personnel. People want to work in a healthy environment. Potential greater rental income — More tenants are aware of indoor air quality and will actually spend more per square foot in a "green" building. s Lower costs -- Better cleaning procedures and safer products can significantly improve the health of building occupants, reducing healthcare and insurance costs. Experts expect insurance companies to offer lower rates for Green Cleaned buildings in the future. Green Cleaning can also reduce the cost of environmental protection to the community as a whole. Correcting a problem at the source, such as using safer products, costs significantly less and is more effective than taking corrective action downstream at a later date. Recent California studies have shown a 30% yearly savings due to more efficient water use and a 20% savings due to more efficient heating and cooling systems. Fewer complaints -- As the public has become more aware of the hazards of poor indoor air quality, building occupants have become increasingly intolerant of substandard maintenance. If the building is maintained better, there will be fewer complaints from the occupants. Q 0 Compliance with new governmental regulations --- In recent years, state, local and federal governments have increased their regulation of VOCs and other hazardous chemicals. By using less toxic chemicals, green cleaning helps insure compliance with current and emerging regulations. A number of states and municipalities have started creating tax incentives to encourage more responsible construction and maintenance procedures to protect people and the environment. There are numerous states and local municipalities that have mandated selected forms of Green Cleaning and more will be forthcoming in the future. Longer lasting buildings — Green cleaning extends the life of a facility's carpets, floors, furnishings, computers, • HVAC systems and other components. This reduces replacement costs and saves the owner money in the long -run. Recent surveys have shown as much as .30C to .700 annual savings per square footage total operational costs for the building. Better public image — With the increased publicity the indoor and outside environment has received in recent years, Green Cleaning will create a more favorable public image for companies Source reduction — A main component of Green Cleaning is the use of concentrated chemicals through a chemical management system versus using ready to use products. This will make an impact on the materials dumped into landfills each year. Also the use of recycled materials, paper and plastic, will impact the source reduction. • • AmriOWIFO-- SEkmas Specialized Cleaning Services' MARTA RFQ # Q15717 October 22, 2008 Environmentally Preferred Products, Supplies & Equipment • American Facility Services, lnc. has always provided the best quality of products and equipment available in the industry. We have implemented a Green. Cleaning Services program for our Company, our employees and to assist our customers in their efforts to become better stewards of our environment. We are proud of these efforts and hope our customers will also be able to benefit from these changes. Environmentally Preferable Products means products that have a lesser or reduced effect on human health and the environment when compared with competing products and services that serve the same purpose. The cleaning products that we are moving towards axe certified Green Seal products. Also with our cleaning equipment, we have determined alternatives that are more environmentally preferred and are migrating to these assets when possible. Soon, our entire inventory will be classified in this category. American Facility Services is now purchasing supplies that contain the maximum recycled content. These are the products that are now being stocked at our customer premises. American Facility Services will work with your organization to obtain and provide specifically requested products as required by the contract. 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office, 770,740.1613 Fax: 770.475-7720 www.americanfacilityservices.com I r %AIVWII WIUUIIIIIU LUUUUIvIIIF VII#UIJ Iv%jU Betio"s Green Leadership Position started in 1990 with the introduction, of ovr first Green earth Chemicol Management System and continues todoy... A// products in the Green Ecrth"' Chermcoi P;ogrorn hove environmentol;;, preferable ottr•ibvtzs improving both our inside and outside environmeni. Betio s Green Ect+ = Cleaning Program consists of products, proce6,rres and a;:7u )mer,t designed to hove a re,�uc?d enviranmentol impoct while mointoinin.g superior rl,a (,;r'=gin !'n;;h`' (Ianrlin7 Rnr�!mn a, specioily designed for a voriety of markets where our products can rr!a.4e ;7r, impact. Our �r:�grc7r is predicated on cleaning for heath cnd the environinent. Since 1 9.50 Betco has /ed the woy in ;nnovoricn anc. 50!1!110! ia!'r~ !1G"U517'L:l ci er"ICC7li C:nC: equipm,ant. Innovation, produCi, service cnd productivity, - that's coi., . ng .J 0 AO. "'0 . . . ........ Hard Floor Application Carpet Application Spray Bottle Application Bucket Fill Application a_ Autoscrubber Application Portable Application Foaming Application J� 7.1 Green 0 Betco's Green Earth' Formulations • No 2• butoxyethanol (bu yl�, no alkyl pnenol ethoxylotes (APEs). • No alkaline builders. • Diluted concentrates have pH less than 10.0. • Non -carcinogenic ingredients. • Non-combus"ible products. • Low skin, eye and respiratory irritation potential. Betco's Green Earth' Environmental Standards • Use solution does not contribute to smog formation. • No ozone -depleting substances. • Primary Packages are recyclable. ■ No heavy metals to disturb natural waste stream. GREEN AFFILIATIONS schools camoapn CORPORATE AFFILIATE ACIRI CLEANING INDUSTRY RESEARCH INSTITUTE Ll • 0 1b GREEN FLOOR CARE PRODUCTS Extend the Life of Your Floor! r - t Lta t, it may" WM e. • raemrrtm •.ew> 33647.00 n L) 33604.00 (1 galj / 33655.00 (55 gal.) 0e____N S4245.00 l2 L) / 54204.00 (1 gal.) 54104-00 (1 gal.) 54239.00 (5 got.) / 54255.00 (55 gal.) 54139.00 (5 gal.) / 54155.00 (55 gol.) L Item # I Product Benefits I Features Fragrance I Color Dilution I Coverage Size / Case 54245.00 / 54204-00 for use on all types of resilient the flooring. Fragrance Free 2000.3000 sq. ft./gal. 2. 1.25 gal./cs. 54239-00 / 54255.00 E Durable long-lasting finish. Opaque White IOuickCoar`il) GREEN EARTH® Floor finish E High gloss look and low odor formulation. 4 - 1 gal. (3.78 L)/cs. `'E4, 5 gaL (18.9L)/Bl8 "This product meets the Green Seal" environmental standard for 55 gal. (208L)/Drum W industrial and institutional floor core products based on its reduced cF.�+ human and aquatic toxicity and reduced smog potential". 34104-00 / 54139-00 / 54155.00 Suitable for stripping floors in any setting. GREEN EARTH© Floor Stripper E Removes green and conventional finishes. • Low odor, rinse free and low foaming formula. "This product meets the Green Seol" environmental standard for industrial and institutional floor core products based on its reduced r R,. human and aquatic toxicity and reduced smog potential", 33647.00 / 33604.00 / 33655.00 GREEN EARTHS Peroxide Cleaner Cleaner carpets with no resoiling. Excellent carpet spotter, E Perfect prespray before extraction. Neutral pH prevents alkaline buildup. 5£q �A• r` "This product meets the Green Seal" environmental standard for industrial and institutional cleaners 0-37) based on its reduced human and aquatic toxicity and reduced smog poten6ol". Fragrance Free Concentrate 1:4 4. 1 gal. (3.78 L)/cs. Clear 5 gal. (18.9L)/BIB 55 gal, (208L)/Drum Mint Trogrance Concentrate 1:20 4 - 2L/cs. jFaslDrows) Clear 4. 1 gal. (3.78 L)/cs. 55 gal. (208L(/Drum =o 5 GREEN CLEANERS � �• AND DEGREASERS Versatile Products.,. Healthy Buildings 53647.5gciJ /5c$S5.00 5 5J639•QO (5 gal,) / SJ655.00 (55 gal.) ALA Arr i t� '�J ••�..r.� 'emu/ '•�J 1__ 53747.00 R L) 19847.00 R L) / 19837.00 (4 L) 5J547.0012 L) / 53537-00 (4 L) J3647-00 P L) / 33604.00 (1 gal.) 21747.00 (21) / 21704.00 (1 gal.) 53704.00 (1 gal,) 19804-00 (1 got.)/ 19839.00 (5 gal.) 5J504.00 (1 gal,) 33455.00 (SS gal.) 21739.00 (5 g❑l,J / 21755.00 (55 gal.) Ifern # I Product Benefits I Features Fragrance I Color Dillution I Coverage Size / Case 53647.00' / 53637.00 Removes soil from highly polished floor surfaces. Fragrance Free Concentrate 1:256 4 - 2L/cs. jfastorawl 53639.00" / 53655-00 • Fragrance free for use in sensitive cleaning areas. Yellow 2 -4 L/cs. ;'Green Earth°! GREEN EARTHO Daily Floor Cleaner • Maintains high glass, Use with a mop bucket or scrubber. 5 gal. (18.9Q/BIB 04` 55 gat. (2080/Drum �� "This product meets the Green Seal`' environmental standard for " industrial and institutional cleaners based on its reduced human and aquatic toxicity and reduced smog potential'.' 53747.00/ 53704,00 GREEN EARTHS' Neutral product cleans and disinfects in one step. lemon Fragrance Concentrate 1:256 4. 2L/cs, !Fasiomwsl Daily Disinfectant Cleaner • Excellent disinfectant for finished and non -finished floors. Light Amber 4. 1 gal. (3.78 ll/cs, • Broad spectrum disinfectant claims, virucidal and bactericidal. +�wM • Kills antibiotic resistant organisms including MRSA and VRE. 19847-00 / 19837.00 / 19804-00 Effectively removes soil from practically any surface. Natural Citrus Fragrance Concentrate 1:64 4. 2L/cs, iFas+oraw'! 19839.00 / 19855.00 GREEN EARTH® • Formulated with ingredients derived from natural sources. Amber 2 • 4 L/cs. !Green Earthl Natural All Purpose Cleaner • Streak -free cleaning, 4. 1 gal, l3,78 L)/cs. f♦ '" � 5 gal, (18.911/BI8 s+a uka 55 gal. (208 L(/Drum 53547-00' / 53537.00 / 53504.00 Streak free performance without butyl or ammonia. Fragrance Free _ Concentrate 1:64 4 - 2L/cs. iFcAraw-1 = GREEN EARTH't Glass Cleaner • Glass/mirror. Fragrance free for use in sensitive cleaning areas. Blue 2 • 4L/cs. !Green Earth m -- "This product meets the Green Sect`"' environmental standard for 4. 1 gal. (118 L)/cs. industrial and institutional cleaners based an its reduced human and c• q, aquatic toxicity and reduced smog potential". ` 33647.00 / 33604.00 / 33655�00 Versatile product can be used throughout the facility. Mint Fragrance Concentrate 1:20 4 • 2L/cs. !Fasoraw-, GREEN EARTH@ Peroxide Cleaner • Ideal for showers, tubs, and chrome. Clear 4. 1 gal. (3.78 l)/ cs. •Cleans and brightens file and grout surfaces. 55 gal. (208L)/Drum x This product meets the Green sear" environmental standard for ` industrial and institutional cleaners jG5.37) based an its reduced I� gee, human and aquatic toxicity and reduced smog potential". 21747.00 / 21104.00 Powerful degreaser removes tough sails and greases. m W Lemon Fragrance Concentrate 1;20 4 2l/cs. ,Fasrorc 21739.00 / 21755.00 Formulated with ingredients derived from natural sources. Green 4. 1 gal. (3J81)/cs. GREEN EARTHS Natural Degreaser Spray and wipe decreasing action. 5 gal. (18.9L(/BIB • Use with automatic scrubber for resilient or concrete floor cleaning. 55 gal. (2081)/Drum v r] READY -TO -USE AND SKIN CARE .Powerful Clearing formulas in a Coouenieol Package V. 91820-00 (Block Lotion) / 91822.00 i'Block Foami / 91819.00 (White Latian) / 91821-00 (White Foam) 78029.00 (1000 mL) / 78 129-00 (1000 ml) 16" 1 21812.00 (I quart) 3291100 (I quart) 30912.00 (1 quart) DilutionItem # I Product Benefits I Features Fragrance I Color 21812-00 Powerful degreaser removes tough toils and greases. Lemon Fragrance Ready -To -Use 12 • qts. (946 mQ/cs. GREEN EARTH® RTU Degreaser • Formulated with ingredients derived from natural sources, Green 01 • Natural cleaning with soy, oranges, coconut and pine. 32912.00 Versatile product (an he used throughout the facility. Mint Fragrance Reody-To•Use 12 - qts. (946 MQ/cs. GREEN EARTH® RTU Peroxide Cleaner • Ideal for showers, tubs, and chrome. Clear • Cleans and brightens file and grout surfaces. • Carpet spot remover. mm 30912�00 Powerful restroom (leaner without harsh acids. Mint Fragrance Ready -To -Use 12 • qts. (946 mLl/cs,GREEN ` EARTH@ RTU Resfrvom Cleaner •Far showers, tubs, and Toilets, Green • Removes the toughest soap scum and mineral deposits.^ 91819.00 / 91821.00 / 91820�00 • Clario " dispensers offer the unique ability to utilize White Dispenser N/A 12 dispensers/ cs. rw y 91822.00 CLARIO"' Skin Care Dispensers both liquids and foam in one dispenser. Black Dispenser r 78029 00 = Rich, yet gentle formula/certified Green Seal 6S-41. Natural Garden Fragrance Ready -To -Use 6. 1000 mL/cs. " CLARIO" e, Green '77, 't 'This roducr meets the Green Secr" environmental standard for _ GREEN EARTHle institutional hand cleaners hosed on its reduced human and aquatic — ( Lotion Skin Cleanser .' toxicity and reduced smag production potential'. • 78129.00 Rich, yet gentle formula/certified Green Seal 6S•41. Natural Garden Fragrance Ready -To -Use 6 - 1000 mL/cs.� f' CLARIO'" ` ` Green ' This producr meets the Green Seal` enviranmenrci standard for GREEN EARTHS, imhturionai bend cleaners dosed on ;ts reduced human and aquatic Foaming Skin Cleanser ` ry and reduced smog pr oduc'ion potential". ..-- - -- 7 EQUIPMENT Automatic Scrubbers and Burnishers AHigher Level ofClean i E83039-00 GENIE' APS E12601-00 Xr3 21 E83018-00 CREWMAN" OC2000 I L item # Product Uses I Features Productivity Dimensions E83039.00 Use for daily scrubbing of VCT, resilient, tontrete, Up to 10,000 sq.ft/hr. Length: 35" GENIE" APS textured/grouted floors. Width: 17" All Purpose Automatic Scrubber • Compact size cleans where other equipment can't; goes Height: 17" storage position anywhere a mop and bucket can go. Height: 44" upright position • Low 65 d8 noise level is ideal for use in occupied spaces. • Onboard charger with maintenance free 6oRery. E 12601.00 Use for dry and restorative burnishing. Up to 24,000 sq.ft/hr. length: 56" XT3 21 • Outperforms traditional battery burnishers, safer and more cost Width: 24.5" Battery Burnisher effective than propane burnishers. Height: 40.5 • law 70 d8 noise allows use during normal business hours. • Onboord charger with maintenance free batteries. E83018.00 5 CREWMAN" D(2000 L Dust Control High Speed Burnisher Use for dry and restorative burnishing. • Features highly effective dust control captures airborne particulate. • Low 70 dB noise level ideal for occupied spaces. • Eosy adjust pad pressure optimizes burnish performance. Up to 10,000 sq.ft/hr. Pad size: 20" GREEN EQUIPMENT Ergonomic and Productive vacuums and Extractors • A E8590J-00 SAC PAC LITE E85306-00 / E85807.00 OM 1400T / OM 180OF 1-00 FiberPRO® 8 Item # I Pmduct uses I FeaMes Productivity Dimensions E85903-00 Residential, commercial earpet, office partitions, blinds, draperies, Floor: 7,500 sq. ft./hour Height: 215" SAC PAC LITE vent and duet leaning. Stairways: 2,900 sq. ft,/hour 5 Liter Bat Pat Vacuum • Lightweight ergonomic design helps prevent operator fatigue, Partitions: 2,200 sq. h./hour • HEPA filtration, filters out 99,97% of contaminants a 3 microns. • Less than 70d8 sound level, ideal for use in occupied spaces. E85806.00 / E85807.00 Use for carpet, blinds and upholstery vacuuming. 14" - 3,300 sq, h./hour Length: 10" Base DM1400T / DM1SOOT • Powerful dual motor system optimizes cleaning, includes onboard 18" • 4,000 sq. 14,/hour Width: 14" / 18" Dual Motor Upright Vacuum tool kit with telescoping wand. Height: 47.5" handle upright • Optional HEPA filter, filters out 99.97% of contaminants @ 3 microns, Height: 61/4" handle lowered • Less than 70dB sound level, ideal for use in occupied spaces. E87304.00 Use for cleaning all types of carpets. Up to 2,000 sq.ft/hr. Length: 41" FiberPRO8 8 • Deep cleans all types of carpets in a single pass improving maximizing Width: 17,5" Self Contained Carpet Extrador productivity. Height; 34" ' Preferred method of cleaning, uses less chemical and allows carpets to dry in less then 24 hrs. • Unique roller support bar evenly bolcnces machine helping reduce eperator fatigue. n I CHEMICAL MANAGEMENT The Right Solution for Green Cleaning 91800.00 FASTORAWe 4 91806-00 FA5TDRAWe'PEROXIDE Itern 91043.00 FASTDRAVO 1 91801.00 FASTORAIMr'BUCKET FILL 91805.00 FASTDRAW FOAMER # I Product 91800.00 FASTDRAW® 4 Benefits I Features Smallest 4 product lockable dispenser in the industry. Gallons of Ready4o-Use Product 12 L Baffle 33647.00 GREEN EARTH® Peroxide Cleaner Four Product Dispenser • Dispenses into spray bottles, mop buckets, and automatic scrubbers, 34 gallons / 2 L Bortle Olt • Space saving design - mounts on either a flat wall or in a corner. • Lacking doors to prevent tampering or theft. 19847.00 GREEN EARTH® Natural All Purpose Cleaner • Durable polypropylene construction - suitable for the toughest cleaning environments, 34 gallons / 2 L Bottle 91806.00 FASTDRAW® PEROXIDE Clean your entire facility with one product. 11747.00 GREEN EARTHS Natural Degreaser 11 gallons / 2 L Battle Four Product Dispenser • One product convenience for multiple cleaning applications. a • Eliminate possible contamination with new "greed' proportioning system, • Space saving design - mounts either on a Nat wall or in a corner. $3547 00 GREEN EARTHS Gloss Cleaner 34 gallons / 2 L Settle • Durable polypropylene construction- suitable for the toughest cleaning environments. 53647,00 GREEN EARTHO Daily Floor Cleaner 91043.00 FASTDRAW®1 Small and ronvenient dispenser. 136 gallons / 2 L Bottle Single Product Dispenser • Simple design - bottles slide easily in and out of dispenser. 53747.00 GREEN EARTH® Daily Disinfectant Cleaner ate" • Small and lightweight - fits in virtual) an settin 136 gallons / 2 L Bottle Y Y J, L • Newly redesigned safety stop prevents accidental discharge. End User Bottles available in: Easy to install. 33632.00, 19832.00, 21732.00, S3532.00, 53732.00 91801.00 FASTDRAW® No wall spare, no problem, easily dispenses into mop buckets or scrubbers. PORTABLE BUCKET FILL Dispenses into mop buckets or automatic scrubbers. Portable Dispenser • Quick connect for instant water connection. 5; s • Easily screws onto FostDro0 bottle. 3f • Small and lightweight - conveniently transports on cleaning carts. 91805.00 FASTDRAWI' the best solution for shower (leaning. ' PORTABLE FOAMER • Instondy foam down large shower areas. Foaming Dispenser • Gun locks down for continuous foaming action, =" , Easily screws onto Fc;5*raw bottle. `Y. i Small end lightweight - conveniently transports on cleaning carts. C 'A e1 • 10 11 W GREEN TRAINING Tools lhaf Make Green Cleaning Easy ^I� 91263-00 / www.beka.com TASK CARD PROGRAM 91757.00 BETCO® FACILITY MANAGEMENT ESTIMATOR w_-_eye rc� 9119800 / www.beKa.cam FASTDRAVA WALL CHART PROGRAM C1eanl� Y �l 91179.92 GREEN CLEANING TRAINING LIBRARY 198-00 / www.betro.rom • Simply point and click to create your own unique wall charts, I CD/package -"DRAWS WALL CHART PROGRAM • The ultimate training tool to insure products are used correctly and safely. www.6etco.com .:,::omizahle Wall Chart Creator • Available in English, Spanish and French. • Customized logos for your unique facility. - 00 / www.betro.ram T= 180 PROGRAM .: i:ahle Task Card Creator RETC: ,: CITY MAN.i -AT ESTIMATOR 91178-'?; GREEN Clc.i;jy TRAINING . 1ARY • Simply point and click to create your own unique task cords. • Available in English, Spanish and French. • Customized logos for your unique facility. • Insures the right product is used for the right application. • Quickly and accurately recommends products and equipment for specific tasks and locations. • Help manage your budget. • Side by side comparisons. • Easily create workload information. • Provides background on the different agencies involved in green cleaning. • Discusses criteria for green products. • Includes a green building survey to help assess current practices and recommend improvements. • Comprehensive glossary explains terminology. • Green cleaning practices. • Frequently asked questions, • How to implement a green program, 1 CD/package www.60co,com 1 CD/package 10 workbooks/package r • CREATE A HEALTHY LEARNING ENVIRONMENT WITH BETCO'S GREEN CLEANING PROGRAM! Our extensive training resources insure the correct products and procedures are used consistently. FLOOR CARE Shiny flccrs ore a mustror ar,r, -cc' bur wit. mcr,v;rod;iar.Gr rod mG be r`l: 5he'd d�7�.vr1 th i orm y e drGin one into t"e erZv.n e^!. In Cdditiori. ,anV G:=YihOr'al 'inishe5 require hazardous sr,,;Pce15 to remove the tit'„sI1, w'Vith BetCGS Green orth= hi00r' ar'e program. r10 I1C--ardOU5 rmoter'iais g0 aown th,-? .^rein, strip 0Ljt5 Con be perfar.med wi 1' s:]fe r' Cl"ermistn"e5 i ana y0U doll t nave to socritice pertor•,rncncel GREEN CLEANERS The deoners used by the custodial sroff may have on impact on the students and fcculry of the schools. By swirching to sorer chemistries, Nithout sacrificing performonce, children and foculhy con perform in a safer environment cnd ,may lecd ;o reduced cbsenteeisnl. EQUIPMENT Use of cleaning equipment cor provide substontioi labor savings, but we must insure the equipment does not cause potenricl horm to the user, teachers cr students. Betcc's line cf green equipment include quiet F'B,°; filter vacuurms, o floor finish stripping mochitle to prevent occidentol chemical contoct, campoct outamotic scrubbers thot prevent potentiol contominarion from o mop or,d bucker and batrery burnishes whr;ch ore quiet without propone emissions. All Betcc's Green equipment come with gel batteries that eliminote ciongerou5 acid spills. SKIN CARE VUashino your hands is the most 9" Cti:e vGy to slop the spread of disease. But I process of cowinual bond vvoshirrg con lead to dryness and irritarior. With our Clario Green Earth' ) ski , Cieonsers, you hove Iwo pH balanced products to keep hand; cleon and free of irrirotion. . In oddition, our ne-west Fccming cleanser encourages kids to vosl, their hand> by dispensing a rich c;ecmv doom every time. For More Information, Contact: 888-GO SETCO www.betco,corn CE7rc The Cleaning Edge" J208 Betc. cc!pnr.;uo 1i;Gi 5:Ot9r!Av?nu? io;aao. Oh..v7 J36D7 �):2% 333-J6Z-332c • • • 1�1�r1C City of Tamarac Citywide Janitorial Services BID NO. 09-OIB 11/25/08 Equipment Inventory; The following contains a list of standard equipment that is normally used to perform our 0 janitorial services. This list is not inclusive for every job. J Ll Any equipment required for this contract that is not listed here, will be provided. Sanitaire Upright Vacuum Model SC684 Pro -Team Backpack Vacuum Model# super coach Carlisle 44 gallon Trash Receptacle Model#341044-23 Carlisle Dolly for Trash Receptacle Model#3691003 O'Dell Lobby Broom Corn 30" Model#D12501 D O'Dell Upright Slant Broom Wood Model#F11601 O'Dell Lobby Dust Pan Model#LDP1 O'Dell Stirrup Style NB Mop Handle 60" - Model C-8P-60 O'Dell Medium Blue Cotton Loop Mop Head Model#8000MB6 Carlisle 35 qt Yellow Mop Bucket/Side Press Wringer Model#3690404 O'Dell Wet Floor Sign 25" High Model#B-132 Impact "Closed For Cleaning Pole " Model#9175 O'Dell 5x36" Dust Mop Head Model F365 O'Dell Dust Mop Handle wood 60" ModeIH600 Rubber Maid Janitor Cart W/ Bag - Model 6173 & 6158 Rubbermaid Toilet Bowl Brush Model 6310 Lambskin Specialties 30-45" Lambswool Duster Model#350EX Continental Adjust-O-Spray Triggers and Bottles Model # 922HL & 932CN Kimberly-Clark Premium Wiper-X80 blue Model# 41041 High -Speed Buffers -Nobles Speedshine 1600 Model#608718 Low Speed Buffers -Nobles Speedshine 1200 Model#608719 Propane Buffers-BETCO Propane Predator 21" w/clutch M#E12301-00 Wet Vac's -Nobles Typhoon EV1512 15 gal Model#608688 Carpet Extractors -Nobles Trooper 1500H w/heat Model#608571 Note: All used equipments (if approved for use) is tested and cleaned prior to starting job 1325 Union Hill Industrial Court, Suite A, Alpharetta, GA 30004 Office: 770.740,1613 Fax: 770.475.7720 www.americanfacilityservices.com Ayiericwi,�-�-� City of Tamarac Citywide Janitorial Services BID NO. 09-OIB 11 /25/08 • Chemicals to be used (to be approved prior to use) Manufacture Butcher Name I Pull Out Description Heavy Duty Carpet Spot Removal High Noon Urethane Finish Flyinq Colors Carpet Shampoo Betco Ax-It Plus Stripper AF79 Acid Free Bathroom Cleaner and Disinfectant Bowl Maid Toilet Bowl Cleaner 3M Glass Cleaner Glass Cleaner General Purpose Cleaner General Purpose Cleaner Johnson Pledge Furniture Polish Clorox Pine Sol Disinfectant Col ate Palmolive Ajax Oxygen Bleach Cleaner Sheila Shine, Inc. I Stainless Polish MSDS Sheets will be made available upon receiving intent to award contract. Posting of MSDS Sheets will be done at job site as required. Specific Chemicals required for this contract will be obtained. "Green" Chemicals will be used when available. See list on the next page for items currently in use by our company. Also, our company has vendor support to assist your organization to obtain Leeds Certification. Ll • • C� 4-1 cz E .Z �� c) Q � � a� Cn i.i ¢ _o L c� o 0 o o z CU 0_ z u_ LL � U- 4v �10 w W