FLEMING COUNTY JUDICIAL CENTER 101 NORTH MAIN CROSS FLEMINGSBURG, KENTUCKY JANITORIAL and MAINTENANCE SERVICES SPECIFICATIONS

Similar documents
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

Butte County Board of Supervisors Agenda Transmittal

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION

**BID NO: 3823 Service Contract JANITORIAL

Community Action Partnership of Kern TH Street, Bakersfield, CA Fax: REQUEST FOR PROPOSAL

Request for Proposal for Cleaning Services. City of Columbus 300 E. Maple Columbus, KS

Request for Proposal for Cleaning Services. City of Lake Elmo 3800 Laverne Ave N Lake Elmo, MN 55042

Janitorial Services. If interested in participating, this RFQ will be posted in on our website at

SCOPE OF WORK WORKFORCE ALLIANCE, INC. REQUEST FOR PROPOSAL FOR JANITORIAL

SPECIFICATIONS JANITORIAL SERVICES

Detroit 90/90 Request for Proposal

ADDENDUM NO. 2 CITY OF FORT MORGAN BUILDING MAINTENANCE DEPARTMENT CITY JANITORIAL SERVICES. November 21, 2017

REQUEST FOR PROPOSAL RFP# FOR JANITORIAL MAINTENANCE SERVICES (Proposals will not be opened and read publicly)

CHARTER TOWNSHIP OF SHELBY REQUEST FOR QUOTE

AMENDMENT TO REQUEST FOR PROPOSALS Janitorial Services UAF Chukchi Campus

in the event of default on payment, CLIENT agrees to pay STRATUS costs for collection and/or attorney fees.

2018 REQUEST FOR PROPOSAL FOR JANITORIAL SERVICES. Alberta Construction Safety Association (ACSA)

University of Toronto Cleaning Specifications

INVITATION FOR BIDS. Issued by WORKFORCE SOLUTIONS SOUTHEAST TEXAS. For. Janitorial Services Port Arthur Workforce Center of Southeast Texas

WKU Environmental Services. Service Level Agreement Environmental Science Tech (EST)

City of Morrow Request for Proposals. Cleaning and Special Event Services

WKU Building Services. Service Level Agreement Craig Alumni Center

EMPLOLYMENT APPLICATION P.O. BOX 3810 BUTTE, MT

WKU Environmental Services. Service Level Agreement

BRADLEY COUNTY BOARD OF EDUCATI9N 800 SOUTH LEE HIGHWAY CLEVELAND, TN 37311

ADDENDUM NO. 1 CITY OF FREDERICK PURCHASING DEPARTMENT 111 Airport Drive East Frederick, MD (301)

INVITATION TO BID CITY OF HOPKINSVILLE

Facilities Management Services SY18-19

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR JANITORIAL SERVICES FOR PUBLIC HOUSING COMMUNITY BUILDINGS AND ADMINISTRATION BUILDING

ROLLING RIVER SCHOOL DIVISION REGULATION

INVITATION FOR BID Charter Township of Shelby

TEXAS DEPARTMENT OF TRANSPORTATION JANITORIAL SERVICES

Request for Proposals. Commercial Cleaning Services

Hobbs Municipal Schools P.O. Box 1030 Hobbs, New Mexico Invitation to Bid COMPANY SIGNATURE ADDRESS NAME (PRINT) TITLE TELEPHONE DATE

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR JANITORIAL SERVICES FOR

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR JANITORIAL SERVICES REGION 2 AND REGION 5

THE CORPORATION OF THE CITY OF LONDON PURCHASING AND SUPPLY DIVISION SPECIFICATION DATE ISSUED: SPECIFICATION NUMBER:

NORTHEAST OHIO REGIONAL SEWER DISTRICT REQUEST FOR PROPOSALS FOR JANITORIAL SPECIALIST P-1156

WKU Building Services. Service Level Agreement

REQUEST FOR PROPOSAL

INVITATION TO TENDER TENDER NO FOR JANITORIAL SERVICES THE WIL SKILL CENTRE

MISSOURI DEPARTMENT OF TRANSPORTATION ATTACHMENT G REST AREA/WELCOME CENTER AND TRUCK PARKING FACILITY PERFORMANCE MEASURES

REQUEST FOR PROPOSAL FOR: NHTI-Concord s Community College

PRINCE EDWARD COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL # CUSTODIAN SERVICES FOR PRINCE EDWARD COUNTY PUBLIC SCHOOLS

Great Bay Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice.

City of Brenham, Texas. Invitation for Bid. Contract for Janitorial Services

RESPONSIBILITIES OF THE CONTRACTOR

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.

Request for Proposal (RFP) Issued by:

MISSOURI DEPARTMENT OF TRANSPORTATION ATTACHMENT G FACILITIES EXPECTATION FORM

Certification Number: NAT Lead Renovation, Repair and Painting Program

ALASKA COURT SYSTEM (ACS) ADDENDUM #1 Invitation to Bid #DEL-S

AVONDALE ELEMENTARY SCHOOL DISTRICT NO. 44 CONTRACTED CUSTODIAL CLEANING SERVICES

JANITORIAL SERVICES for DISTRICT 6-0 OFFICE BUILDING Statement of Work

Request for Proposal

Hotel/Motel. Slip, Trip and Fall Self Inspection Checklist. Completed by: Date: Time:

Section VII. Technical Specifications

COMMERCIAL CLEANING SERVICES. Buyer s Guide: Small Business

HELENA PUBLIC SCHOOLS BROADWATER ELEMENTARY CLEANING OUTCOMES ASSESSMENT. May 2013

Gramercy Place Condo Association, Inc.

ITB-DOT-17/ ER EXHIBIT A Scope of Work Remodeling of the Restrooms at Fort Myers Operations Center

Building Work Rules. Continental Towers is a union building. All personnel working on any portion of a project must be union labor.

Tender Specifications. Office Cleaning Services - Ref. DELSGPS

INVITATION FOR BID (IFB)

Embassy of India Tel Aviv TENDER NOTICE. Subject: Cleaning contract for the Office premises of Embassy of India, Tel Aviv

Posting Reference # ATTENTION: SERVICE PERSONNEL NOTICE OF VACANCY

University of New Mexico Environmental Services Design & Development Standard Requirements

Attachment 3 Statement of Work Statement PROJECT NUMBER MA DIRECTORATE OF PUBLIC WORKS FORT BRAGG, NORTH CAROLINA

Job Description. Capital & Building Projects and Facility Operations. Deputy Superintendent of Finance and Operations

SPECIFICATION AND SCHEDULE OF WORKS FOR COMMUNAL INTERNAL AREA CLEANING

Central Library SERVICE AGREEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

ADDENDUM No. 1. ITB No Janitorial Services - WWTSU. Bids Due: June 19, 2018 at 2:00 P.M. (Local Time)

STATE OF UTAH "BEST VALUE" COOPERATIVE CONTRACT CONTRACT NUMBER: MA338 Page 1 of 6

TENDER SPECIFICATIONS FOR CLEANING SERVICES FOR THE AUDITOR-GENERAL OF SOUTH AFRICA (AGSA)

Architectural Services

FACILITIES I MAINTENANCE SERVICES

LANSING HOUSING COMMISSION NOTICE OF REQUEST FOR PROPOSALS RFP No

APPLICABILITY/ACCOUNTABILITY:

Facilities Management Services & Funding Guide Centrally Funded and Recharge Services

Invitation for Bid Amendment #: 1

REQUEST FOR PROPOSAL FOR HOUSEKEEPING SUPPLIES, CONSULTATION, AND RELATED SUPPORT SERVICES

Facility Planning & Management Procedures Manual

June 7, REQUEST FOR PROPOSAL No. FAC QUESTIONS AND ANSWERS

Rock Island Public Library Professional Janitorial Services Project

Substitute Custodian Day/Night

MWR Accommodations Contract

POSITION DESCRIPTION COUNTY OF STEUBEN, INDIANA

DOCUMENT REVISION HISTORY PAGE. 90A0104 H 2 of 15. Revision History Of Document

3.0 PERFORMANCE SPECIFICATIONS

Budget Estimate Basic Tenant Improvement

McCracken County Extension Facility Usage

Chapter 14 Seasonal Food Establishment

PURCHASING SECTION Avenue, Surrey, BC V3T 1V8 Tel: Fax: ADDENDUM No.

Job Description. Cleaning Supervisor/Business Manager. Key Responsibilities

STATE OF ALASKA ITB NUMBER AMENDMENT NUMBER 2

INVITATION TO BID. Purchasing Department City of Murfreesboro 111 West Vine St. Murfreesboro, TN 37127

INVITATION TO TENDER JANITORIAL SERVICES No

LUFacilities Policy Service Level Agreement v1.1

Boston Public Health Commission

Transcription:

FLEMING COUNTY JUDICIAL CENTER 101 NORTH MAIN CROSS FLEMINGSBURG, KENTUCKY 41041 JANITORIAL and MAINTENANCE SERVICES SPECIFICATIONS ADMINISTRATIVE AGENCY ISSUING CONTRACT: FLEMING COUNTY FISCAL COURT 100 COURT SQUARE FLEMINGSBURG, KENTUCKY 41041 ADDRESS OF FACILITIES TO BE INCLUDED IN CONTRACT: FLEMING COUNTY JUDICAL CENTER 101 NORTH MAIN CROSS FLEMINGSBURG, KENTUCKY 41041 TOTAL SQ. FT. THIS CONTRACT: 32,801 SF ADMINISTRATIVE AGENCY REPRESENTATIVE: LARRY H. FOXWORTHY, FLEMING COUNTY JUDGE/EXECUTIVE LOCAL COURT OF JUSTICE REPRESENTATIVE: AMY M. SAUNDERS, FLEMING COUNTY CIRCUIT CLERK MANDATORY FACILITY WALKDOWN DATE AND TIME: TUESDAY, JANUARY 5, 2016 AT 9:00 AM EASTERN TIME NO BIDS WILL BE ACCEPTED IF VENDOR FAILS TO ATTEND FACILITY WALKDOWN BIDS DUES NO LATER THAN: MONDAY, JANAURY 11, 2016 AT 4:00 PM EASTERN TIME 1 P age

SECTION I. PRE-BID REQUIREMENTS Vendor must tour the facility to be cleaned prior to submitting a bid. The mandatory prebid walk down of the facility date and time is listed on the cover page of this document. After touring the facility, the vendor must obtain the signature of the Administrative Agency's representative, hereinafter referred to as the Facility Representative, in the space provided on the last page of this bid and submit it with the bid to be considered for award. Failure to tour the facility at the set date and time, and failure to obtain and submitted the required signature, will result in disqualification of bid. SECTION II. SPECIAL REQUIREMENTS 1. INFORMATION TO BE PROVIDED BY VENDOR: After award of contract, but prior to starting date, vendor will provide the Administrative Agency listed on the cover page, the following information of all individuals the vendor proposes to use in the execution of the contract: Names, Social Security Numbers, Birth dates, and, Addresses 2. RECORDS CHECK: Due to the sensitive nature of the areas to be serviced, the Administrative Office of the Courts (AOC) must run criminal record checks on the abovementioned individuals. The AOC reserves the right to deny access to the facility(s) to persons based on these findings. The vendor shall continue this process, for new employees to service the facility(s), for the term of the contract. No person will be allowed to work in the facility without a records check. 3. INSURANCE AND BONDING: A. INSURANCE: The vendor must furnish, within 10 calendar days from the notice to proceed, a Certificate (proof) of Insurance to the Administrative Agency. Failure to provide certificate shall result in a disqualification of bid. The vendor shall maintain insurance coverage for its employees and actions throughout the duration of the contract. If the contract is renewed, the vendor must again supply the Administrative Agency a new Certificate of Insurance. B. BONDING: The vendor will provide bonding for each of it's employees associated with the cleaning of the facility(s) mentioned in this bid. The vendor will also carry at all times the following insurance coverage: (1) Workman s compensation insurance, (2) Public liability insurance for personal injuries in the sum of $50,000 and $100,000, and (3) Public liability insurance property damage in the amount of $25,000. 2 P age

SECTION III. GENERAL PERFORMANCE SPECIFICATIONS 1. GENERAL: These General Performance Specifications are for janitorial services at the Court of Justice facilities. Responsibilities and a frequency schedule for the vendor are stated as follows: 2. REQUIRED COORDINATION A. After award of contract, but prior to contract effective date, the vendor shall meet with the Facility Representative, at the facility to be cleaned. The vendor will bring to this meeting, schedules, proposed work plan, and documentation to be posted in the service closet as specified in this bid. B. The vendor is required to continually inform and coordinate with the Facility Representative, or his or her designee, the vendor s general work plan, schedule, and persons assigned to perform work. C. The Facility Representative may require the vendor use a sign in/out log for security purposes. D. The Facility Representative shall inform the vendor of any areas, which have special cleaning needs. (Occasionally, a trial continues after work hours or a Judge may wish the courtroom to remain sealed, and therefore not cleaned, for periods of time during a trial). E. Any and all comments, commendations, complaints, concerns, etc. from Court of Justice employees, owner, public, and, vendor, regarding janitorial services, should be tendered to the Facility Owners and/or the AOC Department of Court Facilities. 3. SERVICES: It is the desire of the Court of Justice to present an immaculately clean facility to the public and users of the facility. The following services shall be executed with sufficient professionalism to insure that the high level of cleanliness at the facility is recognized by the public as a positive example. A. PERSONNEL: Vendor shall provide an adequate number of people to clean locations identified in this bid. The facility(s) is to be cleaned five days/nights per week, Monday through Friday. Active cleaning times and schedules shall be coordinated with the Circuit Clerk and Judges for special access areas. i.e. records file areas, judge s private office, and evidence storage. B. RESPONSIBILITIES: (1) The vendor is entirely responsible for satisfactorily managing and performing a cleaning service necessary to assure a clean orderly condition for the locations identified in this bid. (2) The vendor will provide a representative (Vendor s Representative), who will be available in person or can be reached at a local telephone number during the operational hours of the courts, Monday through Friday, 8:00 a.m. to 4:30 p.m. 3 P age

4. VERIFICATION: (3) The vendor shall submit monthly invoices for services rendered. A. COURT OF JUSTICE INSPECTIONS: The services performed under this contract shall be subject to inspection and approval by the Court of Justice, their staff, facilities general manager, and/or the Administrative Agency. B. DEFICIENCIES: Representative(s) of the Administrative Agency and/or facility owner shall routinely inspect the entire facility and, may when appropriate, prepare a list of deficiencies. The list shall be presented to the vendor. The vendor shall correct or present a plan to correct the deficiencies within three (3) working days. If this schedule for corrections is not met, a complaint on the vendor may be submitted to the Administrative Agency. If a second complaint is submitted within 12 months of the first complaint, the Administrative Agency may terminate the contract. Any complaint filed with the Administrative Agency shall be forwarded to the AOC Department of Court Facilities. 5. SUPPLIES AND EQUIPMENT: A. THE VENDOR SHALL PROVIDE THE FOLLOWING: (1) Commercial/Industrial quality vacuum cleaner, (2) Commercial/Industrial floor polisher and/or buffer, (3) Wet/Dry vacuum cleaner, (4) Sufficient quality and quantity of mops and mop buckets with wringers, (5) All other appropriate cleaning tools and equipment, (6) All appropriate and necessary cleaning supplies and materials, and (7) All appropriate safety (DANGER WET FLOOR, etc.) signage. B. THE ADMINISTRATIVE AGENCY SHALL SUPPLY THE FOLLOWING: (1) Trash can liners. (2) Disposable restroom supplies including, but not limited to: Toilet tissue, Paper towels, and, Hand soap C. DISPOSABLE RESTROOM SUPPLIES MONITORING AND INVENTORY: The vendor will monitor inventories of these supplies and notify the local contact in time to reorder stock before inventories are exhausted. D. HAZARDOUS/FLAMMABLE MATERIALS: All supplies and materials shall be labeled, handled, and stored in accordance with applicable environmental law and regulations. The vendor shall immediately notify the customer of all potentially hazardous situations. 4 P age

6. NOTICIES AND ADVISORIES: A. Vendor will post in their supply closet (closet to be provided by the customer), rules and regulations covering their employees while in the facility(s). B. The vendor will post a Daily Checklist to be used as a guide for their employees to follow in the execution of their duties. This list shall be posted on the closet door and will be available for review by the facility occupants at all times. 7. CUSTODIAL ACCESS AND AREAS: A. ADMINISTRATIVE AGENCY RESPONSIBILITIES: (1) Suitable and adequate storage space for the vendor s equipment and supplies. (2) Utilities (i.e. water and electricity) necessary to perform the services. Vendor will use these facilities sparingly. (3) Access to facility, including the necessary number of keys to areas requiring service. (4) The Facility Representative shall maintain a record of the number and identification of all keys issued to the vendor and shall verify that the same number and identification of keys are returned at the end of the contract period. B. VENDOR RESPONSIBILITIES: (1) Advise the Facility Representative of the number of keys required for specified entrances and internal access at the beginning of the contract. If a need arises for additional keys, the vendor will request them from the Facility Representative in writing. (2) The vendor, or any of its representatives or employees shall not, under any circumstance, make or have made copies of the keys provided by the Administrative Agency. (3) If keys are lost the vendor shall immediately notify the Facility Representative. The vendor shall bear the cost of re-keying the facility. This fee shall be determined by the AOC. (4) The vendor shall not, under any circumstances, allow any non-court of Justice-authorized employee in the building. Vendor s staff shall not unlock any door and allow access to the facility to any person other than the staff assigned to clean that area. No pets are to be allowed in the facility(s) identified in this bid at any time. 5 P age

8. WORKMANSHIP: A. All work shall be performed in a neat, orderly, and professional manner with applicable local, state, and federal laws and codes. B. Special care shall be taken to insure that all tools, fixtures, and equipment used by vendor in the execution of duties are: Not left in unattended work areas. Not left in an other than clean condition (buckets, sinks, mops, etc. must be drained and cleaned). Returned to designated storage area when work is complete. 9. SAFETY: Safety in and around the workplace shall be given highest priority while undertaking required assignments. The following listing includes, but is not limited to the safety provisions and procedures which shall be strictly administered: Appropriate barriers and barricades, Warning signage, Task appropriate tools, Task appropriate equipment, Safety harnesses and lanyards, when working in high areas, Task appropriate safety apparel, Label, handle, and store all hazardous and toxic materials in strict accordance with applicable environmental law and regulations, Appropriate trade training and certifications, Immediately notify the building owner or, AOC when applicable, and/or the proper emergency agency (e.g., fire department, police department) of all hazardous and potentially hazardous situations. All OSHA required safety measures shall be the vendor s responsibility. Where required, OSHA training and certifications shall be provided to the owner. 10. FREQUENCY SCHEDULE: Courtrooms and some offices are not used on a daily basis. The representative conducting the mandatory pre-bid meeting will identify these areas. Regardless of use these areas should be thoroughly cleaned weekly. A. DAILY SERVICES: (1) ALL AREAS All interior and exterior trash containers are to be emptied; replace all soiled or torn liners, Clean trash containers inside and outside as needed, Empty and clean all ashtrays inside and outside of building (if applicable), Dispose of boxes and other items marked TRASH by the building s occupants, 6 P age

Pick up all trash (litter) (soft drink cans, candy wrappers, paper, etc.), inside and outside, Spot clean surfaces (horizontal and vertical) to remove all smudges, cup rings, spills, nicotine residues, etc. Dispose of trash and garbage in dumpsters or area designated for city/county pick-up, Vacuum all carpeted high traffic areas (including halls, corridors, circulation within open office areas, etc.), Spot clean carpets with commercial carpet cleaner or (if necessary) spot remover and wet/dry vacuum to insure stains are removed rather than spread and set. Damp mop all hard surfaced (non-wood) traffic areas, buff as necessary, Dust mop all wood traffic areas, Maintain perimeter sidewalks, outside stairs and ramps that provide direct access to the building and/or the property, in a clean, debris-free manner, Clean and disinfect all drinking fountains, Clean and disinfect all public telephones (if applicable), Clean and polish entrance doors, Spot clean all other window and door bright-wear and glass, Clean and polish work counters and public work surfaces (clerk area counters, litigation tables, conference room tables, etc.), Clean all public seating. Brush-out or vacuum if cloth, wipe-off if wood, and Maintain a general listing of all mechanical and electrical system deficiencies or failures as observed during cleaning operations (e.g., burned-out lights, inoperative HVAC components, holes in walls, broken ceiling tiles, etc.). Provide access to the list at an agreed location with the Facility Representative. (2) BREAK AND VENDING AREAS; Clean and disinfect (sanitize) all tabletops and counter tops. Clean any food spillage around cooking appliances (stoves, microwave ovens, coffee makers, etc.) and refrigerators, and Clean and polish sinks. (3) RESTROOMS AND PRISONER HANDLING AREAS: Renew all supplies (paper towels, tissue, soap, etc.) Clean and polish all glass and mirrors Clean and disinfect commodes and urinals, inside and out, Flush commodes and urinals, Clean and disinfect washbasins and walls around washbasin, Clean and disinfect all tiled wall surfaces and partition walls, Clean and disinfect all dispensers (paper towel, toilet paper, soap, etc.) 7 P age

Clean and disinfect entrance doors, including bright surfaces (door knobs, push plates, etc.), and Clean and disinfect all floors. C. WEEKLY SERVICES: Dust, high (above desktop level, including signage) and low (below desktop level) Clean baseboards Clean wainscot (except for restrooms, which are cleaned daily), Mop and buff all hard-surfaced flooring, Mop all stairs, Vacuum all carpeted flooring, including edge vacuuming, Clean all window ledges, and Remove cobwebs and bugs from high areas, lights, and corners, E. MONTHLY SERVICES: Surface clean and polish desks and work surfaces from which users have removed all or most items, Surface clean file and storage cabinets (where accessible), and Vacuum air diffusers and grills. F. SEMI ANNUAL SERVICES: Pressure clean walkways, Clean light fixtures and light fixture lenses, Vacuum clean all drapes and blinds, and G. YEARLY SERVICES: AS REQUESTED BY ADMINISTRATIVE AGENCY: TO BE PRICED AND OR SOLICITED SEPARATELY AND/OR NEGOTIATED WITH THE VENDOR AND OR THIRD PARTY VENDORS THROUGH THIS CONTRACT. Clean all carpeted floors (hot water extraction method), Clean and polish all window interiors and exteriors Clean all blinds Strip and clean all hard-surfaced (non-wood) floors, Apply sealer to all hard-surfaced (non-wood) floors, Apply polish and buff hard-surfaced (non-wood) floors to a high gloss H. SEASONAL SERVICES: Removal of snow and ice by no later than 8:00 AM if building is scheduled to be open for business on all perimeter walkways, handicap ramps, exterior steps and any entry/exit doorways 8 P age

G. INTERIOR AND EXTERIOR MAINTENANCE SERVICES: Weekly inspection of interior and exterior of building for maintenance issues. Coordinate maintenance repairs with court personnel as not to interrupt court sessions Routinely check with Circuit Judge, District Judge and Circuit Clerk for maintenance requests. Procure appropriate materials and/or schedule contractors to assist with maintenance issues Remain available for emergency maintenance issues Document by timecard provided by Fiscal Court all hours spent on maintenance issues kept separate from janitorial duties. 11. DRESS CODE: All vendors are expected to dress in a manner that reflects neatness and professionalism at all times. Mandatory: Appropriate undergarments for male or female. Clothing permitted to be worn while on duty: Dark casual slacks or jeans without holes, tears or rips. White or light colored shirt that do not convey any printed or obscenity material. Clothing not permitted to be worn while on duty: Apparel that has holes, rips or tears, halter tops, spaghetti strapped, or strapless clothing, excessively tight clothing or muscle shirts. All tattoos shall be covered from public view if possible. 12. MISCELLAEOUS: Cell Phones are to be kept on silent or turned off, No laptops, No ipods, iphones or any other electrical/battery operated devices that allows gaming, computing and music. 13. All vendors contracted with the Fleming County Fiscal Court shall be subject to ninety (90) day probationary period as deemed necessary by the County Judge/Executive. 9 P age

CERTIFICATION OF BIDDERS TOUR OF FACILITY FLEMING COUNTY JUDICIAL CENTER FACILITY NAME BIDDER S COMPANY NAME COMPANY REPRESENTATIVE TOURING FACILITY I VERIFY THE ABOVE REPRESENTATIVE HAS TOURED ALL AREAS OF THE FACILITY IDENTIFIED IN THIS BID. ADMINISTRATIVE AGENCY REPRESENTATIVE DATE 10 P age