SLED Opportunity · OREGON · WASHINGTON COUNTY
AI Summary
Washington County seeks contractors for as-needed exterior cleaning services including power washing, solar panel cleaning, and window washing at various county facilities. The contract term is one year with options to renew up to five years, estimated at $750,000. Bids due by April 16, 2026, with a pre-proposal meeting on April 9, 2026.
Exterior Cleaning Services
Power Washing | Solar Panel Cleaning | Window Washing
Washington County Facilities & Parks Services is seeking a contractor to provide as-needed services for: (a) Power Washing, graffiti removal (b) Solar Panel Cleaning, and (c) Window Washing across various County-owned and leased facilities. The Contractor shall furnish all labor, supervision, tools, equipment, materials, cleaning products, and incidentals necessary to perform the work to the standards described herein.
The County has extended the solicitation from 4/16/2026 to 4/23/2026 to allow contractors more time.
Please use the See What Changed link to view all the changes made by this addendum.
The County has decided the requirements for CCB do not apply. This is a maintenance only contract, per section 3.2 - Limitations of Scope.
An in-person informational non-mandatory prebid meeting was held on April 9, 2026 at 8:00am PST. All questions were instructed to be submitted in writing through the question & answer section of the ITB. A list of the attendees is attached for reference.
Added attachments D through GG, building envelop drawings to give contractor's a more comprehensive view of buildings.
Please use the See What Changed link to view all the changes made by this addendum.
Pictures to show height and elevation changes, as per question #10 regarding rope decent systems (RDS).
Corrected line 0033E quantity from 6000 to 6300 to reflect entire surface area.
Please use the See What Changed link to view all the changes made by this addendum.
A non-mandatory informational pre-bid meeting will be held Thursday, April 9, 2026 at 8:00 am. The location will be the Facilities Large Conference Room 169 N First Ave Hillsboro, OR 97124 Contractors will buzz in at the front door and proceed to the conference room. Meeting will start promptly at 8am.
Exterior Cleaning Services
Pressure Washing | Solar Panel Cleaning | Window Washing
Washington County ("County") intends to establish an as-needed services agreement for: (a) Pressure Washing, Graffiti Removal (b) Solar Panel Cleaning, and (c) Window Washing across various County-owned and leased facilities. The Contractor shall furnish all labor, supervision, tools, equipment, materials, cleaning products, and incidentals necessary to perform the work to the standards described herein.
The Contract Administrator will coordinate locations, date/time, and articulate services required for each work order before Contractor arrival.
Contractor Project Lead: Contractor shall designate a single point of contact for all scheduling, site coordination, safety, and reporting.
General Requirements (All Services)
Work Hours:
-Standard Hours: Monday–Friday, 7:00 a.m. to 6:00 p.m.
-After-Hours/Weekend/Holiday: Permissible with prior Contract Administrator authorization. After-Hours/Weekend/Holiday work to be paid at an hourly rate, not lump sum, and hourly rate shall not exceed 1.5X the normal hourly rate.
-Contractor shall conduct work in a manner that does not impede County business, create a nuisance, or endanger County employees or the public.
Site Safety & Public Protection:
-Contractor shall identify any safety hazards due to equipment in use and implement safety barriers (e.g., caution tape, cones, temporary closure of sidewalks/entrances) as needed to comply with the safety expectation.
-All Contractor personnel shall follow applicable safety regulations while onsite and use necessary PPE and safety supplies.
Equipment & Supplies:
Contractor must furnish all equipment and supplies needed to perform the services at no extra cost to the County, and equipment must be capable of performing all operations per specifications. All consumables including cleaning products are to be included in the agreed upon lump sum & hourly rate costs.
Performance & Acceptance:
Work shall meet the quality standards detailed in each service section and shall be subject to inspection and acceptance by the Contract Administrator.
Pressure Washing
Scope:
Contractor to provide pressure washing services on an as needed. Services include power washing/cleaning for exterior flat surfaces, vertical surfaces, structures, and various site amenities at various County facilities. Examples: cleaning concrete/asphalt flat surfaces, floors, walls, stairwells, ceilings, walkways, tables, benches, bike lockers, and other site amenities.
For graffiti removal, Contractor shall have the ability to properly remove graffiti from multiple surfaces, (I.E) Metal doors, Concrete, CMU blocks, and Wood. Contractor will try and use sustainable cleaning products to remove graffiti when applicable. Contractor will inform Contract Administrator of any areas that require re-painting due to excessive damage to the surface. County will schedule re-painting with current paint vendor.
Access & Water Intrusion Protection:
Contractor shall have the ability to access equipment needed to power wash building exteriors at least 100 feet tall. Contractor shall prevent water from entering unwanted areas, including but not limited to building doors/windows, electrical fixtures/outlets, lighting fixtures/switches, security equipment, fire alarms, and similar sensitive components.
Solar Panel Cleaning
Scope & Frequency:
Contractor to provide solar panel cleaning on an as-needed basis. Contract Administrator will schedule service from one (1) to four (4) times per year. Locations currently requiring solar panel cleaning:
Quality & Materials:
Panels shall be washed clean and free of streaks, smears, and visible soap residue. Contractor shall provide Safety Data Sheets (SDS) for all products used on solar panels prior to first service and keep updated copies onsite during service as requested. Contractor shall follow all safety regulations while onsite and provide all necessary safety equipment/supplies while conducting work.
Section 10 -Solar Cleaning Guidance- See attached document for Solar Cleaning Guidance
Window Washing (Interior & Exterior)
Scope:
Contractor to provide window washing services for both interior and exterior windows within owned and leased County building. Cleaning includes all glass on the exterior and interior windows and doors on the exterior of each building. Contractor pricing includes all required equipment (including lifts or scaffolding as needed) to perform the scope of work for all buildings listed in Pricing Proposal; County shall not be required to pay an additional fee if Contractor determines other equipment is required.
Scheduling & Work Hours:
Contractor will schedule work one (1) to four (4) times per year based upon building location. Contractor shall coordinate with the Contract Administrator prior to each service and provide a schedule with at least two (2) weeks’ notice. Contractor staff shall work Monday–Friday between daylight hours of 7:00 a.m. and 6:00 p.m., unless otherwise authorized by County.
Quality Standards:
All windows shall be washed clean and free of streaks, smears, and visible soap residue. Incidental cleaning may include the careful removal of minor surface contaminants such as bird droppings, insect debris, or isolated stray paint specks using industry-standard handheld glass scrapers. Contractor shall not perform bulk removal of failing paint, chemical stripping, or any aggressive mechanical scraping intended to prepare window frames or sills for repainting. Frames shall be scrubbed to remove environmental soiling, insects, and surface debris. Windowsills shall be washed clean and all drippings wiped dry.
The following instructions, terms and conditions apply to all bids or other such offers to provide construction services, services, or goods to Washington County.
The order of precedence of documents is as follows:
Documents obtained from sources (such as directly from other bidders) other than www.WashCoPurch.com/biz are not valid solicitation documents. It is the bidder’s responsibility to insure they are listed as an interested party on the County's Procurement Portal website for a particular project in order to receive notification of all addenda as well as additional relevant information.
| Building Number | Building Name | Address | City | State | Zip Code |
| 5010A | Tigard WIC | 11515 SW Durham Road Ste E4 & E8 | Tigard | Oregon | 97224 |
| 0033E | Cloverleaf | 801 NE 34th Ave | Hillsboro | Oregon | 97124 |
| 0913A | Hagg Lake Office Building | 50250 SW Scoggins Valley Rd | Gaston | Oregon | 97119 |
| 0105A | Metzger Park | 8400 SW Hemlock St | Tigard | Oregon | 97223 |
| 0910A | Hillsboro Clinic | 266 W Main St | Hillsboro | Oregon | 97123 |
| 5003A | Elam Young Parkway | 5240 NE Elam Young Pkwy | Hillsboro | Oregon | 97124 |
| 0038A | Courthouse | 145 NE 2nd Ave | Hillsboro | Oregon | 97124 |
| 0884A | Public Services Annex | 254 N. First Avenue | Hillsboro | Oregon | 97124 |
| 0914C | Blanton Fire Station | 20665 SW Blanton St. | Aloha | Oregon | 97078 |
| 0914D | Blanton Storage | 20665 SW Blanton St. | Aloha | Oregon | 97078 |
| 0918A | Fair Complex Operations and Maintenance Facility | 801 NE 34th Ave | Hillsboro | Oregon | 97124 |
| 5002A | Bethany Precinct | 4876 NW Bethany Blvd, Ste L-5 | Portland | Oregon | 97229 |
| 5004A | Griffin Oaks | 2350 NE Griffin Oaks Street Suite C-700 | Hillsboro | Oregon | 97124 |
| 5006A | Tongue Estates | 328 W Main Street | Hillsboro | Oregon | 97123 |
| 5007A | Twin Oaks | 1815 NW 169th Place, Building 1, Suite 1000 | Beaverton | Oregon | 97006 |
| 9001A | Washington County Museum | 17677 NW Springville Rd | Portland | Oregon | 97229 |
| 0078A | Animal Shelter | 1901 SE 24th Ave | Hillsboro | Oregon | 97123 |
| 0205A | Tigard Recovery Center | 10362 SW McDonald St | Tigard | Oregon | 97224 |
| 0324A | Harkins House | 244 W Main St | Hillsboro | Oregon | 97123 |
| 0367B | Jail | 215 SW Adams Ave | Hillsboro | Oregon | 97123 |
| 0558A | Facility Maintenance Building | 169 N 1st Ave | Hillsboro | Oregon | 97124 |
| 0912A | Public Safety Building | 146 NE Lincoln St | Hillsboro | Oregon | 97124 |
| 0914A | Blanton Administration Building | 20665 SW Blanton St. | Aloha | Oregon | 97078 |
| 0914B | Blanton Apparatus Building | 20665 SW Blanton St. | Aloha | Oregon | 97078 |
| 0919A | Adams Annex | 231-259 NW Adams | Hillsboro | Oregon | 97124 |
| 5011A | Sun Tech | 2925 NE Aloclek Dr. Bldg 3 Ste 170 | Hillsboro | Oregon | 97124 |
| 0027A | Central Services | 214 W Main St | Hillsboro | Oregon | 97123 |
| 0033A | The Wingspan | 801 NE 34th Ave | Hillsboro | Oregon | 97124 |
| 0037A | Public Services Building | 155 N 1st Ave | Hillsboro | Oregon | 97124 |
| 0367A | Sheriffs Office | 215 SW Adams Ave | Hillsboro | Oregon | 97123 |
| 0371A | Evergreen Beaverton Recovery Center | 17911 NW Evergreen Pkwy | Beaverton | Oregon | 97006 |
| 0372A | Juvenile Services Building | 222 N 1st Ave | Hillsboro | Oregon | 97124 |
| 0485A | Community Corrections Center | 260 SW Adams Ave | Hillsboro | Oregon | 97123 |
| 0518A | Conference Center and Parking Garage | 225 S 1st Ave | Hillsboro | Oregon | 97123 |
| 0556A | Walnut Street Center | 1400 SW Walnut St | Hillsboro | Oregon | 97123 |
| 0556C | Equipment Shed | 1400 SW Walnut St | Hillsboro | Oregon | 97123 |
| 0556D | Walnut Street Warehouse | 1400 SW Walnut St | Hillsboro | Oregon | 97123 |
| 0556E | Drive Through Storage | 1400 SW Walnut St | Hillsboro | Oregon | 97123 |
| 0556H | Equipment Parking Shelter | 1400 SW Walnut St | Hillsboro | Oregon | 97123 |
| 0867A | Public Safety Training Center | 600 SW Walnut St | Hillsboro | Oregon | 97123 |
| 0911A | Justice Services Building | 150 N 1st Ave | Hillsboro | Oregon | 97124 |
| 0942B | Bridge Shelter West | 622 SE 10th Ave | Hillsboro | Oregon | 97123 |
| 0942C | Bridge Shelter East | 622 SE 10th Ave | Hillsboro | Oregon | 97123 |
| 0966A | EYP South Hillsboro Recovery Center | 5250 Elam Young Parkway | Hillsboro | Oregon | 97124 |
| 0991A | Fee Booth | 50250 SW Scoggins Valley Rd | Gaston | Oregon | 97119 |
| 0883A | Adams Crossing | 161 NW Adams Ave | Hillsboro | Oregon | 97123 |
| 0462A | Beaverton Health Clinic | 12550 SW 2nd Ave | Beaverton | Oregon | 97005 |
| 0684A | Service Center East | 3700 SW Murray Blvd | Beaverton | Oregon | 97005 |
All items must have a price or percentage in order to be seen as responsive. The County considers a line marked as $0 to be the price bid for that line item. If there is a NO BID column then choosing that option is acceptable.
The bidder further agrees to the following:
The County expressly reserves the following rights:
Acceptance of an offer is subject to budget approval and budgetary constraints as determined by the County.
Qualifications of bidders may be evaluated when determining the award. Bidders may be required to produce acceptable personal, business, and credit references and completed examples of previous work of a similar nature.
The County reserves the right to investigate references and to consider the past performance of any bidder with respect to its successful performance of similar projects, compliance with specifications and contractual obligations, its completion or delivery of services on schedule, and its lawful payment of employees and workers whether or not specifically listed by the bidder.
This record drawing (also referred to as As Builts) has been prepared, in part, based upon information furnished by others. While this information is believed to be reliable, Washington County and its Architects/Engineers assume no responsibility for the accuracy of this record drawing or for any errors or omissions that may have been incorporated into it as a result of incorrect information provided or subsequent changes to the building that were not captured. Those relying on this record document are advised to obtain independent verification of its accuracy.
A Notice of Intent to Award will be posted on the www.WashCoPurch.com/biz web site at least seven (7) days before the award of the contract.
Delivery: Any protest of the specifications must be delivered to the County in writing no later than seven (7) calendar days prior to the bid closing date, a postmark is not sufficient, as follows:
Specification Protest Bid #:2026.031-ITB
Washington County Procurement Division ATTN: Procurement Manager
155 North First Avenue, Suite 270 MS 28
Hillsboro, Oregon 97124-3072
OR
A completed bid file for each project will be available, by appointment only, for public inspection at the Washington County Procurement Division Office.
It is the responsibility of the bidder to submit electronic bids before the deadline date and time approaches as posted on the County's Procurement Portal.
Please note the system will accept Google Docs or Google Pages, but they are not readable by the County. DO NOT upload your response using a Google product.
The County has decided that the requirement of Bid Guaranty Form and Bid Bond will be waived for this project.
If the bid document includes a schedule of unit prices for labor and materials or other items to establish a cost basis for unforeseen contract changes, Washington County reserves the right to reject, without impairing the balance of the bid, any or all such predetermined unit prices, and negotiate such unit prices during the term of the award.
It is understood that the specifications and other contract documents do not purport to control the method of performing the work, but only the requirements as to the nature of the completed work. The contractor assumes the entire responsibility for the method of performing the work. Suggestions as to the method included in the contract documents shall be deemed advisory only and the feasibility of such methods, or the lack thereof, shall not affect the contractor's liability, or status as an independent contractor under this contract.
Contractor shall perform all services required by this contract within the time specified. Contractor shall provide all services in accordance with the highest industry standard prevalent in the industry or business most closely related to the construction industry. Unless the means or methods of performing a task are specified elsewhere in the contract, contractor shall employ methods that are generally accepted and used by the industry. Any performance that is found unacceptable will be documented and the contractor will be given written notice to correct the problem within a specified period. If the problem continues beyond the specified period the contractor may be found in breach of this contract, and the contract may be terminated.
+1 971-337-3439 United States, Portland (Toll)
Conference ID: 522 346 32#
In the event of nonperformance under the resulting contract the County will have the right to obtain from other sources such equipment, supplies, and/or services as may be required to fulfill the contract. It is agreed that the difference in cost, if any, for said equipment, supplies and/or services shall be borne by the contractor awarded this contract.
Contractor shall demonstrate that an employee drug and alcohol testing program is in place and that the employees who are engaged in the construction, reconstruction or maintenance of a project (all public works projects) that have tested negative for drugs and alcohol or have entered a rehabilitation program. By signing the certification and contract offer the contractor is certifying that they have a program in place. ORS 279C.505(2)
Contractor agrees to repair any failures due to inferior workmanship and/or materials without additional expense to the County.
The Contractor agrees that work under this contract shall be completed in accordance with the specified contract time. In the event Contractor fails to complete work within the time as herein mentioned, or in the extended time agreed upon, liquidated damage shall be Liquidated Damages Cost.
During the performance of this contract, the Contractor is required to comply with the conditions of the Federal Occupational Safety and Health Act of 1972 (OSHA) and the standards and regulations issued there under. The bidder shall further agree to hold the County, its employees, agents, commissioners, and assigns harmless and free from liability for failure to comply with said standards and regulations by the bidder. It shall be the sole responsibility of the bidder to remain familiar with said standards and regulations and maintain their enforcement.
Enter all questions regarding the meaning or intent of the solicitation into the questions area of the solicitation in www.WashCoPurch.com/biz.
The County reserves the right to award this bid based on the following:
Lowest responsive responsible bidder.
The Contractor agrees to protect the County against all claims for patent or franchise infringement arising from the purchase, installation, or use of the material(s) or service(s) ordered from this solicitation, and to assume all expense and damage arising from such claims.
Contractor shall make all purchases in its own name and not in any way attempt to bind the County in Contractor’s contractual agreements. Delivery of goods to County facilities will be at contractor’s own risk and expense.
Work to be performed under this contract must be completed within the specified number of days from the date the Notice to Proceed is received by the contractor, and, subject to authorized adjustments, Substantial Completion of the Work shall be achieved within the time frame indicated in the construction schedule as submitted by the successful contractor.
The contractor shall designate one or more person(s) as the contact person for this contract. The contractor should provide to the County the names, addresses and telephone numbers of such person(s) and shall keep this information current at all times.
The following work must be done after hours (defined as 5pm – 7am):
The contractor may be required to work after hours and weekends. After hours work may become necessary if a conflict in maintaining full access to the buildings arises. Access to the buildings must be maintained at all times.
The provisions of Oregon Revised Statutes 279C.500 through 279C.870, Public Contracts, as applicable are incorporated herein by reference. Any bidder accepting a purchase order from the County and/or executing a contract with the County for the delivery of materials and/or services agrees to comply with said provisions.
Some contract work may require going to one or more of the County’s secured facilities, if applicable, the Contractor shall obtain from the Sheriff’s Office, background checks for all employees used in the execution of the resulting contract. The Contractor shall obtain approved security/background checks before employees will be allowed into County secured facilities. Failure of any Contractor’s employee to obtain security approval/clearance shall disqualify said employee from providing work in defined secure areas.
While at any County site, all Contractor personnel must wear a uniform with company identification, including company logo, visible to all other personnel in the area. Contractor personnel must maintain a clean and professional appearance at all times while at a County site.
The contractor shall provide a written report to the contract administrator if requested. The work report shall be on the company’s letterhead showing the following:
The work report shall be emailed to the contract administrator. This report is independent of any billing invoices.
All invoices will have the name of the County employee who requested the service, PO number, building location. In the case of scheduled maintenance, a County employee will be contacted at least 1-week prior to the scheduled service and that County employee’s name will be on the invoice. All labor hours will be itemized on the invoice with the quantity of hours, the hourly rate, and the total dollar amount. In the case of more than one hourly rate, all hourly rates will be itemized. When applicable, all materials will be itemized with the amount of each item, the cost of each item and the total cost for each item used. All invoices will have the County Facility Maintenance work order number associated with the service. The contractor will get this work order number from the county employee who requests the service to be performed. This requirement will apply to scheduled maintenance and call out maintenance or repair. In the event a mark up is allowable, the County will pay mark up on goods and materials only. The County will not pay a mark up on shipping charges, freight charges, fees (including disposal fees), taxes or surcharges.
By electronically submitting this response the Supplier attests and certifies that:
1. Person completing this response represents that I am either authorized to bind the Supplier, or that I am submitting the Response on behalf of and at the direction of the Suppliers's representative authorized to contractually bind the Supplier.
2. I represent that the Supplier or its applicable representative(s) has reviewed the information contained in this Bid is accepted by the County and the undersigned fails to execute a satisfactory contract and bond in accordance with 00130.50, and after receiving written notice within ten (10) calendar days (excluding Sundays) from the date of from the date of the "Notice of Award", the County may, at its option, declare that the undersigned has abandoned the contract and thereupon this Bid shall be returned to the undersigned. in this Solicitation Package and that the information submitted is accurate.
3. Respondent agrees that the action of electronically submitting its response constitutes:
a. an electronic signature on the responses, generally,
b. an agreement to conduct business electronically,
c. an electronic signature on any form or section specifically calling for a signature, and
d. an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement.
e. an agreement that in the event this Bid is accepted by the County and the undersigned fails to execute a satisfactory contract and bond in accordance with 00130.50, and after receiving written notice within ten (10) calendar days (excluding Sundays) from the date of from the date of the "Notice of Award", the County may, at its option, declare that the undersigned has abandoned the contract and thereupon this Bid shall be returned to the undersigned.
Did you read through and confirm that you met all of the Solicitation requirements?
The Bidder is a resident as defined in ORS 279A.120*?
*ORS 279A.120(1)(b) – Resident bidder means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state and has stated in the bid whether the vendor is a resident vendor. Nonresident vendor shall comply with the provisions of ORS 279A.120(3).
If there are questions regarding your response to this solicitation list the name, email and phone number for the person to contact.
By submission of a response does the bidder attest that they have carefully examined the Special Instructions, Project/Specification Information, General Instructions and all other related material and information, and agrees to comply with the terms set forth in those documents and to furnish the services described at the rates bid?
Does the bidder further agree that this offer will remain in effect at the rates bid for a period of not less than 180 calendar days from the date that bids are due and that this offer may not be withdrawn or modified during that time?
The bidder hereby certifies that this bid is genuine and that it has not entered into collusion with any other vendor(s) or any other person(s).
The bidder hereby certifies that it has not discriminated and will not discriminate against any minority, women or emerging small business enterprise or against a business enterprise that is owned or controlled by or that employs a disabled veteran as defined in ORS 408.225 in obtaining any required subcontract per ORS 279A.110.
Have you or a member of your staff been an employee of Washington County in the last six months?
The bidder hereby certifies that they have complied with the tax laws of Oregon and all political subdivision of the State of Oregon, including ORS 305.620 and ORS chapters 316, 317 and 318. Washington County may terminate the contract if contractor fails to comply with any tax laws during the term of the contract.
If required, please enter your CCB#
Please enter your regular business hours.
Enter your registry number without dashes or spaces. If you are not currently registered enter N/A; if you are the successful bidder you will be required to register with the Secretary of State in order to contract with the County, per OAR 125-246-0330.
If you are the successful bidder for this project, you will be required to fill out and submit all documents listed under Attachments. Please confirm that you understand this requirement.
Will the bidder extend pricing and terms to other public agencies (There is no penalty for not agreeing to extend pricing.)?
1. Supplier hereby proposes to furnish equipment or services that meets or exceeds the minimum specifications provided in the Solicitation Documents. Furthermore, I agree to abide by all conditions of the solicitation and resulting contract.
2. Supplier acknowledges award of a contract or purchase may be contingent upon a determination by the County that the Supplier has the capacity and capability to successfully deliver the required equipment or services.
Upload any alterations requested to Washington County's contract standard terms and conditions per the Form of Contract article of the Public Improvements General Terms and Conditions Section.
Is your bid over $500,000.00?
Do you have 50 or more full-time employees?
Do you possess an unexpired certificate from the Oregon Department of Administrative Services issued under ORS 279A.167 (Certification program for training in pay equity provisions of state law.)?
How did you find out about this solicitation?
Unless authorized by the Board a contract cannot exceed five years, but there are various ways that contracts can be set up. Please choose your preference. All options except option 1 will require amendments at designated times.
Is this solicitation for Facilities
What is the estimated expense for this project? Please use the following format:
$xx,xxx - $xx,xxx OR $xx,xxx
Please enter the release date for this project using the following format:
XX day of Month, 20XX
Which publication(s) will you be using for this project?
*If using more than one, please separate with a comma.
Will you allow substitution requests for this project?
Will this project require prevailing wage rates to be paid?
Is this project over 100k and will it require a First Tier Subcontractor Disclosure.
Will you be requiring a bid bond for this project?
Will this project require a performance bond?
Will this project require a payment bond?
What is the substantial completion time frame for this project?
If this project isn't completed on time will the County incur monetary damages that need to be paid by the contracto
Will this contract include the possibility of after hours or early hour services? If so what are those hours?
Will this project require the Prime Contractor to report payment to subs?
Will you be requiring a work report be submitted by the contractor?
Date and time of work request
Time spent on work request
The cause of the problem requiring work
Building name where work occurred
Work Order number given by County staff requesting work.
Will the contractor be required to wear a uniform?
Will we require background check for the contractor?
Is this project for LUT?
Will this project be over 100k and require a First Tier Subcontractor Disclosure.
What do you estimate the total value of the contract to be?
Q (vendor): Who is the current vendor
A: Sky Window Clean is our current contractor for windows and solar panel cleaning. RNAC does the graffiti removal. We do not currently have an all county buildings pressure washing/cleaning contractor. This solicitation is a first of it's kind looking for a contractor to offer all services in the specifications.
Q (Total payment to both companies ): How much was each contractor paid during 1 year. How many hours did each contractor put in during that year.
A: These are estimated expenditures for the last year, not guaranteed: Window cleaning was approximately $44,293.20, Solar panels cleaning was approximately $8112.80, graffiti removal and power washing was approximately $15351.10
Q (No subject): We are interested in this opportunity and wanted to confirm if it would be possible to extend the submission deadline as we would require a little more time to prepare the Pricing
A: The County can extend this ITB for one week. An addendum has been posted.
Q (CCB): Is a CCB required to obtain this contract. We are licensed and insured.
A: The County has decided the requirements for a CCB do not apply for this contract.
Q (Contract ): Is this a yearly contract or a multiple year contract?
A: The initial term of this contract will be one (1) year, with the option to renew up to five (5) years.
Q (No subject): Based on the estimated expenditures provided, it looks like window cleaning, solar cleaning, and limited pressure washing were performed. Can you confirm if this contract is intended to expand those services, particularly pressure washing across all listed facilities?
A: Yes, that is the intent of this solicitation.
Q (No subject): thank you for the list of buildings. which buildings will need the windows cleaned? would you like as to give you a project rate or square foot rate?
A: The pricing proposal table lists the building(s) that need each service. Not all buildings are listed in each section, only those relevant to the services needed. The pricing table will prompt you to enter price per sq ft and will automatically calculate the lump sum for you when you input the price per sq ft.
Q (Building specifics): What building(s) in specific is the Elam Young Parkway line item referring to?
A: We have two different buildings at Elam Young Pkwy. We have three of the four connected suites at 5240 Elam Young Pkwy, with each of our suite having county signage on the front door. The inside corner suite is not ours, so our suites are separated in 2 connected suites, 1 separated suite. We have the entire building at 5250 Elam Young Pkwy (South).
Q (Hard water): When cleaning windows are you wanting hard water removed? Or just more a mop and a squeegee or water fed pole. Not all windows have it but did notice quite a few that did. Obviously that could add significant time in removing.
A: It is preferred to have hard water removed. To our knowledge, most of the window cleaning is done by water poles with a cleaning solution currently. The County understands there may be times that Contractors aren't able to get stubborn hard water stains without some type of lift or ladder access.
Q (No subject): Do any of the buildings require the use of a Rope Descent System (RDS), or can all areas be accessed using water-fed poles, ladders, or MEWPs?
A: Most areas can be accessed with water-fed poles, ladders, and MEWP's. The Courthouse Complex is one that may or may not need RDS due to the height and elevation changes. We have posted some pictures and posted in a notice so Contractors can determine if they can provide the service without using a Rope Descent System (RDS).
Q (Building Pressure Washing Lift Costs): When bidding the pressure washing of the building, are we expected to include the lift cost if needed into our lump sum? Or can we bid the building for pressure washing and then invoice Washington County the Actual cost to rent the lift? If we are then called to do just half of the building, the prices we have bid will not cover the cost of the lift. It is my recommendation to have the buildings bid for pressure washing and then have the lift cost a separate line item with the invoice from the Lift Rental Company attached to the invoice for transparancy of the Actual lift cost.
A: The Contractor must bid a price that is all-inclusive and have the ability to reach heights up to 100ft per the specifications in the Scope of Work 3.1 - Access and Water Intrusion Protection. If there are unforeseen circumstances or heights that reach above the specified footage, the Contractor shall receive approval from Washington County contract administrator(s) or designated representative(s) to invoice accordingly, at the hourly rate plus cost of materials, not to exceed 15% markup.
Q (Pricing for pressure washing): I was reviewing the pricing on OpenGov and have a question regarding the calculations. Specifically, Pressure Washing, Example for Line Item 5010A (Pressure Washing), the quantity is listed as 1,280. This appears to reflect the total area for the envelope, exterior glazing, and doors. Is the scope of work to pressure wash all exterior building areas? If not could you please clarify how the quantity was determined?
A: The quantities are listed as the entire surface area, for bidding purposes only. The contractor may or may not be required to pressure wash doors and windows as some buildings have glass doors while others have metal rollup doors, etc.
Q (Pressure washing): In the scope of work, the pressure washing services are listed as needed, which leads one to believe that ALL pressure washing services would fall under the per-hour rate. Line one: "Contractor to provide pressure washing services on an as-needed basis." It then states: "Services include power washing/cleaning for exterior flat surfaces, vertical surfaces, structures, and various site amenities at various County facilities. Examples: cleaning concrete/asphalt flat surfaces, floors, walls, stairwells, ceilings, walkways, tables, benches, bike lockers, and other site amenities." Then, on the bid forms it requires a per square foot price, but the square footage figure is only the building envelope. Not any flat surfaces, concrete, asphalt, stairwells, ceilings, tables, benches, or anything else. So what are we bidding on? How will this bid be evaluated? What does this flat rate per location include?
A: Flat rate to include the building envelope square footages/drawings provided for exterior surfaces, windows & solar panels. Hourly rate to include all vertical and horizontal surfaces not associated with a specific building's envelope. These surfaces may include sidewalks, entry ways, tables, benches, concrete partitions, driveways, benches, railings, bike lockers, fences, curbs, and other fixtures associated with county sites.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.