Loading...
HomeMy WebLinkAbout23947COUNTY OF FRESNO PROCUREMENT AGREEMENT Agreement Number 2401 09E November 6,2003 ABM Janitorial Services 4746 W.Jennifer #105 Fresno,CA 93722 The County of Fresno (County)hereby contracts with ABM Janitorial Services (Contractor)to provide Window Washing Services -Various County Buildings (Group I)in accordance with Request for Quotation No.910-3885 and Attachment A,attached, and by this reference made a part hereof. TERM:This Agreement shall become effective January 1,2004 and shall remain in effect through December 31,2004. RENEWAL:Agreement shall automatically renew for an additional one (1)year period except when written notice is delivered by either party to the other expressing intent not to renew.Such notice must be delivered a minimum of sixty (60)days prior to the next expiration date of this Agreement.The maximum number of automatic one (1)year renewal periods under this Agreement is two (2). CONTRACTOR'S SERVICES:Contractor shall perform the services as described in Attachment "A"attached,at the rates set forth in Attachment "A". ADDITIONAL ITEMS:The County reserves the right to negotiate additional items to this Agreement as deemed necessary.Such additions shall be made in writing and signed by both parties. DEFAULT:In case of default by Contractor,the County may procure the articles from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County.The prices paid by County shall be considered the prevailing market price at the time such purchase is made.Inspection of deliveries or offers for delivery,which do not meet specifications, will be at the expense of Contractor. INVOICING:An itemized invoice in duplicate shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement.The Agreement number must appear on all shipping documents and invoices.Invoice terms shall be Net 45 Days. MAXIMUM:In no event shall services performed and/or fees paid under this Agreement be in excess of ten thousand five hundred forty dollars ($10,540.00). G:\CONTRACTS &EXTRACTS\E\240109E ABM JANITORIAL SERVICES.DOC PROCUREMENT AGREEMENT NUMBER:240109E ABM Janitorial Services November 6,2003 Page 2 TERMINATION:The County reserves the right to immediately terminate this Agreement upon written notice to the Contractor.In the event of such termination,the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS:The Contractor shall comply with all laws,rules and regulations whether they be Federal,State or municipal,which may be applicable to Contractor's business,equipment and personnel engaged in service covered by this Agreement. AUDITS:Contractor shall,as required by law,ordinance,code or decree permit the County to audit and inspect all such records and data pertaining to this Agreement and at all reasonable times be open to inspection by authorized representatives of the County. LIABILITY:The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify,save and hold harmless,and at County's request defend the County,its officers,agents and employees from any and all claims for damage or other liability, including costs,expenses,causes of action,claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents,officers or employees under this Agreement. INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties,Contractor,at its sole expense,shall maintain in full force and effect the following insurance policies throughout the term of this Agreement: A.Commercial General Liabilitv Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00)per occurrence and an annual aggregate of Two Million Dollars ($2,000,000.00).This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations,product liability,contractual liability,Explosion-Collapse-Underground,fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B.Automobile Liabilitv Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00)per person,Five Hundred Thousand Dollars ($500,000.00)per accident and for property damages of not less than Fifty ThousandDollars($50,000.00),or such coveragewith a combinedsingle G:\CONTRACTS &EXTRACTS\E\240109E ABM JANITORIAL SERVICES.DOC PROCUREMENT AGREEMENT NUMBER:240109E ABM Janitorial Services November 6,2003 Page 3 limit of Five Hundred Thousand Dollars ($500,000.00).Coverage should include owned and non-owned vehicles used in connection with this Agreement. C.Professional Liabilitv If Contractor employs licensed professional staff,(e.g.,Ph.D.,R.N.,L.C.S.W., M.F.C.C.)in providing services,Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00)per occurrence,Three Million Dollars ($3,000,000.00)annual aggregate. D.Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno,its officers,agents,and employees,individually and collectively,as additional insured,but only insofar as the operations under this Agreement are concerned.Such coverage for additional insured shall apply as primary insurance and any other insurance,or self-insurance,maintained by County,its officers,agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein.This insurance shall not be cancelled or changed without a minimum of thirty (30)days advance written notice given to County. Within Thirty (30)days from the date Contractor executes this Agreement,Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies,as required herein,to the County of Fresno,stating that such insurance coverage have been obtained and are in full force;that the County of Fresno, its officers,agents and employees will not be responsible for any premiums on the policies;that such Commercial General Liability insurance names the County of Fresno, its officers,agents and employees,individually and collectively,as additional insured, but only insofar as the operations under this Agreement are concerned;that such coverage for additional insured shall apply as primary insurance and any other insurance,or self-insurance,maintained by County,its officers,agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein;and that this insurance shall not be cancelled or changed without a minimum of thirty (30)days advance,written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided,the County may,in addition to other remedies it may have,suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California.Insurance purchased shall be purchased from companies possessing a current A.M.Best,Inc.rating of B+FSC VII or better. INDEPENDENT CONTRACTOR:In performance of the work,duties and obligations assumed by Contractor under this Agreement,it is mutually understood and agreed that G:\CONTRACTS &EXTRACTS\E\240109E ABM JANITORIAL SERVICES.DOC PROCUREMENT AGREEMENT NUMBER:240109E ABM Janitorial Services November 6,2003 Page 4 Contractor,including any and all of Contractor's officers,agents,and employees will at all times be acting and performing as an independent contractor,and shall act in an independent capacity and not as an officer,agent,servant,employee,joint venturer, partner,or associate of the County.Furthermore,County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function.However,County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof.Contractor and County shall comply with all applicable provisions of law and the rules and regulations,if any,of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor,Contractor shall have absolutely no right to employment rights and benefits available to County employees.Contractor shall be solely liable and responsible for providing to,or on behalf of,its employees all legally-required employee benefits.In addition,Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees,including compliance with Social Security,withholding,and all other regulations governing such matters.It is acknowledged that during the term of this Agreement,Contractor may be providing services to others unrelated to the County or to this Agreement.. NON-ASSIGNMENT:Neither party shall assign,transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS:This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all. previous negotiations,proposals,commitments,writings,advertisements,publications, Request for Proposals,Bids and understandings of any nature whatsoever unless expressly included in this Agreement.This Agreement supersedes any and all terms set forth in Contractor's invoice.This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES:In the event of any inconsistency in interpreting the documents which constitute this Agreement,the inconsistency shall be resolved by giving precedence in the following order of priority:(1)the text of this Agreement (excluding Attachment "A",County's Request for Quotation No.910-3885 and the Contractor's Quote in response thereto);(2)Attachment "A";(3)the County's Request for Quotation No.910-3885 and (4)the Contractor's quotation made in response to County's Request for Quotation No.910-3885. GOVERNING LAWS:This Agreement shall be construed,interpreted and enforced under the laws of the State of California.Venue for any action shall only be in County of Fresno. Pleaseacknowledgeyouracceptanceby returningall pagesof the signedoriginalof this Agreement to my office,retaining a copy for your files. G:\CONTRACTS &EXTRACTS\E\240109E ABM JANITORIAL SERVICES.DOC PROCUREMENT AGREEMENT NUMBER:240109E ABM Janitorial Services November 6,2003 Attachment Page 1 of 1 G:\CONTRACTS &EXTRACTS\E\240109E ABM JANITORIAL SERVICES.DOC SERVICES ATTACHMENT "A" Furnish all labor,materials,taxes,equipment,safety procedures,etc.to wash windows,etc.,at the following locations as specified. GROUP I 1.2200 Fresno Street,Law Enforcement Administration Building.1 JOB $1,250.00 Wash all exterior glass,(outside only)on the 1st and 2nd floors, remove,wash and replace all screens. 2.2281 Tulare Street,Hall of Records Building.Wash all exterior 1 JOB $1,450.00 glass,inside and outside on all levels.(Do not use pressure washer.) 3.4455 E.Kings Canyon Road,Main Welfare Building.Wash all 1 JOB $2,050.00 exterior glass,inside and outside,remove all screens,wash and replace.Replace all of the metal screws for each screen. Extreme caution is required on the tile roof. 4.4499 E.Kings Canyon Road,Barton Building.Wash all exterior 1 JOB $1,090.00 glass,inside and outside.Including removal,washing and replacement (with metal screws)of all screens. 5.4449 E.Kings Canyon Commissary Building.Wash all exterior 1 JOB $850.00 glass,outside only,1st and second floor. 6.890 S.10th Street,Juvenile Probation Building.Wash all 1 JOB $240.00 exterior glass,outside only on 1st and 2nd floor. 7.4525 E.Hamilton,Purchasing Warehouse Office.Wash all 1 JOB $160.00 exterior glass,outside only on 1st and 2nd floors.(Vendor to make sure screens are replaced facing the correct way,contact Cathi Peters,Buyer III,@ 456-7110 to verify the screens have been replaced correctly.) 8.1221 Fulton Mall,Brix Bldg.Wash all glass,inside and outside 1 JOB $2,250.00 on all six floors.Contact Facility Manager (445-3264)to schedule cleaning. 9.1221 Fulton Mall,Mercer Bldg.Wash all glass,inside and 1 JOB $880.00 outside on all four floors.Contact Facility Manager (445-3264) to schedule cleaning. 10.760 W.Neilson,Coroners Office.Wash all exterior glass,1 JOB $320.00 outside only on 1st and 2nd floors. County Coordinator:Sandy Keslek at (559)456-7242. Quotation No.910-3885 COUNTYOFFRESNOPURCHASING STANDARDINSTRUCTIONSANDCONDITIONSFOR REQUESTSFORPROPOSALS(RFP'S)ANDREQUESTSFORQUOTATIONS(RFQ'S) Note:the referenceto "bids"in thefollowingparagraphsappliesto RFP'sandRFQ's GENERAL CONDITIONS Bysubmittinga bidthebidderagreesto thefollowingconditions.Theseconditionswillapplyto allsubsequentpurchasesbasedon thisbid. A)Eachbidmustbesubmittedonformsprovidedina sealedenvelopewith bid numberand closingdate and time on the outsideof the envelope/package. B)Interpretation:Shouldanydiscrepanciesoromissionsbefoundinthebid specificationsor doubtas to theirmeaning,thebiddershallnotifythe Buyerin writingat once.TheCountyshallnotbeheldresponsiblefor verbalinterpretations.Ouestionsregardingthebidmustbereceivedby Purchasingat least5 workingdaysbeforebidopening.All addenda issuedshallbe in writing,dulyissuedby Purchasingandincorporated intothecontract. C)ISSUINGAGENT/AUTHORIZEDCONTACT:ThisRFOhasbeenissued bytheCountyof Fresno'sPurchasingUnit.ThePurchasingUnitshallbe thevendor'ssolepointof contactwithregardtotheRFO,itscontent,and all issuesconcerningit. All communicationregardingthisRFOshallbedirectedto anauthorized representativeof the County'sPurchasingUnit.The specificbuyer managingthis RFOis identifiedon the coverpage,alongwith his or her telephonenumber,andheor sheshouldbethe primarypointof contactfor discussionsor informationpertainingto the RFO.Contactwith any other Countyrepresentative,includingelectedofficials,for the purposeof discussingthisRFO,it content,or anyotherissueconcerningit,is prohibited unlessauthorizedby Purchasing.Violationof this clause,by the vendor havingunauthorizedcontact(verballyor in writing)withsuchotherCounty representatives,mayconstitutegroundsfor rejectionby Purchasingof the vendor'squotation. Theabovestatedrestrictionon vendorcontactwithCountyrepresentatives shallapplyuntiltheCountyhasawardeda purchaseorderor contractto a vendororvendors,exceptasfollows.First,in theeventthata vendorinitiates a formalprotestagainsttheRFO,suchvendormaycontacttheappropriate individual,or individualswhoare managingthatprotestas outlinedin the County'sestablishedprotestprocedures.All such contactmust be in accordancewith the sequenceset forth underthe protestprocedures. Second,in the eventa publichearingis scheduledbeforethe Boardof Supervisorsto heartestimonypriorto its approvalof a purchaseorderor contract,anyvendormayaddresstheBoard. D)BidsreceivedaftertheclosingtimewillNOTbeconsidered. E)Biddersareto bidwhatis specifiedor requestedfirst.If unableto orwilling to,bidder may bid alternativeor option,indicatingall advantages, disadvantagesandtheirassociatedcost. FAILURETO BID: A)If notbidding,returnbidsheetandstatereasonfornobidoryournamemay beremovedfrommailinglist. 4.TAXES,CHARGESAND EXTRAS: A)Countyof Fresnois subjectto Californiasalesand/orusetax (7.875%). Pleaseindicateasa separatelineitemif applicable. DONOTincludeFederalExciseTax.Countyis exemptunderRegistration No.94-73-03401-K. B) C)Countyis exemptfromFederalTransportationTax.Exemptioncertificateis notrequiredwhereshippingpapersshowconsigneeasCountyof Fresno. Chargesfor transportation,containers,packing,etc.willnotbe paidunless specifiedin bid. D) 5.AWARDS: A)Award(s)will be made to the most responsiveresponsiblebidder.The evaluationwill includesuch things as life-cycle cost,availability,delivery 1.BIDPREPARATION: A)All pricesand notationsmustbetypedor writtenin ink.Noerasures permitted.Errorsmaybecrossedout,initialedandcorrectionsprinted in inkby personsigningbid. B)BrandNames:Brandnamesandnumberswhengivenareforreference. Equalitemswill beconsidered,providedtheofferclearlydescribesthe articleand howit differsfromthatspecified.In the absenceof such informationitshallbeunderstoodtheofferingis exactlyasspecified. C)Statebrandor makeof eachitem.If biddingon otherthanspecified, state make,model and brand being bid and attach supporting literature/specificationstothebid. D)Bidon eachitemseparately.Pricesshouldbestatedin unitsspecified herein.All applicablechargesmustbequoted;chargeson invoicenot quotedhereinwill bedisallowed. E)Timeof deliveryis a partof the considerationandmustbe statedin definitetermsandmustbeadheredto.F.O.B.Pointshallbedestination or freightchargesmustbestated. F)All bids mustbe datedand signedwith the firm'snameand by an authorizedofficeror employee. G)Unlessotherwisenoted,pricesshallbefirmfor 120daysafterclosing dateof bid.3. 2.SUBMITTINGBIDS: Quotation No.910-3885 costsand whoseproductand/orserviceis deemedto be in the best interestoftheCounty.Thecountyshallbethesolejudgeinmakingsuch determination. B)Unlessbiddergivesnoticeof all-or-noneawardin bid,Countymay accept any item,group of items or on the basis of total bid. C)The Countyreservestherightto rejectanyandall bidsandto waive informalitiesor irregularitiesin bids. D)Afteraward,all bidsshallbe opento publicinspection.TheCounty assumesnoresponsibilityfortheconfidentialityofinformationofferedin a bid. 6.PARTICIPATION: Biddermayagreetoextendthetermsoftheresultingcontracttootherpolitical subdivision,municipalitiesandtax-supportedagencies. SuchparticipatingGovernmentalbodiesshallmakepurchasesin theirown name,makepaymentdirectlyto bidder,andbe liabledirectlyto the bidder, holdingtheCountyof Fresnoharmless. 7.PREFERENCE/TIEBIDS: All otherfactorsbeingequal,thecontractshallbe awardedto the Fresno Countyvendoror,if neitheror bothare FresnoCountyvendors,it maybe awardedbytheflipof a coininthepresenceofwitnessesortheentirebidmay be rejectedandre-bid. 8.PATENTINDEMNITY: ThevendorshallholdtheCounty,itsofficers,agentsandemployees,harmless from liabilityof any natureor kind,includingcosts and expenses,for infringementor useof anycopyrightedor uncopyrightedcomposition,secret process,patentedor unpatentedinvention,articleor appliancefurnishedor usedin connectionwiththisbid. 9.SAMPLES: Samples,whenrequired,mustbe furnishedanddeliveredfreeand,if not destroyedbytests,willuponwrittenrequest(within30daysofbidclosingdate) be returnedat the bidder'sexpense.In the absenceof suchnotification, Countyshallhavetherightto disposeof thesamplesin whatevermannerit deemsappropriate. 10.RIGHTSAND REMEDIESOF COUNTYFOR DEFAULT: A)In caseof defaultby vendor,the Countymayprocurethe articlesor servicefromanothersourceandmayrecoverthecostdifferenceand relatedexpensesoccasionedtherebyfromanyunpaidbalanceduethe vendororbyproceedingagainstperformancebondofthevendor,if any, or by suitagainstthevendor.ThepricespaidbytheCountyshallbe consideredthe prevailingmarketpriceat the timesuchpurchaseis made. B)Articlesor services,which upon deliveryinspectiondo not meet specifications,will be rejectedandthe vendorwill be consideredin default.VendorshallreimburseCountyforexpensesrelatedto delivery of non-specifiedgoodsor services. C)Regardlessof F.O.B.point,vendoragreesto bearall risksof loss,injury ordestructionto goodsandmaterialsorderedhereinwhichoccurpriorto deliveryandsuchloss,injuryordestructionshallnotreleasevendorfrom anyobligationhereunder. r,'\PI"O\Q1n.'<!\!\<;WINnow WA~HINr,\IAPIOII~rOllNTY RIIIInINr;~nor,nor. 11.DISCOUNTS: Termsof less than 15 daysfor cash paymentwill be consideredas net in evaluatingthisbid.A discountforpaymentwithinfifteen(15)daysor morewillbe consideredindeterminingtheawardof bid.Discountperiodwillcommenceeither thelaterof deliveryor receiptof invoicebythe County.StandardtermsareNet Forty-five(45)days. 12.SPECIALCONDITIONSIN BID SCHEDULESUPERSEDEGENERAL CONDITIONS. The"GeneralConditions'of this RFP/RFQshallbesupersededifin conflictwith anyothersectionofthisbid. 13.SPECIALREQUIREMENT: Withtheinvoiceorwithintwenty-five(25)daysof delivery,thesellermustprovide to theCountya MaterialSafetyDataSheetfor eachproduct,whichcontainsany substanceon "TheListof 800 HazardousSubstances',publishedby the State Directorof IndustrialRelations.(SeeHazardousSubstancesInformationand TrainingAct.CaliforniaStateLaborCodeSections6360through6399.7.) 14.RECYCLEDPRODUCTS/MATERIALS: Vendorsareencouragedto provideandquote(withdocumentation)recycledor recyclableproducts/materialswhichmeetstatedspecifications. 15.YEAR COMPLIANCEWARRANTY VendorwarrantsthatanyproductfurnishedpursuanttothisAgreement/ordershall supporta four-digityearformatandbe ableto accuratelyprocessdateandtime datafrom,intoandbetweenthetwentiethandtwenty-firstcenturies,aswellasleap year calculations."Product'shall include,withoutlimitation,any piece or componentof equipment,hardware,firmware,middleware,customor commercial software,or internalcomponentsor subroutinestherein.Thiswarrantyshall surviveterminationor expirationof thisAgreement. In theeventof anydecreasein productfunctionalityor accuracyrelatedto time and/ordatedatarelatedcodesand/orinternalsubroutinesthatimpedetheproduct fromoperatingcorrectlyusingdatesbeyondDecember31,1999,vendorshall restoreor repairtheproducttothesamelevelof functionalityaswarrantedherein, so asto minimizeinterruptiontoCounty'songoingbusinessprocess,timebeingof theessence.Intheeventthatsuchwarrantycompliancerequirestheacquisition of additionalprograms,the expensefor any such associatedor additional acquisitions,whichmaybe required,including,withoutlimitation,dataconversion tools,shallbe borneexclusivelyby vendor.Nothingin this warrantyshall be construedto limitanyrightsorremediestheCountymayotherwisehaveunderthis Agreementwithrespectto defectsotherthanyearperformance. 1R RFO(4/03) QUOTATION NO.910-3885 Page 2 BIDDING INSTRUCTIONS CONTRACT SERVICES The County of Fresno Purchasing Unit on behalf of Facility Service's is soliciting bids to establish an agreement under which the successful bidder will provide all labor,materials,taxes,insurance etc.as specified necessary to provide window washing services at various County Buildings as specified within this Request for Quotation. DEFINITIONS:The terms Bidder,Proposer,Contractor and Vendor are all used interchangeably and refer to that person,partnership,corporation,organization,agency,etc.which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ:Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required.If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation,correction thereof may be requested in writinQ or by fax from Purchasing (Fax No.(559)456-7831).The deadline for submitting Requests for Clarification is October 3.2003 8:00 A.M. Questions shall be delivered to the County of Fresno Purchasing Division,4525 E.Hamilton Avenue,Fresno,CA 93702 or faxed to (559)456-7831.If faxing the bidder must confirm receipt by phone within one-half (1/2)hour of transmission. NOTE:Time constraints will prevent County from responding to questions submitted after the cutoff date. Any change in the Request for Quotation will be made by written addendum issued by the County The County will not be responsible for any other explanations or interpretations. NOTE:The bidder is encouraged to submit all questions at the Vendor Conference.Time limitations can prevent a response to questions submitted after the conference. AWARD:Award will be made to the vendor(s)offering the services deemed to be to the best advantage of the County.The County shall be the sole judge in making such determination. RIGHT TO REJECT BIDS:The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. ISSUING AGENT:This RFQ has been issued by the County of Fresno's Purchasing Unit.The Purchasing Unit shall be the vendor's sole point of contact with regard to the RFQ,its content, and all issues concerning it. AUTHORIZED CONTACT:All communication regarding this RFQ shall be directed to an authorized representative of the County's Purchasing Unit.The specific buyer managing this RFQ is identified on the cover page,along with his or her telephone number,and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. G:\RFQ\910-3885WINDOWWASHINGVARIOUSCOUNTYBUllDINGS.DOC.DOC QUOTATION NO.910-3885 Page 3 Contact with any other County representative,including elected officials,for the purpose of discussing this RFQ,it content,or any other issue concerning it,is prohibited unless authorized by Purchasing.Violation of this clause,by the vendor having unauthorized contact (verbally or in writing)with such other County representatives,may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors,except as follows. First,in the event that a vendor initiates a formal protest against the RFQ,such vendor may contact the appropriate individual,or individuals who are managing that protest as outlined in the County's established protest procedures.All such contact must be in accordance with the sequence set forth under the protest procedures.Second,in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contrac~any vendor may address the Board. NUMBER OF COPIES:Submit one (1)original and two (2)copies of your quotation no later than the quotation closing date and time as stated on the front of this document to the County of Fresno Purchasing Division.Each copy to be identical to the original,include all supporting documentation (Le.literature,brochures,reports,schedules etc.).The cover page of each quotation is to be appropriately marked "Original"or "Copy". FIRM QUOTATION For purpose of award all quotations shall remain firm for at least one hundred twenty (120)days. TAXES:The quoted amount must include all applicable taxes.If taxes are not specifically identified in the quotation it will be assumed that they are included in the total quoted. SALES TAX Fresno County pays California State Sales Tax in the amount of 7.875%regardless of vendor's place of doing business. MINOR DEVIATIONS:The County reserves the right to negotiate minor deviations from the prescribed terms,conditions and requirements with the selected vendor. QUOTATION REJECTION Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. BIDDERS'LIABILITIES:County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY:The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation,whether or not they are provided directly. Further,the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters,including payment of any and all charges resulting from the contract.The contractor may not subcontract or transfer the contract,or any right or obligation arising out of the contract,without first having obtained the express written consent of the County. G:\RFQ\910-3885 WINDOWWASHINGVARIOUSCOUNTYBUllDINGS.DOC.DOC QUOTATION NO.910-3885 Page 4 CONFIDENTIALITY:Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE:Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW:The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices,employment histories and reputation in the business community.By submitting a quotation/bid to the County,the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. EXCEPTIONS:Identify with explanation,any terms,conditions,specifications or stipulations of the RFQ with which you CAN NOT or WILL NOT comply. ADDENDUM:In the event that it becomes necessary to revise any part of this RFQ,an addendum will be provided to all agencies and organizations that receive the basic RFQ. SUBCONTRACTORS:If a subcontractor is proposed,complete identification of the subcontractor and his tasks shall be provided.The primary contractor is not relieved of any responsibility by virtue of using a subcontractor. CONFLICT OF INTEREST:The County shall not contract with,and shall reject any bid or quotation submitted by the persons or entities specified below,unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1.Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2.Profit-making firms or businesses in which employees described in Subsection (1)serve as officers,principals,partners or major shareholders. 3.Persons who,within the immediately preceding twelve (12)months,came within the provisions of Subsection (1),and who were employees in positions of substantial responsibility in the area of service to be performed by the contract,or participated in any way in developing the contract or its service specifications. 4.Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers,principals,partners or major shareholders. 5.No County employee whose position in the County enables him to influence the selection of a contractor for this RFQ,or any competing RFQ,and no spouse or economic dependent of such employee,shall be employees in any capacity by a bidder,or have any other direct or indirect financial interest in the selection of a contractor. G:\RFQ\910-3885 WINDOWWASHINGVARIOUSCOUNTYBUILDINGS.DOC.DOC QUOTATION NO.910-3885 Page 5 PAYMENT:Upon satisfactory completion of work,specified herein and approval by the County, payment will be made in full. All invoices are to be forwarded in duplicate to:County of Fresno Facility Services,4590 E.Kings Canyon,Fresno CA 93702.Invoice terms shall be net forty-five (45)days. CONTRACT TERM:It is County's intent to contract with the successful bidder for a term of one (1)year with the option to renew for two (2)additional one (1)year periods. EXAMINATION OF SITE:Each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. CODES AND REGULATIONS:All work and material to conform to all applicable state and local building and other codes and regulations. DAMAGE TO EXISTING WORK Damage to existing construction,equipment,planting,etc.,by the successful bidder in the performance of his work shall be replaced or repaired and restored to original condition by the successful bidder. CLEAN-UP:The successful bidder shall at all times keep the premises clean from accumulation of waste materials or rubbish caused by his employees or work and shall remove all resulting work debris from the job site. WATER.POWER &TOILET FACILITIES Successful bidder may use County owned water, power and toilet facilities at job site (when existing)at no expense to the successful bidder. Successful bidder will be required,however,to provide piping,fittings and other items as necessary to bring water and power from existing service to job site. COORDINATE WORK WITH OWNER Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operationsbe kept to a minimum. TAXES.PERMITS &FEES:The successful bidder shall pay for and include all federal,state and local taxes direct or indirect upon all materials;pay all fees for,and obtain all necessary permits and licenses,unless otherwise specified herein. INSPECTION:All window washing services shall be subject to inspection by the County during and after performance of service.The County at its discretion shall have the right to reject unsatisfactory services and require their correction prior to payment. SUPERVISION:The successful bidder shall give efficient supervision to the work,using therein the skill and diligence for which he is remunerated in the contract price.He shall carefully inspect the site and study and compare all drawings,specifications and other instructions,as ignorance of any phase of any of the features or conditions affecting the contract will not excuse him from carrying out its provisions to its full intent. G:\RFQ\910-3885 WINDOWWASHINGVARIOUSCOUNTYBUILDINGS.DOC.DOC Quotation No.910-3885 Page 6 SAFEGUARDS:The successful bidder shall provide,in conformity with all local codes and ordinances and as may be required,such temporary walls,fences,guardrails,barricades,lights, danger signs,enclosures,etc.,and shall maintain such safeguards until all work is completed. COORDINATION AND COMPLETION The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment.Any problem or questions that arise in the scope of work,the County must be contacted and the appropriate written amendment generated. PRICES:Bidder agrees that prices quoted are maximum for the contract period,and in the event of a price decline such lower prices shall be extended to the County of Fresno. INDEPENDENT CONTRACTOR In performance of the work,duties,and obligations assumed by Contractor under any ensuing Agreement,it is mutually understood and agreed that CONTRACTOR,including any and all of Contractor's officers,agents,and employees will at all times be acting and performing as an independent contractor,and shall act in an independent capacity and not as an officer,agent,servant,employee,joint venturer,partner,or associate of the COUNTY.Furthermore,County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function.However,County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof.Contractor and County shall comply with all applicable provisions of law and the rules and regulations,if any,of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor,Contractor shall have absolutely no right to employment rights and benefits available to County employees.Contractor shall be solely liable and responsible for providing to,or on behalf of,its employees alilegallyrequired employee benefits.In addition,Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees,including compliance with Social Security,withholding,and all other regulations governing such matters.It is acknowledged that during the term of the Agreement,Contractor may be providing services to others unrelated to the County or to the Agreement. HOLD HARMLESS CLAUSE Contractor shall hold the County,its officers and employees, harmless and indemnify and defend the County,its officers and employees,against the payment of any and all costs and expenses,claims suits,and liability resulting from or arising out of or in any way connected with any negligent or wrongful acts or omissions of contractor,its officers and employees,or failing to perform any work,services,or functions provided for or referred to or in any way connected with any work,services or functions to be performed under this agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties,CONTRACTOR,at its sole expense,shall maintain in full force and effect the following insurance policies throughout the term of the Agreement: A.Commercial General Liabilitv Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000)per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis.COUNTY may require specific G:\RFQ\910-3885WINDOWWASHINGVARIOUSCOUNTYBUILDINGS.DOC.DOC Quotation No.910-3885 Page 7 coverages including completed operations,products liability,contractual liability,Explosion- Collapse-Underground,fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B.Automobile Liabilitv Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00)per person,Five Hundred Thousand Dollars ($500,000.00)per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00),or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00).Coverage should include owned and non-owned vehicles used in connection with this Agreement. C.Professional Liabilitv If CONTRACTOR employs licensed professional staff,(e.g.,Ph.D.,R.N.,L.C.S.W., M.F.C.C.)in providing services,Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00)per occurrence,Three Million Dollars ($3,000,000.00) annual aggregate. D.Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno,its officers,agents,and employees,individually and collectively, as additional insured,but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance,maintained by COUNTY,its officers,agents and employees shall be excess only and not contributing with insurance provided underCONTRACTOR's policies herein.This insurance shall not be cancelled or changed without a minimum ofthirty (30)days advance written notice given to COUNTY. Within Thirty (30)days from the date CONTRACTOR executes this Agreement,CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies,as required herein,to the County of Fresno,stating that such insurance coverage have been obtained and are in full force;that the County of Fresno,its officers,agents and employees will not be responsible for any premiums on the policies;that such Commercial General Liability insurance names the County of Fresno,its officers,agents and employees,individually and ,collectively,as additional insured,but only insofar as the operations under this Agreement are concerned;that such coverage for additional insured shall apply as primary insurance and any other insurance,or self-insurance,maintained by COUNTY,its officers,agent and employees, shall be excess only and not contributing with insurance provided underCONTRACTOR's policies herein;and that this insurance shall not be cancelled or changed without a minimum of thirty (30)days advance,written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided,the COUNTY may,in addition to other remedies it may have,suspend or terminate this Agreement upon the occurrence of such event. All policiesshallbewithadmittedinsurerslicensedto do businessin the Stateof California. Insurance purchased shall be purchased from companies possessing a current A.M.Best,Inc. rating of B+FSC VIII or better. G:\RFQ\910-3885WINDOWWASHINGVARIOUSCOUNTYBUILDINGS.DOC.DOC Quotation No.910-3885 Page 8 Bonding Company Requirements:Each bond specified in this RFO (bid bond,faithful performance bond and payment bond)shall meet the requirements of all applicable statutes, including but not limited to those specified in Public Contract Code section 20129 and Civil Code section 3248.Each bond specified in this RFO shall be issued by a surety company designated as an admitted surety insurer in good standing with and authorized to transact business in this state by the California Department of Insurance,and acceptable to the County of Fresno. Bidders are cautioned that representations made by surety companies will be verified with the California Department of Insurance.Additionally,the County of Fresno,in its discretion,when determining the sufficiency of a proposed surety company,may require the surety company to provide additional information supported by documentation.The County generally requires such information and documentation whenever the proposed surety company has either a Best's Key Rating Guide of less than B+or a financial size designation of less than VIII. Provided,however,that the County expressly reserves its right to require all information and documentation to which the County is legally entitled from any proposed surety company. PERFORMANCE BOND:The successful bidders may be required to furnish a faithful performance bond. DISPUTE RESOLUTION:The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno,CA or in a state court for Fresno County. TERMINATION:The County reserves the right to terminate any resulting contract upon written notice. DEFAULT:In case of default by the selected bidder,the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder,or by any other legal means available to the County. ASSIGNMENTS:The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES:Any contract awarded under this RFO must be carried out in full compliance with Title VI of the Civil Rights Act of 1964.The contractor must guarantee that services provided will be performed in compliance with all applicable state or federal laws and regulations pertinent to this project.The contractor may be required to provide evidence substantiating that staff member(s)have the necessary skill to perform the required services. AUDITS AND INSPECTIONS The Contractor shall at any time during business hours,and as often as the County may deem necessary,make available to the County for examination all of its records and data and respect to the matters covered by this Agreement.The Contractor shall, upon request by the County,permit the County to audit and inspect all of such records and data necessary to ensure Contractor's compliance with the terms of this Agreement. If this Agreement exceeds Ten Thousand and No/100 dollars ($10,000.00),Contractor shall be subject to the examination and audit of the Auditor General for a period of three (3)years after final payment under contract (Government Code Section 10532). G:\RFQ\910-3885WINDOWWASHINGVARIOUSCOUNTY BUILDINGS.DOC.DOC Quotation No.910-3885 Page 9 BIDDER TO COMPLETE Bidder agrees to commence work within 30 calendar days after that date which the contract is executed by the County and complete all work specified herein within 60 calendar days after said execution date. List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid,and state general type of work such subcontractor would be performing: NONE CONTRACTOR'S LICENSE: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Number and Class:547702 C61/D63 HIC Date of Issue: Name of Insurance Carrier: Public Liability:Self insured Expires:continuous Workman's Compensation:Self insured .Expires:continuous Proof of maintenance of adequate insurance will be required before award is made to vendor. GUARANTEE:The bidder shall state his written guarantee here: ALL WORKWILL BE COMPLErED 1;'ITTHIN SPECIFIED TIMES.ALL WORK vITLL BE INSPECTED UPON COMPLEI'ION TO INSURE QUALITY AND SPECIFICATIONS HAVE BEEN MET. C:IOOCUME-1\TEMP'LOCALS-1\TEMP\16\H.NOTES.DA T A\91Q-3885 WINDOW WASHING VARIOUS COUNTY BUILDINGS.DOC.DOC Quotation No.910-3885 Page 10 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm:ABM JANITORIAL SERVICES REFERENCE LIST The bidder shall submit a list of at least five (5)customer references.Such references shall be customers for whom the vendor has recently performed similar services. Reference Name: Contact: FRESNO BEE PAUL MAHAN City: Phone No.: FRESNO 443-2857 Date and Service Provided: 3 YEARSJANITORIAL,FL<X>RS,CARPEl'S,WINDCMS ..---..---"',-.,--,..--.--.--",',_."-.",-,-~,--'-"'--,-'-"--'''.,,,. Reference Name:FRESNO PACIFIC UNIVERSITY City:FRESNO Contact:MARKPATrON Phone No.:647-9083 Date and Service Provided:3 YEARS -JANITORIAL,FlOORS,CARPEl'S,WINDOiAlS '.'''''-'"","-"'"'''_..'-."''''''--''''",."""'--'-'.-.,"'''''_0.-''''''""-'"''---'-'''... Reference Name:DANA BUTHCER &ASSOCIATES City:FRESNO Contact"DANA BUTCHER Ph N .446-2001.one 0.. Date and Service Provided:4 YEARS -JANITORIAL,CARPEl'S,FL<X>RS.WINro'lS .-."---..'-"----..."0'_"'"'... Reference Name:ALLIANT UNIVERSITY City:FRESNO Contact:MARGARET'Phone No.:456-2777 Date and ServiceProvided:JANITORIAL,FlOORS,WINDOi'lS,CARPEl'S =~-'.-...-..---'-.,.<>,-".,'~-~-=-.='n un -----.."..--..'--',,,-----',"'-,... Reference Name: Contact: INFINITY BROADCASTING City:FRESNO JAN Phone No.:490-5814 JANITORIAL,FLOORS,WINDCNIS,CARPEl'SDateandServiceProvided: FAILURE TO PROVIDE A LIST OF A T LEAST THREE (3)CUSTOMERS MA Y BE CAUSE FOR REJECTION OF THIS RFQ. C:\DOCUME-1\TEMPlLOGAlS-1\TEMP\16\H.NOTES.DATA\91Q-3885WINDOWWASHINGVARIOUSCOUNTYBUILDINGS.DOG.DOC Countyof ~n~~u~\I/? .-n~~\1 ~UOTATION SCHEDULE SEND ORIGINAL OF QUOTATION TO COUNTY PURCHASING DIVISION. MAKE A COpy FOR YOUR FILE. QUOTATION NO.910-3885 COMPANY:ABM JANITORIAL SERVICES PAGE 11 I F.O.B.POINTSHALLBE DESTINATIONOR FREIGHTCHARGES MUSTBE STATEDINQUOTATION. UNIT PRICEITEMDESCRIPTIONQTYUNIT EXTENDED PRICE BRAND NAME TRADE # Furnish all labor,materials,taxes,equipment, safety procedures,etc;to wash windows,etc., at the following locations as specified.VENDORS TO PROVIDE A COST PER JOB. GROUP I 2. 2200 Fresno Street,Law Enforcement Administration Building. Wash all exterior glass,(outside only) on the 1st and 2nd floors,remove,wash and replace all screens. 2281 Tulare Street,Hall of Records Building. Wash all exterior glass,inside and outside on all levels.(Do not use pressure washer) 1 JOB $1,250.00 $1,250.001. 1 JOB $1,450.00 $1,450.00 3.4455 E.Kings Canyon Road,Main Welfare Building.Wash all exterior glass,inside and outside,remove all screens,wash and replace. Replace all of the metal screws for each screen.Extreme caution is required on the tile roof. 1 JOB $2,050.00 $2,050.00 5. 4499 E.Kings Canyon Road,Barton Building. Wash all exterior glass,inside and outside. Including removal,washing and replacement (with metal screws)of all screens. 4449 E.Kings Canyon Commissary Building. Wash all exterior glass,outside only,1st and second floor. 1 JOB $1,090.00 $1,090.004. 1 JOB $850.00 $850.00 SUBTOTAL THIS PAGE $6,690.00 1.BIDDERS ARE TO ENTER THEIR FIRM NAME ON ALL PAGES. 2.BIDDERS MUST INDICATETHE BRAND NAME AND TRADE NUMBERS OF ALL ITEMSTHEY ARE QUOTING.IF NOT INDICATEDIT WILL BE ASSUMED BIDDER IS QUOTING AS SPECIFIED. 3.THE COUNTY OF FRESNO IS SUBJECTTO SALESIUSE TAX.BIDDERS ARE TO INDICATETAX IN SPACE PROVIDEDONTHISFORM,IFAPPLICABLE. 4.CASHDISCOUNTSOF LESSTHAN15 DAYS WILL BE CONSIDERED AS NET IN EVALUATING THIS QUOTATION. 5.PRICES SHALL BE FIRM FOR 60 DAYS UNLESS OTHERWISE STATED. PD-11 (3/97)C:\DOGUME-1\TEMP\LOCALS-1\TEMP\16\H.NOTES.DATA\910-3885 WINDOW WASHING VARIOUS COUNTY BUILDINGS.DOC.DOC ATTENTION BIDDER -IMPORTANT TOTAL $6,690.00 Countyof ~n~~...~\I/~.-nE~~\~ QUOTATION SCHEDULE SEND ORIGINAL OF QUOTATION TO COUNTY PURCHASING DIVISION. MAKEA COpy FOR YOURFILE. QUOTATION NO.910-3885 COMPANY:ABM JANITORIAL SERVICES PAGE 12 F.O.B.POINT SHALLBE DESTINATIONOR FREIGHTCHARGES MUSTBE STATEDINQUOTATION. UNIT PRICEITEMDESCRIPTIONQTYUNIT EXTENDED PRICE BRAND NAME TRADE # SUBTOTAL FROM PREVIOUS PAGE $6,690.00 TOTAL GROUP I $10,540.00 1.BIDDERS ARE TO ENTER THEIR FIRM NAME ON ALL PAGES. 2.BIDDERS MUST INDICATE THE BRAND NAME AND TRADE NUMBERS OF ALL ITEMSTHEY ARE QUOTING.IF NOT INDICATEDIT WILL BE ASSUMED BIDDER IS QUOTING AS SPECIFIED. 3.THECOUNTY OF FRESNO IS SUBJECT TOSALESIUSE TAX.BIDDERS ARE TO INDICATETAX IN SPACE PROVIDEDON THIS FORM,IF APPLICABLE. 4.CASH DISCOUNTS OF LESS THAN 15 DAYS WILL BE CONSIDERED AS NET IN EVALUATING THIS QUOTATION. 5.PRICES SHALL BE FIRM FOR 60 DAYS UNLESS OTHERWISE STATED. PD-11 (3197)C:\DOCUME-1\TEMP\LOCALS-1\TEMP\16\H.NOTES.DATA\910-3885 WINDOW WASHING VARIOUS COUNTY BUILDINGS.DOC.DOC 6.890 S.10th Street,Juvenile Probation 1 JOB $240.00 $240.00 Building.Wash all exterior glass,outside only on 1st and 2nd floor. 7.4525 E.Hamilton,Purchasing Warehouse 1 JOB $160.00 $160.00 Office.Wash all exterior glass,outside only on 1st and 2nd floors.(Vendor to make sure screens are replaced facing the correct way,contact Cathi Peters,Buyer III,@ 456-7110 to verify the screens have been replaced correctly) 8.1221 Fulton Mall,Brix Bldg.Wash all glass,1 JOB $2,250.00 $2,250.00 inside and outside on all six floors.Contact Facility Manager (445-3264)to schedule cleaning. 9.1221 Fulton Mall,Mercer Bldg.Wash all glass,1 JOB $880.00 $880.00 inside and outside on all four floors.Contact Facility Manager (445-3264)to schedule cleaning. 10.760 W.Neilson,Coroners Office.Wash all 1 JOB $320.00 $320.00 exterior glass,outside only on 1st and 2nd floors. ATTENTION BIDDER -IMPORTANT TOTAL ,10,_540.00 Countyof ~n~~...~I/~rn~\1 QUOTATION SCHEDULE SEND ORllilNAL OF QUOTATION TO COUNTY PURCHASING DIVISION. MAKE A COpy FOR YOUR FILE. QUOTATION NO.91 0-3885 COMPANY:ABM JANITORIAL SERVICES PAGE 13 F.O.S.POINT SHALL BE DESTINATION OR FREIGHT CHARGES MUST BE STATED IN QUOTATION. UNIT PRICEITEMDESCRIPTIONQTYUNIT EXTENDED PRICE BRAND NAME TRADE # GROUP II 1.1100 Van Ness,Courthouse Building. Wash all interior and exterior glass,on 1st through 8th floors.Pressure wash walls only on the 8th floor and the B-1 level.Pressure wash eyebrow around the building and wall around mezzanine.Prefer scheduled work to be done on a Saturday. 1 JOB $$NO BID TOTAL GROUP II $ ATTENTION BIDDER -IMPORTANT a 1.BIDDERS ARE TO ENTER THEIR FIRM NAME ON ALL PAGES. 2.BIDDERS MUST INDICATE THE BRAND NAME AND TRADE NUMBERS OF ALL ITEMS THEY ARE QUOTING.IF NOT INDICATED IT WILL BE ASSUMED BIDDER IS QUOTING AS SPECIFIED. 3.THE COUNTYOF FRESNO IS SUBJECT TO SALESIUSE TAX.BIDDERS ARE TO INDICATETAX IN SPACE PROVIDED ON THIS FORM,IF APPLICABLE. 4.CASH DISCOUNTSOF LESS THAN 15 DAYS WILL BE CONSIDERED AS NET IN EVALUATING THIS QUOTATION. 5.PRICES SHALL BE FIRM FOR 60 DAYS UNLESS OTHERWISE STATED. PD-11 (3/97)C:\DOCUME-1\TEMP\LOCALS-1\TEMP\16\H.NOTES.DATA\910-3885 WINDOW W ASHING VARIOUS COUNTY BUILDINGS.DOC.DOC --------- Countyof ~nl!!!!!~u~\I/?-.-nE~~\1 QUOTATION SCHEDULE SEND ORIGINAL OF QUOTATION TO COUNTY PURCHASING DIVISION. MAKE A COpy FOR YOUR FilE. QUOTATION NO.91 0-3885 COMPANY:ABM JANITORIAL SERVICES PAGE 14 F.O.B.POINTSHALLBE DESTINATIONOR FREIGHTCHARGESMUSTBE STATEDINQUOTATION. UNIT PRICEITEMDESCRIPTIONQTYUNIT EXTENDED PRICE BRAND NAME TRADE # Recommended Caulking:NP-1 NO BID-- Vendor to indicate caulking to be used. ATTENTION BIDDER -IMPORTANT §j 1.BIDDERS ARE TO ENTER THEIR FIRM NAME ON ALL PAGES. 2.BIDDERS MUST INDICATE THE BRAND NAME AND TRADE NUMBERS OF ALL ITEMS THEY ARE QUOTING.IF NOT INDICATED IT WILL BE ASSUMED BIDDER IS QUOTING AS SPECIFIED. 3.THE COUNTY OF FRESNO IS SUBJECT TO SALESIUSE TAA.BIDDERS ARE TO INDICATETAXIN SPACE PROVIDED ON THIS FORM,IFAPPLICABLE. 4.CASH DISCOUNTS OF LESS THAN 15 DAYS WILL BE CONSIDERED AS NET IN EVALUATINGTHIS QUOTATION. 5.PRICES SHALL BE FIRM FOR 60 DAYS UNLESS OTHERWISE STATED. PD-11 (3/97)C:\DOCUME-1\TEMP\LOCALS-1\TEMP\16\H.NOTES.DATA\910-3885 WINDOWWASHINGVARIOUSCOUNTYBUILDINGS.DOC.DOC GROUP III Plaza Complex 1.2220 Tulare Street,County Plaza Tower 1 JOB $$ D.A.FamilySupport -31 OP $ c:)$2.1 JOB "- 3.D.A.FamilySupport -21 OP 1 JOB $$ 4.PublicWorks-Suite A &B 1 JOB $$ Probation,2233 Kern Street JOB $$5.1 6.Elections,2221 Kern Street 1 JOB $$ TOTALGROUP III $ -------- Quotation No.910-38" Group I Page 15 SPECIFICATIONS WINDOW WASHING: Furnish all labor,materials,equipment,etc.and follow all safety procedures or regulations to wash windows and screens (remove and replace)at the following locations as specified below. The anticipated work will be done in April or May of each year.Vendor will be required to provide a separate billing for each building. 1. 2. 3. 4. 2200 Fresno Street.Wash all exterior glass,outside only,1st &2nd floors of the Law Enforcement Administration Building.Remove,wash and replace all screens. 2281 Tulare Street.Wash all exterior glass,inside and outside of the Hall of Records. (Some windows leak-do not use pressure washer to clean windows). 4455 E.Kings Canyon Road.Wash all exterior glass,inside and outside of the Welfare, Main Building only,remove all screens wash and replace.Replace all of the metal screws for each screen.Extreme caution the roof is tile. 4499 E.Kings Canyon Road.Wash all exterior glass,inside and outside of the Barton Building.Includes removal,washing and replacing of screens,replacement of all metal screws for each screen. 5.4449 E.Kings Canyon,Commissary Building.Wash all glass,outside only,1st and 2nd floor. 6.890 S.10th Street.Wash all exterior glass,outside only,1st &2nd floors of Juvenile Probation Building. 7.4525 E.Hamilton.Purchasing Warehouse Office.Wash all exterior glass,outside only, 1st &2nd floors.Remove screens,wash and replace.(Make sure screens are facing the correct way,contact Ken Vozza to verify that screens are in correctly). 8.1221 Fulton Mall,Brix Building.Wash all glass,inside and out,all six floors.Contact Facility Manager to schedule cleaning (445-3264). 9.1221 Fulton Mall,Mercer Building.Wash all glass,inside and outside,all four floors. Contact Facility Manager to schedule cleaning (445-3264). 10.760 W.Nielson,Coroners Office.Wash all glass,outside only and 1st &2nd floors. Group II Furnish all labor,materials,equipment,etc.and follow all safety procedures and regulations to wash interior and exterior windows at the Courthouse once a year.The anticipated work will de done in April or May of each year. 1.1100 Van Ness,Courthouse Building.Wash all interior and exterior glass,1st through 8th floors.Pressure wash walls only on the 8th floor and the B1 level.Pressure wash eyebrow around the building and wall around mezzanine.Preferscheduledworkto be doneon a Saturday. C:\DOCUME-1\TEMP\LOCAlS-1 \TEMP\16\H.NOTES.DATA\910-3885 WINDOW W ASHING VARIOUS COUNTY BUllDINGS.DOC.DOC --------- Quotation No.910-3885 Page 16 Group III Furnish all labor,materials,equipment,etc.and follow all safety procedures and regulation to wash interior and exterior windows at the following buildings.The anticipated work will be done in April or May of each year.Vendor will be required to provide a separate billing for each building. Plaza Complex: A.Plaza Tower Building,2220 Tulare Street,Wash all exterior and interior windows,on all floors.All metal plates between windows shall be cleaned,outside only.Caulking around each window on all floors shall be inspected for loose or peeling caulking and removed and re-caulked to prevent water leaks.The County of Fresno Facility Service' must approve replacement caulking.Recommended Caulking:NP-1,Manufacturer Sonneborn.Successful bidder shall provide recommended caulking and material data sheet for the NP-1 caulking to Facility Service's office and have the MSDS sheets at the job site at all times until the job has been completed.All "bird netting"on Louvers at the 12th and 2st floors shall be inspected.Any netting that is torn or worn shall be replaced. (Vendor to supply netting).All netting to be installed shall be inspected as per the "Manufactures Specifications ",and approved by the Facility Service's.County will provide 220-volt receptacles on roof top parapet.County will provide eye bolts on parapet for safety lines. Vendor to provide written documentation of the number windows on each floor that required caulking or other information such as deterioration,holes or gaps in structure. Facility Service's may identify various windows that need specific caulking or repairs. B.D.A.Family Support-310P,upper and lower levels,wash all exterior and interior window. C.D.A.Family Support -210P,upper and lower levels,wash all exterior and interior windows. D.Public Works-Suite A &B,wash all interior and exterior windows. E.Probation,2233 Kern Street-wash all exterior and interior windows. F.Elections,2221 Kern Street-wash all exterior and interior windows. C:\OOCUME-1\TEMPILOCALS-1\TEMP\16\H.NOTES.DATA\91o-3885WINDOWWASHINGVARIOUSCOUNTY BUILDlNGS.DOC.DOC Quotation No.910-38P'"Page 17 Vendor Name ABM JANITORIAL SERVICES TENATIVE SCHEDULE GROUP I It is anticipated the windows will be scheduled in April or Mayor each year.Vendor to provide a tentative schedule for 2004.Such schedule will be approved by County coordinator. BUILDING Date Scheduled 2200 Fresno Street,Law Enforcement Adm.Building 2281 Tulare Street,Hall of Records 1 st week April ?nn wppk April 4455 E.Kings Canyon Road,Main Welfare Building 4499 E.Kings Canyon Road,Barton Building 3rd week April 4th week April 4499 E.Kings Canyon,Commissary Building 890 S.Tenth Street,Juvenile Probation 4th week April 1st week May 4525 E.Hamilton,PurchasinglWarehouse Office 1221 Fulton Mall,Brix Building 1st week May 1221 Fulton Mall,Mercer Building 760 W.Neilson,Coroner 2nd week May 3rd week May 4th week May GROUP II The Bidder to complete the window-cleaning schedule for Group III.Scheduling shall be between the months of April and May of each year during the term of the agreement. Buildina Courthouse,1100 Van Ness Date Scheduled NO BID C:\DOCUME-1\TEMP\LOCAlS-1\TEMP\16\H.NOTES.DA TA\910-3885 WINDOW WASHING VARIOUS COUNTY BUllDINGS.DOC.DOC ---u ---U ---u ------------ Quotation No.910-388~Page 18 GROUP IIIPlaza Complex The Bidder to complete the window-cleaning schedule for Group III of County of Fresno Buildings.Scheduling shall be between the months of April and May of each year over the duration of this agreement. Building Plaza Complex Date Scheduled NO BID D.A.Family Support -31 OP D.A.Family Support -210P NO BID NO BID Public Works-Suite A &B NO BID Probation,2233 Kern Street NO BID Elections,2221 Kern Street NO BID Note to vendors:Schedules will be approved by County Coordinator. C:\DOCUME-1\TEMP\LOCALS-1 \TEMP\16\H.NOTES.DATA\910-3885 WINDOW W ASHING VARIOUS COUNTY BUILDINGS.DOG.DOC Quotation No.910-3885 Page 15 SPECIFICATIONS WINDOW WASHING: Group I Furnish all labor,materials,equipment,etc.and follow all safety procedures or regulations to wash windows and screens (remove and replace)at the following locations as specified below. The anticipated work will be done in April or May of each year.Vendor will be required to provide a separate billing for each building. 1.2200 Fresno Street.Wash all exterior glass,outside only,1st &2nd floors of the Law Enforcement Administration Building.Remove,wash and replace all screens. 2.2281 Tulare Street.Wash all exterior glass,inside and outside of the Hall of Records. (Some windows leak-do not use pressure washer to clean windows). 3.4455 E.Kings Canyon Road.Wash all exterior glass,inside and outside of the Welfare, Main Building only,remove all screens wash and replace.Replace all of the metal screws for each screen.Extreme caution the roof is tile. 4.4499 E.Kings Canyon Road.Wash all exterior glass,inside and outside of the Barton Building.Includes removal,washing and replacing of screens,replacement of all metal screws for each screen./ 5.4449 E.Kings Canyon,Commissary Building.Wash all glass,outside only,1st and 2nd floor. 6.890 S.10th Street.Wash all exterior glass,outside only,1st &2nd floors of Juvenile Probation Building. 7.4525 E.Hamilton.Purchasing Warehouse Office.Wash all exterior glass,outside only, 1st &2nd floors.Remove screens,wash and replace.(Make sure screens are facing the correct way,contact Ken Vozza to verify that screens are in correctly). 8.1221 Fulton Mall,Brix Building.Wash all glass,inside and out,all six floors.Contact Facility Manager to schedule cleaning (445-3264). 1221 Fulton Mall,Mercer Building.Wash all glass,inside and outside,all four floors. Contact Facility Manager to schedule cleaning (445-3264). 9. 10.760 W.Nielson,Coroners Office.Wash all glass,outside only and 1st &2nd floors. Group II Furnish all labor,materials,equipment,etc.and follow all safety procedures and regulations to wash interior and exterior windows at the Courthouse once a year.The anticipated work will de done in April or May of each year. 1.1100 Van Ness,Courthouse Building.Wash all interior and exterior glass,1st through 8th floors.Pressure wash walls only on the 8th floor and the B11evel.Pressure wash eyebrow around the building and wall around mezzanine.Prefer scheduled work to be done on a Saturday. G:\RFQ\91 0-3885 WINDOW WASHING VARIOUS COUNTY BUILDINGS.DOC.DOC Quotation No.910-3885 Page 16 Group III Furnish all labor,materials,equipment,etc.and follow all safety procedures and regulation to wash interior and exterior windows at the following buildings.The anticipated work will be done in April or May of each year.Vendor will be required to provide a separate billing for each building. Plaza Complex: A.Plaza Tower Building,2220 Tulare Street,Wash all exterior and interior windows,on all floors.All metal plates between windows shall be cleaned,outside only.Caulking around each window on all floors shall be inspected for loose or peeling caulking and removed and re-caulked to prevent water leaks.The County of Fresno Facility Service' must approve replacement caulking.Recommended Caulking:NP-1,Manufacturer Sonneborn.Successful bidder shall provide recommended caulking and material data sheet for the NP-1 caulking to Facility Service's office and have the MSDS sheets at the job site at all times until the job has been completed.All "bird netting"on Louvers at the 12th and 2st floors shall be inspected.Any netting that is torn or worn shall be replaced. (Vendor to supply netting).All netting to be installed shall be inspected as per the "Manufactures Specifications ",and approved by the Facility Service's.County will provide 220-volt receptacles on roof top parapet.COU(ltywill provide eye bolts on parapet for safety lines. Vendor to provide written documentation of the number windows on each floor that required caulking or other information such as deterioration,holes or gaps in structure. Facility Service's may identify various windows that need specific caulking or repairs. B.D.A.Family Support-310P,upper and lower levels,wash all exterior and interior window. C.D.A.Family Support -210P,upper and lower levels,wash all exterior and interior windows. D.Public Works-Suite A &B,wash all interior and exterior windows. E.Probation,2233 Kern Street-wash all exterior and interior windows. F.Elections,2221 Kern Street-wash all exterior and interior windows. G:\RFQ\910-3885WINDOW WASHINGVARIOUSCOUNTYBUILDINGS.DOC.DOC Quotation No.910-3885 Page 17 Vendor Name TENA TIVE SCHEDULE GROUP I It is anticipated the windows will be scheduled in April or Mayor each year.Vendor to provide a tentative schedule for 2004.Such schedule will be approved by County coordinator. BUILDING Date Scheduled 2200 Fresno Street,Law Enforcement Adm.Building 2281 Tulare Street,Hall of Records 4455 E.Kings Canyon Road,Main Welfare Building 4499 E.Kings Canyon Road,Barton Building 4499 E.Kings Canyon,Commissary Building 890 S.Tenth Street,Juvenile Probation 4525 E.Hamilton,Purchasing/Warehouse Office 1221 Fulton Mall,Brix Building 1221 Fulton Mall,Mercer Building 760 W.Neilson,Coroner GROUP II The Bidder to complete the window-cleaning schedule for Group III.Scheduling shall be between the months of April and May of each year during the term of the agreement. Buildinq Courthouse,1100 Van Ness Date Scheduled G:\RFQ\910-3885 WINDOW WASHING VARIOUS COUNTY BUILDINGS.DOC.DOC Quotation No.910-3885 Page 18 GROUP III Plaza Complex The Bidder to complete the window-cleaning schedule for Group III of County of Fresno Buildings.Scheduling shall be between the months of April and May of each year over the duration of this agreement. Buildinq Date Scheduled Plaza Complex D.A.Family Support -310P D.A.Family Support -21 OP Public Works-Suite A &B Probation,2233 Kern Street Elections,2221 Kern Street Note to vendors:Schedules will be approved by County Coordinator. G:\RFQ\91 0-3885 WINDOW WASHING VARIOUS COUNTY BUilDINGS.DOC.DOC Quotation No.910-3885 Page 19 MAPS OF BUILDING LOCA TIONS G:\RFQ\910-3885 WINDOW WASHINGVARIOUSCOUNTYBUILDINGS.DOC.DOC ff-- Quotation No.910-3885-------- ,( ~~y ~~ ,..,-;..1 h-,W)C sr. i II (I i II ! i 4 .LJ ~. :a €, ~~..... :IQ '>I'.....": ~ ~ ~'" ." I -?-~ '-YeP ~~ /'..::>~ 'A '-0 ¥~~ ~~ -*tl~:GRDUPAND .ITEM NI.U1'\8€AS'\. CoRRe::PONDTD qltoT"I(rlON~c.tt€DULE "fu.[art.Strut: I I .',,',I Quotation Nc 10-3885 -",-' I !lDUTH e..,2.,.O"",, J I.r \, 0 0 .' 2 (). >zC'-I $ ~ ~.Ot-O ,""TONd So -rowel \. SOt.n"~GtfO~ I \. I f VMC CAMPUS SITE PLAN. IJ:T.~.tQ\----.J \:;:J .. No1'e:C>RoupAND If£M HUMMR'CORRE$PONO 10 QUOTATIONSCHEDULe ~ ~ ~ ('. .., '* f(~~.. ~~ d~ 2~'~~~~ ~~ ~~ ~t 0 .~ Quotatk d-JO.910-3885 ~~~~ *~I~ ~~ ~~I~ ~~ CD o"~~I~~~ I ' .0 o~C)~~~~I~ \S3Y t..~.~~~,~",v .,~ )I q:1 0 ~~ "~ ~ .w: ~~0~ ~ ".~~~(\';\I~"~~~...'.,.~~ ~~t\~~~ I ~'~~~ --1 I~ I ~( ~~,t.'~r~~~,.!\ 2>/7U';!>,AY PQ~VP,?$P~~ , ,0":<>.' '-'.. ,'.-'.," -.. ,..~ .~-,0 ~,I ' =r \' ~,".r, J ~N ~:Ccrr.t ~fdY1C/s -fr:Q /,{()fa r7(/Y} OCh-t'du It!- I '.:.'.',.'\.":.-, fI:)~:lO * , ": :"":S;'v ..,---- j--l ..... ~r,,>" G -_u - '~.. ~ -:. -'Nt :::-.:~1; 891:::- u_- ~?''''''-''T ""'"',... ~ "°'010 '°01. 0 DUD ..... (W\DTU--010...,-,...,.......LO' ,... 28 ~rJ"..",_..T '"'''''''''0'"OTAT-~~ EAST HAMILTON ~L() 00 00 M I 0 ~en 0 Z r:: 0 :;:;CtI-0::I 0 LEGENDS NEW BUILDINGS[IUSTlN'BUilDINGS .co ,.0"(DO) I VE'O,""""'VRU O,,,,CI C IT"'"C""'.'IOO .IID CU ."H'IOO 'HID D ,.,.I (") I T'!Sf nouc"O'MOI (, ,'O.,CVUV..L C.-u .,.".HOMIADVU..."co ADDnlOll °'O",CUUV"Lc.-,..,'''',,,,....,.HOMI.o.no."LAI ITO"OI ,,",',...CUI.,,,,cu 'HOD(...) "..,.0\111 (..., ""OHEAD.,."""",,,c, "'O.,CULTV"Lc.-nil""""""CICI'._11,o,u..) ,.""'0 TOVI.(...) """'°IQ\I'",<IIT IIII'LOlHO (...) T1 run .TO..OI OUILO'IOO(...) JI °""HOU,"(..., )0 'TOMOI "",LO'IOO (MO)"...orro..""".HO'(IMo)""'TOMOI ""'.D'IOO (MO' '6 C..,I"'.',"°,("0) )7 0"ITAT'O.(...) ).(QUIP""""NA,..,AJOCI,"°, ).OQUI",","NA1"''''''''''","°, '°rolSO.no..ol ('°)f .""""1< ...IQ\II...(......,"'0.'''''" '0 ..OOJCUL"""'Lc.-nor...,.,..,,.--.ovnM ,"""''''''''"'..1... r.I ,CO"IT"""'''''-./ ,CALI_nOlI .TAT'OII (, .n'T ,ur.''''''''''"() a TnT Toue"0'''°0 UO ...u.. ,<ovnOD""""(T) '0 'T'OMO'0\1'1.1"100(cOlIn .nd T) It C",",""","OII LAI11T..'''C "°..- n C...II;'".."."(T) ...roouol 0\I1t.D11OO(T)("_II,"..." ",,,,,,,'Of 0\I1t.D11OO(T) (,,_",or...C.".t~,tI.".toro,.) II ''''''°1 O\IH.D'IOO(AO) "lQU,,..<IIT ,IITO (f) II 10.-11,.~.0) ,n ,,,,,,...tOf .,.",..00 'HIO ('oH) SYNt60LS ...."'OKl"....suor. ...,.IIII'LOllOO'.0.- ~ ~~ 0 AVENUE Ct.~100 eo zqo SCAL[IN n;[T '" :3 Z '" > C '" ..J 0. C :I :I: ... :3 0 '" I r PHASE n 3 THRU5 YEARS =-''''''''''''''''''r MASTER PLAN::ltU=A:SERVr'£YARD u) wI (:.I>'i'trv ,~(';P.MV CD ..... 0 I W 00 00 01 '.'..- ~,I..., .~ ~;~nl''. j '8~ . ' . ~::..,0 iI2 ,.;.j t""" ~.<i., ~ Oo'~lo JES I BRIDGE ./11'"~ I .. ~~> 0 orr(l.~<S ro quotatun ~ItLL Ham>!!o" '(;- .<:g.u.E-~.<: 9"'~Ec,0~u.V>V>I.,.... Ivi v,AvenueLoren CO P". n,. 1\".. :;: ~I "" ., ? Quotation No.910-3885 L STREET Family Support Elections GRouP ]I[ TULARE STREET Family Support Annex Pubic Works Plaza Tower Probation ID&R Garage I KERN STREET M STREET Quotation No.910-'15 .~ (I :~ ,-.:,I I PLAZA IIALLltOOM aow~,k~/) r1tx.l3/Add \n :f; I,..~ -9Q ~,~<;: ~O ~°4: ~/.:~~ q,.~~.- "~~...""~?<- "0 IJ CERTIFICA TE OF INSURANCE COMPANY A COMPANYB COMPANYC COMPANYD COMPANYE ContinentalCasualty Company Permissibly Self-Insured INSURED ABM JanitorialServices -Northern California dba AMERICAN BUILDING MAINTENANCE CO. National Union Fire Ins.Company This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement.term or condition of any contract or other document with 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 Type of Insurance A GENERAL LIABILITY ...K...Convnercial Form ...K...Elevator Uability ...K...Premises-Operations ...K...Explosion &Collapse Hazard ...K...Underground Hazard ...K...Products/Completed Operations Hazard ...K...Contractual Insurance ...K...Broad Form Property Damage ...K...I ndependent Contractors ...K...Personal Injury ...K...Garage Keepers Uabiltty I ...K...Owners,Contractors~ Tenants &Landlor Uabiltty AUTOMOBILE LIABILITY Comprehensive Form ...K...Owned X HiredINon-Owned WORKERS COMPENSATION EMPLOYERS'LIABILITY Employee Dishonesty/Fidelity Insuranc, A B c Policy Number Policy Umits of Liability Bodily Injury GL 502520134 rsonallnjury "Additional Insured"statement attached,if required. CANCELLATION:Should any of the above described policies be cancelled before the expiration date,the issuing company will endeavor to mail 30 days written notice to the above named ceMicate holder,but failure to mail such notice shall impose no obligation or liability of any kind upon the company. BROKER WILLIS CORROON OF CALIFORNIA P.O.Box 193995 Authorized Signature BodDYInjuryI BUA 202520130 I 11/01/01 Certnicate #1013 I Continuous Until Cancelled 4439208 I 11101/01 I $1,500,000