Loading...
HomeMy WebLinkAboutAgreement A-17-061 with Cintas Corporation.pdf Agreement No. 17-061 1 AGREEMENT 2 3 THIS AGREEMENT is made and entered into this 7th day of March 2017 (the 4 "Effective Date"), by and between the COUNTY OF FRESNO, a political subdivision of the State of 5 California, hereinafter referred to as "COUNTY", and Cintas Corporation No. 3, a Nevada Corporation, 6 whose address is 3604 W. Gettysburg Avenue, Fresno, CA 93722, hereinafter referred to as 7 "CONTRACTOR". 8 WITNESSETH: 9 WHEREAS, the COUNTY has a need for a qualified vendor to provide rental, laundering and 10 delivery of uniforms, linens, mats and miscellaneous janitorial items, as set forth in COUNTY's Request for 11 Proposal No. 954-5299 and all addendums thereto (collectively, the "RFP'), attached hereto as Exhibit A 12 and incorporated herein by reference; and 13 WHEREAS, the CONTRACTOR is engaged in the business of performing such services and 14 responded to the request for proposal; and 15 WHEREAS, the CONTRACTOR is qualified and willing to perform such services. 16 NOW, THEREFORE, both parties agree as follows: 17 1. OBLIGATIONS OF THE CONTRACTOR 18 A. CONTRACTOR shall provide all labor, materials, equipment, supplies, taxes, 19 insurance, and warranties etc. to perform services in accordance with COUNTY's RFP and 20 CONTRACTOR's Response to RFP (the "Response")attached hereto as Exhibit B and incorporated herein 21 by reference. 22 2. OBLIGATIONS OF THE COUNTY 23 A. COUNTY shall work with CONTRACTOR to compile a detailed list of the quantity 24 and type of uniforms needed for each County employee by department and delivery location. COUNTY 25 and CONTRACTOR agree that such detailed list is subject to change based upon the needs of the 26 COUNTY. 27 B. COUNTY shall provide a list of contact information for each delivery location. 28 C. COUNTY shall provide all information reasonably necessary for CONTRACTOR to -1- 1 properly complete service requests. 2 3. TERM 3 This Agreement shall become effective upon execution, and shall terminate on the 6t" 4 day of March 2020. This Agreement may be extended for two (2) additional one (1)year extensions upon 5 written authorization from the COUNTY's Director of Internal Services/Chief Information Officer or his 6 designee, based on CONTRACTOR's satisfactory performance. 7 4. TERMINATION 8 A. Non-Allocation of Funds-The terms of this Agreement, and the services to be 9 provided thereunder, are contingent on the approval of funds by the appropriating government agency. 10 Should sufficient funds not be allocated, the services provided may be modified, or this Agreement 11 terminated, at any time by giving the CONTRACTOR thirty (30) days advance written notice. 12 B. Breach of Contract- The COUNTY may immediately suspend or terminate this 13 Agreement in whole or in part, where in the determination of the COUNTY there is: 14 1) An illegal or improper use of funds; 15 2) A failure to comply with any material term of this Agreement; 16 3) A substantially incorrect or incomplete report submitted to the COUNTY; 17 4) Improperly performed service that will not or cannot be reasonably corrected 18 by the CONTRACTOR. 19 In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any 20 breach of this Agreement or any default which may then exist on the part of the CONTRACTOR. Neither 21 shall such payment impair or prejudice any remedy available to the COUNTY with respect to the breach or 22 default. The COUNTY shall have the right to demand of the CONTRACTOR the repayment to the 23 COUNTY of any funds disbursed to the CONTRACTOR under this Agreement, which in the judgment of 24 the COUNTY were not expended in accordance with the terms of this Agreement. The CONTRACTOR 25 shall promptly refund any such funds upon demand. 26 27 28 -2- 1 C. Without Cause— Under circumstances other than those set forth above, this 2 Agreement may be terminated by COUNTY upon the giving of thirty (30) days advance written notice of an 3 intention to terminate to CONTRACTOR. 4 5. COMPENSATION/INVOICING: COUNTY agrees to pay CONTRACTOR and 5 CONTRACTOR agrees to receive compensation pursuant to the rates set forth in the Response for the 6 initial three (3) years of this Agreement. CONTRACTOR may request changes to the cost proposal for 7 either of the renewal periods, however any proposed rate increases must be submitted to the COUNTY 8 in writing at least ninety (90) days prior to the then current contract expiration date and shall be subject 9 to approval by COUNTY's Director of Internal Services/Chief Information Officer or his designee. 10 Maximum compensation under the terms of this Agreement shall not exceed $200,000 11 annually. In no event shall services performed under this Agreement be in excess of$600,000 during the 12 initial three-year term of this Agreement, nor shall services performed under this Agreement be in excess of 13 $1,000,000 for the potential five-year term of this Agreement. 14 CONTRACTOR and COUNTY shall together compile a master list of COUNTY 15 departments being serviced under this Agreement. CONTRACTOR shall submit monthly invoices to each 16 such department in arrears following the final date of service in each calendar month. Payment shall be 17 made by COUNTY within forty-five (45) days from receipt of an approved invoice. 18 6. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations 19 assumed by CONTRACTOR under this Agreement, it is mutually understood and agreed that 20 CONTRACTOR, including any and all of the CONTRACTOR'S officers, agents, and employees will at all 21 times be acting and performing as an independent contractor, and shall act in an independent capacity and 22 not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. 23 Furthermore, COUNTY shall have no right to control or supervise or direct the manner or method by which 24 CONTRACTOR shall perform its work and function. However, COUNTY shall retain the right to administer 25 this Agreement so as to verify that CONTRACTOR is performing its obligations in accordance with the 26 terms and conditions thereof. 27 CONTRACTOR and COUNTY shall comply with all applicable provisions of law and 28 the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject -3- 1 thereof. 2 Because of its status as an independent contractor, CONTRACTOR shall have 3 absolutely no right to employment rights and benefits available to COUNTY employees. CONTRACTOR 4 shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required 5 employee benefits. In addition, CONTRACTOR shall be solely responsible and save COUNTY harmless 6 from all matters relating to payment of CONTRACTOR'S employees, including compliance with Social 7 Security withholding and all other regulations governing such matters. It is acknowledged that during the 8 term of this Agreement, CONTRACTOR may be providing services to others unrelated to the COUNTY or 9 to this Agreement. 10 7. MODIFICATION: Any matters of this Agreement maybe modified from time to time 11 by the written consent of all the parties without, in any way, affecting the remainder. 12 8. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this 13 Agreement nor their rights or duties under this Agreement without the prior written consent of the other 14 party. 15 9. HOLD HARMLESS: CONTRACTOR agrees to indemnify, save, hold harmless, and 16 at COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any and all costs and 17 expenses, damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection with the 18 negligent performance, or failure to perform, by CONTRACTOR, its officers, agents, or employees under 19 this Agreement, and from any and all costs and expenses, damages, liabilities, claims, and losses occurring 20 or resulting to any person, firm, or corporation who may be injured or damaged by the negligent 21 performance, or failure to perform, of CONTRACTOR, its officers, agents, or employees under this 22 Agreement. 23 10. INSURANCE 24 Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or 25 any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following 26 insurance policies or a program of self-insurance, throughout the term of this Agreement: 27 A. Commercial General Liability 28 Commercial General Liability Insurance with limits of not less than One Million -4- 1 Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This 2 policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including 3 completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal 4 liability or any other liability insurance deemed necessary because of the nature of this contract. 5 B. Automobile Liability 6 Comprehensive Automobile Liability Insurance with limits for bodily injury of not 7 less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars 8 ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), 9 or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage 10 should include owned and non-owned vehicles used in connection with this Agreement. 11 C. Professional Liability 12 If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., 13 L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One 14 Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. 15 D. Worker's Compensation 16 A policy of Worker's Compensation insurance as may be required by the California 17 Labor Code. 18 CONTRACTOR shall obtain endorsements to the Commercial General Liability 19 insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as 20 additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage 21 for additional insured shall apply as primary insurance and any other insurance, or self-insurance, 22 maintained by COUNTY, its officers, agents and employees shall be excess only and not contributing with 23 insurance provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or 24 changed without a minimum of thirty (30) days advance written notice given to COUNTY. 25 Within Thirty(30) days from the date CONTRACTOR signs and executes this 26 Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all 27 of the foregoing policies, as required herein, to the County of Fresno, Gary Cornuelle, 4525 E. Hamilton 28 Ave., Fresno, CA 93702, stating that such insurance coverages have been obtained and are in full force; -5- 1 that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on 2 the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, 3 agents and employees, individually and collectively, as additional insured, but only insofar as the operations 4 under this Agreement are concerned; that such coverage for additional insured shall apply as primary 5 insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and 6 employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's 7 policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) 8 days advance, written notice given to COUNTY. 9 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as 10 herein provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this 11 Agreement upon the occurrence of such event. 12 All policies shall be issued by admitted insurers licensed to do business in the State of 13 California, and such insurance shall be purchased from companies possessing a current A.M. Best, Inc. 14 rating of A FSC VII or better. 15 11. AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during business 16 hours, and as often as the COUNTY may deem necessary, make available to the COUNTY for examination 17 all of its records and data with respect to the matters covered by this Agreement. The CONTRACTOR 18 shall, upon request by the COUNTY, permit the COUNTY to audit and inspect all of such records and data 19 necessary to ensure CONTRACTOR'S compliance with the terms of this Agreement. 20 If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be 21 subject to the examination and audit of the Auditor General for a period of three (3) years after final 22 payment under contract (Government Code Section 8546.7). 23 12. NOTICES: The persons and their addresses having authority to give and receive 24 notices under this Agreement include the following: 25 COUNTY CONTRACTOR COUNTY OF FRESNO CINTAS CORPORATION No. 3 26 Gary Cornuelle Dion Doshier 4525 E. Hamilton Ave., 2nd Floor 3604 W. Gettysburq 27 Fresno, CA 93702 Fresno, CA 93722 28 Any and all notices between the COUNTY and the CONTRACTOR provided for or -6- 1 permitted under this Agreement or by law shall be in writing and shall be deemed duly served when 2 personally delivered to one of the parties, or in lieu of such personal services, when deposited in the United 3 States Mail, postage prepaid, addressed to such party. 4 13. GOVERNING LAW: Venue for any action arising out of or related to this Agreement 5 shall only be in Fresno County, California. 6 The rights and obligations of the parties and all interpretation and performance of this 7 Agreement shall be governed in all respects by the laws of the State of California. 8 14. DISCLOSURE OF SELF-DEALING TRANSACTIONS 9 This provision is only applicable if the CONTRACTOR is operating as a corporation 10 (a for-profit or non-profit corporation) or if during the term of the agreement, the CONTRACTOR 11 changes its status to operate as a corporation. 12 Members of the CONTRACTOR's Board of Directors shall disclose any self-dealing 13 transactions that they are a party to while CONTRACTOR is providing goods or performing services 14 under this agreement. A self-dealing transaction shall mean a transaction to which the CONTRACTOR 15 is a party and in which one or more of its directors has a material financial interest. Members of the 16 Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and 17 signing a Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit 1 and incorporated 18 herein by reference, and submitting it to the COUNTY prior to commencing with the self-dealing 19 transaction or immediately thereafter. 20 15. ENTIRE AGREEMENT: This Agreement constitutes the entire agreement between 21 the CONTRACTOR and COUNTY with respect to the subject matter hereof and supersedes all previous 22 Agreement negotiations, proposals, commitments, writings, advertisements, publications, and 23 understanding of any nature whatsoever unless expressly included in this Agreement. In the event of any 24 inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be 25 resolved by giving precedence in the following order of priority: (1)the text of this Agreement (excluding 26 COUNTY'S RFP and CONTRACTOR's Response thereto); (2) COUNTY'S RFP(Exhibit A); and (3) 27 CONTRACTOR's Response to the RFP (Exhibit B). 28 -7- 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first 2 hereinabove written. 3 CONTRACTOR COUNTY OFFRESNO 4 �� �- _ kL Thomas E. Frooman, Senior Vice President, Brian Pacheco 5 Secretary Chairman, Board of Supervisors 6 ATTEST: 7 Bernice E. Seidel Clerk, Board of Supervisors 8 9 By: - , k 10 DATE: e?ao2 7 Date: 11 REVIEWED & RECOMM DED FOR 12 APPROVAL 13 14 Robert W. Bash, Director of Internal Services/ 15 Chief Information Officer 16 APPROVED AS TO LEGAL FORM APPROVED AS TO ACCOUNTING FORM 17 Daniel C. Cederborg, Oscar J. Garcia, CPA, County Counsel Auditor-Controller/Treasurer-Tax Collector 18 19 By: By: f 20 21 FOR ACCOUNTING USE ONLY: 22 ORG No.: Various Orqs 23 Account No.: 24 25 26 27 28 -B- 1 This page intentionally deleted. Duplicate to page 8. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 COUNTY OF FRESNO Fresno,California -9- 1 This page intentionally deleted. Duplicate to page 8. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 COUNTY OF FRESNO Fresno,California -10- 1 Exhibit 1 2 SELF-DEALING TRANSACTION DISCLOSURE FORM 3 In order to conduct business with the County of Fresno (hereinafter referred to as "County"), members 4 of a contractor's board of directors (hereinafter referred to as "County Contractor"), must disclose any self-dealing transactions that they are a party to while providing goods, performing services, or both 5 for the County. A self-dealing transaction is defined below: 6 "A self-dealing transaction means a transaction to which the corporation is a party and in which one or more of its directors has a material financial interest" 7 8 The definition above will be utilized for purposes of completing this disclosure form. 9 10 INSTRUCTIONS 11 (1) Enter board member's name, job title (if applicable), and date this disclosure is being made. 12 (2) Enter the board member's company/agency name and address. 13 (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: 14 a. The name of the agency/company with which the corporation has the transaction; and 15 b. The nature of the material financial interest in the Corporation's transaction that the 16 board member has. 17 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable 18 provisions of the Corporations Code. 19 (5) Form must be signed by the board member that is involved in the self-dealing transaction described in Sections (3) and (4). 20 21 22 23 24 25 26 27 28 1 2 (1) Company Board Member Information: 3 Name: Date: 4 Job Title: 5 (2) Company/Agency Name and Address: 6 7 8 9 10 (3) Disclosure (Please describe the nature of the self-dealing transaction you are a party to): 11 12 13 14 15 16 17 (4) Explain why this self-dealing transaction is consistent with the requirements of Corporations 18 Code 5233 (a): 19 20 21 22 23 24 (5) Authorized Signature 25 Signature: Date: 26 27 28 -12- Exhibit A - County ' s RFP COUNTY OF FRESNO REQUEST FOR PROPOSAL NUMBER: 954-5299 COUNTYWIDE UNIFORMS & DUST CONTROL SERVICE Issue Date: August 29, 2014 Closing Date: OCTOBER 22, 2014 Proposal will be considered LATE when the official Purchasing time clock reads 2:00 P.M PST Questions regarding this RFP should be directed to: Louann M. Jones, phone (559) 600-7118, e-mail Ijones(Dco.fresno.ca.us. Check County of Fresno Purchasing's Open Solicitations website at https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for RFP documents and changes. Please submit all Proposals to: County of Fresno - Purchasing 4525 E. Hamilton Avenue, 2nd Floor Fresno, CA 93702-4599 BIDDER TO COMPLETE UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED PROPOSAL SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE"COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR PROPOSALS (RFP'S)"ATTACHED. COMPANY ADDRESS CITY STATE ZIP CODE TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS SIGNED BY PRINT NAME TITLE PD1040(5/14) Proposal No. 954-5299 COUNTYOF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUESTS FOR PROPOSALS (RFP'S)AND REQUESTS FOR QUOTATIONS (RFQ'S) Note:the reference to'bids"in the following paragraphs applies to RFP's and RFQ's GENERAL CONDITIONS By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid. 1. BIDPREPARATION: point of contact for discussions or information pertaining to the A) All prices and notations must be typed or written in ink No erasures RFP/RFQ. Contact with any other County representative, including permitted. Errors may be crossed out, initialed and corrections elected officials,forthe purpose ofdiscussingthis RFP/RFQ its content, printed in inkbyperson signing bid or any other issue concerning k is prohibited unless authorized by Purchasing.Violation ofthis clause,by the vendor having unauthorized B) Brand Names: Brand names and numbers when given are for contact(verbally or in writing)with such other County representatives, reference.Equal items will be considered,provided the offer clearly may constitute grounds for rejection by Purchasing of the vendor's describes the article and how it differs from that specified. In the quotation. absence of such information it shall be understood the offering is The above stated restriction on vendor contact with County exactly as specified representatives shall apply until the County has awarded a purchase C) State brand ormake ofeach item Ifbidding on other than specified, order or contract to a vendor or vendors,except as follows.First,in the state make, model and brand being bid and attach supporting event that a vendor initiates a formalprotest against the RFP/RFQ,such literature/specifications to the bid. vendor may contact the appropriate individual,or individuals who are managing that protest as outlined in the County's established protest D) Bid on each item separately. Prices should be stated in units procedures.All such contact must be in accordance with the sequence specified herein.Allapplicable charges mustbe quoted,charges on set forth under the protest procedures. Second,in the event a public invoice not quoted herein wig be disallowed. hearing is scheduled before the Board of Supervisors to hear testimony E) Time ofdelivery is a part ofthe consideration and must be stated in prior to its approval of a purchase order or contract,any vendor may definite terms and must be adhered to. F.O.B. Point shall be address the Board destination or freight charges must be stated D) Bids received after the closing time will NOT be considered F) All bids must be dated and signed with the fiaWs name and by an E) Bidders are to bid what is specified or requested fast.If unable to or authorized officer or employee. unwilling to, bidder may bid alternative or option, indicating all G) Unless otherwise noted,prices shall be firm for one hundred eighty advantages,disadvantages and their associated cost. (180)days affer closing date ofbid. F) Public Contract Code Section 7028.15 2. SUBMTTNVGBIDS: Where the State ofCaffimia requires a Contractor's license, it is a A) Each bid must be submitted on forms provided in a sealed misdemeanor for any person to submit a bid unless specifically envelope/package withbid number and closing date andtime on the exempted outside of the envelope/package. 3. FAILURE TO BID. B) Interpretation:Should any discrepancies or omissions be found in A) Ifnot bidding,return bid sheet and state reason for no bid or your name the bid specifications or doubt as to their meaning,the bidder shall may be removed from marling list notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid 4. TAXES,CHARGES ANDEXIRAS: must be received by Purchasing stated within this document. All A) CountyofFresno is subject to California sales and/or use tax(8.225%). addenda issued shall be in writing,duly issued by Purchasing and Please indicate as a separate line item if applicable. incorporated into the contract. C) ISSUING AGENT/AUIMRIZED CONTACT:This RFP/RFQ has B) DO NOT include Federal Excise Tax County is exempt under been issued by County ofFresno,Purchasing.Purchasing shallbe Registration No.94-73-03401-K the vendor's sole point of contact with regard to the RFP/RFQ,its C) County is exempt from Federal Transportation Tax Exemption content,and all issues concerning it. certificate is not required where shipping papers show consignee as All communication regarding this RFP/RFQ shall be directed to an Cou►ty ofFresno. authorized representative ofCountyPurchasing.The specific buyer D) Charges for transportation, containers,packing, etc. will not be paid managing this RFP/RFQ is identified on the cover page,along with unless specified in bid. his or her telephone number,and he or she should be the primary IA Proposal No. 954-5299 5. W-9—REQUEST FOR TAXPAYER MENTIFICATION NUNEER AND vendor,Y any,or by suit against the vendor. The prices paid by the CERTIFICATION & CALIFORNIA FORM 590 WITH DIDII`K' County shall be considered the prevailing market price at the time such ENENFTIONCERTIFTCATE: purchase is made. Upon award of bid, the vendor shall submit to County Purchasing, a B) Articles or services, which upon delivery inspection do not meet completed IRS Form W-9-Request for Taxpayer Identification Number specifications, will be rejected and the vendor will be considered in and Certification and a California. Form 590 Withholding Exemption default.Vendor shall reimburse County for expenses related to delivery Certificate if not currently a County of Fresno approved vendor. ofnon-specified goods or services. 6. AWARDS: C) Regardless ofF.O.B.point,vendor agrees to bear all risks ofloss,injury A) Award(s)will be made to the most responsive responsible bidder, or destruction togoods and materials orderedherein which occurpriorto however,the Fresno County Local Vendor Preference and/or the delivery and such loss,injuryor destruction shallnotreleasevendorfrom Disabled Veteran Business Enterprise Preference shall take any obligation hereunder. precedence when applicable. Said Preferences apply only to 11. DISCOUNTS: Request for Quotations for materials,equipment and/or supplies only Request far Tem�sofless than fifteen(15)days for cash payment will be considered asnet (no services); the preference does not apply to Proposals.RFQ evaluations will include such things as e for in evaluating this bid Adiscount for payment within fifteen(15)days or more cost,availability,deliverycosts andwliose product and/or service is will be considered in detemvning the award of bid Discount period will deemedto be in the best interest ofthe County. The Countyshallbe Standard ter commence either the later of delivery or receipt of invoice by the County. the sole judge in making such detemvnation Standard are Net forty-five(45)days. B) Unles s bidder gives notice of all-or-none award in bid,County may 12. SPECIAL CONDITIONS IN BID S CHEDLR F SUPERSEDE GENERAL accept any item,group ofitems or on the basis oftotal bid. CONDITIONS. C) The County reserves the right to reject any and all bids and to waive 'Ihe`GeneralConditions"provisionsofthisRFP/RFQshallbe superseded ifin ii famralitiees or irregularities in bids. conflict with any other section of"bid,to the extent ofany such conflict. D) Award Notices are tentative: Acceptance of an offer made in 13. SPECIALREQLVXAI NT: response to this RFP/RFQ shall occur only upon execution of an With the invoice or within twenty-five(25)days of delivery,the seller must agreement by both parties or issuance of valid written Purchase provide to the County a Material Safety Data Sheet for each product,which Order by Fresno County Purchasing. contains any substance on"The list of800 Hazardous Substances",published E) After award,all bids shallbe open to public inspection.The County by the State Director of Industrial Relations. (See Hazardous Substances assumes no responsibility for the confidentiality of information li fomration and Training Act, California State Labor Code Sections 6360 offered in a bid. through 6399.7.) 7. TIE BIDS: 14. RECYCLED PRODUCTS/MATERIALS: All other factors being equal,the contract shallbe awarded to the Fresno Vendors are encouraged to provide and quote(with documentation)recycled County vendor or,ifneither or both are Fresno County vendors,it maybe or recyclable products/materials which meet stated specifications. aw irdedbythe flip ofa coin in the presence ofwilnesses orthe entire bid 15. YEAR COMPLIANCE WARRANTY: maybe rejected and re-bid.Ifthe GeneralRequirements ofthe RFQstate thatthey are applicable,the provisions ofthe Fresno CountyLocal Vendor Vendorwumants that anyproduct furnished pursuant to this Agreement/order Preference shall take priority over this paragraph. shall support a four-digit year format and be able to accurately process date and time data from,into and between the twentieth and twenty-first centuries, 8. PATENTINDEM rIY: as well as leap year calculations.'Product"shall include,without limitation,any The vendor shall hold the County, its officers,agents and employees, piece or component ofequipment,hardware,frnmare,middlew ire,customor harniess from liability ofanynature orkind,including costs and expenses, commercial software, or internal components or subroutines therein. This for infringement or use ofany copyrighted or un-copyrighted composition, warranty shall survive tenuriationor expiration of this Agreement secret process,patented or unpatented invention,article or appliance Inthe event ofanydecrease in product functionality or accuracyrelated to time fiunished or used in connection with this bid and/or date data related codes and/or internal subroutines that impede the 9. SAMPLES: product from operating correctly using dates beyond December 31, 1999, vendor shall restore or repair the product to the same level of functionality as Samples,when required,must be famished and delivered free and,ifnot warranted herein,so as to minimize interruption to County's ongoing business destroyed by tests,will upon written request(within thirty(30)days ofbid process, time being of the essence. In the event that such warranty closing date)be returned at the bidders expense.In the absence ofsuch compliance requires the acquisition of additional programs,the expense for notification, County shall have the right to dispose of the samples in any such associated or additional acquisitions, which may be required, whatever manner it deems appropriate. including,without limitation,data conversion tools,shall be bome exclusively 10. RIGHTS ANDRENEDIE.S OF COUNTYFORDEFAULT: by vendor.Nothing in this warranty shall be construed to limit any rights or remedies the Countymayothenvise have underthis Agreement with respect to A) Incase ofdefauk by vendor,the County may procure the articles or defects other than year performance. service from another source and may recover the cost difference and related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding against performance bond ofthe 1B Proposal No. 954-5299 16. PARTICIPATION that onlypersons authorized to work in the United States pursuant to the Bidder may agree to extend the terms of the resulting contract to other Immigration Reform and Control Act of 1986 and other applicable laws political subdivision,municipalities and tax-supported agencies. shall be employed in the performance ofthe work hereunder. Such participating Governmental bodies shall make purchases in their B) CONTRACTOR shall obey all Federal,State,local and special district own name,make payment directly to bidder,and be liable directly to the laws,ordinances and regulations. bidder,holding the County of Fresno hamnless. 20. AUDITS&RETENTION 17. CONFIDENI7ALiTY: The Contractor shall maintain in good and legible condition all books, All services performed by vendor shall be in strict conformance with all documents,papers,data files and other records related to its performance applicable Federal,State of California and/or local laws and regulations under this contract.Such records shall be complete and available to Fresno relating to confidentiality,including but not limited to,California CiviilCode, County,the State ofCaffinna,the federal govemmentor their duly authorized California Welfare and Institutions Code, Health and Safety Code, representatives for the purpose of audit,examination,or copying during the term of the contract and for a period of at least three(3)years following the California Code ofRegulations,Code ofFederal Regulations. County's final payment under the contract or until conclusion of any pending Vendor shall submit to County's monitoring of said compliance. matter(e.g., litigation or audit),whichever is later. Such records must be retained in the manner descnbed above until all pending matters are closed. Vendor may be abusiness associate ofCounty,as that term is defined in the `Privacy Rule"enacted by the Health Insurance Portability and 21. DISCLOSURE—CRBINALHISTIORY&CIMLACTIONS: Accountability Act of 1996(HIPAA).As a HPAA Business Associate, Applies to Request for Proposal (state elsewhere in the RFQ document not apply to Request for stated functions,activities or services for or on behalf ofCounty as specified by rm Quotation(RFQ)unless specificallydocument the County,provided that such use or disclosure shall not violate HIPAA In their proposal,the bidder is required to disclose if any of the fallowing and its implementing regulations.The uses and disclosures ifPHlmaynot conditions apply to them, their owners, officers, corporate managers and be more expansive than those applicable to County,as the `'Covered partners(hereinafter collectivelyrefened to as`Bidder'): EnW' under H[PAA s Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business • comm�the three-year period preceding the proposal,they have been convicted of or had a civil judgment rendered against them far Associate Vendor shall not use or fiurther disclose PHI other than as pervtted or o fraud or a criminal o$ense in connection with obtaining, required by the County,or as required by lawwithout written notice to the attempting to obtain,or perfomning a public(federal,state,or County. local)transaction or contract under a public transaction; Vendor shall ensure that any agent,including any subcontractor,to which o violation ofa federal or state antitrust statute; vendor provides PHI received from,or created or received by the vendor o embezzlement, the$, forgery, bribery, falsification, or onbehalfofCounty,shall complywith the same restrictions and conditions destruction ofrecords;or with respect to such information. o false statements or receipt of stolen property 18. APPEALS: Appeals must be submitted in writing within seven(7)working days after Within a three-year period preceding their proposal,they have had a public notification ofproposed recommendations for award.A`Notice ofAward' transaction(federal,state,or local)terminated for cause or default. is not an indication ofCounty's acceptance ofanofiermadein response to 22 DATASECURITY: this RFP/RFQ. Appeals should be submitted to County of Fresno Purchasing,4525 E.Hamilton Avenue,Fresno,California 93702-4599. Individuals and/or agencies that enter into a contractual relationship with the Appeals should address only areas regarding RFP contradictions, COUNTYforthepurposeofprovidingservicesmustemployadequatecontrols procurement errors,quotation rating discrepancies,legalityofprocurement and data security measures, both internally and externally to ensure and context, conflict of interest, and inappropriate or unfair competitive protect the confidential information and/or data provided to contractor by the procurement grievance regarding the RFP/RFQ process. COUNTY, preventing the potential loss, misappropriation or inadvertent access,viewing,use or disclosure of COUNTY data including sensitive or Purchasing wifiprovideawritenresponseto the complainant within seven personalchent information;abuse ofCOUNIYresources;and/or disnuptnonto (7)working days unless the complainant is notified more time is required. COUNIYoperations If the protesting bidder is not satisfied with the decision of Purchasing, Individuals and/or agencies may not connect to or use COUNTY he/she shall have the right to appeal to the Purchasing Agent/CAOwithin networks/systems via personally owned mobile,wireless orhandhekddevices seven(7)workingdays afterPurchasing's notification;except if notified to unless authorized by COUNTY for telecommuting purposes and provide a appeal directly to the Board ofSupervisors atthe scheduled date and time. secure connection;up to date virus protection and mobile devices must have If the protesting bidder is not satisfied with Purchasing Agent/CAO's the remote wipe feature enabled. Computers or computer peripherals decision,the final appeal is with the Board of Supervisors. including mobile storage devices may not be used(COUNTY or Contractor device)or brought in for use into the COUNTY's system(s)without prior 19. OBLIGATIONS OF CONTRACTOR authorization from COUNTY's Chief Information Officer and/or designee(s). A) CONTRACTOR shall perform as required by the ensuing contract. No storage of COUNTY's private,confidential or sensitive data on any hard- CONIRAMR also warrants on behalf of itself and all disk drive, portable storage device or remote storage installation unless subcontractors engaged for the performance ofthe ensuing contract 1C Proposal No. 954-5299 encrypted according to advance encryption standards(AES of 128 bit or higher). The COUNTYvA immediately be notified of any violations,breaches or potential breaches of security related to COUNTY's confidential infomration, data and/or data processing equipment which stores or processes COUNTYdata,internally or externally. COUNTYshallprovide oversight to Contractor's response to all incidents arising from a possible breach of security related to COUNTY's confidentialclientinfommation. Contractor willbe responsible to issue any notification to affected individuals as required by law or as deemed necessary by COUNTY in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. 23. PURCHASING LOCATION&HOURS: Fresno County Purchasing is located at 4525 E. Hamilton Avenue (second floor),Fresno,CA93702. Non-holiday hours ofoperation are Nbnday through Friday,8:00 AM to 12:00 Noon and 1:00 P.M to 5:00 P.M PST;Purchasing is closed daily from 12:00 Noon to 1:00 P.M The following holiday office closure schedule is observed: January 1* NewYear's Day Third lvbnday in January Tvhr in Luther King,Jr.'s Birthday Third Nbnday in February Washington-Lincoln Day Minch 31* Cesar Chavez'Birthday Last Nbnday in Miy Nbmorial Day July 4* Independence Day First Nbnday in September Labor Day November I I* Veteran's Day Fourth Thursday in November ThanksgivngDay Friday following Thanksgiving December 25* Christmas *When this date fills on a Saturday, the holiday is observed the preceding Friday. Ifthe date fills on a Sunday,the holiday is observed the fallowing lvbnday. 24. FRESNO COUNTY BOARD OF SUPERVISORS ADNIIJSTRATIVE POLICIES: The link below references the Fresno County Board of Supervisors Administrative policies that will apply to this Request for Proposal Click here to view 1D Proposal No. 954-5299 Page 2 TABLE OF CONTENTS PAGE OVERVIEW..................................................................................................................... 3 KEYDATES .................................................................................................................... 3 TRADE SECRET ACKNOWLEDGEMENT ..................................................................... 4 DISCLOSURE — CRIMINAL HISTORY & CIVIL ACTIONS............................................. 6 REFERENCELIST.......................................................................................................... 9 PARTICIPATION........................................................................................................... 10 GENERAL REQUIREMENTS ....................................................................................... 11 SPECIFIC BIDDING INSTRUCTIONS AND REQUIREMENTS.................................... 18 SCOPEOF WORK........................................................................................................ 21 COSTPROPOSAL........................................................................................................ 30 PROPOSAL CONTENT REQUIREMENTS .................................................................. 31 AWARD CRITERIA....................................................................................................... 34 CHECKLIST................................................................................................................. 35 EXHIBITS ONE AND TWO ........................................................................................... 36 ATTACHMENTS A & B ................................................................................................. 37 G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 3 OVERVIEW The County of Fresno is requesting proposals from qualified vendors to provide the following uniform and dust control rental including rental, laundry and maintenance services as described in this Request for Proposal. Successful bidder is fully licensed, insured, bonded as a contractor and shall provide all labor, material, equipment, etc. to: 1. Supply, service and maintain work garments, mats and towels for Fresno County over a three year contract period, with two potential one year extensions upon mutual written agreement of both parties. Garment ownership to remain with contractor. 2. Pick up garments, launder, repair, and deliver after servicing to various County locations on a weekly basis for approximately 425 employees. Pick-up and delivery shall be to approximately one hundred (100) County locations. 3. Pick up, launder, repair and deliver specified County owned garments on a weekly basis. 4. Maintain an inventory in order to provide all kinds and quantities of items requested from each location according to the agreed delivery schedule and quality requirements. 5. The above described service shall be performed in accordance with the terms, conditions, specifications and requirements of this RFP. KEY DATES RFP Issue Date: August 29, 2014 Vendor Conference: September 17, 2014 at 10:00 a.m. Vendors are to contact Louann M. Jones County of Fresno— Purchasing at(559) 600-7118 if planning to attend 4525 E. Hamilton Avenue, 2nd Floor vendor conference. Fresno, CA 93702 Deadline for Written Requests for October 1, 2014, 10:00 a.m. PST Interpretations or Corrections of RFP: E-Mail: Ijones _co.fresno.ca.us RFP Closing Date: October 22, 2014 at 2:00 p.m. PST G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 4 TRADE SECRET ACKNOWLEDGEMENT All proposals received by the County shall be considered "Public Record" as defined by Section 6252 of the California Government Code. This definition reads as follows: "...Public records" includes any writing containing information relating to the conduct of the public's business prepared, owned, used or retained by any state or local agency regardless of physical form or characteristics "Public records" in the custody of, or maintained by, the Governor's office means any writing prepared on or after January 6, 1975." Each proposal submitted is Public record and is therefore subject to inspection by the public per Section 6253 of the California Government Code. This section states that "every person has a right to inspect any public record". The County will not exclude any proposal or portion of a proposal from treatment as a public record except in the instance that it is submitted as a trade secret as defined by the California Government Code. Information submitted as proprietary, confidential or under any other such terms that might suggest restricted public access will not be excluded from treatment as public record. "Trade secrets" as defined by Section 6254.7 of the California Government Code are deemed not to be public record. This section defines trade secrets as: "...Trade secrets," as used in this section, may include, but are not limited to, any formula, plan, pattern, process, tool, mechanism, compound, procedure, production data or compilation of information that is not patented, which is known only to certain individuals within a commercial concern who are using it to fabricate, produce, or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it." Information identified by bidder as "trade secret" will be reviewed by County of Fresno's legal counsel to determine conformance or non-conformance to this definition. Such material should be submitted in a separate binder marked "Trade Secret". Examples of material not considered to be trade secrets are pricing, cover letter, promotional materials, etc. INFORMATION THAT IS PROPERLY IDENTIFIED AS TRADE SECRET AND CONFORMS TO THE ABOVE DEFINITION WILL NOT BECOME PUBLIC RECORD. COUNTY WILL SAFEGUARD THIS INFORMATION IN AN APPROPRIATE MANNER. Information identified by bidder as trade secret and determined not to be in conformance with the California Government Code definition shall be excluded from the proposal. Such information will be returned to the bidder at bidder's expense upon written request. Trade secrets must be submitted in a separate binder that is plainly marked "Trade Secrets." The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if they are not (1) submitted in a separate binder that is plainly marked "Trade Secret" on the outside; and (2) if disclosure is required or allowed under the provision of law or by order of Court. Vendors are advised that the County does not wish to receive trade secrets and that vendors are not to supply trade secrets unless they are absolutely necessary. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 5 TRADE SECRET ACKNOWLEDGEMENT I have read and understand the above "Trade Secret Acknowledgement." I understand that the County of Fresno has no responsibility for protecting information submitted as a trade secret if it is not delivered in a separate binder plainly marked "Trade Secret." I also understand that all information my company submits, except for that information submitted in a separate binder plainly marked "Trade Secret," are public records subject to inspection by the public. This is true no matter whether my company identified the information as proprietary, confidential or under any other such terms that might suggest restricted public access. Enter company name on appropriate line: Has submitted information identified as Trade (Company Name) Secrets in a separate marked binder.** Has not submitted information identified as Trade (Company Name) Secrets. Information submitted as proprietary confidential or under any other such terms that might suggest restricted public access will not be excluded from treatment as public record. ACKNOWLEDGED BY: Signature Telephone Print Name and Title Date Address City State Zip **Bidders brief statement that clearly sets out the reasons for confidentiality in conforming with the California Government Code definition. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 6 DISCLOSURE - CRIMINAL HISTORY & CIVIL ACTIONS In their proposal, the bidder is required to disclose if any of the following conditions apply to them, their owners, officers, corporate managers and partners (hereinafter collectively referred to as "Bidder"): • Within the three-year period preceding the proposal, they have been convicted of, or had a civil judgment rendered against them for: o fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; o violation of a federal or state antitrust statute; o embezzlement, theft, forgery, bribery, falsification, or destruction of records; or o false statements or receipt of stolen property • Within a three-year period preceding their proposal, they have had a public transaction (federal, state, or local) terminated for cause or default. Disclosure of the above information will not automatically eliminate a Bidder from consideration. The information will be considered as part of the determination of whether to award the contract and any additional information or explanation that a Bidder elects to submit with the disclosed information will be considered. If it is later determined that the Bidder failed to disclose required information, any contract awarded to such Bidder may be immediately voided and terminated for material failure to comply with the terms and conditions of the award. Any Bidder who is awarded a contract must sign an appropriate Certification Regarding Debarment, Suspension, and Other Responsibility Matters. Additionally, the Bidder awarded the contract must immediately advise the County in writing if, during the term of the agreement: (1) Bidder becomes suspended, debarred, excluded or ineligible for participation in federal or state funded programs or from receiving federal funds as listed in the excluded parties list system (http://www.epls.gov); or (2) any of the above listed conditions become applicable to Bidder. The Bidder will indemnify, defend and hold the County harmless for any loss or damage resulting from a conviction, debarment, exclusion, ineligibility or other matter listed in the signed Certification Regarding Debarment, Suspension, and Other Responsibility Matters. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 7 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS--PRIMARY COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms covered transaction, debarred, suspended, ineligible, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 8 CERTIFICATION (1) The prospective primary participant certifies to the best of its knowledge and belief, that it, its owners, officers, corporate managers and partners: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Signature: Date: (Printed Name & Title) (Name of Agency or Company) G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 9 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR PROPOSAL Firm: REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar services. Be sure to include all requested information. Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Reference Name: Contact: Address: City: State: Zip: Phone No.: ( ) Date: Service Provided: Failure to provide a list of at least five (5) customers may be cause for rejection of this RFP. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 10 PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. F171Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. ElNo, we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) Title * Note: This form/information is not rated or ranked in evaluating proposal. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 11 GENERAL REQUIREMENTS 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 proposal and is identified on the Proposal Identification Sheet. RFP CLARIFICATION AND REVISIONS: Any revisions to the RFP will be issued and distributed as written addenda. FIRM PROPOSAL: All proposals shall remain firm for at least one hundred eighty (180) days. PROPOSAL PREPARATION: Proposals should be submitted in the formats shown under "PROPOSAL CONTENT REQUIREMENTS" section of this RFP. County of Fresno will not be held liable or any cost incurred by bidders responding to RFP. Bidders are to bid what is specified or requested first. If unable to or unwilling to, bidder may bid alternative or option, indicating all advantages, disadvantages and their associated cost. SUPPORTIVE MATERIAL: Additional material may be submitted with the proposal as appendices. Any additional descriptive material that is used in support of any information in your proposal must be referenced by the appropriate paragraph(s) and page number(s). Bidders are asked to submit their proposals in a binder (one that allows for easy removal of pages) with index tabs separating the sections identified in the Table of Contents. Pages must be numbered on the bottom of each page. Any proposal attachments, documents, letters and materials submitted by the vendor shall be binding and included as a part of the final contract should your bid be selected. RETENTION: County of Fresno reserves the right to retain all proposals, excluding proprietary documentation submitted per the instructions of this RFP, regardless of which response is selected. ORAL PRESENTATIONS: Each finalist may be required to make an oral presentation in Fresno County and answer questions from County personnel. AWARD/REJECTION: The award will be made to the vendor offering the overall proposal deemed to be to the best advantage of the County. The County shall be the sole judge in making such determination. The County reserves the right to reject any and all proposals. The lowest bidders are not arbitrarily the vendors whose proposals will be selected. Award Notices are tentative: Acceptance of an offer made in response to this RFP shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. County Purchasing will chair or co-chair all award, evaluation and contract negotiation committees. Award may require approval by the County of Fresno Board of Supervisors. WAIVERS: The County reserves the right to waive any informalities or irregularities and any technical or clerical errors in any quote as the interest of the County may require. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 12 TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. PROPOSAL REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your proposal. TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the proposal 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 8.225% regardless of vendor's place of doing business. 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. BIDDERS LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFP. 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. 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. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFP 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 proposal/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. PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. Bidders are to quote a separate price for a performance bond. ACQUISITIONS: The County reserves the right to obtain the whole system/services/goods as proposed or only a portion of the system/services/goods, or to make no acquisition at all. OWNERSHIP: The successful vendor will be required to provide to the County of Fresno documented proof of ownership by the vendor, or its designated subcontractor, upon request of the proposed programs/services/goods. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 13 EXCEPTIONS: Identify with explanation, any terms, conditions, or stipulations of the RFP with which you CAN NOT or WILL NOT comply with by proposal group. ADDENDA: In the event that it becomes necessary to revise any part of this RFP, addenda will be provided to all agencies and organizations that receive the basic RFP. SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his tasks should 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 proposal 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 RFP, or any competing RFP, 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. 6. In addition, no County employee will be employed by the selected vendor to fulfill the vendor's contractual obligations to the County. ORDINANCE 3.08.130 — POST-SEPARATION EMPLOYMENT PROHIBITED No officer or employee of the County who separates from County service shall for a period of one year after separation enter into any employment, contract, or other compensation arrangement with any County consultant, vendor, or other County provider of goods, materials, or services, where the officer or employee participated in any part of the decision making process that led to the County relationship with the consultant, vendor or other County provider of goods, materials or services. Pursuant to Government Code section 25132(a), a violation of the ordinance may be enjoined by an injunction in a civil lawsuit, or prosecuted as a criminal misdemeanor. EVALUATION CRITERIA: Respondents will be evaluated on the basis of their responses to all questions and requirements in this RFP and product cost. The County shall be the sole judge in the ranking process and reserves the right to reject any or all bids. False, incomplete or unresponsive statements in connection with this proposal may be sufficient cause for its rejection. SELECTION PROCESS: All proposals will be evaluated by a team consisting of representatives from appropriate County Department(s) and Purchasing. It will be their responsibility to make G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 14 the final recommendations. Purchasing will chair or co-chair the evaluation or evaluation process. Organizations that submit a proposal may be required to make an oral presentation to the Selection Committee. These presentations provide an opportunity for the individual, agency, or organization to clarify its proposal to ensure thorough, mutual understanding. 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 venture, partner, or associate of the County. Furthermore, County shall have no right to control, 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 the Agreement, Contractor may be providing services to others unrelated to the COUNTY or to the Agreement. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the proposal, 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 G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 15 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. ADDRESSES AND TELEPHONE NUMBERS: The vendor will provide the business address and mailing address, if different, as well as the telephone number of the individual signing the contract. ASSURANCES: Any contract awarded under this RFP must be carried out in full compliance with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFP. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFP. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. 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 or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability 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 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 Liability 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 Liability 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. This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three (3) years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 16 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 - Purchasing, Attn: Gary Cornuelle, 4525 E. Hamilton Ave., Fresno, CA 93702, 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 A FSC VII or better. AUDIT AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. DEFAULT: In case of default by the selected bidder, the County may procure materials and 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. BREACH OF CONTRACT: In the event of breach of contract by either party, the other party shall be relieved of its obligations under this agreement and may pursue any legal remedies. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 17 CONFIDENTIALITY All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations. Vendor shall submit to County's monitoring of said compliance. Vendor may be a Business associate of County, as that term is defined in the "Privacy Rule" enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information ("PHI") to perform functions, activities or services for or on behalf of County, as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures of PHI may not be more expansive than those applicable to County, as the "Covered Entity" under HIPAA's Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate. Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County. Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information. APPEALS Appeals must be submitted in writing within seven (7)* working days after notification of proposed recommendations for award. A "Tentative Award Notice" is not an indication of County's acceptance of an offer made in response to this RFP. Appeals shall be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue 2nd Floor, Fresno, California 93702- 4599. Appeals should address only areas regarding RFP contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFP process. Purchasing will provide a written response to the complainant within seven (7)* working days unless the complainant is notified more time is required. If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing Agent/CAO within seven (7) working days after Purchasing's notification; except, if notified to appeal directly to the Board of Supervisors at the scheduled date and time. If the protesting bidder is not satisfied with Purchasing Agent/CAO's decision, the final appeal is with the Board of Supervisors. *The seven (7)working day period shall commence and be computed by excluding the first day and including the last day upon the date that the notification is issued by the County. RIGHTS OF OWNERSHIP The County shall maintain all rights of ownership and use to all materials designed, created or constructed associated with this service/project/program. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 18 SPECIFIC BIDDING INSTRUCTIONS AND REQUIREMENTS ISSUING AGENT: This RFP has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFP, its content, and all issues concerning it. AUTHORIZED CONTACT: All communication regarding this RFP shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFP 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 RFP. Contact with any other County representative, including elected officials, for the purpose of discussing this RFP, its 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 RFP, 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 contract, any vendor may address the Board. VENDOR CONFERENCE: On September 17, 2014 at 10:00 a.m. PST, a vendor's conference will be held in which the scope of the project and proposal requirements will be explained. The meeting will be held at the office of County of Fresno Purchasing, 4525 E. Hamilton (between Cedar and Maple), 2"d Floor, Fresno, California. Addendum will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference. Bidders are to contact Louann M. Jones at County of Fresno Purchasing, (559) 600-7118, if they are planning to attend the conference. NUMBER OF COPIES: Submit one (1) original and five (5) reproducible compact discs** or thumb drives with five (5) hardcopies of your proposal no later than the proposal acceptance date and time as stated on the front of this document to County of Fresno Purchasing. The cover page of each document is to be appropriately marked "Original" or "Copy„ **Bidder shall submit five (5) reproducible compact discs containing the complete proposal in a PDF file format, excluding trade secrets. Compact disc should accompany the original binder and should be either attached to the inside cover of the binder or inserted in an attached sleeve or envelope in the front of the binder to insure the disc is not misplaced. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 19 INTERPRETATION OF RFP: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFP and fully inform themselves as to the quality and character of services required. If any person planning to submit a proposal finds discrepancies or omissions from the RFP or has any doubt as to the true meaning or interpretation, correction thereof may be requested at the scheduled Vendor Conference (see above). Any change in the RFP will be made only by written addendum, duly issued by the County. The County will not be responsible for any other explanations or interpretations. Questions may be submitted subsequent to the Vendor Conference, subject to the following conditions: a. Such questions are submitted in writing to Louann M. Jones, Buyer II at County Purchasing not later than October 1, 2014 at 10:00 a.m. PST. b. Such questions are submitted with the understanding that County can respond only to questions it considers material in nature. c. Questions shall be e-mailed to CountyPurchasing(a co.fresno.ca.us. 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. SELECTION COMMITTEE: All proposals will be evaluated by a team co-chaired by Purchasing. All proposals will be evaluated by a review committee that may consist of County of Fresno Purchasing, department staff, community representatives from advisory boards and other members as appropriate. The proposals will be evaluated in a multi-stage selection process. Some bids may be eliminated or set aside after an initial review. If a proposal does not respond adequately to the RFP or the bidder is deemed unsuitable or incapable of delivering services, the proposal may be eliminated from consideration. It will be the selection committee's responsibility to make the final recommendation to the Department Head. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years with the option to renew for up to two (2) additional one (1) year periods based on mutual written consent. County will retain the right to terminate the Agreement upon giving thirty (30) days advance written notification to the Contractor. PAYMENT: The County of Fresno, if appropriate, may use a Procurement Card to place and make payment for orders under the ensuing contract. AUDITED FINANCIAL STATEMENTS: Copies of the audited Financial Statements for the last three (3) years for the business, agency or program that will be providing the service(s) proposed. If audited statements are not available, complied or reviewed statements will be accepted with copies of three years of corresponding federal tax returns. This information is to be provided after the RFP closes, if requested. Do not provide with your proposal. CONTRACT NEGOTIATION: The County will prepare and negotiate its own contract with the selected vendor, giving due consideration to standard contracts and associated legal documents submitted as a part of bidder's response to the RFP. The tentative award of the contract is based on successful negotiation pending formal recommendation of award. Bidder is to include in response the names and titles of officials authorized to conduct such negotiations. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 20 NOTICES: All notices, payments, invoices, insurance and endorsement certificates, etc. need to be submitted as follows: referencing contract/purchase order number, department, position, title and address of administering official. EPAYMENT OPTION: The County of Fresno provides an EPay Program which involves payment of invoices by a secure Visa account number assigned to the supplier after award of contract. Notification of payments and required invoice information are issued to the supplier's designated Accounts Receivable contact by e-mail remittance advice at time of payment. To learn more about the benefits of an EPay Program, how it works, and to obtain answers to frequently asked questions, click or copy and paste the following URL into your browser: www.bankofamerica.com/ePayablesvendors or call Fresno County Accounts Payable, 559-600- 3609. LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this Request for Proposal. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 21 SCOPE OF WORK The County of Fresno is requesting proposals from qualified vendors to provide rental, laundering and delivery of approximately uniforms, linens, mats and miscellaneous janitorial items (e.g. mops, mop heads, etc.)for approximately one hundred (100) locations countywide. Services shall include fitting, laundering, repair, replacement and attachment of County specific patches for rental uniforms. Items listed on ATTACHMENT A are a representative sample of items needed by the County, items may be added or deleted from list throughout the contract period. Upon execution of a contract by the vendor and the County, the Purchasing Manager and Buyer and successful bidder shall, arrange meetings with all County departments to determine their specific requirements (e.g. garment types, quantities, sizes, pick up/delivery locations, contact info, etc.). The County will work with the awarded vendor to compile a detailed list of the quantity and type of uniforms for each employee by department and delivery location. The County will also assist in scheduling approximately 425 employees for measurements. Successful bidder shall, prior to commencement of service, deliver to the Purchasing Manager and Buyer a detailed summary report of the services to be provided. Such summary shall, state the following for each County division and department: 1. Employee name 2. Type, color and item number of garments issued 3. Quantity of garments issued 4. Initial replacement cost 5. Quantity of garments scheduled for weekly pickup 6. Cost of weekly service for each garment. STARTUP: At the startup of the contract, the Contractor will furnish all participating County employees with new uniforms. (In the event the incumbent contractor is selected, this will be negotiated.) eleven (11) sets of uniforms are required for each employee. At the startup of the contract, the Contractor will supply, at no additional cost, an experienced fitter to measure, fit and finish all uniforms. Measurements will be conducted at the applicable delivery location during normal business hours. This will continue to be done on an individual, as-needed basis during the entire contract period. Each new uniform item will have an issue date attached to the item. The Contractor will measure employees to ensure that correct uniform sizes and sleeve lengths are provided. Contractor will provide uniforms for all employees regardless of size or special fitting requirements. Contractor will provide replacement uniforms at no extra cost when an employee's size changes. Contractor will provide revised sized garments within a period of time specified in the vendor's proposal. Bidder can propose amount of per employee size changes per year. UNIFORM EMBLEMS: Contractor shall furnish and maintain an approximately 4" x 2"- rectangular, 10-color patch with County of Fresno logo and the Department name and an approximately 3" x 1.5" rectangular one color patch with first name only. See example of patches in Exhibit 1 and County of Fresno logo in Exhibit 2. At least one patch will be located G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 22 on virtually all shirts and coveralls. The exact number of patches and location of patches will be agreed upon between vendor and department during implementation. The cost of these patches and their application to garment shall be included in the unit price of the garment. Other cost options can be proposed by vendor, but will not be considered if the unit price per garment cost is not also included in proposal. QUANTITIES: Quantities shown in the bid are approximate and for bidding purposes and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities and items to be ordered. Contractor shall maintain an inventory for each employee of twice the number of changes per week, plus one, not to exceed a total of 11 changes per employee. These quantities are approximations only; no exact quantities are implied or inferred. Changes in quantities shall not affect the unit prices quoted by the Contractor. County may cancel a service for any employee(s) at any time without a monetary penalty being imposed by the bidder. Upon cancellation, all uniforms will be turned into the vendor, if there is a shortage County will make restitution. Cost of replacement, including depreciation, shall be proposed by bidder on ATTACHMENT A. The County shall have the right to add employees at any time during the term of the contract. There shall be no initial fee to add employees and the weekly service rates will be as stated under the original agreement. The garments issued may be new or used as specified by the Department Coordinator. County shall be invoiced only for the services provided. Should scheduled service not be performed due to employee vacations, illness or for any other reason, County will not be liable for payment. County will notify bidder in writing to discontinue services in the event of extended (one month or more) employee absences or end of employment. The vendor will pick up all uniforms for terminating employees within ten (10) working days after notification. Billing for the terminating employee's uniforms should be complete within twenty (20) days after notification, and the Contractor shall be paid only for work up to the date of vendor notification. Bidder will notify authorized Department Coordinator when employee or item is removed from invoice. Bidders must quote in accordance with this invoicing method. County will consider alternative methods providing they satisfy the intent of the Request for Proposal. Alternate proposals cannot be accepted when bidder fails to quote as originally requested. SUMMARY OF SERVICE REPORT: A tracking system shall be kept current by vendor throughout the contract period. An updated report shall be provided to the Purchasing Buyer and to each County Department Coordinator via email on a bi-annual basis commencing upon the contract's beginning date. Report shall be digitally accessible and shall be received no later than the fifteenth of the month following the bi-annual ending date. Failure to provide report will potentially delay payment. The usage reporting/tracking system should provide the following information: a. County department name and delivery location b. Employee's name and/or item name G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 23 c. Current, itemized inventory for each County employee d. Description and number of garments or items picked-up and delivered (weekly), per employee e. Description and number of garments processed in Contractor's laundry system per month (6 month total), per employee f. Identify missing or repaired items to the County locations, Usage reporting/tracking system should also identify where missing garments are within the Contractor's processing facility or if lost by County g. Issues and resolutions for each delivery location (format to be determined by awarded Contractor and Purchasing Buyer) h. Notation of items/employees removed from list i. Initial delivery date of uniform to County. The County may request the Contractor to conduct an inventory inspection on a semi-annual basis. Following the inventory inspection all uniforms and other materials will be brought up to their original counts. CONDITION ISSUES: Garments must at all times be in a condition acceptable to the County. All initial uniforms delivered to new County employees must be new. Propose cost savings for like-new replacement uniforms that present a professional appearance. Acceptable appearance will be determined by the County upon delivery or within 3 days of receipt by employee. The Contractor will maintain all uniforms in good repair and condition (e.g., clean and neat, wrinkle free, no hem marks, no discoloration from previous emblems, no obvious repairs and with a complete set of matching buttons). Excessively worn or faded uniforms shall be replaced. All repairs must be completed and garment returned to department within seven (7) days of submission to the vendor. Exception to this requirement must be noted in proposal and recommended process and timeline detailed. Uniforms shall be clean, pressed, well mended (no holes, tears, missing buttons, stains or ragged ends), and professionally altered when necessary at no additional cost to the County throughout the life of the contract. Garments that, through normal use, are determined to be in an unacceptable condition shall be replaced at no cost by successful bidder. Normal wear and tear is defined as the usual and anticipated deterioration of uniforms due to repeated wear and laundering regardless of the length of time in use. The County will be the primary authority in determining if garments must be replaced due to normal wear and tear. If a garment is lost or damaged beyond repair due to County's negligence, replacement will be provided by Contractor within ten (10) working days of notification. County will pay the appropriate Replacement Charge as stated under the "Depreciated Garment Replacement Cost" section of ATTACHMENT A. The replacement article may be new or used, subject to County approval. Any items delivered will be inspected to confirm compliance with all specifications. If, upon inspection for conformance to the specified requirement and deficiencies are detected, the item(s) will be rejected and the Contractor will be required to make the necessary adjustments G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 24 or replacements at Contractor's expense. If an item is rejected, it will be the Contractor's responsibility to correct the deficiency, make the necessary corrections, and re-deliver for inspection and acceptance. Payment will not be made until the defects are corrected and the garment is re-inspected and accepted by Department Coordinator. CONTRACT REPRESENTATIVE: The successful bidder must provide the County with the name, email address and contact number of a Service Coordinator that will directly receive any and all complaints that arise during the performance of this contract. Complaints will be registered with the Service Coordinator by each Department Coordinator, and all complaints shall be resolved within five (5) working days. If a complaint cannot be resolved within the time stated, the employee's supervisor shall request assistance from the Purchasing Buyer and/or Manager. DELIVERY & PICKUP SERVICE: Employees will receive back the same number of items, in the same styles and sizes, as were picked up for cleaning. Upon delivery, the driver may be required to count incoming and/or outgoing garments in the presence of a County employee. Deficiencies will be corrected within a time period to be specified within the contract. Deficiencies include, but are not limited to: incorrect size; wrong deliveries; incomplete returns; and wrinkled, damaged or dirty items. The County reserves the right to cancel any order and/or to refuse delivery if the items ordered are not furnished within the time periods established in the contract. Contractor shall make delivery and pick-up weekly, on a regularly scheduled day and time mutually agreed upon between the County and the Vendor. Contractor shall give prior notification to each location if service cannot be performed on the regularly scheduled day. Each garment will labelled with a name or number specifying the garment to a specific employee for tracking purposes. Each garment shall be hung with sets sorted and clearly labelled by employee name for ease of distribution. Contractor shall provide delivery receipts by department within each delivery location. Each delivery ticket shall contain at minimum the following information: • Vendor's name • Date of delivery • Department name • Delivery address & location id # • Itemized list of garments by employee name • Itemized list of supplies • Quantity, unit price, extension of each item and total charges Contractor may propose an alternative process with details for tracking pickup and delivery items in your bid. Contractor shall provide a weekly written tally of soiled garments picked up from each service location, which shall be signed by the driver (unless otherwise provided by a usage report/tracking system). G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 25 Contractor will provide sufficient size and quantity of laundry bags or containers appropriate for soiled linens as needed at each location at no additional charge. The County shall furnish only the space necessary to store and place the cleaned and separately the soiled uniforms. It will be the responsibility of the Contractor to count all materials at the time of exchange (incoming and outgoing) at the County locations. If materials are missing, it will be the Contractor's responsibility to notify the Department Coordinator in writing, and obtain a designated acknowledgement, at the time of discovery. All claims for losses must be handled within timeframe agreed upon between vendor and County. REPLACEMENT COSTS: The Contractor will prorate any cost to the County for replacement of a rented item by attributing a value to the item based on a straight-line depreciation over a fixed depreciation period. If it is the County's responsibility to replace an item, the County will pay only the residual value based on the replacement cost of the item reduced by the depreciation amount. The Contractor will be responsible for demonstrating the calculated residual value for any item replaced under this provision. If the exact age of a lost linen or garment cannot be determined, the average age of the remaining garments (the same shirts, pants, sheets, towels, etc.) for that employee or department will be used to determine the age. SPECIAL CHARGES: There are to be no assessments, up-charges, single item charge, surcharge, re-stocking fee, minimum order charge nor will any additional charges be allowed that are not specifically detailed under the provisions of the standard terms and conditions of this bid and any ensuing contract awarded pursuant to this bid. INVOICES: Invoicing shall be timely and in arrears following the final date of service in each calendar month. Charges shall reflect garments picked up, not delivered. Invoices shall be mailed to each County department or division receiving service. See list provided in ATTACHMENT B. Invoice pricing shall be as that quoted by successful bidder within their response to this RFP. There shall be no additional miscellaneous fees added to the price of any service. Invoices shall Plainly state the following: 1. County department name and address 2. Billing period 3. Type of service 4. Employee name 5. Frequency of service 6. Type & quantity of each garment being provided. 7. Unit pricing & total. Payment will be made upon receipt of original invoice only. Vendor must provide original monthly invoice. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 26 BIDDER TO SUBMIT 1 -- UNIFORM RENTAL SERVICE: Describe your proposed step-by-step process and project schedule for completing the transition to your services if awarded contract. Bidders are to propose the most effective and efficient process that they will utilize to transition departments to the bidders' services. Detail how employees will be measured and sized for uniforms, how locations will be set up to accommodate and secure the bidders' delivery and pick up process, how to accommodate new employee uniforms and how to process exiting employee uniforms, including timelines. Bidder will specify their complete process to issue garments, add or delete scheduled employee uniform service or add or delete item from delivery schedule. Include sample of paper trail or accountability method in bid, e.g. identification tags, delivery receipts, sizing list, etc. Detail vendor process when employee does not turn in uniforms for laundry according to your definition of an extended period of time. Detail in proposal state of uniforms when returned to department, e.g. folded, on hanger, plastic covered, etc. Bidder will propose process to handle repairs, alterations and condition issues. 2 -- SUMMARY OF SERVICE REPORT: Provide a sample of your report frameworks and explain the benefit of the information they reflect and how they would be best utilized for the County's needs. As detailed in the Scope of Work, submit a sample report with your bid that includes the following: a. County department name and delivery location b. Employee's name c. Current, itemized inventory for each County employee d. Description and number of garments picked-up and delivered (weekly), per employee e. Description and number of garments processed in Contractor's laundry system per month (6 month total), per employee f. Identify missing or repaired items to the County locations, Usage reporting/tracking system should also identify where missing garments are within the Contractor's processing facility or if lost by County. g. Notation of items/employees removed from list h. Issue date of uniform to County. The County would like to track usage trends by department, semi-annually, annually and potentially by additional parameters. 3 -- PROCESSES: Vendor must include in bid, their detailed process(es) to handle issues when notified by County including the timeframe, communication and resolution step-by- step, for following: - issuing new garments (including with patches) - indicate problem with garment - extra care and handling of garments, e.g. garment with pesticide residue, diesel G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 27 - skin irritation or allergic reactions from wearer - repairs needed or size changes - replacing uniforms - determining end of service of item. Bidder shall provide with proposal copies of their written complaint procedure, copies of forms used for that purpose and information on standard time frames for resolving complaints or discrepancies. These procedures will become part of the agreement with the successful bidder. Bidder to include in their proposal any pro-active processes they have in place to mitigate problems or anticipated situations. Bidder to describe your quality control practices for accurate delivery and condition of clothing item 4 -- INVOICES: Bidders must provide a sample invoice with their bid response. Each location shall be invoiced separately. 5 -- SAMPLES: Include samples of the following items with your proposal. Label each sample with detailed description comparable to a catalog description. Add any special features and benefits on item. - New Men's Work Shirt— Short Sleeve and Used after one (1) year of cleanup - New Men's Executive Shirt— Long Sleeve and Used after one (1) year of cleanup - New Men's Pants —Flex Waist, Blend, navy and Used after one (1) year of cleanup - Men's Work Pants— Cargo Style - Men's & Women's Polo Shirt— Short Sleeve, Blend - Shop Towel - Dust Mop Head — 36" - Patches — 10-color (approximate size 2"x4") and a 1-color (approximate size 1.5"xY) both similar to EXHIBIT 1. - Catalogs— include ARC Flash Flame, Resistant, High Visibility clothing offerings. After notification by Buyer of award of contract, bidding vendors can arrange pick up of their samples. Samples from awarded vendor will be kept by Purchasing to utilize as a benchmark of quality and service. 6 -- PRICING: Proposals shall show a unit price for the rental and laundering cost of each item type per week, a unit price for replacement of each item and a depreciation period measured in months. The replacement costs and depreciation period will be considered in determining award of a contract. Proposal prices shall be all-inclusive. No start-up or conversion costs, set-up or measuring fees, preparation charges, minimums, disposal or environmental fees, repair or replacement fees, or any other fees shall be allowed. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 28 Should a proposal include alternatives to the required pricing structure, be sure to include the alternative pricing in clear detail to allow the County to accurately price out the option. Be sure to include pricing as requested in the proposal in addition to your alternative(s). 7 -- LAUNDRY PROCESSES: Explain the benefits of your cleaning processes for majority of items listed on ATTACHMENT A. 8 -- RECYCLING PROCESSES: Detail all established and planned recycling and/or environmentally-sound processing practices utilized by your company in the carrying out of this contract 9 -- State when you can begin service after date of award? 10 -- State standard sizes and non-standard sizes 11 -- Supply and affix County logo patch —onetime cost per item 12 -- Supply and affix individual name patch —onetime cost per item 13 -- Supply and affix County logo and name patches—onetime cost per item G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 29 14 -- Alterations — list the type, turnaround time and cost for any special alterations. If left blank, it will be considered at no cost to the County. 15 -- OTHER— provide any additional charges not listed in the proposal. Any charges not listed in the proposal under EXCEPTIONS or below, will not be paid. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 30 COST PROPOSAL See ATTACHMENT A for item costing spreadsheet G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 31 PROPOSAL CONTENT REQUIREMENTS It is important that the vendor submit his/her proposal in accordance with the format and instructions provided under this section. Doing so will facilitate the evaluation of the proposal. It will limit the possibility of a poor rating due to the omission or miscategorization of the requested information. Responding in the requested format will enhance the evaluation team's item by item comparison of each proposal item. The vendor's proposal may be placed at a disadvantage if submitted in a format other than that identified below. Bidders are requested to submit their proposals in a binder (one that allows for easy removal of pages) with index tabs separating the sections identified. Each page should be numbered. Each binder is to be clearly marked on the cover with the proposal name, number, closing date, "Original" or "Copy", and bidder's name. Merely offering to meet the specifications is insufficient and will not be accepted. Each bidder shall submit a complete proposal with all information requested. Supportive material may be attached as appendices. All pages, including the appendices, must be numbered. Vendors are instructed not to submit confidential, proprietary and related information within the request for proposal. If you are submitting trade secrets, it must be submitted in a separate binder clearly marked "TRADE SECRETS", see Trade Secret Acknowledgement section. The content and sequence of the proposals will be as follows: I. RFP PAGE 1 AND ADDENDUM(S) PAGE 1 (IF APPLICABLE) completed and signed by participating individual or agency. II. COVER LETTER: A one-page cover letter and introduction including the company name and address of the bidder and the name, address and telephone number of the person or persons to be used for contact and who will be authorized to make representations for the bidder. A. Whether the bidder is an individual, partnership or corporation shall also be stated. It will be signed by the individual, partner, or an officer or agent of the corporation authorized to bind the corporation, depending upon the legal nature of the bidder. A corporation submitting a proposal may be required before the contract is finally awarded to furnish a certificate as to its corporate existence, and satisfactory evidence as to the officer or officers authorized to execute the contract on behalf of the corporation. III. TABLE OF CONTENTS IV. CONFLICT OF INTEREST STATEMENT: The Contractor may become involved in situations where conflict of interest could occur due to individual or organizational activities that occur within the County. In this section the bidder should address the potential, if any, for conflict of interest and indicate plans, if applicable, to address potential conflict of interest. This section will be reviewed by County Counsel for compliance with conflict of interest as part of the review process. The Contractor shall comply with all federal, state and local conflict of interest laws, statutes and regulations. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 32 V. TRADE SECRET: A. Sign where required. VI. CERTIFICATION — DISCLOSURE — CRIMINAL HISTORY & CIVIL ACTIONS VI 1. REFERENCES Vill. PARTICIPATION IX. EXCEPTIONS: This portion of the proposal will note any exceptions to the requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's proposals meet those requirements. The exceptions shall be noted as follows: A. Exceptions to General Conditions. B. Exceptions to General Requirements. C. Exceptions to Specific Terms and Conditions. D. Exceptions to Scope of Work. E. Exceptions to Proposal Content Requirements. F. Exceptions to any other part of this RFP. X. VENDOR COMPANY DATA: This section should include: A. A narrative which demonstrates the vendor's basic familiarity or experience with problems associated with this service/project. B. Descriptions of any similar or related contracts under which the bidder has provided services. C. Descriptions of the qualifications of the individual(s) providing the services. D. Any material (including letters of support or endorsement) indicative of the bidder's capability. E. A brief description of the bidder's current operations, and ability to provide the services. F. Copies of the audited Financial Statements for the last three (3) years for the agency or program that will be providing the service(s) proposed. If audited statements are not available, complied or reviewed statements will be accepted with copies of three years of corresponding federal tax returns. This information is to be provided after the RFP closes, if requested. Do not provide with your proposal. G. Describe all contracts that have been terminated before completion within the last five (5) years: 1. Agency contract with 2. Date of original contract 3. Reason for termination 4. Contact person and telephone number for agency H. Describe all lawsuit(s) or legal action(s) that are currently pending; and any lawsuit(s) or legal action(s) that have been resolved within the last five (5) years: 1. Location filed, name of court and docket number G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 33 2. Nature of the lawsuit or legal action I. Describe any payment problems that you have had with the County within the past three (3) years: 1. Funding source 2. Date(s) and amount(s) 3. Resolution 4. Impact to financial viability of organization. XI. SCOPE OF WORK: A. Bidders are to use this section to describe the essence of their proposal. B. This section should be formatted as follows: 1. A general discussion of your understanding of the project, the Scope of Work proposed and a summary of the features of your proposal. 2. A detailed description of your proposal as it relates to each item listed under the "Scope of Work" section of this RFP. Bidder's response should be stated in the same order as are the "Scope of Work" items. Each description should begin with a restatement of the "Scope of Work" item that it is addressing. Bidders must explain their approach and method of satisfying each of the listed items. C. When reports or other documentation are to be a part of the proposal a sample of each must be submitted. Reports should be referenced in this section and submitted in a separate section entitled "REPORTS." D. A complete description of any alternative solutions or approaches to accomplishing the desired results. XI I. BIDDER TO SUBMIT: Address each item listed under this section, number for clarification. Samples packaged separately. XIII. COST PROPOSAL: Quotations may be prepared in any manner to best demonstrate the worthiness of your proposal. Include details and rates/fees for all services, materials, equipment, etc. to be provided or optional under the proposal. XIV. CHECK LIST G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 34 AWARD CRITERIA COST A. As submitted under the COST PROPOSAL section. B. Processes as submitted in BIDDERS TO SUBMIT section. CAPABILITY AND QUALIFICATIONS A. Do the process and service descriptions address all the areas identified in the RFP? Will the proposed services satisfy County's needs and to what degree? B. Does the bidder demonstrate knowledge or awareness of the problems associated with providing the services proposed and knowledge of laws, regulations, statutes and effective operating principles required to provide this service? C. The amount of demonstrated experience in providing the services desired in a California County. D. Samples and requested reports included to be assessed as to benefitting the County: 1. Quality of garments 2. Quality of laundry service 3. Tracking of items 4. Communication 5. Information accessibility MANAGEMENTPLAN A. Is the organizational plan and management structure adequate and appropriate for overseeing the proposed services? B. Transition and continuing processes in place and ability to adapt to County's needs? C. Proposer's financial stability G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 35 CHECK LIST This Checklist is provided to assist vendors in the preparation of their RFP response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the RFP package in order to make the RFP compliant. Because this checklist is just a guideline, the bidder must read and comply with the RFP in its entirety. Check off each of the following: 1. The Request for Proposal (RFP) first page has been completed and signed. 2. Addenda first page, if any, have been completed, signed and included in the bid package. 3. One (1) original plus five (5) copies including digital copies of the RFP have been provided. 4. The completed Trade Secret Form as provided with this RFP (Confidential/Trade Secret Information, if provided must be in a separate binder). 5. The completed Criminal History Disclosure Form as provided with this RFP. 6. The completed Participation Form as provided with this RFP. 7. The completed Reference List as provided with this RFP. 8. The completed Cost Proposal and Bidder to Submit response. 9. Indicate all bidder EXCEPTIONS to the County's requirements, conditions and specifications as stated within this RFP. 10. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your bid include the following information: County of Fresno RFP No. 954-5299 Closing Date: October 22, 2014 Closing Time: 2:00 P.M. Commodity or Service: Countywide Uniforms & Dust Control Service Return Checklist with your RFP response. G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 36 EXHIBITS ONE AND TWO EXHIBIT ONE: Janitor Patches 01 FACILITY o SERVICES ESQ ANTHONy EXHIBIT TWO: County Logo 4, CO U Y O 1856 p G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 37 ATTACHMENTS A & B Attachment A: Cost Proposal Attachment B: Delivery Locations G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control Services.doc RFP 954-5299 Attachment A-Cost Proposal Page 1 of 6 Rental Rental Lease Garment, Depreciated Normal Wear& Colors Sizes --- ---- Employee Garment Qty New Used armen Brand& Tear Schedule Item Offered Available per Cost Cost Extended Extended Launders Proposed Product Code (specifiy your week (each) (each) Price Per Week Price Annual Weekly Cost Replacement (specify below) W&T periods in Cost& Schedule months) New Used New Used Work Shirt-short sleeve-blend fabric- durable press-2 button pockets- lined collar w/stays- 1 pencil stall 165 Work Shirt-short sleeve-100 cotton fabric-wrinkle resist-2 button pockets- collar stays- 2 pencil stall 100 Work Shirt-long sleeve-blend fabric-durable press-2 pockets w/button-lined collar w/stays- 3 pencil stall 145 Work Shirt-long sleeve-100 cotton fabric-wrinkle resist-2 button pockets- collar stays- 4 pencil stall 40 Work Shirt-short sleeve-blend 5 fabric-postman style 115 Executive Shirt-long sleeve- blend fabric-no iron-pen pocket- 6 collar stays-adj cuffs 60 Executive Shirt-short sleeve- blend fabric-no iron-pen pocket- 7 collar stays 80 Dress Shirt-long sleeve-oxford blend fabric-no iron-box pleat back-pen pocket-button down- 8 collar stays-adjust cuffs 30 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment A-Cost Proposal.xls RFP 954-5299 Attachment A-Cost Proposal Page 2 of 6 Depreciated Normal Wear& Rental Rental Lease Garment, p Qty New Used Brand& Tear Schedule Colors Sizes --- ---- Employee Garment Item Offered Available per Cost Cost Extended Extended Launders Proposed Product Code (specifiy your week (each) (each) Price Per Week Price Annual Weekly Cost Replacement (specify below) W&T periods in Cost& Schedule months) New Used New Used Dress Shirt-short sleeve-oxford blend fabric-no iron-box pleat back-pen pocket-button down- 9 collar stays 46 Polo Shirt-short sleeve-blend or 10 poly knit fabric-single pocket 250 Work Shirts-long sleeve-100% cotton-2 front pockets-pencil 11 stall-orange 60 Work Shirts-short sleeve-100% cotton-2 front pockets-pencil 12 stall-orange 35 Jeans Cut Pants-denim fabric- 13 cotton or blend-relaxed fit 10 Jeans Cut Pants-denim fabric- 14 cotton or blend-regular fit 90 Pants-100%Cotton Twill-heavy fabric-flat front-deep front pockets-preshrunk-lined dress 15 waistband-belt loops 40 Pants-Blend Twill-heavy fabric- double pleat front-slash front pockets-perma press-lined dress 16 waistband 75 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment A-Cost Proposal.xls RFP 954-5299 Attachment A- Cost Proposal Page 3 of 6 Rental Rental Lease Garment Depreciated Normal Wear& , P Qty New Used Brand& Tear Schedule Colors Sizes --- ---- Employee Garment Item Offered Available per Cost Cost Extended Extended Launders Proposed Product Code (specifiy your week (each) (each) Price Per Week Price Annual Weekly Cost Replacement (specify below) W&T periods in Cost& Schedule months) New Used New Used Cargo Work Pant-blend fabric- flex waist- pockets -dura press- 17 reinforced pockets option 150 Work Pants-blend fabric-flat front-side elastic waist inserts- 18 comfort fit 300 Western(Jean)Style Pant-heavy blend fabric-dura press- 19 reinforced stress points 55 Coveralls-cotton-long sleeve- button front-include HV option 20 cost 25 Coveralls-cotton-long sleeve- 21 snap front 30 Coveralls-blend fabric-long sleeve-zip front-medium weight wrinkle resist-double needle 22 contraction-multi pockets 50 Shorts-blend fabric-cargo 23 pockets 22 Lab Coat-Blend fabric-long 24 sleeve-3 pockets-slits white 140 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment A- Cost Proposal.xls RFP 954-5299 Attachment A- Cost Proposal Page 4 of 6 Depreciated Normal Wear& Rental Rental Lease Garment, P Qty New Used Brand& Tear Schedule Colors Sizes --- ---- Employee Garment Item Offered Available per Cost Cost Extended Extended Launders Proposed Product Code (specifiy your week (each) (each) Price Per Week Price Annual Weekly Cost Replacement (specify below) W&T periods in Cost& Schedule months) New Used New Used Shop Coat-Blend fabric-long 25 sleeve-pockets-button up blue 5 dark color- Scrub Top-short sleeve-blend blue or 26 fabric-pockets green 35 dark color- Scrub Bottom-blend fabric- blue or 27 pockets green 25 28 Mat -2x3 10 29 Mat-3x4 85 30 Mat -4x6 95 31 Mat-3x5 20 32 Mat-3x 10 50 Mat-3x4 33 Safety message 10 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment A- Cost Proposal.xls RFP 954-5299 Attachment A- Cost Proposal Page 5 of 6 Rental Rental Lease Garment Depreciated Normal Wear& , P Qty New Used Brand& Tear Schedule Colors Sizes --- ---- Employee Garment Item Offered Available per Cost Cost Extended Extended Launders Proposed Product Code (specifiy your week (each) (each) Price Per Week Price Annual Weekly Cost Replacement (specify below) W&T periods in Cost& Schedule months) New Used New Used Mat-3x5 34 antimicrobial 10 Wet mop handle-wood- 35 wet grip handle 1 1/8"x 60" 10 Wet mop-antimicrobial looped- poly headband-double tailband 36 large 9" 125 Dry mop handle-wood-quick 37 change 1"x60" 40 Dry mop- 12"Infinity twist 38 synthetic blend 60 Dry mop-Infinity twist synthetic 39 blend -5x24" 35 Dry mop-Infinity twist synthetic 40 blend-5x36" 15 Dry mop-Infinity twist synthetic 41 blend-5X42" 10 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment A- Cost Proposal.xls RFP 954-5299 Attachment A-Cost Proposal Page 6 of 6 Depreciated Normal Wear& Rental Rental Lease Garment, p Qty New Used Brand& Tear Schedule Colors Sizes --- ---- Employee Garment Item Offered Available per Cost Cost Extended Extended Launders Proposed Product Code (specifiy your week (each) (each) Price Per Week Price Annual Weekly Cost Replacement (specify below) W&T periods in Cost& Schedule months) New Used New Used 42 Dust Mops 45 Treated dust mop 24" 36" 10 each 43 60" size 44 Shop towel best price 700 45 Bath towel-cotton#2 1000 46 Bar towel-microfiber 100 47 Detail towel yellow 100 48 Glass towel 16"x28" red 100 49 Turkish towel white 150 totals $ $ http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment A-Cost Proposal.xls RFP 954-5299 Delivery Locations Page 1 of 5 LOCATION# DEPARTMENT&SERVICE ADDRESS INVOICE TO ADDRESS COUNTY PHONE NO. COORDINATOR AGRICULTURE 4551 E.Hamilton Avenue 1730 S.Maple Avenue Brian Cochran 600-1906 1 Fresno,CA 93702 Fresno,CA 93702 1730 S.Maple Avenue Brian Cochran 600-1906 2 Fresno,CA 93702 17299 W.Oakland Brian Cochran 600-1906 3 Huron,CA 93234 1325"O"Street Brian Cochran 600-1906 4 Firebaugh,CA 93622-2319 DEPT OF BEHAVIORAL HEALTH Intensive Services Fresno County Brandon Hill 600-9187 5 4411 Kings Canyon Attn:Fran Brown A/P Fresno,CA 93702 P.O.Box 45003 Fresno.CA 93718 Adult Services Brandon Hill 600-9187 6 4441 Kings Canyon Fresno,CA 93702 Modular E Brandon Hill 600-9187 7 4447 Kings Canyon,Unit E Fresno,CA 93702 PATHS Brandon Hill 600-9187 8 515 S.Cedar Ave Fresno,CA 93702 CORONER PA/PG 3150 E.Jefferson 3333 E.American Avenue Kelly Matlock 600-3414 9 Fresno,CA 93725 Fresno,CA 93725 COUNTY CLERK Elections 2221 Kern St Cindy Lee 600-3011 10 2221 Kern St Fresno,CA 93721 Fresno,CA 93721 Central Warehouse 4525 E.Hamilton Avenue Theresa Thompson 600-3038 11 4525 E.Hamilton Avenue Fresno,CA 93702 Fresno,CA 93702 DEPARTMENT OF SOCIAL SERVICES Air Fresno Dept.of Social Services Ed Moreno 600-1972 12 2719 N.Air Fresno Drive Accounts Payable Fresno,CA 93727 P.O.Box 24055 Fresno.CA 93779-4055 Airport Office Ed Moreno 600-1972 13 4944 E.Clinton Way,Ste.112 Fresno,CA 93727 Barton Bldg Ed Moreno 600-1972 14 4499 E.Kings Canyon Rd. Fresno,CA 93727 Brix-Mercer Bldg Ed Moreno 600-1972 15 1221 Fulton Mall Fresno,CA 93721 Center Mall Court(CMC) Ed Moreno 600-1972 16 2011 Fresno Street Fresno,CA 93721 Coalinga Regional Center Ed Moreno 600-1972 17 311 Coalinga Plaza Coalinga,CA 93210 Commissary Building Ed Moreno 600-1972 18 4449 E.Kings Canyon Rd. Fresno,CA 93702 Community Medical Regional Center Ed Moreno 600-1972 19 2315 E.Illinois Avenue Fresno,CA 93721 Crocker Building Ed Moreno 600-1972 20 2135 Fresno Street Fresno,CA 93721 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment B-Delivery Locations.xls RFP 954-5299 Delivery Locations Page 2 of 5 LOCATION# DEPARTMENT&SERVICE ADDRESS INVOICE TO ADDRESS COUNTY PHONE NO. COORDINATOR Dickey Youth Development Center Ed Moreno 600-1972 21 1515 E.Divisadero Fresno,CA 93721 "E"Street Building Ed Moreno 600-1972 22 1209(1219)"E"Street Fresno,CA 93706 Fairgrounds Bldg Ed Moreno 600-1972 23 4468 E.Kings Canyon Road Fresno,CA 93702 Fresno City College Ed Moreno 600-1972 24 1101 E.University Fresno,CA 93704 Firebaugh Justice Court Ed Moreno 600-1972 25 1534 13th Street Firebaugh,CA 93622 Fulton Bldg Ed Moreno 600-1972 26 1821 Fulton Street Fresno,CA 93721 Heritage Millbrook-I.T. Ed Moreno 600-1972 27 3115 N.Millbrook Fresno,CA 93703 Hertigage Center Ed Moreno 600-1972 28 3151 N.Millbrook Fresno,CA 93703 Heritage 3109(NOVA) Ed Moreno 600-1972 29 3109 N.Millbrook Fresno,CA 93703 Heritage Radiology Ed Moreno 600-1972 30 3676 E.Shields Fresno,CA 93703 Heritage Taft Ed Moreno 600-1972 31 3688 E.Shields Fresno,CA 93703 Huntington Hall Ed Moreno 600-1972 32 435 S.Boyd Fresno,CA 93702 Huron Office Ed Moreno 600-1972 33 36678 S.Lassen,Ste.#1 Huron,CA 93234 Kerman Center Ed Moreno 600-1972 34 15180 W.Whitesbridge Fresno,CA 93630 "L"Street Ed Moreno 600-1972 35 1404"L"Street Fresno,CA 93721 Laundry Room/Mimeo/Warehouse Ed Moreno 600-1972 36 445 S.Cedar Avenue Fresno,CA 93702 Main Bldg Ed Moreno 600-1972 37 4455 E.Kings Canyon Rd. Fresno,CA 93702 Manchester One Stop Ed Moreno 600-1972 38 3302 N.Blackstone,Ste.#221 Fresno,CA 93723 Modular#326 Ed Moreno 600-1972 39 445 S.Cedar Avenue (Rear UMC Laundry) Modular"D"-ERC Ed Moreno 600-1972 40 4452 E.Kings Canyon Road Fresno,CA 93702 Modular"C" Ed Moreno 600-1972 41 4445 E.Inyo Fresno,CA 93702 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment B-Delivery LocationsAs RFP 954-5299 Delivery Locations Page 3 of 5 LOCATION# DEPARTMENT&SERVICE ADDRESS INVOICE TO ADDRESS COUNTY PHONE NO. COORDINATOR Mosqueda Center Ed Moreno 600-1972 42 4640 E.Butler Fresno,CA 93702 Proteus/Jobs 2000 Ed Moreno 600-1972 43 1815 Van Ness Fresno,CA 93721 Reedley Community College Ed Moreno 600-1972 44 995 N.Reed Avenue Reedley,CA 93654 Reedley Regional Center Ed Moreno 600-1972 45 1680 E.Manning Avenue Reedley,CA 93654 Selma Regional Center Ed Moreno 600-1972 46 3800 N.McCall Avenue Selma,CA 93662 Sequoia Building Ed Moreno 600-1972 47 3821 N.Clark Fresno,CA 93726 Senior Resource Center Ed Moreno 600-1972 48 2025 E.Dakota Fresno,CA 93726 Sunnyside Bldg Ed Moreno 600-1972 49 5693 E.Kings Canyon Road Fresno,CA 93727 Veteran's Service Office Ed Moreno 600-1972 50 3845 N.Clark,Ste.#103 Fresno,CA 93726 West Fresno Regional Center Ed Moreno 600-1972 51 142 E.California Avenue Fresno,CA 93706 INTERNAL SERVICES DEPARTMENT 2048 N.Fine Street 2048 N.Fine Street Theron Toler 600-5809 52 Fresno,CA 93727 Fresno,CA 93727 ITSD Theron Toler 600-5809 53 1020 S.Tenth Street Fresno,CA 93702 Radio Shop Theron Toler 600-5809 54 4551 E.Hamilton Fresno,CA 93702 Facility Services 4590 E.Kings Canyon Rd. Mike Bartosch 600-7243 55 4590 E.Kings Canyon Rd. Fresno,CA 93702 Fresno,CA 93702 Facility Services Janitorial Mike Bartosch 600-7243 56 4455 E.Kings Canyon Rd. Fresno,CA 93702 Facility Services 10th Complex Mike Bartosch 600-7243 57 742 S.loth Street Fresno,CA 93702 Facility Services-Firebaugh Mike Bartosch 600-7243 58 1325"O"Street Firebaugh,CA 93622 Facility Services-Reedley Mike Bartosch 600-7243 59 815"G"Street Reedley,CA 93654 Courthouse Janitorial Mike Bartosch 600-7243 60 100 Van Ness Fresno,CA 93721 Plaza Core Mike Bartosch 600-7243 61 2220 Tulare Street Fresno,CA 93721 Plaza Core II Mike Bartosch 600-7243 B2 2281 Tulare Street Fresno,CA 93721 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment B-Delivery LocationsAs RFP 954-5299 Delivery Locations Page 4 of 5 LOCATION# DEPARTMENT&SERVICE ADDRESS INVOICE TO ADDRESS COUNTY PHONE NO. COORDINATOR Facility Services-Jail Mike Bartosch 600-7243 63 1100 Van Ness Avenue Fresno,CA 93721 Facility Services-Jail Mike Bartosch 600-7243 64 2200 Fresno Street Fresno,CA 93721 UMC Laundry Mike Bartosch 600-7243 65 445 S.Cedar Avenue Fresno,CA 93702 Facility Services—JJC 3333 E.American Avenue Mike Bartosch 600-7243 66 3333 E.American Avenue Fresno,CA 93725 Fresno,CA 93725 Graphic Communication Services 844 Van Ness Avenue Richard Rose 600-3175 67 844 Van Ness Avenue Fresno,CA 93721 Fresno,CA 93721 Fleet Services 4551 E.Hamilton Avenue Dennis Kerns 600-7516 68 4551 E.Hamilton Avenue Fresno,CA 93702 Fresno,CA 93702 Barton Motor Pool Dennis Kerns 600-7516 69 500 S.Barton Fresno,CA 93702 Courthouse Motor Pool Dennis Kerns 600-7516 70 1128"M"Street Fresno,CA 93721 Security Division 2220 Tulare St.16t"Floor Jerry Morris 600-1727 71 1100 Van Ness Ave#101 Fresno,CA 93721 Fresno,CA 93721 UMC Security Jerry Morris 600-1727 72 4455 E.Kings Canyon Rd. Fresno,CA 93702 LIBRARY 2420 Mariposa Street 2420 Mariposa Street Gabriel Mata 600-6235 73 Fresno,CA 93721 Fresno,CA 93721 Sunnyside Regional Library Carina Gil 600-6235 74 5566 East Kings Canyon Road Fresno,CA 93721 PROBATION Boot Camp 500 E.Elkhorn Ave. Karen Campos 864-5933 x 251 76 500 E.Elkhorn Ave. Caruthers,CA 93609 Caruthers,CA 93609 Juvenile Justice Campus 3333 E.American Avenue Gerald Schielbelhut 495-3726 77 3333 E.American Avenue Fresno,CA 93725 Fresno,CA 93725 PUBLIC DEFENDER 2220 Tulare Street#300 2220 Tulare Street 4300 Marsha Koop 600-1583 78 Fresno,CA 93721 Fresno,CA 93721 Ran Chan 600-1543 PUBLIC HEALTH DPH Brix and Mercer Buildings 1221 Fulton Mall;Brix/Mercer Emma Mejia 600-3229 79 1221 Fulton Mall Fresno,CA 93721 Fresno,CA 93721 DPH Emergency Medical Services Dave Jones 600-7418 80 4555 E.Hamilton Avenue,#435 Fresno,CA 93702 DPH Laboratory Claudia Soriano 600-6370 81 1221 Fulton Mall-Basement Fresno,CA 93721 PUBLIC WORKS American Avenue Disposal Site 2220 Tulare St.6th Floor Herb Cantu 600-4259 82 18950 W.American Ave Fresno,CA 93721 Kerman,CA 93630 Kearney Park 2220 Tulare St.Ste.1600 David Chavez 600-3004 83 6725 W.Kearney Blvd. Fresno,CA 93721 Fresno,CA 93706 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment B-Delivery LocationsAs RFP 954-5299 Delivery Locations Page 5 of 5 LOCATION# DEPARTMENT&SERVICE ADDRESS INVOICE TO ADDRESS COUNTY PHONE NO. COORDINATOR UMC Hospital David Chavez 600-3004 84 445 S.Cedar Avenue Fresno,CA 93702 Road Maintenance Division 2220 Tulare St.6th Floor Jim Hodge 262-4102 85 Area 1 Fresno,CA 93721 38885 West Nees Avenue Area 2 Jim Hodge 262-4102 86 25411 W.Silveira Tranquillity,CA 93668 Area 3 Jim Hodge 262-4102 87 779 E.Polk Coalinga,CA 93210 Area 4 Jim Hodge 262-4102 88 12855 West"G"Street Biola,CA 93606 Area 5 Jim Hodge 262-4102 89 2544 W.Mt.View Caruthers,CA 93609 Area 7 Jim Hodge 262-4102 90 9400 N.Matus Clovis,CA 93612 Area 8 Jim Hodge 262-4102 91 9525 E.Olive Sanger,CA 93657 Area 9 Jim Hodge 262-4102 92 3633 South Del Rey Sanger,CA 93657 Area 10 Jim Hodge 262-4102 93 17626 E.Manning Reedley,CA 93657 Area 11 Jim Hodge 262-4102 94 33148 Auberry Road Auberry,CA 93602 Traffic Sign Shop Jim Hodge 262-4102 95 4551 E.Hamilton Fresno,CA 93702 SHERIFF DEPARTMENT Air Support PO Box 1788 Jan Stevens 600-8579 96 5029 E.Anderson Fresno,CA 93717 Fresno,CA 93727 Forensic Lab&Training Unit P.O.Box 1788 Lt.Bobby Salazar 233-3848 97 1256 Divisadero Fresno,CA 93717 Donna Ramirez Fresno,CA 93721 Main Jail Facility 2200 Fresno Street Drake Bell 600-8421 98 1225"M"Street Fresno,CA 93721 Fresno,CA 93721 Patrol Area 1 P.O.Box 1788 Cathy Curtis 846-3991 99 21925 W.Manning Fresno,CA 93717 San Joaquin,CA 93660 Patrol Area 2 2200 Fresno Street Shaun Erwin 292-1126 100 5717 E.Shields Fresno,CA 93721 Fresno,CA 93727 Patrol Area 3 P.O.Box 1788 Jose Salinas 896-2003 101 1055 S.Golden State Ave. Fresno,CA 93717 Selma,CA 93662 Patrol Area 4 P.O.Box 1788 Shaun Erwin 292-1126 102 33155 Auberry Road Fresno,CA 93717 Auberry,CA 93602 Sheriffs Tech Services P.O.Box 1788 Mary Lynch 600-8115 103 2200 Fresno Street Fresno,CA 93717 Fresno,CA 93721 Squaw Valley P.O.Box 1788 Shaun Erwin 332-2226 104 30691 E.Kings Canyon Rd. Fresno,CA 93717 Squaw Valley,CA 93675 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Attachment B-Delivery LocationsAs COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFP NUMBER: 954-5299 COUNTYWIDE UNIFORMS AND DUST CONTROL SERVICE September 26, 2014 PURCHASING USE jeb G:\PUBLIC\RFP\FY2014-15\954-5299\954-5299 ADD 1.DOC IMPORTANT: SUBMIT PROPOSAL IN SEALED PACKAGE WITH PROPOSAL NUMBER, CLOSING DATE AND BUYER'S NAME MARKED CLEARLY ON THE OUTSIDE TO: COUNTY OF FRESNO,Purchasing 4525 EAST I TAMII,TON AVENUE,2na Floor FRESNO,CA 93702-4599 CLOSING DATE OF PROPOSAL WILL BE AT 2:00 P.M., ON OCTOBER 229 2014. PROPOSALS WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. All proposal information will be available for review after contract award. Clarification of specifications is to be directed to: Louann M. Jones, phone (559) 600-7118, e-mail 1 ones(a)co.fresno.ca.us, FAX (559) 600-7126. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR PROPOSAL NUMBER: 954-5299 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS PAGE OF THE ADDENDUM WITH YOUR PROPOSAL. ➢ Includes Delivery Locations with Items list. Includes a requested copy of the last winning bid. ➢ Includes Department of Social Services Building Locations using Floormats list. ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFP 954-5299 COMPANY NAME: (PRINT) SIGNATURE: NAME & TITLE: (PRINT) G:\PUBLIC\RFP\FY 2014-15\954-5299\954-5299 ADD 1.D0C (4/11) ADDENDUM NO. ONE (1) Page 2 REQUEST FOR PROPOSAL NUMBER: 954-5299 September 26, 2014 Q1. There's nothing in the RFP for High Visibility and Flame Resistant uniforms? Al. Purchasing has contacted the departments utilizing types of uniforms and currently another company is being used. Include your company catalog for HV and FIR in your proposal. Q2. Are there any issues with the current vendor, good bad or otherwise that might be relevant to what you are asking for as far as the proposal goes? If you can change anything about your current service what will it be? A2. The County will be evaluating specific service, reports, communication and processes referenced in the RFP. Q3. There's a full list of locations and totals, but it will help to get quantities by location. A3. Purchasing will provide item quantities by location, those quantities are an estimate and will be used for bidding purposes only, actual quantities will be determined after award of contract. Q4. Departments that just need mats, do you ever have situations where instead of doing weekly delivery of mats you deliver four or five at a time and once a month you pick them up, are there other ways to make a proposal? A4. Yes, this RFP is asking the bidders to propose what they would suggest to best meet our needs. Propose what you can do to make it work for yourself and us, while maintaining the service, quality, delivery, and costs. The way we have been doing things is not necessarily how we should do things moving forward. Q5. On the worksheet in the Cost Proposal, page 6, item 42, dust mops are listed there. Are there specific sizes or specific dust mops you are looking for? A5. See the attached. Delivery Locations with Items list. Q6. This group will all be proposing new uniforms, the RFP says if the incumbent is selected, this will be negotiated, so are we all on the same page? Are we all going to be presenting the same and the incumbent as well? A6. Yes, everyone will need to bid providing new uniforms to all County employees initially according to the RFP, which is how the proposals will be evaluated. Q7. If there are changes after the contract is awarded, like adding items to the contract, will it take a long time put those changes in effect if they have to be approved by the Board of Supervisors? A7. The Purchasing Manager will work to arrange to have the authority to approve Amendments to the contract. Q8. I want to request a copy of the last winning bid. A8. See attached Exhibit No. 2 Contractor's Response to County's Request for Quotation No. 983-3759. G:TU13IIC�R"\FY2014-15\954-5299\954-5299 ADD 1.DOC 954-5299 Add 1 Delivery Locations with Items Page 1 of 5 for bidding purpose only DEPARTMENT&SERVICE # ADDRESS INVOICE TO ADDRESS Employees Mats Weekly Towels, Etc Weekly w/Uniforms AGRICULTURE 4551 E.Hamilton Avenue 1730 S.Maple Avenue 1 Fresno,CA 93702 Fresno,CA 93702 4 2 1730 S.Maple Avenue " 5 Fresno,CA 93702 DEPT OF BEHAVIORAL HEALTH Intensive Services Fresno County Attn:Fran Brown A/P 1-3x4 5 4411 Kings Canyon P.O.Box 45003 1-3x5 Fresno,CA 93702 Fresno,CA 93718 Adult Services 3-3x5 6 4441 Kings Canyon 2-3x5 Fresno,CA 93702 Modular E 7-3x4 7 4447 Kings Canyon,Unit E 4-3x5 Fresno,CA 93702 4-4x6 PATHS 15-3x4 8 515 S.Cedar Ave 1-3x5 Fresno,CA 93702 CORONER PA/PG 3333 E.American Ave Ste G 1-3x4 3150 E.Jefferson Fresno,CA 93725 9 8 2-4x6 Fresno,CA 93725 1 -3x5 scraper COUNTY CLERK Elections 2221 Kern St 10 2221 Kern St Fresno,CA 93721 2-4x6 Fresno,CA 93721 Central Warehouse 4525 E.Hamilton Avenue 2-3x4 CA 93702 11 4525 E.Hamilton Avenue Fresno, 2 4-4x6 Fresno,CA 93702 2-3x10 2-3x5 DEPARTMENT OF SOCIAL SERVICES Air Fresno Dept.of Social Services 12 2719 N.Air Fresno Drive Accounts Payable Fresno,CA 93727 P.O.Box 24055 Fresno,CA 937794055 Airport Office 13 4944 E.Clinton Way,Ste.112 Fresno,CA 93727 Barton Bldg 14 4499 E.Kings Canyon Rd. Fresno,CA 93727 Brix-Mercer Bldg 15 1221 Fulton Mall Fresno,CA 93721 Center Mall Court(CMC) 16 2011 Fresno Street Fresno,CA 93721 Coalinga Regional Center 17 311 Coalinga Plaza Coalinga,CA 93210 Commissary Building 18 4449 E.Kings Canyon Rd. Fresno,CA 93702 Community Medical Regional Center 19 2315 E.Illinois Avenue Fresno,CA 93721 Crocker Building 20 2135 Fresno Street Fresno,CA 93721 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Add 1-Attachment B-Delivery Locations.xls 954-5299 Add 1 Delivery Locations with Items Page 2 of 5 for bidding purpose only DEPARTMENT&SERVICE # ADDRESS INVOICE TO ADDRESS Employees Mats Weekly Towels, Etc Weekly w/Uniforms Dickey Youth Development Center 21 1515 E.Divisadero Fresno,CA 93721 "E"Street Building 22 1209(1219)"E"Street Fresno,CA 93706 Fairgrounds Bldg 23 4468 E.Kings Canyon Road Fresno,CA 93702 Fresno City College 24 1101 E.University Fresno,CA 93704 Firebaugh Justice Court 25 1534 13th Street Firebaugh,CA 93622 Fulton Bldg 26 1821 Fulton Street Fresno,CA 93721 Heritage Millbrook-I.T. 27 3115 N.Millbrook Fresno,CA 93703 Hertigage Center 28 3151 N.Millbrook Fresno,CA 93703 Heritage 3109(NOVA) 29 3109 N.Millbrook Fresno,CA 93703 Heritage Radiology 30 3676 E.Shields Fresno,CA 93703 Heritage Taft 31 3688 E.Shields Fresno,CA 93703 Huntington Hall 32 435 S.Boyd Fresno,CA 93702 Huron Office 33 36678 S.Lassen,Ste.#1 Huron,CA 93234 Kerman Center 34 15180 W.Whitesbridge Fresno,CA 93630 "L"Street 35 1404"L"Street Fresno,CA 93721 Laundry Room/Mimeo/Warehouse 36 445 S.Cedar Avenue Fresno,CA 93702 Main Bldg 37 4455 E.Kings Canyon Rd. Fresno,CA 93702 Manchester One Stop 38 3302 N.Blackstone,Ste.#221 Fresno,CA 93723 Modular#326 39 445 S.Cedar Avenue (Rear UMC Laundry) Fresno,CA 93702 Modular"D"-ERC 40 4452 E.Kings Canyon Road Fresno,CA 93702 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Add 1-Attachment B-Delivery Locations.xls 954-5299 Add 1 Delivery Locations with Items Page 3 of 5 for bidding purpose only DEPARTMENT&SERVICE # ADDRESS INVOICE TO ADDRESS Employees Mats Weekly Towels, Etc Weekly w/Uniforms Modular"C" 41 4445 E.Inyo Fresno,CA 93702 Mosqueda Center 42 4640 E.Butler Fresno,CA 93702 Proteus/Jobs 2000 43 1815 Van Ness Fresno,CA 93721 Reedley Community College 44 995 N.Reed Avenue Reedley,CA 93654 Reedley Regional Center 45 1680 E.Manning Avenue Reedley,CA 93654 Selma Regional Center 46 3800 N.McCall Avenue Selma,CA 93662 Sequoia Building 47 3821 N.Clark Fresno,CA 93726 Senior Resource Center 48 2025 E.Dakota Fresno,CA 93726 Sunnyside Bldg 49 5693 E.Kings Canyon Road Fresno,CA 93727 Veteran's Service Office 50 3845 N.Clark,Ste.#103 Fresno,CA 93726 West Fresno Regional Center 51 142 E.California Avenue Fresno,CA 93706 INTERNAL SERVICES DEPARTMENT 2048 N.Fine Street 2048 N.Fine Street 3-3x5 52 Fresno,CA 93727 Fresno,CA 93727 1-3x5 antibac ITSD 53 1020 S.Tenth Street 41 4-4x6 Fresno,CA 93702 Facility Services 4590 E.Kings Canyon Rd. 55 4590 E.Kings Canyon Rd. Fresno,CA 93702 22 1-3x5 Fresno,CA 93702 Facility Services Janitorial 1-wet mop handle 56 4455 E.Kings Canyon Rd. 28 10-3x5 40-wet mop large Fresno,CA 93702 15-dry mop handle 30-dry mop 36" Facility Services-Reedley 59 815"G"Street Reedley,CA 93654 Fresno County Court Archives Attn: A/P 1-3x4 60 1963 E Street 1100 Van Ness Ave 1-46 1-dry mop Fresno,CA 93706 Fresno,CA 93724 Plaza Core 62 2220 Tulare Street 22 4-3x10 1-wet mop handle 40-wet mop large Fresno,CA 93721 Plaza-Hall of Records 3-4x6 63 2281 Tulare Street 3-3x5 Fresno,CA 93721 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Add 1-Attachment B-Delivery Locations.xls 954-5299 Add 1 Delivery Locations with Items Page 4 of 5 for bidding purpose only DEPARTMENT&SERVICE # ADDRESS INVOICE TO ADDRESS Employees Mats Weekly Towels, Etc Weekly w/Uniforms 53-dry mop 24" Facility Services Courthouse 9-dry mop 42" 64 1100 Van Ness Avenue 20-dry mop handle Fresno,CA 93721 100-red glass towel 50-bar towel micro Facility Services-Jail 4590 E.Kings Canyon Rd. 65 2200 Fresno Street Fresno,CA 93702 13 Fresno,CA 93721 Facility Services—JJC 3333 E.American Avenue 67 3333 E.American Avenue Fresno,CA 93725 6 2-3x4 Fresno,CA 93725 Graphic Communication Services 844 Van Ness Avenue 68 844 Van Ness Avenue Fresno,CA 93721 100 printer towels Fresno,CA 93721 Fleet Services 4551 E.Hamilton Avenue 7-3x4 69 4551 E.Hamilton Avenue Fresno,CA 93702 32 7-3x10 4 6 shop towels 0 Fresno,CA 93702 2-3x5 60 bath towels LIBRARY 2420 Mariposa Street Main Library Fresno,CA 93721 22-24"dry mop treated 70 2620 Mariposa Street 29 16-42"dry mop treated Fresno,CA 93721 4-dry mop handle Sunnyside Regional Library 3-3x5 71 5566 East Kings Canyon Road 10 2-4x6 Fresno,CA 93721 Parlier County Library 72 1130 E Parlier Ave 1-3 x4 Parlier,CA 93648 PROBATION 3333 E.American Avenue 60-bib apron Juvenile Justice Campus Fresno,CA 93725 13-3x4 30-24"dry mop 73 3333 E.American Avenue 9 1-mat scraper 14-36"dry mop Fresno,CA 93725 4-4x6 7-60"dry mop PUBLIC DEFENDER 2220 Tulare Street#300 2220 Tulare Street#300 74 Fresno,CA 93721 Fresno,CA 93721 PUBLIC HEALTH 1221 Fulton Mall;Brix/Mercer DPH Brix and Mercer Buildings Fresno,CA 93721 75 1221 Fulton Mall or 2-3x4 greeting Fresno,CA 93721 PO Box 11867 10-4x6 Fresno,CA 93775 DPH Emergency Medical Services 5-3x4 76 4555 E.Hamilton Avenue,#435 3-4x6 Fresno,CA 93702 4-3x10 DPH Laboratory " 77 1221 Fulton Mall-Basement 5 Fresno,CA 93721 PUBLIC WORKS American Avenue Disposal Site 2220 Tulare St.6th Floor 24-bath towel 78 18950 W.American Ave Fresno,CA 93721 5-3x4 2-42"dry mop treated Kerman,CA 93630 2-4x6 100-shop towel blue Kearney Park 2220 Tulare St.Ste.1600 79 6725 W.Kearney Blvd. Fresno,CA 93721 11 3-2x4 1-24"dry mop treated 2-3x5 106-bar towel blue Fresno,CA 93706 UMC Hospital Parks&Grounds 80 445 S.Cedar Avenue 5 2-2x3 50-shop towel blue 1-3x4 50-bar towel blue Fresno,CA 93702 http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Add 1-Attachment B-Delivery Locations.xls 954-5299 Add 1 Delivery Locations with Items Page 5 of 5 for bidding purpose only DEPARTMENT&SERVICE # ADDRESS INVOICE TO ADDRESS Employees Mats Weekly Towels, Etc Weekly w/Uniforms Road Maintenance Division 2220 Tulare St.6th Floor 81 Area 1 Fresno,CA 93721 11 2-3x5 2-24"dry mop 38885 West Nees Avenue Firebaugh,CA 93622 Area 2 1-3x5 82 25411 W.Silveira 7 3-3x4 1-dry treated mop Tranquillity,CA 93668 1-3x10 Area 4 83 12855 West"G"Street 9 1-3x4 1-dry treated mop Biola,CA 93606 Area 5 3-3x4 84 2544 W.Mt.View 12 1-dry treated mop Caruthers,CA 93609 2-3x5 Area 7 10-bar towel micro 85 9400 N.Matus 7 6-3x4 1-36"dry treated mop Clovis,CA 93612 Area 8 3-3x4 86 9525 E.Olive 13 2-3x5 Sanger,CA 93657 Area 9 4-3x4 87 3633 South Del Rey 16 1-dry treated mop Sanger,CA 93657 1-3x5 Area 11 2-3x4 88 33148 Auberry Road 9 1-3x5 1-dry treated mop Auberry,CA 93602 1-4x6 SHERIFF DEPARTMENT PO Box 1788 1-42"dry mop Air Support Fresno,CA 93717 7-3x4 89 5029 E.Anderson 1-4x6 2-wet mop large 2 Fresno,CA 93727 50-shop towel 50-turk towel Forensic Lab&Training Unit P.O.Box 1788 3-3x4 90 1256 Divisadero Fresno,CA 93717 8 3-4x6 3-soil Fresno,CA 93721 8-3x10 200-bar toweell white Main Jail Facility 2200 Fresno Street 91 1225"M"Street Fresno,CA 93721 3 4-4x6 Fresno,CA 93721 Sheriffs Fleet P.O.Box 1788 2-3x5 92 1128 M Street Fresno,CA 93717 2 4-3x 5 scraper 279-bath towel Fresno,CA 93721 4-4x6 P.O.Box 1788 20-bath towel Patrol Area 1 Fresno,CA 93717 4-3x4 2-restroom mat 93 21925 W.Manning 7-3x10 1-soil lok San Joaquin,CA 93660 1-3x5 scraper 20-bar towel blue 20-detail towel Patrol Area 2 2200 Fresno Street 94 5717 E.Shields Fresno,CA 93721 1-36"dry mop treated Fresno,CA 93727 Patrol Area 3 P.O.Box 1788 95 1055 S.Golden State Ave. Fresno,CA 93717 1-3x5 scraper 1-24"dry mop treated Selma,CA 93662 P.O.Box 1788 1-3x4 Patrol Area 4 Fresno,CA 93717 1-4x6 96 33155 Auberry Road 5 1-36"dry mop treated Auberry,CA 93602 1 x 3x 2-3x55 P.O.Box 1788 6-3x4 Sheriffs Tech Services Fresno,CA 93717 2-3x10 98 2200 Fresno Street 13 75-glass towel red Fresno,CA 93721 5-3x5 scraper 4-3x5 antimicr http://www2.co.fresno.ca.us/0440/BidDocuments/954-5299/954-5299 Add 1-Attachment B-Delivery Locations.xls PROCUREMENT AGREEMENT NUMBER230105J Ameripride Uniform Services EXIIJBIT NO. TWO CONTRACTOWS RESPONSE TO COUNTYS REQUEST FOR QUOTATION NO. 983-3759 G:\CONMCTS & BcmcTs\7\2301053 AMERIPRIDE UNIFORM SERVICES.DOC October 17, 2002 Coun�/of REQUEST FOR QUOTATION - 759 UNIFORM RENTAL AND LAUNDRY SERVICE ORGIREQUISrrION PURCHASING USE Various/Various JLG G:\RFQ\983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC IMPORTANT: SUBMIT QUOTATION IN SEALED ENVELOPE PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME MARKED ON OUTSIDE TO: COUNTY OF FRESNO Purchasing Division 4525 E. HAMILTON AVENUE FRESNO, CA 93702-4531 LOSING DAT-E'OF B1D WiLL BEAT, 2:00`P,--M- oN , OVEMBER , 5� 2WD . BIDS WILL BE CONSIDERED LATE AT 2:01 BY THE OFFICIAL PURCHASING TIME,CLOCK. Bids will be opened and publicly read at that time. All bids and bid information will be available for review after the award has been made. For additional information contact: Brian D. Tarnblin, phone (559) 456-7110. GENERAL CONDITIONS See "County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals (RFP'S) and Requests for Quotations (RFQ'S)" attached. BIDDER TO COMPLETE UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED QUOTATION SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE"COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR PROPOSALS(RFP'S)AND REQUESTS FOR QUOTATIONS(RFQ'S)"ATTACHED. Except as noted on individual items,the following will apply to all items in the Quotation Schedule. 1. Complete delivery will be made within 30 calendar days after receipt of Purchase Order. 2. A cash discount of 5 % 30 days will apply. Ameripride Uniform Services Company 1050 W. Whitesbridge Ave. Address Fresno CA 93706 City State Zip Code (559/ 266-0627 (55? 485-2306 shawn.fromme@ameripride.org Telephone Number Facsimile Number E-mail Address Taxpayer F o.: 41-0831770 Sig d / Print Name Title G:\RFQ\983-3759 UNIFORM RENTAL&LAUNDRY StRVICE.DOC RFQ (06102) Quotation No. 883-375B Page All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall b8 purchased from companies possessing 8 current A.M. Best. Inc. rating OfB+ FGC \/||IOrbetter. INSURANCE: Name of Insurance Carrier: Continental Casuality Commercial General Liability: WillisOf Minnesota, Inc. (agency) Expires: I0/0I/03 ' �oe��c�o [�u�u�lib� � I&�a��og �y\ lO/Ol/O3 Automotive Insurance: Co-- Reading, -' _____ Professional Liability Expires: N/A (if applicable) �/� � Worker's Compensation: American easuaIity Co. of Reading, PA Expires: G:�RF0003-375o UNIFORM RENTAL&LAUNDRY GERvICE.DOC Quotation No. 983-375B Page BIDDER TO COMPLETE THE FOLLOWING: ����0�/�~W��0���/�~����� m a_u�� � ���m* w�` � ���m� The County of Fresno iga member of the Central Valley Purchasing Group. This group consists OfFresno, Kern, P(ingo, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original coOtract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. F--", Yes, we will extend contract terms and conditions to all qualified agencies within the Ix I Central Valley Purchasing Group. F---� No, we will not extend contract terms to any agency other than the County of Fresno. | V6thorized Signature) Title o:\mpQmo3-3noy UNIFORM RENTAL x LAUNDRY ssnv|cs.Doc Quotation No. 983-3759 Page 10 REFERENCE List agencies,which you have provided with Uniforms and Laundry Service. Services provided should be similar in nature and quantity to those requested within this bid. 1. Name of Agency: Leprino Foods Contact Person: Dave Derking Telephone P59)924-7722 City: Lemoore State: CA Zip: 93245 Length of service: St-art T)at-p" 12/1 8Z]986 Describe the type of services provided: Garments, Dust Control, Restroom Services 2. Name of Agency: California Daires Inc. (Danish Creamery) Contact Person: Bill Twist Telephone (559)233-5154 City' Fresno State: CA Zip: 93705 Length of service: Start Date 11/14/1967 Describe the type of services provided: Garments, Dust Control, Restroom Services 3. Name of Agency: Mc Cormick Schilling Co. , Inc. Contact Person: Steve Densmore Telephone (831)758-2411 City: Salinas State: CA Zip: 93912 Length of service: Start Date 08/01/1986 Describe the type of services provided: Garments, Dust Control, Restroom Services G.W0.983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC TI AmeriPrlde Service REFERENCES Leprino Foods California Dairies Inc.(Danish Creamery) 460"F" Street 755 "F" Street Lemoore,CA 93245 Fresno,CA 400 Employees 250 Employees Phone: (559)924-7722 Phone: (559)233-5154 Start Date: 12/18/86 Start Date: 11/14/67 Contact: Dave Derking -Phit.Mgr Contact: Bill Twist - CFO John Franckhauser -HR Mgr Moroni Debruin - Dept. Sup. Mark Oats - Controller Stan Giest - HR Mgr. Susan Perry - Human Resources Land" O" Lakes Morning Star—Avoset Foods 240 North Ave. 299 5`"Ave. Gustine, CA 95322 Gustine,CA 250 Employees 250 Employees Contact: Chip Powell Contact: Micky Ponder Phone: (559)584-2461 Phone: (209) 854-6461 National Raisin Kagome Inc. 626 S. 5`h Street 333 Johnson Road Fowler, CA 93625 Los Banos,CA 93635 180 Employees 80 Employees Contact: Mike Bedrosian Contact: Dennis Brazil Phone: (559)834-5981 Phone: (209) 826-8850 McCormick Schilling Co.Inc. 1311 Schilling Place Salinas, CA 93912 600 Employees Contact: Steve Densmore Phone: (831)758-2411 ccllA TI AmeriPride Service REFERENCES Reedley College Ito Packing 0 995 N. Reed 18697 E. So. Ave. Reedley, CA 93654 Reedley, CA 93654 (559) 638-3641 (559) 638-0117 Reedley School District Ballentine Packing 1250 K St. 8686 S. Rio Vista Reedley, CA 93654 Reedley, CA 93654 (559) 638-6976 (559) 578-2583 Marten Chevrolet Golden State Vinter 1050 I. St. 8418 S. Lac Jac Ave Reedley, CA 93654 Reedley, CA 93706 (559) 538-2240 (559) 638-3544 Bret's Ford Jim Manning Dodge 1500 1 St. 194 W. Tulare Reedley, CA 93654 Dinuba, CA 93618 618 (559) 637-7751 (559) 591-4910 Erns Pontiac Enns Farms 1307 G St. 4572 Ave 400 Reedley, CA 93654 Dinuba, CA 931618 (559) 538-2259 (559) 897-7700 (CIIA Ar'i-leriPrld6 Service REFERENCES Alfred Matthews,Inc. Clark Pest Control 3807 McHenry Ave. 408 N. Service Rd. Modesto,CA 95356 Ceres,CA 95307 Contact:Brett Wade Phone: (209)524-6384 Phone: (209) 577-0140 Contact:Jerry Silva Bronco Wine Company Dairy Farmers of America 6342 Bystram Rd. 2331 Tully Ceres, CA 95307 Hughson,CA 95326 Contact: Bob Martini Contact:John Crockett Phone: (209)538-3131 Phone: (209)883-4461 Bunge Foods Bakery Dan Gamel's RV 436 S. McClure 4400 Salida Blvd Modesto, CA 95357 Modesto,CA 95368 Contact:Ken Lindsay Contact:Fred Shaeffer Phone: (209)574-9981 Phone: (209)545-5535 Bunge Foods Oil Plant Doctors Medical 436 S.McClure 1441 Florida Ave Modesto,CA 95357 Modesto, CA 95350 Contact:Richard Brown Contact:Steve Flanagan Phone: (209)574-9981 Phone: (209)576-3611 Central Valley Auto Helena Chemical 109 E. 6"'St. 312 W. Service Madera,CA 93638 Modesto,CA 95351 Contact:Rich May Contact:Ken Lea Phone: (559)674-2451 Phone: (209)538-2615 Central Valley Automotive Kraft General Foods 4460 N.McHenry Ave 901 E. Whitmore Modesto, CA 95356 Modesto,CA 95358 Contact: Rich May Contact: Cindy Ingle Phone: (209)526-3300 Phone: (209)541-3400 Central Valley Nissan Modesto City Schools 4530 N. McHenry Ave 426 Locust Ave. Modesto, CA 95356 Modesto,CA 95351 Contact: Rich May Contact:Richard Boek Phone: (209) 526-3320 Phone: (209)576-4011 Ceres Unified School District Stanislaus Foods 2503 Lawrance Ave 1202 D. Street Ceres, CA 95307 Modesto,CA 95354 Contact:Joe Kissey Contact: Louise Palmer Phone: (209) 538-0153 Phone: (209)522-7201 Quotation No. 983-3759 Page 27 Company: ������� 0�� N ��������m m QUOTATION SCHEDULE ������ m *~� � ���m� Bidder shall state the unit cost to provide, launder and Maintain each garment as specified within this Request for Quotation. All quoted prices shaU C8Dt8iO all taxes, environmental fees and surcharge fees. A B C GARMENT MAXIMUM TYPE ° ON|TCOST PER GARMENTS (REFER TO EARx8ENTPER SERVICED PER **TOTAL COST EXHIBIT No.ONE) GARMENT DESCRIPTION WEEK WEEK PER WEEK A GnnoCk $ ~65 83 $ 68.45 B Coat, Lapel $ ~65 O $ 0/A C Lab Coat $ .75 74 $ 55.50 D Coveralls $ .80 88 $ 68.00 E Coveralls $ ~80 82 $ 65.60 F Shirt �O$ ~ 35 $ 14.00 G ShiShirt �O� ^ 5 $ 2.00 H Shirt 0 .40 480 $I92.00 � Shirt $ 120 $ 48.00 J Shirt $ .4O 245 $ q8.00 �� �� [0 P� Shirt $ ~ 240 s ^ L Shirt $ 1G5 � ^�O S� OO ~ M Shirt $ ^40 530 $ 2I2.00 N 8Shirt .40� -O' $ 0/& O Shirt s ~40 280 8 I04.00 P Pants $ ~40 890 $356.00 {] Pants $ 40 875 $3-90.00 R Pants $ 30 $ 12.00 G Pants $ .4O 55 $ 22.00 .JK ---- '- --',-- ---- -- —'— -''—=- `r--�—''—' --- '— -- '''-- �-''---- +^ Bidder to Complete: Column A multiplied by Column B=Column C. G:\RF09Oa-37oV UNIFORM RENTAL&LAUNDRY SERv|CE.oOC Quotation No. 983-3759 Page 28 Company: Ameri-pridp jiniforns A B C MAXIMUM GARMENT TYPE *UNIT COST PER GARMENTS (REFER TO GARMENT PER SERVICED PER **TOTAL COST EXHIBIT No.ONE) GARMENT DESCRIPTION WEEK WEEK(ESTIMATED) PER WEEK (Continued next page) T Shirt $ .40 10 $ 4.00 U Pants $ .40 65 $ 26.00 V Shirt $ -40 375 $150.00 W Pants $ .40 375 $150.00 X Pants $ .40 -0- $ N/A y Dress $ -40 5 $ 2.00 z Skirt $ .40 5 $ 2.00 ZA Blouse $ .40 5 $ 2.00 Grand Total Per Week $ 2,158.35 TAXES: All applicable taxes, environmental fees, surcharge fees etc. must be included in the above quoted unit costs. Bidder to Complete: Quote one time charge(per garment)to sew on patches for the initial garments. Bidder to Complete: Column A multiplied by Column B=Column C. G:\RFQ\983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC Quotation No. 983-3759 page3O Company: Arneripcide Uniform Services PATCH������ ����l�0��� ����% � QUOTATION SCHEDULE ES��mw�~�* (PROVIDE »�^o��� ���~��� �*���� mm~n � m��u� ����mm������u~^� PATCHES: The iDhi8| 8UOtDleOt Ofganneh1S may include uniform D8tChSS, 8[Ob|8DlS. name tags, etc. Successful bidder patches etc. and sewing Of patches for the initial garments provided. Cost DfveOdopp[Ovid8d patches, 8Olb|erna, OBnl8 tags, etc. and the sewing OD of these shall be added to the initial COSt Of new garments. Refer to Exhibit No. Two, Page 48. for Patch DRSChotioO (colors to be-provided later). Bidder(s) shall quote on embroidered patches (for silk-screen patches see Attachment page 43)- The successful bidder shall invoice each County department and/or division monthly over the thirty-six /3O\ month contract period. Such charges shall be separate from the uniform laundry service charges. Subsequent to the initial allotment of clothing being issued, patches, e0b|eme. O8nle tag3, etc. may be furnished by the auoC8SsfU| bidder. These patches, erDb|80S. De0e tags, etc. added after the contract's initial issuance of garments shall be paid for in a |U[np SuDl after proper invoice is received by County department. Cost will beQ8 quoted below under Column B and shall beln effect for the entice contract period. 10 gznt an ° Bidder'to Complete: Quote one time charge(per garment)to sew on patches for the initial garments. This charge will be added to the initial cost of the garment. � Bidder tu Complete: Column A multiplied by Column 8=Column C. G:xRrQ\983'3rne UNIFORM RENTAL x LAUNDRY DEnv|CE.DOC Quotation No. 883-3759 Pagg31 Company:&neripride Uniform Services PATCH������� ����� ������ QUOTATION SCHEDULE ES��m *���� ����~�� ONLY)� ������ m *�um u��m� ����um���=����m� Patches: The initial allotment of garments may include uniform patches, 8rnb|enns. name tags, etc. Successful bidder may provide the sewing only of these patches for the initial garments provided. The County may supply patches tO contractor tobe sewn on. Cost of vendor-provided sewing only of patches, emblems, name tags, etc. shall be added to the initial cost ofnew garments. Refer to Exhibit No. Two, Page 48. for Patch [)eachDbOO (colors to be provided later). The successful bidder shall invoice each County department and/or division monthly over the thirty-six (3O) month contract period. Such charges shall b8separate from the uniform laundry service charges. Cost of sewing only shall be8s quoted below under Column B. Ing oh 61 er 9. Information Technology ° Bidder to Complete:Quote one time charge(per garment)bo sew on patches for the initial garments. This charge will be added tn the initial cost of the garment. °° Bidder tu Complete: Column A multiplied by Column 8=Column C. Quotation No. 983-3759 Page 32 GARMENT DESCRIPTIONIREPLACEMENT COST Bidder shall describe the garments they are offering under this RFQ. Description shall include the brand, weight and style no. Please indicate the initial replacement cost for each garment offered. The replacement cost quoted shown will be used through out the contract period in conjunction with the Replacement Cost Formula previously described. NOTE: Garment weight must be equal to current_garment weight. *Initial Replacement (Refer to EXHIBIT NO. ONE) Description -Weight Cost A. Smock —AU 5oz S507 $ 12.00 B. Coat, Lapel AU 5oz S307 $ 12.00 C. Coat, Lab AU 5oz S315.. $ 12.00 D. Coveralls AU 7.25oz S415 $ 12.00 AU 8.50oz S406 14.00 E. Coveralls $ F. Shirt RK 4.25oz SR60 $ 9.00 G. Shirt RK 4.25oz SR70 $ 9.00 H. Shirt AU 4.25oz S364 $ 9.00 1. Shirt AU 4.25oz S364 $ 9.00 J. Shirt AU 4.25oz S365 $ 9.00 K. Shirt AU 4.25oz S365 $ 9.00 RU 6oz SC40 L. Shirt Au 6oz S366 $ 9.00 RK 6oz SC40 M. Shirt AU 6oz S366 $ 9.00 RK 6oz SC30 N. Shirt AU 6oz S369 $ 9.00 EXCLUDE TAX AU - American Uniforms RK - Red Kap (Continued on next page.) WRIFQ983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC Quotation No. 983-3759 Page 33 *Initial Replacement (Refer to EXHIBIT NO. ONE) Description -Weight Cost O. Shirt Rb 90ozz M $ 9.00 AU 7.75oz S400 14.00 P. Pants $ AU 8.50oz S401 14.00 Q. Pants. $ RK 7.50oz PT38 14.00 R. Pants $ S. Pants AU 7.75oz S400 $ 14.00 T. Shirts AU 4.25oz 8364-1 $ 9.00 U. Pants RK 8.0oz PT59 $ 14.00 White RK 4.25oz Sp66 Navy V. Shirt T-i-- $ 14.00 W. Pants RK 6.2oz Polyester PS36 14.00 X. Pants Dickies 8.75oz 1953WH 14.00 Y. Dress (County Owned) N/A Z. Skirt(County Owned) N/A ZA. Blouse (County Owned) N/A TOTAL $ 273.00_ EXCLUDE TAX AU - American Uniform RK - Red Kap G:kPFQ\983-3759 UNIFORM RENTAL&LAUNDRY SERVIGE.DOC Quotation No. 983-3759 Page 35 Company: kneripride unifam QUOTATION SCHEDULE (COUNTY OWNED GARMENTS) LAUNDRY & MAINTENANCE Garment Type *Cost of Service 1. Pants $ •40 .40 2. Shirt (Short sleeve) $ 3. Shirt (Long sleeve) $ -40 4. Smock $ .40 5. Lab Coat $ .40 6. Coverall $ .40 7. Skirts $ .40 8. Blouses $ •40 9. Dresses $ ..40 Industrial Waste Cost Per Invoice $ N/C Maintenance to County owned garments: 1. Sewing Charges $ N/C 2. Button Replacement $ WC 3. Pants-Zipper Replacement $ N/C 4. Coverall-Zipper Replacement $ N/C *Cost to pick up, launder and deliver back each garment, one time. Quoted price shall include maintenance and all applicable taxes, environmental fees, surcharge fees, waste water charges etc., if applicable. County's present usage of this service is reflected in the quantities shown below. Please complete this section as instructed. The total shown will be used in part to determine award of bid. A B **C Garment Type Quantity Serviced *Cost Per To- AL Per Week Garment 1. Pants 6 $ .40 $ 2.40 2. Shirts 6 $ .40 $ 2.40 3. Lab Coat 36 $ .40 $ 14.40 TOTAL $ 19.20 From Quotation Schedule(above),cost of service column Column A x Column B=Column C G:\RFQ\983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC Quotation No. 983-3759 Page 36 Company: kneripride Uniforms GROUP I QUOTATION SUMMARY Bidder(s) shall include within their quoted pricing, all other charges connected with the County's service requirements e.g.: taxes, environmental fees, surcharge fees, waste water charges etc. Additional charges added to the base service if quoted this way by bidder(s), will not be acceptable and may be cause for rejection of bid. BIDDER TO COMPLETE: Provide, launder and maintain garments (maximum garments one week, total from Page 28). $ 2,158.35 Launder and Maintain County-Owned garments (total from Page 35). $ 19.20 Per Week Total $ 2,177.55 Award to be based on a fifty (50) week year to allow for employee time off. No minimum is guaranteed 50 weeks x 2,177,55 = $108,877.50 TOTAL FROM ABOVE Cost to provide, and sew patches for initial issuance of garments 0 (total from Page 30). $ TOTAL GROUP 1 $108 877.50 Additional Item Cost: Cost to sew on patches provided by County (total from Page 31). $ COMPANY tbWE PERSON AUTHORIZED TO SUBMIT QUOTATION - / AUTNbRIZED SIGNATURE GARFQ1983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC Quotation No. 983-3759 Page 37 Company: Ameripride Uniforms GROUP 11 QUOTATION SCHEDULE A B C RENTAL PER WEEK TOTAL COST REPLACEMENT MATS PRICE ESTIMATED PER WEEK SERVICED COST AA. 2 x 3 Mats $ .48 9 $ 4-32 Weekly $ 24.00 BB. 3 x 5 Mats $ .96 187 $ 179.52 Weekly $ 34_00 BBG. 3 x 5 Greeting Mat $ .96 2 $ 1.92 Weekly $ 34-00 CC.4 x 6 mats $ 1.92 160 $307.20 Weekly $ 44.00 DD. 3 x 10 Mats $ 2.40 68 $163.20 Weekly $ 54.00 SS. Scraper Mats $ .96 27 $ 25.92 Weekly $ 34`00 A B C DUST MOPS RENTAL PER WEEK TOTAL COST REPLACEMENT UNTREATED PRICE ESTIMATED PER WEEK SERVICED COST EE. 12"Mop $ _35 $ N/A Weekly $ 8.00 FF. 18"Mop $ •35 2 $ .70 Weekly $ 9.00 GG.24"Mop $ '45 3 $ 1.35 Weekly $ 11.00 HH, 30"Mop $ _55 18 $ 9.90 Weekly $ 12.00 II. 36"Mop $ '65 15 $ 9.75 Weekly $ 13.00 JJ. 42"Mop $ .75 39 $ 29.25 Weekly $ 14.00 UU. 50"Map $ .85 1 $ .85 Weekly $ 15.00 KK. 60"Mop $ .95 $ N/A Weekly $ 16.00 A B C RENTAL PER WEEK TOTAL COST REPLACEMENT DUST MOPS TREATED PRICE ESTIMATED PER WEEK SERVICED COST EE. 12"Mop $ 3,� $ NZA_ Weekly $ 8-00 FF. 18"Mop $ _35 $ N/A Weekly $ 9.00 G:\RFQ1983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC Quotation No. 883-375g page38 Company: Ameripride Uniforms RENTAL PER WEEK TOTAL COST REPLACEMENT DUST MOPS TREATED PRICE ESTIMATED PER WEEK SERVICED COST (Treated mops shall be delivered individually wrapped in plastic to prevent treatment from drying). HH. 3O"Mop $ .55 $ N/& Weekly $ I2~UO 00 ||. 38"MOp $ ~65 u� $ N/A Weekly $ 13.00 ----- -----' JJ. 42"Mop $ ~�^�5 $ --m/x' VV8ak|y $ 14.00 ----- -----' 85 N/A 16.00 KK. GU"KJOp � ~ � -� '' Weekly � ~ (Treated mops shall be delivered individually wrapped in plastic to prevent treatment from drying). A B C _ _ _ RENTAL PER WEEK TOTAL COST REPLACEMENT TOWELS PRICE ESTIMATED PER WEEK SERVICED COST LL Small Dust Cloth-Lint $ 10 108 $ 10.00 Weekly 8 .80 Free OO �NK8.Large Dust C|�b $ ~l2�� 400 s 48.00 Weekly $ 1.00 NN. Hand Towels $ 700 $ 49.00 Weekly $ .65 OO ��i� 8|U�Or�� Piece Ye8Nv' ' ' � .O3 � 3G.Q0 '' $ .43 Cotton Shop Towels -------- --------- 18"x18" PP. Large Glass Towels $ ~°~O7 Piece Rate 4 �O Weekly� ~ �8k|y 8 ^ QQ.Bar Towels $ P�C8R8�4UO $ 28.00 Weekly $ .65 RR. Hand Duster $ .50 $ N/A Weekly $ 1~75 VV. M8chiOist Apron $ ~40 16 s 6~40 Weekly s 8^00 TOTAL WEEKLY $ 915.48 TT. Automatic Roll Towel $ 1.15 2 s 2.30 Monthly s 16.00 &Dispensar -------- --------- G[. Garment Locker $ 1 $ M0OUl|y $ 240.00 TOTAL MONTHLY $ 9.20 Transfer this total to Group 0 Quotation Summary Page 38. GiRpWO3-3R58 UNIFORM RENTAL u LAUNDRY GERv|CEDOC Quotation No. 983-3759 Page 39 Company: Ameripride Uniforms GROUP 11 QUOTATION SUMMARY Bidder(s) shall include within their quoted pricing, all other charges connected with the County's service requirements e.g.: taxes, environmental fees, surcharge fees, waste water charges etc. Additional charges added to the base service if quoted this way by bidder(s), will not be acceptable and may be cause for rejection of bid. BIDDER TO COMPLETE: Provide, launder and maintain mats, mops, and towels. Per Week Total $ 915.48 52 weeks x 915-48 $ 47,604.96 Roll Towel & Garment Locker Rental Per Month Total $ 9.20 12 months x 9.'20 $ 110.40 TOTAL GROUP I/ $ 47,715.36 Add both totals) 100 COMPANY NAME PERSON AUTHORIZEDTO SUBMIT QUOTATION A—! 04re�2w j0ffTK6RIZEO SIGNATURE WRFQi983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC Quotation No. 983-3759 Page 41 Company: Amee.ipride Uniforms ATTACHMENTS - (CONTINUED) (if additional space is needed to complete requested information, please use an attachment.) Bidders must submit the following as attachments to their bid response. If additional space is needed to complete requested information, please use an attachment. Failure on the part of the bidder to comply with all requirements and conditions of the Request for Quotation and this specification may be cause for rejection of bid. 1. Summary of Service Report (refer to Page No. 16) 2. Description of Bidder's Complaint Procedures and Compliant Report (refer to Page No. 17) 3. Sample invoice (refer to Page No's. 17 and 18) 4. Describe Bidder's procedure in terms of method and time frame of correction and method of billing correction for the following situations: a. Delivery of mismatched Garments: Upon notification Ameripride will pick up mismatch garments and will return corrected items within 48 hours. Lost Garments: b. County Employee Lost: All lost garments will be addressed and accounted fdr .before any charges are applied. In addition Ameripride Uniform will provide all back-up for verification. All loss will be approved by County Repre- sentative. c. Bidder Lost (i.e.: 5 picked up, 3 returned the following week): All uniforms not received by Ameripride e*cluding sizes unable to fulfill (ie 4x1, 5xl, ect.) Will be returned withen 2 days of notification of shortage. Larger size may take longer to provide. G:\RFQ1983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC Quotation No. 983-3759 Page 42 Company: Ameripride uniforms ATTACHMENTS — (CONTINUED) (if additional space is needed to complete requested information, please use an attachment.) d. Missing Patches Missing patches are reviewed on a Daily bases. Through our quality inspection. Patches will be put on,-.at notification at no charge. 5. Bidder to state their mechanism for tracking multiple departments. Multiple locations are handles on individual bases. Our state of the art sort system and accounting procedures allows us to monitor every arrount inclividually- 6, Bidder to state County Contact and phone number for person responsible for complaints that arise during the performance of the contracted period. Lyn.Pearce — Service Cordinator Rick Minkkinen — Service Manager 7. How often does bidder change solvent solution for cleaning uniforms, and based on frequency, how many loads can be cleaned before repeating this step. Also, what quantity of uniforms make up a Load". Solvent Solutions are only used with dry cleaning facilities and not used with the Ameripride process. G:\RFQ\983-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC Quotation No. 983-3759 Page 43 Company: Ameripride uniforms ATTACHMENTS - (CONTINUED) (If additional space is needed to complete requested information, please use an attachment.) 8. Bidder to explain any advantages afforded the County, if the ensuing contract were to be renewed for an additional three (3) year period. All conditions of this RFQ would be in effect for any renewal of the contract including the issue of all new uniforms after the expiration of the initial itial contract period. (If more space is needed, attach additional page(s) and reference the attachment number and page number. Advantages afforded to the County will be in relationships developed with quality service provided by Ameripride CSR drivers. If County selects to re-bid this will result in time loss in training of new-drivers which could result in attitude due to the changes. Possible disruption towards work performnep of rnjini-34 emplqr -)Z dIlt 117n I aCk Q1F St-Abi 1 i t Ameripride will be changing out garments as needed during the three (3) year period, so if garments are meeting County's quality standards, and they an not Wish tbesiz gax=Gnts to bQ switchod, this could nasulf- in additional discounts to the Uniform Program for.--the County. 9. Bidder(s) quotations within RFQ are for embroidered patches. If silk-screen patches are a requirement by some County departments, bidder(s) shall state any price difference here(see page 30 Quotation Sheet). N/C WRFW83-3759 UNIFORM RENTAL&LAUNDRY SERVICE.DOC DSS Building Locations using Floormats 954-5299 Add 1 BLDG# BUILDING NAME FLOORS ADDRESS CITY ZIP #2'x3'Mats #3'x4'Mats #4'x6'Mats #3'x10'Mats Total#Mats 641 Air Fresno 1 2719 N.Air Fresno Dr. Fresno 93727 0 6 4 1 11 628 Airport Office 1 4944 E.Clinton Way,Ste #112 Fresno 93727 0 2 1 0 3 315 Barton Building 1,2,3 4499 E.Kings Canyon Rd. Fresno 93702 0 1 4 0 5 611 Brix Building 1,Mezz 1221 Fulton Mall Fresno 93721 0 0 0 0 0 612 Brix—Mercer Building 2 1221 Fulton Mall Fresno 93721 0 1 8 1 10 898 Center Mall Court(CMC) 1,2,3,4 2011 Fresno Street Fresno 93721 2 4 1 2 9 870 Coalinga Regional Center G, 1,2 311 Coalinga Plaza Coalinga 93210 0 5 2 0 7 313 Commissary Building 1,2 4449 E.Kings Canyon Rd. Fresno 93702 0 2 9 0 11 N/A Community Medical Regional Center 1 2315 E.Illinois Ave. Fresno 93721 0 0 0 0 0 Crocker Building B, 1,2,3,4 2135 Fresno Street Fresno 93721 0 5 2 0 7 N/A Dickey Youth Development Center 1,2 1515 E.Divisadero Fresno 93721 0 0 0 0 0 834 "E"Street Building 1 1209(1219)"E"Street Fresno 93706 0 4 0 1 5 341 Fairgrounds Annex 1 4468 E.Kings Canyon Rd. Fresno 93702 0 0 2 0 2 340 Fairgrounds Building 1 4468 E.Kings Canyon Rd. Fresno 93702 0 0 6 0 6 000- Fresno City College 1,2 1101 E.University Fresno 93704 0 0 0 0 0 151 Firebaugh Justice Court 1 1534 13th Street Firebaugh 93622 0 0 0 0 0 622 Fulton Building 1 1821 Fulton Street Fresno 93721 0 6 0 3 9 1846 Heritage Millbrook-I.T. 1 3115 N.Millbrook Fresno 93703 0 3 3 1 7 848 Heritage Center B, 1,2 3151 N.Millbrook Fresno 93703 0 0 6 4 10 846 Heritage 3109(NOVA) 1 3109 N.Millbrook Fresno 93703 0 4 0 0 4 843 Heritage Radiology 1,2 3676 E.Shields Fresno 93703 0 2 1 0 3 844 Heritage Taft 1 3688 E.Shields Fresno 93703 0 2 1 0 3 318 Huntington Hall 1,2 435 S.Boyd Fresno 93702 0 1 5 3 9 886 Huron Office 1 36678 S.Lassen,Ste#1 Huron 93234 0 2 0 0 2 853 Kerman Center 1 15180 W.Whitesbridge Kerman 93630 0 1 0 0 1 884 "L"Street 1,2 1404"L"Street Fresno 93721 0 3 5 1 4 12 308 Laundry Room/Mimeo/Warehouse 1 445 S.Cedar Fresno 93702 0 3 1 0 4 311 Main Building 1,2,3 4455 E.Kings Canyon Rd. Fresno 93702 0 5 2 0 7 001- Manchester One Stop 1,2 3302 N.Blackstone,Ste#221 Fresno 93726 0 0 0 0 0 326 Modular#326 1 445 S.Cedar(Rear UMC Laundry) Fresno 93702 0 0 0 0 0 343 Modular"D"-ERC 1 4452 E.Kings Canyon Rd. Fresno 93702 0 1 1 0 2 Modular"C" 1 4445 E.Inyo Ave. Fresno 93702 0 0 2 0 2 1816 Mosqueda Center 1 4640 E.Butler Fresno 93702 0 1 1 0 2 002- Proteus/Jobs 2000 1 1815 Van Ness Fresno 93721 0 0 0 0 0 003- Reedley Community College 1 995 N.Reed Ave. Reedley 93654 0 0 0 0 0 840 Reedley Regional Center 1 1680 E.Manning Ave. Reedley 93654 0 4 3 2 9 882 Selma Regional Center 1 3800 N.McCall Ave. Selma 93662 0 0 0 13 13 835 Sequoia Building 1 3821 N.Clark Fresno 93726 3 1 3 0 7 836 Senior Resource Center 1,2,4 2025 E.Dakota Fresno 93726 0 0 1 1 2 655 Sunnyside Building 1 5693 E.Kings Canyon Rd. Fresno 93727 0 0 7 2 9 836 Veteran's Service Office 1 3845 N.Clark,Ste#103 Fresno 93726 0 0 0 0 0 656 MWest Fresno Regional Center 1 1142 E.California Ave. jFresno 93706 3 0 1 0 1 0 3 32 Locations w/floormatsm 8 69 81 38 196 Exhibit B - Cintas Corporation Response Page 1 COUNTY OF FRESNO REQUEST FOR PROPOSAL NUMBER: 954-5299 COUNTYWIDE UNIFORMS & DUST CONTROL SERVICE Issue Date : August 29, 2014 Closing Date : OCTOBER 22 , 2014 Proposal will be considered LATE when the official Purchasing time clock reads 2:00 P.M PST Questions regarding this RFP should be directed to: Louann M. Jones, phone (559) 600-7118, e-mail liones@co.fresno.ca.us. Check County of Fresno Purchasing's Open Solicitations website at https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx for RFP documents and changes. Please submit all Proposals to: County of Fresno - Purchasing 4525 E. Hamilton Avenue, 2"d Floor Fresno, CA 93702-4599 BIDDER TO COMPLETE UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED PROPOSAL SCHEDULE AT THE PRICES AND TERMS STATED. SUBJECT TO THE"COUNTY OF FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR PROPOSALS(RFP'S)`ATTACHED. Cintas Corporation COMPANY 3604 W Gettysburg Ave ADDRESS Fresno CA 93722 CITY STATE 7_IP CODE (559 643-282E ve'rin.anyroFrne. (559 457-0191 doshierd@cintas.com TELEPHO Nf FACSIMILE NUMBER E-MAIL ADDRESS 4G�EB _ --------- — — - — Ben SDrina Senior Sales Executive PRINT NAME TITLE PD-040 1514) Page 2 EXECUTIVE SUMMARY: BACKGROUND & APPROACH Introduction: Cintas designs, manufactures and implements corporate identity programs for approximately 1,000,000 businesses in the United States. Cintas operates more than 400 facilities in the U.S. and Canada, including 11 manufacturing plants and eight distribution centers that employ more than 34,000 people. The Cintas facility in Fresno California that will service all of The County of Fresno is the local Cintas facility to the service station. This includes about 80 uniform processing employees along with about 10 Service Representatives and routes. Local Service Capabilities: The County of Fresno will have the full resources of Cintas Corporation as well as the local Fresno California staff including a dedicated Service Representative that performs on-site weekly pick up, delivery, changes, credits, ordering, and verification that all is running smoothly with the garment services. In addition The County of Fresno has a Service Manager and access to General Manager that can be called on to help with any items beyond the week to week services, including but not limited to, uniforms ordering, changing, and billing credits or clarification. General Manager: Dion Doshier: doshierd@cintas.com: 559.457.0183: 14 years with Cintas: Service Manager: Mike Hammack: : 559.457.0183: 10 years with Cintas Customer Service: Jill Douty—doutyj@cintas.com : 559.457.0183: 18 years with Cintas Weekly Service Representative: Representative will vary depending on location Dan Naranjo: 10 years with Cintas Accounting: Karen Goodrum—goodrumk@cintas.com : 559.457.0183: 17 years with Cintas Cintas Fresno location is at: 3604 W Gettysburg Ave Fresno, CA 93722 Cintas is a publicly Traded Corporation. Proposal No. 954-5299 Page 3 TABLE OF CONTENTS PAGE OVERVIEW.....................................................................................................................3 KEYDATES .................................................................................................................... 3 TRADE SECRET ACKNOWLEDGEMENT ..................................................................... 4 DISCLOSURE - CRIMINAL HISTORY & CIVIL ACTIONS............................................. 6 REFERENCELIST.......................................................................................................... 9 PARTICIPATION................................................................................. ........ 10 .................. GENERAL REQUIREMENTS ....................................................................................... 11 SPECIFIC BIDDING INSTRUCTIONS AND REQUIREMENTS.................................... 18 SCOPEOF WORK........................................................................................................ 21 COSTPROPOSAL........................................................................................................ 30 PROPOSAL CONTENT REQUIREMENTS .................................................................. 31 AWARDCRITERIA ....................................................................................................... 34 CHECKLIST................................................................................................ EXHIBITS ONE AND TWO ........................................................................................... 36 ATTACHMENTSA & B ................................................................................................. 37 G:\Public\RFP\FY 2014-15\954-5299\954-5299 Countywide Uniforms&Dust Control 5ervices.doc CMAS Page 4 CONFLICT OF INTEREST STATEMENT: We do not see any conflicts of interest arising out of our partnership together. If one does arise we will abide by those set forth by The State of California and the County of Fresno and will work through them together. Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 Proposal No. 954-5299 page 5 TRADE SECRET ACKNOWLEDGEMENT I have read and understand the above "Trade Secret Acknowledgement." I understand that the County of Fresno has no responsibility for protecting information submitted as a trade secret if it is not delivered in a separate binder plainly marked "Trade Secret." I also understand that all information my company submits, except for that information submitted in a separate binder plainly marked "Trade Secret," are public records subject to inspection by the public. This is true no matter whether my company identified the information as proprietary, confidential or under any other such terms that might suggest restricted public access. Enter company name on appropriate line: Has submitted information identified as Trade (Company Name) Secrets in a separate marked binder." Cintas Corporation Has not submitted information identified as Trade (Company Name) Secrets. Information submitted as proprietary confidential or under any other such terms that might suggest restricted public access will not be excluded from treatment as public record. ACKNOWLEDGED BY: .r .I -.- - - / 81 414-6035 Signature Telephone Ben Spring- Senior Sales Executive 10-1-14 Print Name and Title Date 3604 W Gettysburg Ave Address Fresno CA 93722_ City State Zip *"Bidders brief statement that clearly sets out the reasons for confidentiality in conforming with the California Government Code definition. GAPublic1,RFP\FY 20 1 4-1 519 54-5 299\954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 6 CERTIFICATION (1) The prospective primary participant certifies to the best of its knowledge and belief, that it, its owners, officers, corporate managers and partners: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property: (c) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 99 Yarfffad by VORMer I U'1. Ili 1 Signature: ------------ Date: 10-1-14 Ben Spring- Senior Sales Executive Cintas Corporation (Printed Name& Title) (Name of Agency or Company) G:%Public\RFPTY 2014-151954-52W954-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 7 VENDOR MUST COMPLETE AND RETURN WI TH REQUEST FOR PROPOSAL Firm: Cintas Corporation REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar services. Be sure to include all requested information. Reference Name: Pacific Southwest Contact: Donna Stone Address: 4530 Leckron Rd _ City: Medesto State: CA Zip: 95357 Phone No.: ( 209 ) 526-0444 Date: 10-1-14 Service Provided: Uniforms and Facility Services Reference Name: R.R. Donelly Contact: Tori Bruce Address: 9801 W Goshen Ave City: Visalia State: CA Zip: 93291 Phone No.: ( ,559 ) 651-2153 Date: 10-1-14 Service Provided: Uniforms and Facilty Services Reference Name: International Paper Contact: Mike Mrrnko Address: 11 11 N Anderson Rd City: Exeter State: CA Zip: 93221 Phone No.: ( 559 ) 594-1003 Date: 10-1-14 Service Provided: Uniforms and Facilit ry Services Reference Name: Toyota of Clovis Contact: ike i b s o n Address: 895 W Shaw Ave City: Clovis State: CA Zip: 93612 Phone No.: ( 559 ) 291-5544 Date: 10-1-14 Service Provided: Uniforms and FacilitkServices Reference Name: Freshko Contact: Tom Moreland Address: 2155 E Muscat City: Fresno State: CA Zip: 93725 Phone No.: ( 559 ) 497-7000 Date: 10-1-14 Service Provided: Uniforms and Facility Services Failure to provide a list of at least five (5) customers may be cause for rejection of this RFP. G`,PubliclRFRFY 2 0 1 4-1 5195 4-5 29919 5 4-5299 Countywide Uniforms&Dust Control Services.doc Proposal No. 954-5299 Page 8 PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. X Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. 1 No, we will not extend contract terms to an a- ----'`--"--- the Count of Fresno. Y — Vaffied by PDFflHer y (Authorized`Signature) Senior Sales Executive Title * Note: This formfinformation is not rated or ranked in evaluating proposal. G:\Public\RFP,FY 2014-151954-52991954-5299 Countywide Uniforms&Dust Control Services.doc CiNTAs Page 9 EXCEPTIONS: Under the insurance section please strike out the Professional Liability section. Cintas does not employ such professional staff (e.g., Ph.D, R.N.). Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 10 EXECUTIVE SUMMARY: BACKGROUND & APPROACH Introduction: Cintas designs, manufactures and implements corporate identity programs for approximately 1,000,000 businesses in the United States. Cintas operates more than 400 facilities in the U.S. and Canada, including 11 manufacturing plants and eight distribution centers that employ more than 34,000 people. The Cintas facility in Fresno California that will service all of The County of Fresno is the local Cintas facility to the service station.This includes about 80 uniform processing employees along with about 10 Service Representatives and routes. Local Service Capabilities: The County of Fresno will have the full resources of Cintas Corporation as well as the local Fresno California staff including a dedicated Service Representative that performs on-site weekly pick up, delivery, changes, credits, ordering, and verification that all is running smoothly with the garment services. In addition The County of Fresno has a Service Manager and access to General Manager that can be called on to help with any items beyond the week to week services, including but not limited to, uniforms ordering, changing, and billing credits or clarification. I Potential Partner: SAFETY ENVIRONMENTAL & CORPORATE CITIZENSHIP Cintas Safety Record vs. Competitors Number of . . .- . inspectionsPercent of OSHA citations inspection with citations 68 13 23 0.34 19% Angelical14 8 15 1.07 57% G&K Services 9 4 13 1.44 44% Aramark 72 38 104 1.44 53% Unifirst 20 12 45 2.25 60% This information is from CLOSED OSHA Inspections conducted from January 1.2009 through December 31, 2012. Safety Crntas'new Wash Alley Cintas'Three Points Safety System is a of Contact initiative state-of-the-art motion- reduces the inadences detection network that of slip trip•fail and sprain minimizes unauthorized injuries.among our SSR entrance and drivers by installing grab automatically shuts off bars on the outside of all hazardous motion in all service vehicles as the area where washers we as handrails on the and dryers operate descending We of the Passenger steps, Inth,nc trmPro"rs used 00 to monitor vehrelet, fuel amid pixiduction poww" Since usage.view GPS-based tnp takenhave •0. ,. . Health . Wety • ,mkwstmtion,s deta<5 and help ensure our • "' drivers' safety Recordable •' r,a in-Gab verbal alerts for 10 « awarded • speM.,tg.sea'.beft use and CJntas SHA VPP-Star status I declined More thanOther aggressive drrorng Ar.-d mom 9 0 behavior. « • • 153 1 •' . 1 12 Environment Cintas received awards from Chesterfield Gntas recycles our c paper that County, In 2072. • v.0 shred for ow customers. • • Worth. ' Texas for aving • water pre-treatment complithe diverted over O ', y" over eight million trees ;,, 15 million • ` � f3ore than 10 million BTUs in plastic water bottles {�� 'yr,•�•�' ' r.c;energy 40 from landfills by 'v'Sr ;r„Y�? .�•. ,,., . pc r using them n our Almost two billion ends of C0= 4[ Regeneration"'i . •.t� E- 7.2 billion gaeons of wasteeater t Collection uniforms, Approx,ma:e:y 626 million pounds of sot:d•.vaste - Cintas and$x o:rer Cmunna;•area ft corpo ntons es!ab5shed the a • • .,,,.,� ' ' t Greater Cincinnati Green Bus,ness • • i Counal to promote suslmnab'ay • t t• «„,:.:. whae increasing the bottom bne. GCGBC Cintas'h11crofiber Cleaning 41 Gariment drying bme has System reduces chemical and �'�,M '• L vra:er usage up to been 95%. 1 50 ' ' methods.t moisture Measurement Cintas'Phoenix Floor Plats are Sigrtiftant amountsfossil Mission • . to manufactured from ground and fuel and eliminatting related improving of our • partners • extruded post-consumer waste. greenhouse gas eMisSioins communitiesby • • environmentally practices, principles and solutions across our business • Cintas ID Tapes every garment for internal tracking at the processing facility. This ensures that the garments are returned to The County of Fresno's sites each week they are turned in to be processed. • Manual Backup: If there is a discrepancy in what was picked up to delivery. Cintas has an "Individual Garment Check sheet" system that is employed by the service representative; whereby they count each garment that is picked up on site. A copy of a tri-copy is given to the locations contact with that weeks pick up count. These are then counted, manually; again at the Cintas facility prior to delivery to ensure what was picked up the week before is also being delivered. • This manual counting is done in addition to the electronic tracking already in place. This helps to still have a human hand in the process for our customers to ensure that the garments are returned in full. Weekly Garment Inspection • Every garment that is washed is inspected for repairs and replacement orders without our clients asking. 97%of our weekly replacements are initiated by Cintas at no cost to our clients. Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 13 • Each shirt is hung on a lighted mannequin for our inspectors to look for missing buttons, and rips and tears needing attention. Pants are inspected for zippers, seam rips, and other holes. • All garments are slated for replacement the week of inspection if they are not up to standards outlined by the ID Tape Date and Contract. Service/Customer Service/Accounting • All Cintas Service Personnel are paid on performance of a CSI (Customer Service Index) This ensures that the weekly check in process and survey is directing the District experience with Cintas. • The County of Fresno have a variety of ways to access Cintas Service: Weekly Service Rep (Onsite changes)(Weekly Satisfaction Checklist) Customer Service (E-mail or Phone)(Backup for weekly requests) - Service Manager (E-mail or Phone)(Service Rep Vacation/Backup/Escalation/Quarterly Survey) General Manager (E-mail or Phone)(Escalation, Annual Survey) Senior Executive (E-mail or Phone)(Ongoing Support for District across Cintas Services) Protective Apparel Director (E-mail or Phone)(Ongoing Support for District across Flame Resistant Products/Services) Methodologies & Workplan: The included Cintas team will work with each one of the site coordinators for the County of Fresno along with Cintas resources to accomplish the following items and any other The County of Fresno and Cintas agree on to ensure a smooth transition and on time delivery to commence services 4 weeks from each fitting event. Cintas will utilize internal Cintas personnel and resources to accomplish these tasks beyond the management team listed but will be directed by the Government Manager to ensure all processes are being implemented. Cintas has internal garment Manufacturing, Distribution, and vertically integrated supply chain management all owned and operated by Cintas.These proprietary systems and resources will be utilized to ensure timely delivery of all products and services outlined in this RFP. Cintas Overview/Product/Systems/Service Summary: INTEGRATED SUPPLY CHAIN EFFICIENCY i; ,00- A& cbra Supply Chain Management "' -- —�_ A*4 giL 091paw is Production Product Movement Logistics Accurate Delivery Cintas will continually refine our services and delivery process with to ensure the most transparent, accurate,and effective program management every week. Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 14 Product choices: Cintas offers most standard products in the rental industry, some made by Cintas at higher quality and comfort than outsourced firms. Every item in this RFP will be offered as outlined with Cotton have a Cintas comparable substitute available to The County of Fresno. Pick-up and delivery tasks:Weekly documentation will provided to The County of Fresno at weekly pick up of Hand counts of all products.A mandated check in contact will always be done at each delivery department to help ensure weekly accuracy. Sizing, ordering,and replacement procedures:The Cintas team will ensure each employee is individually sized for accuracy in the beginning (eliminating upfront errors). Replacements are done weekly at the site of inspection in the Cintas plant. No charge replacements are done automatically; any others will be brought to The County of Fresno department's attention for approval as outlined in the RFP. Quality control (item appearance,cleanliness,delivery quantity accuracy) processes. : All items are washed and hand inspected through industry leading and patented inspection processes.This allows Cintas to provide The County of Fresno a maintenance free service vs. relying on The County of Fresno to always request or tag items for replacement. Tracking and billing processes:All items are tracked. Garments are barcoded and bulk items counted. Billing is set up as flat inventory/delivery quantities to provide The County of Fresno with Even billing without many large charges or small additional charges... This allows for consistent billing weekly invoicing with monthly statements reflecting those invoices for payment. Additional reports are available as needed to help refine/streamline any necessary information to The County of Fresno. We'll develop a close relationship with each departments ensuring all needs are met. Customer service plan: The County of Fresno will have the Cintas team in Fresno as a whole available to them at any time during business hours. The weekly service representative should be able to make changes. However, your Customer Services reps, Service Manager, & General Manager are always available by phone or e-mail to help resolve any item that may come up. When you contact customer service Cintas policy is to respond with an action plan within 24 hours for you at all times. Problem resolution procedures: Step 1. Weekly Service Rep: Order/Change/Billing can be handled through them to ensure quick/accurate follow through within the outlined time frames. Step 2. Customer Service: Call or e-mail them at your local Vista office and your Service Rep or Service Manager has 24 hours to complete a resolution plan and call/e-mail you back to ensure you're satisfied with that (typically it's sooner or end of that day). Step 3. General Manager: Call or e-mail and it will get resolved. Average turnaround times for sizing, ordering, and replacement of items. Specify turnaround time in Calendar days from date of request/order: Cintas Manufacturing and Stockroom abilities allow us to offer a 7- 10 Calendar day turnaround on over 90%of orders up to 3XL and 46 inch waist. All other times would be clearly communicated with The County of Fresno to ensure we promise an accurate target date. Reporting capabilities.: Cintas has a range of reports available to The County of Fresno and can create Queries as needs at a local level if there is specific information needed: Below are a few standard items that are popular, automatic, or upon request. Report 1: Invoices+ Monthly Statements: Audit for active personnel and accurate billing Report 2: Individual Garment Check Sheet: Hand Count Records for all garments picked up and delivered weekly. Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 15 Report 3: Replacement Investment: Cintas can provide a report of total garment investment and replacement's applied to the Cities accounts by department. Access to Information • Cintas has Internal reports to track all usage data and help The County of Fresno Identify any items needing attention immediately ---- Below Is an visual example of the information we track to better service your account (exact reports may vary) • The County of Fresno can simply call or e-mail for any information and a LIVE person will help get any information needed Cintas delivers a consistent program. Ensuring your business maintains an Image of quality to your customers is a high priority.The Cintas Account Management Program will ensure you maintain program quality and consistency across all of your locations. With our new process. you will be assigned a single point of contact,be C� able to compare costs/spend throughout all of your locations.and ensure program consistency. Let Cintas simplify your program. Dedicated Point You will be assigned a single point of contact. of Contact �a • You will be able to compare costs/spend throughout all of your locations_ 16_You will be able to ensure program consistency- [ i I Item Inventory Quantity Date Report Employee Name la""" <'"•"""` Printed — Pick-up Quantity DArI •N�-Customer --_ nM d l Delivered Number D.,.. ., I - _- Quantity fI '� Ernp oyee 1 ,•••..•�. �«•„ D „ �;, a .•.wit..>I v eoO°"i.i °D :: as .na ii i ; IVYrti7b!r n ews e u wn 1-�.a lr r1•-r.1..,/I,a`r MIGwANp in �; O u rL t•aat t• � •N411 cntlH..a lY•nlrltllrf I:.r ° "''"''wr w � o n At otfw :i wnrr Jrcuunl , •.uewa �'r) : a'v, Garment Upgrades r '��"' Zi .r°OOrat'i o i' '� "'"io i i /1 I.�r:aJa raalua�•a.l wrL/aa t w mots D r. oaoiu Individual Garment ID ~• •": •. / r.minty Urparu»cnl --� —•-•w.ru.m.n,n.rrona-.--... t.o.r....w.. ww.,,o +... a u a.. ,•..•. Ar>rpn •. Garment M��'� '; d;;•,,,,,;w.-."" — Repair Type Type ... r.�,._.r .. Garment ' NwutY. "°""a aroma .." w>�m• o^r-^..'a. Courtesy Repair Color M wti. �,e.'.'.i �•..�r",v..n.,v r Ix rrnrnual ulxrn rcyur.l M a ua.mtrr r.r a puJ,ajiullq c..nu•H Ik pin nlrnl Garment Size ' Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone: 559.408.5055 Fax:559.457.0191 16 Invoice Sample The County of Fresno will have access to all invoices online as well 51wk ; ROW TO: CINTAS CORPORATION 1r055 460 W. CALIFORNIA AVE SHTPTO: PECHANGA CASINO VISTA, CA 52083 45000 PECHANGA PKWY TEMECVLA, CA 92592-S810 760-941-8422 orvacE NO. G E2144 05534442- CONTRACT 140 ACCOUNT NO STOP SEO DeLNtRYCOM SOIL T%T CNT INVOKE DATE 4347 C4347 3 X_.+DC.O 7/13/11 Mu.TO: PECHANGA CASINO P.O. SOX 9041 LOC ROUTE DAY COST NO. DEPARTMENT CUSTOMER P.O.NO. TERMS ATTN: KEL_.Y DJF.BIN 055 78 4 03347 CENTR:,FL`;r DL'E 8/10/11 TEMECt7LA, CA 92589-904 EVEN BILLING CONTACT: KELLY DURBIN TAA CODE ?51-303-2543 Si+; Ei:ct+.?T PAGE 3 Il1E SOI;,I MIN C rTeM DESCRiTION OR EMP_ ITEM WUTTnY ouArmiY MnoKE T tq CUT c- O CW+LOY[E NAME NO. No. W'TwoRY NNOICED ORICE AMOUNT x M0 'r: SH PIO°.TE WHT PKT S OF 211 69148 7SA .406 2.80 '.1 9ADGE15099 J,LEJ 15099-VALE 211 SVSTCTAL 13.03 6. COYTO:T WORK -SZ PREM OF 293 330 4SH ; .598 2.39 N 62 VF 293 N BADGE14900 63 PERMA LINED -SZ PRE—M UP 293 177 2Tr: .740 1.48 11 BADGE14900 64 K S14 PIQU& '-SZ ?REM Vs 293 69 48 75H; .507 3.97 N BADGE14900 STEPHZi 14900-C 293 SUBTOTAL 12.33 SERVICE C" GE F 18 X 15 1 5.01� 1 Easy to read Invoices General Item Item Number Quantity Unit Pricing+ Accurate description for Pricing or Inventory being FB ot al Verification Detailed Any Larger Si zing Re-order Used/Billed sed0nInventory Totaled by Department Or Account Number Basedon PR&C'spreference REVIEWED BY SIGNATURE FINAL INVOICE_ g 055344427 TOTAL Customer:04347-PECHANGA CASINO Invoice #: 344427 For$181.78 AIR Date: 07-14-2011 Time; 15:27 Signer Name: 602A PRODILIGAD E-Signature Verification CINTAS Corp-The Service Professionals Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 17 Cintas Staff: The County of Fresno: QUALIFICATIONS/EXPERIENCE/ PROJECT APPLICABILITY/CONTACT INFORMATION— General Manager: Dion Doshier: doshierd@cintas.com:559.457.0183: 14 years with Cintas: - Executive overseeing East Valley areas of Operation - He is personally available to you if needed and would be listed as the ultimate single point of contact for any service items that come up. Market Sales Manager: Scott Yingling: Yinglings@cintas.com : 951.233.3171: 3 Y2 years with Cintas: - Project Manager during transition to facilitate sizing and logistics for a smooth transition to Cintas and first delivery. - Including gathering all transition logistics and scheduling and coordinating Cintas resources with The County of Fresno's staff for transition plan. Service Manager: Mike Hammack: : 559.457.0183: 10 years with Cintas - Oversees weekly Service Reps to ensure a week to week smooth program. - He can reached directly by e-mail or phone and can supplement the weekly service for any follow up items including Reporting, Finance, Product support follow up. Weekly Service Representative: Representative will vary depending on location Dan Naranjo: 10 years with Cintas - Weekly service representative. - Responsible and empowered to manage all weekly deliveries to The County of Fresno - Will be knowledgeable about all County of Fresno service requirements and needs in the departments. Customer Service: Jill Douty—;ioutyi@cintas.com : 559.457.0183: 18 years with Cintas - Customer service assigned to The County of Fresno. She can be called or e-mailed beyond the weekly delivery to initiate Ordering, Billing, or Reporting questions will : 1. Immediate account look up and resolution to your concern. 2. Initiate the 24 hour contact for a resolution plan by your service rep and service manager. Accounting: Karen Goodrum—goodrumk@cintas.com : 559.457.0183: 17 years with Cintas - Accounting Manager can provide a range of reporting and billing analysis for The County of Fresno. Access to all accounting data for invoice reprinting, electronic invoice e-mails and any accounting changed corrections or adjustments necessary. Uniforms Sales Representative: Andrew Garud: garuda@cintas.com 559.304.6108 2 Years with Cintas - Assists in coordinating the sizing of all employees. Senior Sales Executive: Benjamin Spring: springb@cintas.com 818.414.6035 Mobile: 10 years with Cintas - Prepared BID response with the help of all follow up team members. - Will help to ensure a smooth transition to Cintas Services along with contract compliance if awarded. Cintas Corporation, 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 13 Visual Workplan/Transition Overview - Below is a visual transition overview and weekly service steps for The County of Fresno -This supports the text detail of the weekly delivery logistics in the prior sections UNIFORM TRANSITION TIMELINE VISUAL EXAMPLE Project Planning Fitting& Validation Garment Production Confirmation •Cintas project team will •Cintas team will finish any •Cintasgarment • Initial delivery ofGarments meet with each your sizings or returning/1-0A manufacturing and to your locations. department to establish Employees secondary supplier orders styles&service *Communication and prep Y Communicate specific will be in production for deliveryschedule&Dr requirements verifications to each Sizing and delivery promise Y g rY p Run of delivery • Fitting Schedule'sSet department forreview dateswill be lined up. dw Employee Fitting 131. Order's Placed 2nd. Orders Trackin st / g 1 Delivery •Cintas project team •Cintas will enter all verified •Cintas will enter all verified members will come on site department orders for department orders for All garmplanents and othg ander r product and personally measure all staged production. garments and other product staged production. lines will be handled by yourteam members in • Communicate specific •Communicate specific their individual uniform tenured Service Team for verifications to each verifications to each increased accuracyand style and size for intitia I department for review order. department for review efficiency every week. Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 19 QUALIFICATIONS FOR SERVICED Cintas is very familiar with this type of service. We actually service Fresno Unified School District, Visalia Unified School District, as well as Woodlake Unified School District. We have extremely qualified Service Sales Representatives that will service your account. We have 18 routes/drivers at our Fresno facility as well as 2 service managers to help you out as well. It's actually against Cintas policy because we are a publicly traded company to give out names of companies that have left Cintas in the last five years as well as any current or resolved lawsuits that Cintas may have ongoing. Cintas Fresno has had no payment problems with the County in the past 3 years. Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 -)p SCOPE OF WORK: Cintas Fresno understands the scope of this project. The County of Fresno has over 100 locations where 425 employees need to be fitted in a timely manner. We will handle the laundering, repair, replacement of uniforms for The County of Fresno. We will also handle the laundering of floor mats and other fs products as well. On award of the bid Cintas will contact each of the 100 locations to arrange the fitting of the employees as well as pick out the (e.g. garment types, quantities, sizes, pickup/delivery locations, contact info, etc). Prior to the commencement of service we will provide the following: 1. Employee name 2. Type, color and item number of garments issued 3. Quantity of garments issued 4. Initial replacement cost 5. Quantity of garments scheduled for weekly pickup 6. Cost of weekly service for each garment. STARTUP: Cintas will provide brand new garments for each employee. 11 shirts and 11 pants will be issued to each employee. We will have experienced fitters there to get the job done right the first time. We will also do not charge for size changes so you don't need to worry about that. Depending on the size change required we can make most size changes available in 1-2 weeks. If there is an employee 3XL and over a 48 inch waist those can take up to 6 weeks to fulfill. UNIFORM EMBLEMS: CINTAS will provide all company and name emblems at no charge to the county of fresno in the appropriate size. They will be located on all shirts and coveralls. QUANTITIES: The County can increase the quantities up or down at its own discretion. Cintas realizes that the inventories are approximate.The County may also cancel any employee at any time and that weekly cost will be taken off the invoice as long as all 11 shirts and 11 pants and any coveralls are turned in in good and useable condition. Cintas billing is based off of a 52 weeks calendar. All pricing reflects that. Cintas will pick up all inventories of garments within 10 days of employee termination. SUMMARY OF SERVICE REPORT: Cintas will track all activity with the uniforms and submit via email to the county department coordinator and the purchasing buyer on a bi-annual basis. The usage reporting/tracking system will provide the following information: items a-i. CONDITION ISSUES: Garments will always be in good and usable condition. Garments that are not will be up graded to good and usable garments at no additional cost. Garments will be repaired and returned within 7 days of submission to Cintas. Garments will be cleaned and steam tunneled and be in good repair with no holes or rips or tears. Cintas will replace all garments that normal wear in tear at no cost to the county. CONTRACT REPRESENTATIVE; Cintas will provide the county with the name, email address and contact number of the service sales representative. DELIVERY& PICKUP SERVICE: The county employees will get back the same number of garments that they turned in. Delivery and pick up will be done on a weekly basis for sites that have employees. Sites that just have floor mats and fs items may be serviced on a monthly basis. Garments will be labeled properly with employees name and barcoded for tracking purposes. Cintas will provide the detailed tracking report for each delivery. We will also provide a weekly individual garment check sheet so that the manager knows how many shirts and pants or coveralls were turned in. REPLACEMENT COSTS: Replacement costs are extremely hard to figure out. Since Cintas is currently in fluxing like new garments we do not have a prorated amount to offer. SPECIAL CHARGES: There will be no additional assessments, up charges, single item charge, surcharge, re-stocking fee, minimum order charge. INVOICES: Cintas understands this section. UNIFORM RENTAL SERVICE: If awarded the contract we will immediately reach out with the 100 locations and arrange a fitting event timeline with each location. We have a large sales team and sales manager that will be involved with the fitting event to get them completed quickly. We will be fitting each employee with the garments you choose for them. Each employees waist, inseam and sleeve length will be measured with a measuring tape but the actual pants, shirts and coveralls will be tried on by each employee. We will have that particular account fitted and will have lockers sent to each location 1 week before we install that account. We will be in communication with each department head of the timeline for delivery. The week of delivery we will have Ameripride pick up their garments after we have already installed the account. Cintas garments will be delivered back to the county of fresno professionally cleaned on hangers. Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457,0191 1)') Repairs will be done proactively by Cintas but we also have repair tags as well. Every shirt, pant, and coverall is physically inspected by a Cintas employee at our washing facility. It is there they will make the needed repairs. SUMMARY OF SERVICE REPORT: Information is on page 15 of this proposal. PROCESSES: Information is on page 14 of this proposal. INVOICES: Invoice sample is on page 16 of this proposal. PRICING: The pricing is attached and complies to the counties standards. Cintas Corporation 3604 W Gettysburg Ave. Fresno,CA 93722 Phone:559.408.5055 Fax:559.457.0191 23) BIDDER TO SUBMIT; Cintas submitted: 1. Invoice on page 16 of the proposal 2. 1 navy pant 1 year old 3. 1 executive shirt 1 year old 4. 1 work shirt 1 year old 5. 1 mens polo shirt brand new 6. 1 womens polo shirt brand new 7. 1 cargo pant brand new 8. 1 work shirt brand new 9. 1 shop towel 10. 136 inch dust mop 11. 5 copies of the proposal on CD 12. Company emblem 13. Name emblem 14. Fire resistant Arc flash and high visibility garment catalog 15. Pricing RFP 954-5299 _ Attachment A-Cost Proposal �— - Page 24 of 6 �eprec�ated Colors Sizes QtY NSW Used metal RerrtaI — Lease Garment, Garment Brand& Normal Wear$ Item per I Caet Cost — Employee Proposed Product Tear Schedule Oiisrad Available Extended Extended Launders Replacement Code (specifiy your week (each) (each) Price Per Week Price Annual Weekly Cost Cost 3 (specify W&T periods in Schedule below) months) New Used New Used Work Shirt-short sleeve-blend fabric- durable press-2 button pockets- lined collar w/stays- 1 !pencil stall Various ISmall-6XL I 165 $ 0.18 1 I depends but 24 N/A 29.70N/A 1,458.60,N/A 0.17 15.28 9351months Work Shirt-short sleeve-100% cotton fabric-wrinkle resist-2 button pockets- collar stays- 2 pencil stall- I Various ISma"XL 100 ( 0.245I N/A 24.50 N/A 1,274.00 N/A depends but 24 0 245 $ 17.32 330.months Work Shirt-long sleeve-blend fabric-durable press-2 pockets w/button-lined collar w/stays- I IJ 3 pencil stall i Various lSmag6XL 145 0,1831ry/q 26 q depends but 24 W 1,37982 N/A 0.183 $ 15.28 9351months Work Shirt-tong sleeve-100 Yo cotton fabric-wrinkle resist-2 I I I ! button pockets- collar stays- I 4 pencil stall Various Small-6XL 40 0.245 N/A depends but 24 I 9.80 N/A 509.60 N/A 0.245 $ 17.32 330 months I � i I ; � i - Work Shirt-short sleeve-blend 5 fabric-postman style Vanous Sma116)tl 315 0.183 N A I depends but 24 - / 21.04;WA 1 1,094.34 N/A 0.183 $ 15.28 935 months I I I I i Executive Shirt-long sleeve- Light blue, I blend fabric-no iron-pen pocket-Royal blue,; I 6 collar stays-adj cuffs white 15ma"XL 60 � depends but 24 $ 0.26 N/A 15.30 N/A 795.60•N/A I 0.255 21.39 374 months Executive Shirt-short sleeve- Light blue, I blend fabric-no iron-pen pocket-Royal blue, I 7 collar stays white Small-6XL I 80 depends but 24 _ $ 0.26 N/A 20.40 N/A 1,060.80.N/A 0.255 �27.323 _ 374 months Dress Shirt-long sleeve-oxford blend fabric-no iron-box pleat Light blue,I l I I I back-pen pocket-button down- Royal blue,' 8 1 collar staysadjust puffs I depends but 24 - 1 white lSmaU6XL 30 $ 0.26 N/A 7.80 N/A 405.60 N/A 0.255: 21.391 374 months C:\Users\cll00215\Documents\FY15\Fresno\County of Fresno\954-5299 Attachment A- Cost Proposal final RFP 954-5299 _ Attachment A-Cost Proposal Page 25 of 6 '—Deprecta�ed Colors Sizes I Qty New Used Rental PArAid - Lease Garment, Garment Brand& Normal Wear& Item I per Cost Cost — Product Tear Schedule Employee Proposed Offered Available Extended Extended Launders Replacement Code (specifiy your week (each) (each) Price Per Week Price Annual Cost& (Specify W&T periods in Weekly Cost ( p fY Schedule below) months) New Used New Used Dress Shirt-short sleeve-oxford J blend fabric-no iron-box pleat Light blue, f back-pen pocket-button down- Royal blue, i 9 collar stays white Small-6XL 46 IN/A depends but 24 S 0.25 I N/A 1L50 N/A 598.00 0.25 17.323 374 months Polo Shirt-short sleeve-blend or depends 10 poly knit fabric-single pocket I Various Small-UL 250 $ 0 27 N/A 67S but 24 OiN/A I 3,510.00 N/A 0.27 20.125,259/262 months Work Shirts-long sleeve-100% I I I I cotton-2 front pockets-pencil 11 :stall-Orange Orange 1Small-6XL 60 0.183 N/A 10.98 N/A I 570.96IN A depends but 24 —- - - / Q183 $ 1732 ? months Work Shirts-short sleeve-100% + cotton-2 front pockets-pencil 12 stall-oran a de ends but 24 g - Orange iSmaiWXL 35 S 0.25 N/A &57 N/A 445.90-N/A 0.25 '? p 1732 . months j I i i I I I Jeans Cut Pants-denim fabric- Denim I 13 cotton or blend-relaxed fit Jean color°28-58 10 depends but 24 $ 0.30 N/A 3.00 N/A IS6.00 N/A 03 $ 19.87 394 months � I I Jeans Cut Pants-denim fabric- Denim � 1 14 cotton or blend-regular fit Jean color 28-58 l depends but 24 -t__ g0 $ 030 N/A 27.00 N/A 1,404.00 N/A 0.3 $ 19.87 394 months Pants-100%Cotton Twill-heavy i fabric-flat front-deep front I If i pockets-preshrunk-lined dress I I 15 ,waistband-belt loops Various 28-58 40 I I depends but 24 0.34 N/A 13.60!N/A I 707.20 N/A 0.34;$ 24.20 340 months Pants-Blend Twill-heavy fabric- double pleat front-slash front pockets-perma press-lined dress i 16 waistband I depends but 24 0.284 Various 28 58 75 0.284 N/A I 2L30 N/A 1,107.60 N/A $ 26.99 865 months C:\Users\cll00215\Documents\FYIS\Fresno\County of Fresno\954-5299 Attachment A-Cost Proposal final RFP 954-5299 Attachment A-Cost Proposal �- I --._ _ Page 26 of 6 DepreciaTea Rental Cors Sizes I � New Used Rent l -•� Lease Garment, Garment Brand& Normal Wear& Colors — Employee Proposed Product Tear Schedule Offered i Available P� Cost Cost Extended Code week each Extended Launders Replacement (specifiy your (each) (each) Price Per Week Price Annual Cost 8 Weekly Cost (specify W&T periods in Schedule below) months) New Used New Used Cargo Work Pant-blend fabric- flex waist- pockets -dura press- 17 reinforced pockets option Various 28-58 150 depends but 24 0.326 N/A 48.90 N/A 2,542.80 N/A 0.326 $ 2700 270 months (Work Pants-blend fabric-flat front-side elastic waist inserts- I 18 comfort fit Various 28-58 300 ' depends but 24 0.209 N/A 62.701N/A 3,260.40 N/A 0.209 $ 18.09 945 months Western(Jean)Style Pant-heavy blend fabric-dura press- Denim 19 reinforced stress points I Jean color'28-58 55 l ( I 1 I depends but 24 0.31 N/A 16.50:N/A 858.00 N/A 0.3 $ 19.87 394 months Coveralls-cotton-long sleeve- i button front-include HV option i 20 oost Various 136-56 25 I 0.612 N A I depends but 24 r — / 15.3 N/A 795.601N/A 0.612' 60.122 912'months � I ! Coveralls-cotton-long sleeve- 21 snap front Various 136-56 30 I - 0.418 N/A 12.54 j N/A 652 08 N/A depends but 24 0.418 $ 4L27 ' 910 months Coveralls-blend fabric-long sleeve-zip front-medium weight wrinkle resist-double needle I. 22 (contraction-multi pockets Various 1 I36-56 150 0.306 N/A 15.30 N/A I depends but 24 - - 795.60�WA L51$ 30.06 912 months — Shorts-blend fabric-cargo I 1 23 pockets depends but 24 Various 28 58 22 0.326 N/A 7.17 N/A 372.94 N/A 0326�$ 27.00 270 months - - i 70 Lab Coat-Blend fabric-long 24 :sleeve-3 pockets-slits white 38-50 dependsbut24 140 0.24 N/A 33.60 N/A 1,747.20,N/A 0.24 $ 3006 925 months C:\Users\c1100215\Documents\FY15\Fresno\County of Fresno\954-5299 Attachment A - Cost Proposal final RFP 954-5299 Attachment A-Cost Proposal Page_27 of 6 depreciated Brand& Normal Wear& Qty New Used Rental Rerrtel —1 Lease Garment. Garment Item Colors Sizes — Employee Proposed Product Tear Schedule Offered Available Per Cost Cost Extended Extended Launders Replacement Code (specifiy your week (each) (each) Price Per Week Price Annual Weekly Cost Cost& (specify W&T periods in Schedule below) months) - - J I New Used New Used Shop Coat-Blend fabric-long j i I 1 25 sleeve-pockets-button up blue S-3XL I depends but 24 - 5 0.29 N/A 1.45.N/A 75.40 N/A 0-29 5 25.99 824971mordhs dark color� Scrub Top-short sleeve-blend blue or 26 fabric-pockets Edepends but 24 8feen 35 $ 0.18 N/A 6.40 N/A 333.06 N/A 0.18 15.285I months i I - (- dark color- i Scrub Bottom-blend fabric- blue or 27 pockets I green 25 $ 0.21 N/A 5.25'N/A 273.00 N/A 0.21I ig.W7• months but 24 t �months I I 28 Mat 2x3 Various 10 2.041 N/A 20.40 N/A 1,060.80:N/A $ 45.86 I I I I I 29 Mat-3x4 Various 85 2.04 N/A 173.40'N/A 9,016 80j N/A $ 45 86 I 30 I Mat-4xb Various I 95 2.517_N/A 239.12 N/A 12,433.98:10A I$ 7133 31 I Mat-US Various 20 2.041 NIA 40.80.N/A 2,121.60 N/A $ 45.86 I I I I I I I 32 �Fdat-&20 I Various ; S0 $ 3.00 N/A 150.00 N/A 7,800.00 N/A 91.71I i I I j I I Mat-3x4 I I 33 Safety message Various 10 $ N/3.71 N A 37.10 N/A 1,929.20IN/A 66_24 84302, 1 C:\Users\c1100215\Documents\FY15\Fresno\County of Fresno\954-5299 Attachment A-Cost Proposal final RFP 954-5299 Attachment A-Cost Proposal Page 28 of 6 —�ep►eciatea-- Rental -Rental Brand& Nonmal Wear&, Colors Sizes Qty New Used i Lease Garment, Garment product Tear Schedule l HAM per cost COest — I Employee Proposed Offered Available Extended Extended Launders Replacement Code (specifiy your week (each) (each) Price Per Week Price Annual Cost&Weekly Cost (specify W&T periods in Schedule below) months) New Used New Used I Mat-3x5 34 antimicrobial _Black 10 $ 2.18 N/A 2180`N/A 1,133.60 N/A 66.24 2477 IWet mop handle-wood- I 35 rwetip handle 11/8"x 60" 30 $ N/A 0.00 N/A 0.00 N/A op-antimicrobial looped- I l 'poly headband-double tailband I I 36 jlarge 9" 125 $ L41 N/A 7,OqI j I IN/A 9,265.00 N/A - Dry mop handle-wood-quick 37 change 1"x60" - — - — — 40 $ - NIA 0.00 N/A O.00rN/A 1 � I Dry mop- 12°Infinity twist 38 synthetic blend 60 $ 0.28 1 N/A 16,g0IN/q 873.60,WA 12.228, 6998, I � Dry mop-Infinity twist synthetic 39 blend -5x24 35 $ 0.28 N/A 9.80 N/A 509.60 N/A 12.228 6998I — if Dry mop-Infinity twist synthetic 40 blend-5x36" _ 15 I$ 0.46 'N/A 6.90I N/A 358.80 N/A 7.23311 7000 Dry mop-Infinity twist synthetic I 41 ;blend-SX42" 1 10 $ 0.46 N/A 4.60 N/A 239.20 N/A 7.133 7p00 C:\Users\cll00215\Documents\FY15\Fresno\County of Fresno\954-5299 Attachment A-Cost Proposal final RFP 954-5299 Attachment A-Cost Proposal Page 29 of 6 - � Brand& Normal Wear& Qty New Used Rental RerMal Lease Garment, Garment Iber11 Colors Sizes — Product Tear Schedule Employee Proposed Olisned Available Per Cost Cost week (each) (each) Code� Extended Extended Launders Replacement (specifiy your Price Per Week Price Annual Weekly Cost Cost& (specify W&T periods in New Used New Used Schedule below) months) _ II — II 42 Dust Mops 45 5 0.82 N/A 36.90 N/A_ 11918.80 N/A 8.152 1946 � treated dust mop 24" 10 5 0.82 N/A 820�N/A 426.40. N/A 8.152 1%6� I I 1 treated dust mop 36' ' 10 I$ 0.97 N/A 9.70 N/A 504.40 N/A 10.19 2590 Treated dust mop 43 60" 10 each size $ 1.50 N/A i5A0 N/A 780,00 N/A 10,19 2610 44 Shop towel best price I 700 $ o.11 N/A 77.0p N/A 4,004.00 N/A 0.46 2169 45 Bath towel-cotton#2 white 1000 $ 0.90 1 N/A 900.00 N/A 46,800.00 N/A �blue/ ran I 46 Bar towel-microfiber ge 1 100 $ 0.17 N/A 17.WIN/A j 884.00 N/A 1325 74321 I I 47 Detail towel yellow 100 $ 0.17 1 N/A 17.W,N/A 884.p0 N/A I " i I 1325 I I 48 Glass towel 16 x28' red 100 $ 0.17 N/A 17.00 N/A 884.00 N/A L325 2921 I 49 Turkish towel white 150 $ 0.13 ,N/A I 19.20 N/A 998.401N/A totals $ 33.55 $ C:\Users\c1100215\Documents\FY15\Fresno\County of Fresno\954-5299 Attachment A- Cost Proposal final Proposal No. 954-5299 Page 30 CHECK LIST This Checklist is provided to assist vendors in the preparation of their RFP response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the RFP package in order to make the RFP compliant. Because this checklist is just a guideline, the bidder must read and comply with the RFP in its entirety. Check off each of the following: 1. The Request for Proposal (RFP) first page has been completed and signed. 2. Addenda first page, if any, have been completed, signed and included in the bid package. 3. One (1) original plus five (5) copies including digital copies of the RFP have been provided. 4. The completed Trade Secret Form as provided with this RFP (Confidential/Trade Secret Information, if provided must be in a separate binder). 5. The completed Criminal History Disclosure Form as provided with this RFP. 6. The completed Participation Form as provided with this RFP. 7. The completed Reference List as provided with this RFP. 8. The completed Cost Proposal and Bidder to Submit response. 9. Indicate all bidder EXCEPTIONS to the County's requirements, conditions and specifications as stated within this RFP. 10. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your bid include the following information: FCountyresno RFP No. 954-5299 e: October 22, 2014 e: 2:00 P.M. or Service: Countywide Uniforms & Dust Control Service Return Checklist with your RFP response. G ,Public\RFPTY 2 0 1 4-1 519 5 4-52991954-5299 Countywide Uniforms&Dust Control Services.doc