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