HomeMy WebLinkAbout15311 -
AGT.# 06- 007
1 AGREEMENT
2 THIS AGREEMENT, hereinafter referred to as "AGREEMENT", is made and entered
3 into this 24th day of January, 2006, by and between the COUNTY OF FRESNO, a Political
4 Subdivision of the State of California, hereinafter referred to as"COUNTY", and ABM Janitorial
5 Service, whose local address is: 4747 N. Bendel#104, Fresno, Ca. 93722,telephone#(559)
6 276-9096, hereinafter referred to as "CONTRACTOR".
7 WHEREAS, the County has a need for janitorial services for the County Plaza
8 Building Complex; and,
9 WHEREAS, the CONTRACTOR is qualified and willing to perform said services
10 NOW, THEREFORE, it is agreed by both parties as follows:
11 WITNESSETH:
12 1. OBLIGATIONS OF THE CONTRACTOR
13 A. CONTRACTOR shall provide all labor, material and equipment to perform the
14 janitorial services at the Fresno County Plaza Building, hereinafter referred to as "Plaza
15 Complex", as specified by County under Request for Quotation No. 910-4169, attached hereto
16 and incorporated herein by reference as Exhibit A, and CONTRACTOR's response thereto,
17 attached hereto and incorporated herein by reference as Exhibit B.
18 B. CONTRACTOR shall provide and designate an English-speaking Supervisor to act
19 as communicator and coordinator between the COUNTY and CONTRACTOR's staff. The
20 Supervisor is to be on the premises of Plaza Complex at all times the janitorial staff is present.
21 C. CONTRACTOR shall comply with Federal, State, County and City regulations
22 regarding wages, hours and working conditions.
23 D. CONTRACTOR shall provide and maintain for the term of this AGREEMENT an
24 employee fidelity bond in the amount of Twenty-Five Thousand Dollars ($25,000)covering all
25 actions of CONTRACTOR's employees. The Bond shall name County as a co-obligatee.
26
27 1
�R
rP
I Evidence of the fidelity bond shall be provided to the COUNTY prior to the effective date of this
2 AGREEMENT.
3 E. CONTRACTOR shall establish with COUNTY approval a "JANITORIAL COMPLAINT
4 LOG BOOK". The Log Book is to be in a mutually agreed upon location and shall be reviewed
5 each shift and corrected actions noted for each complaint logged.
6 F. CONTRACTOR shall provide Janitorial Training and Safety Classes to its employees
7 and provide written documentation within (48)forty-eight hours of such training to COUNTY.
8 COUNTY representatives will be allowed to attend Training Classes.
9 G. CONTRACTOR shall provide uniforms to each of the CONTRACTOR's employees.
10 H. CONTRACTOR is required to have all employees pass a criminal history background
11 check at no cost to the COUNTY. ALL CONTRACTOR employees shall be fingerprinted via
12 the Livescan system. The COUNTY shall provide the CONTRACTOR with the "Request for
13 Livescan Service"forms. The CONTRACTOR shall complete the forms with each employee's
14 personal information, and then direct the employees to the Sheriff's Identification Bureau for
15 fingerprinting. CONTRACTOR shall pay all costs associated with fingerprinting employees.
16 The Fresno County Chief of Security will review all results and approve or deny any
17 CONTRACTORS employees access to work at the Plaza complex. CONTRACTOR shall not
18 assign any employee to any COUNTY Facility until approval has been obtained from the Chief
19 of Security.
20 I. All CONTRACTOR'S employees shall sign in with COUNTY Security when reporting
21 for work at the Plaza Complex and shall sign out with COUNTY Security upon leaving the
22 COUNTY Plaza. COUNTY will provide a Log Book for this purpose.
23 J. All damage to COUNTY property caused by CONTRACTOR or CONTRACTOR'S
24 employees shall be reported to the COUNTY Facility Services and Purchasing Manager in
25 writing within twenty-four (24) hours of occurrence of such damage. CONTRACTOR shall
26
27 2
�R
I repair all damage within five (5)working days from the date the damage report is delivered to
2 COUNTY.
3 2. OBLIGATIONS OF THE COUNTY
4 A. COUNTY shall provide:
5 1. Replacement paper supplies to be used for refilling dispensers. Such supplies
6 shall not be used by CONTRACTOR in performance of janitorial cleaning but are only to be
7 used for refilling dispensers;
8 2. Handsoap to be used for refilling dispensers only;
9 3. Trash can liners for lining disposal cans; and
10 4. Replacement light bulbs and fluorescent tubes.
11 B. COUNTY shall designate a coordinator to be a liaison with CONTRACTOR's
12 coordinator.
13 3. TERM
14 This AGREEMENT shall become effective on February 10, 2006 and shall remain in
15 effect for a period of three (3) years.
16 4. RENEWAL
17 This AGREEMENT shall be automatically renewed for two (2)consecutive one(1)year
18 terms upon the same terms and conditions hereof, unless either party provides ninety (90)
19 days written notice to the other of an intention not.to renew this AGREEMENT prior to the
20 commencement of the next-succeeding term.
21 5. TERMINATION
22 A. Non-Allocation of Funds - The terms of this AGREEMENT, and the services to be
23 provided thereunder, are contingent on the approval of funds by the appropriating government
24 agency. Should sufficient funds not be allocated, the services provided may be modified, or
25 this AGREEMENT terminated at any time by giving the CONTRACTOR thirty (30) days
26
27 3
�Q
l
I advance written notice.
2 B. Breach of Contract - The COUNTY may immediately suspend or terminate this
3 AGREEMENT in whole or in part, where in the determination of the COUNTY there is:
4 1. An illegal or improper use of funds;
5 2. A failure to comply with any term of this AGREEMENT;
6 3. A substantially incorrect.or incomplete report submitted to the COUNTY; or
7 4. Improperly performed services.
8 In no event shall any payment by the COUNTY constitute a waiver by the
9 COUNTY of any breach of this AGREEMENT or any default which may then exist on the part
10 of the CONTRACTOR. Neither shall such payment impair or prejudice any remedy available
11 to the-COUNTY with respect to the breach or default.-The COUNTY shall have the right to
12 demand of the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the
13 CONTRACTOR under this AGREEMENT, which in the judgment of the COUNTY were not
14 expended in accordance with the terms of this AGREEMENT. The CONTRACTOR shall
15 promptly refund any such funds upon demand.
16 C. Without Cause - Under circumstances other than those set forth above, this
17 AGREEMENT may be terminated by either party upon the giving of sixty (60) days advance
18 written notice of an intention to terminate.
19 6. COMPENSATION
20 The COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to receive
21 compensation at the rate of Sixteen Thousand Four Hundred Twenty Five Dollars and Ninety
22 Three Cents ($16,425.93) per month or a proration thereof. CONTRACTOR shall submit
23 monthly invoices in triplicate to the Fresno County Department of General Services, Facility
24 Services, 4590 E. Kings Canyon, Fresno, CA 93702. In no event shall services performed
.25 underthis AGREEMENT be in excess of One Hundred Ninety Seven Thousand One Hundred
26
27 4
�Q
I Eleven Dollars and Twenty Cents ($197,111.20) for each one year period of this
2 AGREEMENT. In the event that the minimum wage is increased,the maximum amount of this
3 AGREEMENT will increase Four Thousand Six Hundred Sixty Eight Dollars ($4,668.00) for
4 each Twenty Five Cent ($.25) increase. It is understood that all expenses incidental to
5 CONTRACTOR's performance of services under this AGREEMENT shall be borne by
6 CONTRACTOR.
7 7. INVOICING
8 The CONTRACTOR shall submit monthly invoices in triplicate to the Fresno County
9 General
10 Services Division, Facility Services, 4590 E. Kings Canyon Rd., Fresno, CA 93702.
11 8. INDEPENDENT CONTRACTOR
12 In performance of the work, duties, and obligations assumed by CONTRACTOR under
13 this AGREEMENT, it is mutually understood and agreed that CONTRACTOR, including any
14 and all of CONTRACTOR's officers, agents, and employees will at all times be acting and
15 performing as an independent CONTRACTOR, and shall act in an independent capacity and
16 not as an officer, agent, servant, employee, joint venturer, partner, or associate of the
17 COUNTY. Furthermore, COUNTY shall have no right to control, supervise, or direct the
18 manner or method by which CONTRACTOR shall perform its work and function. However,
19 COUNTY shall retain the right to administer this AGREEMENT so as to verify that
20 CONTRACTOR is performing its obligations in accordance with the terms and conditions
21 thereof. CONTRACTOR and COUNTY shall comply with all applicable provisions of law and
22 rules and regulations, if any of governmental authorities having jurisdiction over the subject
23 matter of this AGREEMENT.
24 Because of its status as an independent CONTRACTOR, CONTRACTOR shall have
25 absolutely no right to employment rights and benefits available to COUNTY employees.
26
27 5
�Q
I CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its
2 employees all legally-required employee benefits. In addition, CONTRACTOR shall be solely
3 responsible and hold COUNTY harmless from all matters relating to payment of
4 CONTRACTOR's employees, including compliance with Social Security, withholding, and all
5 other regulation governing such matters. It is acknowledge that during the term of this
6 AGREEMENT, CONTRACTOR-may be providing services to others unrelated to the COUNTY
7 or to this AGREEMENT.
8 9. MODIFICATION
9 Any matters of this AGREEMENT maybe modified in writing from time to time with the
10 written consent of all parties without, in any way, affecting the remainder.
11 10. NON-ASSIGNMENT
12 Neither party shall assign,transfer or sub-contract this AGREEMENT, northeir rights or
13 duties under this AGREEMENT without the prior written consent of the other party.
14 11. HOLD-HARMLESS
15 CONTRACTOR agrees to indemnify, hold harmless,and at COUNTY'S request,defend
16 the COUNTY, its officers, agents, and employees from any and all costs and expenses,
17 damages, liabilities, claims, and losses occurring or resulting to COUNTY in connection with
18 the performance, or failure to perform, by CONTRACTOR, its officers, agent. or employees
19 under this AGREEMENT, and
20 from any and all costs and expenses, damages, liabilities, claims, and losses occurring or
21 resulting to any person, firm,- or corporation who may be injured or damaged by the
22 performance or failure to perform, of CONTRACTOR, its officers,agents.or employees, under
23 this AGREEMENT.
24 12. INSURANCE
25 Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or
26
27 6
�Q
I any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect the
2 following insurance policies throughout the term of the AGREEMENT:
3 A. Comprehensive automobile and general liability insurance including property damage
4 in the amount of not less than One Million Dollars ($1 ,000,000.00) per occurrence_ This policy
5 shall be issued on a per occurrence basis;
6 B. Fidelity Bond as stated under the OBLIGATIONS OF THE CONTRACTOR section of
7 this AGREEMENT; and
8 C. Workers Compensation insurance in accordance with California Labor Code. Such
9 insurance policies shall name the COUNTY, its officers, agents, and employees, individually
10 and collectively, as additional insured (except workers Compensation Insurance), but only
11 insofar as the operations under this contract are concerned. Such coverage for additional
12 insured shall apply as primary insurance and any other insurance, or self-insurance,
13 maintained by the COUNTY, its officers, agents, and employees, shall be excess only and not
14 contributing with insurance provide under the CONTRACTOR's policies herein.This insurance
15 shall not be canceled or change without a minimum of thirty(30)days advance, written notice
16 given to COUNTY.
17 Prior to the commencement of performing its obligations under this AGREEMENT,
18 CONTRACTOR shall provide certification of insurance on the forgoing policies as required
19 herein, to the COUNTY stating that such insurance coverage have been obtained and are in
20 full force; that the COUNTY, its officers, agents, and employees will not be responsible for any
21 premiums on the policies; that such insurance names the COUNTY, its officers, agents, and
22 employees, individually and collectively, as additional insured (except Workers Compensation
23 Insurance), but only insofar as the operations under this contract are concerned; that such
24 coverage for additional insured shall apply as primary insurance and any other insurance, or
25 self-insurance, maintained by the COUNTY, its officers, agents, and employees, shall be
26
27 7
�Q
I excess only and not contributing with insurance provided under the
2 CONTRACTOR's policies herein;,and that this insurance shall not be canceled or changed
3 without a minimum of thirty (30) days advance, written notice given to COUNTY.
4 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as
5 herein provided, the COUNTY may, in addition to other remedies it may have, suspend or
6 terminate this AGREEMENT upon the occurrence of such event.
7 13. AUDITS AND INSPECTIONS
8 The CONTRACTOR shall at any time during business hours, and as often as the
9 COUNTY may deem necessary, make available to the COUNTY for examination all of its
10 records and data with respect to the matters covered by this AGREEMENT. The
11 CONTRACTOR shall, upon request by the COUNTY, permit the COUNTY to audit and inspect
12 all of such records and data necessary to ensure CONTRACTOR'S compliance with terms of
13 this AGREEMENT.
14 If this AGREEMENT exceeds Ten Thousand Dollars ($10,000), CONTRACTOR shall
15 be subject to the examination and audit of the Auditor General for a period of three (3) years
16 after final payment under contract (Government Code Section 8546.7).
17 14. NOTICES
18 The persons and their address having authority to give and receive notice under the
19 AGREEMENT include the following:
20 COUNTY CONTRACTOR
21 John Navarrette Joe Rothermel
Director of General Services District Sales Manager
22 County of Fresno ABM Janitorial Services.
2220 Tulare, Suite 1600 4747 N. Bendel #104
23 Fresno, Ca. 93721 Fresno, Ca. 93722
24 (559) 488-1721 (559) 276-9096
25 Any and all notices between the COUNTY and the CONTRACTOR provided for or
26 permitted under this AGREEMENT or by law shall be in writing and shall be deemed duly
27 8
�Q
I served when personally delivered to one of the parties, or in lieu of such personal services,
2 when deposited in the United States Mail, postage prepaid, addressed to such party.
3 15. GOVERNING LAW
4 The rights and obligations of the parties and all interpretation and performance of this
5 AGREEMENT shall be governed in all respects by the law of the State of California.
6 Venue for any action arising out of or relating to this AGREEMENT shall only be in
7 Fresno County California.
8 16. ENTIRE AGREEMENT
9 This AGREEMENT constitutes the entire AGREEMENT between the
10 CONTRACTOR and the COUNTY with,respect to the subject matter hereof and
11 supersedes all pervious negotiations, proposals, commitments, writings, advertisements,
12 publications, and understandings of any nature whatsoever unless expressly included in
13 this AGREEMENT. In the event of any inconsistency among this AGREEMENT, RFQ No.
14 910-4169, and the CONTRACTOR's response to said RFQ, the inconsistency shall be
15 resolved by giving precedence in the following order of priority: (1) the text of this
16 AGREEMENT, excluding Exhibits A and B; (2) Exhibit A the REQUEST FOR QUOTATION
17 NUMBER 910-4169; (3) Exhibit B the CONTRACTOR's response to REQUEST FOR
18 QUOTATION NUMBER 910-4169.
19 IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT as of
20 the day and year first hereinabove written.
21 lllll
22
23 Ill
24
25 /
26
9
27
�Q
1 CONTRACTOR UNTY of FRE O
2 '
3 uthorized Signature) Chair, Board of Supervisors
4 77Lm �� c . -�,� • DATE: JAN 2 4 2006
5 Print Name &Title
6 WM ' �Cpw/ REVIEW RECOMMENDED FOR APPROVAL
7 _(O�fw , !7i�
8 Mailing Address n Nav ette, Director of General Services
9 DATE: (' Zj' bs
APPROVED AS TO LEGAL FORM
10 'Ar
Authorized Signa re) By:
i 1 For , Dennis A. Marshall, County Counsel
12
13 print Name &Title APPROVED AS TO ACC NTING FORM
14 By:
15 �A Vicki , Auditor- C troller/
I� (/ Treasurer- Tax Colledt6r
16 Mailing Address ATTEST:
17 DATE: I - Z r1 ' 05 BERNICE E. SEIDEL, Clerk
18 Tax I.D. # 94-1 1 1 2425 Board of Supervisors
f
19 BY
Deputy
20
21 FOR ACCOUNTING USE ONLY:
Budget Unit No: 0135
22 ACCOUNT NO: 7295
23 REQUISITION NO: 1326006106
24
25
26
27 10
� oQ
Exhibit A
COUNTY OF FRESNO
REQUEST FOR QUOTATION
NUMBER: 910-41 f 9
JANITORIAL SERVICES-FRESNO COUNTY PLAZA
October 4, 2005
PURCHASING USE G:1RFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY
ORG/REQUISITION:0135/1326006106
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, Purchasing
4525 EAST HAMILTON AVENUE
FRESNO, CA 93702-4599
CLOSING DATE OF BID WILL BE AT 2:00 P.M., ON NOVEMBER 8, 2005.
QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotes will be opened and publicly read at that time. All quotation information will be available for review after contract award.
Clarification of specifications are to be directed to: Cathi J. Peters, phone (559) 456-7110, FAX (559) 456-7831.
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)wTACHED.
Except as noted on individual items,the following will apply to all items in the Quotation Schedule.
1. Complete delivery will be made within calendar days after receipt of Order.
2. A cash discount of % days will apply.
COMPANY
ADDRESS
CITY STATE ZIP CODE
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
TAXPAYER FEDERAL I.D.NO.:
SIGNED BY
PRINT NAME TITLE
G:1RFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC RFQ(3105)
Quotation No. 910-4169
COUNTY OF 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. BID PREPARATION: RFQ is identified on the cover page,along with his or her telephone number,
and he or she should be the primary point of contact for discussions or
A) All prices and notations must be typed or written in ink. No erasures information pertaining to the RFQ. Contact with any other County
permitted. Errors may be crossed out,initialed and corrections printed in representative,including elected officials,for the purpose of discussing this
ink by person signing bid. RFQ, its content, or any other issue concerning it, is prohibited unless
authorized by Purchasing. Violation of this clause, by the vendor having
B) Brand Names:Brand names and numbers when given are for reference, unauthorized contact (verbally or in writing) with such other County
Equal items will be considered,provided the offer clearly describes the representatives,may constitute grounds for rejection by Purchasing of the
article and how it differs from that specified. In the absence of such vendor's quotation.
information it shall be understood the offering is exactly as specified,
The above stated restriction on vendor contact with County representatives
C) State brand or make of each item. If bidding on other than specified, shall apply until the County has awarded a purchase order or contract to a
state make, model and brand being bid and attach supporting vendor or vendors,except as follows.First,in the event that a vendor initiates
literaturelspecifications to the bid. a formal protest against the RFQ,such vendor may contact the appropriate
D) Bid on each item separately. Prices should be stated in units specified individual,or individuals who are managing that protest as outlined in the
herein. All applicable charges must be quoted;charges on invoice not County's established protest procedures. All such contact must be in
quoted herein will be disallowed. accordance with the sequence set forth under the protest procedures.
Second, in the event a public hearing is scheduled before the Board of
E) Time of delivery is a part of the consideration and must be stated in Supervisors to hear testimony prior to its approval of a purchase order or
definite terms and must be adhered to. F,O,B.Point shall be destination contract,any vendor may address the Board.
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 firm's name and by an E) Bidders are to bid what is specified or requested first.If unable to or willing to,
authorized officer or employee. bidder may bid alternative or option,indicating all advantages,disadvantages
G) Unless otherwise noted,prices shall be firm for 120 days after closing and their associated cost.
date of bid. 3. FAILURE TO BID:
2, SUBMITTING BIDS: A) If not bidding,return bid sheet and state reason for no bid or your name may
A) Each bid must be submitted on forms provided in a sealed envelope with be removed from mailing list.
bid number and closing date and time on the outside of the 4. TAXES,CHARGES AND EXTRAS:
envelopelpackage.
B) Interpretation:Should any discrepancies or omissions be found in the bid A) County of Fresno is subject to California sales and/or use tax (7.975%).
specifications or doubt as to their meaning,the bidder shall notify the Please indicate as a separate line item if applicable.
Buyer in writing at once. The County shall not be held responsible for B) DO NOT include Federal Excise Tax. County is exempt under Registration
verbal interpretations. Questions regarding the bid must be received by No.94-73-03401-K.
Purchasing at least 5 working days before bid opening. All addenda
issued shall be in writing,duly issued by Purchasing and incorporated C) County is exempt from Federal Transportation Tax. Exemption certificate is
into the contract. not required where shipping papers show consignee as County of Fresno.
C) ISSUING AGENT/AUTHORIZED CONTACT:This RFQ has been issued D) Charges for transportation,containers,packing,etc.will not be paid unless
by County of Fresno Purchasing.Purchasing shall be the vendor's sole specified in bid.
point of contact with regard to the RFQ, its content, and all issues
concerning it.
All communication regarding this RFQ shall be directed to an authorized
representative of County Purchasing.The specific buyer managing this
r,%RFr)141n.A1AQ.IANITr)R1A1 AFRV1r.F9-FRFSNr)r.niINTY PI VA nor. 1A RFr)1.14A)S)
Quotation No. 910-4169
5. W-9 — REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND 2. Holds any required business license by a jurisdiction located in Fresno
CERTIFICATION: County;and
Upon award of bid,the vendor shall submit to County Purchasing,a completed 3. Employs at least one(1)full-time or two(2)part-time employees whose
W-9 - Request for Taxpayer Identification Number and Certification if not primary residence is located within Fresno County,or if the business
already a current vendor with The County of Fresno.This form is available from has no employees,shall be at least fifty percent(50%)owned by one or
the IRS to complete on line at http:ltwww.irs.govlpubfirs-pdfliw9.pdf, more persons whose primary residence(s) is located within Fresno
County.
6, AWARDS:
8. TIE BIDS:
A) Subject to the local preference provisions referenced in Paragraph 6
below and more thoroughly set forth in the General Requirements section All other factors being equal,the contract shall be awarded to the Fresno County
of this RFQ,award(s)will be made to the most responsive responsible vendor or,if neither or both are Fresno County vendors,it may be awarded by the
bidder, The evaluation will include such things as life-cycle cost, flip of a coin in the presence of witnesses or the entire bid may be rejected and re-
availability,delivery costs and whose product and/or service is deemed bid.If the General Requirements of this RFQ state that they are applicable,the
to be in the best interest of the County. The County shall be the sole provisions of the Fresno County Local Vendor Preference shall take priority over
judge in making such determination. this paragraph,
B) Unless bidder gives notice of all-or-none award in bid, County may 9. PATENT INDEMNITY:
accept any item,group of items or on the basis of total bid.
The vendor shall hold the County,its officers,agents and employees,harmless
C) The County reserves the right to reject any and all bids and to waive from liability of any nature or kind,including costs and expenses,for infringement or
informalities or irregularities in bids. use of any copyrighted or uncopyrighted composition,secret process,patented or
unpatented invention,article or appliance furnished or used in connection with this
D) After award, all bids shall be open to public inspection. The County bid.
assumes no responsibility for the confidentafity of information offered in a
bid, 10. SAMPLES:
7, LOCAL VENDORS Samples,when required,must be furnished and delivered free and,if not destroyed
by tests,will upon written request(within 30 days of bid closing date)be returned at
A) Local Vendor Preference(applicable to RFQ Process only) the bidder's expense. In the absence of such notification,County shall have the
right to dispose of the samples in whatever manner it deems appropriate.
The following provisions are applicable only to the County's acquisition of
materials, equipment or supplies through the RFQ process when the 11. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:
funding source does not require an exemption to the Local Vendor
Preference. A) In case of default by vendor,the County may procure the articles or service
from another source and may recover the cost difference and related
THE PROVISIONS OF THIS PARAGRAPH ARE APPLICABLE, expenses occasioned thereby from any unpaid balance due the vendor or by
NOTWITHSTANDING ANY OTHER PROVISIONS OF THIS RFQ TO proceeding against performance bond of the vendor,if any,or by suit against
THE CONTRARY . the vendor.The prices paid by the County shall be considered the prevailing
market price at the time such purchase is made.
If the apparent low bidder is not a local vendor, any local vendor who
submitted a bid which was within five percent (5%) of the lowest B) Articles or services, which upon delivery inspection do not meet
responsive bid as determined by the purchasing agent shall have the specifications,will be rejected and the vendor will be considered in default.
option of submitting a new bid within forty-eight hours(not including Vendor shall reimburse County for expenses related to delivery of non-
weekends and holidays)of County's delivery of notification.Such new specified goods or services.
bids must be in an amount less than or equal to the lowest responsive bid
as determined by the purchasing agent. If the purchasing agent receives C) Regardless of F.O.B.point,vendor agrees to bear all risks of loss,injury or
any new bids from local vendors who have the option of submitting new destruction to goods and materials ordered herein which occur prior to
bids within said forty-eight hour period,it shall award the contract to the delivery and such loss,injury or destruction shall not release vendor from any
local vendor submitting the lowest responsible bid. If no new bids are obligation hereunder.
received, the contract shall be awarded to the original low bidder as
announced by the purchasing agent. 12, DISCOUNTS:
B) Local Vendor Defined Terms of less than 15 days for cash payment will be considered as net in
evaluating this bid,A discount for payment within fifteen(15)days or more will be
'Local Vendor"shall mean any business which: considered in determining the award of bid.Discount period will commence either
the later of delivery or receipt of invoice by the County,Standard terms are Net
1. Has its headquarters,distribution point or locally-owned franchise Forty-five(45)days.
located in or having a street address within the County for at least
six(6)months immediately prior to the issuance of the request for
competitive bids by the purchasing agent;and
G:1RF01910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA,DOCG:4RF0910A169 JANITORIAL 18 RFQ(3105)
SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169
13. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL Act of 1996(HIPAA).Asa HIPAA Business Associate,vendor may use or disclose
CONDITIONS. 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
The"General Conditions"provisions of this RFP/RFQ shall be superseded if in disclosure shall not violate HIPAA and its implementing regulations.The uses and
conflict with any other section of this bid,to the extent of any such conflict. disclosures if PHI may not be more expansive than those applicable to County,as
14. SPECIAL REQUIREMENT: the 'Covered Entity' under HIPAA'S Privacy Rule, except as authorized for
management,administrative or legal responsibilities of the Business Associate,
With the invoice or within twenty-five(25) days of delivery, the seller must Vendor shall not use or further disclose PHI other than as permitted or required by
provide to the County a Material Safety Data Sheet for each product,which the County,or as required by law without written notice to the County.
contains any substance on"The List of 800 Hazardous Substances",published
by the State Director of Industrial Relations. (See Hazardous Substances Vendor shall ensure that any agent,including any subcontractor,to which vendor
Information and Training Act. California State Labor Code Sections 6360 provides PHI received from, or created or received by the vendor on behalf of
through 6399.7.) County,shall comply with the same restrictions and conditions with respect to such
15. RECYCLED PRODUCTSIMATERIALS: information.
19. APPEALS
Vendors are encouraged to provide and quote(with documentation)recycled or
recyclable products/materiais which meet stated specifications. Appeals must be submitted in writing within five(5)working days after the review
16. YEAR COMPLIANCE WARRANTY . committee notification of proposed recommendations.Appeals should be submitted
to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California
Vendor warrants that any product furnished pursuant to this Agreement/order 937024599.Appeals should address only areas regarding RFP contradictions,
shall support a four-digit year format and be able to accurately process date Procurement errors,quotation rating discrepancies,legality of procurement context,
and time data from,into and between the twentieth and twenty-first centuries, conflict of interest in rating process, and inappropriate or unfair competitive
as well as leap year calculations.'Product'shall include,without limitation,any procurement grievance regarding the RFP process.
piece or component of equipment,hardware,firmware,middleware,custom or The Purchasing Manager will provide a written response to the complaint within five
commercial software, or internal components or subroutines therein. This (5)working days unless the complainant is notified more time is required.
warranty shall survive termination or expiration of this Agreement.
If the protesting bidder is not satisfied with the decision of the Purchasing Manager,
In the event of any decrease in product functionality or accuracy related to time he/she shall have the right to appeal to the Purchasing Agent within five (5)
and/or date data related codes and/or internal subroutines that impede the business days after notification of the Purchasing Manager's decision.
product from operating correctly using dates beyond December 31, 1999,
vendor shall restore or repair the product to the same level of functionality as If the protesting bidder is not satisfied with Purchasing Agent decision,the final
warranted herein,so as to minimize interruption to County's ongoing business appeal is with the Board of Supervisors.
process,time being of the essence.In the event that such warranty compliance
requires the acquisition of additional programs, the expense for any such
associated or additional acquisitions,which may be required,including,without
limitation,data conversion tools,shall be bome exclusively by vendor.Nothing
in this warranty shall be construed to limit any rights or remedies the County
may otherwise have under this Agreement with respect to defects other than
year performance.
17. PARTICIPATION:
Bidder may agree to extend the terms of the resuiGng contract to other political
subdivision,municipalities and tax-supported agencies.
Such participating Governmental bodies shall make purchases in their own
name, make payment directly to bidder,and be liable directly to the bidder,
holding the County of Fresno harmless.
18. 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
G:1RFQ19104169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA,0OCG:WQ19104169 JANITORIAL 1 C RFQ(3105)
SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 2
TABLE OF CONTENTS
PAGE
KEYDATES.....................................................................................................................3
BIDDINGINSTRUCTIONS..............................................................................................4
SPECIFICATIONS/SCOPE OF WORK.........................................................................13
LABORCODE 1061 ...................:.....................................................................:............19
SCOPE OF WORK PLAZA COMPLEX SERVICE AREAS ...........................................21
ATTACHMENT A SCHEDULE OF SERVICES .............................................................23
QUOTATION SCHEDULE INTRODUCTION ................................................................31
QUOTATION SCHEDULE ROUTINE SERVICES.........................................................32
EXHIBITA CHEMICAL LIST .........................................................................................37
EXHIBITB EQUIPMENT LIST ......................................................................................38
EXHIBIT C EMPLOYEE WEEKLY WORK SCHEDULE................................................39
EXHIBITD PLAZA STAFFING ......................................................................................40
EXHIBIT E FLOOR CARE SCHEDULE........................................................................41
EXHIBIT F SAMPLE CHECKLIST ...............................................................................44
i
REFERENCE LIST — CURRENT CUSTOMERS...........................................................46
REFERENCE LIST — DISCONTINUED CUSTOMERS.................................................47
SAMPLEAGREEMENT ................................................................................................48
CHECKLIST...................................................................................................................57
G:IRF01910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 3
KEY DATES
*Vendor Conference: Wednesday October 19, 2005 at 10:00 a.m.
County of Fresno Plaza (meet in Lobby by Security
Desk) '
2220 Tulare Street
Fresno, CA 93702
Deadline for Written or Fax Requests October 24, 2005 at 8:00 a.m.
for Interpretations or Corrections of County of Fresno Purchasing
RFQ: 4525 E. Hamilton Avenue
Fresno, ca 93702
Fax No. (559) 456-7831
Quotation Closing Date: NOVEMBER 8, 2005 at 2:00 P.M.
County of Fresno Purchasing
4525 E. Hamilton Avenue
Fresno, CA 93702
*Vendor s are requested to contact Cathi J. Peters at (559) 456-7110 if they plan on attending
the Vendor conference.
Submit one (1) original and two (2) copies of your quotation no later than the quotation
closing date and time as stated above and on the front of this document to the County of
Fresno Purchasing Division. Each copy to be identical to the original, including all supporting
documentation (i.e. literature, brochures, reports, schedules etc.). The cover page of each
quotation is to be appropriately mark "Original" or "Copy'
GARM910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 4
BIDDING INSTRUCTIONS
JANITORIAL SERVICES
FRESNO COUNTY PLAZA BUILDING
The County of Fresno Purchasing on behalf of Facility Services is soliciting bids to provide all
labor, material, equipment, insurance etc; as necessary to perform Janitorial Services at the
Fresno County Plaza Building, 2220 Tulare Street, Fresno, California, as specified within the
Request For Quotation.
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this
Request for Quotation.
DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used
interchangeably and refer to that person, partnership, corporation, organization, agency, etc.
which is offering the quotation and is identified on page one of this Request For Quotation
(RFQ).
BIDDERS CONFERENCE: A bidders conference and site inspection has been scheduled to
allow the bidders an opportunity to tour the facility and formally present their questions and
concerns regarding this project. An addendum to the RFQ will be prepared and distributed if
necessary to clarify, change, add or delete substantive items raised during the conference.
DATE: Wednesday, October 19, 2005
TIME: 10:00 A.M.
LOCATION: Fresno County Plaza (Meet in Lobby by Security Desk)
2220 Tulare Street
Fresno, CA
*Vendors are requested to contact Cathi J. Peters at (559) 456-7110 if they plan on
attending the bidders conference.
INTERPRETATION OF RFQ: Failure to provide all the required information may be considered
as cause to reiect bid. Vendors must make careful examination of the requirements,
specifications and conditions expressed in the RFQ and fully inform themselves as to the quality
and character of services required. if any person planning to submit a quotation finds
discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or
interpretation, correction thereof may be requested in writing or by fax from Purchasing. The
deadline for submitting Requests for Clarification is October 24, 2005, 8:00 A.M.
Questions shall be delivered the County of Fresno Purchasing, 4525 E. Hamilton Avenue,
Fresno, CA 93702 or faxed to (559) 456-7831. If faxing the bidder must confirm receipt by phone
within one-half(112) hour of transmission.
NOTE: Time constraints will prevent County from responding to questions submitted
after the cutoff date.
Any change in the Request for Quotation will be made by written addendum issued by the
County The County will not be responsible for any other explanations or interpretations.
G:\RFQ\910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 5
AWARD: Award will be made to the vendor(s)whose products, services, pricing, references
and staffing is most advantageous to the County. References shall include facilities of the same
size or larger that the facilities represented in this RFQ. The County shall be the sole judge in
making such determination.
RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
ISSUING AGENT: This RFQ has been issued by the County of Fresno's Purchasing.
Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and
all issues concerning it.
AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an
authorized representative of County Purchasing. The specific buyer managing this RFQ is
identified on the cover page, along with his or her telephone number, and he or she should be
the primary point of contact for discussions or information pertaining to the RFQ. Contact with
any other County representative, including elected officials, for the purpose of discussing this
RFQ, it content, or any other issue concerning it, is prohibited unless authorized by
Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in
writing) with such other County representatives, may constitute grounds for rejection by
Purchasing of the vendor's quotation.
The above stated restriction on vendor contact with County representatives shall apply until
the County has awarded a purchase order or contract to a vendor or vendors, except as
follows. First, in the event that a vendor initiates a formal protest against the RFQ, such
vendor may contact the appropriate individual, or individuals who are managing that protest as
outlined in the County's established protest procedures. All such contact must be in
accordance with the sequence set forth under the protest procedures. Second, in the event a
public hearing is scheduled before the Board of Supervisors to hear testimony prior to its
approval of a purchase order or contract, any vendor may address the Board.
NUMBER OF COPIES: Submit one (1) original and two (2) copies of your quotation no later
than the quotation closing date and time as stated on the front of this document to the County of
Fresno Purchasing Division. Each copy to be identical to the original, including all supporting
documentation (i.e. literature, brochures, reports, schedules etc.). The cover page of each
quotation is to be appropriately marked "Original" or"Copy'.
FIRM QUOTATION: For purpose of award, all quotations shall remain firm for at least one
hundred twenty (120)days. The anticipated date of the new Agreement is February 10, 2006.
TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically
identified in the quotation it will be assumed that they are included in the total quoted.
SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975%
regardless of vendor's place of doing business.
i
MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the
prescribed terms, conditions and requirements with the selected vendor.
QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested
information could result in rejection of your quotation.
BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by
vendors in responding to the RFQ.
G:1RFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 6
PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for
all services and activities offered in the quotation, whether or not they are provided directly.
Further, the County of Fresno will consider the selected vendor to be the sole point of contact
with regard to contractual matters, including payment of any and all charges resulting from the
contract. The contractor may not subcontract or transfer the contract, or any right or obligation
arising out of the contract, without first having obtained the express written consent of the
County.
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 service implementation.
NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information
to any third party about this RFQ or the vendor's quotation without prior written approval from the
County of Fresno.
BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each
proposer/bidder which may include collection of appropriate criminal history information,
contractual and business associations and practices, employment histories and reputation in the
business community. By submitting a quotation/bid to the County, the vendor consents to such an
inquiry and agrees to make available to the County such books and records the County deems
necessary to conduct the inquiry.
EXCEPTIONS: Identify with explanation, any terms, conditions, specifications or stipulations of
the RFQ with which you CAN NOT or WILL NOT comply.
SPECIFICATIONS: No exceptions to or deviations from the specifications will be considered
unless each exception or deviation is specifically stated by the bidder in the designated places.
If no exceptions or deviations are shown the bidder will be required to furnish services exactly as
specified herein. The burden of proof of compliance with this specification is the responsibility of
the bidder.
ADDENDUM: In the event that it becomes necessary to revise any part of this RFQ an
addendum will be provided to all agencies and organizations that receive the basic RFQ.
SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the
subcontractor and his tasks shall be provided. The primary contractor is not relieved of any
responsibility by virtue of using a subcontractor.
CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or
quotation submitted by the persons or entities specified below, unless the Board of Supervisors
finds that special circumstances exist which justify the approval of such contract:
1 . Employees of the County or public agencies for which the Board of Supervisors is the
governing body.
2. Profit-making firms or businesses in which employees described in Subsection (1) serve as
officers, principals, partners or major shareholders.
3. Persons who, within the immediately preceding twelve (12) months, came within the
provisions of Subsection (1), and who were employees in positions of substantial
responsibility in the area of service to be performed by the contract, or participated in any
way in developing the contract or its service specifications.
G:\RFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
i
i
i
e 7
QUOTATION NO. 910-4169 Page
4. Profit-making firms or businesses in which the former employees described in Subsection
(3) serve as officers, principals, partners or major shareholders.
5. No County employee whose position in the County enables him to influence the selection of
a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of
such employee, shall be employees in any capacity by a bidder, or have any other direct or
indirect financial interest in the selection of a contractor.
INVOICING: All invoices_ are to be delivered in duplicate to the County of Fresno, Facility
-Services, 4590 E. Kings Canyon, Fresno, CA 93702 in accordance with invoicing instructions.
Reference shall be made to the contract number on the invoice.
I
PAYMENT: Payment will be made to Contractor for Routine Services after approval of each
monthly invoice, based upon satisfactory completion of each week's services and verification of
actual hours worked for each employee from their time cards. Contractor will be paid only for the
actual hours worked for each employee providing routine janitorial services.
CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of one
(1) year with the option to renew for two (2) additional one (1)year periods.
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a
representative to assist County departments in determining their product requirements.
tj PRICES: Bidder agrees that prices quoted are maximum for the contract period, and in the
event of a price decline such lower prices shall be extended to the County of Fresno.
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed
by Contractor under any ensuing Agreement, it is mutually understood and agreed that
CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at
all times be acting and performing as an independent contractor, and shall act in an
independent capacity and not as an officer, agent, servant, employee,joint venturer, partner,
or associate of the COUNTY. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function.
However, County shall retain the right to administer this Agreement so as to verify that
Contractor is performing its obligations in accordance with the terms and conditions thereof_
Contractor and County shall comply with all applicable provisions of law and the rules and
regulations, if any, of governmental authorities having jurisdiction over matters the subject
thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right
to,employment rights and benefits available to County employees. Contractor shall be solely
liable and responsible for providing to, or on behalf of, its employees 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
GARFQ\910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 8
be injured or damaged by the performance, or failure to perform, of Contractor, its officers,
agents or employees under this Agreement.
INSURANCE:
Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect the
following insurance policies throughout the term of 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.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the California Labor
Code.
CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance
naming the County of Fresno, its officers, agents, and employees, individually and collectively,
as additional insured, but only insofar as the operations under this Agreement are concerned.
Such coverage for additional insured shall apply as primary insurance and any other
insurance, or self-insurance, maintained by COUNTY, its officers, agents and employees shall
be excess only and not contributing with insurance provided under CONTRACTOR's policies
herein. This insurance shall not be cancelled or changed without a minimum of thirty (30)
days advance written notice given to COUNTY.
Within Thirty (30) days from the date CONTRACTOR executes this Agreement,
CONTRACTOR shall provide certificates of insurance and endorsement as stated above for
all of the foregoing policies, as required herein, to the County of Fresno, stating that such
insurance coverage have been obtained and are in full force; that the County of Fresno, its
officers, agents and employees will not be responsible for any premiums on the policies; that
such Commercial General Liability insurance names the County of Fresno, its officers, agents
G:1RFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 9
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.
BONDS:
Successful Bidder shall be legally liable-to the County for losses due to theft wrongful abstraction,
burglary, etc., committed by employees of the bidder. Successful Bidder shall provide and
maintain an employee fidelity bond in the amount of twenty-five thousand dollars ($25,000.00)
covering all action of bidders employees. County shall be named as obligee on the fidelity bond.
Bonding Company Requirements: Each bond specified in this RFQ (bid bond, faithful
performance bond and payment bond) shall meet the requirements of all applicable statutes,
including but not limited to those specified in Public Contract Code section 20129 and Civil
Code section 3248. Each bond specified in this RFQ shall be issued by a surety company
designated as an admitted surety insurer in good standing with and authorized to transact
business in this state by the California Department of Insurance, and acceptable to the County
of Tresno. Bidders are cautioned that representations made by surety companies will be
verified with the California Department of Insurance. Additionally, the County of Fresno, in its
discretion, when determining the sufficiency of a proposed surety company, may require the
surety company to provide additional information supported by documentation. The County
generally requires such information and documentation whenever the proposed surety
company has either a Best's Key Rating Guide of less than B+ or a financial size designation
of less than VII1. Provided, however, that the County expressly reserves its right to require all
information and documentation to which the County is legally entitled from any proposed
surety company.
DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of
California.
Any claim which cannot be amicably settled without court action will be litigated in the U. S.
District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno
County.
TERMINATION: The County reserves the right to terminate any resulting contract upon thirty
days (30) written notice to the contractor.
DEFAULT: In case of default by the selected bidder, the County may procure the services from
another source and may recover the loss occasioned thereby from any unpaid balance due the
selected bidder, or by any other legal means available to the County.
G:\RFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-41 fig Page 10
ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign
any payment or portions of payments without prior written consent of the County of Fresno.
ASSURANCES: Any contract awarded under this RFQ 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 RFQ. 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 RFQ. 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.
AUDITS AND INSPECTIONS: The Contractor shall at any time during business hours, and as
often as the County may deem necessary, make available to the County for examination all of
its records and data and respect to the matters covered by this Agreement. The Contractor
shall, upon request by the County, permit the County to audit and inspect all of such records
and data necessary to ensure Contractor's compliance with the terms of this Agreement.
If this Agreement exceeds Ten Thousand and No/100 dollars ($10,000.00), Contractor shall
be subject to the examination and audit of the Auditor General for a period of three (3) years
after final payment under contract (Government Code Section 10532).
SUPERVISION: The Contractor shall give efficient supervision to the work; using therein the
skill and diligence for which he is remunerated in the contract price. He shall carefully study all
specifications and other instructions, as ignorance of any phase of any of the features or
conditions affecting the contract will not excuse him from carrying out its provisions to its full
intent.
STANDARD OF PERFORMANCE: All services shall be performed in a good and workman like
manner.
SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and
ordinances as may be required.
CODES AND REGULATIONS: All work and material to conform to all applicable state and local
building and other codes and regulations.
DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by
the successful bidder in the performance of his work shall be replaced or repaired and restored
to original condition by the successful bidder.
CLEAN-UP: The successful bidder shall at all times keep the premises clean from accumulation
of waste materials or rubbish caused by his employees, or work and shall remove all resulting
work debris from the job site.
WATER, POWER & TOILET FACILITIES: Successful bidder may use County owned water,
power and toilet facilities at job site (when existing)at no expense to the successful bidder.
Successful bidder will be required, however, to provide piping, fittings and other items as
necessary to bring water and power from existing service to job site.
COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the worts
with the County so that any interruption to the normal business operations be kept to a minimum.
GARFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 11
TAXES. PERMITS & FEES: The successful bidder shall pay for and include all federal, state,
and local taxes direct or indirect upon all materials; pay ail fees for, and obtain all necessary
permits and licenses, unless otherwise specified herein.
LAWS AND REGULATIONS: The successful bidder shall comply with all laws, rules and
regulations whether they be Federal, State or municipal, which may be applicable to Contractor's
business, equipment and personnel engaged in service covered by any Agreement resulting
from this Request for Quotation.
Note: The provisions of the Displaced Janitor Opportunity Act (Labor Code Section 1060
et seq.), effective January 1, 2002, including specifically Labor Code Section 1061 (b) (1),
must be complied with by successful bidder during the term of any agreement resulting
from this Request for Quotation.
INSPECTION: All services shall be subject to inspection, examination and test by the County at
any and all times.
G\RFQ\910-4159 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 12
BIDDER TO COMPLETE:
PRICES: Bidder to indicate below if firm pricing can be guaranteed for longer than one (1)
year, and if so, how long.
Name of Insurance Carrier:
Public Liability: Expires:
Workman's Compensation: Expires:
Proof of maintenance of adequate insurance will be required before award is made to vendor.
GUARANTEE: The bidder shall state his written guarantee here:
By:
(Authorized Signature)
State Purchase Order mailing address:
Phone:
FAX:
E-Mail:
G:1RFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZABOC
Quotation No. 910-4169 Page 13
SPECIFICATIONS/SCOPE OF WORK
JANITORIAL SERVICES — FRESNO COUNTY PLAZA
INSTRUCTION AND GENERAL REQUIREMENTS
The County of Fresno Purchasing on behalf of Facility Services is soliciting bids to establish
an agreement for Janitorial Services at the Fresno County Plaza Complex, 2220 Tulare Street,
Fresno, California. The successful bidder will provide all labor, material, equipment, taxes,
insurance etc. to perform the services as specified.
The Plaza Complex includes County offices, courtrooms and tenants. As landlords, the County
is responsible for providing janitorial service for approximately 230,795 square feet of complex.
The County has established its standard level of cleaning to provide both a sanitary and
attractive work environment and ensure the health, welfare and safety of people who work,
conduct business or visit the public facility.
SCOPE OF WORK
Janitorial services shall be for tenants in the Fresno County Plaza Complex whether County
offices or private companies occupy the facility. The successful bidder will not necessarily be the
sole•janitoriai service contractor providing service in the Plaza Complex. Some tenants may
provide their own services as part of their lease agreement.
Janitorial services will be confined to the interior of the building, except that, the exterior windows
of the outer facilities and the upper and lower levels of the Lobby windows shall be washed by-
the successful bidder. Exterior walkways and stairs that are left dirty due to the miss handling of
trash bags or container by the successful bidder will be cleaned at that time or charges from the
County Parks department will be invoiced for the additional work to clean the exterior walkways
and stairs and deducted from the successful bidder's monthly invoice.
The Fresno County Plaza Complex is completely occupied. All square footage figures stated
within this RFQ are estimated. Bidders are responsible for verifying.
The County will furnish paper supplies (toilet paper, hand towels, seat covers, feminine
protection, bags liners, hand soap and light bulbs). Bidder to furnish all cleaning and other
related supplies such as (chemical supplies, cleaning equipment), and to assist periodically in
replacement of burnt out light bulbs.
A list of cleaning supplies, chemicals, cleaners, disinfectants, etc. and the material safety data
sheets for all materials must comply and be approved by the County Facility Services
Department, Facility Services Supervisor prior to being used.
Successful bidder shall provide and designate English speaking supervisor person to act as
communicator and coordinator between the County and the successful bidder's staff. The
supervisor.is to be on the premises at all times when the janitorial staff is present.
I
GJRFU910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA,DOC
Quotation No. 910-4169 Page 14
Successful bidder to furnish all labor, equipment and back—up equipment or personnel to
perform and complete the services as described in Attachment A, Specifications, Janitorial
Standards.
DECLARED IN DEFAULT
Failure by the successful bidder (Contractor) to complete or perform services as described in
.Attachment A, "Specification, Routine Janitorial Standards", may result in the Contractor being
"Declared in Default". Once a Contractor had been"Declared in Default",the County may deduct the
dollar amount of services not performed by the Contractor from the amount owed the Contractor by
the County. At the County's option, the required services may be secured from another source(s)
deducting the actual cost of the service plus a one hundred dollar ($100.00)administrative fee per
day of incomplete services(s) rendered from the amount owed the Contractor by the County.
Contractor's response Time:
The Contractor shall maintain a 24 hour business phone, telephone answering"service or
Contractor's e-mail address for the purpose of receiving County messages in an effective and timely
manner. Contractor shall respond to all messages regarding incomplete ordefective work before the
expiration of the next County workday (8:00a.m to 5:00p.m Monday through Friday), and shall
complete all remedial work within 24 hours after receiving County's notification. If remedial work is
not completed within 24 hours, Contractor shall be subject to deductions setforth in the Declared in
Default clause.
Organization Chart
The Contractor shall prepare, keep on file and furnish a copy to the Contract Administrator an
organization chart. The organization chart shall be updated whenever changes are made and
shall show the assigned work area of each employee, by position and by scheduled hours of
work.
Parkin
The Contractor's employees may use street parking at no cost after 5:00 PM or use the
underground parking facility at the Plaza building after 5:30 pm.
Storage
The County shall provide a storage room, located on the B-1 level where the Contractor can
store equipment and supplies. The Contractor shall keep this area organized and clean at all
times.
Contractor's Cleaning and Starting Time
County Security is on duty at all times. The Contractor shall perform janitorial services Monday
through Friday, between the hours of 5:00pm and 2:00 am. The Contractor's employees will sign
daily the in and out logbook located at the Security Station in the main lobby. The Contractor's
Supervisor shall provide a copy of the weekly cleaning schedule to the County Security Officer,
for approximate location of personnel at all times every Monday of each week.
G:1RF00104169 JANITORIAL SERVICES-FRESNO COUNTY PLAZABOC
Quotation No. 910-4169 Page 15
County Holidays
New Year's Day Martin Luther King Day President's Day
Memorial Day Fourth of July Labor Day
Veteran's Day Thanksgiving (2 days) Christmas Day
Chavez Day
The Contractor will observe the above County holiday's (Janitorial service will not be required on
the above holidays and the County will not pay for the above holidays).The invoicing from
Contractor shall reflect a reduction in the monthly bill for the above listed Holidays.
Performance of Services
The Contractor shall be responsible for the complete and timely performance of all the services
under this Contract.
Relief Staff for Absenteeism and Vacation
The Contractor shall provide relief personnel as necessary and work overtime as
required at no additional cost to the County to ensure that the Routine Services and
Projects are performed daily as required per the contract.
If the Contractor's supervisor is absent, the Contractor shall provide a competent
replacement who has the authority to carry out the terms and provisions of the Contract.
The Contractor must notify the County Coordinator of any supervisory changes.
Background Checks and Fingerprinting
The Contractor is required to conduct background checks on all their employees at no cost to
the County and provide the County's Chief of Security with the results of each employee that is
scheduled to work at the Plaza complex. The Chief of Security will review each document and
approve or deny access to work at the Plaza Complex. The Chief of Security will notify the
coordinator in writing of staff approved to work at the Plaza complex.
The Contractor must meet the District Attorney's regulations concerning CLETS Policies,
Practices and Procedures.
The District Attorney's office requires that all unauthorized personnel need to be
fingerprinted and have background checks completed prior to unescorted access to
various departments within the Plaza complex.
The Contractor is required to provide two (2)sets of fingerprint cards along with a request form
from the District Attorney's office
Security and Identification
The Contractor's employees shall be subject to and at all times conform to the County's security
rules and regulations and shall cooperate with Security personnel. Any violations or disregard of
these rules may be cause for denial of access to County property.
G:1RFQ010-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
J
Quotation No. 910-4169 Page 16
The Contractor's employees will be issued a Contractor badge that must be visibly worn at all
times during performance of work at the Plaza complex.
4
The Contractor shall be billed at a cost of$4.50 for any additional or replacement,cost of County
badges if lost or for any new staff after the start of this contract.
The Contractor's employees admitted to County property must conduct themselves in an orderly
and safe manner. Fighting, horseplay, stealing, being under the influence of alcohol or drugs or
bringing alcohol or drugs onto the County property, soliciting, gambling; or any immoral or
undesirable conduct will not be permitted.
The Contractor shall provide a list of all full time employees scheduled to work at the Plaza
Complex along with an alternative list use for relief staff for absenteeism or vacations.
Supervisor
The Contractor's Supervisor shall prepare a list of names of all personnel present for work,
showing the name of each person, area of assignment and the number of hours worked by each
person in each assignment, as certified by the Contractors time records.
The Contractor's Supervisor will prepare a schedule for floor care maintenance,(such as
shampooing, buffing and waxing floors, spot cleaning carpet, etc.), that will be completed per the
schedule. .A copy of the floor care maintenance schedule shall be given to the County
Coordinator and to the Maintenance Janitor assigned to the Plaza Complex.
Time Clock
The Contractor shall furnish a recording time clock for use by the Contractor's employees. The
time clock will be installed at a location specified by the County Coordinator. All of the
Contractor's employees shall use time cards, provided by the Contractor to record their daily
work hours.
Payment will be made to Contractor for Routine Services after approval of each monthly invoice,
based upon satisfactory completion of each week's services and verification of actual hours
worked for each employee. Copies of their time cards for each month will be sent with the
invoice. Contractor will be paid only for the actual hours worked for each employee providing
routine janitorial services.
Energy Conservation
The Contractor shall comply will all energy conservation practices of the County.
Smoking
Not permitted in County facilities.
Key Control
The Contractor's Supervisor shall sign in and out with Security for the necessary keys to the
various floors within the Plaza Complex. The Supervisor will be responsible for all of the keys
O:1RFW10-0169 JANITORIAL SERVICES-FRESNO COUNTY F'LAZA.DOC
Quotation No. 910-4169 Page 17
while in his possession. Should the Contractor lose or have stolen any keys issued to the
Contractor's Supervisor, the cost of changing locks or keys to the building, rooms, or other
assigned areas accessible by the lost or stolen keys will be deducted from the Contractor's
monthly invoice to the County for the Services performed under this Contract.
Telephone and Paging Service
The Contractor shall provide a telephone paging service and paging or cell phone device. The
Contractor shall provide the Contractor's Supervisor a pager or cell phone, which shall be worn
at all times during the performance of the Service..
The pager or cell phone number shall be provided to the County Coordinator and County
Security. The Contractor's employees shall not be permitted to use telephones within County
offices. Any telephone charges verified by the County Coordinator, incurred by the Contractor's
employees, shall be billed for the cost of the telephone usage which will be deducted from the
Contractor's monthly invoice to the County for Services performed under this Contract. A pubic
telephone is available in the lower Lobby of the Plaza.
Training
The Contractor shall provide each employee with adequate training to completely perform the
Routine Services specified within this Request for Quotation.
The Contractor shall maintain a training record for each employee. The training record shall
show, as a minimum, the employee's name, date of employment, type and date of each training
received and the instructor. The Contractor shall present such records for inspection twice a
year upon request by the County Coordinator.
As a minimum, the Contractor shall provide each employee performing the Services with
instructions in the following subject areas within the first four weeks of employment and again
during each six-month period during the employee's tenure. Documentation of these training
sessions shall be sent to the County Coordinator.
1. Orientation to custodial operations
2. Tools & Equipment—proper use and care
3. Cleaning Chemicals = proper use and dilution
4. Restroom Cleaning and Disinfecting
5. Floor Care- Shampooing, Stripping and Waxing Procedures
6. Office and Related Area Cleaning
7. Common and Public use Area Cleaning
8. Common Cleaning Mistakes
9. Safety Procedures
10. Quality Assurance and Inspection Techniques (for Supervisor).
The training time that each employee spends attending a training class shall not be applied to
any minimum number of hours required for then performance of the service.
Uniforms
The Contractor shall insure that all employees are clean, neat and appropriately dressed at all
times during the performance of the services.
WRFM10-0169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 18
The Contractor shall provide each employee performing the services under this Contract with
a clean laundered uniform each day. The uniform shall consist of a shirt or smock with an
attached identification badge or logo of the Contractor and trousers.
The Contractor shall supply, launder and maintain employee uniforms at no cost to the
employee. The uniforms must meet the approval of the County Coordinator.
Quality Control
All work shall be performed in a manner equal to and in accordance with industry standards_
All work shall be performed by experienced custodians directly employed and supervised by
CONTRACTOR.
Contract Administrator
The County of Fresno, Department of General Services shall designate a Contract
Administrator, who shall act on the behalf of the County with respect to this Contract. The
County shall notify the Contractor in writing if the Contract Administrator is changed.
The Contract Administrator, and / or designated representative shall have complete authority
to require the Contractor to comply will all provisions of this Contract. The Contract
Administrator's decision upon all questions, claims and disputes will be final and conclusive
upon the parties of the Agreement. The Contractor Administrator shall exercise and
discretionary authority in a reasonable manner.
County Coordinator
The Contract Administrator shall designate a County Coordinator to monitor and inspect the
performance and progress of the services under this Contract. The County Coordinator will
work in conjunction with Janitorial Services personnel to assess the performance of the
contractor.
Laws and Regulations
The successful bidder shall comply with all laws, rules and regulations whether they be
Federal, State or municipal, which may be applicable to Contractor's business, equipment and
personnel engaged in service covered by any Agreement resulting from this Request for
Quotation.
Note: The provisions of the Displaced Janitor Opportunity Act (Labor Code Section
1060 et seq.), effective January 1, 2002, including specifically Labor Code Section 1061
(b) (1), must be complied with by successful bidder during the term of any agreement
resulting from this Request for Quotation.
GARF019104169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 19
LABOR CODE 1061
1061. (a) (1) If an awarding authority notifies a contractor that the service contract between the
awarding authority and the contractor has been terminated or will be terminated, the awarding
authority shall indicate in that notification whether a successor service contract has been or will be
awarded in its place and, if so, shall identify the name and address of the successor contractor.
The terminated contractor shall, within three working days after receiving that notification, provide
to the successor contractor identified by the awarding authority, the name, date of hire, and job
classification of each employee employed at the site or sites covered by the terminated service
contract at the time of the contract termination. (2) If the terminated contractor has not learned the
identity of the successor contractor, if any, the terminated contractor shall provide that information
to the awarding authority, which shall be responsible for providing that information to the successor
contractor as soon as that contractor has been selected. (3)The requirements of this section shall
be equally applicable to all subcontractors of a terminated contractor.
(b) (1)A successor contractor or successor subcontractor shall retain, for a 60-day transition
employment period, employees who have been employed by the terminated contractor or its
subcontractors, if any, for the preceding four months or longer at the site or sites covered by the
successor service contract unless the successor contractor or successor subcontractor has
reasonable and substantiated cause not to hire a particular employee based on that employee's
performance or conduct while working under the terminated contract. This requirement shall be
stated by awarding authorities in all initial bid packages that are governed by this chapter. (2)The
successor contractor or successor subcontractor shall make a written offer of employment to each
employee, as required by this section, in the employee's primary language or another language in
which the employee is literate. That offer shall state the time within which the employee must
accept that offer, but in no case may that time be less than 10 days. Nothing in this section
requires the successor contractor or successor subcontractor to pay the same wages or offer the
same benefits as were provided by the prior contractor or prior subcontractor. (3) If at any time the
successor contractor or successor subcontractor determines that fewer employees are needed to
perform services under the successor service contract or successor subcontract than were
required by the terminated contractor under the terminated contract or terminated subcontract,the
successor contractor or successor subcontractor shall retain employees by seniority within the job
classification.
(c)The successor contractor or successor subcontractor, upon commencing service under the
successor service contract, shall provide a list of its employees and a list of employees of its
subcontractors providing services at the site or sites covered under that contract to the
awarding authority. These lists shall indicate which of these employees were employed at the
site or sites by the terminated contractor or terminated subcontractor. The successor
contractor or successor subcontractor shall also provide a list of any of the terminated
contractor's employees who were not retained either by the successor contractor or successor
subcontractor, stating the reason these employees were not retained.
(d) During the 60-day transition employment period, the successor contractor or successor
subcontractor shall maintain a preferential hiring list of eligible covered employees not
retained by the successor contractor or successor subcontractor from which the successor
contractor or successor subcontractor shall hire additional employees until such time as all of
the terminated contractor's or terminated subcontractor's employees have been offered
employment with the successor contractor or successor subcontractor.
(e) During the initial 60-day transition employment period, the successor contractor or
successor subcontractor shall not discharge without cause an employee retained pursuant to
G:IRFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 20
this chapter. Cause shall be based only on the performance or conduct of the particular
employee.
(f) At the end of the 60-day transition employment period, a successor contractor or successor
subcontractor shall provide a written performance evaluation to each employee retained
pursuant to this chapter. If the employee's performance during that 60-day period is
satisfactory, the successor contractor or successor subcontractor shall offer the employee
continued employment. Any employment after the 60-day transition employment period shall
be at-will employment under which the employee may be terminated without cause.
GARF0910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 21
SCOPE of WORK
PLAZA COMPLEX SERVICE AREAS
Contractor to provide Routine Janitorial Services for the following areas 1 floors
per the Standards, as specified in this RFQ.
SERVICE AREAS (SQUARE FOOTAGE):
Routine Janitorial Services to be provided to all areas as described in the Specification,
Janitorial Standards and Frequency.
The Plaza Complex consists of the Plaza Tower and surrounding buildings (Child Support
Services, Child Support Services Annex, Public Works, Election and Probation).
Plaza Tower-.
1. Restrooms: Public and staff restrooms are located on all floors except the main lobby.
2. Floors three through twelve are estimated to have 9,500 square feet of hall and office space
per floor.
3. Floors fourteen through twenty-one are estimated to have 9,200 square feet of hall and
office space per floor.
4. Lower Lobby which includes the Superior Courts and Child Support Offices are estimated to
have 9,505 square feet.
5. Main Lobby is estimated to have 5,506 square feet. This does not include the Coffee Shop.
Surrounding Buildings:
1. Elections is estimated to have 7,737 square feet of hall, office space and restrooms.
2. Probation is estimated to have 3,868 square feet of hall, office space and restrooms.
3. Child Support Services:
Upper Level is estimated to have 9,122 square feet of hall, office space and restrooms.
Lower Level is estimated to have 9,209 square feet of hall, office space and restrooms.
4. Child Support Services Annex:
Upper Level is estimated to have 1,853 square feet of hall, office space and restrooms.
Lower Level is estimated.to have 1,776 square feet of hall, office space and restrooms.
5. Public Works:
Upper Level is estimated to have 8,033 square feet of hall, office space and restrooms.
Lower Level is estimated to have 7,822 square feet of hall, office space and restrooms.
WRF01910-0169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.60C
Quotation No. 910-4169 Page 22
TULARE STREET
Chia Chijol Support Plubic Works
Isupl5ort Annex
L STREET M STREET
Plaza Tower
Elections Probation D&R Garage
KERN STREET
GARFQ1910-0169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
ICI
Quotation No. 910-4169 Page 23
ATTACHMENT A
SCHEDULE OF SERVICES
Routine Janitorial Procedures Schedule
Entrances, Lobbies, Hallways or Corridors
DAILY: 1. Empty waste from waste receptacles into waste bag on the.cart. Damp
-wipe soiled waste receptacles. Replace plastic liners when used in
waste receptacles.
2. Clean smudges and soil from glass on doors and partitions, using glass
cleaner in a spray bottle and a clean lint free cloth.
3. Vacuum any carpet or mats and check carpets for spot cleaning. Use
stain and gum remover for carpets. (coffee, coke stains or gum).
4. Dust mop non-carpeted floors with a wide, treated dust mop, keeping
the dust mop head on the floor at all times. Pick up soil from floor with
a dustpan. Periodically shake out mop head into a plastic bag. When
mop head gets soiled, put in container marked dirty mop heads and
replace with a clean mop head.
5. Damp mop non-carpeted floors to remove heavy soil. (Post wet-floor
sign).
6. Clean water fountains, with germicidal detergent, remove calcium
deposits with an environmental stain remover. Wipe off with a dry cloth,
then polish and wipe dry.
7. Spot clean finger marks, smudges on walls, doors and door facings.
Use an all purpose cleaner solution in spray bottle and a sponge. Spray
surface and wipe with damp sponge.
Weekly: 1. Polish (brass, chrome, etc.) doorknobs, handrails, kick plates and push
plates on doors or other pieces of door trim. Use a cloth and polish,
wipe film dry.
2. Spray buff resilient tile of terrazzo floors, using a floor machine
equipped with a buffing pad. (Post wet floor sign).
3. Dust all windowsills, ledges and furniture tops using a treated cloth or
dust mop with a short handle.
4. Clean all public telephones. Use cloth and disinfectant to clean
telephones.
5. Empty and clean outside ashtrays if applicable.
WRFM9104169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 24
Monthly: 1. Dust blinds or curtains.
2. Wash glass entrance doors and windows in main Lobbies or entrances.
3. Clean outside walkways to entrance if necessary.
Quarterly: 1. Hose down cob webs from eves and corners of facility-
3/Months: 1. Floor Care: Revitalization (Floor Care Maintenance).
2. Carpet- Shampoo/ buffing, and spot cleaning (Floor Care
Maintenance).
Offices Conference Rooms Lounge s Courtrooms and Reception Areas
Three Days/ 1. Empty all waste receptacles and damp wipe them to remove soil.
M/W/F Replace plastic liner in waste receptacles as needed.
2. Clean any sinks or other fixtures in offices, conference rooms and
lounges in accordance with the rest room cleaning procedure.
3. Spot - clean glass in doors or partitions to remove finger prints or
smudges. Use a clean cloth and glass cleaner in a spray bottle or can.
Wipe glass dry.
4. Dust mop non-carpeted floors with a treated dust mop. Then damp
mop floors using a cotton mop and a natural detergent disinfectant
solution to remove excess soil.
5. Vacuum clean traffic areas on carpeted floors one day each week.
(Vacuum entire carpeted area one day each week, such as
underneath desks, chairs, between walls and filing cabinets, behind
doors and in corners and edges of carpet and wall). Moving furniture as
needed. Check carpet for spot cleaning, such as coffee, coke, candy
and gum stains. Use stain and gum remover for carpets.
6. Clean chalkboard and trays. Use a damp cloth and carefully wipe tray
and board.
7. Spot clean walls, removing marks, soil and graffiti.
8. Clean and sanitize water fountains, remove calcium deposits_
Weekly: 1. Completely vacuum carpeted offices, conference rooms, lounges,
courtrooms and reception areas once a week.
2. Polish brass, chrome, etc. on door handles, kick - plate using a cloth
and polish. Wipe film dry.
3. Polish furniture and fixtures (such as desk tops if clear, shelves, tables,
chairs, bookcases, etc.). Use cloth and polish, wipe surface dry.
GARFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 25
4. Dust horizontal surfaces daily. Dust clear areas of furniture tops, sills,
ledges and shelves using a treated cloth.
5. Clean and disinfect all telephones. Use cloth and disinfectant.
Monthly: 1. Vacuum chairs in offices, conference rooms, etc.
2. Floor Care maintenance per Standard
3. Dust all curtains or blinds
4. Dust all fire extinguishers
3/Month 1. Revitalization:( Floor Care Standards)
STAIRS
Weekly: 1. Carpeted stairs: Vacuum carpets and check for spot cleaning. Use spot
remover for carpet.
2. Non-carpeted stairs: Sweep stairs, damp mop.
3. Clean handrails. Use damp cloth and disinfectant detergent. Use green
pad to remove excessive soil build up.
4. Sweep fire exit stairwells. Use a corn broom and dustpan. Then
damp mop stairs and landing using a detergent solution, mop bucket
and wringer and cotton mop. (Post wet floor signs).
5. Clean handrails; use damp cloth and disinfectant. Use green sponge
pad to remove excessive soil build up.
6. Replace burnt out lights as needed.
ELEVATORS
Three Days: 1. Sweep & damp mop, including edges and corners of floor. Spot clean
M/W/F the for gum, paper, food, etc.
2. Clean door track with vacuum cleaner and damp clean once a week.
3. Damp clean elevator walls and all doors (on all floors)with a cloth or
sponge dampened in a detergent solution. Dry with a clean dry cloth.
Remove any graffiti with graffiti remover and a damp cloth then rinse
with water and dry. (Post wet floor sign).
TRASH
Daily: 1. All trash collected from each floor shall be discarded from the building,
taken to the appropriate outside waste bins.
GARFQ1910A169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 26
2. Sweep and pick up debris around outside waste bin(s).
Weekly: 1. Trash Compactor—Clean concrete area around compactor on Friday.
RESTROOM
Daily: 1. Empty waste paper receptacles. Replace plastic can liners.
2. Dispensers: replenish supplies such as (hand towels, toilet paper, soap
and seat covers, etc.).
3. Sweep floor, put debris in trash cart waste container. Use a corn broom
and dust pan.
4. Clean all dispenser fixtures with a disinfectant detergent and wipe dry
with a clean, dry cloth..
5. Clean stall partitions and doors, walls behind toilets and urinals. Use a
disinfectant detergent in a spray bottle, green sponge pad, clean cloth
and wipe dry.
6. Wash and disinfect toilet seats, hardware, inside and outside of toilet
bowls and urinals. Remove lime and uric acids salt deposits from the
inside of toilets and urinal, using a mess screen (DO NOT use a
pumice stone), bowl cleaner and bowl mop.
7. Wash and disinfect sinks and hardware. Use a disinfectant detergent,
sponge with green pad, clean cloth. Remove scale buildup in sink bowl
and around hardware.
8. Rinse sinks and hardware, damp wipe walls around plumbing, damp
wipe-plumbing pipes underneath sinks and urinals if visible.
9: Clean entrance door on both sides, hardware, kick - plates, etc. and
polish brass, chrome, etc. Use'an all purpose cleaner, dry cloth and.
polish.
10. Damp mop floor using a disinfectant detergent. (Post wet floor sign).
Weekly: 1. De- lime urinals and toilets.
Monthly: 1. Machine scrub floors using a disinfectant detergent, buffing machine
and-a scrubbing pad.
2. Baseboards: Remove excessive buildup of wax or debris from corners
and bottom edges of baseboard.
HOLDING CELLS
Three Days: 1. Clean and sanitize entire holding cell. Use a disinfectant detergent.
MIWIF Refill paper product dispensers if needed.
GARFW10.4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 27
2. Clean glass with glass cleaner.
3. Clean doors, walls, sills or other surfaces with an all purpose cleaner.
4. Damp mop floor. (Post wet floor sign).
COURTROOMS OFFICES JUDGES CHAMBERS AND
INTERVIEW BOOTHS
Daily: 1. Trash to be emptied and liners to be replaced.
2. Spot vacuum carpet.
3. Restrooms to be cleaned daily
4. Interview booths to be disinfected daily (floors, fixtures, doors,
windows, etc.)
Weekly: 1. Vacuum entire carpeted areas.
2. Dust all furniture and fixtures.
3. Clean all glass windows.
4. High and low dust corners, bookshelves, etc.
5. Spot clean walls, doors and carpeted areas.
6. Buff the floors weekly.
FLOOR MAINTENANCE:
Floor maintenance (carpeted and hard floors)will be provided on a continuous basis to insure
the highest quality of cleanliness, appearance and safety.
CARPET MAINTENANCE:
Daily: 1. Regular maintenance - Vacuuming: To remove dirt and grime.
2. Treating/Removing - Spots and stains from carpet. As soon as a spill or
spot appears on the carpet, it should be treated with the appropriate
spot remover.
Weekly: 1. Interim Maintenance -Shampooing/Bonnet Cleaning: (Post wet floor sign)
a. Using a power scrubber with rotary brush or buffer and bonnet
pad,
G:1RF01910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA,DOC
Quotation No. 910-4169 Page 28
b. Spray pre-spray solution on to heavy soiled areas of carpet.
c. Shampoo solution. (use a low foam shampoo or anti -foam in
solution).
d. Do NOT water soak floor. Excessive water may cause damage
to carpet.
e. Test chemicals such as pre-spray and shampoo on a small
inconspicuous area of carpet for decoloration of carpet fabric.
PROJECTS:
Quarterly/ 1. Restorative Maintenance - Steam/ Extraction Cleaning: (Post wet floor
or as sign).
needed:
a. Use a steam or extraction cleaner.
b. Spray pre-spray solution on to heavily soiled areas of carpet.
c. Shampoo solution to be low foam or use an anti -foam in
solution.
d. Do NOT water soak floor. Excessive water may cause damage
to the carpet.
e. Test chemicals such as pre- spray and shampoo on small
inconspicuous areas of the carpet to avoid discoloration of
carpet fabric.
f. May need to use air blowers to help dry the carpet.
G:\RFMIOA169JANrrORIALSERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 29
FLOOR MAINTENANCE
CARPET MAINTENANCE
CARPET: SPOT CLEANING PROCEDURE
Daily: 1. Read instruction of chemical, test chemical for colorfastness to avoid
damage to fabric or color loss. (Post wet floor sign).
2. Apply spot remover directly to the stain.
3. Agitate with clean white cloth. Let chemical set per the instructions.
Then blot with white cloth.
4. If spot persists, apply a second time the spot remover, agitate and blot
with a white cloth.
5. Once the spot is gone, rinse area of carpet with water to remove any
stain remover residue.
FLOOR MAINTENANCE:
HARD SURFACE FLOORS
(Vinyl tile, Terrazo, etc.)
Daily: 1. Dust mop floors with a treated dust mop.
2. Damp mop floor using a wet mop and neutrals all purpose cleaner.
(Post wet floor sign).
Weekly: 1. Restore the gloss on floors: by spray buffing/cleaning or burnishing.
(Post wet floor sign).
Removal of scuff marks, stains and the cleaning/removal of dirt and soil
in between the nooks and crannies of the floor surface.
a. Floor machine - buffer, red spray buffing pads and spray buff
solution.
b. Burnishing -floor machine, red buffing pads and mop - on -
restorer.
3/Months: 1. Revitalization: (Post wet floor sign).
a. Remove the top one or two layers of old soiled floor finish.
b. Clean floor with neutral cleaner and let dry.
c. Apply two to three coats of floor finish. Each new coat of finish
is applied with a mop and allowed to dry in between coatings.
d. Polish floor the next day with buffer and white pad and dust mop
floor..
GARFQ1910-0169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 30
Finish Requirements:
1. Removability
2. Slip Resistance
3. Durability
4. Gloss'
5. Clear and no discoloration
6. Dry within 30 minutes.
7. Non-foaming wax
8. Non - powdering
9. Stability
10. Recoatability
11. Buffable
WRFQ1910.4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 31
QUOTATION SCHEDULE INTRODUCTION
Bidder shall submit their quotation on the enclosed Quotation Schedules. Such schedules are
structured so that the County can better understand the basis for the cost of services.
County has specified a minimum for the quality of workers and a minimum number of hours
that they must work (refer to "Quotation Schedule,A1"). It is felt that the stated minimums are
adequate to perform all required services.
The successful bidder must guarantee to provide the minimum specified quantity of workers
for the minimum specified hours, The successful bidder must also guarantee to provide
adequate staffing to perform all of the specified services even should-it be necessary to
exceed County's minimums. Bidder's Quotation as shown on section A9 of the Quotation
Schedule must cover this total cost to perform all specified services.
The bidder must complete the table of contents listed below:
1. Quotation Schedule —Routine Services
2. Quotation Schedule— Special Projects
3. Bidder Data Questionnaire
4. Exhibit A—Chemical List
5. Exhibit B— Equipment List
6. Exhibit C — Employee weekly Work Schedule
7. Exhibit D — Plaza Staffing
8. Exhibit E — Floor Care Schedule
GARF01910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 32
QUOTATION SCHEDULE
ROUTINE SERVICES
Section: Al — WEEKLY CHARGE FOR WAGES AND SALARIES
A. On-site Contract Working Supervisor(s) $
Minimum Quantity: 1
Minimum Hours Per Week: 40
B. Custodians.- $
Minimum Quantity: 7
Minimum Hours Per Week Per Custodian: 40
Total Minimum Hours Per Week: 280
C. Floor Care Custodian: $
Minimum Quantity: 1
Minimum Hours Per Week: 40
SUB—TOTAL, BID ITEM Al $
Section: A2—WEEKLY CHARGES FOR FRINGE BENEFITS
Include the cost of holidays, vacations, sick leave, health
insurance, jury duty, funeral leave, life insurance, pensions and all
other fringe benefits for the 9 staff.
SUB ,—TOTAL, BID ITEM A2 $
Section: A3—WEEKLY CHARGE FOR CHEMICALS AND SUPPLIES
Include the cost of all chemicals and expendable supplies and
related supplies, such as detergents, germicides; cream cleansers,
cleaning cloths, vacuum cleaner bags, etc.
SUB —TOTAL, BID ITEM A3 $
Section: A4—WEEKLY CHARGE FOR TOOLS AND EQUIPMENT
Include the cost of all tools and equipment used.for Routine and
Floor Care Work such as vacuum cleaners, shampooers , buffers,
trash carts, safety equipment ,etc. and their associated
maintenance, service, replacement costs, etc.
SUB—TOTAL, BID ITEM A4 $
Section: A5—WEEKLY CHARGE FOR OVERHEAD
Include all miscellaneous costs, such as bonds, bookkeeping,
uniforms, transportation, recruiting, clerical support, corporate
administration, liability insurance, automobile and general liability
insurance, on the job training licenses and fees, and all other
related overhead costs.
SUB—TOTAL,'BID ITEM A5 $
WRFQ1910.4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
I
I
Quotation No. 910-4169 Page 33
QUOTATION SCHEDULE
ROUTINE SERVICES
Section: A6—WEEKLY CHARGE FOR PROFIT
Include all anticipated per—tax profits
SUB—TOTAL, BID ITEM A6 $
Section: A7—TOTAL MAXIMIM WEEKLY CHARGE FOR ROUTINE
WORK
The total of BID ITEMS Al, A2, A3, A4, A5 &A6.
SUB—TOTAL, BID ITEM A7 $
Section: A8—TOTAL MAXIMUM ANNUAL CHARGE FOR ROUTINE
WORK
BID ITEM A7 - multiplied by 52.0 weeks per year
SUB—TOTAL, BID ITEM A8 $
Section: A9—Minimum Wage Increases:
Bidder to indicate additional monthly cost to reflect any minimum
wage increases over the life of the agreement or indicate N/A if not
applicable
Year 1 of contract: monthly cost x 12 months=annual cost $
Year 2 of contract: monthly cost x 12 months= annual cost $
Year 3 of contract: monthly cost x 12 months= annual cost $
Section: A10 —Total Cost of A8 and A9 Total Annual Charge:
Year One (1) $
Year Two (2) $
Year Three (3) $
G;1RFp1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 34
QUOTATION SCHEDULE
SPECIAL PROJECTS
Special circumstances may require the Successful Bidder to provide Special Project services in
excess of the requirements covered in the Routine Service. Please quote the applicable rates
for the following services. include the cost of all labor, material, supplies, equipment, etc.
PROJECT UNIT COST PER UNIT
B-1 Clean Air Conditioning Vents Each $
B-2 Clean Light Fixtures Each $
B-3 Wash Walls Per Square Foot $
B-4 Shampoo Upholstery/Furniture' Each $
GARF0910-0169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 35
BIDDER QUESTIONNAIRE
A. Bidder to Complete:
1. Business Name
2. Address
3. Is business a Corporation ❑ Partnership ❑ or Individual Owned
If incorporated, in which state?
If a partnership, list all partners
Is business operating as a franchisee? Yes No
If yes, list franchiser and number of years.
Current Staffing as of December 1, 2004: (Attach a separate sheet if necessary)
Number of full-time staff, classification and years of service:
Number of part-time staff, classification and years of service:
Specific time(s) Contractor expects to be on job-site each day:
&RF01916-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 36
BIDDER QUESTIONNAIRE
B. Bidder to Furnish:
1. A list of five (5)organizations or firms, addresses, contact persons, phone number and
approximate square feet cleaned for all previous customers for whom your services have
been discontinued for any reason within the last twelve (12) months,within the Fresno
area. (Form provided, page 47)
2. A list of seven (7) organizations or firms, address, contact person, phone number and
approximate square feet cleaned for current customers within the Fresno area. (Form
provided, page 46)
3. List vacation policy and paid holidays, if provided by your firm.
4. Provide a sample or photograph of the uniforms to be worn by your employees.
FAILURE TO PROVIDE WITH BID RESPONSE MAY BE CAUSE TO REJECT BID.
C. The following to be provided if awarded contract:
1. A copy of your organization's Injury and Illness Prevention Program if awarded contract.
2. A copy of your last fiscal year financial statement if awarded contract.
3. A copy of your firm's Injury and Illness,Prevention Program if awarded contract.
4. Your firm's organizational chart.
5. A time clock.
6. A copy of your training program.
GARFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 37
i
EXHIBIT A
CHEMICAL LIST
Bidder to Complete.-
The Contractor shall list below all brands of chemical and equipment which will be used in the
performance of services and provide MSDA sheets (provided by the manufacturers)for all
chemicals used to perform services to the County Coordinator.
Chemicals Name Manufacturer
All-purpose cleaner
Cleanser
Glass Cleaner
Acid Bowl Cleaner
Scale, Remover
Stainless Steel Polish
Furniture Polish
Graffiti Remover
Disinfectant
Carpet Shampoo
Carpet Pre-Spray
Floor Stripper
Floor Wax
Floor Sealer
Spray Buff Maintainer
Other Chemicals
GARFO%910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 38
EXHIBIT B
EQUIPMENT LIST
Bidder to Complete:
List equipment that you are proposing to use:
Equipment Name Manufacturer
Standard Speed Floor Machine
High Speed Buffing Machine
Upright Carpet Vacuum
Wet/Dry Vacuum
Carpet Extractor System
Other Equipment
WRFMO-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 39
EXHIBIT C
EMPLOYEE WEEKLY WORK SCHEDULE
Routine Services —The Contractor's supervisor shall prepare and submit a weekly schedule of-
area assignment(s)to the County Coordinator by Friday, prior to the scheduled work week, using
the format below:
Week Ending:
AREATLOOR EMPLOYEE NAME HOURS WORKED
ASSIGNED MON. TUES. WED. THU. FRI. SAT. TOTAL
TOTALS
G:IRF01910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA,DOC
Quotation No. 910-4169 Page 40
EXHIBIT D
PLAZA STAFFING
Bidder to complete:
State the number of employees, their daily hours worked, how many days per week they work
and total hour per week for each employee.
Number of Hours Worked Days Worked per Hours Worked
Classification Employees— per Day Week per Week
Supervisor
Full Time:
Custodian(s)
Part Time:
Custodian(s)
Full Time:
Floor Care
Custodian(s)
Part Time:
Floor Care
Custodian(s)
TOTAL:
WRFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 41
EXHIBIT E
FLOOR CARE SCHEDULE
Vacuum clean traffic areas on carpeted floors one day each week. (Vacuum entire carpeted
area one day each week, such as underneath desks, chairs, between walls and filing cabinets,
behind doors and in comers and edges of carpet and wall). Moving furniture as needed. Check
carpet for spot cleaning, such as coffee, coke, candy and gum stains. Use stain and gum
remover for carpets.
Vendor to provide a schedule for vacuuming the entire floor or area:
Example:
Floors 21 through 18 will be entirely vacuumed on Mondays
Floors 17 through 14 will be entirely vacuumed on Tuesdays
Family Support 310P upper and lower will be entirely vacuumed on Wednesday
Floor/Area Day to be vacuumed
21 st floor
19th floor
18th floor
17th floor
16th floor
15th floor
14th floor
12th floor
11 th floor
10th floor
9th floor
8th floor
7th floor
6th floor
5th floor
4th floor
3rd floor
Lobby Upper
Lobby Lower/Courtrooms/offices/etc.
Family Support 310P -Upper& Lower
WRFQ910-0169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 42
Family Support Annex 210P -Upper & Lower
Public Works-Upper& Lower
Elections
Probation
Vendor to provide a schedule for quarterly shampooing of carpeted areas:
Floor/Area Quarterly shampooing of carpet
21 st floor
19th floor
18th floor
17th floor
16th floor
15th floor
14th floor
12th floor
11 th floor
10th floor
9th floor
8th floor
7th, floor
6th floor 1
5th floor
4th floor
3rd floor
Lobby Upper
Lobby Lower/Courtrooms/offices/etc.
Family Support 310P -Upper& Lower
Family Support Annex 210P -Upper& Lower
Public Works-Upper & Lower
Elections
Probation
WRFQ910-0169 JANITORIAL SERVICES-FRESNO COUNTY PLAZADOC
Quotation No. 910-4169 Page 43
Vendor to provide a schedule for monthly scrubbing of restroom floors:
Example: Floors 16 to 21 = the Vt Monday of each Month.
Floor/Area Monthly Scrubbing
21stfloor
19th floor
18th floor
17th floor
16th floor
15th floor
14th floor
12th floor
11 th floor
10th floor
9th floor
8th floor
,7th floor
6th floor
5th floor
4th floor
3rd floor
Lobby Upper
Lobby Lower/Courtrooms/offices/etc.
Family Support 310P -Upper & Lower
,Family Support Annex 21 OP -Upper& Lower
Public Works-Upper & Lower
Elections
Probation
Main Lobby upper and lower to be buffer
weekly
All other entrance hard surface floors to be buffed weekly (21 st floor, Family Support 31OP upper
entrance, Public Works entrance, etc.)
G:WQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 44
EXHIBIT F
SAMPLE CHECKLIST
Satisfactory Unsatisfactory Comments
Custodial Checklist
Employee
Date
Building/Floor
Floors Cleaning
Floors shall be free of dirt, dust trash and
excessive debris.
Sweep
Dust Mop
Damp Mop
Vacuum Carpet
Spot clean carpet
Shampoo carpet
Buff tile floors
Strip & Wax tile floors
Baseboards
Restrooms
Restrooms shall be clean and sanitized. Free
of odors, scale and yellowing of
to i lets/u ri na Is/sinks
Urinals/inside & outside/pipes
Toilets/inside & outside/lid/pipes
Sinks/inside & outside/pipes/fixtures
Mirrors
Walls & corners
Partitions
Fixtures/pipes
Dispensers
Doors, threshold, chrome
Floor
'Trash receptacle
Drinking fountain
G:WQ19104169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.[=
Quotation No. 910-4169 Page 45
Satisfactory Unsatisfactory Comments
Custodial Checklist
Employee
Date
Building/Floor
Trash Removal
Glass cleaning
Glass shall be clean, nospots, dust or strikes
Windows
Interior
Exterior
Glass/Office areas
Dustin /Polishin /Cleanin
Furniture
Walls/fans/clocks, etc.
Ceiling tiles &fans
Screens
Window sills
Fixtures
Baseboards
Venetian Blinds
Door handles, thresholds, jams, etc.
Light fixtures
Telephones
other items
Misc. Cleaning
Light fixtures
Air conditioning vents/grills
Partitions
stairways & handrails
Changing light bulbs
clean &organize janitorial closet
Fire Extinguishers
other assigned duties
Spot clean walls & carpets
Checklist
GARF01910-4169 JANITORIAL.SERVICES•FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 46
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUQTATION.
Firm:
REFERENCE LIST - CURRENT CUSTOMERS
Provide a list of at least seven (7) customers that have recently used vendor's similar
services/equipment within the Fresno Area. Be sure to include firm name, address, phone
number and approximate square footage cleaned.
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
vears: Square Footage/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Client Name: . City:
Contact: Phone No.:
Numbers of
nears: Square Footage/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Client Name. City:
Contact: Phone No.:
Numbers of
vParS• Square Footage/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Failure to provide a list of at least seven (7) customers may be cause for rejection of this
RFQ.
O:1R W10-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 47
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST - DISCONTINUED. CUSTOMERS
Provide a list of at least five (5) customers that have discontinued vendor's similar
services/equipment within the Fresno Area. Be sure to include firm name, address, phone
number, and approximate square footage cleaned.
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:,
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Client Name: City:
Contact. Phone No.:
Numbers of
years: Square Footage/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided.
Failure to provide a list of at least five(5) customers may be cause for rejection of this
RFQ.
G:IRFQ191OA169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 48
SAMPLE AGREEMENT
The following Agreement is a
Sample Agreement Only.
GARF01910-4169 JANITORIAL SERVICES-FRESNO COUNTY P1AZA.DOC
Quotation No. 910-4169 Page 49
AGREEMENT .
THIS AGREEMENT is made and entered into this day of
200_, by and between the COUNTY OF FRESNO, a Political
Subdivision of the State of California, hereinafter referred to as "COUNTY", and
whose address
is , hereinafter referred to as
"CONTRACTOR".
WITNESSETH:
1. OBLIGATIONS OF THE CONTRACTOR
a.
b. (etc.) .
2. OBLIGATIONS OF THE COUNTY
C.
d. (etc.)
3. TERM
This Agreement shall become effective on the day of
200_, and shall terminate on the day of , 200 .
4. TERMINATION
e. Non-Allocation of Funds - The terms of this Agreement, and the
services to be provided thereunder, are contingent on the approval of funds by the
appropriating government agency. Should sufficient funds not be allocated, the services
provided may be modified, or this Agreement terminated, at any time by giving the
CONTRACTOR thirty (30) days advance written notice.
f. Breach of Contract - The COUNTY may immediately suspend or
terminate this Agreement in whole or in part, where in the determination of the COUNTY there
is:
i. An illegal or improper use of funds;
ii. A failure to comply with any term of this Agreement;
G:IRFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 50
iii: A substantially incorrect or incomplete report submitted to the
COUNTY;
iv. Improperly performed service.
In no event shall any payment by the COUNTY constitute a waiver by the
COUNTY of any breach of this Agreement or any default which may then exist on the part of the
CONTRACTOR. Neither shall such payment impair or prejudice any remedy available to the
COUNTY with respect to the breach or default. The COUNTY shall have the right to demand of
the CONTRACTOR the repayment to the COUNTY of any funds disbursed to the
CONTRACTOR under this Agreement, which in the judgment of the COUNTY were not
expended in accordance with the terms of this Agreement. The CONTRACTOR shall promptly
refund any such funds upon demand.
• Without Cause - Under circumstances other than these set forth above,
this Agreement may be terminated by COUNTY upon the giving of thirty (30) days advance
written notice of an intention to terminate to CONTRACTOR.
5. COMPENSATION/INVOICING: (Note to County staff: If sales taxis
applicable and to be paid to an out-of-state vendor, it must be separated from the total
compensation and the vendor must have a California Sales Tax Permit Number.) COUNTY
agrees to pay CONTRACTOR and CONTRACTOR agrees to receive compensation as
follows:
CONTRACTOR shall submit monthly invoices in triplicate
to the County of Fresno (department name)
In no event shall services performed under this Agreement be in excess of
during the term of this Agreement. It is understood that all expenses
incidental to CONTRACTOR'S performance of services under this Agreement shall be borne by
CONTRACTOR. (Note to County staff: If the number of days within which payment must be
made is specified, this paragraph must provide for payment after a minimum of forty-five (45)
days from date of receipt of invoice by the COUNTY.)
6. INDEPENDENT CONTRACTOR: In performance of the work, duties and
obligations assumed by CONTRACTOR under this Agreement, it is mutually understood and
G:\RFQ\910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZABOC
Quotation No. 910-4169 Page 51
agreed that CONTRACTOR, including any and all of the CONTRACTOR'S officers, agents,
and employees will at all times be acting and performing as an independent contractor, and
shall act in an independent capacity and not as an officer, agent, servant, employee, joint
venturer, partner, or associate of the COUNTY. Furthermore, COUNTY shall have no right to
control or supervise or direct the manner or method by which CONTRACTOR shall perform its
work and function. However, COUNTY shall retain the right to administer this Agreement so as
to verify that CONTRACTOR is performing its obligations in accordance with the terms and
conditions thereof.
CONTRACTOR and COUNTY shall comply with all applicable provisions of law
and the rules and regulations, if any, of governmental authorities having jurisdiction over matters
the subject thereof.
Because of its status as an independent contractor, CONTRACTOR shall have
absolutely no right to employment rights and benefits available to COUNTY employees.
CONTRACTOR shall be solely liable and responsible for providing to, or on behalf of, its
employees all legally-required employee benefits. In addition, CONTRACTOR shall be solely
responsible and save COUNTY harmless from all matters relating to payment of
CONTRACTOR'S employees, including compliance with Social Security withholding and all
other regulations governing such matters. It is acknowledged that during the term of this
Agreement, CONTRACTOR may be providing services to others unrelated to the COUNTY or to
this Agreement.
7. MODIFICATION: Any matters of this Agreement may be modified from time
to time by the written consent of all the parties without, in any way, affecting the remainder.
8. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this
Agreement nor their rights or duties under this Agreement without the prior written consent of
the other party.
9. HOLD HARMLESS: 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
G:IRFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 52
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.
10. INSURANCE: Without limiting the COUNTY'S right to obtain indemnification
from CONTRACTOR or any third parties, CONTRACTOR, at is sole expense, shall maintain in
full force and effect the following insurance policies throughout the term of this Agreement:
g. (State the type and minimum amount of insurance coverage for each
policy.)
h. Workers Compensation insurance in accordance with the California
Labor Code.
Such insurance policies shall name the COUNTY, its officers, agents, and
employees, individually and collectively as additional insured, but only insofar as the operations
under this contract are concerned. (Note to County staff:I If the Contractor is to name County as
additional insured for less than all the policies, state here which ones apply, such as
"Comprehensive General Liability only". Check with Risk Management Division to see which
insured. Such coverage for additional
policies, if any, should name the County as an additional } g
insured shall apply as primary insurance and any other insurance, or self-insurance, maintained
by the COUNTY, its officers, agents, and employees, shall be excess only and not contributing
with insurance provided under the 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.
Prior to the commencement of performing its obligations under this Agreement,
CONTRACTOR shall provide certificates of insurance on the foregoing policies (Note to County
staff: If the Contractor is to provide certificates for less than all the policies, state here which
ones apply, such as "Comprehensive General Liability only"), as required herein, to the
COUNTY'S
(department name) stating that such insurance coverages have been obtained and are in
full force; that the COUNTY, its officers, agents, and employees will not be responsible for any
G.\RFQ\910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 53
premiums on the policies; that such insurance names the COUNTY, its officers, agents, and
employees, individually and collectively, as additional insured (except Workers Compensation
Insurance), but only insofar as the operations under this contracture concerned; that such
coverage for additional insured shall apply as primary insurance and any other insurance, or
self-insurance, maintained by the COUNTY, its officers, agents, and employees, shall be excess
only and not contributing with insurance provided under the 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
I
herein provided, the COUNTY may, in addition to other remedies it may have, suspend or
terminate this Agreement upon the occurrence of such event.
11. AUDITS AND INSPECTIONS: The CONTRACTOR shall at any time during
business hours, and as often as the COUNTY may deem necessary, make available to the
COUNTY for examination all of its records and data with respect to the matters covered by this
Agreement. The CONTRACTOR shall, upon request by the COUNTY,"permit the COUNTY to
audit and inspect all of such records and data necessary to ensure CONTRACTOR'S
compliance with the terms of this Agreement.
If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR
shall be subject to the examination and audit of the Auditor General for a period of three (3)
years after final payment under contract (Government Code Section 8546.7).
12. NOTICES: The persons and their addresses having authority to give and
receive notices under this Agreement.include the following:
COUNTY CONTRACTOR
COUNTY OF FRESNO
Any and all notices between the COUNTY and the CONTRACTOR provided for or
permitted under this Agreement or by law shall be in writing and shall be deemed duly served
when personally delivered to one of the parties, or in lieu of such personal services, when
G:IRFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 54
deposited in the United States Mail, postage prepaid, addressed to such party.
13. GOVERNING LAW: Venue for any action arising out of or related to this
Agreement shall only be in Fresno County, California.
The rights and obligations of the parties and all interpretation and
9 p p
performance of this
s Agreement shall be governed In all respects by the laws of the State of
California.
14. ENTIRE AGREEMENT: This Agreement constitutes the entire agreement
between the CONTRACTOR and COUNTY with respect to the subject matter hereof and
supersedes all previous Agreement negotiations, proposals, commitments, writings,
advertisements, publications, and understanding of any nature whatsoever unless expressly
included in this Agreement. (If applicable, add the following: In the event of any inconsistency
in interpreting the documents which constitute this Agreement, the inconsistency shall be
resolved by giving precedence in the following order of priority: (1) the text of this Agreement
(excluding Attachment "A", the COUNTY'S Request for Quotation No. 910-4169 and the
CONTRACTOR'S Quote in response thereto); (2) Agreement Renewal Attachment "A", dated_
(3) the COUNTY'S Request for Quotation No. 910-4969; and (4) the
CONTRACTOR'S quotation made in response to COUNTY'S Request for Quotation No. 910-
4969.1
G:IRFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 55
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of
the day and year first hereinabove written. ,
CONTRACTOR COUNTY OF FRESNO
(Authorized Signature) Chairman, Board of Supervisors
Print Name&Title
Mailing Address
DATE: DATE:
TAXPAYER FEDERAL I.D. #: REVIEWED & RECOMMENDED
FOR APPROVAL
CA Sales Tax Permit No.
(Out-of-State vendors):
Department Head's Signature
APPROVED AS TO LEGAL FORM APPROVED AS TO ACCOUNTING FORM
County Counsel Auditor-Controller/Treasurer-Tax Wlector
FOR ACCOUNTING USE-ONLY:
ORG No.:
Account No.:
Requisition No.:
FCMC 1/95
G:1RFQ\910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 56
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the
day and year first hereinabove written.
CONTRACTOR COUNTY OF FRESNO
(Authorized Signature) Facility Services&Purchasing Manager
Print Name &Title
Mailing Address
DATE: DATE:
TAXPAYER FEDERAL I.D. #: REVIEWED & RECOMMENDED
FOR APPROVAL
CA Sales Tax Permit No.
(Out-of-State vendors):
Department Head's Signature
APPROVED AS TO LEGAL FORM APPROVED AS TO ACCOUNTING FORM
County Counsel Auditor-Controller(Treasurer-Tax Collector
FOR ACCOUNTING USE ONLY:
Budget Unit No.:
Account No.:
Requisition No.: FCMC 1/95
G:1RFQ1910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
Quotation No. 910-4169 Page 57
CHECKLIST
This checklist is provided to assist the vendors in the preparation of their bid response. Included
in this list are important requirements and it is the responsibility of the bidder to submit with the
bid package in order to make the bid compliant. Because this checklist is just a guideline, the
bidder must read and comply with the bid in its entirety.
Check off each of the following:
1. The Request for Quotation (RFQ) has been manually signed and completed.
2. The Federal Employers Identification Number or Social Security Number has been
entered in the space provided.
3. Specification section has been thoroughly reviewed and addressed for
compliance.
4. Quotation Schedule — Routine Services has been completed and reviewed for
accuracy.
5. Quotation Schedule — Special Projects has been completed and reviewed.for
accuracy.
6. Bidder Questionnaire has been completed and bidder has fumished all items
listed under Section "B".
7. Exhibits A, B, C, D and E have been completed.
8. Reference Lists (Current and Discontinued) have been completed and all
information provided.
9. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc.
transmitting your bid, attach the "Request for Quotation Label" and include the
following information:
County of Fresno RFQ No. 910-4169
Closing Date: NOVEMBER 8, 2005
Closing Time: 2:00 P.M.
Commodity or Service: JANITORIAL SERVICES-FRESNO
COUNTY PLAZA
This Checklist does not need to be returned with your bid.
G'.1RFQ\910-4169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1 )
RFQ NUMBER: 910-41 f 9
JANITORIAL SERVICES-FRESNO COUNTY PLAZA
October 25, 2005
PURCHASING USE
C,-�RFQ�910-4169 ADD
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, Purchasing
4525 EAST HAMILTON AVENUE
FRESNO, CA 93702-4599
CLOSING DATE OF 131D WILL BE AT 2:00 P.M., ON NOVEMBER 8, 2005.
QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotes will be opened and publicly read at that time. All quotation information will be available for review after contract award.
Clarification of specifications are to be directed to: CATHI J. PETERS, phone (559) 456-7110, FAX (559) 456-7831.
NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE
REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 910-4169 AND INCLUDE THEM IN YOUR
RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
Replace Pages 7, 14, 16 and 17 with revised pages 7, 14, 16 and 17. Changes shown in bold.
Clarifications from Bidders Conference October 19, 2005-Attachment "A".
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (111 TO RFQ 910-4169
COMPANY NAME:
(PRINT)
SIGNATURE:
NAME & TITLE:
(PRINT)
G:1RF019 1 0-4 1 6 9 ADD#1.DOC (7/04)
ADDENDUM NO. ONE (1) Page 2
REQUEST FOR QUOTATION NUMBER 910-4169
October 25, 2005
ATTACHMENT "A"
1. Page 7-Payment— Payment will be made to contractor for routine services after
approval of each monthly invoice, based on satisfactory completion of each week's
services.
2. Page 7-Contract Term — It is the County's intent to contract with the successful bidder
for a term of three (3) years with the option to renew for two (2) additional one (1) year
periods.
3. Page 15-What is the cost of the background review?
The cost of the background review is forty-seven dollars ($47.00).
4. The restaurant and the kitchen are not included in the Scope of Work..
5. Any work on weekends will require prior arrangements with the County coordinator.
6. The successful vendor will be responsible for and to provide cleaning supplies. The
Amtico vinyl tile located in the Plaza lobby, Plaza level (outside the Ballroom and
Courts), elevators and the gch and 10'h floor lobbies require a special cleaning solution.
One source for the cleaning solution is Adnalian Design Floors, 559-294-6800.
7. Page 16-Key Control — Security will meet with the janitorial supervisor every evening
and pass out keys to locked areas. Also, Security will review the protocol for gaining
access into areas that Security needs to provide access. The janitorial supervisor is
responsible for retrieving the keys at the end of the shift and giving them back to
Security. A detailed review of the process will be done with the successful bidder.
8. Page 16-Time Clock — The successful bidder shall not be required to furnish a
recording time clock, however the County reserves the right to request copies and/or
verify the Contractor's employee's time cards and/or payroll records.
WRF019104169 ADD#1.DOC
J
ADDENDUM NO. ONE (1) Revised Page 7
REQUEST FOR QUOTATION NUMBER 910-4169
October 25, 2005
4. Profit-making firms or businesses in which the former employees described in Subsection
(3) serve as officers, principals, partners or major shareholders.
5. No County employee whose position in the County enables him to influence the selection of
a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of
such employee, shall be employees in any capacity by a bidder, or have any other direct or
indirect financial interest in the selection of a contractor.
INVOICING: All invoices are to be delivered in duplicate to the County of Fresno, Facility
Services, 4590 E. Kings Canyon, Fresno, CA 93702 in accordance with invoicing instructions.
Reference shall be made to the contract number on the invoice.
PAYMENT: Payment will be made to Contractor for Routine Services after approval of each
monthly invoice, based upon satisfactory completion of each week's services
aGtual h9uFs woFked f--., e.M.919yee 401*1 theiF time GaFds. GGAtFaGt9F Will be paid Only fGF the
CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of eae
}three (3) years with the option to renew for two (2) additional one (1)year periods.
VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a
representative to assist County departments in determining their product requirements.
PRICES: Bidder agrees that prices quoted are maximum for the contract period, and in the
event of a price decline such lower prices shall be extended to the County of Fresno.
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed
by Contractor under any ensuing Agreement, it is mutually understood and agreed that
CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at
all times be acting and performing as an independent contractor, and shall act in an
independent capacity and not as an officer, agent, servant, employee, joint venturer, partner,
or associate of the COUNTY. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function_
However, County shall retain the right to administer this Agreement so as to verify that
Contractor is performing its obligations in accordance with the terms and conditions thereof.
Contractor and County shall comply with all applicable provisions of law and the rules and
regulations, if any, of governmental authorities having jurisdiction over matters the subject
thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right
to employment rights and benefits available to County employees. Contractor shall be solely
liable and responsible for providing to, or on behalf of, its employees 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
WRFQ19104169 ADD#1.DOC
ADDENDUM NO. ONE (1) Revised Page 14
REQUEST FOR QUOTATION NUMBER 910-4169
October 25, 2005
Successful bidder to furnish all labor, equipment and back —up equipment or personnel to
perform and complete the services as described in Attachment A, Specifications, Janitorial
Standards.
DECLARED IN DEFAULT
Failure by the successful bidder (Contractor) to complete or perform services as described in
Attachment A, "Specification, Routine Janitorial Standards", may result in the Contractor being
"Declared in Default". Once a Contractor had been"Declared in Default",the County may deduct the
dollar amount of services not performed by the Contractor from the amount owed the Contractor by
the County. At the County's option, the required services may be secured from another source(s)
deducting the actual cost of the service plus a one hundred dollar($100.00)administrative fee per
day of incomplete services(s) rendered from the amount owed the Contractor by the County.
Contractor's response Time:
The Contractor shall maintain a 24 hour business phone, telephone answering service or
Contractor's e-mail address for the purpose of receiving County messages in an effective and timely
manner. Contractor shall respond to all messages regarding incomplete or defective work before the
expiration of the next County workday (8:00a.m to 5:00p.m Monday through Friday), and shall
complete all remedial work within 24 hours after receiving County's notification. If remedial work is
not completed within 24 hours, Contractor shall be subject to deductions set forth in the Declared in
Default clause.
Organization Chart
The Contractor shall prepare, keep on file and furnish a copy to the Contract Administrator an
organization chart. The organization chart shall be updated whenever changes are made and
shall show the assigned work area of each employee, by position and by scheduled hours of
work.
Parkinq
The Contractor's employees may park in the Plaza Garage after 5:00 P.M.. Metered parking
may be available on the street prior to 5:00 P.M.. Metered parking is enforced until 6:00
P.M. with the exception of the baseball season when parking is enforced until 10:00 P.M.
Storage
The County shall provide a storage room, located on the B-1 level where the Contractor can
store equipment and supplies. The Contractor shall keep this area organized and clean at all
times.
Contractor's Cleaninq and Starting Time
County Security is on duty at all times. The Contractor shall perform janitorial services Monday
through Friday, between the hours of 5:00pm and 2:00 am. The Contractor's employees will sign
daily the in and out logbook located at the Security Station in the main lobby. The Contractor's
Supervisor shall provide a copy of the weekly cleaning schedule to the County Security Officer,
for approximate location of personnel at all times every Monday of each week.
G:1RFQ1910A169 ADD#1.DOC
ADDENDUM NO. ONE (1) Revised Page 16
REQUEST FOR QUOTATION NUMBER 910-4169
October 25, 2005
The Contractor's employees will be issued a Contractor badge that must be visibly worn at all
times during performance of work at the Plaza complex. .
The Contractor shall be billed at a cost of$4.50 for any additional or replacement cost of County
badges if lost or for any new staff after the start of this contract.
The Contractor's employees admitted to County property must conduct themselves in an orderly
and safe manner. Fighting, horseplay, stealing, being under the influence of alcohol or drugs or
bringing alcohol or drugs onto the County property, soliciting, gambling, or any immoral or
undesirable conduct will not be permitted.
The Contractor shall provide a list of all full time employees scheduled to work at the Plaza
Complex along with an alternative list use for relief staff for absenteeism or vacations.
Supervisor
The Contractor's Supervisor shall prepare a list of names of all personnel present for work,
showing the name of each person, area of assignment and the number of hours worked by each
person in each assignment, as certified by the Contractors time records.
The Contractor's Supervisor will prepare a schedule for floor care maintenance (such as
shampooing, buffing and waxing floors, spot cleaning carpet, etc.), that will be completed per the
schedule. A copy of the floor care maintenance schedule shall be given to the County
Coordinator and to the Maintenance Janitor assigned to the Plaza Complex.
T4R1e-G4esk
wGFk houf6-.
weFked fGF earh empleyee. Gepi lai
Energy Conservation
The Contractor shall comply will all energy conservation practices of the County.
Smoking
Not permitted in County facilities.
Key Control
Security will meet with the Janitorial Supervisor every evening and pass out keys to
locked areas. The Supervisor will be responsible for all of the keys
GARFQ1910-4169 ADD#1.DOC
ADDENDUM NO. ONE (1) Revised Page 17
REQUEST FOR QUOTATION NUMBER 910-4169
October 25, 2005
Should the Contractor lose or have stolen any keys issued to the Contractor's Supervisor, the
cost of changing locks or keys to the building, rooms, or other assigned areas accessible by the
lost or stolen keys will be deducted from the Contractor's monthly invoice to the County for the
Services performed under this Contract.
Also, Security will review the protocol for gaining access into areas that Security needs to
provide access. The janitorial supervisor is responsible for retrieving the keys at the end
of the shift and giving them back to Security.A detailed review of the process will be
done with the successful bidder.
Telephone and Paging Service
The Contractor shall provide a telephone paging service and paging or cell phone device. The
Contractor shall provide the Contractor's Supervisor a pager or cell phone, which shall be worn
at all times during the performance of the Service.
The pager or cell phone number shall be provided to the County Coordinator and County
Security. The Contractor's employees shall not be permitted to use telephones within County
offices. Any telephone charges verified by the County Coordinator, incurred by the Contractor's
employees, shall be billed for the cost of the telephone usage which will be deducted from the
Contractor's monthly invoice to the County for Services performed under this Contract. A pubic
telephone is available in the lower Lobby of the Plaza.
Training
The Contractor shall provide each employee with adequate training to completely perform the
Routine Services specified within this Request for Quotation.
The Contractor shall maintain a training record for each employee. The training record shall
show, as a minimum, the employee's name, date of employment, type and date of each training
received and the instructor. The Contractor shall present such records for inspection twice a
year upon request by the County Coordinator.
As a minimum, the Contractor shall provide each employee performing the Services with
instructions in the following subject areas within the first four weeks of employment and again
during each six-month period during the employee's tenure. Documentation of these training
sessions shall be sent to the County Coordinator.
1. Orientation to custodial operations
2. Tools & Equipment— proper use and care
3. Cleaning Chemicals— proper use and dilution
4. Restroom Cleaning and Disinfecting
5. Floor Care- Shampooing, Stripping and Waxing Procedures
6. Office and Related Area Cleaning
7. Common and Public use Area Cleaning
8. Common Cleaning Mistakes
9. Safety Procedures
10. Quality Assurance and Inspection Techniques (for Supervisor).
The training time that each employee spends attending a training class shall not be applied to
any minimum number of hours required for then performance of the service.
Uniforms
The Contractor shall insure that all employees are clean, neat and appropriately dressed at all
times during the performance of the services.
G:RFQ191Q4169 ADD#1.00C
Exhibit ,
COUNTY OF FRESNO
REQUEST FOR QUOTATION A
Q
NUMBER. 910-4169 '
JANITORIAL SERVICES-FRESNO COUNTY PLAZA
November 3, 2005
PURCWING USE WRF0910-4169 JANITORIAL SERVICES-FRESNO COUNTY
ORGlREQUISITION:0135/1326006106
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, Purchasing
4525 EAST HAMILTON AVENUE
FRESNO,CA 937024599
CLOSING DATE OF BID WILL BE AT 2:00 P.M., ON NOVEMBER 89 2005.
QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotes will be opened and publicly read at that time. Ali quotation information will be available for review after contract award.
Clarification of specifications are to be directed to: Cathi J. Peters, phone (559) 456-7110, FAX (559)456-7831.
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 Oil apply to ail items in the Quotation Schedule.
1. Complete delivery will be made within -0- calendar days after receipt of Order.
2. A cash discount of -0- % -0- days will apply.
ABM JANITORIAL SERVICES INC.
COMPANY
4747 N. BENDEL#104
ADDRESS
FRESNO CA 93722
CITY STATE ZIP CODE
( 559 ) 276-9096 ( 559 ) 276-0451 jrothermel@abm.com `
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
T `CPAYER FEDERAL I.D.NO.: 94-1 1 1 2425
SIGNEILV
J46- I�oTH�i'�F� DrsTiweG� t���,PEs�,v7;� T V L.4::,-
PRINT NAME TITLE
J:TRESNOV=UNIENTZPROPOSALSIFRESNOL2005TRESNOCOUNTYICOUNTY OF FRESNO.DOC:=:-,.;, ;,•, RFO(3105)
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1 )
RFQ NUMBER: 910-4169
JANITORIAL SERVICES-FRESNO COUNTY PLAZA
October 24, 2005
PURCHASING USE
ORC/R�CJ111�ITInN fnrril 1 frP^ii sitinnl in] r•RFOlg1141R9 Ar10_#111C1
IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER'S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, Purchasing
4525 EAST HAMILTON AVENUE
FRESNO, CA 93702-4599
CLOSING DATE OF BID WILL BE AT 2:00 P.M., ON NOVEMBER 83 20(}5
QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
Quotes will be opened and publicly read at that time. All quotation information will be available for review after contract award.
clarification of specifications are to be directed to: CATHI J. PETERS, phone (559) 456-7110, FAX (559) 456-7831.
NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE
REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 910-4169 AND INCLUDE THEM IN YOUR
RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
➢ Replace Pages 7, 14, 16 and 17 with revised pages 7, 14, 16 and 17. Changes shown in bold.
➢ Clarifications from Bidders Conference October 19, 2005-Attachment"A".
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 910-4169
COMPANY NAME: l3�
(PRINT)
oIGNATURE:
NAME & TITLE: J6 , �DTf fE�2M�L__ j)I57R1G7 E�-
(PRINT)
GARFQ1910-4169 ADD#1:DOC (7104)
Quotation No. 910-4169 Page 31
QUOTATION SCHEDULE INTRODUCTION
Bidder shall submit their quotation on the enclosed Quotation Schedules. Such schedules are
structured so that the County can better understand the basis for the cost of services.
County has specified a minimum for the quality of workers and a minimum number of hours
that they must work (refer to oQuotation Schedule Al"). It is felt that the stated minimums are
adequate to perform all required services.
The successful bidder must guarantee to provide the minimum specified quantity of workers
for the minimum specified hours, The successful bidder must also guarantee to provide
adequate staffing to perform all of the specified services even should it be necessary to
exceed County's minimums. Bidder's Quotation as shown on section A9 of the Quotation
Schedule must cover this total cost to perform all specified services.
The bidder must complete the table of contents listed below:
Quotation Schedule — Routine Services
2 Quotation Schedule —Special Projects
Bidder Data Questionnaire
-*ZExhibit A —Chemical List
Y.ZExhibit B— Equipment List
Y.-"E"xhibit C — Employee weekly Work Schedule
";.�E ibit D — Plaza Staffing
Exhibit E — Floor Care Schedule
i
J:IFRESNOIDOCUMENTSIPROPOSALSIFRESN012DO5TRESNO COUNMCOUNTY OF FRESNO.DOC
Quotation No. 910-4169 Page 36
BIDDER QUESTIONNAIRE
B. Bidder to Furnish:
�A fist of five (5) organizations or firms, addresses, contact persons, phone number and
approximate square feet cleaned for all previous customers for whom your services have
been discontinued for any reason within the last twelve (12) months, within the Fresno
area. (Form provided, page 47)
list of seven (7)organizations or firms, address, contact person, phone number and
approximate square feet cleaned for current customers within the Fresno area. (Form
provided, page 46)
,,a�List vacation policy and paid holidays, if provided by your firm.
4-,Zprovide a sample or photograph of the uniforms to be wom by your employees.
FAILURE TO PROVIDE WITH BID RESPONSE MAY BE CAUSE TO REJECT BID.
C. The following to be provided if awarded contract:
1. A copy of your organization's Injury and Illness Prevention Program if awarded contract.
2. A copy of your last fiscal year financial statement if awarded contract.
3. A copy of your firm's Injury and Illness Prevention Program if awarded contract.
4. Your firm's organizational chart.
5. A time clock.
6. A copy of your training program.
GARF01910A169 JANITORIAL SERVICES-FRESNO COUNTY PLAZA.DOC
QUOTATION NO. 910-4169 Page 12
BIDDER TO COMPLETE:
PRICES: Bidder to indicate below if firm pricing can be guaranteed for.longer than one (1)
year, and if so, how long.
PRICES WILL BE GUARANTEED FOR TWO YEARS
Name of Insurance Carrier: CONTINENTAL CASUALTY
Public Liability: SELF INSURED CERT# 1013 Expires: CONT.
Workman's Compensation: SELF INSURED CERT#1013 Expires: CONT.
Proof of maintenance of adequate insurance will be required before award is made to vendor.
GUARANTEE: The bidder shall state his written guarantee here:
By:
(Authorized Signature)
State Purchase Order mailing address:
4747 N. BENDEL#104
FRESNO, CA 93722
Phone: (559) 276-9096
FAX: (559) 276-0451
E-Mail: jrothermel@abm.com
I:TRESNO DOCUMENTSIPROPOSALSIFRESN0120051FRESNO COUN-MCOUNTY OF FRESNO.DOC
Quotation No. 910-4169 Page 32
QUOTATION SCHEDULE
ROUTINE SERVICES
Section: Al — WEEKLY CHARGE FOR WAGES AND SALARIES
A. On-site Contract Working Supervisor(s) $ 488.18
Minimum Quantity: 1
Minimum Hours Per Week: 40
B. Custodians: $2,518.01
Minimum Quantity: 7
Minimum Hours Per Week Per Custodian: 40
Total Minimum Hours Per Week: 280
C. Floor Care Custodian: $ 385.41
Minimum Quantity: 1
Minimum Hours Per Week: 40
SUB—TOTAL, BID ITEM Al $3,391.60
Section: A2—WEEKLY CHARGES FOR FRINGE BENEFITS
Include the cost of holidays, vacations, sick leave, health
insurance,jury duty, funeral leave, life insurance, pensions and all
other fringe benefits for the 9 staff.
SUB—TOTAL, BID ITEM A2 $ -0-
Section: A3—WEEKLY CHARGE FOR CHEMICALS AND SUPPLIES
Include the cost of all chemicals and expendable supplies and
related supplies, such as detergents, germicides, cream cleansers,
cleaning cloths, vacuum cleaner bags, etc.
SUB—TOTAL, BID ITEM A3 $ 50.00
Section: A4—WEEKLY CHARGE FOR TOOLS AND EQUIPMENT
Include the cost of all tools and equipment used for Routine and
Floor Care Work such as vacuum cleaners, shampooers , buffers,
trash carts, safety equipment ,etc. and their associated
maintenance, service, replacement costs, etc.
SUB—TOTAL, BID ITEM A4 $ 50.00
Section: A5—WEEKLY CHARGE FOR OVERHEAD
Include all miscellaneous costs, such as bonds, bookkeeping,
uniforms, transportation, recruiting, clerical support, corporate
administration, liability insurance, automobile and general liability
insurance, on the job training licenses and fees, and all other
related overhead costs.
SUB—TOTAL, BID ITEM A5 $ 170.00
J:TRES NOTOCU MENTSTROPOSALST RES N 0005\FRESNO COUNTY\COUNTY OF FRESNO.DOC
Quotation No. 910-4169 Page 33
QUOTATIQN .SCHEDULE
ROUTINE SERVICES
Section: A6—WEEKLY CHARGE FOR PROFIT
Include all anticipated per—tax profits
SUB —TOTAL, BID ITEM A$ $ 129.00
Section: A7—TOTAL MAXIMIM WEEKLY CHARGE FOR ROUTINE
WORK
The total of BID ITEMS Al, A2, A3, A4,A5 &A6.
SUB—TOTAL, BID ITEM A7 $ 3,790.60
Section: A8—TOTAL MAXIMUM ANNUAL CHARGE FOR ROUTINE
WORK
BID ITEM A7 - multiplied by 52.0 weeks per year
SUB—TOTAL, BID ITEM A8 $197,111.20
Section: A9— Minimum Wage Increases:
Bidder to indicate additional monthly cost to reflect any minimum
wage increases over the life of the agreement or indicate N/A if not
applicable
Year 1 of contract: monthly N/A x 12 months= annual $ N/A
cost cost
Year 2 of contract: monthly 389.00 x 12 months= annual $ 4,668.00
cost cost
Year 3 of contract: monthly 389.00 x 12 months= annual $ 4,668.00
cost cost
Section: A10—Total Cost of A8 and A9 Total Annual Charge:
Year One (1) $197,111,20
*Year Two (2) $201,779.20
*Year Three (3) $206,447.20
*Only if there is an increase in the minimum wage.
i
i
i
' I
J.-TRESNOIDOCUMENTSTROPOSALSTRESN000051FRESNO COUNTYTOUNTY OF FRESNOLOC
Quotation No. 910-4169 Page 34
- QUOTATION SCHEDULE
SPECIAL PROJECTS
Special circumstances may require the Successful Bidder to provide Special Project services in
excess of the requirements covered in the Routine Service. Please quote the applicable rates
for the following services. Include the cost of all labor, material, supplies, equipment, etc.
PROJECT UNIT COST PER UNIT
B-1 Clean Air Conditioning Vents Each $1.00
B-2 Clean Light Fixtures Each $1.00
B-3 Wash Walls Per Square Foot $ .02
B-4 Shampoo Upholstery/Furniture Each $2.00
J:{FRESNOTOCUMENTSIPROPOSALS\FRESNOLnO51FRESNO COUNTYICOUNTY OF FRESNODOC
Quotation No. 910-4169 Page 35
BIDDER QUESTIONNAIRE
A. Bidder to Complete:
1. Business Name ABM JANITORIAL SERVICES, INC.
2. Address 4747 N. BENDEL# 104, FRESNO, CA 93722
3. Is business a Corporation Partnership or Individual Owned
'If incorporated, in which state? MARYLAND
If a partnership, list all partners
Is business operating as a franchisee? Yes ❑ No
If yes, list franchiser and number of years.
Current Staffing as of December 1, 2004: (Attach a separate sheet if necessary)
Number of full-time staff, classification and years of service:
TONY BAUTISTA— BRANCH MGR—25 YRS /JOE ROTHERMEL— DIST. REP—8 YRS
JOSE ESQUIVEL-OPERATIONS MGR— 16 YRS /COLIN LEBEL— SUPERVISOR — 14 YRS
JOSE JIMENEZ—SUPERVISOR— 12 YEARS /ALLEN JUAREZ—SUPERVISOR— 12 YRS.
Number of part-time staff, classification and years of service:
ok 1-4'\L10A'41ad-- AOaf4m
Specific time(s) Contractor expects to be on job-site each day:
5:00 PM TO 2:00 AM
J:IFRESN0160CUMENTSTROPOSALSTRESN012005TRESNO COUNTYICOUNN OF FRESN0.000
Quotation No. 910-4169 Page 36
BIDDER QUESTIONNAIRE
S. Bidder to Furnish:
1. A list of five (5) organizations or firms, addresses, contact persons, phone number and
approximate square feet cleaned for all previous customers for whom your services have
been discontinued for any reason within the last twelve (12) months,within the Fresno
area. (Form provided, page 47)
2. A list of seven (7) organizations or firms, address, contact person, phone number and
approximate square feet cleaned for current customers within the Fresno area. (Form
provided, page 46)
3. List vacation policy and paid holidays, if provided by your firm.
4. Provide a sample or photograph of the uniforms to be worn by your employees.
FAILURE TO PROVIDE WITH BID,RESPONSE MAY BE CAUSE TO REJECT BID.
C. The following to be provided if awarded contract:
1. A copy of your organization's Injury and Illness Prevention Program if awarded contract.
2. A copy of your last fiscal year financial statement if awarded contract.
3. A copy of your firm's Injury and Illness Prevention Program if awarded contract.
4. Your firm's organizational chart.
5. A time clock.
6. A copy of your training program.
J:IFRESNOTOCUMEN7SWROPOSALSTP,ESN0M05TRESNO COUNMCOUNTY OF FRESNO.DOC
Quotation No. 910-4169 Page 37
EXHIBIT A
CHEMICAL LIST
Bidder to Complete:
The Contractor shall list below all brands of chemical and equipment which will be used in the
performance of services and provide MSDA sheets (provided by the manufacturers) for all
chemicals used to perform services to the County Coordinator.
Chemicals Name Manufacturer
All-purpose cleaner ABM-ALL ECOLAB
Cleanser ABM — NEUTRAL ' ECOLAB
Glass Cleaner 520 NONE BUT YL ECOLAB
Acid Bowl Cleaner CBC PLUS ECOLAB
Scale, Remover EASY SCRUB ECOLAB
Stainless Steel Polish FIRST PHASE ECOLAB
Furniture Polish AWARD ECOLAB
Graffiti Remover CONQUEST ECOLAB
Disinfectant ABM 205 ECOLAB
Carpet Shampoo ABM 201 ECOLAB
Carpet Pre-Spray ABM 101 ECOLAB
Floor Stripper ABM PRO ECOLAB
Floor Wax HIGH SOLIDS ECOLAB-
Floor Sealer TAJ MAHAL ECOLAB
Spray Buff Maintainer ABM SPRAY BUFF ECOLAB
Other Chemicals ABM DEFOAMER ECOLAB
LIFT OFF ECOLAB
JAFRESNOTOCUMENTSTROPOSALSIFRESNOU005TRESN0 COUNTYICOUNTY OF FRESNO.DOC
Quotation No. 910-4169 Page 38
EXHIBIT B
EQUIPMENT LIST
Bidder to Complete:
List equipment that you are proposing to use:
Equipment Name Manufacturer
Standard Speed Floor Machine NOBLES
High Speed Buffing Machine TENANT
Upright Carpet Vacuum SANITAIRE QUICK KLEEN
Wet/Dry Vacuum TYPHOON ADVANCE GW6016
Carpet Extractor System CASTEX NOBLES
Other Equipment BAC PAC VACUUM COACH
J:TRESN0V=UMENTSIPROPOSALSTRESN012005TRESNO COUNTYICOUNTY OF FRESNODOC
Quotation No. 910-4169 Page 39
EXHIBIT C
EMPLOYEE WEEKLY WORK SCHEDULE
Routine Services—The Contractor's supervisor shall prepare and submit a weekly schedule of
area assignment(s) to the County Coordinator by Friday, prior to the scheduled work week, using
the format below:
Week Ending:
AREA/FLOOR EMPLOYEE NAME HOURS WORKED
ASSIGNED MON. TUES. WED. THU. FRI. SAT. TOTAL
SUPER.. 8 8 8 8 8 40
UTILITY 8 8 8 8 8 40
3RD-11 JANITOR 1 8 8 8 8 8 40
3RD-11 JANITOR 2 8 8 8 8 8 40
12 - 21 JANITOR 3 8 8 8 8 8 40
12-21 JANITOR 4 8 8 8 8 8 40
TOWER- JANITOR 5 8 8 8 8 8 40
OUTLYING
OUTLYING JANITOR 6 8 8 8 8 8 40
OUTLYING JANITOR 7 8 8 8 8 8 40
72 72 72 72 72 360
TOTALS
J:'TRESNOIDOCUMENTWROPOSALSIFRESN0120051FRESNO COUNT ACOUNTY OF FRESNO.DOC.
Quotation No. 910-4169 Page 40
EXHIBIT D
PLAZA STAFFING
Bidder to complete:
State the number of employees, their daily hours worked, how many days per week they work
and total hour per week for each employee.
Number of Hours Worked Days Worked per Hours Worked
Classification Employees per Day Week per Week
Supervisor 1 8 5 40
Full Time: 7 56 5 280
Custodian(s)
Part Time:
Custodian(s)
Full Time: 1 8 5 40
Floor Care
Custodian(s)
Part Time:
Floor Care-
Custodian(s)
TOTAL: 9 72 15 360
J:IFRESNOWCUMENTSTROPOSALSIFRESN0120051FRESNO COUNTMOUNTY.OF FRESNO.000 .
Quotation No. 910-4169 Page 41
EXHIBIT E
FLOOR CARE SCHEDULE
Vacuum clean traffic areas on carpeted floors one day each week. (Vacuum entire carpeted
area one day each week, such as underneath desks, chairs, between walls and filing cabinets,
behind doors and in corners and edges of carpet and wall). Moving furniture as needed. Check
carpet for spot cleaning, such as coffee, coke, candy and gum stains. Use stain and gum
remover for carpets.
Vendor to provide a schedule for vacuuming the entire floor or area:
Example:
Floors 21 through 18 will be entirely vacuumed on Mondays
Floors 17 through 14 will be entirely vacuumed on Tuesdays
Family Support 310P upper and lower will be entirely vacuumed on Wednesday
Floor/Area Day to be vacuumed
21st floor TUESDAY
19th floor TUESDAY
18th floor TUESDAY
17th floor TUESDAY
16th floor TUESDAY
15th floor TUESDAY
14th floor TUESDAY
12th floor TUESDAY
11th floor TUESDAY
10th floor TUESDAY
9th floor THURSDAY
8th floor THURSDAY
----- ------ Zth _.floor- ------- ---- --- . - ------- - _.. .. _..- ---- - - ------- ._---THURSDAY_ - -- ---- - ... --
6th floor THURSDAY
5th floor THURSDAY
4th floor THURSDAY
3rd floor THURSDAY
Lobby Upper DAILY
Lobby Lower/Courtrooms/offices/etc. THURSDAY
Family Support 310P -Upper& Lower THURSDAY
J:IFRESNOIDOCUMENTSIPROPOSALSTRESNOV005VRESNO COUNMCOUNTY..OF-FRESNO.DOC
Quotation No. 910-4169 Page 42
Family Support Annex 210P -Upper& Lower THURSDAY
Public Works-Upper & Lower THURSDAY
Elections THURSDAY
Probation THURSDAY .
Vendor to provide a schedule for quarterly shampooing of carpeted areas:
Floor/Area Quarterly shampooing of carpet
21 st floor 1 WEEK OF MAY, AUG., NOV., FEB
19th floor 15T WEEK OF MAY, AUG., NOV., FEB
18th floor 15T WEEK OF MAY, AUG., NOV., FEB
17th floor 1 WEEK OF MAY, AUG., NOV., FEB
16th floor 1ST WEEK OF MAY, AUG., NOV., FEB
15th floor 1 WEEK OF MAY, AUG., NOV., FEB
14th floor 2 NII WEEK OF MAY, AUG., NOV., FEB
12th floor 2 WEEK OF MAY AUG
.,, NOV:, FEB
11 th floor 2 NOWEEK OF MAY, AUG., NOV., FEB
10th floor 2 NO WEEK OF MAY, AUG., NOV., FEB
9th floor 2 NII WEEK OF MAY, AUG., NOV., FEB
8th floor 2 NII WEEK OF MAY, AUG_, NOV., FEB
7th floor 3 WEEK OF MAY, AUG., NOV_, FEB
6th floor 3 WEEK OF MAY, AUG., NOV., FEB
5th floor 3 WEEK OF MAY, AUG., NOV., FEB
4th floor 3mu WEEK OF MAY, AUG., NOV., FEB
3rd floor 3 WEEK OF MAY, AUG., NOV., FEB
- -- - Lobby-Upper --•-•--------- -- ------.-_--- --- - _3----WEEK OF MAY,-AUG., NOV., FEB--
Lobby Lower/Courtrooms/offices/etc. 3 WEEK OF MAY, AUG_, NOV., FEB
Family Support 310P -Upper& Lower 4 WEEK OF MAY, AUG., NOV., FEB
Family Support Annex 210P -Upper & Lower 4 WEEK OF MAY, AUG., NOV., FEB
Public Works-Upper& Lower 4 THwEEK OF MAY, AUG., NOV., FEB
Elections 4 IH WEEK OF MAY, AUG., NOV., FEB
Probation 4 WEEK OF MAY, AUG., NOV., FEB
J�\FRESNOIDOCUMENTSTROPOSALS\FRESN012005XFRESNOCOUNMCOUNTY OF.FRESNO.DOC. , w
Quotation No. 910-4169 Page 43
Vendor to provide a schedule for monthly scrubbing of restroom floors:
Example: Floors 16 to 21 = the 1' Monday of each Month.
Floor/Area Monthly Scrubbing
21 st floor 1 WEEK
19th floor 1 WEEK
18th floor 1 WEEK
17th floor 1 WEEK
16th floor 1 WEEK
15th floor 1ST WEEK
14th floor 2 WEEK
12th floor 2 NII WEEK
11th floor 2 WEEK
10th floor 2 ND WEEK
9th floor 2 NIIWEEK
8th floor 2 ND WEEK
7th floor 3 WEEK
6th floor 3 WEEK
5th floor 3 WEEK
4th floor 3Nu WEEK
3rd floor 3 WEEK
Lobby Upper 3 RD WEEK
Lobby Lower/Courtrooms/offices/etc. 4 WEEK
Family Support 310P -Upper & Lower 4 WEEK
Family Support Annex 21 OP -Upper& Lower 4 WEEK
Public Works-Upper& Lower 4 1 HWEEK
Elections -- - --- - - . - ---- 4WEEK- -
Probation 4 WEEK
Main Lobby upper and lower to be buffer 4 WEEK
weekly
All other entrance hard surface floors to be buffed weekly (21st floor, Family Support 310P upper
entrance, Public Works entrance, etc.)
J_TRESNOl000UMENTSIPROPOSALSTRESN0120051FRESNO.000NTY\C0UNTY.OF FRESNO,40C
Quotation No. 91 d-4169 Page 44
EXHIBIT F
SAMPLE CHECKLIST
Satisfactory Unsatisfactory Comments
Custodial Checklist
Employee
Date
Building/Floor
Floors Cleaning
Floors shall be free of dirt, dust trash and
excessive debris.
Sweep
Dust Mop
Damp Mop
Vacuum Carpet
Spot clean carpet
Shampoo carpet
Buff tile floors
Strip &Wax the floors
Baseboards
Restrooms
Restrooms shall be clean and sanitized. Free
of odors, scale and yellowing of
toilets/urinals/sinks
Urinals/inside & outside/pipes
Toilets/inside & outsidefiid/pipes
Sinks inside &outside/pipes/fixtures
Mirrors
Walls & comers
Partitions
Fixtures/pipes
Dispensers
Doors, threshold, chrome
Floor
Trash receptacle
Drinking fountain
1:TRESNOIQDCUMENTSTROPOSALSTRESN0120051FRESNO COUNTYICOUNTY.OF.FRESNO.DOC• - �•
Quotation No. 910-4169 Page 45
Satisfactory Unsatisfactory Comments
Custodial Checklist
Employee
Date
Building/Floor
Trash Removal
Glass cleaning
Glass shall be clean, nospots, dust or strikes
Windows
Interior
Exterior
Glass/Office areas
Dusting/Polishing/Cleaning
Furniture
Walls/fans/clocks, etc.
Ceiling tiles &fans
Screens
Window sills
Fixtures
Baseboards
Venetian Blinds
Door handles, thresholds, jams, etc.
Light fixtures
Telephones
other items
Misc. Cleaning
Light fixtures
Air conditioning vents/grills
Partitions
staiivira-s 8�handrails ---- -
Changing light bulbs
clean & organize janitorial closet
Fire Extinguishers
other assigned duties
Spot clean walls & carpets
Checklist
d:TRESNOOOCUMENTSTROPOSALSIFRESN0U0051FRESNOCOUNTMOUNTY OF-FRESNO.DOC.
Quotation No. 910-4169 Page 46
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST - CURRENT CUSTOMERS
Provide a list of at least seven (7) customers that have recently used vendor's similar
services/equipment within the Fresno Area. Be sure to include firm name, address, phone
number and approximate square footage cleaned.
Client Name: STATE FUND City: FRESNO
Contact: LEROI VANNUCCHI Phone No.: 559-433-2857
Numbers of
years: 12 Square Footage/Services Provided: 100,000
naY MATRnN JANIT R AL. CARPETS-r=10 - S
Client Name: FIG GARDEN FINANCIAL CENTER City: FRESNO
Contact: DIANE SIEVERS Phone No.: 559-227-1647
Numbers of
vears: 19 Square Footage/Services Provided:- 325,000
JANITORIAL. WINDOWS, CARPETS, FLOORS -
Client Name: FRESNO BEE City: FRESNO
Contact: PAUL MAHAN Phone No.: 559-441-1647
Numbers of
years: 6 Square Footage/Services Provided: 375,000
InnnTnelAl-F1.(�QRS WINI�nW CARPET.. - ------- -- ---
Client Name: FRESNO PACIFIC UNIVERSITY City: FRESNO
Contact: WENDY Phone No.: 559-453-2089
Numbers of
vears: 6 Square Footage/Services Provided: 200,000
JANITORIAL, CARPETS, WINDOWS, FLOORS
Client Name: DANA BUTCHER &ASSOCIATES City: FRESNO
Contact: DANA BUTCHER Phone No.: 559-446-2001
Numbers of
years: 6 Square Footage/Services Provided: 600,000
JANITORIAL, CARPETS, WINDOWS, FLOORS
Client Name: CITY OF FRESNO City: FRESNO
--- Contact: PEGGY HENRICKSEN - - Phone No.: 559-498-1121
Numbers of
vears 8 Square Footage/Services Provided: 600,000
JANITORIAL FLOORS CARPETS
Client Name: PELCO City: CLOVIS
Contact: GARY PETERS Phone No.. 559-292-1981
Numbers of
years: 6 MOS. Square Footage/Services Provided: 500,000
JANITORIAL. FLOORS CARPETS
Failure to provide a list of at least seven (7) customers may be cause for rejection of this
J:TRESNOIQOCUMENTSIPROPOSALSIFRESNM005TRESNO COUNTYICOUNTY OF FRESNOMOC
Quotation No. 910-4169 Page 47
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST - DISCONTINUED CUSTOMERS
Provide a list of at least five (5) customers that have discontinued vendor's similar
services/equipment within the Fresno Area. Be sure to include firm name, address, phone
number, and approximate square footage cleaned.
Client Name: COUNTY HEALTH-BRIX/MERCER City: FRESNO
Contact: CHRIS MARKUS Phone No.: 559-445-3249
Numbers of
years: 3 YRS Square Footage/Services Provided: 122,000
JANITORIAL, CARPET, FLOORS
Client Name: FRESNO IMAGING City: FRESNO
Contact: JACKIE Phone No.: 559-447-2699
Numbers of
years: 4 YRS Square Footage/Services Provided: 50,000
JANITORIAL CARPET FLOORS WINDOWS
Client Name: AARDEX City: FRESNO
Contact: BONNIE Phone No.: 303-327-4448
Numbers of
years: 3 YRS Square Footage/Services Provided: 150 000
JANITORIAL, CARPET, FLOORS WINDOWS
Client Name: DBSI City: FRESNO
Contact: KEVIN Phone No.: 559-333-6342
Numbers of
years: 5 YRS _ Square Footage/Services Provided: 100,000
JANITORIAL CARPET FLOORS WINDOWS
Client Name: ENCINO GRANDE City: FRESNO
Contact: CATHY Phone No.: 559-456-6300
Numbers of
years: 4 YRS S uare Footage/Services Provided: 75,000
JANITORIAL CARPET FLOORS WINDOWS
Client Name: City:
--- ------Contact:- - __—_- ---- ------------ ------Phone No.:----_—
Numbers of
years: Square Foota a/Services Provided:
Client Name: City:
Contact: Phone No.:
Numbers of
years: Square Footage/Services Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection of this
RFQ.
J:TRESNOVOCUMENTSIPROPOSALSTRESN01200WRESNOCOUNMCOUNTY OF,FRESNO.DOC.. .. _ .
CERTIFICA TE OF
INSURANCE
CERTIFICATE HOLDER
INSURANCE COMPANIES
COMPANY
A Continental Casualty Company
COMPANY
B Permissibly Self-Insured
INSURED COMPANY
ABM Janitorial Services-Northam California C National Union Fire Ins.Company
dba AMERICAN BUILDING MAINTENANCE CO. COMPANY
D
COMPANY.
E
This is to certify that policies of insurance listed below have been mauled to the insured named above end we in force et this time.
Notwithstanding any retlubarrlent,term or oondihon of any contract or other document with respect to which this certificate may be
Issued or may pertain.the muravnce afforded by 00 policies described herein is subject to all the leans,exclusions and oonditlom d
Company TLftttarype of Insurance PtlVcy Number Policy Umhs of Liability
GENERAL LIABILITY
X Commensal Form
X Elevator UaWlty
Buddy Injury $7,000,000 CSL
--2S_ Premseaoperations
X Explosion&Collapse
Hazard GL 502520134 11/01/01
X Underground Hazard
X Produts/Completed
A Operations Hazard
_X Contractual insurance facrlaf injury S Included Above
X Broad Form Property
Damage
Independent Contractor*
X Personal Injury
X Garage Keepers
1-1111:111tY
X Ownen.Cargraceo Property Damage $Included Above
Tenarlls&
UabiY[y,
AUTOMOBILE UA&UTY Bodily Injury
Comprohensiveil $1,000.000 A
Owned SUA 202520130 11/01/01
X Hired
X Non-Owrned PropanyDamsge $7,000.000
9 WORKERS COMPENSATION CenHlcete s1013 Continuous Statutory
EMPLOYERS'LIABILITY sama Until Canceled $500,000 each accident
C Employee DishonestytFldelity
Insurance 4439208 1itollol 51,500,000
"Additional Insured"statement attached,If required.
CANCELLATION: Should any of the above daecribed policies be cancelled before the
expiration data,the issuing company will endeavor to mall 30 aye written notice to the
above named cendiats holder,but failure to mail such notice shell impose no obligation or Authorized Signature '
llaWity of any Idnd upon the company,
BROKER
W1LUS CORROON OF CAUFORNIA 10130/02
P,O.Box 193995
Sm Frand CA 94119-V95DATE ISSUED FORM 1 CERTNO9303
PROPOSAL FOR FRESNO COUNTY PLAZA—NOVEMBER 2005
UNIFORMS ,Janitorial
Services
The appearance of your cleaning personnel makes a
statement about the facility itself. Professional, clean
uniforms and photo ID badges help contribute to your
desired image.
OUR JANITORS wear clean, neat uniforms bearing our logo
71, clearly identifying them as employees of ABM Uniforms are
made of a polyester-cotton blend for easy laundering. Our
�; . janitors are responsible for keeping their uniforms looking
clean and presentable each day when they check-in for work.
'•' Our national partnership with Cintas enables us to provide our
customers with an array of well-made, guaranteed high quality,
cleaning apparel to choose from, which includes:
• Smocks and aprons
• Shirts, knit shirts, stacks and trousers
• Windbreakers and parkas
SMOCKS AND APRONS
For an environment requiring standard cleaning apparel, we
recommend a cobbler apron. Cobbler aprons are made in a
poly/cotton poplin blend and designed in a pullover style with
snap side tabs and 2 pockets. Alternatively, we can provide a
full poly/cotton blend smock with a placket button front, or a
simple utility apron with an adjustable neck strap and tie back.
Aprons and smocks are usually worn over janitors' own
clothing, however knit shirts or cotton/poly poplin blend shirts
BENEFITs REALIZED are available to be worn as part of the uniform. All uniforms
clearly show the ABM Janitorial Services logo.
• Creating the right SHIRTS, SLACKS AND TROUSERS
Impression
• Enhancing after-hours For janitors working in high profile areas — such as a building
lobby -- more formal styles of uniform are available. A wide
security range of color and color combinations are offered, making it
possible to incorporate your building's colors and logo into'the
• Professionalism & pride design of the uniform. Knit cotton/poly blend polo shirts and
In your cleaning service trousers in medium weight cotton/poly blend twill create a
uniform which projects the image that janitors are part of the
building's personnel.
FRESNO COUNTY PLAZA NOVEMBER 2005 _4 I
1
r0 ABM Ja nibona!Services-2002
I
Janitorial
SONICO!
OUTERWEAR
•"� Fully lined, insulated lightweight windbreakers and medium '
weight parkas are available in 100% Supplex® nylon in a full
range of colors, bearing either the ABM or the customer's logo.
UNIFORM GUARANTY
All uniforms designed to be worn inside the building are made
from a good quality, long lasting, and cotton/polyester blend
which enables janitors to keep uniforms clean and presentable
easily. Outerwear is durable and weather resistant. Any
garment that does not meet our expectations of quality or fit,
or our customer's, may be returned within 30 days for
exchange, credit or full refund.
L •�µW+ IDENTIFICATION BADGE
rmnlrr hyin t
I,hngn M.I1r�t
��
1 ;."'."."" „., All of our janitors are issued with color photo identification
j I(lyn�-. (i.m Iwi„�
a,. ,,,, urv",,., badges showing our logo, the employee's name, social security
1.,IS h,.k number and physical description. Your staff will never feel H] at
MA:H
ease during the day or when working after hours, because they
are able to identify, at a glance, who is working in the building.
BENEFITS REALIZED
''- Because all our janitors wear professional looking, clean
:-X, uniforms and photo identification badges they present your
+}. + desired image to your staff. Our janitors are:
' ae� 1.t • Clean and in a
professional PPearance
�' • Easily identified by their uni form'bearing our logo or the
P.
F customer's logo
• Professionally attired in the appropriate uniforms, which
can be for a high profile building, or day-work In a lobby
• Wearing photo-identification badges giving clear
descriptions as to who they are
• Easy to identify by your staff members day or night
f
FRESNO COUNTY PLAZA • NOVEMBER 2005 2
0 ABM Janitorial Services•2002
CERTIFICATE OF DELIVERY OF DOCUMENT
am employed by the County of Fresno as a Deputy Clerk of the
Board of Supervisors. On January 24, 2006 1 delivered a copy of Agreement
No. 06-007 to the Chairman of the Fresno County Board of Supervisors.
Javier Flores
Deputy Clerk