Loading...
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