Loading...
CC - Item 4E - Award of Contract for Janitorial Services at Various City FacilitiesROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER DATE: MARCH 14, 2023 SUBJECT: AWARD OF CONTRACT FOR JANITORIAL SERVICES AT VARIOUS CITY FACILITIES The City of Rosemead utilizes contract services to perform routine janitorial maintenance at various City facilities, including administration buildings, community centers, and parks. The scope of services consists of the day-to-day cleaning of the listed City facilities including dust removal, cleaning of restrooms and floor surfaces, the removal of trash, and other cleaning services to maintain the facilities. The existing agreement with Base Hill is set to expire on March 31, 2023. A Request for Proposals (RFP) was released by staff on February 2, 2023, and on February 23, 2023, the City received four (4) proposals for Janitorial Services. Staff has reviewed the proposals for completeness, understanding of the scope of work, experience, and cost. Staff is requesting that the City Council authorize the City Manager to execute an agreement with Lincoln Training Center for Janitorial Services. The City's Janitorial Services Contractor performs maintenance at various City facilities, including administration buildings, community centers, and parks. The contractor is responsible for daily maintenance at the following facilities: • Administration Buildings: City Hall, Public Safety Center, Public Works Yard • Community Centers: Garvey Community Center and Rosemead Community Recreation Center • Parks: Jess Gonzalez Sports Complex, Garvey, Rosemead, and Sally Tanner, Zapopan Park In addition to the day-to-day cleaning, the contractor provides periodic cleaning services that include window, carpet, duct vent, high surface dust and fixtures, deep restroom cleaning, and hard surface floor cleanings to maintain the cleanliness and appearance of all facilities. The contractor is responsible for supplying all staff and materials necessary to provide the janitorial AGENDA ITEM 4.E City Council Meeting March 14, 2023 Page 2 of 4 services as described, as well as all consumable products (i.e. toilet paper, paper towels, etc.) for all facilities that are serviced under this contract. Since 2020 Base Hill has provided additional cleaning and disinfecting measures as requested by the city to reduce the potential risk of exposure and spread of COVID-19. Additional COVID cleaning services were not requested within the scope of services for the recently released RFP due to staff anticipating that Los Angeles County would be lifting their emergency order. On February 28, the Los Angeles County Board of Supervisors voted unanimously to end its COVID-19 emergency health order on March 31, 2023. An RFP for Janitorial Services for Various City Facilities was released on February 2, 2023, via the City's website and PlanetBids. On February 13, 2023, a mandatory pre -proposal meeting and facility walk-through were attended by four (4) interested firms. On February 23, 2023, the City received four (4) proposals via PlanetBids. Staff reviewed each proposal for completeness, understanding of the scope of work, experience, and cost. Janitorial Vendor, Pink Panther Cleaning Service, has been deemed unresponsive due to their submitted proposal being incomplete. Included below is a summary of all proposals received, organized by total annual cost: Staff performed a comprehensive evaluation of the proposals based on compliance with the RFP requirements including experience, understanding of scope of services, approach, and cost. Based on the evaluation, it was determined that Lincoln Training Center submitted the most qualified proposal demonstrating a firm understanding of the scope and substantial relevant experience providing services to municipalities. Despite being the lowest bidder, Genesis Staffing Firm, was not considered to be the most qualified bidder because the firm did not provide a clear approach and method to managing and delivering services and had the least amount of relevant experience. Genesis Staffing Lincoln Pink Panther Cleaning Service Platinum Firm Training Center (Deemed Cleaning Firm Moreno Valley, CA South El Monte, Unresponsive) Sherman Oaks, CA Los Angeles, CA CA Annual Cost Year 1 $197,771 $313,583 N/A $425,426 Annual Cost Year 2 $204,838 $331,048 N/A $450,951 Annual Cost Year 3 $212,160 $349,520 N/A $478,008 Staff performed a comprehensive evaluation of the proposals based on compliance with the RFP requirements including experience, understanding of scope of services, approach, and cost. Based on the evaluation, it was determined that Lincoln Training Center submitted the most qualified proposal demonstrating a firm understanding of the scope and substantial relevant experience providing services to municipalities. Despite being the lowest bidder, Genesis Staffing Firm, was not considered to be the most qualified bidder because the firm did not provide a clear approach and method to managing and delivering services and had the least amount of relevant experience. City Council Meeting March 14, 2023 Page 3 of 4 Lincoln Training Center (LTC) has provided janitorial services for more than fifty-nine (59) years and currently services over 35 custodial customers throughout the state. LTC has experience servicing business, commercial, and municipal clients such as the City of Clovis, City of Fresno, City of Montebello, City of Sacramento, County of Los Angeles, and the County of Yolo. Upon Council approval, the City Manager will enter into a contract with LTC to provide janitorial services for a three-year term, with an option to extend the contract for two (2) additional one-year periods. It is anticipated that the new contract will begin on April 1, 2023. STAFF RECOMMENDATION It is recommended that the City Council: 1. Authorize the City Manager to execute an agreement with Lincoln Training Center for Janitorial Services for Various City Facilities for a three-year term with the option to extend for up to two (2) additional one-year periods. The total annual compensation for the contract term is as follows: First Year (April 1, 2023 — March 31, 2024): $313,583 Second Year (April 1, 2024 — March 31, 2025): $331,048 Third Year (April 1, 2025 — March 31, 2026): $349,520 FISCAL IMPACT The funding for Janitorial Services at City Facilities is included in the approved Fiscal Year 2022-23 budget. STRATEGIC PLAN IMPACT None. ENVIRONMENTAL REVIEW This item is not defined as a project under the California Environmental Quality Act (CEQA); therefore, the proposed plan is not subject to CEQA. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. City Council Meeting March 14, 2023 Page 4 of 4 Prepared by: : D w<:A:: (2 anielle Gakia Public Works Fiscal and Project Manager Submitted by: Michael Chung, P.E. Director of Public Works Attachment A: RFP No. 2023-02 Attachment B: Lincoln Training Center Proposal Attachment C: Draft Agreement for Services Attachment A RFP No. 2023-02 CITY OF ROSEMEAD REQUEST FOR PROPOSALS NO. 2023-02 JANITORIAL SERVICES FOR VARIOUS CITY FACILITIES SUBMITTALS: Four (4) bound copies of the proposal and one (1) electronic PDF file of the proposal on a thumb drive in sealed envelope(s) must be received by the City of Rosemead's City Clerk's Office by: no later than 10:00 am Thursday February 23, 2023 or Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Proposals submitted through PlanetBids Vendor Portal shall be submitted no later than February 23, 2023 at 10:00 am CONTACT PERSON: Danielle Garcia City of Rosemead 8838 E. Valley Boulevard Rosemead, California 91770 (626) 569-2127, dgarcia@cityofrosemead.org PROPOSALS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE CONSIDERED. FACSIMILE AND E-MAIL PROPOSAL WILL NOT BE ACCEPTED. Please direct any questions or concerns regarding this RFP to Danielle Garcia, Public Works Fiscal and Project Manager via email: dgarcia(d,)cityofrosemead. org or the City's PlanetBids Vendor Portal by February 13, 2023, at 5:00 pm. Answers to submitted questions will be posted on the City's website and Planetbids by February 16, 2023. This RFP is posted on the City's website. Please review the requirements of the RFP and submit your proposal by the date specified. Issued by: Danielle Garcia, Public Works Fiscal and Project Manager City of Rosemead Page 1 CITY OF ROSEMEAD REQUEST FOR PROPOSALS FOR JANITORIAL SERVICES FOR VARIOUS CITY FACILITES A. OBJECTIVE The purpose of this Request for Proposals (RFP) is to select the most -qualified Contractor to provide general janitorial and custodial maintenance services for City administrative, recreation, and park facilities. A list of the facilities, product specifications, and bid cost forms for the required work are included as attachments to this request for proposals. B. BACKGROUND OF THE CITY The City of Rosemead is an urban suburb located in the San Gabriel Valley, 10 miles east of downtown Los Angeles. It is bounded on the north by the cities of Temple City and San Gabriel, on the west by Monterey Park, Alhambra, and the unincorporated Los Angeles County community of South San Gabriel, on the south by Montebello, plus by EI Monte and South EI Monte on the east. The City is 5.5 square miles (2,344 -acres) in size. According to the 2020 Census, the City had a population of 51,185. C. SCOPE OF SERVICES The purpose of this Request for Proposals (RFP) is to select a Contractor to provide janitorial services in accordance with the terms of this RFP. The Contractor's proposal must address how the indicated services will be delivered. The Contractor shall provide, at its expense, all labor, materials, equipment, tools, services, and special skills necessary to provide janitorial maintenance services. It is understood that all tasks and services, as noted in the bid cost forms (Attachment A), are to be conducted according to the sheet details for each facility. Services are to be performed on a daily or near daily basis, unless specified as a weekly, monthly, quarterly, bi-annually, or annually service as listed in the cost sheets. The term of the contract shall be for a period of three (3) years, with an option for renewal for two (2) additional one-year extensions, based on the Contractors performance. The City reserves the right to unilaterally terminate the contract at any time upon thirty (30) days written notice to the contractor. New additional buildings/facilities, as developed or assumed by the City, may be added to the maintenance contract. Such additional scope of work will be considered change orders to the initial contract, and the value will be based on unit prices provided in Attachment A, if applicable, and/or negotiated between the two parties of the contract. Project tasks shall include, but are not necessarily limited to the items noted below Page 2 1. FACILITIES TO BE MAINTAINED Janitorial services are to be provided at the identified facilities in Table 1. The facilities consist of general office space, breakrooms, conference/community rooms, recreational buildings, kitchen facilities, and restrooms. A map of City facilities and facility descriptions is provided as Attachment C. Table 1 Facility Total Square Feet Cleanings Per Week Map (Approximate)' Reference City Hall 18,000 5 Days/Week (M -Th, Sun) 3 Community 18,000 7 DaysNVeek (M -Su) Recreation Center Garvey Community Center 20,000 7 Days/Week (M -Su) Garvey Park 5,700 Garvey Park Recreation Office 3,500 Garvey Park Maintenance See Note 2 Room_ Garvey Park Restroom See Note 2 Gymnasium 5,700 Snack Bar Building — See Note 2 5 Days/Week (M -F) 2 Days/Week (M and W) 7 Days/Week (M -Su) 7 Days/Week (M -Su) 7 Days/Week (M -Su) 4 8 5 5 5 Restrooms Splash Zone —Pool Facility See Note 2 7 Days/Week (M -Su) 5 (May through Sept) Rosemead Park 2 Recreation 3,500 2 Days/Week 2 Build ing/Preschool/Restroom Snack Bar Building - See Note 2 7 Days/Week (M -Su) 2 Restrooms Rosemead Aquatic Center 5,700 7 Days/Week (M -Su) Rosemead Park Staff See Note 2 1 Day/Week Restroom Public Safety Center 4,000 7 Days/Week (M -Su) Sally Tanner Park See Note 2 7 Days/Week (M -Su) Zapopan Park Jess Gonzalez Sports See Note 2 See Note 2 2 7 7 Days/Week (M -Su) 6 7 Days/Week (M -Su) 10 Complex Public Works Yard 3400 3 Days/Week (Tu, Th, Su) 9 _.__ -_ L Contractor acknowledges that square footage approximations above are estimates and that it is the responsibility of the Contractor to verify square footage noted for each location. 2. Square footage shall be determined by the Contractor during the mandatory pre-bid meeting and facility walkthrough. Page 3 2. SCHEDULE OF CLEANING a. Daily Cleaning Services i. Solid Waste Collection and Removal. All trash, recycling, and organics receptables within workspaces and common areas shall be emptied into appropriate separate bins and returned to their original locations. Any soiled or torn plastic trash receptacle liners shall be replaced. Waste materials shall be collected in plastic bags. The Contractor shall pick up any trash that may fall onto the facility floors, countertops, cabinets, etc. or on public grounds during the removal of trash and recyclable materials. Tied plastic bags of trash and organics materials shall be deposited into the nearest, City provided, exterior waste collection point (blue container for trash and brown container for organic food waste). Recyclable materials shall be deposited into an exterior waste collection point (white container for recyclables) as loose materials and not within a plastic bag. The City's solid waste hauler does not accept plastic bags within the recyclables waste stream. The City's solid waste hauler currently accepts plastic bags within the brown — food waste only carts. Exterior organic food waste collection carts are located at three facilities: City Hall, Garvey Center, and the Public Works Yard. If the waste hauler should no longer accept plastic bags within the brown cart, Contractor agrees to no longer deposit plastic bags within the cart and coordinate with City on how to best modify the collection of organics from city facilities. ii. Floor Cleaning. Cleaning of carpet and hard surface floors shall be conducted at each location and date of service as stated on the provided cost sheets (see Attachment A). Regular services may include vacuuming carpet and sweeping and mopping hard surface flooring. All mops and buckets used in mopping operations need to be segregated and color coded to the area of the facility for which they are designated. Separate mops need to be used in restrooms, kitchens, and common areas. The mop identification system shall be done conspicuously and obviously. No mops or mop buckets shall be used in an area for which they are not designated. iii. Restroom Cleaninq. After service, the restrooms must be clean, sanitary and free of odors. Additionally, the restrooms must be stocked with sufficient paper supplies and soap to last until the next service. The following tasks shall be performed at a minimum to accomplish these results: Page 4 1) Clean and disinfect all surfaces of toilet bowls, urinals, lavatories, showers, dispensers, mirrors, chrome surfaces, and other such surfaces using a germicidal detergent. 2) Disinfect all surfaces of partitions, stalls, stall doors, and wall areas adjacent to wall -mounted lavatories, urinals and toilets. 3) De -scale toilet bowls and urinals. After de -scaling, the entire surface shall be free from streaks, stains, scale, scum, mineral deposits, and rust stains. Sweep and mop floors. All floor drains should be flushed not less than one time per week. NOTE: No hosing of any restroom floors shall be done, including parks. o Specifications for products are included in the Attachment B. iv. Low Surface Cleaning 1) Dust removal and fixture cleaning — Low Dusting is the removal of all dust, lint, litter, and dry soil from the surfaces of desks, chairs, file cabinets, book shelves, tables, and other types of office furniture and equipment from horizontal ledges, window sills, window coverings, hand rails, etc., to a line up to TO" above the floor including vent grills within these limits. A level of care shall be taken to complete dust removal services without disturbing personal work areas. 2) Glass/mirror regular cleaning — regular glass cleaning is to be performed daily and includes spot cleaning all glass desk tops, walls, partitions, interior office windows, interior and exterior door glass (and areas directly connected to such), display cases, directory boards, draft shields on windows, mirrors and adjacent trim. After glass cleaning, there shall be no traces of finger prints or smudges. 3) Clean All Fixtures (i.e. drinking fountains, counters, etc.). After cleaning, all fixtures shall be free from streaks, stains, spots, smudges and other obvious soil. 4) Kitchens — Some facilities have kitchenettes and two facilities have full kitchens. On each site visit, kitchen counters and sinks shall be wiped free of debris, trash shall be removed and floors shall be tended to as described above in Section 2.a.ii. Sinks and faucets shall be cleaned as described in Section 2.a.iv.3. 5) Clean Walk -off Mats. Carpet -type entrance mats shall be vacuumed to remove soil and grit. Rubber or polyester entrance mats shall be swept, vacuumed, or hosed down outside to remove soil and grit. Soil and moisture underneath entrance mats shall be removed and mats returned to their normal location. V. Miscellaneous Tasks 1) Notification of burnt out or non-functioning lamps, light bulbs and tubes, and of electrical issues. Contractor shall visually inspect the area at each cleaning service and provide a list of deficient items to the City whenever issues are found. 2) Visual Inspection/Reporting of deficiencies/damage/etc. Contractor and employees shall report to City Staff any deficiencies, hazardous Page 5 conditions, damage, graffiti, etc. that is encountered throughout provision of services within 24 hours. 3) Turn off all lights to offices and areas with manual switches after servicing. 4) If the City's Facilities Supervisor, or designee, reasonably determines that a significant aspect of a required service was not adequately performed, the Contractor will be required to return to the affected facility within one (1) hour of notification to complete the service or correct the deficiency. 5) Any other janitorial -related service that is determined to be necessary and urgent for health/safety concerns shall be addressed within three hours of notification by City to Contractor. Additional charges will be allowed based on agreed upon hourly rates. b. Periodic Cleaning Services The following periodic cleaning Services shall be provided on a frequency as noted in the cost forms for each facility in Attachment A. The actual dates for all Periodic Cleaning Services shall established at the beginning of each contract year (April 15t) by written notice of proposed schedule for the next upcoming fiscal year. Once approved by City staff, the contractor must submit in writing any requests to deviate from approved schedule. High Surface Cleanings 1) High Cleaning. High Cleaning tasks shall be scheduled and accomplished as noted in Attachment A, for each building as a supplement to general cleaning services. These services consist of high dusting and cleaning of ventilator registers. 2) High Dusting. Removal of all dust, lint, litter, spider webs, etc., from all walls, sills, ledges, furnishings, ceilings, etc., TO" above the top of the floor surface to the ceiling. All window blinds, where installed, are also included in high dusting. 3) Clean Ventilator Registers. After cleaning, the registers will be clean and un -streaked and the surrounding wall and ceiling areas shall be free of dirt, dust, grime, etc. 4) Glass Cleaning. Thorough interior and exterior glass cleaning shall be scheduled and accomplished as noted in Attachment A, for each building on a schedule submitted by the Contractor and approved by the City. This includes all glass, including windows regardless of height, skylights, etc. Floor Waxing. All appropriate hard surface floors shall be waxed/buffed according to the approved annual schedule as established each year in July. Page 6 1) For floors that require waxing, the old wax must be stripped and the floors must be sealed from the floor before the new wax is applied 2) Waxing/buffing includes combination techniques of dry buffing, spray buffing, stripping, and waxing to achieve required results. 3) Floors must be cleaned thoroughly before waxing and buffing. Upon completion of waxing/buffing, all wax, dust, other residues shall be removed and walls, coving, baseboards, and other furnishings in and around the area shall be cleaned and free from residue related to this activity. All furnishings shall be returned to proper positions. 4) Tile Floor Cleaning shall include cleaning grout lines. Grout lines shall be cleaned and maintained on a scheduled and accomplished as noted in Attachment A, for each building. Grout lines shall also be resealed quarterly. 5) Some floors in some facilities are no -wax floors and shall be cleaned according to the specifications provided by project manager. iii. Carpet Shampooing. All Carpets shall be cleaned and shampooed during the final week of the calendar year (in general between the dates of December 26 — December 31), and for some facilities additional cleanings may be called for which should be set in the schedule that will be submitted each April 1st. Seasonal facilities may require alternate dates. A combination of techniques, including steam and wet/dry solution cleaning, may be used to achieve the required results. After shampooing, all solutions shall be vacuumed from the carpet surfaces and removed from the walls, coving, baseboards, and other furnishings in and around the area shall be cleaned. All furnishings shall be returned to their proper locations. Upon completion of cleaning and shampooing all carpets, all walls, coving, baseboards, and other furnishings in and around the area shall be cleaned and free from residue related to this activity. Additional carpet cleanings shall be provided for the agreed upon price per the submitted quote, if/when requested. 3. CONSUMABLE PRODUCT COST Required as part of this proposal is a cost for all consumable items for cleaning and restocking. The City elects to include the provision of these consumable items in the contract with the chosen company. Prices should be considered carefully to ensure that adequate funding will be included in the Contractors proposed costs. a. Consumable products to include: Page 7 • Deodorized Urinal Screens • Germicidal detergent • Urinal Cartridges for Waterless Urinals • Hand Soap • Paper Towels • Toilet Paper • Toilet Seat Covers • Floor Treatment (Full Court) 4. SCHEDULE/ WORKING HOURS Contractor shall provide to the City an annual schedule, showing the estimated times for daily performance at each facility, as well as dates and times for required periodic cleanings by facility. Working hours shall vary by location (see included Facility Descriptions). Cleaning shall not be scheduled earlier than thirty (30) minutes after the end of normal business hours of any facility and must be completed before the start of each business day as posted at each facility. Standard operating hours for all facilities are included in the enclosed facility descriptions. These times are provided for information only and may be subject to change. C. The contractor shall monitor the City website, and work with City staff, to ensure that daily and periodic cleaning is not performed during scheduled City meetings. Example; no cleaning shall occur at City Hall during Council Meetings which are held every second and fourth Tuesday evening. These meetings begin at 7:00 pm and can sometimes last until 12:00 am. The Contractor shall maintain a schedule for all additional services for each facility including floor cleaning, waxing, carpet cleaning, window washing and any other cleaning operation. A report shall be submitted monthly describing the additional services that were completed, including the location and the date of service. e. In the event an evening meeting or event is being conducted in a facility, the Contractor shall be responsible for proper cleaning of the used area, provided the meeting ends by midnight. All cleaning shall be completed before the start of next normal business day. A standing weekly meeting shall be scheduled at the contractor's convenience to review the performance and to discuss any issues with the contractor. The contractor's project manager shall be present at all weekly meetings. When deemed necessary, the City may require additional meetings with the contractor's management. Page 8 g. Should any City facility become inactive or have an altered schedule for a period of seven (7) days or more, the City may request, in writing, an interruption of custodial services. The City shall specify, in writing, the duration of the interruption and request services to cease. Upon the interruption of services, the City shall not be invoiced for services not rendered. 5. PERFORMANCE STANDARDS a. It is the objective of the City to obtain full cleaning performance in accordance with the terms of this RFP and ensuing contract, at the highest quality standards of work. All work is to be performed in a professional, workmanlike manner using quality equipment and materials to achieve the desired standards, resulting in all identified premises being maintained with a crisp, clean appearance. b. City staff shall contact the Contractor by telephone, fax, or email to notify them of performance issues. City staff shall also notify the Contractor of written complaint(s) received from building occupants. Complaints regarding performance or character of the Contractor's employees shall be mitigated immediately by the Contractor. Contractor shall provide City with a contact number to reach a representative of company at any time. C. City staff will maintain a file of incoming complaints whether they are delivered in writing, orally, or by telephone. This file shall contain the date, time, building, name and phone number of the person making the complaint, and a copy of the notification letter and email or fax record of delivery. d. Achieving the desired performance standards require that any identified problems with contractor performance be responded to in a timely manner. Major problems require immediate attention and shall be responded to and corrected within two (2) hours. Examples of major problems include but are NOT limited to: Toilets not being cleaned, insufficiently stocked paper products in large areas, offices not cleaned, trash not removed, Organics/Recycling/Trash deposited in the incorrect exterior bins, employees not wearing an ID and/or uniform, and any other problems, identified by the City's project manager that is deemed to hinder the operations of any City facility. Minor problems require correction during the next normal cleanup day and may include but are NOT limited to: A trash can that is not emptied, a small area not vacuumed, or toilet paper being out in one stall. A continuous and persistent record of complaints orfailure by the Contractor to respond to specific complaints as stated above, as well as preventing continuing occurrences of such complaints may result in deductions of Page 9 invoiced payments as liquidated damages as outlined below. e. Failure to clean an entire building or site shall result in a separate deduction for nonperformance. After three (3) occurrences of nonperformance within a 12 -month period, the City, at its discretion, may begin default proceedings. No new work of any kind shall be considered an extra unless a separate estimate is given for said work and the estimate is approved in writing by the City before the work is commenced. The Contractor will be required to provide before and after photographs of safety items or emergency repairs which, out of necessity, were made without prior City approval. Contractor billing shall be done on a timely basis. The successful bidder shall submit monthly invoices for work completed in the previous month. Liquidated Damages - Failure of the Contractor to respond to reported problems within the time limits established above shall result in the following deductions from invoiced payments: Major problems not responded to within the established time limits will result in a deduction of 10% of the monthly cost of cleaning the entire building; ii. Minor problems not responded to within the established time limits will result in a deduction of one (1) day's cost of cleaning for the entire building experiencing the problem; iii. Nonperformance, (constitutes an entire facility not cleaned for one or more scheduled cleanings) deductions shall be equal to 100% of the monthly charge for the missed facility; iv. Continued reporting of major and minor compliance failures of 5 or more for any month will result in a 10% deduction of the total monthly contract cost, regardless of the timeliness of the corrections; v. Inspection reports (completed by City staff) for a one-month period will be reviewed at the first meeting of the following month. Should these inspection reports indicate an overall unsatisfactory rating for the prior month; the City may impose a 10% deduction of the total monthly contract cost on the next payment. 6. CONTRACTOR PERSONNEL REQUIREMENTS Contractor shall furnish to the City a list of any and all personnel assigned to this contract and who will be working in any City facilities. This list shall be updated immediately with any changes and remain current at all times. Only persons officially employed by the contractor shall be permitted within City facilities. No persons who are not employed by contractor shall Page 10 accompany the contractor or any employee of the contractor during the provision of services under this agreement. Violation of this term will be grounds for termination of contract. b. Contractor shall furnish, at their expense, a background investigation of all personnel assigned to this contract. The background investigation may either be furnished by the contractor or completed by the City at the expense of the contractor. C. All personnel shall be identified by a uniform of the contractor. Uniform may be as simple as a shirt bearing the name of contractor. Additionally, all personnel must carry an identification card identifying them as an employee of contractor at all times while in a City facility. d. Each crew of workers, which is defined as an individual or group of employees of contractor working without supervisory personnel present, shall include at least one individual who speaks the English language proficiently. 7. FACILITY ACCESS Contractor and its employees will be self-reliant to access each of the City's facilities to perform services. This will include the City providing to Contractor all necessary: • Keys • Door Codes • Alarm Codes These items are property of the City and are loaned to Contractor only during the period of this contract. Contractor will be responsible for all items once issued by the City. The City will charge contractor a sum of $100 for the replacement of any lost keys. Any lost keys must be reported to the City within 24 hours. Contractor will be provided training on the alarm systems operations at all facilities. Once trained, it will be the responsibility of the contractor to ensure that all staff are utilizing alarm systems properly. Contractor will be responsible for any false alarms caused by improper use of alarm systems and may be liable for liquidated damages. Contractor shall secure all facilities, including locking all exterior doors and setting all alarms, at completion of services. Page 11 D. PROPOSAL SUBMISSION Electronic or Hardcopy proposals will be accepted as follows: Hardcopy Proposal Submittals: Four (4) bound copies and one (1) electronic PDF file on flash drive or CD of the proposal in sealed envelope(s) Hardcopy proposals shall be addressed to: City of Rosemead -City Hall City Clerk's Office 8838 E. Valley Blvd. Rosemead, CA 91770 Attn : Ericka Hernandez, City Clerk Electronic Proposal Submittals: Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Proposal submittal due date is: February 23, 2023, at 10:00 a.m. Late proposals will not be accepted. E. CONTRACTOR SELECTION SCHEDULE Release of Request for Proposals: Mandatory Pre -Bid Meeting and Walkthrough: Deadline to Submit Questions: Response to Questions: Proposals Due: Tentative City Council Award: First Day of Contract Service: February 2, 2023 February 13, 2023 February 14, 2023 February 16, 2023 February 23, 2023 March 14, 2023 April 1, 2023 F. STANDARD CITY CONTRACT AND INSURANCE REQUIREMENTS City's Draft Services Agreement is provided as Attachment D. Please review and provide any comments you have. City does not guarantee that any revisions to contract will be accepted. Page 12 G. PERFORMANCE BOND The selected contractor shall provide a performance bond in the amount of the contract, as specified in the attached Draft Services Agreement. H. EVALUATION PROCESS & CONSULTANT SELECTION METHODOLOGY Proposals will be evaluated on the basis of the response to all provisions of this RFP. The City of Rosemead may use some or all of the following criteria in its evaluation and comparison of the proposals submitted. The criteria listed below are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance: 1) Responsiveness to the Scope of Services 2) Approach and methods for managing the contract and delivering services. 3) Previous Experience with Governmental/Institutional Client and References/Previous Performance 4) Qualifications to Provide Service 5) Cost I. PROPOSAL SUBMITTAL FORMAT Proposal shall be submitted in the format specified below: Cover Letter A cover letter should summarize key elements of the proposals. The letter must be signed by an individual authorized to bind the contractor. The letter must stipulate that the proposed pricing shall be valid for a minimum of three (3) years. Indicate the address and telephone number of the contractor's office located nearest to Rosemead, California, and the office from which the contract will be managed. Contract Organization and Staffing Describe your approach and methods for managing the contract. Provide an organizational chart showing all proposed contract team members. Describe the responsibilities of each person on the contract team. Identify the Contract Manager and the person(s) who will be the key contact(s) with the City of Rosemead. Indicate how many hours (aggregate hours of all cleaning staff on site) will be devoted to the contract by task at each location. Please include resumes for key members of the contract team with particular emphasis on their experience and professional affiliation. Related Experience Describe recent, directly related, public agency experience. Include on each listing the name of the agency; description of the work done; primary agency contact, address and telephone number; dates for the contract; name of the contract director Page 13 and/or manager and members of the proposed contract team who worked on the contract, as well as their respective responsibilities. At least three company references should be included. For each reference, indicate the reference name, organization affiliation, title, complete mailing address, and telephone number. The City of Rosemead reserves the right to reference check any and/or all of the organizations or individuals listed. Cost Data The provided bid cost forms (Attachment A) must be completed and submitted electronically for all listed facilities/parks for which janitorial maintenance services are required as part of a complete submission. Addenda Acknowledgement If any Addenda is issued by the City, they shall be acknowledged in this section. J. MANDATORY PRE -PROPOSAL MEETING AND FACILITY WALKTHROUGH All parties submitting proposals are instructed to attend a mandatory pre-bid meeting and facility walkthrough. The meeting is scheduled for Monday. February 13, 2023, at 9:00 a.m. at Rosemead City Hall Council Chambers, 8838 E. Valley Boulevard, Rosemead, CA 91770. Present at this meeting will be representatives of the City of Rosemead Public Works Department. The purpose of this meeting is to familiarize contractors with the scope of work and facilities where this work will be performed, and to answer any questions which may arise prior to submitting proposals. A guided walkthrough of the main City facilities will be provided at that time as well as an example of a typical parks facility. Proposers will also be encouraged to visit any and all remaining facilities during business hours included in the attachments. Attendance at this meeting and walkthrough is MANDATORY for those wishing to submit proposals. Failure to attend the pre-bid meeting and walkthrough shall result in the disqualification from the RFP process. K. PROTEST PROCEDURES This section sets forth the protest remedies available with respect to the RFP. Each prospective consultant, by submitting its Proposal, expressly recognizes the limitation on its rights to protest contained herein, and expressly waives all other rights and remedies. Each prospective consultant agrees that the decision on any protest, as provided herein, will be final and binding on the protestant. All protests and related statements described in this section shall be submitted to: City of Rosemead -City Hall 8838 E. Valley Blvd. Rosemead, CA 91770 Attn: Ericka Hernandez, City Clerk Page 14 L. DEBRIEFING Proposers who submit a proposal in response to the RFP shall be notified in writing when the proposer was not selected to receive further consideration. M. PUBLIC RECORDS ACT Proposals may be subject to public disclosure under the California Public Records Act and other public records laws, and by submitting a proposal, the proposer waives all rights to confidentiality of any information submitted in the proposal and agrees to any and all such disclosures required or permitted by law. Proposals become the property of the City when submitted and by submitting a proposal, the proposer agrees that the City may use any information, documentation or writing contained in the proposal for any the City purpose. N. PRE -CONTRACTUAL EXPENSES RESPONDING TO THE RFP PREPARATION The City is not be liable for any pre -contractual expenses incurred by any proposer or by any selected consultant. Each proposer shall protect, defend, indemnify, and hold harmless the City from any and all liability, claims, or expenses whosever incurred by, or on behalf of, the entity participating in the preparation of its response to this RFP. Pre -contractual expenses are defined as expenses incurred by proposers and the selected consultant, if any, in: • Preparing and submitting information in response to this RFP • Negotiations with the City on any matter related to this procurement • Costs associated with interviews, meetings, travel, or presentations • All other expenses incurred by a proposer/consultant prior to the date of award and a formal notice to proceed. The City reserves the right to amend, withdraw and cancel the RFP. The City reserves the right to reject all responses to this request at any time prior to contract execution, or only award a partial ATTACHMENTS: Attachment A — Bid Cost Forms Attachment B — Product Specifications Attachment C — Map of City Facilities and Facility Descriptions Attachment D — Professional Services Agreement Template and Insurance Requirements Page 15 ATTACHMENT A (SEE EXCEL FILE) RESTROOM CONSUMABLE PRODUCTS — SPECIFICATION The following items are specified for use as the consumables for the Restrooms. Contractor will bid based on furnishing these items. The City reserves the right to accept a product, at the contractor's request, that is approved as an equal. Toilet Paper— Optima 2 -Ply Paper Towels - Optima Paper Multi -fold Towels Optima Rolled Paper Towels Urinal Cartridge - Must be compatible with Falcon Waterfree Technologies The following items are required for use in the course of providing Janitorial Services to the City of Rosemead. A particular product is not being specified, however, the City reserves the right to approve the use of any product. Deodorized Urinal Screens Antibacterial Hand Soap Toilet Seat Covers Emerson Place City of Rosemead MAP OF CITY FACILITIES O Fern Avenue M n SAN BERNA °sm a' a E a 7A, an Street • City Facilities 7. Public Safety Center FREEWAY 8301 Garvey Avenue 8. Garvey Community Center 9108 Garvey Avenue 9. Public Works Yard 2714 River Avenue 10. Jess Gonzalez Sports Complex 8471 IOingennan Street N 1 1. Salty Tanner Park 8343 E. Mission Drive 2. Rosemead Park oaa 4343 Encinita Avenue 3. City Hall 8838 E. Valley Boulevard 4. Rosemead Community Recreation Center 3936 N. Muscatel Avenue 5. Garvey Park g 7933 Emerson Place 6. Zapopan Park a 3018 N. Chadotte Avenue 7. Public Safety Center FREEWAY 8301 Garvey Avenue 8. Garvey Community Center 9108 Garvey Avenue 9. Public Works Yard 2714 River Avenue 10. Jess Gonzalez Sports Complex 8471 IOingennan Street N 1 Rosemead City Hall 8838 E. Valley Blvd Rosemead, CA 91770 Building Statistics Approximately 18,000 square feet Primarily office/administrative space 9 Bathrooms 2 Kitchenettes Hours of Operation Monday — Friday: 6:00 a.m. - 7:00 p.m. Days for Cleaning Monday, Tuesday, Wednesday, Thursday, Sunday (5x Week) Rosemead Community Recreation Center 3936 N. Muscatel Avenue Rosemead, CA 91770 Building Statistics Approximately 18,000 square feet Commercial Kitchen 5 Restrooms Multipurpose Spaces (5) Offices Hours of Operation Monday — Thursday - 7:00 a.m. — 9:00 p.m. Friday — Sunday 7:00 a.m. — 12:00 a.m. Days for Cleaning Monday — Sunday (7x Week) Garvey Community Center 9108 E. Garvey Avenue Rosemead, CA 91770 Building Statistics Approximately 20,000 square feet Commercial Kitchen 7 Bathrooms (includes preschool restroom) Offices Meeting Rooms Hours of Operation Monday — Thursday - 7:00 a.m. — 9:00 p.m. Friday — Sunday — 7:00 a.m. — 12 a.m. Days for Cleaning Monday — Sunday (7x Week) Garvey Park 7933 Emerson Place Rosemead, CA 91770 refs :' + 7 Facility Statistics The park includes 6 Facilities to be serviced as a part of this contract. The services for Garvey Park are comprised of: • Recreation Building • Maintenance Room • Splash Zone Pool Facility • Snack Bar Building - Restrooms • Garvey Gymnasium • Garvey Park Restrooms 1 �P s r Facility Statistics The park includes 6 Facilities to be serviced as a part of this contract. The services for Garvey Park are comprised of: • Recreation Building • Maintenance Room • Splash Zone Pool Facility • Snack Bar Building - Restrooms • Garvey Gymnasium • Garvey Park Restrooms 1 �P Facility Statistics The park includes 6 Facilities to be serviced as a part of this contract. The services for Garvey Park are comprised of: • Recreation Building • Maintenance Room • Splash Zone Pool Facility • Snack Bar Building - Restrooms • Garvey Gymnasium • Garvey Park Restrooms 1 Garvey Park Recreation Office: • Approximately 3,500 sf of Office Space, Multipurpose Rooms (2: 1 small and 1 large), 2 Bathrooms, Kitchenette • Hours of Operation - Monday — Friday 6:00 a.m. — 6:00 p.m. • Days for Cleaning - Monday — Friday (5x Week) Garvey Park Restrooms: • Building Statistics — 2 Restrooms • Hours of Operation - Monday— Sunday 7:00 a.m. — 10:00 p.m. • Days for Cleaning - Monday — Sunday (7x Week) Garvey Park Maintenance Room: • Building Statistics — 1 Restroom • Hours of Operation - Monday— Friday 7:00 a.m. —6:00 p.m. • Days for Cleaning —Monday, Wednesday (2x Week) Snack Bar Building - Restrooms • Building Statistics - 2 Restrooms • Hours of Operation - Monday— Sunday: 7:00 a.m. — 10:00 p.m. • Days for Cleaning -Monday —Sunday (7x Week) Splash Zone — Pool Facility • 2 Locker Rooms / Bathrooms and Office Space • Hours of Operation - Operates: May 1 — October 1 o Monday— Sunday: 8:00 a.m. — 6:00 p.m. o Tuesday & Thursday: 6:00 p.m. —8:00 p.m. • Days for Cleaning -Monday —Sunday (7x Week) Gymnasium • 5700 square feet open gym space, 2 restrooms • Hours of Operation - Monday— Friday 2:00 p.m. — 10:00 p.m. Saturday— Sunday 8:00 a.m. — 10:00 p.m. • Days for Cleaning - Monday — Sunday (7x Week) Rosemead Park 4343 Encinita Ave Rosemead, CA 91770 Facility Statistics The park includes 4 Buildings to be services as a part of this contract. All cleaning services for this park will be bid under the item defined as "Rosemead Park" The services for Rosemead Park are comprised of: • Rosemead Aquatic Center • Rosemead Park Staff Restroom • Recreation Building/Preschool/Restrooms • Snack Bar Building - Restrooms Recreation Building/Preschool/Restrooms: • Building Statistics - Approximately 3,500 sf of Office Space, Multipurpose Room, 2 Bathrooms • Hours of Operation - Monday— Friday 7:00 p.m. —6:00 p.m. Restrooms Monday— Sunday 7:00 a.m. — 10:00 p.m. • Days for Cleaning —Wednesday, Sunday (2x Week) Rosemead Aquatic Center • Building Statistics - 5700 square feet, 2 Locker Rooms / Bathrooms, Staff Restrooms, Office Space • Hours of Operation o Monday — Friday: 7:00 a.m. — 8:30 p.m. o Saturday 7:00 p.m. —4:30 p.m. o Sunday 11:30 a.m. —4:30 p.m. • Days for Cleaning - Monday— Sunday (7x Week) Rosemead Park Staff Restrooms • Building Statistics - 1 Bathroom • Hours of Operation - Monday — Friday: 7:00 a.m. — 6:00 p.m. • Days for Cleaning -Monday (1x Week) Snack Bar Building - Restrooms • Building Statistics - 2 Bathrooms • Hours of Operation - Monday— Sunday: 7:00 a.m. — 10:00 p.m. • Days for Cleaning - Monday — Sunday (7x Week) Public Safety Center 8301 Garvey Avenue Rosemead, CA 91770 Public Safety Center: Approximately 4,000 sf of Office Space, Multipurpose Room, 2 Bathrooms, Kitchen Hours of Operation Monday — Friday - 7:00 a.m. — 6:00 p.m. Saturday 10:00 a.m — 2:00 p.m. Days for Cleaning Monday — Sunday (7 x Week) Sally Tanner Park 8343 Mission Dr Rosemead, CA 91770 Sally Tanner Park Restrooms Building Statistics 2 Restrooms Hours of Operation Monday — Sunday: 7:00 a.m. — 10:00 p.m. Days for Cleaning Monday — Sunday (7x Week) Zapopan Park 3018 N. Charlotte Avenue Rosemead, CA 91770 Zapopan Park Restrooms Building Statistics 2 Restrooms Hours of Operation Monday — Sunday: 7:00 a.m. — 10:00 p.m. Days for Cleaning Monday — Sunday (7x Week) Jess Gonzalez Sports Complex 8471 Klingerman Ave Rosemead, CA 91770 Building Statistics 2 Bathrooms Hours of Operation Monday — Sunday: 7:00 a.m. — 10:00 p.m. Days for Cleaning Monday — Sunday (7x Week) Model Agreement CITY OF ROSEMEAD AGREEMENT FOR SERVICES PARTIES AND DATE. This Agreement is made and entered into this day of , 20_ by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and [insert Name of Company], a [insert type of entity - corporation, partnership, sole proprietorship or other legal entity] with its principal place of business at [insert address] (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as "Party" and collectively as `Parties" in this Agreement. 2. RECITALS. 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain maintenance services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing [insert type of services] services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project. City desires to engage Contractor to render such services for the [insert Name of Project] (`Project') as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the Owner all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional [insert type of services] maintenance services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from [insert start date] to [insert ending date], unless earlier terminated as provided herein. Contractor shall A-1 complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates [insert Name or Title], or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates [insert Name or Title], or his or her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative'). Contractors Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, ►_dW techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance. 3.2.9.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement. A-3 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws'), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond. If specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any FWAIM, bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Agreement (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Agreement for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit C attached hereto and incorporated herein by reference. The total compensation shall not exceed [insert written dollar amount] ($[insert numerical dollar amount]) without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any A-5 work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished ON Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: [Insert Name] [Insert Address] [Insert City, State zip] Attn: [Contact Person] CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: [Insert Name & Department] Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including A-7 without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.6 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this I-:1 Agreement 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.21 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [signatures on next page] F-Alu CITY OF ROSEMEAD 0 Ben Kim, City Manager Attest: Ericka Hernandez City Clerk Approved as to Form: Rachel Richman, City Attorney A-11 [INSERT NAME OF CONTRACTOR] Name: Title: [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] EXHIBIT A SCOPE OF MAINTENANCE SERVICES [insert scope] A-12 EXHIBIT B SCHEDULE OF MAINTENANCE SERVICES [insert schedule] EXHIBIT C COMPENSATION [insert rates & authorized reimbursable expenses] C-1 EXHIBIT D INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance: Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 combined single limit per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Contractor shall submit to Agency, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of Agency, its officers, agents, employees and volunteers. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any D-1 reason; Pay on behalf of wording as opposed to reimbursement; Concurrency of effective dates with primary policies; and Policies shall "follow form" to the underlying primary policies. Insureds under primary policies shall also be insureds under the umbrella or excess policies. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Requirements not limiting: Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. Acceptable insurers: All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the Agency's Risk Manager. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: Contractor agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010. Contractor also agrees to require all contractors, and subcontractors to do likewise. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. M% 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over' claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor' (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. D-3 Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11.Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16.Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. D-4 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible forensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. D-5 Attachment B Lincoln Training Center Proposal TRAININGUNTER PROPOSER'S NAME: Lincoln Training Center TITLE OF SERVICE: City of Rosemead Request for Proposals No. 2023-02 Janitorial Services for Various City Facilities LOCAL ADDRESS: 2643 Loma Avenue South El Monte, CA 91733 PHONE NUMBER: (626) 636-2553 February 23, 2023 Danielle Garcia City of Rosemead 8838 E. Valley Blvd. Rosemead, CA 91770 On behalf of Lincoln Training Center (LTC), and our entire executive team, I am pleased to provide this response to the City of Rosemead Request for Proposals for Janitorial Services for Various City Facilities. Lincoln Training Center is an award winning 501 (c)(3) nonprofit corporation that was established in 1964. With 58 years in business, LTC is a highly qualified vendor that has the experience and expertise to successfully provide complete custodial services to the City of Rosemead. Lincoln Training Center currently provides custodial services to over 35 customers that include renewable, long-term service contracts with federal, state, county and city facilities, as well as private and commercial corporations of various sizes. Lincoln Training Center maintains certification with honors by ISSA in the Cleaning Industry Management Standard (CIMS) and CIMS Green Building (CIMS -GB Certification). This demonstrates our compliance with management best practices which consists of quality systems, service delivery, human resources, health, safety, and environmental stewardship. Our contract will be managed locally from our corporate headquarters, located at 2643 Loma Avenue South El Monte, CA 91733. Our phone number is (626) 442-0621 and I can be reached directly at (626) 636-2559. We are proud to offer the City of Rosemead our capabilities to support your janitorial and custodial maintenance services requirement. Our proposed pricing is valid for three years from the date of submittal. We appreciate the opportunity to submit our proposal and look forward to providing quality services to the City of Rosemead. ice President City of Rosemead RFP -No. 2023-02 Janitorial Services TABLE OF CONTENTS SECTION PAGE 1. Contract Organization and Staffing .............................. 3-11 2. Related Experience.................................................12-15 3. Cost Data 4. Addenda Acknowledgement City of Rosemead RFP -No. 2023-02 Janitorial Services Contract Organization and Staffing Established in April 1964, Lincoln Training Center is a highly qualified Proposal Highlights custodial vendor that has been in business for 59 years and has over 30 accounts years of experience servicing and managing public and private • 59 Years in custodial contracts. We have the staffing, experience, and financial business stability required to sustain performance of this contract. Led by a quality, safety highly acclaimed leadership team, Lincoln has extensive experience in • Local South El maintaining large custodial contracts, and as a local vendor, is uniquely Monte office, positioned to meet the needs of the City of Rosemead. Lincoln Training with satellite Center services 35+ custodial accounts and maintains 6 offices offices throughout California which are located in Roseville, Fresno, Apple throughout Valley, Stockton, Vista, and locally in South El Monte. California Lincoln Training Center is a full scale custodial company. The e CIMS -Green background and experience of our administrators, contract Building managers, and custodial staff is demonstrated in the high standards Certified of service delivery and excellent customer service that we are known for. Our reference list is extensive and includes renewable, long -tern . Experience service contracts with federal, state, county, and city facilities, as well servicing large as with private and commercial corporations of various sizes. Services city contracts provided to these entities are based on the understanding that quality and various custodial services are vital to maintaining the image of their facilities. municipalities Lincoln Training Center is experienced in servicing accounts from • 35+ Custodial 2,000 to 1 million sq. ft., handling small and large accounts, and accounts multiple locations for the same customer. We currently service over 50 customers (35+ custodial) throughout the state, and services are • Committed to provided 7 days per week/365 days per year to accommodate quality, safety customers' custodial and maintenance requirements. and continuous improvement LTC has experience servicing a variety of businesses, municipalities, and commercial clients which include, but are not limited to: City of Sacramento, City of Clovis, City of Fresno, County of Los Angeles, 156A County of Yolo and City of Montebello. CIMS Lincoln Training Center maintains an office in South El Monte, to s:.aneec support our local contracts. We currently service many long term or ens custodial contracts throughout Los Angeles County. The Contract Manager, and all assigned staff on this contract, will work out of this office which will enable us to provide support to our crews and quickly 2020 handle any emergency requests by the City. Carifornia Nonprofit of the Year City of Rosemead - RFP -No. 2023-02 Janitorial services Approach to Services -Plans to Meet the Requirements of the RFP Lincoln Training Center is a non profit organization and our mission is to create employment partnerships betweent the business community and adults with disabilties. For more than 50 yeas, Lincoln Training Center has been successfully preparing people with disabilities for employment, while providing customers with quality services. Our services meet and exceed customers' expectations. Our state of the art solutions have achieved the Cleaning Industry Management Standard for Green Building certification with honors, the highest standard of excellence developed by the International Sanitation Supply Association (ISSA). This demonstrates our comminment to sound environmental policies and practices as well as a quality managmeent approach designed to ensure customer satisfaction. Lincoln Training Center employees are pre- screened and background checked. All staff is trained to utilize the same cleaning methods, which ensures consistency and efficiency in our services. Employees receive ongoing training in custodial techniques, as well as building security, human resources topics, and customer service to ensure good communication between our employees and city personnel, occupants and visitors. Lincoln Training Center understands the key to a successful custodial program is a thorough understanding of the RFP, statement of work, contract requirements, and site-specific duties of each location assigned to this contract. This executive summary outlines our approach, qualifications, experience and other processes of meeting these goals and the benefits gained from implementing Lincoln Training Center's custodial program. Understanding the Objective of the RFP Lincoln Training Center maintains a firm understanding of the City's objective to ensure that the City's Facilities are maintained in a clean, pristine and sanitary condition. Lincoln Training Center shall provide company bonded skilled custodians, supervision, quality control and transportation as necessary to perform and complete the work in a thorough and professional manner. Lincoln Training Center has throughly investigated and considered the scope of services to be peformed and understands the faciltiies, difficulties and restrictions attending performance of the services under this contract. Post Award/Start Up Upon contract award, the Executive VP, Quality Control Manager, Project Manager and Site Supervisor will conduct a planning meeting to review the specifications of the contract in great detail. During this meeting the following will be completed: • Review of contract and scope of work • A calendar will be developed for all required contract dates to ensure documents are submitted accordingly. • Review of insurance requirements and obtaining as required. • Review personnel requirements. Schedule recruitment as necessary. • Review performance requirements. Complete a daily checklist and inspection report that specifies contract requirements. • Scheduling of initial staff training. City of Rosemead RFP -No. 2023-02 Janitorial Services Initial Customer Meeting Lincoln Training Center will request a meeting with City personnel to make introductions, discuss performance requirements, and develop a customized maintenance regiment that will address specific needs beyond those identified in the scope of work, for enhanced service delivery. At that time the names of key personnel/altemates, thea, emergency phone numbers and work schedules will be provided. Additionally, since the City supplies all materials, a request for Safety Data Sheets will be made to ensure Lincoln employees are trained in the proper usage and storage of all assigned chemicals. Staffing Plan Will Be Finalized The number of qualified custodians and the estimated service hours have been allocated based on the scope of work, contract specifications, and our Compuclean workloading system, which utilizes benchmarking industry standards established by the ISSA. These systems ensure we are working safely, efficiently and remain competitive in our pricing. The staffing plan: ➢ Lists the employees assigned, hours, wages, and days worked ➢ Will indicate all City approved Lincoln Training Center personnel who are able to service this contract. This includes the Site Supervisors, Quality Control Managers, and floaters. Contingency Plan Will Be Developed Lincoln Training Center employs 6 full time, highly trained janitorial floaters, who have passed our criminal background check and/or live scan process. Each of these employees will be trained at every building under this contract to ensure we have sufficient coverage when regularly assigned staff is absent, due to vacation, sick time, or unanticipated emergencies. All floaters maintain Lincoln Training Center cell phones and are on call to handle emergency needs. This enables our organization to maintain a consistent level of service and to avoid service interruptions. Approach to Services -Quality Control Lincoln Training Center will develop a customized Quality Control Plan that will be tailored to the specified performance requirements outlined in the scope of work for the City of Rosemead, Janitorial Services for Various City Facilities RFP. The Site Supervisor will inspect locations during and after work shifts and complete an inspection report to ensure that all work is being completed as required. The Site Supervisor is then responsible for meeting with the custodians to review the report and to discuss any corrective action necessary to ensure work meets or exceeds contract specifications. The Site Supervisor then completes a follow up inspection to ensure the work has been completed as required. The QC Manager will complete ongoing routine inspections of all locations under this contract to ensure service requirements and frequencies are in line with the technical specifications of the Scope of Work and to maintain contract satisfaction. The Site Supervisor, QC and/or Program Manager, and Director of Community Services will be available to attend the standing weekly meeting to review performance, inspect facilities or discuss contract needs. City of Rosemead RFP -No. 2023-02 Janitorial Services Inspection System 1. Monitoring Performance (Daily) The On -Site Supervisor will be responsible for ensuring that employees are maintaining contract requirements by doing an end of the day inspection. The On -Site Supervisor will verify the scope of work against the work performed and ensure tasks are completed accordingly. The custodial staff will utilize a daily checklist to ensure assignments are completed as specified in the scope of work. The checklist will be maintained for the duration of the contract period and submitted to the City as required. The Director of Community Services/Program Manager will review daily inspection reports to ensure staff is maintaining contract specifications. 2. Weekly Inspections On a weekly basis the Program and/or QC Manager will meet with city personnel to review and evaluate performance. An Inspection Report will be completed and reviewed with employees as applicable. If there are areas of concern, the QC Manager will complete a site survey resolution form with an expected completion date for tasks that are below standards. Additionally, random Site Visits will be conducted by the assigned management team members to ensure contract satisfaction is maintained. 3. Measurement Tools • Compuclean All job tasks will be inputted directly from the contract into Compuclean. All work is scheduled based on the areas and frequencies specified in the contract. Services will be completed as outlined. The QC Manager is responsible for completing a QC Inspection for each location and addressing all areas below standard with the responsible employee. The Program Manager will enforce disciplinary action if required. • Employee checklist Employees will be provided with the scope of work and/or daily checklist, to ensure daily requirements are met. The on-site supervisor will verify the scope ofwork/checklist against actual work performed. Customer Survey On a quarterly basis, a customer satisfaction survey is submitted to each customer to ensure contract satisfaction and to identify areas of improvement. The survey is returned via email or fax, to ensure confidentiality, if required, and reviewed by the Director of Community Services. City of Rosemead RFP -No. 2023-02 Janitorial Se ioes Customer Inspection Lincoln Training Center encourages customer feedback to ensure continual improvement. Customers may perform a self-evaluation at any time and can utilize LTC's checklist as a guide. All evaluations are to be submitted to the Program Manager via email, fax or phone. The Program Manager and/or Director of Community Services can also be contacted for any performance issues that require immediate attention. The contacted manager would then follow the complaint procedure noted to minimize the possibility of reoccurrence. Lincoln Training Center manages all aspects of contracted service directly. The Site Supervisor is provided with a cell phone and is available by phone 24/7 to support the custodial staff and receive customer service communications efficiently and effectively. The Site Supervisor will be responsible for the Custodial staff under this contract and will be the first point of contact for all emergencies. Should additional assistance be needed, the Program Manager would then be contacted. The Program Manager is notified of any emergency and is prepared to respond immediately if assistance is needed. Lastly, the Director of Community Services, as well as the Executive VP, are also available to provide direction and support, when needed. Approach to Services -Staffing and Training Custodial staff members assigned to this contract will be fully capable, experienced and trained in the work that they will be performing. Lincoln Training Center provides initial and continuous training to each of our custodial technicians and employees. Ongoing training includes the most up to date custodial techniques through ISSA and other professional affiliates. Lincoln Training Center staff is provided with the following training: 1. Initial Training • Site orientation, Review of LTC's exposure control plan, quality control plan, hazard communication program, LTC's policies/procedures, customer service, back lifting and blood borne pathogen training, and Covid-19 disinfection. 2. Compuclean Training Spartan Chemical's computer based training that covers: • Chemicals, equipment and their usage, labeling, and reading SDS/and onsite requirements, Cleaning techniques, Safe product handling, Blood home pathogens/universal precautions, Hazard communication program City of Rosemead RFP -No. 2023-02 Janitorial Services 3. Site Specific Training • A review of contract, quality control plan, scope of work, site requirements, inspection forms, dress code, building security • Operating equipment/site specific cleaning methods • Hands-on training by assigned Supervisor at specified work location. 4. Green Cleaning Training As part of our high performance cleaning program, Lincoln Training Center has developed and implemented its own Green Cleaning Manual, which is based on the practices and policies of the BSCAI Guide to Green Cleaning program and ISSA's Green Clean Institute program. These programs teach employees knowledge about the products, efficient use of chemicals, chemical safety and green cleaning procedures for any contracts requiring green cleaning. 5. Continuous Improvement Lincoln Training Center staff meets bi-monthly for continuous training. As a member of ISSA, Lincoln Training Center has access to the latest standards through our web -based training. Additionally, Lincoln Training Center schedules routine visits from our supply vendors, so that employees are kept up to date on the latest industry approved techniques. Topics covered include safety in the workplace, updated custodial techniques, technical training and personal development. As a CIMS certified organization, all training must be documented and reviewed annually. All staff is trained to utilize the same cleaning methods, which ensures consistency and efficiency in our services. a y v Y v s Q „ Q ry W p e vii a W W p ¢ V „ 5Nv o � � � ' 3 cc = „ z w a CC N + V1 c LL > �c Q W G LL a 0 2 y C K 7 ' � E u v > E J Q LL m v n > Q w 0 N E ti Y o u Q U ' d V c > w oO V Q 3 N � v z o 3 > Y Q a O HCC V V cc Q C Q . a V > J L cL W fn V N O w 0 0 W m K Q cc O V w w cc V 2 0' N Y — cc cc vi fO 3 Q in w 2 Z Q> J iJ m a ti. V VI d- --� cc V > K > Q a y v Y v s Q „ Q ry W p e vii a W W p ¢ V „ 5Nv o � � � ' 3 cc = „ z w a CC N + V1 c LL > �c Q W G LL a 0 2 y C K 7 ' � E u v > E J Q LL m v n > Q w 0 N E ti Y o u Q U ' d V c > w oO V Q 3 N � v z o 3 > Y Q a O HCC V V cc Q C Q . a V > J L cL W fn V N O w 0 0 W m K Q cc O V w w cc V 2 0' N TRAININGCENTER City of Rosemead RFP -No. 2023-02 Janitorial Services Contract Management Team Operations: Gary Griffen, Executive Vice President Lincoln Training Center maintains a stable management team that is experienced and proficient in the startup of new contracts. The team is led by Mr. Gary Griffen, Executive Vice President, who has been employed with Lincoln Training Center for thirty- two (32) years. Mr. Griffen maintains a current General Contractor's license and is extremely knowledgeable in Cal/OSHA requirements, safety regulations, and contract management. Mr. Griffen holds a Bachelor of Science degree and has over forty (40) years' experience in senior management, staff administration, and contract and human resources management. Mr. Griffen will be responsible for the administration of contract staff. Contract Manager: Casey Richards, Director Community Services Mrs. Casey Richards, Director of Community Services, is the assigned Contract Manager and will be responsible for providing overall management and coordination of contract services on Lincoln Training Center's behalf. Mrs. Richards will act as the central point of contact to the City of Rosemead contract staff. Mrs. Richards has been employed with Lincoln Training Center since 2000 and has twenty two years (22) experience overseeing custodial contracts, large contracts, multiple buildings, budgeting, supply management, staffing, scheduling, training, and quality control. She holds a Bachelor of Arts degree and is a Certified Crisis Prevention and Intervention Instructor. In addition, Mrs. Richards has received certification through the Institute of Inspection, Cleaning, and Restoration in Floor Care and ongoing training in professional management courses. Mrs. Richards has been certified as a CIMS, ISSA Certification Expert (I.C.E.), which authorizes Mrs. Richards to provide training and consulting services to LTC's janitorial services program statewide. Mrs. Richards will play an integral part in ensuring adherence to industry standards within LTC's janitorial services program. Upon contract award, she will be the contract manager and will ensure that all performance requirements are completed and monitored. Mrs. Richards will be responsible for the required record keeping, equipment/supply management, monitoring/scheduling training and safety programs, obtaining/maintaining required contract documents and customer relations as they pertain to this contract. Staff Administration: Vicky Floresca, Supported Employment Program Manager Mrs. Vicky Floresca, Supported Employment Program Manager, has been employed with Lincoln Training Center for 26 years and has extensive experience in project management, staffing, scheduling, training, and quality control. Mrs. Floresca has experience supervising 100+ contract employees for more than 25 contracts. Mrs. Floresca maintains over 10 years of experience starting up and overseeing numerous city, county, state and federal custodial contracts. Mrs. Floresca will be responsible for providing the recruitment, onboarding, onsite training, scheduling and the direct supervision and monitoring of all City of Rosemead contract staff. Mrs. Floresca will be responsible for completing the annual schedule to the city which will show the estimated times for daily performance as well as periodic cleanings for each facility. Mrs. Floresca will ensure custodial staff are trained, and fully capable of handling all contract specifications and performance requirements. Mrs. Floresca is available to our site contacts and staff 24/7 to address emergency issues and contract needs. 10 City of Rosemead RFP -No. 2023-02 Janitorial Services Quality Control: Monica Ortiz, QC Manager Mrs. Monica Ortiz, Quality Control Manager, will be responsible for providing the Quality Control to all buildings under the City of Rosemead contract. Mrs. Ortiz has been employed with Lincoln Training since 2018 and has experience overseeing the Quality Control for 25+ customers. Mrs. Ortiz will be responsible for ensuring staff are maintaining the scope of work, daily responsibilities, and all performance requirements. Mrs. Ortiz will perform ongoing, routine visits to ensure tasks are completed as required and maintain communication with City staff to ensure contract satisfaction. Training: Jim Smith, Program Manager Mr. Smith has been employed with Lincoln Training Center for 23 years and has extensive experience in janitorial contract administration and management. Mr. Smith maintains over 15 years of experience supervising contracts with over 30 locations for a single customer. He oversees the Quality Control Plans for 25+ contracts statewide. Mr. Smith is proficient in utilizing carpet extractors, floor machines, stripping and waxing floors, window care, parking lot maintenance and utilizing chemicals in compliance with OSHA regulations and performing all periodic work to industry standards. Mr. Smith will be responsible for providing initial and ongoing training on equipment, floor machines and the monitoring of periodic work. Training (Support): Mr. Ernie Carranza, Area Supervisor Mr. Carranza has been employed with Lincoln Training Center for 13 years and has extensive experience in janitorial contract administration and management. He has overseen and assisted with the Quality Control Plans for 25+ contracts for the Southern Califomia region. Mr. Carranza is proficient in utilizing carpet extractors, floor machines, stripping and waxing floors, window care, parking lot maintenance and utilizing chemicals in compliance with OSHA regulations and performing all periodic work to industry standards. Mr. Carranza will be responsible for providing initial training, and as needed, on equipment, floor machines and the monitoring of periodic work. Lead Supervisor: To Be Hired Upon Award The lead Supervisor will be responsible for the day to day management and supervision of contract services. The Lead Supervisor must have a minimum of five years of experience in the field of custodial services or related industry. Proficiency in utilizing carpet extractors, floor machines, stripping and waxing floors, and utilizing chemicals in compliance with OSHA regulations is preferable. The site supervisor will be available to the City of Rosemead personnel 24/7 to address emergency issues and contract needs. The Lead Supervisor will be assigned to provide hands on training and will work side by side with all new employees for initial training purposes. The Lead Supervisor is responsible for monitoring performance, ensuring all contract performance standards are met, and that assigned work is completed as required. 11 City of Rosemead RFP -No. 2023,02 Janitorial Smion Related Experience A partial list of projects: Project Ste. Term County of LA -libraries 498,000 2014 -Present County of Yolo 500,000 2012 -present Dept. of Corrections 500K+ 2009 -Present County of Fresno 231,000 2011-2020 City of Fresno 221,000 2015-2020 City of Sacramento 212,000 2020 -Present City of Montebello 164,000+ 2017-2021 Lincoln Training Center (LTC) has 33 years of experience performing all custodial services as specified within this RFP. We maintain the experience, staffing, technical competence, and dedication to deliver high quality custodial services to the City of Rosemead. Lincoln Training Center easily meets or exceeds all service and technical requirements as outlined in the RFP. Lincoln Training Center has experience providing custodial services to a variety of large and multi- facility locations, including the County of Los Angeles, City of Montebello, City of Sacramento, City of Fresno, and other municipalities, which are similar to the services identified in the Statement of Work. Lincoln Training Center's extensive experience at high -traffic, high-profile facilities, provides you with the assurance that we maintain the organizational capacity to provide the services required under this contract. Lincoln Training Center currently contracts with over 50 customers and provides custodial services to over 25 companies throughout California in the public and private sector. Lincoln Training Center is experienced in servicing buildings from 2,000 to 128,000 sq. ft., handling small and large accounts, multiple buildings, and multiple locations for the same customer. Services are provided to our customers 7 days per week/365 days per year, to accommodate their custodial and maintenance needs. Services include advanced Covid-19 disinfection, general custodial, stripping/waxing, buffing, carpet extraction, and interior/exterior window care. Employees are on call 24/7 to address facility needs, unanticipated work, disinfection services, and handle emergency call-backs. These include bio -hazard clean-up, which is provided by employees trained and certified through Spartan Chemical's Clean Check training program, which is in accordance with OSHA requirements. Our references include the following: Agency Name: County of Los Angeles -Public Library (Areas 5 and Area 6) Contact/Reference: Gilbert Garcia, Administrative Services Manager II Address: 7400 Imperial Hwy Downey, CA 90242 Phone: (562) 459-6780 Mobile (213) 503-6412 Contract Dates: 2014 -Current 12 City of Rosemead RFP -No. 2023-02 Janitorial Services Description of Services: Since 2014, we have been providing complete custodial services to 30 libraries throughout Los Angeles County, totaling 498,000 sq. ft. Services include advanced Covid-19 disinfection, general custodial, stripping/waxing, buffing, carpet extraction, and interior/exterior window care. Employees are on call 24/7 to address facility needs, unanticipated work, disinfection services, and handle emergency call-backs. These include bio -hazard clean-up, which is provided by employees trained and certified through Spartan Chemical's Clean Check training program, which is in accordance with OSHA requirements. Lincoln Training Center staff must handle calls within one hour and always have staff available to handle as required. In 2021, the contract term ended and it went out to competitive bid. Lincoln Training Center was awarded the new contract and we are proud to be continuing our nine year partnership with the County of Los Angeles. Contract Team: Casey Richards, Director of Community Services. Mrs. Richards is responsible for contract administration and corporate oversight of this contract. Mrs. Richards is the point of contact related to any contract changes. Ms. Richards is a CIMS ICE Expert and is responsible for providing ongoing offsite training to staff, monitoring the quality control, and ensuring services meet contract requirements and follow the CIMS standard. Vicky Floresca, Supported Employment Manager. Mrs. Floresca is responsible for the supervision of all staff assigned to this contract. Mrs. Floresca completes all recruitment, onboarding, scheduling and monitoring of staff performance. She ensures that all custodial staff are trained, and fully capable of handling all contract specifications and performance requirements. Ernie Caffanza, Area 5 Supervisor. Mr. Carranza is the assigned Supervisor for all libraries under Area 5. Mr. Ernie Carranza is responsible for monitoring and inspecting the performance of all custodians assigned to the 15 libraries under this area. Mr. Carranza has been employed with Lincoln Training Center for thirteen years and has acted as the Library Area Supervisor since 2016. Mr. Carranza is proficient in utilizing carpet extractors, floor machines, stripping and waxing floors, and utilizing chemicals in compliance with OSHA regulations. Mr. Carranza is available to the County of Los Angeles Public Library personnel 24/7 to address emergency issues and contract needs. Cesar Perez -Ortiz, Area 6 Supervisor. Mr. Perez -Ortiz is the assigned Supervisor for all libraries under Area 6. He is assigned exclusively to this contract to monitor and inspect the employees and their performance. He is proficient in utilizing carpet extractors, floor machines, stripping and waxing floors, and utilizing chemicals in compliance with OSHA regulations. Mr. Perez - Ortiz is available to the County of Los Angeles Public Library personnel 24/7 to address emergency issues and contract needs. Monica Ortiz, Quality Control Manager. Mrs. Ortiz is the QC Manager for all contracts managed under the South El Monte, corporate office. Mrs. Ortiz is responsible for completing ongoing 13 City of Rosemead RFP -No. 2023-02 Janitorial Services monthly site inspections to ensure service requirements and frequencies are in line with the technical specifications and to ensure staff is maintaining performance requirements. Agency Name: City of Montebello Contact/Reference: David Sosnowski, Director of Recreation & Community Services Address: 1700 West Victoria Ave. Montebello, CA 90640 Phone: (323) 887-4588 Mobile: (323) 246-3468 Email: dsosnowski@acityofmontebello.com Contract Dates: 2017-2021 Description of Services: From 2017-2021 we provided complete custodial services to the City of Montebello. Under this contract, we maintained 22 locations including City Hall, the Police Dept., Senior Center, Recreation Center, Transit, Youth Center and all parks throughout the city. Custodial tasks were similar in size and scope to those required for this RFP. Services were provided 7 days per week by day porters and night staff. Services included, but were not limited to; daily routine custodial, stripping/waxing, carpet extraction, floor care, window cleaning, bio -hazard cleanup, and advanced Covid-19 disinfection. All labor, supervision, commercial equipment and quality control were provided by Lincoln Training Center. Contract Team: Casey Richards, Director of Community Services. Mrs. Richards was responsible for contract administration and corporate oversight of this contract. Mrs. Richards was the point of contact related to any contract changes. Ms. Richards is a CIMS ICE Expert and was responsible for providing ongoing offsite training to staff; monitoring the quality control, and ensuring services met contract requirements and followed the CIMS standard. Jim Smith, Program Manager Mr. Smith was responsible for the supervision of all staff assigned to this contract. Mr. Smith completed all recruitment, onboarding, scheduling, training and monitoring of staff performance. He ensured that all custodial staff were trained, and fully capable of handling all contract specifications and performance requirements. Mr. Smith has been employed with Lincoln Training Center for 23 years and has extensive experience in janitorial contract administration and management. Ernie Carranza, Site Lead. Mr. Carranza was the assigned Supervisor for all City locations under this contract. Mr. Ernie Carranza was responsible for monitoring and inspecting the performance of all custodians who serviced the 22 locations. Mr. Carranza has been employed with Lincoln Training Center for thirteen years. Mr. Carranza is proficient in utilizing carpet extractors, floor machines, stripping and waxing floors, and utilizing chemicals in compliance with OSHA regulations. Mr. Carranza was available to City personnel and LTC staff 24/7 to address emergency issues and contract needs. 14 City of Rosemead RFP-No. 2023-02 Janitorial Services Agency Name: City of Sacramento Contact/Reference: Gary O'Neill, Procurement Analyst Address: 915 I Street, 2nd Floor Sacramento, CA 95814 Phone: (916) 808-7432 Email: GoneillAcitvofsacramento.om Contract Dates: 2020 -Current Description of Services Since 2020, Lincoln Training Center has been providing complete custodial service to 11 buildings, encompassing 212,000 square feet for the City of Sacramento. Locations include the 911 Call Center, the Fire Department Administration, Animal Control, various Police facilities, and other high profile locations. Lincoln Training Center ensures facilities are maintained in accordance with the highest industry standards of cleanliness. Custodial services are provided day and night, 7 days per week and include: interior office space cleaning, corporate yard/warehouse cleaning, parking garage cleaning, interior and exterior window cleaning, stripping/waxing, buffing, carpet extraction, special event set up, emergency requests and all other areas directly related to this RFP. Contract Team: Amy Camp, Director of Community Services. Ms. Camp is responsible for contract administration and corporate oversight of this contract. Ms. Camp is responsible for providing ongoing offsite training to staff, monitoring the quality control, and ensuring services meet contract requirements and follow the CIMS standard. Ms. Camp completes all recruitment, onboarding, scheduling, training and monitoring of staff performance. She ensures that all custodial staff are trained, and fully capable of handling all contract specifications and performance requirements. Ms. Camp has been employed with Lincoln Training Center for 20 years, maintains a C-27 license, and has extensive experience in janitorial contract administration and management. Braulia Serrano, Contract Supervisor. Mr. Serrano is the assigned Supervisor for all City locations under this contract. Mr. Serrano is responsible for monitoring and inspecting the performance of all custodians who service the 11 buildings under this contract. Mr. Serrano is proficient in utilizing carpet extractors, floor machines, stripping and waxing floors, and utilizing chemicals in compliance with OSHA regulations. Mr. Serrano is available to City personnel and LTC staff 24/7 to address emergency issues and contract needs. Demetrius Howze, Quality Control Manager. Mr. Howze is the QC Manager for all contracts managed under the Roseville office. Mrs. Howze is responsible for completing ongoing monthly site inspections to ensure service requirements and frequencies are in line with the technical specifications and to ensure staff is maintaining performance requirements. 15 FINAL WORKSHEET 1 City Hall 2 RCRC 3 Garvey Center 4 Garvey Gymnasium 5 Jess Gonzalez Sports Complex 6 Public Safety Center 7 Public Works Yard 8 Splash Zone 9 Rosemead Aquatic Center 10 Garvey Park Recreation Office 11 Garvey Park Snack Bar Restroom 12 Garvey Park Restroom 13 Rosemead Park Snack Bar Restroom 14 Rosemead Park Staff Restroom 15 Rosemead Park Rec Building/Preschool/Restroom 16 Sally Tanner Park 17 Zapopan Park The City understands that labor costs will increase in the upcoming years. Given that the contract would be for a period of three years, please enter a proposed fee for the second and third year of the contract Annual Maintenance CPI 1 6.00% Increase Total The City would also like a price for consumables at all City facilities (paper products, trash liners, hand soap, cleaning products, etc.). Please provide an annual quote for the purchase, delivery, and restocking of these Annual Maintenance CPI 1 3.00% Increase Total A. Bathrooms B. Kitchenettes C. Solid Waste D. Vacuuming E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean CITY HALL Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Sunday A. B. D. F. Time per Hourly C. Weekly E. Weekly Weeks G. activi Fee A x B Services Cost Year Annual Cost City Manager's Office 0.25 $ 25.591 $ 6.40 5 $ 31.99 51 $ 1.631.36 Lobby Women's 0.25 $ 25.59 $ 6.40 5 $ 31.99 51 $ 1,631.36 Lobb Men's 0.25 $ 25.59 $ 6.40 5 $ 31.99 51 $ 1,631.36 Upstairs South Side Women's 0.25 $ 25.59 $ 6.40 5 $ 31.99 51 $ 1,631.36 Upstairs South Side Men's 0.125 $ 25.59 $ 3.20 5 $ 15.99 51 $ 815.68 Downstairs Women's Main 0.125 $ 25.59 $ 3.20 5 $ 15.99 51 $ 815.68 Downstairs Men's Main 0.125 $ 25.59 $ 3.20 5 $ 15.99 51 $ 815.68 Upstairs 0.25 $ 25.59 $ 6.40 5 $ Annual Total 31.99 51 $ $ 8,972.49 1,631.36 Downstairs 0.25 $ 25.59 $ 6.40 5 $ 31.99 51 $ 1,631.36 Recycling 0.125 $ 25.59 $ 3.20 5 $ Annual Total 15.99 51 $ $ 3,262.73 815.68 Organic 0.125 $ 25.59 $ 3.20 5 $ 15.99 51 $ 815.68 Trash 0.125 $ 25.59 $ 3.20 5 $ 15.99 51 $ 815.68 Upstairs 0.5 $ 25.59 $12.80 5 $ Annual Totall 63.98 51 $ $ 2,447.04 3,262.73 Downstairs 0.5 $ 25.59 $12.80 5 $ 63.98 51 $ 3,262.73 Council Chambers (Bi-Weekly)l 1 1 $ 25.59 1 $25.59 1 $ 25.59 51 $ 1,305.09 Upstairs 0.25 $ 25.59 $ 6.40 5 $ Annual Total 31.99 51 $ $ 7,830.54 1,631.36 Downstairs 0.25 $ 25.59 $ 6.40 5 $ 31.99 51 $ 1,631.36 0.25 $ 25.59 $ 6.40 5 $ Annual Total 31.99 51 $ $ 3,262.73 1,631.36 0.5 $ 25.59 $12.80 5 $ 63.98 51 $ 3,262.73 n:ility 0.5 --F$--25.-591 $12.80 5 $ Annual Total 63.98 51 $ $ 3,262.73 I Annual Totals $ 3,262.73 Periodic Cleaning A. B. C. D. Services F Time per Hourly Cost Per Performed Annual Cost activity Fee Service Annually H. Window Glass Cleaning 4 $ 33.25 $ 133.00 8 $ 1,064.00 I. High Window Glass Cleaning 4 $ 33.25 $ 133.00 6 $ 798.00 J. High Surface Dust Removal and Fixture Cleaning 2 $ 33.25 $ 66.50 4 $ 266.00 K. Carpet Cleaning Shampooing 9 $ 66.50 $ 598.50 4 $ 2,394.00 L. Ducting Vents Cleaning 2 $ 33.25 $ 66.50 1 $ 66.50 M. Restroom Deep Cleaning 2 $ 33.25 $ 66.50 51 $ 3,391.50 Periodical TotalsF$ 7,980.00 Annual Cost of Daily Cleaning $ 33,932.34 Annual Cost of Periodic Cleaning $ 7,980.00 Total Annual Cost for City Hall $ 41,912.34 A. Bathrooms B. Kitchen/Kitchenettes C. Solid Waste D. Vacuuming E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean ROSEMEAD COMMUNITY RECREATION CENTER (RCRC) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday A. B. F. Time per Hourly C. A x D. Weekly E. Weekly Weeks G. activity Fee B Services Cost Year Annual Cost Lobby Women's F -0 -25 -TS $ -25.591 $ 6.40 7 $ 44.78 51 $ 2,283.91 Lobb Men's 0.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Room 2 Men's 0.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Room 2 Women's o.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Staff Unisex Restroom 0.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Kitcheno.75 $ 25.59 $ 19.19 7 $ Annual Total 134.35 51 $ $ 11,419.54 6,851.72 Breakroom Kitchenette o.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Recycling 025 S 25.59 $ 6.40 7 $ Annual Totall 44.78 51 $ $ 9,135.63 2,283.91 Organics 0.25 1 S 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Trash 1 0.25 1 $ 25.591 $ 6.40 7 $ 44.78 51 $ 2,283.91 F-71--T-S-25.5-9 $ 25.59 7 $ Annual Totall 179.13 51 $ $ 6,851.72 9,135.63 t S 2s.59 $ 25.59 7 $ Annual Totall 179.13 51 $ $ 9,135.63 9,135.63 F--I--F$-25.5-9-1 $ 25.59 7 $ Annual Total 179.13 51 $ $ 9,135.63 9,135.63 t S 25.59 $ 25.59 7 $ Annual Total 179.13 51 $ $ 9,135.63 9.135.6; jTotaIA-Gj $ 63,949.41 Periodic Cleaning A. B. Hourly Time per Fee activity Annual Totals $ 9,135.63 1 C. D. Services F. Annual Cost Per Performed Service Annually Cost H. High Surface Dust Removal and Fixture Cleaning 2 $ 33.25 $ 66.50 4 $ 266.00 I. Carpet Cleaning Shampooing 4 $ 66.50 $ 266.00 1 $ 266.00 J. Ducting Vents Cleaning 1 $ 33.25 $ 33.25 1 $ 33.25 K. High Window Glass Cleaning 6 $ 33.25 $ 199.50 4 $ 798.00 L. Restroom Deep Cleaning 1 $ 33.25 $ 33.25 51 $ 1,695.75 M. Restroom Deep Cleaning 0.5 $ 33.25 $ 16.63 51 $ 847.88 N. Striping and Waxing Floors 4 $ 66.50 $ 266.00 1 Periodical Totalsr$ $ 266.00 4,172.88 Annual Cost of Daily Cleaning $ 63,949.41 Annual Cost of Periodic Cleaning $ 4,172.88 Total Annual Cost for RCRC $ 68,122.29 GARVEY CENTER Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday A. B. D. E. F. $ 44.78 51 C. 2,283.91 G. Time per Hourly Weekly Weekly Weeks 44.78 51 $ A x B North Men's Annual Cost activity Fee Services Cost Year A. Bathrooms ILobbv Women's o.5 $ 25.59 $12.80 7 $ 89.57 51 $ 4,567.82 B. Kitchen/Kitchenettes C. Solid Waste D. Vacuuming E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean Lobb Men's 0.25 $ 25.591 $ 6.40 7 $ 44.78 51 $ 2,283.91 North Women's 015 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 North Men's 0.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 South Women's 0.25 $ 2559 $ 6.40 7 $ 44.78 51 $ 2,283.91 South Men's 0.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Kitchen os $ 25.59 $12.80 7 $ Annual Total 89.57 51 $ $ 15,987.35 4,567.82 FGT Kitchenette 0.25 $ 25.59 $ 6.40 3 $ 19.19 51 $ 978.82 Recycling 025 $ 25.59 $ 6.40 7 $ Annual Totall 44.78 51 $ $ 5,546.63 2,283.91 Organics 015 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Trash 0.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 Hallway o.s $ 25.59 $12.80 7 $ Annual Total 89.57 51 $ $ 6,851.72 4,567.82 FGT Room 0.25 $ 25.59 $ 6.40 7 $ 44.78 51 $ 2,283.91 All Hard Surfaced Areas t $ 25.59 $25.59 7 $ Annual Total 179.13 51 $ $ 6,851.72 9,135.63 Entire Building 1 1$ 25.591 $25.59 7 $ Annual Total 179.13 51 $ $ 9,135.63 9,135.63 $ 25.59 $25.59 7 $ Annual Tot;lj 179.13 51 $ $ 9,135.63 9,135.63 Total A -G $ 62,644.32 Periodic Cleaning Annual Totals $ 9,135.63 A. Time per activity B. Hourly Fee C. Cost Per Service D. Services F Annual Performed Cost Annually H. Hieh Surface Dust Removal and Fixture Cleaning 2 $ 33.25 $ 66.50 2 $ 133.00 Tncludino High Beams J. High Window Cleaning 2 $ 33.25 $ 66.50 4 $ 266.00 J. Carpet Cleaning Shampooing 4 $ 66.50 $ 266.00 1 $ 266.00 K. Dueling Vents Cleaning 2 $ 33.25 $ 66.50 1 $ 66.50 L. Restroom Deep Cleaning 2 $ 33.25 $ 66.50 51 $ 3,391.50 M. Striping and Waxing Floors 14 $ 66.50 $ 931.00 2 $ 1,862.00 Periodical Totals $ 5,985.00 Annual Cost of Daily Cleaning $ 62,644.32 Annual Cost of Periodic Cleaning $ 5,985.00 Total Annual Cost for Garvey Center $ 68,629.32 A. Bathrooms B. Solid Waste C. Low Surface Cleaning GARVEY PARK GYM (GPG) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday A. B. D. E. F. Time per Hourly C. Weekly Weekly Weeks G. activity Fee A x B Services Cost Year Annual Cost Women's 1 0.25 1 $ 25.59 1 $ 6.40 7 1 $ 44.78 1 52 1 $ 2,328.69 Men's 1 0.25 $ 25.591 $ 6.40 1 7 1 $ 44.78 1 52 1 $ 2,328.69 Recycling 0.25 1 $ 25.59 1 $ 6.40 7 Annual Total $ 44.78 52 $ $ 4,657.38 2,328.69 Trash 0.25 $ 25.59 $ 6.40 7 $ 44.78 52 $ 2,328.69 Gym Perimeter (Inside & Outside) 0.5 $ 25.59 $12.80 7 Annual Totall $ 89.57 1 52 1 $ $ 4,657.38 4,657.38 Annual Totals $ 4,657.38 Total A+B 1 $ 13,972.14 Periodic Cleaning Annual Cost of Daily Cleaning $ 13,972.14 Annual Cost of Periodic Cleaning $ 565.25 Total Annual Cost for GPG $ 14,537.39 D. A. B. C. Cost Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Annuall D. High Surface Dust Removal and Fixture Cleaning 1 $ 33,25 $ 33.25 4 $ 133.00 E. Ducting Vents Cleaning 1 $ 33,25 $ 33.25 1 $ 33.25 F. High Window Glass Cleaning $ 3325 $ 66.50 4 $ 266.00 G. Restroom Deep Cleaning 1 $ 33.25 $ 33.25 4 $ 133.00 Periodical Totalsr$ 565.25 Annual Cost of Daily Cleaning $ 13,972.14 Annual Cost of Periodic Cleaning $ 565.25 Total Annual Cost for GPG $ 14,537.39 A. Bathrooms JESS GONZALEZ SPORTS COMPLEX Daily Cleaning: Oncall - As Requested (Up to 26 Weeks of Service) A. B. D. E. F. Time per Hourly C. Weekly Weekly Weeks G. activity Fee A X B Services Cost Year Annual Cost 0.125 1 $ 25.59 B. Solid Waste Trash 0.125 1 $ 25.59 1 $ 3.20 7 $ 22.39 26 $ 582.17 Annual Total $ 582.17 Total A+B 1 $ 1,746.52 Periodic Cleaning D. A. B. C. Cost Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Annuall C. Deep Cleaning $ 33.25 $ 33.25 26 $ 864.50 Annual Periodic Total $ 864.50 Annual Cost of Daily Cleaning $ 1,746.52 Annual Cost of Periodic Cleaning $ 864.50 Total Annual Cost for RCRC $ 2,611.02 PUBLIC SAFETY CENTER (PSC) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday A. B. D. E. F. Time per Hourly C' Weekly Weekly Weeks G' activitv Fee A x B Services Cost Year Annual Cost A. Bathrooms B. Kitchenettes C. Solid Waste D. Vacuuming E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean Lobby Women's 0.125 $ 25.59 $ 3.20 7 $ 22.39 52 $ 1,164.35 Lobby Men's 0.125 1 $ 25.59 1 $ 3.20 7 $ 22.39 52 $ 1,164.35 Annual Totall $ 2,328.69 0.125 $ 2559 $ 3.20 7 $ 22.39 52 $ 1,164.35 Services F. Annual Annual Totall $ 1,164.35 Recycling 0.125 $ 25.59 $ 3.20 7 $ 22.39 52 $ 1,164.35 Trash 0.125 1 $ 25.59 1 $ 3.20 7 $ 22.39 52 $ 1,164.35 5 $ 66.50 ###### 2 $ 665.00 Annual Totall $ 2,328.69 $ 33.25 0.125 $ 25.59 $ 3.20 7 $ 22.39 52 $ 1,164.35 $ 133.00 K. Ducting Vents Cleaning 1 $ 33.25 $ 33.25 Annual Totall $ 1,164.35 K. Restroom Deep Cleaning Weekly 0.125 1 $ 25.59 $ 3.20 7 $ 22.39 52 $ 1,164.35 Periodical Totalsi $ 1.745.63 Annual Total $ 1,164.35 0.125 $ 25.59 $ 3.20 7 $ 22.39 52 $ 1,164.35 Annual Total $ 1,164.35 0.125 $ 2559 $ 3.20 7 $ 22.39 52 $ 1,164.35 Annual Cost of Daily Cleaning $ 10,479.11 Annual Cost of Periodic Cleaning $ 1,745.63 Total Annual Cost for PSC $ 12,224.73 I Annual 10tall $ 1,164.30I Total A-Gr$--I-O,-47-9-1 1 Periodic Cleaning D. A. B. C. Services F. Annual Time per Hourly Cost Per Performed Cost activity Fee Service Annually H. Striping and Waxing Floors 5 $ 66.50 ###### 2 $ 665.00 I. High Surface Dust Removal and Fixture Cleaning 1 $ 33.25 $ 33.25 2 $ 66.50 J. Carpet Cleaning Shampooing 1 $ 66.50 $ 66.50 2 $ 133.00 K. Ducting Vents Cleaning 1 $ 33.25 $ 33.25 1 $ 33.25 K. Restroom Deep Cleaning Weekly 0.5 $ 33.25 $ 16.63 51 $ 847.88 Periodical Totalsi $ 1.745.63 Annual Cost of Daily Cleaning $ 10,479.11 Annual Cost of Periodic Cleaning $ 1,745.63 Total Annual Cost for PSC $ 12,224.73 A. Bathrooms B. Kitchenettes C. Solid Waste D. Locker Room E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean PW Yard 0.125 $ 25.59 Daily Cleaning: Tuesday, Thursday, Sunday 3 $ 9.60 52 1 A. B. D. E. F. C. 25.59 $ 3.20 G. Time per Hourly Weekly Weekly Weeks A x B 0.125 $ Annual Cost activi Fee Services Cost Year Women's 0.125 $ 25.59 S 3.20 1 3 1 S 9.60 1 52 1 S 499.01 Men's 0.125 $ 25.59 $ 3.20 3 $ 9.60 52 1 $ 499.01 Showers 0.125 $ 25.59 $ 3.20 3 $ 9.60 52 1 S 499.01 Performed 0.125 $ 25.59 $ 3.20 3 $ Annual Totall 9.60 1 52 1 $ $ 1,497.02 499.01 Recycling 0.0625 $ 2ss9 $ 1.60 3 $ Annual Totall 4.80 52 $ $ 499.01 249.50 Organics 0.0625 $ 25.59 $ 1.60 3$ 2,460.50 4.80 52 $ 249.50 Trash 0.0625 $ 25.59 $ 1.60 3 $ 4.80 52 $ 249.50 0.5 $ 25.59 $12.80 3 Annual Total $ 38.39 1 52 S S 748.51 1.996.02 0.125 $ 25.59 $ 3.20 3 $ Annual Totall 9.60 1 52 $ $ 1,996.02 499.01 0.125 $ 25.59 $ 3.20 3 $ Annual Total 9.60 1 52 $ $ 499.01 499.01 0.125 $ 25.59 $ 3.20 3 $ Annual Totall 9.60 1 52 1 $ $ 499.01 499.01 Total A -G 1 $ 6,237.56 Periodic Cleaning A. B. Time per Hourly activity Fee H. High Surface Dust Removal and Fixture Cleaning 2 $ 33.25 I. Striping and Waxing Floors J. Ducting Vents Cleaning as $ 3325 K. Restroom Deep Cleaning Weekly os $ 33.25 Annual Cost of Daily Cleaning $ 6,237.56 Annual Cost of Periodic Cleaning $ 2,460.50 Total Annual Cost for PSY $ 8,698.06 Annual Totals $ 499.011 D. C. Cost Services F. Annual Per Performed Cost Service Annuall $ 66.50 0 $ - $ 399.004 $ 1,596.00 $ 16.63 1 $ 16.63 $ 16.63 51 $ 847.88 Periodical Totals $ 2,460.50 SPLASH ZONE Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday Months of Operation: May 1 - October 1 A. B. D. E. F. Time per Hourly C. Weekly Weekly Weeks G. activitv Fee A x B Services Cost Year Annual Cost A. Bathrooms B. Snack Bar C. Solid Waste D. LockerRoom/Showers E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean Women's 1 0.25 $ 25.59 1 $ 6.40 7 $ 44.78 20 $ 895.65 Men's 1 0.25 $ 25.591 $ 6.40 7 $ 44.78 20 $ 895.65 Staff Restroom 0.25 $ 25.59 $ 6.40 7 $ 44.78 20 $ 895.65 0.25 $ 25.59 $ 6.40 7 Annual Total $ 44.78 20 $ $ 2,686.95 895.65 Recycling 0.0625 1 $ 25.591 $ 1.60 1 7 Annual Total 1 $ 11.20 1 20 1 $ $ 895.65 223.91 Trash 1 0.0625 1 $ 25J91 $ 1.60 1 7 1 $ 11.20 1 20 1 $ 223.91 Women's 0.125 $ 25.59 $ 3.20 7 Annual Total $ 22.39 20 $ $ 447.83 447.83 Men's 0.125 $ 25.59 $ 3.20 7 $ 22.39 1 20 $ 447.83 0.125 $ 25.59 $ 3.20 7 +nnualTotal $ 22.39 1 20 $ $ 895.65 447.83 0.125 1 $ 25.591 $ 3.20 1 7 Annual Total 1 $ 22.39 1 20 1 $ $ 447.83 447.83 0.125 $ 25.59 $ 3.20 7 Annual Total $ 22.39 1 20 $ $ 447.83 447.83 Total A -G I $ 6,269.55 Periodic Cleaning A. B. Time per Hourly activity Flee 2 I $ 33.25 Annual Totals $ 447.83 C. Cost D. Per Services F. Annual Service Performed Cost Annual) $ 66.50 2 $ 133.00 I. Ducting Vents Cleaning 0.5 $ 33.25 $ 16.63 1 $ 16.63 J. Restroom Deco Cleanine o.5 $ 33.25 $ 16.63 51 $ 847.88 Periodical Totals) $ 997.50 Annual Cost of Daily Cleaning $ 6,269.55 Annual Cost of Periodic Cleaning $ 997.50 Total Annual Cost for Splash Zone $ 7,267.05 A. Bathrooms B. Snack Bar C. Solid Waste ROSEMEAD AQUATIC CENTER 0.25 $ 25 59 Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday $ 44.78 52 Open Year Round 2,328.69 Staff Restroom 0.25 A. B. D. E. F. Time per Hourly C. Weekly Weekly Weeks G. A x B $ 25.59 Annual Cost activi Fee Services Cost Year lWomen's 0.25 $ 25.59 $ 6.40 1 7 1 $ 44.78 1 52 $ 2,328.69 D. Locker Rooms/Showers E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean Men's 0.25 $ 25 59 $ 6.40 7 $ 44.78 52 $ 2,328.69 Staff Restroom 0.25 $ 25.59 $ 6.40 7 $ 44.78 52 1 $ 2,328.69 Time per 0.0625 $ 25.59 $ 1.60 7 Annual Totall $ 11.20 1 52 1 $ $ 6,986.07 59 .17 Recycling 0.0625 $ 25.59 $ 1.60 7 Annual Total $ 11.20 52 $ $ 582.17 582.17 Trash 0.0625 $ 25.59 $ 1.60 7 $ 11.20 52 $ 582.17 Women's 0.25 $ 2559 $ 6.40 7 Annual Total $ 44.78 52 $ $ 1,164.35 2,328.69 Men's 1 0.25 1 $ 25,591 $ 6.40 1 7 1 $ 44.78 1 52 1 $ 2,328.69 0.0625 1 $ 25.591 $ 1.60 1 7 Annual Totall $ 11.20 1 52 1 $ $ 4,657.38 582.17 0.0625 1 $ 25.591 $ 1.60 1 7 Annual Total 1 $ 11.20 1 52 1 $ $ 582.17 582.17 0.0625 1 $ 25.59 $ 1.60 7 Annual Total $ 11.20 1 52 $ $ 582.17 582.17 Total A -G 1 $ 15,136.49 Periodic Cleaning H. Window Glass Cleaning I. Weekly Deep Cleaning of Locker Rooms and Showers J. Ducting Vents Cleaning 1 Annual lotall $ 582.171 Annual Cost of Daily Cleaning $ 15,136.49 Annual Cost of Periodic Cleaning $ 1,147.13 Total Annual Cost for Splash Zone $ 16,283.61 D. A. B. C. Cost Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Annually 2 $ 33.25 $ 66.50 4 $ 266.00 o.s $ 33.25 $ 16.63 52 $ 864.50 0.5 $ 33.25 $ 16.63 1 $ 16.63 Periodical Totalsi $ 1,147.13 Annual Cost of Daily Cleaning $ 15,136.49 Annual Cost of Periodic Cleaning $ 1,147.13 Total Annual Cost for Splash Zone $ 16,283.61 A. Bathrooms B. Kitchenettes C. Solid Waste D. Locker Room E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean GARVEY PARK RECREATION OFFICE (GPRO) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday A. B. D. E. F. Time per Hourly C. Weekly Weekly Weeks G. activitv Fee A x B Services Cost Year Annual Cost Women's 0.25 $ 25.59 $ 6.40 5 $31.99 52 $ 1,663.35 Men's 025 $ 25.59 $ 6.40 5 $ 31.99 52 $ 1,663.35 $ 16.63 Periodical Totals $ Annual Totall 3,326.70 0.125 1 $ 25.59 1 $ 3.20 1 5 1 $ 15.99 1 52 1 $ 831.68 AnnualTotall $ 831.68 Recycling 0.0625 $ 25.591 $ 1.60 1 5 1 $ 8.00 1 52 1 $ 415.84 Trash 0.0625 1 $ 25.59 1 $ 1.60 5 $ 8.00 1 52 1 $ 415.84 Annual Total $ 831.68 0.125 1 $ 25.59 1 $ 3.20 1 5 1 $ 15.99 1 52 1 $ 831.68 Annual Total $ 831.68 0.0625 $ 25.59 $ 1.60 5 $ 8.00 1 52 $ 415.84 Annual Total $ 415.84 0.0625 $ 25.59 $ 1.60 5 $ 8.00 1 52 $ 415.84 Annual Total $ 415.84 0.0625 $ 25.59 $ 1.60 5 $ 8.00 1 52 $ 415.84 Total A -G 1 $ 7,069.24 H. Window Glass Cleaning I. High Surface Dust Removal and Fixture Cleaning J. Striping and Waking Floors K. Ducting Vents Cleaning Periodic Cleaning Annual Totals $ 415.84 A. B. C. Cost D. Time per Hourly Per Services F. Annual activity Fee Service Performed Cost Anmml lv 1 $ 33.25 $ 33.25 4 $ 133.00 1 $ 33.25 $ 33.25 2 $ 66.50 4 $ 66.50 $ 266.00 2 $ 532.00 0.5 $ 33.25 $ 16.63 1 $ 16.63 Periodical Totals $ 748.13 Annual Cost of Daily Cleaning $ 7,069.24 Annual Cost of Periodic Cleaning $ 748.13 Total Annual Cost for City Hall $ 7,817.36 A. Bathrooms GARVEY PARK SNACK BAR RESTROOMS (GPSR) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday January - November (no services required in December) A. B. D. E. F. Time per Hourly AC'R Weekly Weekly Weeks G. rncAnnual Periodic Cleaning Annual Cost of Daily Cleaning $ 4,657.38 Annual Cost of Periodic Cleaning $ 399.00 Total Annual Cost for GPSR $ 5,056.38 D. A. B. C. Cost Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Annually B. Deep Cleaning January through December t $ 33.25 $ 33.25 121 $ 399.00 Periodical Totalsi $ 399.00 Annual Cost of Daily Cleaning $ 4,657.38 Annual Cost of Periodic Cleaning $ 399.00 Total Annual Cost for GPSR $ 5,056.38 A. Bathrooms GARVEY PARK RESTROOMS (GPR) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday January - November (no services required in December) A. B. D. E. F. Time per Hourly C.A Weekly Weekly Weeks G Cos Annual Women's 0.25 $ 25.59 $ 6.40 7 $ 44.78 52 $ 2,328.69 Men's o.zs $ 25.59 $ 6.40 7 $ 44.78 52 $ 2,328.69 Annual Totall $ 4.657.38 B. Deep Cleaning January through December Periodic Cleaning Annual Cost of Daily Cleaning $ 4,657.38 Annual Cost of Periodic Cleaning $ 399.00 Total Annual Cost for GPSR $ 5,056.38 D. A. B. C. Cost Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Annual] I $ 33.25 $ 33.25 12 $ 399.00 Periodical Totals $ 399.00 Annual Cost of Daily Cleaning $ 4,657.38 Annual Cost of Periodic Cleaning $ 399.00 Total Annual Cost for GPSR $ 5,056.38 A. Bathrooms B. Solid Waste Trash B. Deep Cleaning ROSEMEAD PARK SNACK BAR RESTROOMS (RPSBR) D. Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday B. C. A. B. D. E. F. C. Services F. Annual G. Time per Hourly Weekly Weekly Weeks '4 x B Annual Cost activityFee Services Cost Year Service Annuall Women's 0.125 $ 25.59 $ 3.20 7 $ 22.39 52 $ 1,164.35 365.75 Meds 0.125 $ 25.59 $ 3.20 7 $ 22.39 52 $ 1,164.35 0.0625 1 $ 25.59 1 $ 1.60 1 7 1 $11.20 Annual Periodic Cleaning 7 Annual Cost of Daily Cleaning $ 2,910.56 Annual Cost of Periodic Cleaning $ 365.75 Total Annual Cost for RPSR $ 3,276.61 D. A. B. C. Services F. Annual Time per Hourly Cost Per Performed Cost activity Fee Service Annuall I $ 33.25 $ 33.25 11 $ 365.75 Periodical Totalsl $ 365.75 Annual Cost of Daily Cleaning $ 2,910.56 Annual Cost of Periodic Cleaning $ 365.75 Total Annual Cost for RPSR $ 3,276.61 A. Bathrooms B. Solid Waste C. Vacuuming D. Hard Surfaced Floors E. Low Surface Cleaning F. Doors/Fixtures Spot Clean ROSEMEAD PARK RECREATION BUILDING/PRESCHOOL (RPRBP) Daily Cleaning: Tuesday and Friday (Restrooms 2 days a week) A. B. E. F. Time per Hourly C' D. Weekly Weekly Weeks G. activitv Fee A x B Services Cost year Annual Cost Women's 1 0.5 $ 25.591 $12.80 1 2 1 $ 25.59 1 51 $ 1,305.09 Men's 0.5 S 25.59 $12.80 2 $ 25.59 1 51 $ 1,305.09 Recycling 0.03125 $ 25.59 $ 0.80 2 Annual Totall $ 1.60 51 1 $ $ 2,610.18 81.57 "Crash 0o3125 S 25.59 $ 0.80 2 $ 1.60 51 $ 81.57 0.0625 $ 25.59 $ 1.60 2 Annual Total $ 3.20 51 $ $ 163.14 163.14 Performed 0.0625 $ 25.59 $ 1.60 2 Annual Total $ 3.20 1 51 $ $ 163.14 163.14 G. Carpet Cleaning Shampooing 0.0625 $ 25.59 $ 1.60 2 Annual Total $ 3.20 1 51 1 $ $ 163.14 163.14 $ 199.50 2 0.03125 $ 25.59 $ 0.80 2 Annual Totall $ 1.601 51 1 $ $ 163.14 81.57 Annual Cost of Daily Cleaning $ 3,344.29 Annual Cost of Periodic Cleaning $ 548.63 Total Annual Cost for RPRBP S 3,892.92 Annual Totals $ 81.57 Total A -G $ 3,344.29 Periodic Cleaning D. A. B. C. Cost Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Annually G. Carpet Cleaning Shampooing 1 $ 66.50 $ 66.50 2 $ 133.00 H. Striping and Waxing Floors 3 $ 66.50 $ 199.50 2 $ 399.00 I. Ducting Vents Cleaning 0.5 $ 33.25 $ 16.63 1 $ 16.63 Periodical Totalsi $ 548.63 Annual Cost of Daily Cleaning $ 3,344.29 Annual Cost of Periodic Cleaning $ 548.63 Total Annual Cost for RPRBP S 3,892.92 A. Bathrooms ROSEMBAD PARK STAFF RESTROOM (RPSR) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday January - November (no services required in December) A. B. C. D. E. F. Annual Time per Hourly A x B Weekly Weekly Weeks G. Cost activitv Fee Services Cost Year 0.5 1 $ 25.59 1 $12.80 1 1 1 $ 12.801 51 1 $ 652.55 Annual Cost of Daily Cleaning $ 652.55 Total Annual Cost for GPSR $ 652.55 Sally Tanner Park Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday A. B. D. E. Time per Hourly C. Weekly Weekly F. Weeks G. A x B Annual Cost active Fee Services Cost year A. Bathrooms Women's 0.03125 $ 25.591 $ 0.80 7 $ 5.60 52 $ 291.09 rMen's 1 0.03125 $ 25.591 $ 0.80 7 $ 5.60 52 $ 291.09 B. Solid Waste ITrash 0.03125 1 $ 25.59 1 $ 0.80 7 $ 5.60 52 $ 291.09 Annual Total $ 291.09 Total A -G $ 873.26 Periodic Cleaning A. B. C. Cost D. Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Annually C. Deep Cleaning Monthly t $ 33.25 $ 33.25 12 $ 399.00 Annual Periodic Total $ 399.00 Annual Cost of Daily Cleaning $ 873.26 Annual Cost of Periodic Cleaning $ 399.00 Total Annual Cost for GPSR $ 1,272.26 Zapopan Park Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday A. B. $ 5.60 52 $ D. E. F. Annual Total $ 291.09 Total A -G I S 873.26 Periodic Cleaning G. rmual Time per Hourly .B Weekly Weekly Weeks Annual Time per Hourly Per Ax Performed Cost Cost activity Fee Services Cost Year C. Deep Cleaning Monthly 1 A. Bathrooms Women's 0.03125 $ 25.59 $ 0.80 7 $ 5.60 52 $ 291.09 Men's T 0.03125 1 $ 25.59 1 $ 0.80 7 $ 5.60 52 $ 291.09 B. Solid Waste ITrash 1 003125 1 $ 25.59 1 $ 0.80 7 $ 5.60 52 $ 291.09 Annual Total $ 291.09 Total A -G I S 873.26 Periodic Cleaning D. A. B. C. Cost Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Anon C. Deep Cleaning Monthly 1 $ 33.25 $ 33.25 12 $ 399.00 Annual Periodic Total 1 $ 399.00 Annual Cost of Daily Cleaning $ 873.26 Annual Cost of Periodic Cleaning $ 399.00 Total Annual Cost for GPSR $ 1,272.26 Danielle Garcia Public Works Fiscal & Project Manager City of Rosemead Dear Danielle, Please be advised that the emergency call-back rate for the proposed custodial contract between Lincoln Training Center and the City of Rosemead is $50.00 per hour. Please let me know if you have any further questions. Regards, Casey Richards Director of Community Services 2643 Loma Avenue - South EI Monte, CA 91733 / 8331 Sierra College Blvd. #220 • Roseville, CA 95661 2350 West Shaw Ave. #135 • Fresno, CA 93711 / 20 N. Sutter Street, #302 • Stockton, CA 95202 19153 Town Center Drive #102 • Apple Valley, CA 923o8 / 1959 Palomar Oaks Way, #16o • Carlsbad, CA 92011 (800) 949.4582 • www.lincolntc.org Aaredited by commission on Aareditation of Rehabilitation Facilities - LTC is a 501(c)(5) not forprofit organization MAYOR: SEAND�G City of W9semead r MAYOR PRO TEM: Irk snvE Lv • \ 8838 E. VALLEY BOULEVARD ROSEMEAD, CALIFORNIA 91770 COUNCIL MEMBERS: 1r{ TELEPHONE (626) 569-2100 SANDRA ARMENIA FAX (626) 307-9218 MARGARl Croix PULLY Low ADDENDUM NO.1 To all prospective Contractors under Request For Proposal No. 2023-02 1. Section I of the RFP document is hereby revised as follows, additions are noted in bold red text: Cost Data The required bid cost forms (Attachment A) roust be completed electronically using the provided excel file for all listed facilities/parks for which janitorial maintenance services are required as part of a complete submission. Each firm must provide a current Hourly Fee Schedule for staff classifications who may provide emergency/urgent cleanings as it relates to the facilities and services listed in Section C of the RFP. Emergency/urgent work performed outside of the scheduled daily and periodic cleanings will be charged at agreed upon hourly rates based on service types as provided in the Hourly Fee Schedule. 2. Acknowledgement of Addendum No. Iof Addendum No. I Each proposer shall acknowledge receipt of this addendum in their submitted proposal. Failure to provide such acknowledgement shall renderthe proposal as non-responsive and subject to rejection. If you have already submitted a response, this addendum will invalidate your response and you must submit a new response before the due date specified. Except for the changes noted above, all other requirements and provisions of the originally issued Request for Proposal shall remain in effect. 7T?.ec� c � l7 Michael Chung, PE Director of Public Works Issued February 7, 2023 kDDENDUM NO. 'Company \1' \\ MAYOR: SEm Dmo ' MAYOR PRO TEM: - STEvE LY COUNCILMEMBERS: SMAPMEMfA MARGA C"M Pour Low city Of W 9semead 8838 E. VALLEY BOULEVARD ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569-2100 PAX(626)307-9219 ADDENDUM NO.2 To all prospective Contractors under Request For Proposal No. 2023-02 1. RFP Revision Section J of the RFP document is hereby revised as follows, revisions are shown in strikethrough text and updates are noted in bold red text: MANDATORY PRE -PROPOSAL MEETING AND FACILITY WALKTHROUGH All parties submitting proposals are instructed to attend a mandatory pre-bid meeting. The meeting is scheduled for Monday. February 13.2023. at 9:99 8:00 am. at Rosemead City Hall Council Chambers 8838E Valley Boulevard, Rosemead. CA 91770. Present at this meeting will be representatives of the City of Rosemead Public Works Department. Janitorial Services Bid Walkthrough Schedule (Attachment A) will be the guide for the facility walkthrough order on the day of the Mandatory meeting. 2. Bid Cost Forms Update The Bid Cost Forms excel file has been revised to exclude two (2) restrooms located at the City Hall facility. The downstairs Men's and Women's small restrooms have been removed from the updated forms. The updated Bid Cost Forms (Attachment B) must be utilized and submitted with your firm's proposal. 3. Acknowledeement of Addendum No.2 Each proposer shall acknowledge receipt of this addendum in their submitted proposal. Failure to provide such acknowledgement shall render the proposal as non-responsive and subject to rejection. If you have already submitted a response, this addendum will invalidate your response and you must submit a new response before the due date specified. Except for the changes noted above, all other requirements and provisions of the originally issued Request for Proposal shall remain in effect. Michael Chung, PE Director of Public Works Issued February 9, 2023 ADDENDUM NO.2 /' cp,. - Company A: oriel Services Bid Walktbrough Schedule B: id Cost Forms - Revised Janitorial Services Bid Walkthrough Schedule February 13, 2023 at 8:00 A.M. der Time Facility Total Sq Feet Cleanings Per Wei Restroom (Approximate)' Garvey Park 1 (8:00 A.M. — 8:30 A.M.) City Hall 18,000 5 DayslWeek (M -Th, Garvey Park Recreation (8838 E. Valley Blvd.) 5 Days/Week (M -F) Sun) 2 (8:30 A.M. — 8:45 A.M.) Rosemead Community 18,000 7 Days/Week (M -Su) 2 Days/Week (M and W) Recreation Center Room (3936 N. Muscatel Avenue) 7 Days/Week (M -Su) 3 (8:55 A.M. — 9:00 A.M.) Sally Tanner Park 7 DaysANeek (M -Su) 7 Days/Week (M -Su) Snack Bar Building — (8343 E. Mission Drive) Restrooms 4 (9:10 A.M. — 9:35 A.M.) Rosemead Park Splash Zone— Pool Facility 7 Days/Week (M -Su) (9155 Mission Dr— Meet at Aquatic Center Building) (May through Sept) Recreation 3,500 2 DaysiWeek (Tu, F) 7 DaysiWeek (M -Su) Bui Id in g/PreschooVRestroom 7 (10:30 A.M. —10:45 A.M.) Public Safety Center Snack Bar Building - 7 Days/Week (M -Su) 7 DaysiWeek (M -Su) (8301 Garvey Avenue) Restrooms 8 (10:55 A.M. — 11:15 A.M.) Garvey Community Center 20,000 7 Days/Week (M -Su) Rosemead Aquatic Center 5,700 7 Days/Week (M -Su) Rosemead Park Staff 1 DayM/eek Restroom 5 (9:50 A.M. —10:15 A.M) Garvey Park (7933 Emerson Place — Meet at Recreation Office Building) Garvey Park Recreation 3,500 5 Days/Week (M -F) Office Garvey Park Maintenance 2 Days/Week (M and W) Room Garvey Park Restroom 7 Days/Week (M -Su) Gymnasium 5,700 7 DaysANeek (M -Su) Snack Bar Building — 7 Days/Week (M -Su) Restrooms Splash Zone— Pool Facility 7 Days/Week (M -Su) (May through Sept) 6 (10:25 A.M. — 10:30 A.M.) Zapopan Park 7 DaysiWeek (M -Su) (3018 N. Charlotte Avenue) 7 (10:30 A.M. —10:45 A.M.) Public Safety Center 4,000 7 Days/Week (M -Su) (8301 Garvey Avenue) 8 (10:55 A.M. — 11:15 A.M.) Garvey Community Center 20,000 7 Days/Week (M -Su) (9 108 Garvey Avenue) 9 (11:25 A.M. —11:45 A.M.) Public Works Yard 3,400 3 DaysiWeek (Tu, Th, (2714 River Avenue) Su) 10 (11:55 A.M. —12:00 P.M.) Jess Gonzalez Sports 7 Days/Week (M -Su) Complex (8471 Klingerman Street) ATTACHMENT B (SEE EXCEL FILE) MAYOR: SEAN RANG City of w9semead MAYOR PRO TEM:W,�So STEVEN LY 8838 E. VALLEY BOULEVARD CALIFORNIA 91770 COUNCIL MEMBERS:ROSEMEAD, (626) 569-2100 SANDRAARMENEA'TELEPHONE FAX (626) 307-9218 MARGA E"rCLARK POLLV LOW ADDENDUM NO.3 To all prospective Contractors under Request For Proposal No. 2023-02 1. Bid Cost Forms Update The Bid Cost Forms excel file has been revised as follows: Additions: • One (1) FGT Room Kitchenette & One (1) South restroom at Garvey Center • One (1) Kitchen at RCRC Removal: • Garvey Park Maintenance Room — The sheet related to this location has been removed and the scope of work for this RFP should no longer include services to the building. Do not consider this location when calculating for consumables. Updated language: • Low Surfacing Cleaning at Garvey Park Gym is described as including "Gym Perimeter (Interior)" rather than "Staff Office" The updated Bid Cost Forms — Revised 02.16.23 (Attachment A) must be utilized and submitted with your firm's proposal. 2. RFP Revisions The RFP document has been revised as follows: Section CA Table 1 of the RFP document is hereby revised to remove the Garvey Park Maintenance Room, the revision to Table 1 is shown in strikethrough text: Table f Facility Total Square Cleanings Per Week Map Feet Reference (Appro)imate)' # City Hall 18,000 5 DayslWeek (M -Th, Sun) 3 Rosemead Community 18,000 7 Days/Week (M -Su) 4 Recreation Center Garvey Community Center 20,000 7 Day&Week (M -Su) 8 Garvey Park 5 Garvey Park Recreation 3,500 5 Days/Week (M -F) 5 Office Room Garvey Park Restroom Gymnasium Snack Bar Building - Restrooms Splash Zone - Pool Facility Rosemead Park Recreation Building/Preschool/Restroom Snack Bar Building - Restrooms Rosemead Aquatic Center Rosemead Park Staff Restroom 6 See Note 2 7 Days/Week (M -Su) 5 5,700 7 Days/Week (M -Su) 5 See Note 2 7 DaysfWeek (M -Su, year round 5 See Note 2 7 DayslWeek (M -Su) (May through 5 Sept) 2 3,500 2 Days/Week 2 See Note 2 7 Days/Week (M -Su) 2 5,700 6 Days/Week (M-Sa) 2 Consider adding restroom See Note 2 1 Day/Week 2 Public Safety Center 4,000 7 Days/Week (M -Su) 7 Sally Tanner Park See Note 2 7 Days/Week (M -Su) 1 Zapopan Park See Note 2 7 Days/Week (M -Su) 6 Jess Gonzalez Sports Complex See Note 2 7 Days/Week (M -Su) 10 Public Works Yard 3400 3 Days/Week (Tu, Th, Su) 9 1. Contractor acknowledges that square footage approximations above are estimates and that it is the responsibility of the Contractor to verify square footage noted for each location. 2. Square footage shall be determined by the Contractor during the mandatory pre-bid meeting and facility walkthrough. Section C.3 of the RFP document is hereby revised as follows, revisions are shown in strikethrough text and updates are noted in bold red text: 3. CONSUMABLE PRODUCT COST Rene uired as part of this proposal is a cost for all consumable items for cleaning and restocking. The City elects to include the provision of these consumable items in the contract with the chosen company. Prices should be considered carefully to ensure that adequate funding will be included in the Contractors proposed costs. a. Consumable products to include: • Deodorized Urinal Screens • Germicidal detergent • Glass/mirror cleaner • Stainless steel cleaner • Urinal Cartridges for Waterless Urinals • Hand Soap • Paper Towels • Toilet Paper • Toilet Seat Covers • Trash liners • Floor Treatments (Full (tt# Products used shall be appropriate to each floor type to not damage or cause stains to surface materials) 3. Ouestions and Answers Question: What is the process for emptying waste into the organic waste carts? Is the contractor responsible for sorting the waste to ensure other trash is not in here? Answer: The City staff will be responsible for depositing their waste into the appropriate receptacle compartments. The Janitorial Service provider will not be responsible for sorting through the waste to ensure there is no contamination but should however keep the bags of waste separated to deposit all collected waste into their respective exterior cart or bin (blue is for trash, brown is for food waste, and white is for recycling) at facility exterior enclosures. Plastic bags shall not be deposited into the exterior bins, collected recyclable materials should be deposited into bins loosely. Question: Can we get a break down of the approximate square footage of carpet vs. hard surface flooring for each facility? Answer: The information is unavailable. Approximate square footage of carpet and hard surface areas shall be determined by Contractor based on walkthrough. Question: I would like clarification of what consumables the contractor is responsible for providing under this contract. On page 7 of the RFP it indicates that the City would like a cost for the products noted on page 8. Does that mean that you are only asking for a cost or is this going to be a requirement for the contractor to provide the supplies noted? Answer: The Contractor is required to provide at its expense, all labor, materials, equipment, tools, services and special skills. All consumables for janitorial services are expected to be provided by the Contractor. Please refer to the RFP Revisions within this Addendum for an updated list of consumables required for this contract. Question: Are we to include the consumables as part of the cost for each buildinglarea or are you asking for one total cost for all wnsumables for all buildings where it says First Year Consumables, Second Year Consumables, etc.? Answer: The cost for consumables that is requested on the Bid Cost Forms should include the total annual cost for all facilities for the First Year of service. You may also choose to include an annual CPI increase percentage which will calculate the total cost for consumables for the second and third years of the contract. Question: On the bid cost forms under the "Final Worksheet", it indicates that the city would like a price for consumables. Cleaning products is noted on here but cleaning products should already be included under the cost for each facility, as this is part of the materials needed to clean the buildings. Can you clarify whether you want cleaning products included with the cost for each facility or as a separate cost under consumables? Answer: Cost of cleaning products should be included within the cost for consumables. Each individual facility cost sheet should only include costs related to labor. Question: On the Final Worksheet, under price for consumables, it indicates that the city would like a price for consumables at all city facilities and it notes trash liners. However, trash liners are not indicated under page 8 of the RFP as a required product. Is the contractor responsible for providing the trash liners under this contract or are you only asking for the cost if we were to provide them? Answer: It is the Contractor's responsibility to provide trash liners. Please refer to the RFP Revisions within this Addendum for an updated list of consumables required for this contract. Question: On page 8 of the RFP, it indicates that the city is requesting a cost for Full Court Floor Treatment. Can you please clarify what this is referring to (is it the gym at Garvey Park)? Answer: Full Court Floor Treatment (Floor Cleaner) was the preferred wood floor cleaning solution. Please refer to the RFP Revisions within this Addendum for an updated list of consumables required for this contract. Question: What are the requirements to clean the gymnasium floor at Garvey Park? Answer: The Gymnasium floor at Garvey Park is not included in the scope of work. The only floors to be cleaned at the gym facility are the restroom floors. Question: What buildings are included in the current contract? What is the current annual contract price? Answer: Please refer to Attachment B for the current contract and scope of work. Question: What is the current cost of consumables for each building under this contract? What is currently being provided by the city and what is currently being provided by the contractor? Answer: Please refer to Attachment B for the current contract and scope of work. The Contractor is required to provide at its expense, all labor, materials, equipment, tools, services, and special skills. Consumables are expected to be provided by the Contractor. The City does not provide any materials or supplies related to the janitorial services contract. Question: We noticed that one vendor did not participate in the mandatory pre-bid meeting but was allowed to participate in the walk. Is this company going to be allowed to submit a bid if they failed to attend the mandatory pre-bid meeting? Answer: As stated on page 14 Section I of the RFP: Attendance at this meeting and walkthrough is MANDATORY for those wishing to submit proposals. Failure to attend the pre-bid meeting and walkthrough shall result in the disqualification from the RFP process. Prospective bidders who expressed interest in submitting a proposal but failed to be at the pre-bid meeting and/or walkthrough are disqualified from the process and have been notified. Question: Where was the Bid Walkthrough Schedule posted? Answer: The Bid Walkthrough Schedule was included as Attachment A to Addendum No.2. Question: Who is the current contractor? Answer: Base Hill is the current janitorial services provider for the City. Question: What is the current monthly charge of the current contractor? Answer: The current monthly charge for janitorial services ranges between $17,000 and $20,000. The higher cost range is reflective of when periodic cleanings are performed. Question: Term of the current contract. Answer: The current contract term is from April 1, 2021, to March 31, 2023. The First Amendment to the original agreement granted a two-year extension. Question: What is the square footage of each location be serviced? Some of the locations says SEE NOTE 2 but I can't find the note. Where can we find that, pls advise. Answer: Note 2 is shown at the bottom of Table 1 of the RFP. Each Contractor was expected to determine square footage during the mandatory facility walkthrough. Question: Is there additional facility or scope of work added from the previous contract? Answer: Yes, there are some changes to the facilities and scope of work from the previous contract. There is also a reduction in service due to the City no longer requesting to have additional Extra Covid Disinfecting Services performed at various facilities. Question: Will the awarded contractor provide the paper products/toiletries for this project? If yes, what are the consumables, toiletries, chemicals and supplies for this project and its monthly consumables value. Answer: Yes, the selected Contractor is expected to provide the consumables. Please refer to the RFP Revisions within this Addendum for an updated list of consumables required for this contract. Refer to Attachment B of the RFP document for the product specifications. If a particular product type is not specified the Contractor may choose the product, however, the City reserves the right to approve the use of any product. Question: What is the square footage for some locations that are blank on the addendum 2? Answer: For facilities that did not have square footage identified the Contractor was to determine the approximate square footage during the mandatory facility walkthrough as indicated in "Note 2" at the bottom of Table 1 within the RFP. Question: What is the TIME & DAY cleaning schedule for each location? Answer: Working hours shall vary by location and cleaning shall not be scheduled earlier than thirty (30) minutes after the end of normal business day as posted for each facility. Refer to the facility descriptions for the business hours of each facility. The Public Works Yard facility has business hours between 5:00 AM to 6:00 PM from Monday to Sunday. Additionally, the City Hall Council Chambers hosts public meetings that can run from 7:00 PM to 12:00 AM. 4. Acknowledgement of Addendum No. 3 Each proposer shall acknowledge receipt of this addendum in their submitted proposal. Failure to provide such acknowledgement shall render the proposal as non-responsive and subject to rejection. If you have already submitted a response, this addendum will invalidate your response and you must submit a new response before the due date specified. Except for the changes noted above, all other requirements and provisions of the originally issued Request for Proposal shall remain in effect. Wc, Michael Chung, PE Director of Public Works Issued February 16, 2023 OF ADDENDUM NO.3 41ke Company Bid Cost Forms — Revised 02.16.23 Janitorial Services Contract — Base Hill Attachment C Draft Agreement for Services CITY OF ROSEMEAD AGREEMENT FOR JANITORIAL SERVICES (LINCOLN TRAINING CENTER) 1. PARTIES AND DATE. This Agreement is made and entered into this day of , 20_ by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and Lincoln Training Center, a 501 (c)(3) nonprofit corporation, with its principal place of business at 2643 Loma Avenue, South EI Monte, CA 91733 (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as "Party" and collectively as 'Parties' in this Agreement. 2. RECITALS. 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain maintenance services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing Janitorial Maintenance services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project. City desires to engage Contractor to render such services for Janitorial Services for Various City Facilities (`Project') as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Tenn. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the Owner all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional Janitorial Maintenance services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from April 1, 2023, to March 31, 2026, unless earlier terminated as provided herein. Contractor shall complete A-1 the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates Michael Chung, Director of Public Works, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates Gary Griffen, Executive Vice President, or his or her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for A-2 all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance. 3.2.9.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement. A-3 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond. If specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any I_QI bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Agreement (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Agreement for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit C attached hereto and incorporated herein by reference. The total compensation shall not exceed Three Hundred Thirteen Thousand Five Hundred Eighty - Three Dollars ($313,583) for Year One (April 1, 2023 — March 31, 2024), Three Hundred Thirty -One Thousand Forty -Eight Dollars ($331,048) for Year Two (April 1, 2024 — March 31, 2025), and Three Hundred Forty -Nine Thousand Five Hundred Twenty Dollars ($349,520) for Year Three (April 1, 2025 — March 31, 2026). without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed A-5 for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: Lincoln Training Center 2643 Loma Avenue South EI Monte, CA 91733 Attn: Gary Griffen CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Michael Chung, Director of Public Works Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the Em City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.6 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies _• that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.21 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [signatures on next page] CITY OF ROSEMEAD M Ben Kim, City Manager Attest: Ericka Hernandez City Clerk Approved as to Form: Rachel Richman, City Attorney A-11 Lincoln Training Center 13 Name: Title: [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] In 1►Frum- Title: SCOPE OF MAINTENANCE SERVICES [insert scope] A-12 SCHEDULE OF MAINTENANCE SERVICES [insert schedule] ME EXHIBIT C COMPENSATION [insert rates & authorized reimbursable expenses] C-1 EXHIBIT D INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance Commercial General Liability Insurance: Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 combined single limit per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Contractor shall submit to Agency, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of Agency, its officers, agents, employees and volunteers. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any D-1 reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Requirements not limiting: Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. Acceptable insurers: All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the Agency's Risk Manager. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. D-2 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. D-3 Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11.Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. E'' 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City.