REQUEST FOR QUOTES FOR JANITORIAL SERVICES

Similar documents
May 22, Dear Proposed Vendor:

The City of South Euclid Notice of Request for Proposals for Municipal Complex Cleaning Services

TOWN OF WESTBROOK, CONNECTICUT 866 BOSTON POST ROAD WESTBROOK, CT REQUEST FOR PROPOSALS FOR CLEANING SERVICES

Citylink Bus Maintenance Facility Janitorial Services

c. Contractor s employees will have a good personal appearance at all times.

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS

City of El Centro Park & Recreation Division

REQUEST FOR PROPOSALS FOR BUS SHELTER ADVERTISING AND MAINTENANCE SERVICES

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY

INVITATION TO BID JANITORIAL SERVICES

Middlesex County College Edison, New Jersey

TOWNSHIP OF TOMS RIVER BID SPECIFICATIONS JANITORIAL SERVICES FOR THE DEPARTMENT OF PUBLIC WORKS, YOUTH CENTER AND RECREATION OFFICE

Building Maintenance Proposal ACLC

RFP # City Of Hammond Purchasing Department. Janitorial Services for the City of Hammond For Fiscal Year

County of Siskiyou Department of General Services

CONTRACTED CLEANING

CITY OF BURIEN, WASHINGTON

Request for Proposals

Invitation to Bid 863 AIDT Montgomery Center Janitorial Service (Rebid)

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK

This ITB is also available on the CEMCO website under the Community Tab:

REQUEST FOR BIDS KEWANEE CITY HALL & AMTRAK DEPOT JANITORIAL SERVICES CONTRACT

REQUEST FOR PROPOSAL ROCKINGHAM COUNTY REGISTRY OF DEEDS AND COUNTY ATTORNEY OFFICE CLEANING SERVICES

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT

INVITATION TO BID FOR JANITORIAL SERVICES

CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM

THIS IS NOT AN ORDER! REQUEST FOR QUOTATION

QUOTATIONS FOR SMALL PURCHASE (QSP) No JS WM/MO Professional Janitorial Services

INVITATION TO BID: APARTMENT CLEANING

STATEMENT OF WORK JANITORIAL SERVICES KEYSTONE STATE PARK (WESTMORELAND COUNTY)

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY

INVITATION FOR BIDS BID PROPOSAL NO. J18135 TO PROVIDE CUSTODIAL AND YARD SERVICES FOR VARIOUS JUDICIARY FACILITIES ON OAHU

City of Mason. Request for Proposals for Janitorial Services. Proposals Due: May 7, :00 a.m. Proposals shall be delivered to the:

Request for Proposals (RFP) For Janitorial Services Request for Proposals No. G057 Issued by:

Warner Robins Housing Authority

Purchasing Department, Room A College Rd. Key West, FL (305) , Fax (305)

La Grange Public Library Request for Proposal For Cleaning Services

Janitorial Services Salem District Court House Sealed Bid Town of Salem. July 2018

CORDELIA FIRE PROTECTION DISTRICT FACILITY RENTAL CONTRACT

Invitation To Bid. Hart County Health Department Jill Garland, Office Manager (706)

Robert B. Gold, Superintendent. The BIG HOLLOW SCHOOL DISTRICT NUMBER 38 does hereby invite sealed bids for:

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Appendix A. City of Gainesville CITY WIDE JANITORIAL SERVICES MINIMUM STANDARDS OF SERVICE

INVITATION TO BIDDERS

AGENDA ITEM # 9A/B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting October 9, Jason M. Bielawski, Assistant Village Administrator

High Point University Greek Village

NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN

County of Mercer SPECIFICATIONS FOR BID FOR JANITORIAL SERVICES AT VARIOUS BUILDINGS IN MERCER COUNTY FOR A PERIOD OF TWO (2) YEARS

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

County of Ingham. Request for Proposals Packet # Janitorial Services. Sealed Proposals Due: April 26, 2016 at 11:00 A.M.

SHELTER COVE PUBLIC RECREATION FACILITIES RENTAL AGREEMENT

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR QUOTATION (RFQ)

Request for Proposals Healthcare Janitorial Services NEVADA HEALTH CENTERS INC.

Terminology Freire Charter School is referred to herein as the School, and bidders as Vendor. Proposal Timeline The following dates and milestones app

Freight Station Bunning Hall RENTAL PACKET 603 S Main Street Rock Springs, WY 82901

INVITATION TO BID. Issued By COUNTY OF TAZEWELL OFFICE OF THE COUNTY FINANCE DIRECTOR CRAIG A. PETERS CPA

Government Peak Chalet Rental Application General Information N. Mountain Trails Drive, Palmer AK $250 for 1/2 day (4 hours)

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

Information, Guidelines, Rental Rates and Fee Schedule

GOLD RIDGE FOREST POA 4101 OPAL TRAIL POLLOCK PINES, CA Phone (530) Fax (530)

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.


Library (Hoyer Hall) Meeting Room FACILITY USE POLICIES

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

NOTICE OF REQUEST FOR PROPOSALS FOR JANITORIAL SERVICES

INVITATION TO BID PW CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA

AGREEMENT BETWEEN COUNTY AND CONTRACTOR DRAFT WITNESSETH:

REQUEST FOR PROPOSAL

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

RENTAL SPACE AVAILABLE

Invitation To Bid. for

Immaculate Conception Catholic Church Parish Hall Rental Policy. 107 Church Street Gregory, Texas Office: (361)

Falconbridge Homeowners Association (FHA) Clubhouse Rental Contract

REQUEST FOR PROPOSALS (RFP)

Terms & Conditions Community CFS Family Center

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

Re: Request for Quote (RFQ No. 0123) Piedmont Park Day Care Facility

REQUEST FOR PROPOSALS BUILDING CUSTODIAL & CLEANING SERVICES

NOTICE TO BID. CORAL ACADEMY OF SCIENCE LAS VEGAS a Nevada Public Charter School

Name Date of Rental Paid. CITY OF THOMSON DEPOT RENTAL CONTRACT for ANNEX, MEETING HALL, BOARD ROOM

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

Community Center 2019 Rental Agreement

CLOVERLEAF BAPTIST CHURCH FELLOWSHIP HALL RENTAL CONTRACT 4433 Manslick Rd, Louisville Ky Church phone #

Housekeeping / Janitorial contractor services for el Rio Health Center

CITY OF ANN ARBOR INVITATION TO BID

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

WARREN COUNTY ARMORY CIVIC CENTER RENTAL AGREEMENT

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR BID (RFB)


CITY OF KNOXVILLE INVITATION TO BID. Janitorial Services at KPD off-site locations

LOWDEN PARK Rental/Use Application

z APPLICANT S NAME ORGANIZATION PHONE (cell) (home)

ARTICLE 3 - PAYMENTS TO CONTRACTOR

BID EVENT TIMETABLE. 10:00 am Mandatory Walk-Through City Hall, 505 Butler Place, Park Ridge, IL On or Before Tuesday, June 21, 2016

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

THE RIVER VALLEY LIFE CENTER CHURCH, INC Facilities Rental Application

REQUEST FOR PROPOSAL CATERING SERVICES. For PORT ISABEL EVENT & CULTURAL CENTER PORT ISABEL, TEXAS

Transcription:

REQUEST FOR QUOTES FOR JANITORIAL SERVICES Issue Date: March 23, 2015 Quotes Due: April 17, 2015, 5 p.m. PST Send Quotes to: Leslie Cayton (5 hardcopies + City of Temple City 1 digital copy) Parks and Recreation Department 9701 Las Tunas Dr. Temple City, CA 91780 Mark Envelope: Contact Person: QUOTE- Janitorial Services Mike Koski, Parks and Recreation Supervisor (626) 285-2171, ext. 2356 mkoski@templecity.us

TABLE OF CONTENTS BACKGROUND 3 PROJECT INTRODUCTION 3 SCOPE OF WORK 3 LIVE OAK PARK COMMUNITY CENTER, ANNEX AND OUTDOOR RESTROOMS 4 GENERAL SERVICES 4 SPECIAL SERVICES FOR THE LIVE OAK PARK COMMUNITY CENTER 5 CITY HALL, COMMUNITY ROOM, CIVIC CENTER AND OUTDOOR RESTROOMS 6 GENERAL SERVICES 6 SPECIAL SERVICES 7 ADDITIONAL WORK 8 MINIMUM CONTRACTOR REQUIREMENTS 8 LIABILITY AND INSURANCE 9 INDEMNIFICATION 10 SUBMITTAL REQUIREMENTS 10 SELECTION CRITERIA AND PROCESS 11 PROPOSED TIMELINE 11 GENERAL CONDITIONS 11 EXHIBIT A - RFQ SUBMITTAL FORM 13

Page 3 of 20 (including cover) BACKGROUND Temple City is centrally located in the west San Gabriel Valley, approximately five miles southeast of Pasadena and 13 miles east of downtown Los Angeles. Predominately residential, the community houses around 35,000 residents within 3.85 square miles and is surrounded by the municipalities of Arcadia, San Gabriel, El Monte, Rosemead and unincorporated Los Angeles. The City is considering opportunities to enhance and maintain immaculate park facilities and a presentable City Hall, Community Room and Civic Center. PROJECT INTRODUCTION The City of Temple City ( City ) is soliciting quotes from qualified contractors to provide various janitorial services for the following areas: 1. Live Oak Park Community Center 2. Live Oak Park Community Center Annex 3. Live Oak Park Outdoor Restrooms 4. City Hall 5. Community Room 6. Civic Center 7. City Hall Outdoor Restrooms The successful Service Contractor ( Contractor ) shall take full responsibility for all aspects of janitorial services as generally and minimally set forth in this Request for Quotes ( RFQ ). Contractors must demonstrate capacity to deliver high-quality service and strategy to maximize available resources. The City takes great pride in the care and upkeep of its public facilities. The City intends to award a three (3)-year contract, starting July 1, 2015, with two (2) one-year extension options. SCOPE OF WORK The following Scope of Work outlines the required tasks the Contractor is expected to perform and include in their quotes. Contractor shall perform all services provisioned under the contract in a skillful and competent manner. It is understood that the selected Contractor will furnish all necessary cleaning supplies, tools, equipment, etc. for the completion of work in a timely and organized manner. The Contractor will not disturb papers or personal items left on desks and table tops. Contractor shall provide small office trashcan liners as needed. The City shall provide

Page 4 of 20 (including cover) paper towels, hand soap and large trashcan liners as needed. Masking agents will not be used in lieu of proper cleaning and disinfecting techniques. All cleaning services, unless otherwise approved, must be conducted after 10 p.m. The Contractor shall provide the City with monthly invoices upon the completion of services. The Contractor shall assign a Project Manager who will meet with City staff on a quarterly basis. LIVE OAK PARK COMMUNITY CENTER, ANNEX AND OUTDOOR RESTROOMS I. General Services The Contractor shall perform the following tasks for both the Live Oak Park Community Center and Live Oak Park Annex buildings unless otherwise specified. A. General Cleaning The following shall be performed on a daily basis, seven (7)-days per week. 1. Empty all waste containers and place trash in dumpster. Replace trash bags as needed. 2. Clean all desks, file cabinets, tables, equipment and other office furniture. 3. Clean all counter tops, removing handprints, ink and other marks. 4. Clean and polish all drinking fountains. 5. Remove cobwebs throughout entire facility. 6. Sweep with chemically treated dust-mop all hard flooring, and damp-mop if necessary. 7. Vacuum all carpeted areas. Spot clean if necessary. 8. Spot clean windows, partitions and doors. 9. Clean exterior patio area tables, chairs and concrete surfaces. 10. Thoroughly clean lobby area, including floors, walls, doors and tables. 11. Clean exterior walkways and steps as necessary. 12. Turn off all designated lights, lock doors and set alarm upon leaving facility. B. Kitchen Cleaning The following shall be performed on a daily basis, seven (7)-days per week. 1. Wipe all tables, counters and appliance exterior surfaces with appropriate cleaning agents for stainless steel surfaces. 2. Wet-mop the entire floor with mop designated exclusively for use in kitchen area. 3. Refill all paper towel dispensers and soap containers. C. Restroom Cleaning The following shall be performed on a daily basis, seven (7)-days per week. This section includes all outdoor restroom facilities at Live Oak Park: exterior of the Community Center and Annex, concession stand and adjacent to the basketball courts. 1. Empty all waste containers and replace trash bags. 2. Clean and disinfect all commodes and urinals.

Page 5 of 20 (including cover) 3. Clean all restroom partitions. 4. Clean sinks and counter tops. 5. Clean and polish all chrome and stainless steel. 6. Clean exterior/interior of all doors. 7. Clean all mirrors. 8. Clean and disinfect diaper-changing stations. 9. Spot clean walls to remove smudges and marks 10. Refill all soap containers, paper products, toilet paper, paper towels, etc. 11. Sweep and wet-mop all floors, with mop designated exclusively for use in restroom facilities. D. Vinyl Floors 1. Buff and polish all vinyl floors eight (8)-times a year. 2. Strip and wax all vinyl floors on a quarterly (4-times a year) basis. E. Children s Activity Rooms in the Live Oak Park Community Center The following shall be performed on a daily basis, seven (7)-days per week. 1. Empty all waste containers and replace trash bags as needed. 2. Clean and disinfect commode. 3. Clean and disinfect all sinks and counter tops. 4. Clean and polish all chrome and stainless steel. 5. Refill all soap containers, paper products, toilet paper, paper towels, etc. 6. Sweep and mop floors. 7. Vacuum play carpet. 8. Wipe all table tops. F. Occasional Cleaning for the Live Oak Park Community Center The Contractor shall perform the following tasks on an as needed basis. 1. Clean and disinfect all telephones. 2. Low dusting to include chair rungs, table braces, inner desk ledges, baseboards, windowsills, etc. 3. High dusting to include picture frames, high ledges, etc. 4. Clean all reachable air vents. 5. Clean fire extinguisher cabinets. 6. Clean office equipment, calculators, copy machines, etc. 7. Clean all doors and door jams. 8. Remove gun from carpets and floors. 9. Dust any exposed water pipes. II. Special Services for the Live Oak Park Community Center The Contractor shall perform the following services for the Live Oak Park Community Center on a scheduled basis as coordinated with City personnel based on facility availability.

Page 6 of 20 (including cover) A. The following shall be performed on a monthly (12-times per year) basis. 1. Clean interior/exterior of all kitchen appliances. 2. Clean interior/exterior of children s activity room appliances. B. Quarterly The following shall be performed on a quarterly (4-times per year) basis. 1. Machine scrub all quarry tile. 2. Strip and seal interior restroom ceramic tiles floors. 3. Wash all windows in/out and glass room partitions. 4. Clean HVAC vents. C. ly The following shall be performed on an annual (once per year) basis. 1. Clean all interior light fixtures. 2. Clean all vertical and mini blinds. 3. Steam-clean all lobby furniture. 4. Steam-clean 150 stackable chairs. CITY HALL, COMMUNITY ROOM, CIVIC CENTER AND OUTDOOR RESTROOMS I. General Services The Contractor shall perform the following tasks for the following facilities unless otherwise specified: 1) City Hall, 2) Community Room, 3) Civic Center and 4) Civic Center Outdoor Restrooms. A. General Cleaning The following services shall be performed on a daily basis, five (5)-days per week unless otherwise specified. The Civic Center shall be cleaned on a one-day per week basis. Cleaning days to be determined by City. 1. Dust horizontal surfaces of desks, counter tops, table tops, partition tops and bases, computer monitors, filing cabinets and shelving. 2. Spot clean above mentioned areas to remove smudges, spillage, beverage rings, etc. 3. Dust office equipment. 4. Clean front entry glass and interior partition glass. 5. Empty all waste containers and place trash in dumpster. Sanitize each trash receptacle. Replace trash bags as needed. 6. Clean walls behind waste containers to remove over-spillage. 7. Wipe down the outside of break room/kitchen cabinets, refrigerator and microwave. (For the Community Room, one-day per week.) 8. Clean inside of break room/kitchen microwave. (For the Community Room, one-day per week.) 9. Clean thoroughly the break room/kitchen/restroom sinks. 10. Clean and disinfect break room/kitchen counter top and table top. 11. Rinse out and clean coffee pot.

Page 7 of 20 (including cover) 12. Mop thoroughly all hard surface floors with a chemically treated mop head. 13. Damp-mop all ceramic and tile flooring. (For the Community Room, oneday per week.) 14. Vacuum thoroughly carpeted areas with a hepa-grade vacuum, wall to wall, and spot clean as needed. 15. Wipe clean all telephone receivers and dust bases. 16. Disinfect all skin-touched surfaces (e.g. light switches, door handles, drinking fountains, etc.). 17. Remove spots and smudges from walls, doors and kick plates. 18. Remove cobwebs throughout CITY facilities. 19. Turn off all designated lights and lock doors upon leaving facility. 20. Report all maintenance issues in Log Book. B. Restroom Cleaning The following services shall be performed on a daily basis, five (5)-days per week except the City Hall Outdoor Restrooms for which the following will be performed on a daily basis, seven (7)-days per week. The Civic Center restrooms shall be cleaned on a one-day per week basis. 1. Empty waste containers. Wash as necessary. 2. Clean and sanitize the outside of waste containers and dispensers. 3. Clean and disinfect all sinks, toilets and toilet seats. 4. Clean all dispensers, mirrors and fixtures. 5. Refill soap containers, paper products, toilet paper, paper towels, etc. 6. Clean and disinfect door handles and light switches. 7. Clean and sanitize restroom partitions and walls around toilets. 8. Spot clean walls to remove smudges and marks. 9. Dust-mop floors with a micro-fiber mop. 10. Wet-mop floors with a chemically treated mop head. 11. High-dust tops of doors, mirrors and air vents. 12. Use Consume to eliminate the smell of urine. 13. Provide, inspect and service the Natural Breeze Air System, All Fresh Auto Flush and Auto Clean System services. Refill and replace as needed. II. Special Services The Contractor shall perform the following services on a scheduled basis as coordinated with City personnel and facility availability. A. The following shall be performed on a monthly (12-times per year) basis. 1. Dust thoroughly all vertical surfaces of office furniture, including desks, tables, chairs, file cabinets, etc. 2. Clean all office furniture and work stations (vacuum fabric partitions). 3. Clean all office equipment, calculators, copy machine, fax machine, etc. 4. Clean fire extinguisher cabinets. 5. High-dust all air vents, tops of doors, door frames, ceiling corners and edges, etc.

Page 8 of 20 (including cover) 6. Low-dust all baseboards and chair bases. 7. Dust window blinds and window sills. 8. Edge carpets along baseboards, filing cabinets and partition bases to remove dust build-up. 9. Dust any exposed water pipes. 10. Clean spots and smudges from walls. 11. Remove gum from carpets and floors. 12. Clean thoroughly interior/exterior of all kitchen appliances. 13. Clean all HVAC vents. B. Semi-ly The following shall be performed on a semi-annual (2-times per year) basis. 1. Window washing in/out and awnings. 2. Strip, seal and wax restroom floors in City Hall, Community Room, Civic Center and Finance file room. 3. Clean all carpets. C. ly The following shall be performed on an annual (once a year) basis. 1. Clean all interior walls. 2. Clean all interior light fixtures. 3. Seal ceramic tile floors in Community Room and employee lounge with an acrylic sealant. ADDITIONAL WORK The City may add to these specifications with the joint approval of the Contractor and the City. All modifications shall be in writing. A. In the event that the City requires additional work outside of these specifications, the Contractor shall perform all work at a competitive industry price. B. Additional work may be added to the contract as the need arises. The Contractor shall perform all specified and approved additional work. C. The Contractor must be willing to provide a competitive price for additional work that may be added to the contract. Contractor will be required to demonstrate the ability to properly execute the expanded workload with the necessary increase in labor, materials and equipment. MINIMUM CONTRACTOR REQUIREMENTS All contractors must: 1. Have no record of unsatisfactory performance. Contractors who are or have been seriously deficient in current or recent contract performance, in the absence of

Page 9 of 20 (including cover) circumstances properly beyond the reasonable control of the Contractor, shall be presumed to be unable to meet this requirement. 2. Have the ability to maintain adequate files and records. 3. Have the administrative and fiscal capability to provide and manage the proposed services and to ensure an adequate audit trail. 4. Meet other participation requirements necessary for the project. 5. Comply with prevailing wage determinations set by the Department of Industrial Relations (DIR). In addition to the requirements stated above, the Contractor shall comply with the following: I. LIABILITY AND INSURANCE During the performance of the duties outline in the Scope of Work of this RFQ, the successful bidder shall procure the following insurance, which shall be full coverage insurance not subject to self-insurance provisions, except for vehicle collision insurance and comprehensive automobile coverage and shall not, of the Contractor s initiative, cause such insurance to be cancelled or materially altered during the contract term: 1. Comprehensive General Liability Insurance to include premises, operations, contractual liability and personal injury liability with at least the following combined single limits of liability: A. Primary Bodily Injury Liability limits of at least $1,000,000 per occurrence; B. Primary Property Damage Liability limits of at least $1,000,000 per occurrence. 2. Vehicle Insurance to include owned, hired and non-owned vehicles with at least the following combined single limits of liability: A. Primary Bodily Injury Liability limits of at least $1,000,000 per occurrence; B. Primary Property Damage Liability limits of at least $1,000,000 per occurrence. C. Uninsured Motorists, Medical Payments, and Collision and Comprehensive Physical Damage Insurance covering the actual cash value of each vehicle. Any deductible will be the responsibility of the Contractor. Insurance is to be placed with insurers which are admitted in the State of California and have a current A.M. Best s rating of no less than A:VII, unless otherwise acceptable by the City.

Page 10 of 20 (including cover) 3. Worker s Compensation Insurance shall be maintained by the Contractor as required by law. 4. Prior to commencement thereof, and except for Worker s Compensation and Employer s Liability Insurance, the successful bidder shall furnish a complete copy of each insurance policy and a Certificate of Insurance thereof to the City of Temple City, which shall certify that the Contractor s insurance policy provides as follows: A. The City, its employees, agents and officers shall be named as an additional insured on all insurance with respect to performance hereunder. B. The coverage shall be primary as to any other insurance with respect to performance hereunder. C. Such policies shall provide that they may not be cancelled without at least a 30-day written notice to the City. II. INDEMNIFICATION The Contractor shall indemnify, protect, defend and hold harmless the City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including attorney s fees and costs, court costs, interest, defense costs and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of the contract by Contractor or by any individual or entity for which Contractor is legally liable, including but not limited to officers, agents, employees or subcontractors of Contractor. SUBMITTAL REQUIREMENTS Prospective contractors interested in this RFQ shall submit five (5) hardcopies (one unbound) and one digital copy of a proposal that includes the following: 1. A cover letter signed by an authorized official stating the proposal presents a firm offer for a 120-day period. 2. An overview and statement of qualifications of the contractor s firm and proposed subcontractors, if any. 3. An organizational chart for the Project Team, identifying the Project Manager, who will meet with City staff on a quarterly basis, and key work staff. 4. A detailed work plan, quality control program and any value-added services to be provided.

Page 11 of 20 (including cover) 5. A reference list of similar contracts that the contractor is currently servicing or has completed in the last five years. If a subcontractor is proposed, two to three similar qualifications and references must be provided. 6. The proposed fee schedule for janitorial services for each building and area. The fee proposal shall indicate the total fee for the work described in the contractor services proposal. The total fee must be itemized by task, including contractor staff time and hourly rates, and other direct costs. The fee proposal shall be signed by an individual authorized to bind the contracting firm. SELECTION CRITERIA AND PROCESS A review committee will evaluate all quotes that meet the submittal requirements. Contractors will be selected based on professional qualifications and demonstrated competence, according to the responses to information required, as follows: 1. Evaluation of approach 2. Firm s past experience on projects of similar size and scope 3. Proposed organizational structure and key staff 4. Completeness of proposal and adherence to requirements Failure to meet requirements of the RFQ is cause for rejection. City staff will review all quotes. An interview panel may be formed to interview the most qualified respondents. Based on these evaluations a recommendation shall be made to City Council for final decision. PROPOSED TIMELINE Release of RFQ March 23, 2015 Responses due 1 April 17, 2015 Interviews 2 April 27, 2015 (week of) City Council award of Contract May 19, 2015 Contract effective date July 1, 2015 GENERAL CONDITIONS 1. The City shall not be liable for any pre-contractual expenses incurred by a contractor, nor shall any contractor include such expenses as part of the proposed cost. Pre-contractual expenses include any expense incurred by a proposal and negotiating any terms with the City. 2. The City reserves the right to modify the scope of this RFQ, to reject all submissions or to request and obtain from one or more contractors submitting 1 Postmarked responses and copies sent via electronic means will not be considered. 2 Should the City decide to hold interviews, up to five contractors will be chosen for interviews.

Page 12 of 20 (including cover) quotes, supplementary information as may be necessary for the City to make a selection. The information may be requested from a contractor individually, or from all prospective contractors simultaneously. 3. Quotes may, at the City s option, be rejected if they are incomplete, or contain erasures or irregularities of any kind. The City reserves the right to reject any and all quotes. The City expressively reserves the right to postpone submittal opening for its own convenience and to reject any and all submittals responding to this RFQ. 4. The selected contractor will be required to comply with all laws, ordinances, rules and regulations of the federal and state governments, the County of Los Angeles, the City of Temple City and all governing bodies having jurisdiction applying to work done under the agreement. 5. The City reserves the right to negotiate special requirements and proposed service levels using the selected proposal as a basis. Compensation for services will be negotiated with the selected contractor. 6. All responses to this RFQ shall become the property of the City, and will be retained or disposed of accordingly. 7. No proposal amendments, additions or alternates shall be accepted after the submission date and time. 8. All documents, records, designs, and specifications developed by the selected contractor in the course of providing services for the City shall be property of the City. Anything considered to be proprietary should be so designated by the contractor. 9. Acceptance by the City of any proposal submitted pursuant to this RFQ shall not constitute any implied intent to enter into a contract for services. 10. The City reserves the right to issue written notice to all participating contractors of any change in the proposal submission schedule should the City determine, in its sole discretion, that such changes are necessary.

Page 13 of 20 (including cover) EXHIBIT A (provided on following page)

Submittal Form PLEASE SUBMIT WITH QUOTE Contractor shall complete and submit this form in addition to their bids/quotes. CONTRACTOR INFORMATION COMPANY NAME COMPANY ADDRESS CITY STATE ZIP NAME OF AUTHORIZED REPRESENTATIVE TITLE REP. E-MAIL TELEPHONE # FAX # CONTRACTS AND REFERENCES Please list at least 5 references of current or past contracts that are similar in scope or scale and provide Company/City name, contact and additional information. Attach additional pages if necessary. COMPANY NAME COMPANY ADDRESS NAME OF AUTHORIZED REPRESENTATIVE REP. E-MAIL TYPE(S) OF SERVICE PERFORMED YEARS OF SERVICE TELEPHONE # COMPANY NAME COMPANY ADDRESS NAME OF AUTHORIZED REPRESENTATIVE REP. E-MAIL TYPE(S) OF SERVICE PERFORMED YEARS OF SERVICE TELEPHONE #

Submittal Form Page 2 of 7 COMPANY NAME COMPANY ADDRESS NAME OF AUTHORIZED REPRESENTATIVE REP. E-MAIL TYPE(S) OF SERVICE PERFORMED YEARS OF SERVICE TELEPHONE # COMPANY NAME COMPANY ADDRESS NAME OF AUTHORIZED REPRESENTATIVE REP. E-MAIL TYPE(S) OF SERVICE PERFORMED YEARS OF SERVICE TELEPHONE # COMPANY NAME COMPANY ADDRESS NAME OF AUTHORIZED REPRESENTATIVE REP. E-MAIL TYPE(S) OF SERVICE PERFORMED YEARS OF SERVICE TELEPHONE #

Submittal Form Page 3 of 7 PRICE FORM Bids shall include manpower, equipment, tools, and zero material markup, and shall include all work outlined in the Scope of Work. Live Oak Park Community Center Item Description YEAR 1 YEAR 2 YEAR 3 1 GENERAL SERVICES as specified below GENERAL CLEANING - daily KITCHEN CLEANING - daily RESTROOM CLEANING - daily CHILDREN S ACTIVITY ROOMS - daily 7 days per wk 7 days per wk 7 days per wk 7 days per wk OCCASIONAL CLEANING as needed VINYL FLOORS (buff + polish) VINYL FLOORS (strip + wax) SPECIAL SERVICES - varied 8 times per yr 4 times per yr specified

Submittal Form Page 4 of 8 Live Oak Park Community Center Annex Item Description How Often YEAR 1 YEAR 2 YEAR 3 1 GENERAL SERVICES as specified below GENERAL CLEANING daily KITCHEN CLEANING daily RESTROOM CLEANING daily VINYL FLOORS (buff + polish) VINYL FLOORS (strip + wax) 7 days per wk 7 days per wk 7 days per wk 8 times per yr 4 times per yr Live Oak Park Outdoor Restrooms (Community Center, Annex, Concession Stand and Basketball Courts) Item Description How Often YEAR 1 YEAR 2 YEAR 3 1 RESTROOM CLEANING daily 7 days per wk

Submittal Form Page 5 of 8 City Hall Item Description How Often YEAR 1 YEAR 2 YEAR 3 1 GENERAL SERVICES as specified below GENERAL CLEANING daily RESTROOM CLEANING daily SPECIAL SERVICES varied 5 days per wk 5 days per wk specified Community Room (some services specified for one-day per week basis, refer to Scope of Work) Item Description How Often YEAR 1 YEAR 2 YEAR 3 1 GENERAL SERVICES as specified below GENERAL CLEANING daily (or otherwise) SPECIAL SERVICES varied 5 days per wk specified

Submittal Form Page 6 of 8 Civic Center Item Description How Often YEAR 1 YEAR 2 YEAR 3 1 GENERAL SERVICES as specified below GENERAL CLEANING RESTROOM CLEANING SPECIAL SERVICES - varied 1 day per wk 1 day per wk specified City Hall Outdoor Restrooms Item Description How Often YEAR 1 YEAR 2 YEAR 3 1 RESTROOM CLEANING daily 7 days per wk

Submittal Form Page 7 of 7 Other Services (if applicable) $ $ $ $ $ $ $ $ $ Attach additional pages, if necessary, for other services not listed above. Are there any other additional or incidental costs that will be required by your company in order to meet the requirements of the Scope of Work? If you answered YES, please provide detail of said additional costs: YES NO Please indicate any elements of the Scope of Work that cannot be met by your company. Have you included in your quote all informational items and forms as requested? YES NO If you answered NO, please explain: This offer shall remain firm for 120 days from RFQ Response Due Date. Terms and conditions set forth in this RFQ apply to this quote. My signature below indicates I have inspected and am familiar with the facilities and work specified in this RFQ and the quote provided is a firm fee for all work. The undersigned agrees that the City of Temple City reserves the right to reject any or all bids and reserves the right to waive informalities in a bid or bids not affected by law, if to do so seems to best serve the public interest. Print Name Company Name Signature of Authorized Representative Date