Loading...
HomeMy WebLinkAbout4.6 Agreement with Tri-Valley Janitorial Service & Supply, Inc. for Janitorial Services and SuppliesSTAFF REPORT CITY COUNCIL Page 1 of 4 Agenda Item 4.6 DATE:April 20, 2021 TO:Honorable Mayor and City Councilmembers FROM:Linda Smith, City Manager SUBJECT:Agreement with Tri-Valley Janitorial Service & Supply, Inc. for Janitorial Services and Supplies Prepared by: Dean McDonald, Public Works Maintenance Superintendent and Laura Borjon, Administrative Aide EXECUTIVE SUMMARY: The City Council will consider approving an agreement with Tri-Valley Janitorial Service & Supply, Inc. to provide janitorial services and supplies for the City of Dublin. STAFF RECOMMENDATION: Adopt the Resolution Approving an Agreement with Tri-Valley Janitorial Service & Supply, Inc. for Janitorial Services and Supplies. FINANCIAL IMPACT: The total not-to-exceed amount for the proposed three-year contract term is $2,397,977. The estimated cost in Fiscal Year 2021-22 is $776,554, comprising $445,667 for City facilities and $330,887 for the Camp Parks Reserve Forces Training Area. The total cost in Fiscal Years 2022-23 and 2023-24 is $799,100 and $822,323, respectively, which includes cost-of-living adjustments. All expenditures for services provided to the Camp Parks Reserve Forces Training Area will be reimbursed through the City’s Intergovernmental Support Agreement with Camp Parks. DESCRIPTION: On February 19, 2021, the City issued a Request for Proposals (RFP) for routine janitorial and related on-call services. The RFP specified that the vendor selection would be based on quality and completeness of submissions, the company's experience with engagements of similar scope and complexity, and the cost for services. The RFP was sent to contractors previously under contract with the City and to those that had expressed interest in receiving RFPs. The RFP was also posted on the City's website. In response to the RFP, Staff received proposals from the 11 firms listed below. 153 Page 2 of 4 SUBMITTED PROPOSALS Karla's Janitorial First Choice Building Maintenance Universal Building Services Allied Universal Janitorial Services OpenWorks Facility Services Imperial Maintenance Services, Inc LCS Facility Group Tri-Valley Janitorial Service & Supply Golden State Green Clean Service by Medallion Janpoint Two of the submissions were deemed incomplete. After evaluating the remaining nine proposals, Staff identified Tri-Valley Janitorial Service & Supply, Inc. as the most qualified to provide the desired services. It should be noted that while the City's Purchasing Ordinance allows the selection of maintenance contractors based on considerations other than price, Tri-Valley Janitorial also provided the lowest bid. Tri-Valley Janitorial’s proposal is made up of three components: routine services, extra services related to COVID-19, and services to Camp Parks. These components are discussed below. Routine City Services City Facilities Monthly Rate Annual Cost City Hall Wing, Civic Center, 100 Civic Plaza, including portable building located in Cultural Arts Center parking lot, 5-days per week service, Monday-Friday $3,180.00 $38,160.00 Cultural Arts Center Wing, Civic Center, 100 Civic Plaza, 5-days per week service, Monday-Saturday $2,100.00 $25,200.00 Library, 200 Civic Plaza (Community Room, Lobby, Main Restrooms, Staff Offices), 6-days per week service, Monday-Sunday, except Friday $4,252.00 $51,024.00 Shannon Community Center, 11600 Shannon Avenue, 5-days per week service, Monday-Friday $2,149.00 $25,788.00 Senior Center, 7600 Amador Valley Blvd., 5-days per week service, Monday-Friday $1,947.75 $23,373.00 154 Page 3 of 4 Heritage Center, 6600 Donlon Way, including Murray Schoolhouse and St. Raymond’s Church, 3-days per week service (Murray Schoolhouse) 1-day per week service (St. Raymond’s Church) $567.00 $6,804.00 Dublin Heritage Park and Museum, 11285 Dublin Blvd., 5-days per week service, Monday-Friday $567.00 $6,804.00 The Wave Aquatic Center, 4201 Central Pkwy 7-days per week service $4,400.00 $52,800.00 Corporation Yard, 5709 Scarlett Court, 3-days per week service, Mon, Wed, Friday $640.00 $7,680.00 Public Safety Complex (Police Services), 6361 Clark Ave, 6-days per week service, Monday-Saturday $2,800.00 $33,600.00 TOTAL ANNUAL COST $271,233.00 COVID In addition to base services, the City solicited additional COVID-related janitorial services as part of the RFP, including Monday-Friday disinfecting of high-touch areas and monthly electrostatic disinfection in all City buildings. Although these are categorized as extra work, Staff plans to continue these services for the foreseeable future in light of the pandemic. Extra Services – COVID Monthly Rate Annual Cost Daily Cleaning and disinfecting of high-touch areas at various City Facilities 5-days per week service, Monday-Friday $3,980.00 $47,760.00 Electrostatic Cleaning at various City Facilities Monthly $3,988.00 $47,856.00 TOTAL ANNUAL COST $95,616.00 Camp Parks The City of Dublin provides janitorial services and supplies to Parks Reserve Forces Training Area (Camp Parks) via an Intergovernmental Support Agreement (IGSA) for Municipal Services approved on December 3, 2019. The RFP scope of services included the janitorial needs of Camp Parks, and interested firms were invited to visit Camp Parks facilities. In accordance with the IGSA, the City is reimbursed for both actual and indirect costs of janitorial services and supplies provided at Camp Parks. Camp Parks Reserve Forces Training Area Monthly Rate Annual Cost Office and training areas $21,000.00 $252,000.00 Tile floor maintenance $2,308.00 $27,696.00 Janitorial Supplies $4,265.92 $51,191.04 TOTAL ANNUAL COST $330,887.04 Extra Work Extra Work is any janitorial service above the base services, at a rate of $21.50 per hour for a minimum of two hours. Extra Work is typically performed for special events and weekend rentals in buildings that do not have weekend janitorial service. Extra Work costs are offset with revenue 155 Page 4 of 4 received through facility rental fees. Prior to the pandemic, the amount of Extra Work had been increasing consistently each year based on increasing facility rental activity. Total Cost The table below shows the total estimated annual costs for each year, including supplies (such as toilet paper, paper towels, trash liners, and soap) provided to the City and Camp Parks through the IGSA. Year 1 Year 2 Year 3 Total City Facilities Services $271,233.00 $279,370.00 $287,751.00 $838,354.00 COVID Janitorial Services $95,616.00 $98,484.48 $101,439.01 $295,539.49 Janitorial Supplies (Est.) $53,817.50 $55,432.03 $57,094.99 $166,344.52 Extra Work (Est.)$25,000.00 $25,000.00 $25,000.00 $75,000.00 CITY SUBTOTAL $445,666.50 $458,286.51 $471,285.00 $1,375,238.01 Camp Parks RFTA Services & Supplies $330,887.00 $340,813.61 $351,038.02 $1,022,738.63 TOTAL $776,553.50 $799,100.12 $822,323.02 $2,397,976.64 STRATEGIC PLAN INITIATIVE: None. NOTICING REQUIREMENTS/PUBLIC OUTREACH: The City Council Agenda was posted. ATTACHMENTS: 1) Resolution Approving an Agreement with Tri-Valley Janitorial Service & Supply, Inc. for Janitorial Services and Supplies 2) Exhibit A to the Resolution – Contractor Services Agreement Between the City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. 3) Request for Proposals for Janitorial Services and Supplies 156 Attachment 1 Reso. No. XX-21, Item X.X, Adopted XX/XX/21 Page 1 of 1 RESOLUTION NO. XX – 21 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AN AGREEMENT WITH TRI-VALLEY JANITORIAL SERVICE & SUPPLY, INC. FOR JANITORIAL SERVICES AND SUPPLIES WHEREAS,Staff issued a Request for Proposals (RFP) for janitorial services and supplies for all City and Camp Parks facilities; and WHEREAS,the City received 11 responses to the RFP, with two deemed incomplete; and WHEREAS, Staff reviewed and evaluated the responsive proposals in accordance with the RFP rating criteria and determined that Tri-Valley Janitorial Service & Supply, Inc. best met the City’s desired scope of services, based on completeness and quality of proposal, experience, client satisfaction, and service costs; and WHEREAS,the City Council now desires to enter into an agreement with Tri-Valley Janitorial Service & Supply, Inc for a three-year contract term for janitorial services at City facilities, and at Camp Parks via the current Intergovernmental Services Agreement. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the Agreement with Tri-Valley Janitorial Service & Supply, Inc., attached hereto as Exhibit A. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Agreement and make any necessary, non-substantive changes to carry out the intent of this Resolution. PASSED, APPROVED AND ADOPTED this 20th day of April 2021, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ______________________________ Mayor ATTEST: _________________________________ City Clerk 157 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 1 of 14 CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND TRI-VALLEY JANITORIAL SERVICE & SUPPLY, INC. THIS AGREEMENT for contract services is made by and between the City of Dublin (“City”) and Tri-Valley Janitorial Service & Supply, Inc. (“Contractor”) (together sometimes referred to as the “Parties”) as of July 1, 2021 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2024, the date of completion specified in Exhibit A, and Contractor shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Contractor to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Contractor and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Contractor for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City’s right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Contractor shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged. 1.3 Assignment of Personnel. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Contractor shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Contractor’s obligations hereunder. Section 2. COMPENSATION. City hereby agrees to pay Contractor a sum not to exceed TWO MILLION THREE HUNDRED NINETY-SEVEN THOUSAND NINE HUNDRED SEVENTY-SEVEN ($2,397,977.00), notwithstanding any contrary indications that may be contained in Contractor’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Contractor’s proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Contractor for services rendered pursuant to this Agreement at the Attachment 2 158 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 2 of 14 time and in the manner set forth herein. The payments specified below shall be the only payments from City to Contractor for services rendered pursuant to this Agreement. Contractor shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Contractor shall not bill City for duplicate services performed by more than one person. Contractor and City acknowledge and agree that compensation paid by City to Contractor under this Agreement is based upon Contractor’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Contractor. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Contractor and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Contractor shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information:  The dates of service provided at each facility;  Location of each service;  Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work  The Contractor’s signature; 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Contractor. 2.3 Total Payment. City shall pay for the services to be rendered by Contractor pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Contractor in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Contractor submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.4 Hourly Fees. Fees for work performed by Contractor on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. Attachment 2 159 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 3 of 14 2.5 Payment of Taxes. Contractor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.6 Payment upon Termination. In the event that the City or Contractor terminates this Agreement pursuant to Section 8, the City shall compensate the Contractor for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Contractor shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.7 Authorization to Perform Services. The Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Public Works Superintendent. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Contractor shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Contractor only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. Contractor shall make a written request to City to use facilities or equipment not otherwise listed herein. 3.1 Safety Requirements. In accordance with generally accepted construction practices and state law, Contractor shall be solely and completely responsible for conditions on the jobsite, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Contractor shall take all necessary precautions and provide all necessary safeguards to prevent personal injury and property damage. Contractor shall provide protection for all persons including, but not limited to, its employees and employees of its subcontractors; members of the public; and employees, agents, and representatives of the City and regulatory agencies that may be on or about the work. The services of the City in conducting review and inspection of Contractor's performance is not intended to include review of the adequacy of Contractor's work methods, equipment, bracing or scaffolding, or safety measures, in, on, or near any Contractor jobsite. All work and materials shall be in strict accordance with all applicable state, city, county, and federal rules, regulations and codes, with specific attention to the United States Department of Labor Occupational Health and Safety Administration (OSHA) requirements. Contractor shall be solely responsible for compliance with all city, county, and state explosive transport, storage, and blasting requirements and for any damages caused by such operations. Contractor is hereby informed that work on City property could be hazardous. Contractor shall carefully instruct all personnel working on City property that all conditions of the property are potentially hazardous work areas as to potential dangers and shall provide such necessary safety equipment and instructions as are necessary to prevent injury to Attachment 2 160 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 4 of 14 personnel and damage to property. Special care shall be exercised relative to work underground. In addition to complying with all other safety regulations, Contractor shall abide by any and all other City requirements contained in any specifications, special conditions or manuals, which shall be made available by City upon request. Contractor shall provide and maintain all necessary safety equipment such as fences, barriers, signs, lights, walkways, guards, and fire prevention and fire-fighting equipment and shall take such other action as is required to fulfill its obligations under this section. It is the intent of the City to provide a safe working environment under normal conditions. CONTRACTOR IS ADVISED THAT CITY’S OPERATIONS AND PROPERTY ARE INHERENTLY HAZARDOUS BECAUSE OF CONDITIONS SUCH AS CONFINED SPACES, POTENTIALLY EXPLOSIVE ATMOSPHERES, AND POSSIBLE EXPOSURE TO PATHOGENS. Contractor shall maintain all portions of the jobsite in a neat, clean, and sanitary condition at all times. If required by the City, toilets shall be furnished by Contractor where needed for use of its employees and their use shall be strictly enforced. Contractor shall not use the City's existing sanitary facilities, unless previously authorized by the City. Contractor shall keep adequate first aid facilities and supplies available and instruction in first aid for its employees shall be given. City reserves the right to require that Contractor bring onto the project or engage the services of a licensed safety engineer at any time during the term of this Agreement. If Contractor does not have a licensed safety engineer on staff, then City may require that Contractor engage a subcontractor or subconsultant as the project’s safety engineer. Contractor shall bear all costs in connection with meeting the requirements of this section. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Contractor, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Contractor shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Contractor shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Contractor's bid. Contractor shall not allow any subcontractor to commence work on any subcontract until Contractor has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Contractor shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. Attachment 2 161 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 5 of 14 4.1.1 General Requirements. Contractor shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Contractor. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Contractor may rely on a self- insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Public Works Superintendent. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Contractor shall submit the following: a. Certificate of Workers’ Compensation Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Contractor, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $2,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $2,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non-owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. Attachment 2 162 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 6 of 14 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Contractor; or automobiles owned, leased, hired, or borrowed by the Contractor. c. Contractor hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Contractor agrees to obtain any endorsements that may be necessary to affect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Contractor’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Contractor shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 All Policies Requirements. 4.3.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.3.2 Verification of Coverage. Prior to beginning any work under this Agreement, Contractor shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Contractor by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Contractor beginning work, Attachment 2 163 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 7 of 14 it shall not waive the Contractor’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.3.3 Deductibles and Self-Insured Retentions. Contractor shall disclose to and obtain the written approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, employees, and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.3.4 Wasting Policies. No policy required by this Section 4 shall include a “wasting” policy limit (i.e. limit that is eroded by the cost of defense). 4.3.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days’ prior written notice has been provided to the City. 4.3.6 Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4 Remedies. In addition to any other remedies City may have if Contractor fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Contractor’s breach:  Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement;  Order Contractor to stop work under this Agreement or withhold any payment that becomes due to Contractor hereunder, or both stop work and withhold any payment, until Contractor demonstrates compliance with the requirements hereof; and/or  Terminate this Agreement. Section 5. INDEMNIFICATION AND CONTRACTOR’S RESPONSIBILITIES. Contractor shall indemnify, defend with counsel acceptable to City, and hold harmless City and its officers, officials, employees, agents and volunteers from and against any and all liability, loss, damage, claims, expenses, and costs (including without limitation, attorney’s fees and costs and fees of litigation) (collectively, “Liability”) of every nature arising out of or in connection with Contractor’s performance of the Services or its failure to comply with any of its obligations contained in this Agreement, except such Liability caused by the sole negligence or willful misconduct of City. Attachment 2 164 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 8 of 14 The Contractor’s obligation to defend and indemnify shall not be excused because of the Contractor’s inability to evaluate Liability or because the Contractor evaluates Liability and determines that the Contractor is not liable to the claimant. The Contractor must respond within 30 days, to the tender of any claim for defense and indemnity by the City, unless this time has been extended by the City. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, so much of the money due the Contractor under and by virtue of this Agreement as shall reasonably be considered necessary by the City, may be retained by the City until disposition has been made of the claim or suit for damages, or until the Contractor accepts or rejects the tender of defense, whichever occurs first. Notwithstanding the forgoing, to the extent this Agreement is a “construction contract” as defined by California Civil Code Section 2782, as may be amended from time to time, such duties of Contractor to indemnify shall not apply when to do so would be prohibited by California Civil Code Section 2782. In the event that Contractor or any employee, agent, or subcontractor of Contractor providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Contractor shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Contractor or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Section 6. STATUS OF CONTRACTOR. 6.1 Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Contractor only insofar as the results of Contractor's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor further acknowledges that Contractor performs Services outside the usual course of the City’s business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Contractor performs for the City, and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contractor and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Contractor Not an Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an Attachment 2 165 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 9 of 14 agent. Contractor shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Contractor and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Contractor represents and warrants to City that Contractor and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Contractor represents and warrants to City that Contractor and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Contractor and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Contractor shall not discriminate, on the basis of a person’s race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a “Protected Characteristic”), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Contractor under this Agreement. Contractor shall include the provisions of this Subsection in any subcontract approved by the Public Works Superintendent or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Contractor. Contractor may cancel this Agreement upon 30 days’ written notice to City and shall include in such notice the reasons for cancellation. Attachment 2 166 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 10 of 14 In the event of termination, Contractor shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Contractor delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Contractor or prepared by or for Contractor or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Contractor understands and agrees that, if City grants such an extension, City shall have no obligation to provide Contractor with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Public Works Superintendent, City shall have no obligation to reimburse Contractor for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Contractor recognize and agree that this Agreement contemplates personal performance by Contractor and is based upon a determination of Contractor’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Contractor. Contractor may not assign this Agreement or any interest therein without the prior written approval of the Public Works Superintendent. Contractor shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Public Works Superintendent. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Contractor shall survive the termination of this Agreement. 8.6 Options upon Breach by Contractor. If Contractor materially breaches any of the terms of this Agreement, City’s remedies shall include, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Contractor pursuant to this Agreement; 8.6.3 Retain a different contractor to complete the work described in Exhibit A not finished by Contractor; or 8.6.4 Charge Contractor the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Contractor pursuant to Section 2 if Contractor had completed the work. Attachment 2 167 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 11 of 14 Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Contractor’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Contractor prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Contractor hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Contractor agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Contractor’s Books and Records. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Contractor to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Contractor to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any Attachment 2 168 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 12 of 14 provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Conflict of Interest. Contractor may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Contractor in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Contractor shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Contractor hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Contractor was an employee, agent, appointee, or official of the City in the previous 12 months, Contractor warrants that it did not participate in any manner in the forming of this Agreement. Contractor understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Contractor will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Contractor will be required to reimburse the City for any sums paid to the Contractor. Contractor understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. 10.7 Solicitation. Contractor agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.8 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.9 Notices. Any written notice to Contractor shall be sent to: Tri-Valley Janitorial Service and Supply Inc Amy Giamona 313 Earhart Way Livermore, CA 94551 Any written notice to City shall be sent to: Attachment 2 169 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Page 13 of 14 City of Dublin Att:_Dean McDonald, Public Works Superintendent 100 Civic Plaza Dublin, CA 94568 10.10 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, and C represents the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Conflict of Interest Statement 10.11 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.12 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Contractor’s signature below Contractor certifies that Contractor, and any parent entities, subsidiaries, successors or subunits of Contractor are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Attachment 2 170 Attachment 2 171 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 1 of 27 EXHIBIT A SCOPE OF SERVICES SECTION 1 – GENERAL SERVICE PROVISIONS A. Work Schedule - Janitorial services shall be provided up to seven (7) days per week at the time specified for each location. General cleaning shall be performed between the hours of 5:00 PM and 5:00 AM. The available time schedules for individual facilities are set forth in Attachments 1 through 10 of this Exhibit A. The City reserves the right, with one (1) week’s advance notice, to change schedules. Contractor shall provide twenty-four (24) hour emergency response, if requested, and shall respond to City within four (4) hours of request for emergency services. Contractor shall provide a specific monthly schedule of all monthly, quarterly and semiannual services by building, giving specific dates. The schedule for the first two (2) months shall be provided at least five (5) days prior to the first day of the Agreement term as set forth in Section 1.1. The schedule for the third month, and all subsequent months, shall be provided with each monthly invoice, and the invoices will not be paid if not accompanied by a cleaning schedule. Such monthly, quarterly and annual cleaning services shall be provided on the day stated on the monthly cleaning schedule; and if such work requires more than one (1) day to conclude, Contractor must complete the work on successive days. Contractor may request a change to this cleaning schedule with seven (7) days' advance notice. B. Holidays - The following twelve (12) days are City holidays on which Contractor may need to provide service. All City facilities are dynamic due to their programmed use; and some locations will require service on holidays, as provided below. New Year’s Day Veterans Day Martin Luther King, Jr.’s Birthday Thanksgiving Presidents Day Day after Thanksgiving Memorial Day Christmas Eve Independence Day Christmas Day Labor Day New Year’s Eve Buildings that may require service during holidays are listed below. The Public Works Superintendent or Facility Manager will provide a schedule of which buildings will require holiday service thirty (30) days prior to each holiday. • Public Safety Complex (Operates 24 hours/7 days per week) • Public Library (Possible holiday services) • Senior Center (Possible holiday services) • Shannon Community Center (Possible holiday services) • Dublin Heritage Center • Wave Aquatic Center Attachment 2 172 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 2 of 27 • Dublin Heritage Park and Museum • Corporation Yard C. Supplies and Equipment 1. Contractor shall furnish and keep in good working order all necessary tools, equipment and supplies, including, but not limited to, waxes, soaps, cleaners, mops, brooms, buffers, ladders, hoses, vacuum cleaners, etc. The Public Works Superintendent, or his/her designee, must approve all supplies and/or equipment prior to their use under this Agreement. Any non-complying equipment or supplies shall be changed out immediately at the request of the Public Works Superintendent or his/her designee. Janitorial closets located in City facilities may be used by Contractor and shall be kept clean and free of debris and odor at all times. All supplies and equipment stored in any City janitorial closet shall be stored in a neat and orderly manner and in such a way as to prevent injury to City staff, the public, or Contractor’s employees. Contractor’s on-site supervisor shall maintain an equipment inventory, and a copy shall be given to the Public Works Superintendent or designee, upon request. Unless otherwise agreed by the City in writing, cleaning products shall meet the Green Seal-37 Standards. Further information regarding environmental or Green Seal products can be found at http://www.greenseal.org/findaproduct/index.cfm. 2. Contractor shall provide the following products for use at City locations: toilet paper; paper towels; toilet seat covers; trash can liners; liquid hand soap; and feminine sanitary supplies. City shall also provide at its expense all utilities, including lights, power and water. Contractor shall stock and refill all restroom dispensers, as outlined in the applicable sections of this Exhibit A (Janitorial Cleaning Specifications – Master List, #9 Restrooms, Locker Rooms, Dressing Rooms and Showers). D. Supervision 1. Contractor shall provide a supervisor or lead custodian who shall be present during all scheduled cleaning hours and special work assignments at a City facility. This individual shall speak, read write, and understand English. All direction given to Contractor's supervisor shall be as binding as if given to Contractor. 2. Monthly janitorial supervisor’s reports shall be prepared and submitted to Public Works Superintendent, or his/her designee, noting any building deficiencies needing correction. 3. While performing work under this Agreement, Contractor's supervisor shall carry a cell phone and pager by which City staff shall be able to communicate with him/her. Other janitorial staff, at a minimum, should carry pagers and may use City phones designated by the Public Works Superintendent, or his/her designee, to respond to work-related issues. Attachment 2 173 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 3 of 27 4. Contractor shall provide a list of all Contractor’s staff assigned to each work site. The list shall include name, address, and driver’s license number and the employee’s work schedule and assignment. At Contractor's expense all of Contractor's employees shall have taken and satisfactorily passed background screening for drug and alcohol use. 5. Contractor's employees, including supervisors and managers, and employees performing regular service, fill-in work for absences, or any subcontract staff, who enter the Public Safety Complex, 6363 Clark Avenue, shall have satisfactorily passed a background investigation through Dublin Police Services. The background check includes Live Scan processing. Contractor shall be responsible for paying the Department of Justice fee for the Live Scan processing (at this time, approximately $100 per person). The City will absorb the staff time cost involved in running the Live Scan equipment. Contractor is responsible for scheduling these background checks prior to any of its employees working in the Public Safety Complex. The background checks must be performed at least two weeks (14 days) prior to the employee entering the facility. E. Training - Contractor shall provide ongoing documented training programs for all of Contractor’s staff. Training programs shall include, but not be limited to, quality standards, task definitions, IIPP plans (Injury and Illness Prevention Program), SDS sheets (Safety Data Sheets), Cal- OSHA (California Occupational Health and Safety) regulations and all other applicable safety regulations. Contractor shall provide to the Public Works Superintendent, or his/her designee prior to beginning of work, and annually thereafter (provided to City with the twelfth (12th) invoice of each year), a report showing the training provided for the janitorial staff working in City buildings. F. Employee Conduct - Employees of Contractor, while performing work under this Agreement, SHALL NOT: 1. Be accompanied in their work area by acquaintances, family members, assistants, or any other person unless such person is an on-duty authorized Contractor employee. 2. Remove any City property, or property, equipment, monies, forms or any other items belonging to an employee of the City, from City facilities. 3. Engage in horseplay or loud boisterous behavior. 4. Be under the influence of alcohol or drugs. 5. Gamble. 6. Smoke in any building. 7. Turn on or use any electronic equipment (computers, typewriters, radios, etc.) other than those supplied by Contractor. 8. Use any City telephones except those designated by the Public Works Superintendent, or his/her designee, for the performance of services under this Agreement. 9. Open any desk, file cabinet or storage cabinet. Attachment 2 174 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 4 of 27 10. Remove any articles from desks. 11. Consume any food or beverage other than that brought with or purchased by the employee. 12. Consume any food or beverage in any area NOT designated as a break or lunchroom. 13. Engage in non-work-related conversations with City employees or visitors. 14. Come to work late or leave work early. G. Employee Removal - Contractor shall remove from service on City premises any employee of Contractor who, in the opinion of the Public Works Superintendent, or his/her designee, is not performing the services in a proper manner or who is incompetent, disorderly, abusive, dangerous, insubordinate, disruptive, who does not comply with rules and regulations of the City, or is otherwise objectionable. Contractor shall in no way interpret such removal to require dismissal of or other disciplinary action against the employee; and such removal shall not be the basis of any claim for compensation or damages against the City or any of its officers, employees or agents as to the performance of the work. H. Employee Appearance and Identification - Contractor's personnel shall present a neat appearance and be easily recognized as Contractor employees. Contractor shall provide each employee with an identification badge and uniform. The badge shall include the employee’s photograph and name, an employee number and Contractor’s name. The identification badge shall be displayed on the front of the employee’s uniform at all times. Contractor accepts and understands that any employee who fails to meet this requirement may be asked to leave City property. Should this occur, the City will not compensate the Contractor or Contractor's employees for lost time. It is expressly understood that Contractor is responsible for ensuring that all of its employees possess and carry valid photo-identification at all times on City property. Contractor's employees shall be wearing their uniforms and identification badges prior to entering any City building, and uniforms and badges shall be worn at all times while working in a City facility. The uniform, at a minimum, shall be a uniform shirt to which Contractor’s business name and/or logo have been affixed. I. Employee Qualifications - Contractor's employees shall be at least eighteen (18) years of age and thoroughly trained and qualified in the work assigned to them. Contractor's employees shall be able to follow directions and shall be physically capable of performing the duties assigned to them, including lifting/moving heavy items, climbing ladders, etc. All janitorial staff working at any City facility shall be required to submit personal information and copies of driver’s licenses or other valid identification for the purpose of background checks. Such personnel will also be subject to Live Scan Fingerprinting processing at the contractor’s expense. The City reserves the right to deny access based on information obtained in the background check through Live Scan Fingerprinting. J. Reporting and Inspections Attachment 2 175 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 5 of 27 1. Building Control Log: Contractor's supervisor or lead custodian shall be responsible for maintaining building control logs. Contractor’s employees shall be responsible for signing in and out daily on the log. Further, Contractor's employees who provide special cleaning services are also required to sign in and out for services provided. The building control logs shall be the focal point for communication between the Contractor and the City and for sharing work- related comments and issues. 2. Status Reports: If and when unusual circumstances arise, a report shall be given to the Public Works Superintendent, or his/her designee, the day of the occurrence. Examples of unusual circumstances include, but are not limited to, the observance of suspicious persons around a City facility or the discovery of inoperable lighting in a City facility. 3. Regular Inspections: Contractor’s account manager and supervisor shall meet with Facility Management representatives quarterly to ensure compliance with contract specifications and shall initiate meetings, as needed, to review work sites and resolve problems. 4. Timely Billing: Contractor shall provide special cleaning service invoices within fourteen (14) days of the services being provided. City shall be under no obligation to pay any invoice which is submitted to Public Works Superintendent more than thirty (30) days beyond completion of special cleaning services. K. Work Performance - Contractor shall adhere to the highest quality standards of the janitorial profession and the City’s cleaning standards as communicated by the Public Works Superintendent, or his/her designee, and set forth in this Agreement. Contractor shall immediately verbally notify the Public Works Superintendent, or his/her designee, of any occurrence or condition that interferes with its ability to be in full compliance with Agreement requirements and shall confirm such verbal notification in writing within twenty-four (24) hours. L. Special Assignments - City may request janitorial services for special events not covered in the scope of services under this agreement and outside the normal scheduled cleaning hours as outlined herein. City may request these special services up to, but not later than, forty-eight (48) hours prior to the event. If the required services are outside Contractor's normal cleaning schedule, payment shall be made on the basis of the hourly rate and, if applicable, minimum number of hours as set forth in Exhibit B. M. Emergency Work - "Emergency work" is defined as any work beyond the general routine janitorial work required by this agreement. Emergency work shall require a shortened Contractor response time of between two (2) and four (4) hours, depending upon the nature of said work. Contractor shall have sufficient labor and call-out procedures to ensure that staffing is available for this type of unplanned requirement. The City of Dublin will work closely with Contractor to develop a procedure for reacting Attachment 2 176 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 6 of 27 to emergency situations. Compensation for “Emergency Work” shall be in accordance with the hourly rate for Special Assignments as described above. N. Storage - Contractor may use City janitorial closets, if available; and if utilized, Contractor shall keep this space in a neat, clean, odor free, and orderly condition. The City will not be responsible in any way for damage to or loss of Contractor’s stored supplies and/or equipment or for Contractor’s employees’ personal belongings stored in any City janitorial closets. As noted in Section 3 of the Agreement, if janitorial closets are not available, Contractor shall store its supplies and equipment in its own facility or company vehicles. O. Security - Contractor shall be required to have available the keys provided by the City at all times while providing service to the City. All doors shall be unlocked and locked in such manner and at such times as required by each building’s specifications. Contractor shall be responsible for ensuring that all doors are closed and locked during its performance of janitorial duties. Lost keys or security access cards shall be immediately reported to the Public Works Superintendent, or his/her designee, and charged to Contractor at the rate of $50.00 per key or security access card. In addition, Contractor shall reimburse City for all costs associated with re-keying any or all locks necessitated by lost keys in his/her control. Contractor's employees shall NOT set off, or fail to reset, a building alarm, as instructed. Such false alarms or failure to reset an alarm shall cause the City to incur damages, and Contractor shall be charged liquidated damages of One Hundred Fifty Dollars ($150) per event. Contractor's employees shall not operate for personal use any City computers, fax machines, telephones, television sets and/or copiers while performing services under this contract. Contractor shall be financially responsible for any loss, damages, or accrued charges for any unauthorized usage of City equipment. P. Care of Facilities - Contractor's employees shall regularly observe the general condition of all building areas and report problem areas to Contractor's supervisor or lead custodian. Contractor shall be responsible for knowledge of and use of all fire alarms and fire prevention equipment. In case of emergency, Contractor’s employees shall notify the Emergency Services by dialing 911 and shall then call or page the Public Works Superintendent, or his/her designee, immediately. For non-emergency repairs, Contractor shall report all required non-emergency repairs by contacting the Public Works Superintendent, or his/her designee. Q. Energy Conservation - Unless otherwise specified by Public Works Superintendent, lights are to be turned off in facilities when janitorial staff is finished working for the evening. R. Graffiti - Contractor shall immediately remove all graffiti from all surfaces found inside any of the buildings after consulting with the Public Works Superintendent, or his/her designee, for removal methodology. Graffiti noticed on the outside of any building shall be reported to Public Works Superintendent, or his/her designee. Attachment 2 177 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 7 of 27 SECTION 2 – REQUIRED SERVICES The services to be provided under this Agreement are listed in this Section 2 of Exhibit A. In some instances, services may differ among the various facilities. The following buildings are included in this agreement: • Civic Center, 100 Civic Plaza (Includes both City Hall and Cultural Arts Center Wings and portable building in parking lot) • Library, 200 Civic Plaza • Senior Center, 7600 Amador Valley Boulevard • Shannon Community Center, 11600 Shannon Avenue • Heritage Center (historical schoolhouse and church), 6600 Donlon Way • Heritage Park & Museum, 11285 Dublin Boulevard • Wave Aquatic Center, 2401 Central Parkway (year-round) • Corporation Yard, 5709 Scarlett Court • Public Safety Complex, 6363 Clark Avenue • Camp Parks (38 buildings) Following is a master list of services required under this Agreement. Not all services are required at all buildings; a specific breakdown is provided for each facility in Attachments 1 through 10 to this Exhibit A. 1. Flooring a. Vinyl, linoleum, or concrete floors (sweep) – Sweep with an anti-dust mop. b. Vinyl, linoleum, or concrete floors (damp or wet mop) – Use warm water with good quality cleaner that leaves no visible or sticky cleaner residue, when dry. Remove all scuff and surface marks. Rinse, if necessary, with clear warm water, and clean mop. Wipe any and all baseboards free of moisture and dirt. Protect all wall surfaces. Buff all tile floors, as required. c. Vinyl and linoleum (clean and wax floors – traffic areas) – Dust entire floor and corners with treated mop. Damp mop and remove any spot or stains. Allow flooring to dry completely. Apply wax in traffic areas only, feathering out to corners. Corners shall be waxed only as part of complete stripping process (see below). d. Vinyl and linoleum (strip) – Strip completely and wax, including corners. e. Stone, marble, slate, granite, ceramic tile, travertine, terrazzo floors, stairs (sweep) – Sweep surfaces. f. Stone, marble, slate, granite, ceramic tile, travertine, terrazzo floors, stairs (damp mop) – Use a dedicated mop and good-quality cleaner recommended for marble, slate, granite, ceramics and travertine. The floors shall be free of dust, dirt, cleaning material residue, streaks, mop strands, grease, and spills and thoroughly maintained to present an acceptable gloss. Protect all walls from splashing and wipe off any moisture or chemicals from all baseboards. Polish wood molding, if necessary, to prevent moisture damage. g. Stone, marble, slate, granite, ceramic tile, travertine floors, stairs (strip, seal) – Attachment 2 178 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 8 of 27 Apply stripping solution. Machine scrub (conventional machine) and wet vacuum stripping. This shall be followed by an application of a neutralizer rinse, followed by a damp mopping with clear water. When floor is dry, apply finish or sealer. Protect all wall finishes and wipe down all baseboards to be free of moisture and residue. Polish, as needed. h. Stone, marble, slate, granite, ceramic tile, travertine floors, stairs (refinishing) – Refinish as follows: Use a conventional (buffer) machine with a 3M blue cleaning pad and a trigger spray bottle with clean water to buff. Let floor dry. Follow with a dust mopping and then a damp mopping. Let floor dry. Apply two (2) coats of floor finish. Be sure floor is thoroughly dry between coats. Within twenty-four (24) hours of last application of finish, burnish with a high-speed buffing machine (1,100 rpm). 2. Hardwood Floors and Carpeting a. Hardwood floors for gymnasiums, ballrooms or dance floors (dust mopping) – Use a dedicated dust mop on hardwood floors with “Super Hil-Tone Dust” mop treatment, manufactured by Hillard (or equivalent). The mop shall be treated per manufacturer’s instructions. b. Hardwood floor surfaces (wet mopping) – Use a dedicated wet mop with Hillard Super Shine All Cleaner (or equivalent; specific products required for Senior Center bamboo wood flooring and floor machine at Stager Gym). At the Gym mopping is done with a floor cleaning machine that uses a foam cleaner solution. Remove all scuff and surface marks. Follow directions on label. NOTE – DO NOT USE the same mop for damp mopping and for applying the finish! c. Carpet and mats (vacuum traffic areas) – These areas include main entries and all doors, elevator lobbies, elevators, areas where food is available, main corridors in buildings and open landscaped areas. Vacuum traffic areas. Move all chairs, trashcans and other easily removed items, and vacuum underneath. Hand wipe baseboards. d. Carpet and mats (vacuum all areas, including edges and corners) – Vacuum with an industrial- powered vacuum cleaner and inspect for spots. Remove spots, following the manufacturer’s recommendations completely, with an approved industrial-grade spot remover that leaves no visible residue. Report to the Public Works Superintendent, or his/her designee, all tears, burns, unraveling or other damage. Move all chairs, trash cans and other easily removed items and vacuum underneath. Hand wipe baseboards. e. Carpet spot cleaning and spot removal – Perform, as necessary. f. Graffiti (remove all marks and writing) – Remove from all interior surfaces (doors and walls). If unable to remove graffiti, call Public Works at 925-833-6630 and leave a message. Leave caller's name, location of the building, floor and area where the graffiti is located. g. Walls, doors and molding (spot clean) – On a regular basis, inspect all walls, doors and moldings; and remove any and all fingerprints, smudges, dirt or accumulations from these areas, as required. 3. Doors and Entrances a. Doors and entrances (clean and polish) – Clean and polish interior and exterior surfaces to a height of 8’, removing any and all fingerprints, smudges, dirt, cobwebs, insects, grease, oils or Attachment 2 179 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 9 of 27 accumulations from these areas. On a regular basis, inspect all doors and entrances; and clean doors and entrances across the entire width of the entrance front, as required. b. Drinking Fountains – Clean, disinfect and polish. c. Public Telephones (clean and disinfect) – Clean and disinfect all public telephones and enclosure walls. Remove all graffiti from phones and surrounding area. If unable to remove graffiti, contact Public Works at 925-833-6630 and give location and phone number. 4. Glass and Windows a. Glass and windows – On a regular basis, inspect all glass and frames and remove any and all fingerprints, smudges, dirt, cobwebs, insects, grease, oils or accumulations from these areas to a height of 8 feet, as required. When glass is part of an entrance area, clean across the entire width of the entrance front, if required. Clean picture glass and mirrors as needed to remove fingerprints, smudges, and any other dirt or material, to leave a clean appearance. 5. Dusting a. Dusting – Remove all accumulated dust, dirt, debris and cobwebs from all surfaces, corners, shelving crevices, office desks, bookcases, tables, partition tops, window ledges and baseboards. Use treated mops and cloths to help prevent the redistribution of same into the air. Desktops shall be dusted only if papers have been removed. b. Dusting (high dusting) – Remove all accumulated dust, dirt and debris from the surfaces, corners, crevices, light fixtures, partition tops, window ledges, door frames, jambs, and blinds. Use treated mops and cloths to help prevent the redistribution of same in the air. Blind slats shall be individually cleaned. Remove cobwebs inside rooms, corners and ceilings. Clean HVAC vents and ceiling tiles. c. Wastebaskets – Empty wastebaskets and replace liners. Empty recycling containers in individual offices and common areas. Material from recycling containers shall be kept separate from other trash and placed in appropriate bins. Remove all other boxes, cardboard and containers which are designated as “trash” and place in the designated dumpster. Break down all cardboard boxes before discarding in dumpster. Large recycling bins inside facilities (for example, in the Civic Center mail room and lunchroom) may be emptied by others; contractor should verify with the Facility Manager for each facility where trash and recyclable material is to be taken. d. Wastebasket/trash containers (wash and disinfect) – Clean and disinfect all wastebaskets and trash containers in all interior and exterior locations. e. Artificial Plants – Clean to remove dust and other debris 6. Elevators a. Elevator (clean and polish) – Remove all finger and handprints, grease, oils, smudges or marks. Polish interior walls, ceilings, and doors inside and outside. Vacuum carpet and elevator door tracks. Spot clean carpet or flooring, as necessary, to remove stains and odors. 7. Stairwells, Exterior and Interior a. Staircases, balustrades and railings (dust and wipe) – Dust and wipe all staircase areas, including all railings and areas around and underneath stairs. Vacuum carpeted areas, and spot clean carpet. b. Stairwells – Sweep, damp mop and spot clean. Attachment 2 180 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 10 of 27 8. Offices a. Wooden furniture (clean and polish) – Clean and polish all wooden furniture with approved polish. Do not disturb any paperwork on desks, tables, and files. b. Formica and metal desks (clean all) – Clean all tables, stands, chairs, filing cabinets, locker tops and fronts. Do not disturb paperwork. c. Wood fixtures (polish) – Polish all wooden walls, doors, handrails, and all accents. d. White boards and pen rails (clean) – Wash and clean (only if boards are erased). e. Fabric or carpeted wall coverings (dust and/or vacuum, spot clean) – With a soft brush, dust all fabric and/or carpeted walls to maintain a neat and clean appearance. Vacuum all areas where a traffic pattern is evident. Spot clean areas per manufacturer’s specifications for wall covering. Damp wipe vinyl. Cloth fabrics require chemical cleaner to remove spots. f. Light switches (clean and disinfect) – Use a damp cloth to remove all smudges, fingerprints and dirt. Apply disinfectant. g. Light fixtures (clean all) – Dust all with treated cloth. Vacuum and damp wipe, if necessary, to remove all accumulated dust and dirt. h. HVAC vents and diffusers (clean all) – Vacuum and clean with disinfectant. Vacuum adjacent ceiling tiles and areas. 9. Restrooms, Locker Rooms, Dressing Rooms and Showers a. Restrooms (clean, disinfect, restock supplies) – Clean and disinfect all urinals, toilets, partitions and plumbing. Damp mop floors with disinfectant. Clean and polish chrome and stainless fixtures. Clean, disinfect and deodorize interior and exterior of sanitary napkin depositories. Replace disposal bags and plastic trash liners. Clean mirrors to be streak-free. Install disinfectant in floor drains and deodorizers in urinals. Fill all dispensers (soap, toilet paper, seat covers, paper towels, sanitary supplies and deodorizers). Inspect lighting for satisfactory operation. Report to the Public Works Superintendent or his/her designee, all lights that are not working properly. b. Showers (clean, disinfect) – Clean and disinfect all walls, floors and curtains. Entire area shall be free of soap scum, fungi, hair, urine deposits and unpleasant odors. Floors and tiled areas shall be free of streaks and mildew. c. Locker rooms or dressing rooms - Install disinfectant in floor drains. Disinfect HVAC vents, and clean mirrors to be streak-free. Wax floors to maintain original appearance. Vacuum all carpet areas and remove all stains. Clean and disinfect lockers inside and outside, if unlocked. Do not disturb personal belongings. 10. Kitchen or Coffee Bar Areas a. Kitchen/breakroom floors (degrease and disinfect) – Mop all kitchen floors with disinfectant. Refinish, if necessary, to maintain original appearance. b. Kitchen/breakroom/coffee bar sinks, counters, and appliances (wash and disinfect) – Include all kitchen tabletops in area and generally clean up all stainless steel or laminate surfaces. c. Cabinets, sinks and appliances (degrease, disinfect and polish) – Specific to facilities with “working cooking kitchens.” Includes refrigerators, stoves, stove hoods, ovens, griddles, dishwashers, microwaves, and all stainless steel. d. Kitchen Vent Hoods Over Stoves – Degrease, clean and polish. e. Kitchen Anti Fatigue Mats – Degrease, disinfect, rinse and dry. f. Kitchen Floor Drains – Degrease and clean the floor drains / catch basins in kitchen floor. Attachment 2 181 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 11 of 27 11. Special Areas a. Bleachers (clean all surfaces) – Clean all areas around and under bleachers. Damp mop bleacher seats. b. Jail area (clean and disinfect) – Clean and disinfect (when accessible) all walls, floors, ceilings and fixtures. c. Janitorial closets (clean and stock) – Clean, organize, stock and keep odor- free. If any chemicals are stored here, maintain a binder of all Material Safety Data Sheets (MSDS) and keep in each closet. d. Exercise rooms – Wipe down, clean, deodorize and disinfect all exercise apparatus and mats. Remove and replace mats in same locations to ensure proper fit. e. Personal computers – Dust with anti-static cloth. f. City refrigerators – Clean as specified for individual facilities. g. Venetian blinds – Dust and damp wipe blinds with a treated cloth to prevent redistribution of dust into the air. h. Vending machines – Clean vending machine surfaces and sweep or dust mop under the machines. i. Bleachers (sweep and pick up litter) – Sweep and pick up litter on, around and under bleachers. SECTION 3 – GENERAL PROVISIONS A. Liquidated Damages When Contractor fails to perform, as specified, the services required in this agreement, the City will have been damaged by that lack of performance. Since it is difficult to define the amount of damage caused, Contractor shall agree to the following liquidated damages: 1. If trained personnel do not report to provide the services required by this Agreement, the City will incur damages; and liquidated damages of One Hundred Fifty and no/100 Dollars ($150.00) per occurrence will be deducted from payments due the Contractor. Contractor will be notified of the assessment of liquidated damages by telephone or FAX within twenty-four (24) hours of failure to report. 2. If Contractor fails to perform under the terms of this Agreement, the City will incur damage. Contractor will be notified by telephone or FAX within twenty-four (24) hours of the failure to perform, and performance shall be required within twenty-four (24) hours after receipt of such notice. If the performance failure is not corrected within twenty-four (24) hours of receipt of notice, the City will incur damages; and liquidated damages of One Hundred Fifty and no/100 Dollars ($150.00) per occurrence will be deducted from payments due the Contractor. 3. Liquidated damages of One Hundred Fifty and no/100 Dollars ($150.00) per occurrence will continue to be deducted from payments due the Contractor until the performance failure is remedied. B. Subcontracting - No portion of the services provided pursuant to this Agreement may be subcontracted or assigned without prior approval of the City of Dublin. Requests to Attachment 2 182 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 12 of 27 subcontract all or any portion of services required by this Agreement shall be submitted to the City's Public Works Superintendent, or his/her designee, at least thirty (30) days in advance of the proposed effective date of the subcontract. Contractor shall include in this written request a detailed description of how the Contractor plans to oversee the services performed by the proposed subcontractor. Contractor shall be responsible for services provided by any subcontractor as if Contractor were providing the services with its own organization. Any subcontractor who will provide services inside the Police Facility shall have successfully passed a background check as described above prior to commencing work in that building. Contractor shall bear the expense of any subcontractor background checks. C. Labor Strike - Contractor shall be responsible for its own labor relationships and shall negotiate and be responsible for resolving any and all disputes between itself and its employees or any union representing its employees. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying, will delay, or threatens to delay, the timely performance of services under this Agreement, Contractor shall immediately give written notice thereof to the City's Public Works Superintendent, or his/her designee. It shall be the Contractor’s responsibility to provide continuous services, without interruption, to all buildings and facilities specified herein throughout the term of the Agreement. In the event of a labor strike, Contractor shall provide the means, at Contractor’s cost, to provide continuous services in full compliance with Agreement requirements. Failure to do so will cause the City to take whatever action is necessary to provide the services. If, in doing so, City incurs costs in excess of those that would have been paid to the Contractor for the same services, these excessive costs shall be paid by the Contractor. D. Pricing - All rates and/or prices included in this Agreement are firm and not subject to escalation, except on an annual basis according to the Consumer Price Index as provided in the Agreement. Contractor represents and warrants that all rates and/or prices are at least as low as those currently being quoted by Contractor to commercial or government users for the same work of similar scope under similar circumstances. E. Terms of Payment - Payment shall be made within thirty (30) days from the date of receipt of invoice or acceptance of work, whichever occurs last. If City is entitled to a prompt payment discount, the period of computation shall commence on the date of receipt of invoice or acceptance of work by City, whichever occurs last. City shall endeavor to pay each invoice within thirty (30) days but shall not be responsible to Contractor for additional charges, interest or penalties due to failure to pay within that period. F. Warranty - Contractor warrants that the work performed under this Agreement complies with all specifications and that workmanship is free from defects. If any portion of the work has not been completely described in this Agreement, it shall comply with nationally recognized codes and established industry standards. Contractor agrees that the aforementioned warranties shall be in addition to any warranties provided by law or offered by Contractor. G. Extra or Additional Work - Contractor shall perform no extra or additional work or alter or deviate from the work specified in this Agreement unless agreed in writing by City in advance Attachment 2 183 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 13 of 27 of performance of the work. Payment for extra or additional work shall be made on the basis of the hourly rate and, if applicable, minimum number of hours as set forth in Exhibit B. H. Force Majeure - Neither party to the Agreement shall be held responsible for delay or default caused by fire, riot, acts of God, and/or war which is beyond that party's reasonable control. City may terminate the Agreement upon written notice after determining such delay or default will reasonably prevent successful performance of the Agreement. Attachment 2 184 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 14 of 27 ATTACHMENT 1 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Civic Center, City Hall Wing, 100 Civic Plaza Estimated Building Size: 31,800 SF Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 5:00 PM to 5:00 AM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, terrazzo, or concrete floors, sweep and/or dust mop all floors 1a Carpet and mats - vacuum traffic areas, staircases, and workspaces 2c Carpet spot cleaning and removal - (as necessary) 2e Dusting - all tabletops, office desks, and filing cabinets, and other surfaces 5a Dusting - removal of accumulated dust 5a Graffiti - remove all marks and writing (general) Drinking fountains - clean, disinfect and polish 3b Telephones (all phones) - clean and disinfect 3c Wastebaskets - empty and reline 5c Elevators - clean and polish 6a Restrooms - clean, disinfect, and restock supplies 9a Kitchen breakroom floors - degrease and disinfect 10a Kitchen breakroom sinks & counters - degrease and disinfect 10b Coffee bar sinks and counters – degrease and disinfect 10b Weekly: Carpet and mats - vacuum all areas, including edges and corners 2d Broom sweep receiving/file room concrete floor 1a Clean and disinfect light switches 8f Wash white boards and pen rails (if erased) 8d Bi-Weekly: Clean tile grout Monthly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures - polish 8c Venetian blinds - wipe down and clean 11g Quarterly: Vinyl and linoleum - strip completely and wax 1d Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Vending machines – clean machines and sweep/dust mop underneath 11h Artificial plants – Clean to remove dust and other debris 5e Semi-Annually: . Strip and wax all hard surface floors: terrazzo, vinyl or linoleum 1d, 1g . Attachment 2 185 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 15 of 27 ATTACHMENT 2 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Civic Center, Cultural Arts Center, 100 Civic Plaza Estimated Building Size: 21,200 SF (includes auxiliary triple-wide trailer in gated parking lot) Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 5:00 PM to 5:00 AM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors, sweep and/or dust mop all floors 1a Carpet and mats - vacuum traffic areas, staircases, & workspaces 2c Carpet spot cleaning and removal - (as necessary) 2g Dusting - all tabletops, office desks, filing cabinets, & other surfaces 5a Graffiti - remove all marks and writing 2h Drinking fountains - clean, disinfect and polish 3b Clean and disinfect telephones 3c Glass and windows (building entrances, lobby areas, etc.) 4a Dusting - removal of accumulated dust. 5a Wastebaskets - empty and reline 5d Elevators - clean and polish 6a Restrooms - clean, disinfect, and restock supplies 9a Showers and locker rooms - clean and disinfect 9b,c Kitchen breakroom floors - degrease and disinfect 11a Kitchen breakroom sinks - degrease and disinfect 11b Old Jail area - clean and disinfect (when accessible) 11b Weekly: Broom sweep sally port concrete floor when accessible 1b Carpet and mats - vacuum all areas, including edges and corners 2d Walls, doors and molding - remove fingerprints, smudges and dirt 2I Doors & entrances - clean and polish, remove fingerprints & smudges 3a Clean stair handrails 7a Wash white boards and pen rails (if erased) 8d Exercise rooms - clean and deodorize 11d Monthly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures - polish 8c Fabric or carpeted wall coverings - dust and/or vacuum, spot clean 8e Light switches - clean and disinfect 8f Janitorial closets – clean, organize, stock and keep order-free 11c Venetian blinds - wipe-down and clean 11g Vending machines – clean machines and sweep/dust mop underneath 11h Quarterly: Vinyl and linoleum - strip completely and wax 1d Stone, marble, slate, granite, ceramic tile, travertine floors, stairs 1g Wastebasket/trash containers - wash and disinfect 5e Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Personal computers - clean with anti-static cleaner 11e Semi-Annually: City refrigerators – break room only 11f Attachment 2 186 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 16 of 27 ATTACHMENT 3 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Library, 200 Civic Plaza Estimated Building Size: 38,215 SF (entire Library) Cleaning Frequency: 6 days per week, Monday – Sunday (except Fridays) Janitorial Cleaning Hours: 11:00 PM to 5:00 AM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors (sweep and/or dust mop all floors) 1a Stone, marble, ceramic, slate (sweep) 1e Carpet and mats (vacuum traffic areas) 2c Carpet spot cleaning and spot removal 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) 3c Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Kitchen/coffee bar sinks (clean and disinfect) 10b Weekly: Vinyl, linoleum or concrete floors (damp/wet mop) 1b Stone, marble, ceramic, slate (damp/wet mop) 1f Carpets and mats (vacuum all areas, including edges and corners 2d Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Whiteboards and pen rails (clean, if erased) 8d Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures – polish 8c Light switches - clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Kitchen vent hoods over microwaves – degrease, clean & polish 10d Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Stone, marble, granite, ceramic tile floors (strip and seal) 1g Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Personal computers - clean with anti-static cleaner 11e Venetian blinds (dust and damp wipe) 11g Semi-Annually: Vinyl and linoleum - strip completely and wax 1d City refrigerator in office area (clean and disinfect) 1f Annually: Stone, marble, granite, ceramic tile floors (refinishing) 1h Attachment 2 187 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 17 of 27 ATTACHMENT 4 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Senior Center, 7600 Amador Valley Boulevard Estimated Building Size: 15,500 SF Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 10:30 PM to 5:00 AM; Weekends as needed following special events FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors (sweep and/or dust mop all floors) 1a Stone, marble, ceramic, slate (sweep) 1e Hardwood floor in ballroom (sweep and dust mop on Tue/Thu) 2a Hardwood floor in ballroom (sweep and damp mop on Mon/Wed/Fri) 2b Carpet and mats (vacuum traffic areas) 2c Carpet spot cleaning and spot removal 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) 3c Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Kitchen quarry tile floors (remove mats, degrease, disinfect, replace mats) 10a Kitchen/coffee bar sinks (clean and disinfect) 10b Weekly: Vinyl, linoleum or concrete floors (damp/wet mop) 1b Stone, marble, ceramic, slate (damp/wet mop) 1f Carpets and mats (vacuum all areas, including edges and corners) 2d Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Whiteboards and pen rails (clean, if erased) 8d Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c Kitchen Anti-Fatigue Mats (degrease and disinfect) (Fridays) 10e Kitchen Floor Drains (degrease and clean) (Fridays) 10f Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures – polish 8c Light switches - clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Kitchen vent hoods over stoves – degrease, clean and polish 10d Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Stone, marble, granite, ceramic tile floors (strip and seal) 1g Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Personal computers - clean with anti-static cleaner 11e Venetian blinds (dust and damp wipe) 11g Artificial Plants - clean to remove dust 5e Semi-Annually: Vinyl and linoleum - strip completely and wax 1d City refrigerator in office area (clean and disinfect) 1f Annually: Stone, marble, granite, ceramic tile floors (refinishing) 1h Attachment 2 188 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 18 of 27 ATTACHMENT 5 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Wave Aquatic Center Estimated Building Size: 30,000 SF Cleaning Frequency: January – December, 7-days per week Janitorial Cleaning Hours: 5:00 PM to 5:00 AM PLEASE NOTE: PEAK SEASON is from Memorial Day through Labor Day, where more attention to all areas is required. FREQUENCY TASK See Section 2 Required Services Daily: Interior floors (sweep and/or dust mop all floors) 1a * Tile hallway area (scrub machine and disinfect) 1f Interior flooring in lobbies/office (damp/wet mop, disinfect, vacuum, move furniture 1i Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) 3c Dusting (remove accumulated dust) 5a * Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, scrub machine, restock) 9a * Showers (clean, scrub machine, clear drain strainers and disinfect) 9b * Locker rooms and dressing rooms (clean, disinfect, scrub machine) 9c * Use machine provided by City – Clean Advance Machine and/or Karcher B60 Battery Scrubber (Staff also expected to maintain and clean the machines after every use) Weekly: Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c City refrigerators (clean as specified) 11f Formica and metal desks - clean all 8b Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Wood fixtures – polish 8c Light switches - clean and disinfect 8f Janitorial closets - clean organize, stock and keep odor-free 11c Complete and thorough machine scrub all hard floor surfaces 1f Quarterly: (3x per year) Wastebasket/trash containers - wash and disinfect 5d Personal computers - clean with anti-static cleaner 11e Venetian blinds (dust and damp wipe) 11g Attachment 2 189 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 19 of 27 ATTACHMENT 6 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Heritage Center, 6600 Donlon Way Estimated Building Size: School House – 2,900 SF, Church – 1,550 SF Cleaning Frequency: School House – 3 days per week (Wed/Fri/Sun); Church – 1 day per week (Wed) Janitorial Cleaning Hours: 9:00 PM to 5:00 AM Please note: Due to nature and historical value of the Heritage Center, all cleaning products must receive approval from Museum Director prior to use. FREQUENCY TASK See Section 2 Required Services Daily: Vinyl, linoleum, or concrete floors (sweep and/or dust mop all floors) 1a Hardwood floors (sweep and dust mop) 2a Carpet and mats (vacuum traffic areas) 2c Carpet spot cleaning and spot removal 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Weekly: Vinyl, linoleum or concrete floors (damp/wet mop) 1b Hardwood floors (sweep and damp mop) 2b Carpets and mats (vacuum all areas, including edges and corners) 2d Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Monthly: Dusting - high dusting 5b Formica and metal desks – clean all 8b Light switches - clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers – clean all 8h Personal computers - clean with anti-static cleaner 11e Venetian blinds (dust and damp wipe) 11g Semi- Annually: Vinyl and linoleum - strip completely and wax 1d Attachment 2 190 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 20 of 27 ATTACHMENT 7 (Page 1 of 2) City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Heritage Park and Museum, 11285 Dublin Boulevard Estimated Building Size: See below Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 5:00 PM to 12:00 AM Please note: Due to nature and historical value of the Heritage Center, all cleaning products must receive approval from Museum Director prior to use. Sunday School Barn: 1327 SF FREQUENCY TASK See Section 2 “Required Services” Daily: Wood floor – sweep Wastebasket – empty and replace liner 2a 5c Weekly: Walls, doors, moldings – spot clean as needed Glass and windows – remove fingerprints, smudges, dirt Doors – clean and polish Dusting – dust windowsills and furniture 2g 4a 3a 5a/5b Monthly: Dusting – high dusting 5b Light switches – clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 2a/2b Vinyl and linoleum – clean and wax floors - traffic areas 5d Quarterly: Light fixtures and fans – clean 8g HVAC vents – clean 8h Restrooms: 289 sq. ft. FREQUENCY TASK See Section 2 “Required Services” Daily: Floor – sweep and mop Toilets – clean and disinfect Doors – clean and polish Wastebasket – empty and replace liner 1a/1b 9a 3a 5c Weekly: Walls, doors, moldings – spot clean Glass and windows – remove fingerprints, smudges, dirt Dusting – dust windowsills and furniture 2g 4a 5a/5b Monthly: Dusting – high dusting 5b Light switches – clean 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Wastebasket/trash containers – clean and disinfect 5d Quarterly: Light fixtures and fans – clean 8g HVAC vents – clean 8h Attachment 2 191 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 21 of 27 ATTACHMENT 7 (Page 2 of 2) City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Ceramics/Art Studio: 330 sq. ft. FREQUENCY TASK See Section 2 Required Services Daily: Dusting (dust windowsills and furniture) Wastebasket (empty and replace liner) Floor - sweep and mop 5a/5b 5c 1a/1b Weekly: Walls, doors, moldings (spot clean) Glass and windows - remove fingerprints, smudges and dirt Doors (clean and polish) Dusting – high dusting 2g 4a 3a 5b Monthly: Light switches – clean 8f Quarterly: Wastebasket/trash containers – clean and disinfect Light fixtures – clean HVAC vents – clean all 5d 8g 8h Kolb House: 2304 sq. ft. FREQUENCY TASK See Section 2 “Required Services” Weekly: Bathroom and Kitchen Floor – sweep and damp mop Bathroom fixtures – clean and disinfect Kitchen counters – wipe with light solution Wastebaskets – empty and replace liner Back Porch – sweep and clean Public Room – vacuum carpeted areas, spot clean Halls – vacuum carpeted areas, spot clean Stairs – vacuum carpeted areas, spot clean 1a/1b 9a 10b 5c 1e 7a 7a 7a Walls, doors, moldings – spot clean Glass and windows – remove fingerprints, smudges, dirt Dusting – dust windowsills and furniture Doors – clean 2g 4a 5a/5b 3a Monthly: Dusting – high dusting 5b Light switches – clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Quarterly: Wastebasket/trash containers – clean and disinfect Light fixtures and fans – clean 5d 8g HVAC vents – clean 8h Attachment 2 192 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 22 of 27 ATTACHMENT 8 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Shannon Community Center, 11600 Shannon Avenue Estimated Building Size: 18,250 SF Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 10:00 PM to 5:00 AM; Weekends as needed following special events FREQUENCY TASK See Section 2 “Required Services” Daily Sweep and/or dust mop all hard surface floors 2a Vacuum all carpet area 2d Spot clean carpet areas 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephones (clean and disinfect) 3c Dust all surfaces 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, and restock) 9a Kitchen/coffee bar sinks (clean and disinfect) 10b Kitchen floor – remove mats, degrease, disinfect, replace mats 10a Weekly Damp mop all hard surface floors 2b Vacuum all carpeted areas including the edges 2d Spot wash all walls, doors, and moldings 2g Remove fingerprints and smudges from glass and windows 4a Wash whiteboards and pen rails (if erased) 8d Cabinets, sinks and appliances (degrease, disinfect and polish) 10c Wash Anti-Fatigue mats (degrease and disinfect) 10e Kitchen floor drains (degrease and clean) 10f Glass and windows – remove fingerprints, smudges, dirt 4a Monthly: Dusting (high dusting) 5b Wooden furniture (clean and polish) 8a Wooden fixtures (polish) 8c Light switches (clean and disinfect) 8f Janitorial closets (clean, organize, stock and deep odor free) 11c Kitchen vent hoods over stoves (degrease, clean and polish) 10d Quarterly: Vinyl and linoleum (clean and refinish floors, traffic areas) 1d Semi-Annually: Vinyl and linoleum - strip completely and wax 1d Annually: Stone, marble, granite, ceramic tile floors (refinishing) 1h Attachment 2 193 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 23 of 27 ATTACHMENT 9 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Corporation Yard, 5709 Scarlett Court Estimated Building Size: 3,500 SF (office space only) Cleaning Frequency: 3 days per week, Monday, Wednesday, Friday Janitorial Cleaning Hours: 5:00 PM to 5:00 AM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors – sweep and/or dust mop all floors 1a Carpet and mats – vacuum traffic areas and offices 2c Carpet spot cleaning and removal – as necessary 2g Graffiti – remove all marks and writing 2h Glass and windows – remove fingerprints, smudges, dirt 4a Dusting – removal of accumulated dust 5a Wastebaskets – empty and reline 5c Restrooms – clean, disinfect, and restock supplies 9a,b Weekly: Carpet and mats – vacuum all areas, including edges and corners 2d Walls, doors and molding – remove fingerprints, smudges and dirt 2I Doors & entrances – clean and polish, remove fingerprints & smudges 3a Dusting – all tabletops, office desks, and filing cabinets 5a White boards and pen rails – wash clean, if erased 8d Monthly: Dusting – high dusting 5b Wooden furniture – clean and polish 8a Formica and metal desks – clean all 8b Wood fixtures – polish 8c Fabric or carpeted wall coverings- dust and/or vacuum, spot clean 8e Light switches – clean and disinfect 8f Quarterly: Vinyl and linoleum – clean and wax floors 1c . Wastebasket/trash containers – wash and disinfect 5d Light fixtures – clean all 8g HVAC vents and diffusers – clean all 8h Personal computers – clean 12h Semi-Annually: Glass and windows, interior and exterior – all areas 4b Attachment 2 194 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 24 of 27 ATTACHMENT 10 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Public Safety Complex, 6363 Clark Avenue Estimated Building Size: 3,500 SF (office space only) Cleaning Frequency: 6 days per week, Monday - Saturday Janitorial Cleaning Hours: 4:30 PM to 8:30 PM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors – sweep and/or dust mop all floors 1a Carpet and mats – vacuum traffic areas and offices 2c Carpet spot cleaning and removal – as necessary 2g Graffiti – remove all marks and writing 2h Glass and windows – remove fingerprints, smudges, dirt 4a Dusting – removal of accumulated dust 5a Wastebaskets – empty and reline 5c Restrooms – clean, disinfect, and restock supplies 9a,b Weekly: Carpet and mats – vacuum all areas, including edges and corners 2d Walls, doors and molding – remove fingerprints, smudges and dirt 2I Doors & entrances – clean and polish, remove fingerprints & smudges 3a Dusting – all tabletops, office desks, and filing cabinets 5a White boards and pen rails – wash clean, if erased 8d Monthly: Dusting – high dusting 5b Wooden furniture – clean and polish 8a Formica and metal desks – clean all 8b Wood fixtures – polish 8c Fabric or carpeted wall coverings- dust and/or vacuum, spot clean 8e Light switches – clean and disinfect 8f Quarterly: Vinyl and linoleum – clean and wax floors 1c . Wastebasket/trash containers – wash and disinfect 5d Light fixtures – clean all 8g HVAC vents and diffusers – clean all 8h Personal computers – clean 12h Semi-Annually: Glass and windows, interior and exterior – all areas 4b Attachment 2 195 July 1, 2021 Services Agreement between City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit A – Page 25 of 28 ATTACHMENT 11 (Page 1 of 4) City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Camp Parks RFTA Estimated Building Size: Total approx. 220,000 sf (List of buildings listed below) Cleaning Frequency: 6 days per week, Monday - Saturday Attachment 2 196 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement (PWS) and Technical Exhibits 4.0 Technical Exhibits 4.1 Task and Frequency of Custodial Services. TASK & FREQUENCY Room CHART - TECHNICAL EXHIBIT 1 Routine Cleaning for all areas listed (choose if applicable based on floor type): Spot Clean Floors/Carpets AR Carpeted Floors -Removable (Area and Throw Rugs) 1W Buffing/Spray Buffing 4Y Stripping & Wax After Stripping 1Y Damp Mop 1W Sweep/Dust Mop Floors 1W Vacuum Carpeted Floors 1W Drinking Fountains & Sinks 2.5W Sweep Stairways/Ele vators/Handicap Lifts -1W Remove Trash and Recyclables 1W Low Dusting 2Y High Dusting 1Y Clean and Supply Restrooms/Toilet Areas/Locker Rooms 2.5W Clean Doors 1W Building# Description (Room Type) Estimat. Flooring SQ FT Type 282 Admin 700 CONCNCT 285 Admin 530 CONC 300 Admin 11,284 CPTNCT 301 Comm/Area 3,000 VCT 302 Comm/Area 3,000 VCT 303 Gymnasium 11,284 CPTNCT Services Agreement between City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. July 1, 2021 Exhibit A – Page 26 of 28 ATTACHMENT 11 (Page 2 of 4)Attachment 2 197 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement (PWS) and Technical Exhibits 304 Offices/Classroom 11,284 CPTNCT 306 Comm/Area 4,000 VCT 310 Comm/Area 4,000 VCT 311 Offices· 2,670 VCT 312 Admin Gen Purp 12,600 VCT/CPT 323 Classrooms / Common Area 11,284 CNL/CPT 331 Admin 2,500 VCT/CPT 340 Adm in/classroom 41,508 VCT/CPT 342 Comm/Area 57,000 CONC 350 Adm in/Classroom/DES 14,260 VCT/CPT 360 Comm/Area 3,000 VCT 361 Comm/Area 3,000 VCT 362 Comm/Area 3,000 VCT 363 Comm/Area 3,000 VCT 364 Comm/Area 3,000 VCT 370 Admin/Classroom 39,632 VCT/CPT 373 TEMF 33,024 CONCNCT 390 Comm/Area 3,000 VCT 391 Comm/Area 3,000 VCT 392 Comm/Area 3,000 VCT 393 Comm/Area 3,000 VCT 394 Comm/Area 3,000 VCT 398 Laundry 2,400 CONC 490 AMSA 13,600 CONC 494 Office/warehousE) 10,000 CPT 501 Chapel 7,200 CPT/HDWD 510 Admin/Gen Purp 62,000 62,000 CONC 514 Adm in/Classroom 4,050 CONC/CPT 516 Adm in/Storage 3,350 CONC 517 Admin/Classroom 41,902 VCT/CPT 520 Comm/Area/Sleep Area 12,000 VCT/CPT Services Agreement between City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. July 1, 2021 Exhibit A – Page 27 of 28 ATTACHMENT 11 (Page 3 of 4)Attachment 2 198 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit B – Page 1 of 3 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES JANITORIAL SERVICES City Facilities Monthly Rate Annual Cost City Hall Wing, Civic Center, 100 Civic Plaza, including portable building located in Cultural Arts Center parking lot, 5-days per week service, Monday-Friday $3,180.00 $38,160.00 Cultural Arts Center Wing, Civic Center, 100 Civic Plaza, 5-days per week service, Monday-Saturday $2,100.00 $25,200.00 Library, 200 Civic Plaza (Community Room, Lobby, Main Restrooms, City Staff Offices), 6-days per week service, Monday-Sunday, except Friday $4,252.00 $51,024.00 Shannon Community Center, 11600 Shannon Avenue, 5-days per week service, Monday-Friday $2,149.00 $25,788.00 Senior Center, 7600 Amador Valley Blvd., 5-days per week service, Monday-Friday $1,947.75 $23,373.00 Heritage Center, 6600 Donlon Way, including Murray Schoolhouse and St. Raymond’s Church, 3-days per week service (Murray Schoolhouse)1-day per week service (St. Raymond’s Church) $567.00 $6,804.00 Dublin Heritage Park and Museum, 11285 Dublin Blvd., 5-days per week service, Monday-Friday $567.00 $6804.00 The Wave Aquatic Center, 4201 Central Pkwy 7-days per week service $4,400.00 $52,800.00 Corporation Yard, 5709 Scarlett Court, 3-days per week service, Mon, Wed, Friday $640.00 $7,680.00 Public Safety Complex (Police Services), 6361 Clark Ave, 6-days per week service, Monday-Saturday $2,800.00 $33,600.00 TOTAL ANNUAL COST: $271,233.00 Extra Services Monthly Cost Annual Cost Daily Cleaning and disinfecting of high-touch areas at various City Facilities 5-days per week service, Monday-Friday $3,980.00 $47,760.00 Electrostatic Cleaning at various City Facilities Monthly $3,988.00 $47,856.00 TOTAL ANNUAL COST: $95,616.00 Camp Parks Reserve Forces Training Area Monthly Cost Annual Cost Office and training areas (Approximately 125,000 sf) $21,000.00 $252,000.00 Tile floor maintenance $2,308.00 $27,696.00 TOTAL ANNUAL COST: $279,696.00 Extra Work: Rate for scheduled extra work at $21.50 per hour for a minimum of 2 hours for special events. Attachment 2 199 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit B – Page 2 of 3 JANITORIAL SUPPLIES - COST ALL FACILITIES Estimated Quantity Case Quantity Product/Description Per Case Price 125 cs Toilet Tissue, 2-ply, 500 sheets/roll 80/500 $33.75 325 cs Multifold Towels, bleached 16/250 $21.76 60 cs 40" x 48" or 40" x 46" Trash Liners, 125 $36.50 1.8 mil or better 70 cs 33” x 39” Trash Liners, 150 $38.03 1.8 mil or better 50 cs 24” x 23” Trash Liners (wastebasket liners) 500 $22.73 0.4 mil or better 30 cs 40” X 46” Clear Trash Liners 150 $36.26 1.7 mil or better 30 cs 33” x39” Clear Trash Liners 250 $39.67 1.2 mil or better 30 cs 24” x 23” Clear Trash Liners 500 $24.50 .35 mil or better 40 cs Toilet Seat Protectors 5000 $37.82 100 cs Foam Hand Soap (based on 6 gal./case) 2/1200 ml $58.35 10 cs Sanitary Napkin Receptacle Liners 500 $16.53 Approx. 7½” x 3-3/4” x 10 ½” Please note, reimbursable expenses are built into rates as identified above. Contractor shall notify City of any proposed increases to costs no later than 60 days prior to a new Fiscal Year (July 1 – June 30). Any changes to costs shall be approved in writing by the Public Works Maintenance Superintendent, or their designee. Any such annual increase shall be calculated based on the Consumer Price Index for All Urban Consumers (CPI-U) and shall not exceed 3%. Year 1 Year 2 Year 3 Total City Facilities Services $271,233.00 $279,370.00 $287,751.00 $838,354.00 Camp Parks RFTA Services & Supplies $330,887.00 $340,813.61 $351,038.02 $1,022,738.63 Extra Services (Est.) $25,000.00 $25,000.00 $25,000.00 $75,000.00 COVID Janitorial Services $95,616.00 $98,484.48 $101,439.01 $295,539.49 Janitorial Supplies (Est.) $53,817.50 $55,432.03 $57,094.99 $166,344.51 Totals $776,553.50 $799,100.12 $822,323.02 $2,397,976.63 Attachment 2 200 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit B – Page 3 of 3 Invoices shall be submitted electronically to: pwinvoices@dublin.ca.gov no more than once monthly and as work is completed. Attachment 2 201 Services Agreement between July 1, 2021 City of Dublin and Tri-Valley Janitorial Service & Supply, Inc. Exhibit C – Page 1 of 1 EXHIBIT C CONFLICT OF INTEREST Consultant confirms the ability to meet the City of Dublin’s Conflict of Interest requirements as specified in the City’s RFP. Consultant is not aware of any recent, current or anticipated contractual obligations which will pose a potential conflict of interest with the work on this project. Consultant agrees that, for the term of this agreement, no member, officer or employee of the City of Dublin, or a public body within Alameda County or member of delegate to the Congress of the United States, during his/her tenure of for one year thereafter, shall have any direct interest in the contacts or any direct or material benefit arising therefrom. Attachment 2 202 REQUEST FOR PROPOSALS JANITORIAL SERVICES AND SUPPLIES City of Dublin Proposals must be received by: 4:00PM, Friday, March 12, 2021 Laura Borjon, Administrative Aide 100 Civic Plaza City of Dublin, CA 94568 Attachment 3 203 Request for Proposal For Janitorial Services & Supplies Overview The City of Dublin is requesting proposals to provide janitorial services and supplies for nine (9) City buildings and thirty-eight (38) Parks Reserve Forces Training Area buildings. Included in this Request for Proposal (RFP) are the following facilities: •Civic Center, 100 Civic Plaza (Includes both City Hall and Cultural Arts Center Wings and portable building in parking lot) •Library, 200 Civic Plaza •Shannon Community Center, 11600 Shannon Avenue •Senior Center, 7600 Amador Valley Boulevard •Heritage Center (Murray Schoolhouse, and St. Raymond’s Church), 6600 Donlon Way •Dublin Heritage Park & Museum (Kolb House Ceramic/Art Room and Restroom Facilities, and Sunday School Barn), 11285 Dublin Boulevard •The Wave Aquatic Facility, 4201 Central Parkway •Corporation Yard, 5709 Scarlett Court •Public Safety Complex (Police Admin), 6361 Clark Avenue •Thirty-eight (38) Parks Reserve Forces Training Area buildings, approximately 125,000 square feet of cleanable office and training areas Considerations: •Mandatory tour of facilities will be scheduled with the Public Works Department for each interested vendor. It is anticipated that the tour will take most of the day. Attendees must provide their own vehicles. Maps of facility locations and an estimated schedule of tour stops will be made available at the beginning of the tour. Proposals will be accepted only from those attending the complete tour. While you may return to visit the public portions of facilities separately on your own, City staff will not be available to escort you into non-public areas at any times other than the scheduled mandatory tour. In order to participate in the tour of the Parks Reserve Forces Training Area facilities, attendees must present a valid and current Real California ID or Passport, valid registration and insurance and must not have any warrants or history of violent crimes. •The City intends to contract with one vendor for all the facilities listed above. Because of the City’s budgeting structure, each City facility must be quoted and itemized separately on each monthly invoice. Camp Parks Facilities will be quoted and invoiced together on a separate monthly invoice. Selection of a contractor will be made based on all of the following criteria: 204 experience performing similar work in similar buildings, ability of the vendor to perform all of the work as described in the attachment, responses to interview questions (if applicable), and relationship of prices quoted to work required. While price is a consideration, selection will not be made solely on prices quoted for the work. •All janitorial staff working at any City facility shall be required to submit personal information and copies of driver’s licenses or other valid identification for the purpose of background checks. Such personnel will also be subject to Live Scan Fingerprinting processing at the contractor’s expense. The City reserves the right to deny access based on information obtained in the background check through Live Scan Fingerprinting. Interested vendors and their employees must be able to pass the DHS/Military security clearance. •The term of the Agreement shall be three (3) years, beginning July 1, 2021, and continuing through June 30, 2024, unless cancelled by either party according to the terms of the Agreement. •Prices quoted shall include the cost of all labor, equipment, cleaning materials and other supplies utilized by the janitorial staff in order to meet the requirements of the Agreement. It is expected that the contractor will provide the proper equipment in good working order and will maintain an adequate stock of supplies. As part of this proposal, janitorial supplies should be included. A separate quote form as Exhibit will include prices for janitorial supplies, such as toilet tissue, paper towels, seat covers, trash liners, hand soap for restroom dispensers, and feminine supplies for restroom dispensers. •Green Seal-37 Standards for Cleaning Products for Industrial and Institutional Use or UL EcoLogo certified products shall be used as part of cleaning service. The vendor shall provide spend reports on use of certified cleaning products. •Minimize Package Waste. Cleaning products and supplies shall be purchased in quantities that minimize the amount of waste generated from empty packaging and containers. •All products shall be of recycled material unless no recycled product is available for a specific item. •All janitorial paper products must be comprised of 51-100% post-consumer recycled content and processed chlorine-free bleaching (includes products certified by Green Seal or EcoLogo/UL). •Provide the City with monthly reports of the quantity of products purchased at each site, included in the monthly invoice. Upon request by the City, the vendor shall also provide a history of products purchased, and usage of products purchased. •Provide the City with building specific cleaning plans. The contractor shall have a written cleaning plan for each building which describes the following: a.Standard Operating Procedures that address: i.Cleaning and waste collection ii.Equipment operation procedures and maintenance iii.Waste disposal iv.Communications with management and occupants of the building 205 b.Schedules for: i.Routine cleaning operations, detailing the minimum frequency required for each ii.Activities performed periodically. Schedules of cleaning operations shall be reviewed at least annually and adjusted as needed in response to the changing needs of the building and its occupants. Chlorine and its derivatives shall not be used to bleach materials. Products shall not contain any added pigments, inks, dyes, or fragrances. Trash bags shall comply with California Integrated Waste Management Board requirements. Products should be Ecologo or Green Seal approved. •Prices are requested based on the average quantity used annually in the specific buildings noted above. However, the City cannot guarantee that this quantity will be purchased in a given year. •Contractor is contractually required to provide a certificate of General Liability, Automobile Liability, and Workers Compensation insurance, which includes an additional insured endorsement covering the City of Dublin, its employees and agents. The endorsement shall be in a form approved by the City’s insurance carrier and risk manager. •The contractor shall additionally be required to submit the following: evidence of an IIPP (Illness and Injury Prevention Plan), copy of employee training programs and any other safety programs not included in the IIPP, Safety Data Sheets (SDS) for all products to be stored at the facilities (must be available at each facility), and a Hazard Communication Plan and disposal plan for any hazardous materials used and stored at the facilities. •Training. Upon hiring and annually thereafter, all cleaning personnel shall receive at least 12- hours of training on: a.The safe and effective handling and use of all cleaning products. b.cleaning procedures. c.use and maintenance of equipment. d.all procedures need to conform to standards. e.Procurement staff shall be trained in the selection of environmentally preferable cleaning products and materials. Records of Training shall be maintained on each employee for all required training. •The City pays for services rendered and will not make advance payments for work which has not been completed. Invoices shall be submitted via email to pwinvoices@dublin.ca.gov on a monthly basis. •Companies submitting proposals should read the attachment carefully for information regarding bonding and insurance requirements, indemnification, prevailing wage requirements, services required, and so forth. Unless otherwise agreed and amended in writing by the City, the price quoted for each facility shall be in effect from July 1, 2021, through June 30, 2024, at which time it shall be increased by the Consumer Price Index rate of increase as described in the Agreement. 206 RFP Submittal Requirements The following information shall be included in the proposal in order to be a complete and valid proposal: •A monthly price and an extended annual cost for janitorial service for each individual City facility and for Camp Parks facilities (see Janitorial Services - Cost Proposal beginning on Page 9). •An hourly rate and minimum number of hours to perform janitorial services as “extra work”. For this purpose, “extra work” means performing janitorial services for special events or emergency work at City facilities outside of regularly scheduled service times. •Unit prices for janitorial supplies for each facility (see Janitorial Supplies - Cost Proposal on Page 10). •A minimum of three (3) references for current or recent janitorial service contracts in similar facilities. References for public facilities are preferred but not necessarily required if the facility is comparable in terms of layout, use, and size. References shall include length of service, square footage of the facility, estimated monthly or annual rate, and the contact information for the last known contract administrator. •An organizational chart for the company’s and the name(s) and brief background(s) of officers, contract manager(s) and onsite supervisor(s) for this contract. If you intend to use a subcontractor for some portion of the work (for example, floor waxing), please provide the name of the subcontractor and contact information. As indicated above, any personnel doing work in City facilities are required to comply with background check requirements. Process and General Conditions 1.Proposers shall submit one (1) electronic PDF copy by email to: Ms. Laura Borjon Administrative Aide 100 Civic Plaza Dublin, CA 94568 laura.borjon@dublin.ca.gov 2.Deadline for submitting the proposal is Friday, March 12, 2021, at 4:00 p.m. to the Public Works Department. Late submittals will not be accepted. 3.The City will not pay for any costs incurred in preparation and submission of the proposals or in anticipation of a contract. The format of submittals is at the discretion of the Proposer. Each proposal shall be limited to a maximum of 30 pages, using minimum 12-point font size. Page limit excludes a table of contents, tabbed dividers, and resumes for Contractor’s team. 207 Schedule for RFP Process Friday, February 19 Friday, February 26 Monday, February 29 Friday, March 5 Friday, March 12 Tuesday, April 6 Request for Proposals posted to City website and emailed to Interested Parties* Mandatory Facility Tour is scheduled for Friday, February 26, 2021 at 9am. The tour will begin at the Civic Center parking lot. Please contact Laura Borjon via email at Laura.Borjon@dublin.ca.gov to confirm your attendance for the tour. Deadline to submit questions to City of Dublin Addendum posted, if required Proposals are due no later than 4:00 PM Contract Services Agreement scheduled for approval by the Dublin City Council. (Tentative dates, subject to change) *Contractors are encouraged to sign up on the City’s website for updates on addendums, notifications, and for all future contracting opportunities: https://www.cityofdublin.gov/bids Standard Contract Agreement: It is anticipated that the services covered by the Agreement resulting from this solicitation will be performed on base services for a specified scope of work. Special events are scheduled in advance as additional work. All cleaning supplies are also expected to be provided for and billed separately on a monthly basis. The term of the agreement will begin July 1, 2021. A sample of the City’s Standard Contract Agreement (Agreement), including insurance requirements, is provided as Attachment A. If the interested vendor desires to take exception to the Agreement and/or insurance requirements, the interested firm shall clearly identify proposed changes to the Agreement and furnish the reason for these changes, which shall be included in the qualification. Exceptions will be taken into consideration in evaluating Proposals. Otherwise, the interested firm is to state in the proposal that the Agreement and insurance requirements are acceptable. Consideration for exceptions will not be considered if not included in the submitted proposal. Conflict of Interest Proposer agrees that, for the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, 208 during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Proposers must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list of your firm’s clients who are the following: Private clients located or operating within the City of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFP as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. Equal Employment Opportunity Proposer shall not, on the grounds of race, color, sex, age, religion, national origin, ancestry, physical handicap, medical condition, or marital status either discriminate or permit discrimination against any employee or applicant for employment in any manner prohibited by Federal, State or local laws. In the event of Proposer non-compliance, the City of Dublin may cancel, terminate or suspend the Contract in whole or in part. Proposer may also be declared ineligible for further contracts with the City of Dublin. Proposer shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Proposer and its sub-consultants shall post in conspicuous places, available to all employees and applicants for employment, a notice setting forth the following provisions [29 U.S.C. § 623, 42 U.S.C. § 2000, 42 U.S.C. § 6102, 42 U.S.C. § 12112, 42 U.S.C. § 12132, 49 U.S.C. § 5332, 29 CFR Part 1630, 41 CFR Parts 60 et seq.]. Governing Law This RFP summarizes the applicable laws and governance, when in conflict applicable State/Federal guidelines shall apply. The contract and legal relations between the parties hereto shall be governed and construed in accordance with the laws of the State of California. Insurance Requirements The Contractor shall provide insurance coverage as follows in conformance with the City of Dublin’s requirements: General Liability Insurance $1,000,000 Automobile Liability Insurance $1,000,000 209 Professional Liability Insurance $1,000,000 Workers’ Compensation Insurance $1,000,000 References Contractor must include three (3) references for which the company has provided services similar to those described in this RFP. Reference information shall include: Name, Address, Contact, Title, Phone Number, and Term of the Contract. Review and Selection Process The City reserves the right to make the selection based on its sole discretion. A subcommittee selected by City Staff will evaluate proposals provided in response to this RFP. The subcommittee will use a forced ranking process. Informal interviews may be conducted by City staff and may include more than one contractor that has submitted a Proposal. Based on input from this review process, a recommendation will be made to the City Manager. The City Manager will make a recommendation to the City Council for award of contract services. The City reserves the right to award a contract to the contractor(s) that the City feels best meets the requirements of the RFP. The City reserves the right to reject any, and all Proposals prior to execution of the Agreement, with no penalty to the City. Selection of Contractor Submitted Proposals will be evaluated and scored using the following criteria: •Quality and completeness of the proposal. •Experience with engagement of similar scope and complexity. •Satisfaction of previous clients. •Cost of providing the contract services for this project. 210 Attachment A CONTRACTOR AGREEMENT (Removed for the April 20 Staff Report) 211 ATTACHMENT B SCOPE OF SERVICES SECTION 1 – GENERAL SERVICE PROVISIONS A. Work Schedule - Janitorial services shall be provided up to seven (7) days per week at the time specified for each location. General cleaning shall be performed between the hours of 5:00 PM and 5:00 AM. The available time schedules for individual facilities are set forth in Attachments 1 through 9 of this Exhibit A. The City reserves the right, with one (1) week’s advance notice, to change schedules. Contractor shall provide twenty-four (24) hour emergency response, if requested, and shall respond to City within four (4) hours of request for emergency services. Contractor shall provide a specific monthly schedule of all monthly, quarterly and semiannual services by building, giving specific dates. The schedule for the first two (2) months shall be provided at least five (5) days prior to the first day of the Agreement term as set forth in Section1.1 The schedule for the third month, and all subsequent months, shall be provided with each monthly invoice, and the invoices will not be paid if not accompanied by a cleaning schedule. Such monthly, quarterly, and annual cleaning services shall be provided on the day stated on the monthly cleaning schedule; and if such work requires more than one (1) day to conclude, Contractor must complete the work on successive days. Contractor may request a change to this cleaning schedule with seven (7) days' advance notice. B. Holidays - The following twelve (12) days are City holidays on which Contractor may need to provide service. All City facilities are dynamic due to their programmed use; and some locations will require service on holidays, as provided below. New Year’s Day Martin Luther King, Jr.’s Birthday Presidents Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Day after Thanksgiving Christmas Eve Christmas Day New Year’s Eve Buildings that may require service during holidays are listed below. The Contract Administrator or Facility Manager will provide a schedule of which buildings will require holiday service thirty (30) days prior to each holiday. • Civic Center/Cultural Arts Center • Public Library (Possible holiday services) • Senior Center (Possible holiday services) • Shannon Community Center (Possible holiday services) • Dublin Heritage Center • Wave Aquatic Center • Dublin Heritage Park and Museum • Corporation Yard 212 • Public Safety Complex (Operates 24 hours/7 days per week) • Thirty eight (38) Parks Reserve Forces Training Area buildings, approximately 125,000 square feet of cleanable office and training areas C. Supplies and Equipment 1. Contractor shall furnish and keep in good working order all necessary tools, equipment, and supplies, including, but not limited to, waxes, soaps, cleaners, mops, brooms, buffers, ladders, hoses, vacuum cleaners, etc. The Public Works Maintenance Superintendent, or his/her designee, must approve all supplies and/or equipment prior to their use under this Agreement. Any non-complying equipment or supplies shall be changed out immediately at the request of the Public Works Maintenance Superintendent or his/her designee. Janitorial closets located in City facilities may be used by Contractor and shall be kept clean and free of debris and odor at all times. All supplies and equipment stored in any City janitorial closet shall be stored in a neat and orderly manner and in such a way as to prevent injury to City staff, the public, or Contractor’s employees. Contractor’s on-site supervisor shall maintain an equipment inventory, and a copy shall be given to the Facility Manager’s designee, upon request. Unless otherwise agreed by the City in writing, cleaning products shall meet Green Seal- 37 Standards. Further information regarding environmental or Green Seal products can be found at http://www.greenseal.org/findaproduct/index.cfm. 2. Contractor shall provide the following products for use at City locations: toilet paper; paper towels; toilet seat covers; trash can liners; liquid hand soap; and feminine sanitary supplies. City shall also provide at its expense all utilities, including lights, power and water. Contractor shall stock and refill all restroom dispensers, as outlined in the applicable section(s) of this Exhibit A, (Janitorial Cleaning Specifications – Master List, #9 Restrooms, Locker Rooms, Dressing Rooms and Showers. D. Supervision 1. Contractor shall provide a supervisor or lead custodian who shall be present during all scheduled cleaning hours and special work assignments at a City facility. This individual shall speak, read, write, and understand English. All direction given to Contractor's supervisor shall be as binding as if given to Contractor. 2. Monthly janitorial supervisor’s reports shall be prepared and submitted to Public Works Maintenance Superintendent, or his/her designee, noting any building deficiencies needing correction. 3. While performing work under this Agreement, Contractor's supervisor shall carry a cell phone and pager by which City staff shall be able to communicate with him/her. Other janitorial staff, at a minimum, should carry pagers and may use City phones designated by the Contractor Administrator, Facility Manager, or his/her designee, to respond to work-related issues. 213 4. Contractor shall provide a list of all Contractor’s staff assigned to each work site. The list shall include name, address, and driver’s license number and the employee’s work schedule and assignment. All janitorial staff working at any City facility shall be required to submit personal information and copies of driver’s licenses or other valid identification for the purpose of background checks. Such personnel will also be subject to Live Scan Fingerprinting processing and DHS/Military security clearance. at the contractor’s expense. The City reserves the right to deny access based on information obtained in the background check through Live Scan Fingerprinting. 5. Contractor's employees, including supervisors and managers, and employees performing regular service, fill-in work for absences, or any subcontract staff, who enter the Police Wing of the Civic Center, 100 Civic Plaza, shall have satisfactorily passed a background investigation through Dublin Police Services. The background check includes Live Scan processing. Contractor shall be responsible for paying the Department of Justice fee for the Live Scan processing (at this time, approximately $100 per person). The City will absorb the staff time cost involved in running the Live Scan equipment. Contractor is responsible for scheduling these background checks prior to any of its employees working in the Police Wing. The background checks must be performed at least two weeks (14 days) prior to the employee entering the facility. E. Training - Contractor shall provide ongoing documented training programs for all of Contractor’s staff. Training programs shall include, but not be limited to, quality standards, task definitions, IIPP plans (Injury and Illness Prevention Program), SDS sheets (Safety Data Sheets), Cal- OSHA (California Occupational Health and Safety) regulations and all other applicable safety regulations. Contractor shall provide to the Public Works Maintenance Superintendent, or his/her designee prior to beginning of work, and annually thereafter (provided to City with the twelfth (12th) invoice of each year), a report showing the training provided for the janitorial staff working in City buildings. F. Employee Conduct - Employees of Contractor, while performing work under this Agreement, SHALL NOT: 1. Be accompanied in their work area by acquaintances, family members, assistants, or any other person unless such person is an on-duty authorized Contractor employee. 2. Remove any City property, or property, equipment, monies, forms or any other items belonging to an employee of the City, from City facilities. 3. Engage in horseplay or loud boisterous behavior. 4. Be under the influence of alcohol or drugs. 5. Gamble. 6. Smoke in any building. 7. Turn on or use any electronic equipment (computers, typewriters, radios, etc.) other than those supplied by Contractor. 8. Use any City telephones except those designated by the Contract Administrator, Facility Manager, or his/her designee, for the performance of services under this Agreement. 9. Open any desk, file cabinet or storage cabinet. 10. Remove any articles from desks. 214 11. Consume any food or beverage other than that brought with or purchased by the employee. 12. Consume any food or beverage in any area NOT designated as a break or lunchroom. 13. Engage in non-work-related conversations with City employees or visitors. 14. Come to work late or leave work early. G. Employee Removal - Contractor shall remove from service on City premises any employee of Contractor who, in the opinion of the Contract Administrator, Facility Manager, or his/her designee, is not performing the services in a proper manner or who is incompetent, disorderly, abusive, dangerous, insubordinate, disruptive, who does not comply with rules and regulations of the City, or is otherwise objectionable. Contractor shall in no way interpret such removal to require dismissal of or other disciplinary action against the employee; and such removal shall not be the basis of any claim for compensation or damages against the City or any of its officers, employees or agents as to the performance of the work. H. Employee Appearance and Identification - Contractor's personnel shall present a neat appearance and be easily recognized as Contractor employees. Contractor shall provide each employee with an identification badge and uniform. The badge shall include the employee’s photograph and name, an employee number and Contractor’s name. The identification badge shall be displayed on the front of the employee’s uniform at all times. Contractor accepts and understands that any employee who fails to meet this requirement may be asked to leave City property. Should this occur, the City will not compensate the Contractor or Contractor's employees for lost time. It is expressly understood that Contractor is responsible for ensuring that all of its employees possess and carry valid photo-identification at all times on City property. Contractor's employees shall be wearing their uniforms and identification badges prior to entering any City building, and uniforms and badges shall be worn at all times while working in a City facility. The uniform, at a minimum, shall be a uniform shirt to which Contractor’s business name and/or logo have been affixed. I. Employee Qualifications - Contractor's employees shall be at least eighteen (18) years of age and thoroughly trained and qualified in the work assigned to them. Contractor's employees shall be able to follow directions and shall be physically capable of performing the duties assigned to them, including lifting/moving heavy items, climbing ladders, etc. All janitorial staff working at any City facility shall be required to submit personal information and copies of driver’s licenses or other valid identification for the purpose of background checks. Such personnel will also be subject to Live Scan Fingerprinting processing and DHS/Military security clearance at the contractor’s expense. The City reserves the right to deny access based on information obtained in the background check through Live Scan Fingerprinting. J. Reporting and Inspections 1. Building Control Log: Contractor's supervisor or lead custodian shall be responsible for maintaining building control logs. Contractor’s employees shall be responsible for signing in and out daily on the log. Further, Contractor's employees who provide special 215 cleaning services are also required to sign in and out for services provided. The building control logs shall be the focal point for communication between the Contractor and the City and for sharing work-related comments and issues. 2. Status Reports: If, and when, unusual circumstances arise, a report shall be given to the Contract Administrator, Facility Manager, or his/her designee, the day of the occurrence. Examples of unusual circumstances include, but are not limited to, the observance of suspicious persons around a City facility or the discovery of inoperable lighting in a City facility. 3. Regular Inspections: Contractor’s account manager and supervisor shall meet with Facility Management representatives quarterly to ensure compliance with contract specifications and shall initiate meetings, as needed, to review work sites and resolve problems. 4. Timely Billing: Contractor shall provide special cleaning service invoices within fourteen (14) days of the services being provided. City shall be under no obligation to pay any invoice which is submitted to Contract Administrator more than thirty (30) days beyond completion of special cleaning services. K. Work Performance - Contractor shall adhere to the highest quality standards of the janitorial profession and the City’s cleaning standards as communicated by the Contract Administrator, or his/her designee, and set forth in this Agreement. Contractor shall immediately verbally notify the Contract Administrator, or his/her designee, of any occurrence or condition that interferes with its ability to be in full compliance with Agreement requirements and shall confirm such verbal notification in writing within twenty-four (24) hours. L. Special Assignments - City may request janitorial services for special events not covered in the scope of services under this agreement and outside the normal scheduled cleaning hours as outlined herein. City may request these special services up to, but not later than, forty-eight (48) hours prior to the event. If the required services are outside Contractor's normal cleaning schedule, payment shall be made on the basis of the hourly rate and, if applicable, minimum number of hours as set forth in Exhibit B. M. Emergency Work - "Emergency work" is defined as any work beyond the general routine janitorial work required by this agreement. Emergency work shall require a shortened Contractor response time of between two (2) and four (4) hours, depending upon the nature of said work. Contractor shall have sufficient labor and call-out procedures to ensure that staffing is available for this type of unplanned requirement. The City of Dublin will work closely with Contractor to develop a procedure for reacting to emergency situations. Compensation for “Emergency Work” shall be in accordance with the hourly rate for Special Assignments as described above. N. Storage - Contractor may use City janitorial closets, if available; and if utilized, Contractor shall keep this space in a neat, clean, odor free, and orderly condition. The City will not be responsible in any way for damage to or loss of Contractor’s stored supplies and/or equipment or for Contractor’s employees’ personal belongings stored in any City janitorial closets. As noted in 216 Section 3 of the Agreement, if janitorial closets are not available, Contractor shall store its supplies and equipment in its own facility or company vehicles. O. Security - Contractor shall be required to have available the keys provided by the City at all times while providing service to the City. All doors shall be unlocked and locked in such manner and at such times as required by each building’s specifications. Contractor shall be responsible for ensuring that all doors are closed and locked during its performance of janitorial duties. Lost keys or security access cards shall be immediately reported to the Contract Administrator, or his/her designee, and charged to Contractor at the rate of $50.00 per key or security access cards. In addition, Contractor shall reimburse City for all costs associated with re-keying any or all locks necessitated by lost keys in his/her control. Contractor's employees shall NOT set off, or fail to reset, a building alarm, as instructed. Such false alarms or failure to reset an alarm shall cause the City to incur damages, and Contractor shall be charged liquidated damages of One Hundred Fifty Dollars ($150) per event. Contractor's employees shall not operate for personal use any City computers, fax machines, telephones, television sets and/or copiers while performing services under this contract. Contractor shall be financially responsible for any loss, damages, or accrued charges for any unauthorized usage of City equipment. P. Care of Facilities - Contractor's employees shall regularly observe the general condition of all building areas and report problem areas to Contractor's supervisor or lead custodian. Contractor shall be responsible for knowledge of and use of all fire alarms and fire prevention equipment. In case of emergency, Contractor’s employees shall notify the Emergency Services by dialing 911 and shall then call or page the Contract Administrator, Facility Manager, or his/her designee, immediately. For non-emergency repairs, Contractor shall report all required non-emergency repairs by contacting the Contract Administrator, Facility Manager, or his/her designee. Q. Energy Conservation - Unless otherwise specified by Contract Administrator or Facility Manager, lights are to be turned off in facilities when janitorial staff is finished working for the evening. R. Graffiti - Contractor shall immediately remove all graffiti from all surfaces found inside any of the buildings after consulting with the Contract Administrator, Facility Manager, or his/her designee, for removal methodology. Graffiti noticed on the outside of any building shall be reported to Contract Administrator, Facility Manager, or his/her designee. SECTION 2 – REQUIRED SERVICES The services to be provided under this Agreement are listed in this Section 2 of Exhibit A. In some instances, services may differ among the various facilities. The following buildings are included in this agreement: • Civic Center, 100 Civic Plaza (Includes both City Hall and Cultural Arts Center Wings and portable building in parking lot) • Library, 200 Civic Plaza • Senior Center, 7600 Amador Valley Boulevard • Shannon Community Center, 11600 Shannon Avenue 217 • Heritage Center (historical schoolhouse and church), 6600 Donlon Way • Heritage Park & Museum, 11285 Dublin Boulevard • Wave Aquatic Center, 2401 Central Parkway (year-round) • Corporation Yard, 5709 Scarlett Court • Public Safety Complex, 6363 Clark Avenue • Thirty eight (38) Parks Reserve Forces Training Area buildings, approximately 125,000 square feet of cleanable office and training areas Following is a master list of services required under this Agreement. Not all services are required at all buildings; a specific breakdown is provided for each facility in Attachments 1 through 9 to this Attachment B. 1. Flooring a. Vinyl, linoleum, or concrete floors (sweep) – Sweep with an anti-dust mop. b. Vinyl, linoleum, or concrete floors (damp or wet mop) – Use warm water with good quality cleaner that leaves no visible or sticky cleaner residue, when dry. Remove all scuff and surface marks. Rinse, if necessary, with clear warm water, and clean mop. Wipe any and all baseboards free of moisture and dirt. Protect all wall surfaces. Buff all tile floors, as required. c. Vinyl and linoleum (clean and wax floors – traffic areas) – Dust entire floor and corners with treated mop. Damp mop and remove any spot or stains. Allow flooring to dry completely. Apply wax in traffic areas only, feathering out to corners. Corners shall be waxed only as part of complete stripping process (see below). d. Vinyl and linoleum (strip) – Strip completely and wax, including corners. e. Stone, marble, slate, granite, ceramic tile, travertine, terrazzo floors, stairs (sweep) – Sweep surfaces. f. Stone, marble, slate, granite, ceramic tile, travertine, terrazzo floors, stairs (damp mop) – Use a dedicated mop and good-quality cleaner recommended for marble, slate, granite, ceramics and travertine. The floors shall be free of dust, dirt, cleaning material residue, streaks, mop strands, grease, and spills and thoroughly maintained to present an acceptable gloss. Protect all walls from splashing and wipe off any moisture or chemicals from all baseboards. Polish wood molding, if necessary, to prevent moisture damage. g. Stone, marble, slate, granite, ceramic tile, travertine floors, stairs (strip, seal) – Apply stripping solution. Machine scrub (conventional machine) and wet vacuum stripping. This shall be followed by an application of a neutralizer rinse, followed by a damp mopping with clear water. When floor is dry, apply finish or sealer. Protect all wall finishes and wipe down all baseboards to be free of moisture and residue. Polish, as needed. h. Stone, marble, slate, granite, ceramic tile, travertine floors, stairs (refinishing) – Refinish as follows: Use a conventional (buffer) machine with a 3M blue cleaning pad and a trigger spray bottle with clean water to buff. Let floor dry. Follow with a dust mopping and 218 then a damp mopping. Let floor dry. Apply two (2) coats of floor finish. Be sure floor is thoroughly dry between coats. Within twenty-four (24) hours of last application of finish, burnish with a high-speed buffing machine (1,100 rpm). 2. Hardwood Floors and Carpeting a. Hardwood floors for gymnasiums, ballrooms or dance floors (dust mopping) – Use a dedicated dust mop on hardwood floors with “Super Hil-Tone Dust” mop treatment, manufactured by Hillard (or equivalent). The mop shall be treated per manufacturer’s instructions. b. Hardwood floor surfaces (wet mopping) – Use a dedicated wet mop with Hillard Super Shine All Cleaner (or equivalent; specific products required for Senior Center bamboo wood flooring and floor machine at Stager Gym). At the Gym mopping is done with a floor cleaning machine that uses a foam cleaner solution. Remove all scuff and surface marks. Follow directions on label. NOTE – DO NOT USE the same mop for damp mopping and for applying the finish! c. Carpet and mats (vacuum traffic areas) – These areas include main entries and all doors, elevator lobbies, elevators, areas where food is available, main corridors in buildings and open landscaped areas. Vacuum traffic areas. Move all chairs, trashcans and other easily removed items, and vacuum underneath. Hand wipe baseboards. d. Carpet and mats (vacuum all areas, including edges and corners) – Vacuum with an industrial- powered vacuum cleaner and inspect for spots. Remove spots, following the manufacturer’s recommendations completely, with an approved industrial-grade spot remover that leaves no visible residue. Report to the Public Works Superintendent, or his/her designee, all tears, burns, unraveling or other damage. Move all chairs, trash cans and other easily removed items and vacuum underneath. Hand wipe baseboards. e. Carpet spot cleaning and spot removal – Perform, as necessary. f. Graffiti (remove all marks and writing) – Remove from all interior surfaces (doors and walls). If unable to remove graffiti, call Public Works at 925-833-6630 and leave a message. Leave caller's name, location of the building, floor, and area where the graffiti is located. g. Walls, doors, and molding (spot clean) – On a regular basis, inspect all walls, doors and moldings; and remove any and all fingerprints, smudges, dirt or accumulations from these areas, as required. 3. Doors and Entrances a. Doors and entrances (clean and polish) – Clean and polish interior and exterior surfaces to a height of 8’, removing any and all fingerprints, smudges, dirt, cobwebs, insects, grease, oils or accumulations from these areas. On a regular basis, inspect all doors and entrances; and clean doors and entrances across the entire width of the entrance front, as required. 219 b. Drinking Fountains – Clean, disinfect and polish. c. Public Telephones (clean and disinfect) – Clean and disinfect all public telephones and enclosure walls. Remove all graffiti from phones and surrounding area. If unable to remove graffiti, contact Public Works at 925-833-6630 and give location and phone number. 4. Glass and Windows a. Glass and windows – On a regular basis, inspect all glass and frames and remove any and all fingerprints, smudges, dirt, cobwebs, insects, grease, oils or accumulations from these areas to a height of 8 feet, as required. When glass is part of an entrance area, clean across the entire width of the entrance front, if required. Clean picture glass and mirrors as needed to remove fingerprints, smudges, and any other dirt or material, to leave a clean appearance. 5. Dusting a. Dusting – Remove all accumulated dust, dirt, debris and cobwebs from all surfaces, corners, shelving crevices, office desks, bookcases, tables, partition tops, window ledges and baseboards. Use treated mops and cloths to help prevent the redistribution of same into the air. Desktops shall be dusted only if papers have been removed. b. Dusting (high dusting) – Remove all accumulated dust, dirt and debris from the surfaces, corners, crevices, light fixtures, partition tops, window ledges, door frames, jambs, and blinds. Use treated mops and cloths to help prevent the redistribution of same in the air. Blind slats shall be individually cleaned. Remove cobwebs inside rooms, corners and ceilings. Clean HVAC vents and ceiling tiles. c. Wastebaskets – Empty wastebaskets and replace liners. Empty recycling containers in individual offices and common areas. Material from recycling containers shall be kept separate from other trash and placed in appropriate bins. Remove all other boxes, cardboard and containers which are designated as “trash” and place in the designated dumpster. Break down all cardboard boxes before discarding in dumpster. Large recycling bins inside facilities (for example, in the Civic Center mail room and lunchroom) may be emptied by others; contractor should verify with the Facility Manager for each facility where trash and recyclable material is to be taken. d. Wastebasket/trash containers (wash and disinfect) – Clean and disinfect all wastebaskets and trash containers in all interior and exterior locations. e. Artificial Plants – Clean to remove dust and other debris 6. Elevators a. Elevator (clean and polish) – Remove all finger and handprints, grease, oils, smudges or marks. Polish interior walls, ceilings, and doors inside and outside. Vacuum carpet and elevator door tracks. Spot clean carpet or flooring, as necessary, to remove stains and odors. 7. Stairwells, Exterior and Interior 220 a. Staircases, balustrades, and railings (dust and wipe) – Dust and wipe all staircase areas, including all railings and areas around and underneath stairs. Vacuum carpeted areas, and spot clean carpet. b. Stairwells – Sweep, damp mop and spot clean. 8. Offices a. Wooden furniture (clean and polish) – Clean and polish all wooden furniture with approved polish. Do not disturb any paperwork on desks, tables and files. b. Formica and metal desks (clean all) – Clean all tables, stands, chairs, filing cabinets, locker tops and fronts. Do not disturb paperwork. c. Wood fixtures (polish) – Polish all wooden walls, doors, handrails and all accents. d. White boards and pen rails (clean) – Wash and clean (only if boards are erased). e. Fabric or carpeted wall coverings (dust and/or vacuum, spot clean) – With a soft brush, dust all fabric and/or carpeted walls to maintain a neat and clean appearance. Vacuum all areas where a traffic pattern is evident. Spot clean areas per manufacturer’s specifications for wall covering. Damp wipe vinyl. Cloth fabrics require chemical cleaner to remove spots. f. Light switches (clean and disinfect) – Use a damp cloth to remove all smudges, fingerprints and dirt. Apply disinfectant. g. Light fixtures (clean all) – Dust all with treated cloth. Vacuum and damp wipe, if necessary, to remove all accumulated dust and dirt. h. HVAC vents and diffusers (clean all) – Vacuum and clean with disinfectant. Vacuum adjacent ceiling tiles and areas. 9. Restrooms, Locker Rooms, Dressing Rooms and Showers a. Restrooms (clean, disinfect, restock supplies) – Clean and disinfect all urinals, toilets, partitions and plumbing. Damp mop floors with disinfectant. Clean and polish chrome and stainless fixtures. Clean, disinfect and deodorize interior and exterior of sanitary napkin depositories. Replace disposal bags and plastic trash liners. Clean mirrors to be streak-free. Install disinfectant in floor drains and deodorizers in urinals. Fill all dispensers (soap, toilet paper, seat covers, paper towels, sanitary supplies and deodorizers). Inspect lighting for satisfactory operation. Report to the Contract Administrator or his/her designee, all lights that are not working properly. b. Showers (clean, disinfect) – Clean and disinfect all walls, floors and curtains. Entire area shall be free of soap scum, fungi, hair, urine deposits and unpleasant odors. Floors and tiled areas shall be free of streaks and mildew. c. Locker rooms or dressing rooms - Install disinfectant in floor drains. Disinfect HVAC vents, and clean mirrors to be streak-free. Wax floors to maintain original appearance. 221 Vacuum all carpet areas and remove all stains. Clean and disinfect lockers inside and outside, if unlocked. Do not disturb personal belongings. 10. Kitchen or Coffee Bar Areas a. Kitchen/breakroom floors (degrease and disinfect) – Mop all kitchen floors with disinfectant. Refinish, if necessary, to maintain original appearance. b. Kitchen/breakroom/coffee bar sinks, counters and appliances (wash and disinfect) – Include all kitchen tabletops in area and generally clean up all stainless steel or laminate surfaces. c. Cabinets, sinks and appliances (degrease, disinfect and polish) – Specific to facilities with “working cooking kitchens.” Includes refrigerators, stoves, stove hoods, ovens, griddles, dishwashers, microwaves and all stainless steel. d. Kitchen Vent Hoods Over Stoves – Degrease, clean and polish. e. Kitchen Anti Fatigue Mats – Degrease, disinfect, rinse and dry. f. Kitchen Floor Drains – Degrease and clean the floor drains / catch basins in kitchen floor. 11. Special Areas a. Bleachers (clean all surfaces) – Clean all areas around and under bleachers. Damp mop bleacher seats. b. Jail area (clean and disinfect) – Clean and disinfect (when accessible) all walls, floors, ceilings and fixtures. c. Janitorial closets (clean and stock) – Clean, organize, stock and keep odor- free. If any chemicals are stored here, maintain a binder of all Material Safety Data Sheets (MSDS) and keep in each closet. d. Exercise rooms – Wipe down, clean, deodorize and disinfect all exercise apparatus and mats. Remove and replace mats in same locations to ensure proper fit. e. Personal computers – Dust with anti-static cloth. f. City refrigerators – Clean as specified for individual facilities. g. Venetian blinds – Dust and damp wipe blinds with a treated cloth to prevent redistribution of dust into the air. h. Vending machines – Clean vending machine surfaces and sweep or dust mop under the machines. i. Bleachers (sweep and pick up litter) – Sweep and pick up litter on, around and under bleachers. 222 12. Disinfecting Services a. High-touch areas – Wipe and disinfect front counters, breakrooms, kitchenettes, partitions & door locks, conference rooms, all entry doors, restroom counters, faucets & towel dispensers, stair rails. b. Electrostatic cleaning – Clean all surfaces using a 1,076 PPM (parts per million) for a 10-minute kill claim against COVID 19 emerging claims using an electro-static sprayer to apply the material. SECTION 3 – GENERAL PROVISIONS A. Liquidated Damages - When Contractor fails to perform, as specified, the services required in this agreement, the City will have been damaged by that lack of performance. Since it is difficult to define the amount of damage caused, Contractor shall agree to the following liquidated damages: 1. If trained personnel do not report to provide the services required by this Agreement, the City will incur damages; and liquidated damages of One Hundred Fifty and no/100 Dollars ($150.00) per occurrence will be deducted from payments due the Contractor. Contractor will be notified of the assessment of liquidated damages by telephone, electronic mail or FAX within twenty-four (24) hours of failure to report. 2. If Contractor fails to perform under the terms of this Agreement, the City will incur damage. Contractor will be notified by telephone or FAX within twenty-four (24) hours of the failure to perform, and performance shall be required within twenty-four (24) hours after receipt of such notice. If the performance failure is not corrected within twenty-four (24) hours of receipt of notice, the City will incur damages; and liquidated damages of One Hundred Fifty and no/100 Dollars ($150.00) per occurrence will be deducted from payments due the Contractor. 3. Liquidated damages of One Hundred Fifty and no/100 Dollars ($150.00) per occurrence will continue to be deducted from payments due the Contractor until the performance failure is remedied. B. Subcontracting - No portion of the services provided pursuant to this Agreement may be subcontracted or assigned without prior approval of the City of Dublin. Requests to subcontract all or any portion of services required by this Agreement shall be submitted to the City's Contract Administrator, or his/her designee, at least thirty (30) days in advance of the proposed effective date of the subcontract. Contractor shall include in this written request a detailed description of how the Contractor plans to oversee the services performed by the proposed subcontractor. Contractor shall be responsible for services provided by any subcontractor as if Contractor were providing the services with its own organization. Any subcontractor who will provide services inside the Police Facility shall have successfully passed a background check as described above prior to commencing work in that building. Contractor shall bear the expense of any subcontractor background checks. 223 C. Labor Strike - Contractor shall be responsible for its own labor relationships and shall negotiate and be responsible for resolving any and all disputes between itself and its employees or any union representing its employees. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying, will delay, or threatens to delay, the timely performance of services under this Agreement, Contractor shall immediately give written notice thereof to the City's Contract Administrator, or his/her designee. It shall be the Contractor’s responsibility to provide continuous services, without interruption, to all buildings and facilities specified herein throughout the term of the Agreement. In the event of a labor strike, Contractor shall provide the means, at Contractor’s cost, to provide continuous services in full compliance with Agreement requirements. Failure to do so will cause the City to take whatever action is necessary to provide the services. If, in doing so, City incurs costs in excess of those that would have been paid to the Contractor for the same services, these excessive costs shall be paid by the Contractor. D. Pricing - All rates and/or prices included in this Agreement are firm and not subject to escalation, except on an annual basis according to the Consumer Price Index as provided in the Agreement. Contractor represents and warrants that all rates and/or prices are at least as low as those currently being quoted by Contractor to commercial or government users for the same work of similar scope under similar circumstances. E. Terms of Payment - Payment shall be made within thirty (30) days from the date of receipt of invoice or acceptance of work, whichever occurs last. If City is entitled to a prompt payment discount, the period of computation shall commence on the date of receipt of invoice or acceptance of work by City, whichever occurs last. City shall endeavor to pay each invoice within thirty (30) days but shall not be responsible to Contractor for additional charges, interest or penalties due to failure to pay within that period. F. Warranty - Contractor warrants that the work performed under this Agreement complies with all specifications and that workmanship is free from defects. If any portion of the work has not been completely described in this Agreement, it shall comply with nationally recognized codes and established industry standards. Contractor agrees that the aforementioned warranties shall be in addition to any warranties provided by law or offered by Contractor. G. Extra or Additional Work - Contractor shall perform no extra or additional work or alter or deviate from the work specified in this Agreement unless agreed in writing by City in advance of performance of the work. Payment for extra or additional work shall be made on the basis of the hourly rate and, if applicable, minimum number of hours as set forth in Exhibit B. H. Force Majeure - Neither party to the Agreement shall be held responsible for delay or default caused by fire, riot, acts of God, and/or war which is beyond that party's reasonable control. City may terminate the Agreement upon written notice after determining such delay or default will reasonably prevent successful performance of the Agreement. 224 ATTACHMENT 1 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Civic Center, City Hall Wing, 100 Civic Plaza Estimated Building Size: 31,800 SF Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 5:00 PM to 5:00 AM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, terrazzo, or concrete floors, sweep and/or dust mop all floors 1a Carpet and mats - vacuum traffic areas, staircases, and workspaces 2c Carpet spot cleaning and removal - (as necessary) 2e Dusting - all tabletops, office desks, and filing cabinets, and other surfaces 5a Dusting - removal of accumulated dust 5a Graffiti - remove all marks and writing (general) Drinking fountains - clean, disinfect and polish 3b Telephones (all phones) - clean and disinfect 3c Wastebaskets - empty and reline 5c Elevators - clean and polish 6a Restrooms - clean, disinfect, and restock supplies 9a Kitchen breakroom floors - degrease and disinfect 10a Kitchen breakroom sinks & counters - degrease and disinfect 10b Coffee bar sinks and counters – degrease and disinfect 10b Disinfect high-touch areas (quote separately) 12a Weekly: Carpet and mats - vacuum all areas, including edges and corners 2d Broom sweep receiving/file room concrete floor 1a Clean and disinfect light switches 8f Wash white boards and pen rails (if erased) 8d Bi-Weekly: Clean tile grout Monthly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures - polish 8c Venetian blinds - wipe down and clean 11g Electrostatic cleaning (quote separately) 12b Quarterly: Vinyl and linoleum - strip completely and wax 1d Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Vending machines – clean machines and sweep/dust mop underneath 11h Artificial plants – Clean to remove dust and other debris 5e Semi-Annually: Strip and wax all hard surface floors: terrazzo, vinyl or linoleum 1d, 1g 225 ATTACHMENT 2 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Civic Center, Cultural Arts Center Wing, 100 Civic Plaza Estimated Building Size: 21,200 SF (includes auxiliary triple-wide trailer in gated parking lot) Cleaning Frequency: 6 days per week, Monday – Saturday Janitorial Cleaning Hours: 4:30 PM to 8:30 PM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors, sweep and/or dust mop all floors 1a Carpet and mats - vacuum traffic areas, staircases, & workspaces 2c Carpet spot cleaning and removal - (as necessary) 2g Dusting - all tabletops, office desks, filing cabinets, & other surfaces 5a Graffiti - remove all marks and writing 2h Drinking fountains - clean, disinfect and polish 3b Clean and disinfect telephones 3c Glass and windows (building entrances, lobby areas, etc.) 4a Dusting - removal of accumulated dust. 5a Wastebaskets - empty and reline 5d Elevators - clean and polish 6a Restrooms - clean, disinfect, and restock supplies 9a Showers and locker rooms - clean and disinfect 9b, c Kitchen breakroom floors - degrease and disinfect 11a Kitchen breakroom sinks - degrease and disinfect 11b Clean and disinfect high-touch areas (quote separately) 12a Weekly: Broom sweep sally port concrete floor when accessible 1b Carpet and mats - vacuum all areas, including edges and corners 2d Walls, doors, and molding - remove fingerprints, smudges, and dirt 2I Doors & entrances - clean and polish, remove fingerprints & smudges 3a Clean stair handrails 7a Wash white boards and pen rails (if erased) 8d Exercise rooms - clean and deodorize 11d Monthly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures - polish 8c Fabric or carpeted wall coverings - dust and/or vacuum, spot clean 8e Light switches - clean and disinfect 8f Janitorial closets – clean, organize, stock and keep order-free 11c Venetian blinds - wipe-down and clean 11g Vending machines – clean machines and sweep/dust mop underneath 11h City refrigerators – break room only 11f Electrostatic cleaning (quote separately) 12b Quarterly: Vinyl and linoleum - strip completely and wax 1d Stone, marble, slate, granite, ceramic tile, travertine floors, stairs 1g Wastebasket/trash containers - wash and disinfect 5e Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Personal computers - clean with anti-static cleaner 11e 226 ATTACHMENT 3 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Library, 200 Civic Plaza Estimated Building Size: 38,215 SF (entire Library) Cleaning Frequency: 6 days per week, Monday – Sunday (except Fridays) Janitorial Cleaning Hours: 11:00 PM to 5:00 AM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors (sweep and/or dust mop all floors) 1a Stone, marble, ceramic, slate (sweep) 1e Carpet and mats (vacuum traffic areas) 2c Carpet spot cleaning and spot removal 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) 3c Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Kitchen/coffee bar sinks (clean and disinfect) 10b Weekly: Vinyl, linoleum, or concrete floors (damp/wet mop) 1b Stone, marble, ceramic, slate (damp/wet mop) 1f Carpets and mats (vacuum all areas, including edges and corners 2d Walls, doors, and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Whiteboards and pen rails (clean, if erased) 8d Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures – polish 8c Light switches - clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Kitchen vent hoods over microwaves – degrease, clean & polish 10d Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Stone, marble, granite, ceramic tile floors (strip and seal) 1g Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Personal computers - clean with anti-static cleaner 11e Venetian blinds (dust and damp wipe) 11g Semi-Annually: Vinyl and linoleum - strip completely and wax 1d City refrigerator in office area (clean and disinfect) 1f Annually: Stone, marble, granite, ceramic tile floors (refinishing) 1h 227 ATTACHMENT 4 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Senior Center, 7600 Amador Valley Boulevard Estimated Building Size: 15,500 SF Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 10:30 PM to 5:00 AM; Weekends as needed following special events FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors (sweep and/or dust mop all floors) 1a Stone, marble, ceramic, slate (sweep) 1e Hardwood floor in ballroom (sweep and dust mop on Tue/Thu) 2a Hardwood floor in ballroom (sweep and damp mop on Mon/Wed/Fri) 2b Carpet and mats (vacuum traffic areas) 2c Carpet spot cleaning and spot removal 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) 3c Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Kitchen quarry tile floors (remove mats, degrease, disinfect, replace mats) 10a Kitchen/coffee bar sinks (clean and disinfect) 10b Clean and disinfect high-touch areas (quote separately) 12a Weekly: Vinyl, linoleum or concrete floors (damp/wet mop) 1b Stone, marble, ceramic, slate (damp/wet mop) 1f Carpets and mats (vacuum all areas, including edges and corners) 2d Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Whiteboards and pen rails (clean, if erased) 8d Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c Kitchen Anti-Fatigue Mats (degrease and disinfect) (Fridays) 10e Kitchen Floor Drains (degrease and clean) (Fridays) 10f Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures – polish 8c Light switches - clean and disinfect 8f Janitorial closets – clean, organize, stock, and keep odor-free 11c Kitchen vent hoods over stoves – degrease, clean and polish 10d Electrostatic cleaning (quote separately) 12b Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Stone, marble, granite, ceramic tile floors (strip and seal) 1g Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Personal computers - clean with anti-static cleaner 11e Venetian blinds (dust and damp wipe) 11g Artificial Plants - clean to remove dust 5e Semi-Annually: Vinyl and linoleum - strip completely and wax 1d City refrigerator in office area (clean and disinfect) 1f Annually: Stone, marble, granite, ceramic tile floors (refinishing) 1h 228 ATTACHMENT 5 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Wave Aquatic Center Estimated Building Size: 3,000 SF Cleaning Frequency: January – December, 7-days per week Janitorial Cleaning Hours: 5:00 PM to 5:00 AM PLEASE NOTE: PEAK SEASON is from Memorial Day through Labor Day, where more attention to all areas is required. FREQUENCY TASK See Section 2 “Required Services” Daily: Interior floors (sweep and/or dust mop all floors) 1a Tile hallway area (scrub machine and disinfect) * 1f Interior flooring in lobbies/office (damp/wet mop, disinfect, vacuum, move furniture 1i Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) 3c Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, scrub machine, restock) * 9a Showers (clean, scrub machine, clear drain strainers and disinfect) * 9b Locker rooms and dressing rooms (clean, disinfect, scrub machine) * 9c Clean and disinfect high-touch areas (quote separately) 12a *Use machine provided by City – Clean Advance Machine and/or Karcher B60 Battery Scrubber (Staff also expected to maintain and clean the machines after every use) Weekly: Walls, doors, and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c City refrigerators (clean as specified) 11f Formica and metal desks - clean all 8b Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Wood fixtures – polish 8c Light switches - clean and disinfect 8f Janitorial closets - clean organize, stock and keep odor-free 11c Complete and thorough machine scrub all hard floor surfaces 1f Electrostatic cleaning (quote separately) 12b Quarterly: Wastebasket/trash containers - wash and disinfect 5d (3x per year) Personal computers - clean with anti-static cleaner 11e Venetian blinds (dust and damp wipe) 11g 229 ATTACHMENT 6 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Heritage Center, 6600 Donlon Way Estimated Building Size: School House – 2,900 SF, Church – 1,550 SF Cleaning Frequency: School House – 3 days per week (Wed/Fri/Sun); Church – 1 day per week (Wed) Janitorial Cleaning Hours: 9:00 PM to 5:00 AM Please note: Due to nature and historical value of the Heritage Center, all cleaning products must receive approval from Museum Director prior to use. FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors (sweep and/or dust mop all floors) 1a Hardwood floors (sweep and dust mop) 2a Carpet and mats (vacuum traffic areas) 2c Carpet spot cleaning and spot removal 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Weekly: Vinyl, linoleum or concrete floors (damp/wet mop) 1b Hardwood floors (sweep and damp mop) 2b Carpets and mats (vacuum all areas, including edges and corners) 2d Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Monthly: Dusting - high dusting 5b Formica and metal desks – clean all 8b Light switches - clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers – clean all 8h Personal computers - clean with anti-static cleaner 11e Venetian blinds (dust and damp wipe) 11g Semi- Annually: Vinyl and linoleum - strip completely and wax 1d 230 ATTACHMENT 7 (Page 1 of 2) City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Heritage Park and Museum, 11285 Dublin Boulevard Estimated Building Size: See below Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 5:00 PM to 12:00 AM Please note: Due to nature and historical value of the Heritage Center, all cleaning products must receive approval from Museum Director prior to use. Sunday School Barn: 1327 SF FREQUENCY TASK See Section 2 “Required Services” Daily: Wood floor – sweep Wastebasket – empty and replace liner 2a 5c Weekly: Walls, doors, moldings – spot clean as needed Glass and windows – remove fingerprints, smudges, dirt Doors – clean and polish Dusting – dust windowsills and furniture 2g 4a 3a 5a/5b Monthly: Dusting – high dusting 5b Light switches – clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 2a/2b Vinyl and linoleum – clean and wax floors - traffic areas 5d Quarterly: Light fixtures and fans – clean 8g HVAC vents – clean 8h Restrooms: 289 sq. ft. FREQUENCY TASK See Section 2 “Required Services” Daily: Floor – sweep and mop Toilets – clean and disinfect Doors – clean and polish Wastebasket – empty and replace liner 1a/1b 9a 3a 5c Weekly: Walls, doors, moldings – spot clean Glass and windows – remove fingerprints, smudges, dirt Dusting – dust windowsills and furniture 2g 4a 5a/5b Monthly: Dusting – high dusting 5b Light switches – clean 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Wastebasket/trash containers – clean and disinfect 5d Quarterly: Light fixtures and fans – clean 8g HVAC vents – clean 8h 231 ATTACHMENT 7 (Page 2 of 2) City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Ceramics/Art Studio: 330 sq. ft. FREQUENCY TASK See Section 2 “Required Services” Daily: Dusting (dust windowsills and furniture) Wastebasket (empty and replace liner) Floor - sweep and mop 5a/5b 5c 1a/1b Weekly: Walls, doors, moldings (spot clean) Glass and windows (remove fingerprints, smudges, dirt) Doors (clean and polish) Dusting – high dusting 2g 4a 3a 5b Monthly: Light switches – clean 8f Quarterly: Wastebasket/trash containers – clean and disinfect Light fixtures – clean HVAC vents – clean all 5d 8g 8h Kolb House: 2304 sq. ft. FREQUENCY TASK See Section 2 “Required Services” Weekly: Bathroom and Kitchen Floor – sweep and damp mop Bathroom fixtures – clean and disinfect Kitchen counters – wipe with light solution Wastebaskets – empty and replace liner Back Porch – sweep and clean Public Room – vacuum carpeted areas, spot clean Halls – vacuum carpeted areas, spot clean Stairs – vacuum carpeted areas, spot clean 1a/1b 9a 10b 5c 1e 7a 7a 7a Walls, doors, moldings – spot clean Glass and windows – remove fingerprints, smudges, dirt Dusting – dust windowsills and furniture Doors – clean 2g 4a 5a/5b 3a Monthly: Dusting – high dusting 5b Light switches – clean and disinfect 8f Janitorial closets – clean, organize, stock and keep odor-free 11c Quarterly: Wastebasket/trash containers – clean and disinfect Light fixtures and fans – clean 5d 8g HVAC vents – clean 8h 232 ATTACHMENT 8 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Shannon Community Center, 11600 Shannon Avenue Estimated Building Size: 18,250 SF Cleaning Frequency: 5 days per week, Monday – Friday Janitorial Cleaning Hours: 10:00 PM to 5:00 AM; Weekends as needed following special events FREQUENCY TASK See Section 2 “Required Services” Daily Sweep and/or dust mop all hard surface floors 2a Vacuum all carpet area 2d Spot clean carpet areas 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephones (clean and disinfect) 3c Dust all surfaces 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, and restock) 9a Kitchen/coffee bar sinks (clean and disinfect) 10b Kitchen floor – remove mats, degrease, disinfect, replace mats 10a Clean and disinfect high-touch areas (quote separately) 12a Weekly Damp mop all hard surface floors 2b Vacuum all carpeted areas including the edges 2d Spot wash all walls, doors, and moldings 2g Remove fingerprints and smudges from glass and windows 4a Wash whiteboards and pen rails (if erased) 8d Cabinets, sinks and appliances (degrease, disinfect and polish) 10c Wash Anti-Fatigue mats (degrease and disinfect) 10e Kitchen floor drains (degrease and clean) 10f Glass and windows – remove fingerprints, smudges, dirt 4a Monthly: Dusting (high dusting) 5b Wooden furniture (clean and polish) 8a Wooden fixtures (polish) 8c Light switches (clean and disinfect) 8f Janitorial closets (clean, organize, stock and deep odor free) 11c Kitchen vent hoods over stoves (degrease, clean and polish) 10d Electrostatic cleaning (quote separately) 12b Quarterly: Vinyl and linoleum (clean and refinish floors, traffic areas) 1d Semi-Annually: Vinyl and linoleum - strip completely and wax 1d Annually: Stone, marble, granite, ceramic tile floors (refinishing) 1h 233 ATTACHMENT 9 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Corporation Yard, 5709 Scarlett Court Estimated Building Size: 3,500 SF (office space only) Cleaning Frequency: 3 days per week, Monday, Wednesday, Friday Janitorial Cleaning Hours: 5:00 PM to 5:00 AM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors – sweep and/or dust mop all floors 1a Carpet and mats – vacuum traffic areas and offices 2c Carpet spot cleaning and removal – as necessary 2g Graffiti – remove all marks and writing 2h Glass and windows – remove fingerprints, smudges, dirt 4a Dusting – removal of accumulated dust 5a Wastebaskets – empty and reline 5c Restrooms – clean, disinfect, and restock supplies 9a,b Clean and disinfect high-touch areas (quote separately) 12a Weekly: Carpet and mats – vacuum all areas, including edges and corners 2d Walls, doors and molding – remove fingerprints, smudges and dirt 2I Doors & entrances – clean and polish, remove fingerprints & smudges 3a Dusting – all tabletops, office desks, and filing cabinets 5a White boards and pen rails – wash clean, if erased 8d Monthly: Dusting – high dusting 5b Wooden furniture – clean and polish 8a Formica and metal desks – clean all 8b Wood fixtures – polish 8c Fabric or carpeted wall coverings- dust and/or vacuum, spot clean 8e Light switches – clean and disinfect 8f Electrostatic cleaning (quote separately) 12b Quarterly: Vinyl and linoleum – clean and wax floors 1c Wastebasket/trash containers – wash and disinfect 5d Light fixtures – clean all 8g HVAC vents and diffusers – clean all 8h Personal computers – clean 12h Semi-Annually: Glass and windows, interior and exterior – all areas 4b 234 ATTACHMENT 10 City of Dublin Scope of Services – Frequency and Task Chart – Standard Service Levels Location: Public Safety Complex, 6363 Clark Avenue Estimated Building Size: 3,500 SF (office space only) Cleaning Frequency: 6 days per week, Monday - Saturday Janitorial Cleaning Hours: 4:30 PM to 8:30 PM FREQUENCY TASK See Section 2 “Required Services” Daily: Vinyl, linoleum, or concrete floors – sweep and/or dust mop all floors 1a Carpet and mats – vacuum traffic areas and offices 2c Carpet spot cleaning and removal – as necessary 2g Graffiti – remove all marks and writing 2h Glass and windows – remove fingerprints, smudges, dirt 4a Dusting – removal of accumulated dust 5a Wastebaskets – empty and reline 5c Restrooms – clean, disinfect, and restock supplies 9a,b Clean and disinfect high-touch areas (quote separately) 12a Weekly: Carpet and mats – vacuum all areas, including edges and corners 2d Walls, doors and molding – remove fingerprints, smudges and dirt 2I Doors & entrances – clean and polish, remove fingerprints & smudges 3a Dusting – all tabletops, office desks, and filing cabinets 5a White boards and pen rails – wash clean, if erased 8d Monthly: Dusting – high dusting 5b Wooden furniture – clean and polish 8a Formica and metal desks – clean all 8b Wood fixtures – polish 8c Fabric or carpeted wall coverings- dust and/or vacuum, spot clean 8e Light switches – clean and disinfect 8f Electrostatic cleaning (quote separately) 12b Quarterly: Vinyl and linoleum – clean and wax floors 1c . Wastebasket/trash containers – wash and disinfect 5d Light fixtures – clean all 8g HVAC vents and diffusers – clean all 8h Personal computers – clean 12h Semi-Annually: Glass and windows, interior and exterior – all areas 4b 235 ATTACHMENT C JANITORIAL SERVICES - COST PROPOSAL City Facilities Monthly Rate Annual Cost City Hall Wing, Civic Center, 100 Civic Plaza, including portable building located in Cultural Arts Center parking lot, 5-days per week service, Monday-Friday Cultural Arts Center Wing, Civic Center, 100 Civic Plaza, 5-days per week service, Monday-Saturday Library, 200 Civic Plaza (Community Room, Lobby, Main Restrooms, City Staff Offices), 6-days per week service, Monday-Sunday, except Friday Shannon Community Center, 11600 Shannon Avenue, 5-days per week service, Monday-Friday Senior Center, 7600 Amador Valley Blvd., 5-days per week service, Monday-Friday Heritage Center, 6600 Donlon Way, including Murray Schoolhouse and St. Raymond’s Church, 3-days per week service (Murray Schoolhouse) 1-day per week service (St. Raymond’s Church) Dublin Heritage Park and Museum, 11285 Dublin Blvd., 5-days per week service, Monday-Friday The Wave Aquatic Center, 4201 Central Pkwy 7-days per week service Corporation Yard, 5709 Scarlett Court, 3-days per week service, Mon, Wed, Friday Public Safety Complex (Police Services), 6361 Clark Ave, 6-days per week service, Monday-Saturday TOTAL ANNUAL COST: Monthly Cost Annual Cost Daily Cleaning and disinfecting of high-touch areas at various City Facilities 5-days per week service, Monday-Friday Electrostatic Cleaning at various City Facilities Monthly TOTAL ANNUAL COST: Camp Parks Reserve Forces Training Area Monthly Cost Annual Cost Office and training areas (Approximately 125,000 sf) Tile floor maintenance TOTAL ANNUAL COST: Extra Work: Rate for scheduled extra work at $__________ per hour for a minimum of _________ hours for special events. Submitted by: Print Name Company Signature Date 236 JANITORIAL SUPPLIES - COST PROPOSAL CITY FACILITIES Estimated Quantity Case Quantity Product/Description Per Case Price 125 cs Toilet Tissue, 2-ply, 500 sheets/roll ________ ________ 325 cs Multifold Towels, bleached ________ ________ 60 cs 40" x 48" or 40" x 46" Trash Liners, _________ ________ 1.8 mil or better 70 cs 33” x 39” Trash Liners, _________ ________ 1.8 mil or better 50 cs 24” x 23” Trash Liners (wastebasket liners) _________ ________ 0.4 mil or better 30 cs 40” X 46” Clear Trash Liners _________ ________ 1.7 mil or better 30 cs 33” x39” Clear Trash Liners _________ ________ 1.2 mil or better 30 cs 24” x 23” Clear Trash Liners _________ ________ .35 mil or better 40 cs Toilet Seat Protectors _________ ________ 100 cs Foam Hand Soap (based on 6 gal./case) __________ ________ 10 cs Sanitary Napkin Receptacle Liners __________ ________ Approx. 7½” x 3-3/4” x 10 ½” Additional Charges: Fuel Surcharge: Yes / No – $ Delivery Charges: Yes / No - $ Additional Comments: Submitted by: Name Company Signature Date 237 JANITORIAL SUPPLIES - COST PROPOSAL CAMP PARKS FACILITIES Estimated Quantity Case Quantity Product/Description Per Case Price 125 cs Toilet Tissue, 2-ply, 500 sheets/roll ________ ________ 325 cs Multifold Towels, bleached ________ ________ 60 cs 40" x 48" or 40" x 46" Trash Liners, _________ ________ 1.8 mil or better 70 cs 33” x 39” Trash Liners, _________ ________ 1.8 mil or better 50 cs 24” x 23” Trash Liners (wastebasket liners) _________ ________ 0.4 mil or better 30 cs 40” X 46” Clear Trash Liners _________ ________ 1.7 mil or better 30 cs 33” x39” Clear Trash Liners _________ ________ 1.2 mil or better 30 cs 24” x 23” Clear Trash Liners _________ ________ .35 mil or better 40 cs Toilet Seat Protectors _________ ________ 100 cs Foam Hand Soap (based on 6 gal./case) __________ ________ 10 cs Sanitary Napkin Receptacle Liners __________ ________ Approx. 7½” x 3-3/4” x 10 ½” Additional Charges: Fuel Surcharge: Yes / No – $ Delivery Charges: Yes / No - $ Additional Comments: Submitted by: Name Company Signature Date 238 POSTED ON: February 24, 2021 ADDENDUM 1 TO RFP JANITORIAL SERVICES & SUPPLIES 1. The Schedule for RFP Process has been amended as follows: Friday, February 19 Request for Proposals posted to City website and emailed to Interested Parties* Friday, February 26 Mandatory Facility Tour is scheduled for Friday, February 26, 2021 at 9am for City facilities. Tours of Camp Parks facilities will be divided into 2 groups; Group A tour will begin at 9am on Tuesday, March 2, 2021. Group B tour will begin at 10 am on Wednesday, March 3, 2021. Please contact Laura Borjon via email at Laura.Borjon@dublin.ca.gov to confirm your attendance for the tour by noon on Thursday, February 25, 2021. Friday, March 5 Deadline to submit questions to City of Dublin Wednesday, March 10 Addendum posted, if required Monday, March 15 Proposals are due no later than 4:00 PM Tuesday, April 6 Contract Services Agreement scheduled for approval by the Dublin City Council. (Tentative dates, subject to change) *Contractors are encouraged to sign up on the City’s website for updates on addendums, notifications, and for all future contracting opportunities: https://www.cityofdublin.gov/bids 239 POSTED ON: March 1, 2021 ADDENDUM 2 TO RFP JANITORIAL SERVICES & SUPPLIES The attached is the Scope of Work for Camp Parks Reserve Forces Training Area (RFTA) 240 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement PWS) and Technical Exhibits 1.0 General Information. 1.1 Overview. The IGSA service provider shall provide Custodial Services on Camp Parks Reserve Forces Training Area (PRFTA). The work and frequency are defined in the Work Capability Levels table located in paragraph 3. 0 and as further noted in the Technical Exhibits (TE). These works include, but are not limited to, the following: cleaning restrooms and kitchens; removing trash and emptying recycle bins; cleaning windows, highchairs, cribs, playpens, and food service areas; vacuuming and spot cleaning carpet, sweeping and mopping floors, and buffing; dusting and scrubbing walls; cleaning upholstered furniture; and other associated work as coordinated by the Camp Parks IGSA TR with City of Dublin counterpart. 2.0 Description of Services. 2.1 Scope. The Custodial Services Provider shall provide all management, tools, equipment, and labor necessary to ensure that custodial services are performed. The Contractor shall accomplish all cleaning tasks in accordance with (IAW) the Work Capability Levels table, located in paragraph 3. 0, in order to meet the requirements of this PWS. The three (3) levels of custodial service include the following: a. Enhanced Service b. Standard Service (Based upon the estimate) c. Basic Service Child care and youth services facilities shall receive Enhanced Service. Fitness centers shall receive Standard Service. For all installation level support facilities that do not fall into Enhanced or Standard Service, they shall be considered Basic Service. The offices, classrooms, and latrines located within warehouses shall receive Basic Service. Buildings requiring service and estimated square footages are established in TE 1. Facility drawings of areas cleaned will be provided as needed. The Contractor shall perform custodial services IAW all applicable laws, regulations, Army standards, instructions, and commercial practices. The Custodial Services Provider shall display the appropriate caution signs when cleaning floors or any other surface that might pose a risk to injury for any personnel that are present. The contractor shall use environmentally favorable products and provide a list of cleaning products in use, upon request. Coordinate with the IGSA-TR to have Occupational Safety and Health Administration compliant safety data sheet on hand for cleaning products used. 2.2 Special Event Cleaning. The Contractor shall provide Custodial Services for special events, which shall be outside of the established frequencies for custodial services as Camp Parks IGSA TR with City of Dublin counterpart. These events include, but are not limited to, VIP visits, summer camps, and Inspector General (IG) Team visits. The Camp Parks IGSA TR will notify the City of Dublin counterpart of the requirements as soon as it is known, but not less than seventy-two (72) hours prior to the event. The Custodial 241 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement PWS) and Technical Exhibits Services Provider shall complete all cleaning tasks not less than four (4) hours prior to each event. 2.3 Facility Cleanings. The Custodial Services Provider shall clean accessible floor surfaces. The Custodial Services Provider shall not move chairs, trash receptacles, or other easily moveable items to maintain floors underneath these items. Grout on wall and floor tiles shall be free of dirt, scum, mildew, and residue. 2.4 Hard Floors. (Vinyl, Ceramic, Wood, Concrete, etc.) The Custodial Services Provider shall accomplish cleaning by the most appropriate method (vacuum, sweep, mop, spot clean, etc.) and with cleaning solutions, if applicable, for the specific floor type. The Contractor shall not move chairs, trash receptacles, or other easily moveable items to maintain floors underneath these items. Hard floors shall be cleaned, scrubbed, sealed, polished, waxed, and stripped as required. After cleaning floor surfaces, to include grout, the Contractor shall ensure hard floors have a uniform, clean appearance without streaks, swirl marks, detergent residue, or any evidence of soil, stain, film, or standing water. Baseboards and corners shall also be clean. 2.4.1 Spray and Buff. The Custodial Services Provider shall spray and buff all floors receiving floor maintenance. 2.4.2 Stripping/Finishing. The Custodial Services Provider shall strip, scrub, seal, and wax floors as necessary to maintain a uniform glossy appearance. The Custodial Services Provider shall ensure the wax is non-skid as coordinated by Camp Parks IGSA TR with City of Dublin counterpart. The Custodial Services Provider shall not move chairs, trash receptacles, or other easily moveable items to maintain floors underneath these items. The Custodial Services Provider shall remove all stripping solution, sealant, and waxy residue from floor drains immediately upon completion of service. 2.5 Carpeted Floors. The Custodial Services Provider shall ensure the carpets are maintained free of soil, dirt, debris, litter, and other foreign matter by effective routine vacuuming. The Custodial Services Provider shall not move chairs, trash receptacles, or other easily moveable items to maintain floors underneath these items. The Custodial Services Provider shall vacuum carpeted floors and rugs with an industrial -type vacuum cleaner that has been certified with a GOLD rating by the Carpet and Rug Institute http://www.carpet-rug.org). 2.5.1 Removable (Area and Throw) Rugs. The Custodial Services Provider shall ensure area and throw rugs receive the same service as annotated above. 2.5.2 Annual Carpet Cleaning and Shampooing. The Custodial Services Provider shall clean carpets using an extractor approved by the Carpet and Rug Institute http://www.carpet-rug.org) with a GOLD rating. The Custodial Services Provider shall not move chairs, trash receptacles, or other easily moveable items to maintain floors underneath these items. A commercial truck -mount Steam Extraction Method shall be used IAW standard commercial practice. The Custodial Services Provider shall use a 242 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement PWS) and Technical Exhibits portable unit for use in upper floors or areas where it is not feasible to use a truck -mount system with coordination thru Camp Parks IGSA TR with City of Dublin counterpart. A heavy-duty spot remover, approved by the Carpet and Rug Institutes with a GOLD rating, may be required in heavily soiled areas. Stains which are not easily removed by normal cleaning processes shall be treated using an alternate method. 2.5.3 Spot Cleaning Floors and Carpets. The Custodial Services Provider shall spot clean floor surfaces to remove spots two (2) square feet or less. Areas that are embedded to the point of non -removal and have been treated during two (2) consecutive cleanings and resists removal shall be annotated to the Camp Parks IGSA TR and City of Dublin counterpart for resolution. 2.6 Floor (Walk -Off) Mats. The Custodial Services Provider shall vacuum and clean interior floor mats. Floor mats shall be free of all visible lint, litter, debris, soil and other foreign matter. Soil and moisture underneath mats shall be removed and mats returned to their normal location. Area and throw rugs shall receive the same service. 2.7 Stairways/Elevators/Handicap Lifts. The Custodial Services Provider shall clean all floor surfaces IAW the non -carpeted and carpeted requirements as appropriate. Stair guards, handrails, wall caps, and baseboards shall be free from grease and grime. The Contractor shall remove all marks, dirt, smudges, scuffs, and other foreign matter from adjoining stairwell walls, up to seventy-two (72) inches height from stair tread level, to provide or maintain a clean, uniform appearance. 2.8 Trash Collection and Removal. The Custodial Services Provider shall collect and dispose of all trash from all waste receptacles, to include wastebaskets and other trash containers (exterior waste baskets, trash receptacles, and smoking urns are included in the scope of trash removal). The Custodial Services Provider shall remove any trash boxes or debris stacked near the waste receptacles. The Custodial Services Provider shall replace plastic trash bags and can liners as needed. 2.8.1 Recycle Collection and Removal. The Custodial Services Provider shall collect, pickup, and dispose of all recycle paper from the appropriate recycle bins located at each office. The Custodial Services Provider shall dispose of the collected paper to the nearest recycle dumpster located outside at each building. 2.9 Restrooms/Toilet Areas/Locker Rooms. 2.9.1 Clean and Disinfect. All surfaces of sinks, toilets, urinals, lavatories, showers, shower mats, dispensers, plumbing fixtures, drinking fountains, saunas, partitions, dispensers, doors, walls, partitions, stalls, stall doors, entry doors (including handle, kick plates, ventilation grates, metal guards), walls, and other such surfaces shall be cleaned and disinfected using a germicidal agent and free from water and scale deposits, soil, streaks, and other removable matter. Restrooms shall be left with a clean or odorless scent. Showers, toilets, and urinals shall be free of spots, water spots, scale buildup, soap scum, odors, and any other deposits. Mirrors shall be clean and have no streaks or 243 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement PWS) and Technical Exhibits other removable matter. Partitions shall be smudge, stain free. Vents (within seventy- two (72) inches of the floor) shall be clean. Walls and grout shall be free of all firm, spots, and detergent buildup. 2.9.2 Custodial Services Provider Log. The Custodial Services Provider shall keep a detailed log of work accomplished in each restroom receiving custodial work. The log shall include relevant custodial practices and the dates of the service after completed. The Custodial Services Provider shall submit this log to the Camp Parks IGSA TR along with the completed project work list not later than the 25th day of each month. 2.9.3 Floor Care. The Custodial Services Provider shall maintain all floor surfaces IAW original equipment manufacturer instructions and commercial practices. 2.9.4 Supplies Restockage. The Custodial Services Provider shall ensure restrooms are stocked sufficiently with provided supplies including toilet tissue, paper towels, and hand soap. The Custodial Services Provider shall store supplies in designated areas. The Custodial Services Provider shall sufficiently stock quantities to ensure supplies do not run out before the next service date. If supplies run out prior to the next service date, the Custodial Services Provider shall refill within two (2) hours of notification and without additional cost to the Government. The Contractor shall only purchase and furnish items approved by the Camp Parks IGSA TR prior to use. The contractor will be provided custodial space at or near vicinities for stock purposes. 2.9.4.1 Resupplying Dispensers. The Custodial Services Provider shall resupply all toilet tissue dispensers, towel dispensers, soap dispensers, toilet seat cover dispensers, and sanitary napkin dispensers. 2.9.5 Trash Removal. Trash containers in restrooms and locker rooms shall be emptied, trash disposed, and containers returned to their original locations. Trash receptacles shall be left clean, free of foreign matter, and free of odors. The Custodial Services Provider shall replace soiled, worn, or torn plastic trash can liners. The collection of recycled refuse paper, plastic, glass, etc.) shall be IAW local policies, laws, and regulations. 2.10 Drinking Fountains. The Custodial Services Provider shall clean all facility drinking fountains, typically located near or in the vicinity of restrooms. The Custodial Services Provider shall clean and disinfect porcelain, polished metal surfaces (including the orifices and drain), and exterior surfaces of fountains. Drinking fountains shall be free of streaks, stains, spots, smudges, scale, and other obvious soil. The Custodial Services Provider shall not use abrasives or toilet bowl cleaners to clean drinking fountains. 2.11 Dusting. Regular dusting includes surfaces within six (6) feet of the floor and shall be free of dust, lint, cobwebs, and litter. High dusting includes surfaces above approximately six (6) feet up to ten (10) feet. Surfaces could include items such as tables, shelves, bookcases, storage lockers, window sills, hand rails, pictures, clocks, window blinds, ceiling fans, etc. 244 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement PWS) and Technical Exhibits 2.11.1 Light Dusting, Low (under six (6) feet). The Custodial Services Provider shall dust all furniture, equipment, Venetian blinds, and all horizontal surfaces from the floor level to a minimum height of approximately six (6) feet above the top of the floor surface. The Custodial Services Provider shall not move personal items. 2.11.2 Heavy Dusting, Low (over six (6) feet). The Custodial Services Provider shall dust using a dust removing agent. The Contractor shall dust all visible surfaces to include cabinets, millwork, tops of low walls, window frames, drapes, and equipment to include vending machines and other materials. 2.14 Child, Youth and School Services (CYS). Currently N/A Areas occupied by children. Chemical air fresheners are not permitted. Cleaning products for use in the CYS facilities shall be approved by local preventative medicine manager. 245 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement (PWS) and Technical Exhibits 3.0 Work Capability Levels. Facility Category Codes to be excluded from these custodial services: 141XX, 17XXX, 722XX, 724XX, and 721xX (Except 72112, WTU UPH) facilities. Custodial services for facilities in the frequency chart (as shown in the columns below) are not provided to facilities assigned to military units below the Brigade level. Garrison Commanders have the discretion to alter these standards to a higher level when supported as reimbursable. Administrative space within U.S. Army Reserve unit facilities with Category Code 17140 is considered non -reimbursable for Custodial Services. US Army Reserve receives equal IMCOM installation BASOPS Service as all Army tenants. USARC will receive custodial services regardless of the unit level and will receive the same level of support as other authorized buildings on the installation. Any service beyond the Garrison's basic service will be provided on a reimbursable basis. To receive custodial services, the building must have the correct CATCODE. Training building under CATCODE (17xxx) such as Simulations Center (CATCODE 17213) and Simulator Building (motion based) (CATCODE 17210) with administrative offices will be treated the same as Installation Admin on non -reimbursable basis. Services for Warriors in Transition unaccompanied personnel housing will be funded and executed in full compliance with OACSIM policy memorandum, "Unaccompanied Personnel Housing for Warriors in Transition (W )" dtd 14 Oct 09, ref (b) custodial services for WTs residing in WT UPH facilities. CAPABILITY 1 CAPABILITY 2 CAPABILITY 3 TASK Enhanced Service Pricing Standard Service Pricing Basic Service Pricing Standard Service Pricing Basic Service Pricing Basic Service Pricing Clean/SupplyClean/Supply Kitchens & Breakrooms D D D AIR AIR N/A Remove Trash in Kitchens & Breakrooms D D D D pS 2W Clean/ Supply Restroons D D D D. D 2W Disinfect Toilets/UrinalstA D D D D S D 2W Remove Trash in Restrooms D D D D S D 2W S Clean Drinkino Fountains D D D D D 1W Remove Trash D D D 2W 2W 1W Remove Recycle 1W 1W I 1w 1W 1W Vacuum Cleaning D S D D 1W 1W 1w Carpet Cleaning 1Y 1Y 1 1Y tY 1Y S Spot Clean AIR A R A/R AIR AIR AIR Sweep Floors D D D D D 1W Wet Mop D D D D S D 1 W D Buff orS ra /Buff 1M 1M 1M 1M S 1M 4Y S Std in Finishin Tile 2Y 1 $ 2Y 2Y I 1Y 1Y 1Y Regular Dustin D D D 2Y 2Y 2Y High Dusting 1W 1W 3 1W 1Y 1Y 1Y Clean Furniture _ 4Y 4Y 4Y 2Y 2Y S 1Y S Wash Interior Glass D D D AIR AIR AIR Wash Exterior Glass 4Y 4Y g 4Y AIR AIR AIR Clean Window Treatments 4Y g 4Y 4Y A/R A/R AIR S H chelt5;- lr,'Playpens Food Service Areas Dzao D. g Applicable for CRCs and Youth Services Facilities ONLY Clean Doors, Doorframes Da Saab Walls, Woodwork t W Dust Ledges, Window Sills 1 W s,ea Clean Upholstered Furniture 2Y °• I $ Total Price Total Price Total Price Total Price Total Price Total Price Lapland: ArR - As Required/Requested D - Daily 1Y — 1 Time a Year 1 W - Once a Week 2Y - 2 Times a Year 2W - Twice a Week 4Y - 4 Times a Year 3W- Times aweek 5Y-5 Times a Year 1 M - Once a Month 6Y - 6 Times a Year 2M - Twice a Month BO - Applicable only to Child & Youth Services facilities BP - Applicable only to Child & Youth Services facilities - for all other facilities; see "Clean/Supply Kitchens & Restrooms SO - Covered under "Spot Cleaning" for all facilities except Child & Youth Services facilities. BR - Covered under "Regular Dusting" for all facilities except Child & Youth Services facilities. BS - Applicable only to Child & Youth Services facilifies - for ell other facilities; see "Clean Furniture." N/ A -Not Applicable Biohazard Waste Notes: Caliber of the cleaning service for casualty/trauma decontamination at facilities where regulations shall be cleaned IAW MEDCOM Reg 40-35; paragraph 16 Contingency Planning (h) Casualty/trauma Suicide. Child Development Services Notes: Caliber of the cleaning service for Child Development Services facilities will be specified as hospital - grade quality, as per AR 608-10 Ch 5-37 a. 1A. Includes partitions and walls behind toilets 18. Window Treatments = window coverings such as blinds, drapes, Interior shutters, etc. 1. Per AR 608-10, g. (1) this service will be provided as needed, but at least semi-annually. 2. Includes all cleaning tasks described in AR 608-10, Ch 5-37, e. (4) 3. Includes all cleaning tasks described in AR 608-10, Ch 5-37, e. (7) 4. Includes all cleaning tasks described in AR 608-10, f. (1) 5. Includes all cleaning tasks described in AR 608-10, f. (2) 6. Includes all cleaning tasks described In AR 608-10, g. (4); these services will be 246 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement PWS) and Technical Exhibits 4.0 Technical Exhibits 4.1 Task and Frequency of Custodial Services. TASK & FREQUENCY Room CHART - TECHNICAL EXHIBIT 1 Routine Cleaning for all areas listed choose if applicable based on floor type): Spot Clean Floors/Carpets AR Carpeted Floors - Removable (Area and Throw Rugs) 1W Buffing/Spray Buffing 4Y Stripping & Wax After Stripping 1Y Damp Mop 1W Sweep/Dust Mop Floors 1W Vacuum Carpeted Floors 1W Drinking Fountains & Sinks 2.5W Sweep Stairways/Elevators/Handicap Lifts 1W Remove Trash and Recyclables 1W Low Dusting 2Y High Dusting 1Y Clean and Supply Restrooms/Toilet Areas/Locker Rooms 2.5W Clean Doors 1W LBlding # Description (Room Type) Estimat. Flooring SQ FT Type 282 Admin 700. CONC/VCT 285 Admin 530 CONC 300 Admin 11,284 CPT/VCT 301 Comm/Area 3,000 VCT VCT302Comm/Area 3,000 303 Gymnasium 11,284 CPT/VCT 247 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement PWS) and Technical Exhibits 304 Offices/Classroom 11,284 CPT/VCT 306 Comm/Area 4,000 VCT 310 Comm/Area 4,000 VCT 311 Offices 2,670 VCT 312 Admin Gen Purp 12,600 VCT/CPT 323 Classrooms / Common Area 11,284 CNL/CPT 331 Admin 2,500 VCT/CPT 340 Admin/classroom 41,508 VCT/CPT 342 Comm/Area 57,000 CONC 350 Admin/Classroom/DES 14,260 VCT/CPT 360 Comm/Area 3,000 VCT 361 Comm/Area 3,000 VCT 362 Comm/Area 3,000 VCT 363 Comm/Area 3,000 VCT 364 Comm/Area 3,000 VCT 370 Admin/Classroom 39,632 VCT/CPT 373 TEMF 33,024 CONC/VCT 390 Comm/Area . 3,000 VCT 391 Comm/Area 3,000 VCT 392 Comm/Area 3,000 VCT 393 Comm/Area 3,000 VCT 394 Comm/Area 3,000 VCT 398 Laundry 2,400 CONC 490 AMSA 13,600 CONC 494 Office/warehouse • 10,000 CPT 501 Chapel 7,200 CPT/HDWD 510 Admin/Gen Purp 62,000 62,000 CONC 514, Admin/Classroom 4,050 CONC/CPT 516 Admin/Storage 3,350 CONC 517 Admin/Classroom 41,902 VCT/CPT 520 Comm/Area/Sleep Area 12,000 VCT/CPT 248 Appendix C to Dublin/Parks IGSA: Custodial Services Performance Work Statement PWS) and Technical Exhibits 521 NAF/Clubhouse 12,000 VCT/CPT 610 Admin 33,422 VCT/CPT 611 Admin 2,324 VCT 620 Admin 13,364 VCT/CPT 650 Admin 47,112 VCT/CPT 659 Comm/Area 60,000 CONC 665 Admin/ WHSE 36,260 CONC 677 Classrooms 7,043 VCT/CPT 690 Admin/Classroom 45,752 VCT/CPT 960 LRC Warehouse 60,000 CONC 1152 Comm/Area 24,000 VCT Special Services 332:::1 Admin/hallway/Bathrooms 11,699 VCT/CPT B332 is a dining facility. Requires 2x cleaning Legend: CPT = Carpet CONC = Concrete EPDXY = Epoxy Flooring HDWD = Hardwood VCT = Vinyl Composite Tile 2W = two times per Week 2.5 = Two and a half times per Week 5W = 5 times per Week 2Y = Twice a Year N/A = Not Applicable A/R = As Required 249 POSTED ON: March 10, 2021 ADDENDUM 3 TO RFP JANITORIAL SERVICES & SUPPLIES QUESTIONS & ANSWERS Please note questions submitted that were repetitive in nature have been consolidated and answered below: 1. Who is current incumbent? Tri-Valley Janitorial Services & Supplies 2. What is the current contract amount? Janitorial Services Annual Cost City Facilities $299,367 Camp Parks $301,877 Janitorial Supplies Estimated Annual Cost City Facilities $140,726 Camp Parks $49,770 3. How much was spent on janitorial services outside the contract in 2019 and 2020? We do not spend funds outside of the contract; however actual costs for Extra Janitorial Services were $42,144 for FY19 and $46,683 for FY20 4. How many full time and part time employees are currently on the contract? How many night cleaners are FT and PT? The City does not know how many crew members the current service provider uses to maintain our facilities. It is up to the service provider to manage their staffing levels. 5. Are there dumpsters at each location for waste removal? Yes. 6. How many FT/PT Day Porters is the city currently using? 1 Part-time porter is in service Monday – Friday for disinfecting select city facilities in conjunction with current COVID disinfecting efforts. This is considered “Extra Work/Additional Services” not included in base services. 7. Does the Wave aquatics have Day Porter service yearly or during high peak season? Please see response for Question 6. 8. Is there a prevailing wage requirement? What are the wage requirements? Yes, please visit https://www.dir.ca.gov/ for wage requirements. 9. Are there any bonds required for this RFP? No. 250 POSTED ON: March 10, 2021 10. The city is asking for a 3-year contract. Are we to price the contract for each year and submit a different price sheet for each year? Is the city going to allow for price increases each year of the 3 year contract to allow for minimum wage increases, state or local tax, or increases out of our control? The City allows Contractor to notify City of any proposed increases to costs no later than 60 days prior to a new Fiscal Year (July 1 – June 30). Any changes to costs shall be approved in writing by the Public Works Maintenance Superintendent, or their designee. Any such annual increase shall be calculated based on the Bay Area Consumer Index Rate (CPI) and shall not exceed 3%. 11. Is live scan required on all employees or only those employees working at the police station? Live scan is required for all employees that will enter any city buildings. 12. Is there a cost to the DHS/Military security clearance; if so, how much per cleaner? No. 13. Are there any parking fees we need to be aware of? No. 14. Does the current incumbent utilize vehicles? If so what type and how many? Unknown. 15. Holiday- Do you want contractors to account for these holidays in our price proposal, or are these hours billed as/when needed? Will the city run a skeleton crew on these (12) holidays at these sites? Yes, please account for the holidays in your base pricing. Please reference Sections 1. A.& B of the Scope of Services. The city will not run a skeleton crew of the holidays. 16. Scope of work for facilities: Attachment 1 pg 39 and Attachment 2 pg 40 look to be for the same locations, however sq.ft is different and so is cleaning frequency and time. Are we to bid both attachments or is this a duplicate? Attachment C -shows 5 days a week -Cultural Arts Center Wing, Civic Center, 100 Civic Plaza, 5- days per week service, Monday-Saturday but attachment 2 shows 6 days a week. The facilities mentioned in Attachment 1 and Attachment 2 of the Request for Proposals are 2 wings of the same building. We refer to one as Civic Center, City Hall Wing and the other as the Civic Center, Cultural Arts Center Wing. The building sizes are correct. Please note the following correction: Cleaning Frequency for the Cultural Arts Center Wing should be 5 days per week, Monday – Friday. 17. Please confirm Sq.Ft for Aquatic center on the walk other bidders mentioned the sq ft is supposed to be 30K not 3,000. Are we to account for higher staffing needs during the peak season in our RFP? Wave Aquatic Center Estimated Building Size: 30,000 SF. 251 POSTED ON: March 10, 2021 18. Please provide facility drawings if available. Drawings are unavailable for City Offices. 19. Electrostatic cleaning monthly- we offer two levels of disinfecting. Level II is for unconfirmed case and Level III is for confirmed. Please confirm we are to price Level II unconfirmed for monthly frequency. Confirmed, monthly Electrostatic cleaning level should be consistent with unconfirmed cases. 20. Camp Parks Reserve Forces Addendum- Are we to price this location on price sheet in Addendum 2 as well as providing you the pricing on Attachment C? Please include all your pricing in Attachment C 21. Can you provide the Sq.ft of the tile floor maintenance that is being requested? This information is not available. 22. City has provided estimated Sq.Ft for the Camp Parks buildings. Is the sq ft that is provided considered cleanable Sq. Ft? Are contractors basing price on that sq.ft given? Please note the following correction: The Camp Parks cleanable square footage should be approx. 21,000 SF. A breakdown is not available.. 23. 2.1 of Scope Please provide facility drawings of areas cleaned as it’s mentioned are available in -Technical Exhibit 1 pg 8 of Addendum 2. The City was unable to obtain facility drawings for Camp Parks Buildings. 24. Are the CDC’s and Youth service facilities not included in the daily scope? Or can you provide clarification on section 2.14 Addendum 2 child, youth, and school services – N/A? These facilities are not included at this time. 25. Can we have the breakdown of sqft by the types of the flooring (carpet, vct, terazzo, etc.)? This information is not available. 26. For facilities, what is the frequency of carpet shampoo cleaning? Carpet shampoo cleaning is not included as part of the scope for city facilities. 27. For Camp Parks Reserve Forces Training Area, what is the frequency of carpet shampoo cleaning? What is the sqft of tile floored area? Carpet shampoo cleaning is not included in this RFP; please see 4.0 Technical Exhibit, 4.1 Task & Frequency Chart in Addendum 2 for applicable tasks and frequencies. 28. Please provide cleaning services and frequencies for Camp Parks buildings; include building numbers. 252 POSTED ON: March 10, 2021 See 4.0 Technical Exhibit, 4.1 Task & Frequency Chart in Addendum 2 for applicable tasks and frequencies. 29. Please provide tile maintenance and frequencies for Camp Parks buildings. See 4.0 Technical Exhibit, 4.1 Task & Frequency Chart in Addendum 2 for applicable tasks and frequencies. 30. Is there U.S. Citizenship requirement for the employees? See Attachment 1 to Request for Proposals (Contractor Services Agreement) for any applicable employment requirements not addressed in the Request for Proposals (i.e. background checks). 31. Can you tell us your criteria for award? For example, how much is graded for the technical versus the pricing aspects of the proposals. Please see Page 8 of Request for Proposals; there is no specific weight given to the criteria used to score the proposals. 32. Can I have a copy of the sign-in sheet? See Attachment 1. Additional Corrections: Please note a correction: The Public Safety Complex was listed at 3,500 square feet; the correct projection is 18,500 square feet of cleanable space. 253 254 POSTED ON: March 10, 2021 ADDENDUM 4 TO RFP JANITORIAL SERVICES & SUPPLIES Please note the following correction and clarifying information: 1) Addendum 3 to 2021 Janitorial Services and Supplies RFP listed The Camp Parks buildings at 21,000 square feet; the correct amount is approximately 210,000 square feet of cleanable space. 2) The City of Dublin does not have a prevailing wage requirement for janitorial services. 255 ADDENDUM 5 TO RFP JANITORIAL SERVICES & SUPPLIES • The deadline for submission of Proposals has been changed to Wednesday, March 17, 2021 at 4pm. • Please note the revised and attached Page 1 of Attachment C to Request for Proposals - Cost Proposal for Janitorial Services with changes highlighted in yellow. • Please note correction and clarification for Question 2 on Addendum 3 below: 2. What is the current contract amount? Costs provided below are for base janitorial services and do not include extra work. Janitorial Services Annual Cost City Facilities $299,367 Camp Parks $301,877 Janitorial Supplies Est. Annual Cost City Facilities $52,526 (corrected) Camp Parks $49,770 256 POSTED ON: March 12, 2021 ATTACHMENT C JANITORIAL SERVICES - COST PROPOSAL City Facilities Monthly Rate Annual Cost City Hall Wing, Civic Center, 100 Civic Plaza, including portable building located in Cultural Arts Center parking lot, 5-days per week service, Monday-Friday Cultural Arts Center Wing, Civic Center, 100 Civic Plaza, 5-days per week service, Monday-Friday Library, 200 Civic Plaza (Community Room, Lobby, Main Restrooms, City Staff Offices), 6-days per week service, Monday-Sunday, except Friday Shannon Community Center, 11600 Shannon Avenue, 5-days per week service, Monday-Friday Senior Center, 7600 Amador Valley Blvd., 5-days per week service, Monday-Friday Heritage Center, 6600 Donlon Way, including Murray Schoolhouse and St. Raymond’s Church, 3-days per week service (Murray Schoolhouse) 1-day per week service (St. Raymond’s Church) Dublin Heritage Park and Museum, 11285 Dublin Blvd., 5-days per week service, Monday-Friday The Wave Aquatic Center, 4201 Central Pkwy 7-days per week service Corporation Yard, 5709 Scarlett Court, 3-days per week service, Mon, Wed, Friday Public Safety Complex (Police Services), 6361 Clark Ave, 6-days per week service, Monday-Saturday TOTAL ANNUAL COST: Extra Work Monthly Cost Annual Cost Daily Cleaning and disinfecting of high-touch areas at various City Facilities 5-days per week service, Monday-Friday (approx. 6 hrs/day) Electrostatic Cleaning at various City Facilities (approx. 135,000 sf) Monthly TOTAL ANNUAL COST: Camp Parks Reserve Forces Training Area Monthly Cost Annual Cost Office and training areas (Approximately 210,000 sf) Tile floor maintenance TOTAL ANNUAL COST: Extra Work: Rate for scheduled extra work at $__________ per hour for a minimum of _________ hours for special events. Submitted by: Print Name Company Signature Date 257 Tri-Valley Janitorial Service and Supply City of Dublin RFP 2021 Bid for Janitorial Service & Supply’s Prepared By: Tri Valley Janitorial March 15,2021 Attachment 3 258 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 2 Mission Statement Tri Valley Janitorial exists to make your facilities reflect your company’s professionalism and exacting standards. With a diligent work ethic, superior communication, and meticulous hard work Tri Valley Janitorial has performed for over 45 years and will continue to educate ourselves and set the standard for our industry. Why Select Us 1. Family owned and operated for over 45 years 2. Daily access to ownership not an 800 number to someone who knows little or nothing about your facility. 3. Facility supervisors with over 30 years of experience 4. Most up to date GREEN cleaning products and education 5. Average employee service time 7 years 6. Minimal employee turnover equates to better daily service 7. Local supply chains to avoid delays common in national companies providing paper products and cleaning supplies 8. Daily 4:00 meetings with our facility supervisors and office personnel to resolve unexpected issues. 9. On site visits by the owners so your employees can give feedback on our service and any issues they may have. 10. 80% of our clients have been with us over 10 years. 11. A number of our clients that chose a lower per square foot price by an alternative company have returned to TVJ for the high exacting personal service we provide. 12. Following with our family values we have employed multiple generations from a single family exemplifying the pride they have in being a part of the Tri Valley Janitorial Family. 13. Our commitment to training and product education. Attachment 3 259 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 3 References The following are three current customers that are of similar size and complexity. Each location has its own set of detailed and technical requirements that we study in depth and comply with in full. Tri Valley Janitorial has had the contract with the City of Dublin for many years. TVJ has worked hard to provide quality service working daily, weekly and monthly as needed for cleaning requests with each site facility manager to handle all cleaning request individualized to each location. City of Dublin Dublin, California 94568 Contact: Dean McDonald Email: Dean.McDonald@dublin.ca.gov City of Dublin is comprised of 10 City facilities. Services Provided Include Nightly Janitorial, Tile floor cleaning and care, Supply Inventory Management and deliveries to each location, Day Staff Cleaning, Monthly Electrostatic cleaning with EPA N-list approved Covid Disinfectant. City of Livermore Contact: Jason Calkins Phone: 925-337-6981 Email: Jwcalkins@cityoflivermore.net City of Livermore is comprised of 14 City facilities. Cleaning of Approximately 225,000 square feet. Services Provided Include Nightly Janitorial, Tile floor cleaning and care, Supply Inventory Management and deliveries to each location, Day Staff Cleaning, Monthly Electrostatic cleaning with EPA N-list approved Covid Disinfectant. Attachment 3 260 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 4 Delta Diablo Sanitation Pittsburg, California Contact: Mary Harvey Phone: 925-756-1934 email: maryh@deltadiablo.org Delta Diablo Sanitation is a unique facility encompassing 6 buildings with over 88,000 square feet. It has many different areas and buildings housing a variety of hazardous wastes, labs, server rooms, offices, and water treatment areas. We have been with Delta Diablo Sanitation for 16 years now. Monthly walkthrough’s and on site meetings have kept our customer happy while allowing us the opportunity to be hands on. Services Provided Include Nightly Janitorial, Tile floor cleaning and care, Supply Inventory Management and deliveries to each location, Day Staff Cleaning, Monthly Electrostatic cleaning with EPA N-list approved Covid Disinfectant. Attachment 3 261 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 5 Resume’s & Background Mrs. Cheri Kurl, Founded Tri Valley Janitorial with the single thought that janitorial can be done better. Mrs. Kurl was managing a local bank in 1974 being unsatisfied with the janitorial provider; she relieved the existing company of the responsibility and took it on herself. One account led to another which allowed Mrs. Kurl to pursue TVJ service & supply full time. She and her daughter Amy began the arduous task of building a company that would stand the test of time. 45 years later TVJ have cleaned over a billion square feet, servicing an array of facilities from airports to laboratories. When asked what she would account for her longevity? “Listen to your customers and respond quickly. Understand your customer’s needs and anticipate them. Most importantly I never kept an employee who did not have the same passion and work ethic our family has. When you find those people you keep them, we take care of them, and we make them apart of our family this is also the way I feel about our clients” Cheri Kurl Founder Retired 2020-Active Consultant Mrs. Amy Giamona, Mrs. Giamona professional experience was hands on from the start. Whether helping with nightly cleaning responsibilities, making unscheduled supply deliveries, or working evening supervising shifts the job at hand was always of the up most important. This attitude and commitment would lead to a partnership with Mrs. Kurl. Now owning the responsibilities of TVJ’s future growth, direction, and sustainability Mrs. Giamona with 30 plus active years of experience and fresh perspective has helped ascend TVJ into one of the most successful janitorial services in the Tri-Valley area. Mrs. Giamona continuously educates herself on the latest products and value engineered services available to her clients. This education in turn allows her clients to meet the most rigid of standards and budget requirements while maintaining the exceptional service expected. When asked where does she see Tri Valley Janitorial in the next 38 years? “I believe we will have evolved to be the best most complete janitorial service providing a multitude of services while leaving a minimal footprint on our environment” Amy Giamona President Attachment 3 262 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 6 Mrs. Estella Cazares, Estella has been with Tri Valley Janitorial since 1984 celebrating 37 years of setting the industry standard in professional cleaning excellence. Her experience, more than many janitorial companies have been in business for, give her an expertise that comes only with time, patience and perseverance. She is one of the best in the industry because she has helped shape it. Mrs. Cazares has an infectious personality, when she speaks or listens to you regardless of age you feel like one of her own and you know your needs will be met. Mrs. Cazares is an impeccable judge of character who spear heads all of the service professional hiring for the field. Estella Cazares Regional Supervisor Emergency Contact List Contact Office Cell Title Estella Cazares 925-443-1653 925-980-2040 Supervisor Maria Curiel 925-443-1653 510-708-2040 Supervisor Amy Giamona 925-443-1653 925-367-8735 President Additional Contacts Contact Office Cell Title Emma Carrillo 925-443-1653 209-640-8125 I.D. S Manager Jose Hernandez 925-443-1653 925-484-1727 Floor Supervisor Candice Campiotti 925-443-1653 925-518-6139 Accounting Attachment 3 263 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 7 Organizational Chart Amy Giamona President Ceri Kurl Consultant Maria Curiel Supervisor Emma Currilo IDS Manager Estela Cazerez Supervisor Jose Hernadez Floor Specialist Clarence Lenord Covid-19 Specialist Attachment 3 264 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 8 Training Program Knowing that our front line service professionals are TVJ greatest asset and advantage in the market place, we take great care in providing the most effective and up to date training. Training begins with an orientation for our service professionals. Training includes such topics as: ➢ Anti-Harassment ➢ Safety Protocols and Procedures ➢ Pandemic Response ➢ Chemical Interaction ➢ Green Cleaning ➢ Safe Lifting ➢ Cleaning Techniques ➢ Safe Work Environment Awareness Following orientation, they receive a training manual which outlines daily expectations and care of trade specific products. In addition a copy is placed in each janitorial closet. Continued Training Programs: ➢ Supervised Training Programs ➢ Library of video-based programs ➢ TVJ supports training programs offered by many of the suppliers An important part of training is learning the nuances of a new facility therefore feedback is an effective training tool. Monthly we check in with the appointed facilities manager. We check in and if wanted do a site tour a few minutes of your employee’s time allows them a voice to critic and gives us valuable insight that can be properly relayed to our onsite cleaning professionals. We have on going field training. Our success with retaining long time cleaning professionals and continues service evaluation should provide you the assurance that they are the most skilled and educated cleaning professionals. Attachment 3 265 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 9 Safety: Safety is paramount to a successful company, lost productivity to a trained employee because of careless or uneducated use of a product or lifting technique is costly in many ways. For over 45 years we at Tri-Valley Janitorial have successfully and without liability claim or incident, cleaned laboratories, manufacturing facilities, chemical companies, offices and various locations involving nuclear, chemical, food and medical research. We make sure that our supervisors, employees and subcontractors are fully versed and trained to operate in a safe manner, comply with the specified requirements and needs including recycling, green technologies, disposal methods, special garments and operation of any special equipment. All TVJ service professionals are educated on the following topics: • Chemical Interaction • Importance of PPE • Dwell time • Proper Use of Trade Specific Tools • Proper Trash Disposal: Recycling, landfill, and compostable trash. • Parking Lot Awareness For Night Time Service Professionals. • Proper Use of Safety Signage. Our Programs Include: • Safety Communication Program • Driver Alert Program • Motor Vehicle Record Check • Service Certification • Safety Committee Meetings • Site Safety Inspections • Hazard Assessment TVJ has produced a safety manual in both English and Spanish which is provided at orientation. TVJ has also hired industry experts for floors and windows two of the more challenging aspects of facility maintenance. TVJ can readily adopt and implement any safety procedures currently in place at your facility. Attachment 3 266 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 10 Quality Control: When starting a new facility the supervisor in charge will do a site walk through with the appointed cleaning professionals reviewing all scopes of work and discuss any areas of concern. To ensure that all cleaning requirements are met the supervisor will conduct a weekly site visit inspecting the facility and completing a Quality Control Inspection Report which covers 18 points of cleaning. (See sample) Communication is the key to quality control. You will have direct access to your assigned bi-lingual supervisor. As you have experienced Amy Giamona is readily available to assist at any time. Location_________________________________ Date___________________________ ___________________________________________ Employee_____________________________ Work Item Well Done Needs Improvement Comments 1. High Dusting 2. Desk Care 3. Restrooms 4. Vacuuming 5. Carpet Spotting 6. Corners & Edges 7. Doors 8. Elevators 9. Lights 10. Glass Care 11. Mirrors 12. Blinds 13. Window Ledges 14. Trash Cans 15. Chairs & Furniture 16. Conference Rooms 17. Dispensers 18. Janitors Closets Supervisor Signature________________________________________________ Attachment 3 267 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 11 Pandemic Readiness 2020 has showed us that TVJ is one of the first lines of defense to protect your employee’s and guests from harmful germs and viruses. Prevention is the first step to avoiding costly losses in production caused by a pandemic. A clean disinfected work place is why TVJ uses the safest most sought-after cleaning tools and chemicals on the EPA N-list. TVJ service professionals are trained in the safety and proper use of these products. In addition janitors are furnished with gloves, face masks, goggles, and hand sanitizers for regular use to help prevent the spread of germs. In the event of a large-scale pandemic outbreak or other cause removing a large percent of our field staff or slowing our supply partners we have the following steps in place to ensure continued service at the same level you have become custom. ➢ Add additional hours to available part time employees. ➢ Authorize overtime hours for day porters to fill in evening slots ➢ Authorize overtime for night crews ➢ In an extreme case bring in temporary help to shadow our experienced existing employees. This also eliminates the need for any special chemical or facility training. In this extreme case key personal will be added to night supervising to insure continued quality service. ➢ We will purchase and stock in our warehouse any additional products that may be affected by supplier’s pandemic problems. Attachment 3 268 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 12 Inventory Stocking Tri Valley Janitorial Service & Supply has been a stocking dealer for over 45 years. As our clients grow so does our in stock consumables inventory. We receive weekly deliveries and continuously have enough inventory to satisfy all of our clients’ needs for 30-45 days in case of a supply interruption. Being a sought after reseller of cleaning materials and chemicals. Tri Valley Janitorial maintains multiple suppliers in case a supplier runs out of a product. Mrs. Emma Carrillo is our Inventory and Supply Distribution manager she has been with Tri Valley Janitorial since 2016. Emma takes great pride in the warehouse and keeps it full of the needed products and the field staff supplied for daily service. Emma also works closely with equipment manufactures and product suppliers attending local trade shows and educational seminars to make sure TVJ has the most efficient and best valued products. Tri Valley Janitorial owns its own trucks and does its own deliveries therefore we limit your exposure to outside vendors. It also allows us to will-call any products if our suppliers are short on delivery drivers. Attachment 3 269 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 13 Environmentally Preferable Products and Services Green Cleaning Defined Industry definition: Cleaning that protects health without harming the environment. Federal Government definition: Products and services that have a lesser or reduced effect on human health and the environment when compared with competing products and services that serve the same purpose. (Executive Order 13101) Both definitions focus on the impact cleaning has on people & the environment. Why Go Green People Promote safer & healthier work environments. Planet Reduce environmental impact. Profit Increase workplace wellness & productivity. It’s Not Just In The Chemicals Additional green solutions for your facilities: LEED certified carpet extraction cleaners. Recycled sanitary paper products & plastic trash liners. Microfiber technology for floor mops, dust mops, cleaning cloths, and dusters. Water conservation with automatic faucets, flushers, & waterless urinals. Recycling programs. Attachment 3 270 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 14 The Eight Steps To Green 1. Cleaning Chemicals 2. Cleaning Tools and Equipment 3. Entryway Matting System 4. Recycling 5. Sanitary Paper Products & Trash Liners 6. Water Efficient Accessories 7. Workplace Wellness 8. Stewardship and Continues Improvement Green Partner Support What is GPS? 1. TVJ guides you to more sustainable cleaning solutions. 2. Comprehensive approach to assist in selecting products and processes to clean green. 3. A collaboration and partnership between TVJ and our green committed clients. 4. A blueprint for best green practices. 5. Includes building occupant recycling programs, preventative maintenance, and water & energy conservation. As you can see from our green outline Tri-Valley Janitorial is committed to doing the most efficient and thorough cleaning while leaving a very minimal environmental footprint. Tri-Valley Janitorial cleans green and using green approved chemicals and equipment. With our guidance and your support and commitment Tri-Valley Janitorial can help guide your facility to green cleaning solutions. Attachment 3 271 313 Earhart Way Livermore, California 94551 - Office 925-443-1653 www.tvjan.com 15 Company History Tri Valley Janitorial was founded in 1976 by Cheri Kurl. Over the first two years most of the work was done hands on by Mrs. Kurl. It was at this time Mrs. Kurl began to understand how to grow TVJ in a sustainable manageable way. She would find the right people first then find a building for them. This allowed her to empower the people. Find her great workers and she will find them work. Operating for the first ten years on the premise that people who want to work will give your clients the best service helped TVJ navigate through the learning curve of mastering a new trade. In the second decade for TVJ with a team of eager service professionals Mrs. Kurl pursued a market of facilities requiring 7 day a week service with day porters. This market was more demanding and required better lines of communication. So it was with that TVJ went to daily 4:00 p.m. meetings with the field supervisors to cater to the daily needs that arise with this market. Even with all the advances in communication technology that daily meeting is still in effect today. In the third decade of operation TVJ saw business growth double. A large reason for this boom was the ever changing facilities managers as construction and new companies moved into the bay area. As a testament to our service, facilities managers who relocated often took TVJ with them. It was also during this time that Mrs. Amy Giamona became a fifty percent owner and infused a host of new ideas and visions for TVJ. Such as bringing sub-contracted work in house, like windows and floors. This is also the decade TVJ became a recognized Women Business Enterprise National Council Member (WBENC) and a Small Local Emerging Business (SLEB). As TVJ embarks on a fourth decade of service we look forward to hearing even more feedback with our on line evaluation form for valuable feedback from your employees. TVJ also intends to lead the way in green cleaning advancements to provide the best service with the least amount of environmental impact. With more than eighty percent of our customers being with us in excess of ten years we look forward to the opportunity to earn your business and bring you into our family. We guarantee your satisfaction we are in business because of you and for you! Attachment 3 272 Attachment 3 273 Attachment 3 274 Attachment 3 275