HomeMy WebLinkAbout2014-10-14 - AGENDA REPORTS - JANITORIAL SERVICES CONTRACT (7)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item: 5
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval:
Item to be presented by:
October 14, 2014
F.ffl7,F . • /Byron Moline
AWARD JANITORIAL SERVICES CONTRACT
Public Works
RECOMMENDED ACTION
City Council:
1. Reject the bid received from ABM Janitorial Services, Inc., as nonresponsive for failure to
provide pricing for all items, as specified in the instructions of Bid GS -14-15-04.
2. Acknowledge the letter from Global Building Services requesting to have their bid
withdrawn.
3. Award the contract to Lee's Maintenance Service, Inc., for janitorial services in the amount of
$413,591, and authorize a ten -percent contingency of $41,359, for a total amount not to
exceed $454,950.
4. Transfer $14,380 from the Council Contingency Account 19300-5401.001 to the Corporate
Yard Contractual Services Account 14500-5161.001 for janitorial services for the remainder
of Fiscal Year 2014-15.
Authorize the City Manager or designee to execute all contracts and associated documents, or
modify the award in the event issues of impossibility of performance arise; execute up to four
annual renewal options not to exceed the annual bid amount plus Consumer Price Index
adjustments, contingent upon the appropriation of funds by the City Council in the annual
budget for such fiscal year; and execute all documents subject to City Attorney approval.
APPROVED
BACKGROUND
An invitation to bid for janitorial services was prepared and published on July 24, 2014. The
janitorial services bid includes all routine cleaning services of City Hall; Corporate Yard;
Metrolink Stations; the McBean Regional Transit Center; the Transit Maintenance Facility; the
Canyon Country Jo Anne Darcy, Valencia, and Old Town Newhall Libraries; the Canyon
Country Community Center; the Business Incubator; and SCVTV Channel 20 Studios; and
additional services where required.
Thirty-one vendors downloaded the bid packet from the City of Santa Clarita (City) website. A
walk-through of the City's facilities was conducted on August 11, 2014, where five vendors
attended. A bid opening was conducted by the Purchasing division on August 27, 2014, and three
bid packages were opened:
Companv Location Amount
Lee's Maintenance Services, Inc. Van Nuys, CA $413,950.96
Global Building Services Stevenson Ranch, CA Withdrawn
ABM Janitorial Services, Inc. Los Angeles, CA Nonresponsive
Due to ABM Janitorial Services' failure to submit all required documents according to the
specifications, staff recommends the City Council reject their bid as nonresponsive. Global
Building Services submitted a request on September 10, 2014, to withdraw their bid due to errors
by their staff. Therefore, as Lee's Maintenance Service, Inc., is in compliance with the terms and
conditions of the janitorial contract, City staff recommends they be awarded the janitorial
contract.
The scope of the janitorial contract is comprised of three main services: janitorial services,
pressure washing, and window washing. Janitorial services include dusting surfaces, mopping
and/or vacuuming floors, emptying trash receptacles, and other general cleaning of the interior of
the facilities. Pressure washing includes heated, high-pressure water cleaning at the exterior of
facilities, including Metrolink passenger -loading platforms, shelters, benches, adjacent
walkways, exterior hallways, stairways, and access ramps. Pressure washing is performed on a
limited basis, in consideration of the ongoing drought, to remove unsanitary conditions that pose
a risk to public health and safety. Window washing services include washing windows above six
feet in height and applies to the entire length of the window. This is separate from the daily
cleaning of glass below six feet in height included in janitorial services.
The proposed contract amount with Lee's Maintenance is $454,950, including contingency. This
new contract reflects an increase in minimum wage and an additional building and services
added to the scope of work from last year's contract. The additional building is the Business
Incubator. An example of an additional service is the restored service at Corporate Yard to five
days a week from three days a week.
2
To reduce budget impacts to the General Fund during the economic recession, General Services
reduced janitorial services at the Corporate Yard from five to three days per week during the
Fiscal Year 2009-10 budget process. During the next six years, trash was not emptied and
restrooms were not sanitized every night as at other facilities where City employees work. In
2013, the City spent over $3,600 to remove a rat infestation at the Corporate Yard. The proposed
contract will restore the daily janitorial services at this location.
A portion of the increased contract costs can be absorbed with existing budget; however, the
requested appropriation of $14,380 is needed to cover janitorial services for the remainder of
Fiscal Year 2014-15. Future contract renewals for a full year of service are estimated to exceed
the base budget. Additional appropriations will be needed to ensure no reduction in janitorial
service for the various City facilities serviced by this contract.
The City libraries were included in this bid request to receive favorable pricing due to economy
of scale. Library Systems & Services, LLC (LSSI), will retain all responsibility relative to
managing their portion of the contract as it pertains to the City libraries, including processing
invoices for payment, site inspections, and supervision.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Funds for this expenditure for Fiscal Year 2014-15 have been budgeted in various accounts for
City Hall; Corporate Yard; Metrolink Stations; the McBean Regional Transit Center; the Transit
Maintenance Facility; Canyon Country Jo Anne Darcy, Valencia, and Old Town Newhall
Libraries; the Canyon Country Community Center; the Business Incubator; and SCVTV Channel
20 Studios to meet the services of the new contract. However, the requested transfer of $14,380
from the Council Contingency Account is needed to cover janitorial services at the Corporate
Yard for the remainder of Fiscal Year 2014-15.
ATTACHMENTS
Contract for Lee's Maintenance Service, Inc., available in the City Clerk's Reading File
MAINTENANCE AGREEMENT
BETWEEN _
THE CITY OF SANTA CLARITA AND
LEE'S MAINTENANCE SERVICE, INC.
Contract No. 14-00347
THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this ! day of
20_, by and between the CITY OF SANTA CLARITA, a general law city and
municipal corporation ("CITY") and LEE'S MAINTENANCE SERVICE, INC., a California
Corporation ("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR an amount equal
to one -twelfth (1/12) the annual amount set forth in the attached Exhibit "A —
Bidder's Response" of FOUR HUNDRED THIRTEEN THOUSAND FIVE
HUNDRED NINETY-ONE DOLLARS ($413,591), plus a ten -percent contingency
of FORTY-ONE THOUSAND THREE HUNDRED FIFTY-NINE DOLLARS
($41,359), to be paid at the City's discretion, in the event unanticipated services are
needed, for a total contract price not to exceed FOUR HUNDRED FIFTY-FOUR
THOUSAND NINE HUNDRED FIFTY DOLLARS ($454,950), which is
incorporated by reference, for CONTRACTOR's services. CITY will pay such
amount promptly, but not later than thirty (30) days after receiving
CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from November 15, 2014, to November 15,
2015. The Agreement may be renewed up to four additional one-year terms upon mutual consent
of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit "B - Invitation
to Bid."
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
Revised 8/2011 Page 1 of 7
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776,
CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's
responsibility to interpret and implement any prevailing wage requirements and
CONTRACTOR agrees to pay any penalty or civil damages resulting from a
violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from
CITY's Engineering Division or the website for State of California Prevailing
Wage Determination at www.dir.ca.eov/DLSR/PWD. A copy of the prevailing
rate of per diem wages must be posted at the job site.
B. If this contract is subject to state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, and the City's California
Department of Industrial Relations (DIR) approved Labor Compliance Program.
All covered work classifications required in performance of this contract will be
subject to prevailing wage provisions. The Contractors and its subcontractors shall
pay not less than the state wage rates. Contractor shall further adhere to the
requirements contained in the City of Santa Clarita's Labor Compliance Program.
A copy of the Labor Compliance Program is available for review upon request at
the Office of the City Clerk. All pertinent state statues and regulations, including,
but not limited to those referred to in this contract and in the City's Labor
Compliance Program, are incorporated herein as though set forth in their entirety.
Additionally, the Contractor is responsible for obtaining a current edition of all
applicable state statues and regulations and adhering to the latest editions of such.
C. Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act
(INA), which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only
persons who may legally work in the United States (i.e., citizens and nationals of
the U.S.) and aliens authorized to work in the U.S. The employer must verify the
identity and employment eligibility of anyone to be hired, which includes
completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is
not legally eligible to perform such services or employment.
S. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
Revised 8/2011 Page 2 of 7
i. Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR wan -ants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONTRACTOR discover any latent or unknown conditions that may
materially affect the performance of the services, CONTRACTOR will
immediately inform CITY of such fact and will not proceed except at
CONTRACTOR's own risk until written instructions are received from CITY.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Limits (combined single)
$1,000,000
$1,000,000
Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name City, its officials, and employees as "additional insureds" under
said insurance coverage and to state that such insurance will be deemed "primary"
such that any other insurance that may be carried by City will be excess thereto.
Such insurance will be on an "occurrence," not a "claims made," basis and will not
be cancelable or subject to reduction except upon thirty (30) days prior written
notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
D. CONTRACTOR will famish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
Revised 82011 Page 3 of 7
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide
thirty (30) day notice of any cancellation of coverage. CONTRACTOR will
require its insurer to modify such certificates to delete any exculpatory wording
stating that failure of the insurer to mail written notice of cancellation imposes no
obligation, and to delete the word "endeavor" with regard to any notice provisions.
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative, should'
CONTRACTOR fail to meet any of the insurance requirements under this
agreement. City may cancel the Aereement immediately with no penalty.
F. Should Contractor's insurance required by this Agreement be cancelled at any
point prior to expiration of the policy. CONTRACTOR must notify City within 24
hours of receipt of notice of cancellation. Furthermore. CONTRACTOR must
obtain replacement coverage that meets all contractual requirements within 10 days
of the prior insurer's issuance of notice of cancellation. CONTRACTOR must
ensure that there is no lapse in coverage.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
Revised 812011 Page 4 of 7
9. INDEMNIFICATION.
CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action,
damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of
the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or
should any claim be brought against it by suit or otherwise, arising out of performance by
CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend
CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any
judgment rendered against it or any sums paid out in settlement or costs incurred in defense
otherwise.
10. INDEPENDENT CONTRACTOR CITY and CONTRACTOR agree that CONTRACTOR
will act as an independent contractor and will have control of all work and the manner in which is
it performed. CONTRACTOR will be free to contract for similar service to be performed for
other employers while under contract with CITY. CONTRACTOR is not an agent or employee of
CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits
CITY provides for its employees. Any provision in this Agreement that may appear to give CITY
the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of
control over the work means that CONTRACTOR will follow the direction of the CITY as to end
results of the work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail will
be addressed as follows:
To CITY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa CMta, CA 91355
To CONTRACTOR: Lee's Maintenance Service, Inc.
14740 Keswick Street
Van Nuys, CA 91405
B. When addressed in accordance with this paragraph, notices will be deemed given
upon deposit in the United States mail, postage prepaid. In all other instances,
notices will be deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are to
be given by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
Revised 8/2011 Page 5 of 7
other term, covenant, or condition contained in this Agreement, whether of the same or different
character.
14. CONSTRUCTION. The language of each part of this Agreement will be construed simply
and according to its fair meaning, and this Agreement will never be construed either for or against
either party.
15. SEVERABLE. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a
waiver of any other provision, nor will such waiver constitute a continuing waiver.
18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
CITY until executed by the City Manager. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written agreement.
CITY's City Manager may execute any such amendment on behalf of CITY.
20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between
any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the
provisions of this Agreement will govern and control.
22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will
immediately terminate without obligation of either party to the other.
Revised 8/2011 Page 6 of 7
24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole
agreement between CONTRACTOR and CITY respecting janitorial maintenance. To the extent
that there are additional terms and conditions contained in Exhibit "A — Bidder's Response" that
are not in conflict with this Agreement, those terms are incorporated as if fully set forth above.
There are no other understandings, terms or other agreements expressed or implied, oral or
written.
25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
(SIGNATURES ON NEXT PAGE)
Revised 82011 Page 7 of 7
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year
first hereinabove written.
FOR CONTRACTOR:
IU7
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
0
City Attorney
Date:
Revised 8/2011 Page 8 of 7
t
City of Santa Mai
Ll
Bid, GS -14-15-04
Janitorial Service for Various
Facilities Owened and Operated by
The City of Santa Clarita
•
HALft
P :
LEE'S MAINTENANCE SERVICE, INC.
Due: August 27, 2014
Due Time: Before 11:00 a.m.
L„Nl August 26, 2014
14740 Keswick Street City of Santa Clarita
Purchasing Agent
23920 Valencia Boulevard, Suite 120
Van Nuys, CA 91405 Santa Clarita, California 9135-2196
Re: Bid GS -14-15-04
Tel 8181988-6644
Lee's Maintenance Service, Inc. Is pleased to submit our bid number GS -14-15-04 and
Fax 8181988-7922 acknowledge Addendum No. 1 dated August 05, 2014, Addendum 2 dated August 15,
2014, Addendum 3 dated August 25, 2014, for City of Santa Clarita. This Submission
reflects our experience and our complete understanding of the performance requirements
indicated in the bid.
We are confident in our ability to provide the level of service this program requires.
We trust you to look favorable upon this proposal and hope we can establish a long and
satisfying relationship with your organization.
Thank you for inviting us to submit our proposal for this project. If you have questions,
please feel free to call me at (818) 988-6644.
Sincerely,
Lee's Maintenance Service
Tyrone P. Ingram
President
Enclosures
LEE'S MAINTENANCE SERVICE, INC.
ADDENDUM NO. 1
BID NO. GS -14-15-04
JANITORIAL SERVICES FOR VARIOUS FACILITIES
OWNED AND OPERATED BY
THE CITY OF SANTA CLARITA
August 5, 2014
This Addendum forms a part of the Contract Documents for the above -identified project
and modifies the original Specifications and Contract Documents, as noted below.
Portions of the Contract, not specifically mentioned in this Addendum, remain in force.
All trades affected shall be fully advised of these changes, deletions, and additions.
Job Walk: The job walk will be held on August 11, 2014 at 8:00 AM. The
location will be City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355. Meet in
the first floor lobby. The job walk is not mandatory but vendors are encouraged to
attend. This is the only time the facilities will be available to vendors.
2. The bid due date will remain Wednesday, August 27, 2014 before 11:00 a.m.
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No. 1 and accept the aforementioned.
August 26 12014
Date
THIS DOCUMENT TO BE SUBMITTED WITH BID
D:1Je Urs ftn0es pM 14 1s ADDi.Doc Page 1 of 1
ADDENDUM NO. 2
BID NO. GS -14-15-04
JANITORIAL SERVICES FOR VARIOUS FACILITIES
OWNED AND OPERATED BY
THE CITY OF SANTA CLARITA
August 19, 2014
This Addendum forms a part of the Contract Documents for the above -identified project
and modifies the original Specifications and Contract Documents, as noted below.
Portions of the Contract, not specifically mentioned in this Addendum, remain in force.
All trades affected shall be fully advised of these changes, deletions, and additions.
REPLACE ENTIRE SET OF SPECIFICATIONS with attached set.
Revisions to the Specifications include but are not limited to:
• References provided shall be located within forty (40) miles from
Santa Clarita.
• Canyon Country Community Center was added to the Special
Provisions.
• Janitorial Pricing sheets were revised to include the Canyon Country
Community Center.
• "CALCULATION OF TOTAL COST USED TO DETERMINE LOWEST
BID" added on page 71.
• Fitness Gym was added to the scope of services to be performed at
the Corporate Yard.
• Miscellaneous page number and spacing changes were made.
2. Question/Answer: Window washing at the Old town Newhall Library: in order to
clean the windows and skylight, it will be necessary to use a scissor lift on the
inside of the building, can the metal detector be removed from the door entrance,
so one can bring the lift inside? The security partitions are not able to be
removed. The clearance between partitions is 36" and scissor lifts are made
as narrow as 32". It is important to note that the flooring inside the entrances
and the drainage grates outside the entrances must be covered with 318"
plywood, or thicker, to prevent any damage to the carpeting or drainage
grates. It is preferred that single -person, non -motorized scissor lifts are
used.
3. Question/Answer: How many employees are there per building? The number of
employees per facility, if known, is described in the Special Provisions of the
Specifications.
4. Question/Answer: Can you please tell us how long this contract is for? Is it 1 year
with four (1) year options? Yes, it is initially a one-year term with the potential
of 4 annual renewals. The answer to this question is found on page 7 of the
Specifications and is as follows: "Contracts entered into pursuant to this
S:�Tbnc•�CmhaclsWarutcrleiWaoerwum 2 Doc Page 1 of 2
Invitation to Bid may be renewed annually, up to four times, in accordance
with the terms of the contract."
5 Question/Answer: What is the current contract cost per each building? The
current monthly costs per facility are detailed below:
Facility*
Current Monthly Cost
City Hall Building
$ 5,531.08
Corporate Yard Facility $ 681.68
Transit Facilities:
Soledad Metrolink Station $ 555.63
Jan Heidt Newhall Metrolink Station $ 491.09
Via Princessa Metrolink Station $ 458.83
McBean Transfer Station $ 672.61
Transit Maintenance Facility TMF):
Administration Area
$ 3,780.50
Bus Operations
$ 1,495.46
Bus Maintenance Area
$ 545.55
SCVTV Channel 20 Studios $ 95.80
Total Monthly Costs: $ 14,308.23
* At the time of publication of this addendum, no data exists for the costs for janitorial
services at the libraries or at the Santa Clarita Business Incubator. Also unavailable
are costs for window washing and pressure washing for any of the facilities.
5. The bid due date will remain Wednesday, August 27, 2014 before 11:00 a.m.
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No. 2 and a,
August 26 , 20 14
Date
THIS DOCUMENT TO BE SUBMITTED WITH BID
Sli id lCoMma sA anitonaMdde-^.du 2 Doc Page 2 of 2
ADDENDUM NO. 3
BID NO. GS -14-15-04
JANITORIAL SERVICES FOR VARIOUS FACILITIES
OWNED AND OPERATED BY
THE CITY OF SANTA CLARITA
August 25, 2014
This Addendum forms a part of the Contract Documents for the above -identified project
and modifies the original Specifications and Contract Documents, as noted below.
Portions of the Contract, not specifically mentioned in this Addendum, remain in force.
All trades affected shall be fully advised of these changes, deletions, and additions.
REPLACE FOLLOWING PAGES with attached, revised ones.
Revisions to the Specifications include but are not limited to:
• Page 41: The area to be cleaned was mentioned twice, once as
"13,400 square feet" and also as "4,000 square feet". The actual
amount is 4,000 square feet.
• Page 47: The word "Nightly' was removed from the last sentence of
Section II, GENERAL, Subsection A, SCHEDULE and now reads
"Cleaning operations to be performed as indicated below:"
• Page 67: Item 10 of the Pricing sheet now reflects the correct
frequency of cleaning, "Total Cost Per Month (1 day/ week)".
2. The bid due date will remain Wednesday, August 27, 2014 before 11:00 a.m.
BIDDER'S CERTIFICATE
I acknowledge receipt of this Addendum No. 2 and a
August 26 20 14
Date
THIS DOCUMENT TO BE SUBMITTED WITH BID
SATbnc CwNra MJ.talelfAaden 3 Doc Page 1 of 4
Canyon Country Community Center
18792 Flying Tiger Drive
Santa Clarita, CA 91387
I SCOPE
Contractor shall perform the following specified services throughout the premises, including all office
space, lobbies, entry doors, restrooms, lunchrooms, electrical, janitorial, mechanical, and utility areas.
The level of cleaning provided at this location shall be the same as that provided for the City Hall
building.
The Canyon Country Community Center operates from 9:00 a.m. until 6:00 p.m. Monday through
Friday, and from 10:00 a.m. until 2:00 p.m. on Saturdays. It is closed on Sundays and Holidays. The
average daily number of occupants working from this facility is estimated to be at least 15 persons,
with many visitors throughout the day. Cleaning services shall be provided for approximately 4,000
square feet of space at this location.
All areas of this facility will not be cleaned on a routine basis per the scope of this contract, but the
diversity of services provided from this location, as well as the close proximity of the field operations
areas to the administrative offices will be an important consideration when preparing your bid for
submittal and ensuring the bid submitted accurately reflects the amount of time that will be required to
consistently provide the level of cleaning expected by the City each and every day.
II GENERAL
A. Schedule: All cleaning services shall be performed five nights per week, Monday through Friday
between the hours of 6 p.m. and 5 a.m. No regular services are required on Saturday, Sunday,
or holidays, (see holiday schedule on page 80) unless otherwise requested by the City. The
building is open and accessible on Saturday and Sunday should the contractor require additional
time in the building for scheduled or additional cleaning activities. The City may modify this
cleaning schedule from time to time and will provide contractor with a written advance notice at
least ten days.
B. Pricing: Price quoted shall be for monthly service and shall include all services requested herein.
Total area to be cleaned at this location is 4,000 square feet and includes all office areas,
common lobbies, stairwells, janitor closets, locker rooms, restrooms, electrical and mechanical
rooms and storage areas. Pricing shall not include cost to clean any vehicle repair, warehouse,
or central storage areas.
C. Soecial Procedures
1. Turn off security alarm upon entrance, and reset the alarm upon exit of building.
2. Review and initial daily log of occupant complaints and / or cleaning related messages.
3. Turn off all lights when leaving, unless otherwise noted.
4. Leave each interior office door as found upon entering: either open or closed, and locked or
unlocked.
5. Do not open any doors for anyone.
6. Keep exterior trash bin areas free and clear of debris.
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A Dailv:
Employee wastebaskets, recycling containers and other trash receptacles emptied_ Items
not in wastebaskets and/or recycling containers that are not clearly marked as trash,
GS -14-15-04 41
Addis um #3
SCVTV CHANNEL 20 STUDIOS
2250514 1h Street Unit E
Santa Clarita, CA. 91321
I SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, elevator cabs, passage ways, and,
janitorial, and utility areas. Contractor shall render cleaning of all lunch areas, and other areas unless
specifically excluded in writing.
II GENERAL
A. Schedule: All cleaning services shall be performed one night (Tuesday) per week. No nightly
services, except for required make-up work, need be performed on Saturday, Sunday, or
designated holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving, and Christmas, unless otherwise directed by City. This schedule may be modified
from time to time. City will notify contractor if changes become necessary.
Cleaning operations to be performed as indicated below:
B. Pricing: Price quoted shall include all costs to provide all services requested herein on a monthly
basis.
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Weekly:
1. All trash receptacles and ashtrays emptied.
2. Entrance doors cleaned.
3. Fingerprints removed from doors, door frames and wall switches.
4. All paper, soap, and feminine product dispensers filled.
5. Wet mop painted concrete restroom floors.
6. Any grass below 6 feet, including but not limited to partition glass walls and glass
windows in doors, etc., shall be cleaned.
7. Clean all directory signs.
8. Clean food vending machine area.
9. Organize janitorial and storage rooms.
10. Close and lock all doors and turn off lights each night.
11. Waste and sanitary napkin receptacles emptied.
12. Drinking fountains cleaned and sanitized.
13. Sweep walkways, stairways and platform area.
14. Restrooms cleaned and sanitized, including all sinks, toilets, and urinals.
B. Monthly:
1. Electrical and utility room areas cleaned, swept, and wet mopped.
2. Contractor Supervisor walk-through with City building personnel.
3. Dust high areas, sills, ledges, molding, pictures, etc.
4. Contractor Supervisor walk-through with assigned cleaning personnel.
C. As Needed:
1. Replace toilet and urinal deodorizers.
2. Removal of any foreign material stuck to ceilings, floors and walls.
GS -14-15-04 47
Addendum #3
Bus Operations – Contractor Area = 15,060 sq. ft.
Located in building A
Number of man-hours per month 244
Total Cost Per Month $ 3,789.65
Bus Maintenance Area (Ofices/Restrooms-ShowerslBreak Room) _
4,000 sq. ft.
Located in building B
Number of man-hours per month 91
Total Cost Per Month $ 1,356.45
5. JO ANNE DARCY LIBRARY -12,864 sq. ft.
Number of man-hours per month 107
Total Cost Per Month $ 1,824.95
6. OLD TOWN NEWHALL LIBRARY - 30,000 sq. ft.
Number of man-hours per month 244
Total Cost Per Month $ 4,679.00
7, VALENCIA LIBRARY - 23,966 sq, ft.
Number of man-hours per month 239
Total Cost Per Month $ 3,558.42
8. CANYON COUNTRY COMMUNITY CENTER - 4,000 sq. ft.
Number of man-hours per month 44
Total Cost Per Month $ 818.55
9. BUSINESS INCUBATOR - 4,842 sq. ft.
Number of man-hours per month 44
Total Cost Per Month $ 818.55
10. SCVTV CHANNEL 20 STUDIOS – 2,080 sq. ft TOTAL Area:
Studios, Offices, Common Areas, Restrooms
Total Cost Per Month (1 day/ week)
$ 375.00
TOTAL COST FOR MONTHLY JANITORIAL SERVICES - ALL LOCATIONS:
$ 31 582.58
(Combined costs for all locations)
TOTAL COST FOR YEARLY JANITORIAL SERVICES - ALL LOCATIONS:
GS -14-15-04
Addendum#3
$ 378,990.96 (A)
(Monthly total cost above times 12 for
a total yearly cost—also used on page 71)
67
FOR PUBLICATION ONE TIME Tuesday, August 19, 2014
NOTICE INVITING BIDS
Sealed bids must be received before 11:00 AM on Wednesday, August 27, 2014, by the
Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 120,
Santa Clarita, California, 91355-2196, at which time, or shortly thereafter, they will be
publicly opened and read in Suite 304 for the purchase of:
GS -14-15-04
Janitorial Services for Various
Facilities Owned and Operated by
The City of Santa Clarita
Specifications for this bid may be downloaded from the City's Purchasing website at
www.santa-clarita.com/purchasing. Please refer to specifications for complete details
and bid requirements. A job walk will be held on August 7, 2014 at 8:00 AM. The
location will be City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355. Meet in the
first floor lobby. The job walk is not mandatory but vendors are encouraged to attend.
This is the only time the facilities will be available to vendors.
The specifications in this notice shall be considered a part of any contract made
pursuant thereto.
Purchasing
(661) 286-4187
GS -14-15-04
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # GS -14-15-04
BID OPENING: August 27, 2014
The City of Santa Clarita invites sealed bids for:
Terms of payment:
Janitorial Services for Various
Facilities Owned and Operated by
The City of Santa Clarita
Subtotal US$ N/A
Delivery: N/A Sales or Use Tax (9.0%): US$ N/A
YEARLY TOTAL US$
(As calculated on page 71 of these specifications.)
1. Return original of Bid to: City of Santa Clarita
Purchasing Agent
23920 Valencia Blvd., Suite 120
Santa Clarita, CA 91355-2196
2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is
longer.
4. Bids must be on this Bid form and signed by the vendor's authorized representative. This
signature acknowledges the proposer has read and understands the requirements contained on
pages 1 to 80.
5. The last day for questions will be at Noon, August 21, 2014.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
BIDDER TO READ
I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned
agrees to furnish the commodity or service stipulated on this bid as stated above.
Company: Lee's Maintenance Service Inc. Address:4ninwgBid
ck reel awn uys, Ca 91405
Name (Print): Tyrone P. Ingram Signature_ — Company Phone No.:(818) 988-6644 Title of Pe:
GS -14-15-04 3
Add.d,m a2
C. SPECIFICATIONS
GENERAL SPECIFICATIONS
The City of Santa Clarita requires janitorial services at various facilities throughout the City. Refer to the
following for locations and requirements at each location. This General Specification section includes
general conditions and special provisions that shall apply to all jobsite locations. Also included in this
section are the site-specific instructions which more clearly define the service, scheduling, or special
circumstances for each location to be cleaned. This bid is a multiple criteria award.
I SCOPE
Contractor shall furnish all labor, supervision, cleaning materials, equipment, cleaning supplies,
insurance, and administrative services necessary to perform all janitorial services set forth in these
specifications. The contractor will be responsible for any damage to or loss of personal and / or City
property during the performance of these services.
II PRICING
A. Monthly Services: Prices submitted must include all costs incurred in order to provide all specified
services on a monthly basis. From time to time, the City may request certain services be
excluded, and such requests will be submitted by the City's official representative, confirmed in
writing, and reflected accordingly on that month's invoice.
B. Additional Locations / Increased or Decreased Scope: The cost for service at any new location
shall be calculated on a per square foot basis, at a rate comparable to the rates then in effect at
each location, or other similar City -owned locations the Contractor may service. Any new areas or
services added to the cleaning schedule shall be made a part of this agreement, with associated
costs to begin with the first date of service at any given location.
C. Additional Services: Pricing is also requested for a variety of "additional services." Such additional
services are not the same as the "routine" work provided daily. In the event the City requests any
of the additional services for which pricing is requested, Contractor agrees to accept such
requests for service and honor the pricing submitted herein.
D. Emergency and / or After -Hours Services (Non -Remedial in Nature): From time to time, the City
may require assistance from Contractor for a variety of non -routine services which must be
completed outside of the regular working schedule, and will be considered emergency in nature.
It is the intent that Contractor is willing and capable of accepting these requests for service, and
that these emergency services be completed in the same high quality manner as all other
services covered within these specifications.
E. Remedial Work Completed by City: Any work that is corrected by City staff shall be charged to
Contractor at a rate not to exceed $50.00 per hour, plus the actual cost of any supplies required.
111 CONTRACTOR'S RESPONSIBILITIES
A. Supervision: Supervisor shall notify the City's facility maintenance representative, in writing, of
any damage, breakage, water, electrical, or plumbing problems, regardless of the apparent
cause, inctuding graffiti and vandalism. Contractor must provide access to supervisory personnel
seven days a week, 24 -hours per day, 365 days per year. Contractor is responsible to provide
adequate supervision and direction of his employees, agents, and servants providing services to
City hereunder to ensure all work is correctly performed and per the contract requirements. The
supervisor shall act as agent for the Contractor, and shall be fully qualified to implement the
contract specifications set forth in the contract documents, and shall be available and on-call at all
other times as may be required.
GS -14-15-04 11
Adden&u #2
1. The supervisor's duties shall include, but are not limited to, quality control of services
provided hereunder, maintenance of cleanliness standard, work scheduling, sequencing
operations, on-site inspections, stock requisitioning, and material issuance, inventory and
storage control, report writing, general problem solving, and to investigate all janitorial
complaints as reported by the City's designated representative.
2. The Contractor must submit a list of at least three emergency telephone numbers of
management level, supervisory personnel, who are authorized to dispatch back-up working
crews in the event of an emergency service request by the designated City representative.
These emergency telephone numbers shall be different than, and in addition to, the day -time
office or regular answering service number from where the Contractor does business. The
Contractor will update these emergency numbers as required throughout the term of the
Agreement.
B. Contractor Personnel:
1. Contractor shall require all personnel to wear uniform garments and display identification of
the Contractor at all times, so as to be readily recognized by anyone in the building.
2. Contractor shall provide at least one employee, in a supervisorial capacity, who speaks fluent
English on-site at all times.
3. Contractor must instruct personnel to not move, adjust, or put away items found on desktops,
work tables, counters, etc., nor are they to place any items on top of them.
4. Contractor's employees shall not handle or use any office equipment, food, or personal
property of any building occupant.
5. The Contractor shall maintain and show evidence of an adequate back-up labor force to be
able to assist immediately in case of flood, fire, natural or man-made disasters, or any other
emergency.
6. Contractor shall employ only competent, careful, and orderly employees. If the City
determines that an employee is detrimental to the performance of the work, not qualified to
perform the assigned work, or guilty of improper conduct, the City may require removal of the
employee. The determination to remove any undesirable employee of the Contractor will be
determined by an authorized representative of the City.
7. Contractor shall adhere to all requirements of the California Labor Code, Sections 1060 -
1065- (Copy included with Invitation to Bid.)
C. (Quality and Workmanship:
1. Contractor agrees to provide adequate supervision and take any necessary measures to
assure that all work is completed in a workmanlike manner by qualified, careful, and efficient
workers. Contractor agrees to perform such work in strict accordance with the applicable
specifications. In the event of substandard workmanship or defective materials furnished by
the Contractor, the City may at any time require the Contractor to expeditiously remedy such
failure or defect at no cost or delay to the City. Substandard workmanship or defective
materials will be determined by an authorized representative of the City.
2. Unless otherwise specified in the purchase order, materials shall be new and workmanship
and material shall be of the highest quality. All manufactured articles, materials, and
equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in
accordance with the manufacturer's instructions, as applicable.
3. The Contractor shall provide cleaning services of a character customarily provided in Class A
commercial office buildings, regardless of whether such services are to be provided on a
routine basis as per these specifications, or whether such services may be requested at a
future date, and considered the same as additional services. The authorized City
representative shall be the sole judge of the quality of materials and service provided
hereunder.
D. Non -Registered Aliens: Contractor shall establish appropriate procedures and controls so that
GS -14-15-04 12
Addendum #2
services under the contract documents will not be performed by any alien or migrant who is not
legally eligible to perform such services or employment under United States laws, including
immigration laws.
E. Security
1. Contractor shall be responsible for security within each facility during the hours that his
personnel are working within each particular location.
2. City will issue all necessary keys or access devices to individual employees of the Contractor.
Under no circumstances shall the Contractor or any employee of the Contractor reproduce
any City keys or access devices. Additionally, these devices shall not be shared or
transferred among Contractor's employees without City approval. Contractor shall be
responsible for all keys issued. If keys are lost or misplaced, Contractor agrees to pay the
cost of rekeying locks that were operable by the lost or misplaced keys. Keys shall not be left
unattended or dangling from locks at any time and all exterior building doors shall remain
locked while Contractor's employees are on the premises. Contractor's employees shall be
instructed in the proper use of keys, locked or secured areas, and any special alarm systems
that may be in use.
3. Contractors' personnel will not admit anyone into the facility or any other locked area within
the job site at any time, or for any reason. Personnel entitled to enter the facility will hold
their own keys, and are required to use them, or seek assistance for entry from an authorized
City representative.
4. Upon leaving, the employees of Contractor shall ensure that all doors and windows
previously designated are locked, and all lights, unless otherwise instructed, are turned off.
F. Training: The Contractor is to have a formal, comprehensive training program for all personnel
assigned to perform services in the building. The training program shall cover techniques,
methods, equipment, and materials used in cleaning. In addition, training shall cover the
handling, use, and safe disposal of materials used in cleaning, pursuant to the City's municipal
National Pollution Discharge Elimination System (NPDES) permit and the City's municipal code.
G. Equipment and Equipment Storage: The Contractor will provide all equipment necessary for the
cleaning of the building in accordance with the intent and letter of the specifications. All cleaning
equipment shall be of the latest type consistent with good cleaning practices. All equipment shall
be kept in a clean and neat condition at all times. All equipment shall also be kept in first-class
working order at all times and shall be replaced when obsolete or defective, as determined by
City. All equipment will be of such a nature as to cause no damage to any of the architectural
finishes of the property including, but not limited to, all floor and wall surfaces. All electrically
operated equipment must have a three -pronged grounded plug and cord, and meet all local
safety regulations. City will provide an on-site area for the storage of Contractor's tools,
equipment, and materials at each jobsite.
H. Supplies: The City of Santa Clarita will be responsible for providing all paper supplies for use in
the building, such as toilet paper and paper towels. The City will also provide deodorizers,
feminine products, trash bags, and liquid hand soap. Contractor is to provide all equipment and
supplies necessary for cleaning and otherwise maintaining the facility as specified herein.
Materials: All cleaners, finishes, strippers, solvent, disinfectants, etc., used in the performance of
the services shall be of the highest quality. The intent is to provide a pleasant appearance with
lasting results. The use of cleaning chemicals or compounds which adversely impact the
environment or employees using the products will not be permitted. Contractor shall provide a
manufacturer's label analysis, including MSDS sheets, for all cleaning chemicals or compounds
to be used. No chemical or compound is to be used until it has been approved for use by the City
representative. The City desires best management practices to include environmentally
safe cleaning products and methods. Contractor must include a list of products proposed
with the bid response.
GS -14-15-04 13
Addendum #2
J. Disposal: The Bidder and its subcontractors shall handle, use, and dispose of all materials used
in cleaning or otherwise in a manner consistent with the City's NPDES permit and the City's
municipal code. Disposal of any materials into streets, gutters, or catch basins shall not be
permitted and is subject to fines. Disposal of recyclable solid waste in non -recyclable solid waste
containers will not be permitted.
IV RESPONSE TIMES
A. Corrective or Remedial Services: If it is determined that required services have not been
performed according to the established schedule or if service provided is not adequate, the
Contractor may be required to respond and correct such items or reimburse the City's cost to
correct such items. The determination of who will correct such deficiencies, the City or the
Contractor, shall be made by the authorized City representative.
In the event of substandard workmanship or use of defective materials, Contractor shall make
every effort to correct the situation without any undue delay, and any such corrective work must
be completed no longer than 12 hours from the time such corrections are requested by
authorized City representative. Contractor will provide such corrective work at no additional cost
or delay to the City. If Contractor fails to complete any such remedial work, the City reserves the
option to address the situation in-house, or to hire another outside company to complete that
work, in which case the contractor shall bear any costs associated with the remedial work.
B. Emergency Call -Out (Non -Scheduled) Services: In the event the City requires additional or
routine services on an immediate or emergency basis, Contractor shall have the capacity to
respond within two hours. Prices for such services shall adhere to those prices submitted on the
additional price sheet and shall remain valid throughout the term of this agreement, unless
otherwise amended in writing and accepted by all parties.
V SCHEDULES & REPORTING PROCEDURES
Contractor shall immediately notify the City's authorized representative of any damage, breakage,
water, electrical or plumbing problems, regardless of the apparent cause, including graffiti and
vandalism, and must follow up on all such incidents and problems by submitting the information on
the required forms.
A. Forms: Following the award of this bid, the City will provide Contractor with one complete set of
all report forms that Contractor is required to submit on a routine basis. It is the Contractor's
responsibility to retain these original report forms for duplicating purposes throughout the term of
this contract. In the event additional copies are required, Contractor is aware that reimbursement
to City for any added costs for such duplications are reimbursable to the City immediately upon
the City's written request. The reports include Janitorial Daily Inspection Sheet, Graffiti Report,
Needed Repairs Report.
B Reports: Contractor shall submit all required reports a minimum of once per week, and more
frequently when the situation demands immediate attention. All reports shall be in writing and will
include, but may not be limited to:
1. Requests for paper supplies.
2. Report of any required services which are not completed per the established schedules, with
a detailed explanation for each item listed.
3. Notification of all non -emergency service or repair items which the City must address within
any location cleaned by the Contractor.
4. Safety concerns and graffiti reports.
Contractor is required to complete all routine and emergency reports nightly, Monday through
Sunday, and all reports must be submitted to the authorized City Representative a minimum of
once per week.
GS -14-15-04 t4
Addend,m S2
C. Safety Reports: Submitted by Contractor immediately upon discovery and reported by telephone
to the emergency telephone number provided by City representative at time of contract award.
D. Parkins Lot Safety: Contractor shall provide a report at end of each night identifying location and
description of any lights in the parking lots that are non-functioning.
E. Graffiti Location Report: Shall be reported by Contractor at the end of each nightly cleaning shift
to the telephone number provided by City representative. Report to include location and type of
graffiti involved for each instance found that day.
F. Routine Service Schedule: This schedule will provide a basis for the daily inspections at all
facilities, and will be instrumental in determining where and when adjustments to routine services
may be required. Changes to the Routine Service Schedule may be made by the City's
authorized representative and any such changes in service will be based upon the frequency of
activities or events held at any one location.
G. Extended Service Schedule: Within 30 days after the award of this bid, the selected contractor
must provide the authorized City representative a comprehensive cleaning schedule identifying
which day(s) of the week and during which month(s) Contractor will complete weekly, bi-weekly,
monthly, quarterly and other periodic services, such as buffing, high dusting, steam cleaning
carpets, etc. This Extended Service Schedule shall also identify what days certain services will be
completed that are otherwise considered additional work, yet are typically requested on a routine
basis for one or more locations. The routine but additional services will be identified in detail
following the award of this bid and schedules worked out with the selected vendor following the
award of bid.
GS -14-15-04 15
Addendum 42
GENERAL CONDITIONS
TOTAL AREA AND NUMBER OF LOCATIONS
A. Total Area Cleaned: During the contract term resulting from the award of this solicitation, the
selected vendor is advised that the City may open additional buildings during the contract term.
Should a new building open, the City may choose to increase the scope of work during the initial
contract term. It is the City's desire that the selected contractor will be willing and capable of
accepting an increased scope of work, and that any additional work will achieve the same high
quality services as required per these specifications. This paragraph refers only to the possibility
of additional work and this possibility shall in no way be considered to be a guarantee that an
increase in the scope of work will be forthcoming.
B. Changes in Scope of Work: Any changes to the services requested or in the total area cleaned,
or number of locations cleaned will be specifically referenced or otherwise described in writing
and submitted to Contractor by the City's authorized representative, regardless of whether such
changes are considered temporary or permanent in nature. Temporary changes to the nightly
cleaning services are to be expected throughout the term of this agreement and the type of
changes may vary from one location to another location. Costs associated with any changes in
scope of work shall be reflected accordingly, whether an increase or decrease, on that month's
invoice.
C. Pricing for Increased Scope of Work: Pricing for services to any new locations shall be calculated
in the same manner as the prices quoted in the bid submittal for similar types of buildings or
facilities, such as a professional office building, transit facility, etc.
II SELECTION CRITERIA (Award of Contract)
MULTIPLE CRITERIA AWARD: This solicitation will be awarded on a multiple criteria basis, on
the following criteria (in order of importance): estimate of work hours, reference/site inspections,
cost, and demonstration of ability. Failing to provide any of the required information may result in
a reduced overall vendor score.
A. Estimate of work hours: Vendors estimated man-hours of work needed for cleaning all areas
as listed on the pricing page.
B. Site Inspection of Current Locations Cleaned: Bidders are hereby notified that City
representatives will conduct on-site inspections before the final selection and award of the
contract is made. The sites visited will be chosen from among the locations cleaned by bidder
and submitted on the reference sheets returned with bidders original bid submittal. The level of
cleanliness at the City Hall Building will serve as the minimum level of cleanliness acceptable to
the City for all work provided. As such, the City Hall Building will also serve as the baseline for
comparison during the on-site inspections at bidders' referenced facilities visited by City staff
during the on-site inspections. It is expected that the referenced facilities will provide an accurate
and valid representation of bidder's best work.
1) Bidders must submit a minimum of five (5) references that are able to allow City to
conduct an inspection of their facilities. An appropriate representative from each
reference should be available for questions at the City's request. If City is unable to
conduct an inspection due to Bidder's actions, the Bidder will receive a zero for this
criteria. References provided shall be located within 40 miles from Santa Clarita.
2) At least one of the five references shall be for a Class A, professional office building of at
least 50,000 sq. ft in size.
GS -14-15-04 16
Addendum 92
3) Three of the remaining references must be of a facility type similar in use as requested in
the scope of this bid (similar in use to the Corporate Yard facility or the Transit
Maintenance Facility, and Metrolink facilities), and where the bidder has provided
comprehensive full-service janitorial and complete floor maintenance services for a
period of not less than two (2) years.
4) The remaining reference may be any type of facility the bidder chooses.
5) Each reference shall include at a minimum, the following information:
i. Facility address.
ii. Company manager name and phone number.
iii. Type of facility /general use and total square footage of the area cleaned
within the referenced facility.
iv. Reference the services your company provides at this location.
v. Business name or other facility identification.
vi. Average number of man-hours you provide per month to clean the location
referenced.
6) The references provided shall be for the same scope of work found in these
specifications.
C. Cost: Overall cost of services, as evidenced by Bidders official submission. The overall cost will
be calculated as described on page 71 of these specifications and is the combination of the
following items:
• "Total Cost for Yearly Janitorial Services —All Locations"
• "Total Cost for Yearly Heated High Pressure Water Cleaning Services — All Locations"
• Adding each "Per Occurrence" cost for the five locations requiring Window Washing.
D. Demonstration of Ability: Evidence of ability will include, but not be limited to, proof of
adequate staffing to cover the number of man-hours estimated, equipment resources, commercial
experience, existing reputation and number of years in field. Vendor will provide a list of all the
following minimum requirements:
1) Identify all positions and number of staff required for the scope of work on this bid, to
include but not limited to:
i. Daily night crews
ii. Night supervisor
iii. Special cleaning crew (striping and waxing, steam cleaning). Example: two
night crew for each location, one day and one night supervisor, three-man
crew for striping, waxing and steam cleaning floors.
2) List all equipment available for use to staff for work at City locations, manufacturer's
name and model number (include with bid response)
3) List proposed cleaning products (include with bid response)
4) Vendor's length of time in business providing janitorial service to office buildings
III SITE INSPECTIONS OF REFERENCED FACILITIES
Bidders are hereby notified City representatives will conduct on-site inspections before the final
selection and award of contract is made. The sites visited will be chosen from among the locations
cleaned by Bidder and submitted on the reference sheets returned with Bidder's original bid submittal.
The City Hall building will also serve as the baseline for comparison during the on-site inspections at
Bidder's referenced facilities visited by City staff during the on-site inspections. It is expected that the
referenced facilities will provide an accurate and valid representation of Bidder's best work.
GS -14-15-04 17
Add.,du 92
IV REFERENCES
Bidders must submit a minimum of five references. References provided shall be located within
40 miles from Santa Clarita. At least one of the five references shall be for a Class A, professional
office building of at least 50,000 square feet in size. Three of the remaining references must be of a
facility type similar in use to the Corporate Yard facility or the Transit Maintenance Facility, and
Metrolink facilities. All references submitted shall be for locations in which Bidder has provided
comprehensive full-service janitorial services for a period of not less than two consecutive years.
V BONDING REQUIREMENTS
C. Performance Bond: A performance bond will be required upon award of contract in an amount no
less than 100 percent of the total contract cost. Said Performance Bond will be executed in the
event Contractor continues to provide substandard service for a period of 30 days, following
receipt of a written notice of said substandard service from the City.
D. Bid Guarantee Bond: The bond should be in an amount equal to 10 percent of Bidder's total
annual contract amount, and must accompany the Bidder's submittal in response to this
solicitation.
VI ADEQUATE STAFFING
Upon request, Contractor shall furnish all labor, supervision, cleaning materials, equipment, cleaning
supplies, insurance, training, and administrative services necessary to perform all janitorial services
set forth in these specifications. The Contractor shall maintain and show evidence of an adequate
back-up labor force to be able to assist immediately in case of flood, fire, natural or man-made
disasters, or any other emergency.
VII SUBCONTRACTORS
Contractor shall not assign or transfer any interest in this Agreement or the performance of any of
Contractor's obligations without the prior written consent of City.
VIII DISPOSAL PROCEDURES AND CLEANING DEFINITIONS
C Cleaning Materials: The Bidder and its subcontractors shall handle, use, and dispose of all
materials used in cleaning or otherwise in a manner consistent with the City's NPDES permit and
the City's municipal code. Disposal of any materials into streets, gutters, or catch basins shall not
be permitted and is subject to fines.
D. Refuse: Contractor will dispose of all trash collected during the routine cleaning services each
evening. All trash shall be deposited into the appropriate containers provided at each location.
Care will be taken to keep all trash enclosures clean and free of loose debris.
E. Recycling: To help ensure our City meets the state mandated diversion requirements of AB 939,
our organization currently encourages recycling by all occupants. Disposal of recyclable solid
waste in non -recyclable solid waste containers will not be permitted.
Sanitize: Sanitizing shall mean to kill 99 percent of all bacteria present with the use of an
approved quaternary compound. Sanitizing shall be accomplished by scrubbing or wiping with the
approved cleansing and disinfecting agent, followed with a final rinse of clean water, as
appropriate. Sanitizing shall be done only with an approved agent and method, and Contractor's
employees shall use only the amount of the agent and / or cleaning product as recommended on
the manufacturer's label.
GS -14-15-04 18
Addend, k%
G Disinfect: To kill 100 percent of existing bacteria and microorganisms, disinfecting shall be
accomplished by scrubbing or wiping with the approved cleansing and disinfecting agent,
followed with a final rinse of clean water as appropriate. Sanitizing shall be done only with an
approved agent and method, and Contractor's employees shall use only the amount of the agent
and / or cleaning product as recommended on the manufacturer's label.
H. Speed Buffing: The only acceptable method for the application of speed buffing compounds
requires they be mopped onto the floor and not sprayed. The compounds used must be
compatible with the type and speed of equipment that will be used at each particular location.
Refer to the Materials and Equipment section of these General Specifications for more detailed
information.
Heated High Pressure Water Cleaning: To be performed at the McBean Bus Transfer Station,
Metrolink stations and three libraries within the City of Santa Clarita. Maps highlighting the areas
to be serviced are included in Exhibit "A." The areas to be washed include:
• Passenger loading platforms
• Shelters
• Benches
• Adjacent walkways
• Exterior hallways, if present
• Stairways
• Access ramps
All stains should be pretreated with stain remover and disinfectant. Any stubborn stains should be
cleaned with a wire brush, putty knife, or other means to remove the material.
Care should be taken to not damage any surfaces during the cleaning process, including etching
of:
• Concrete
• Wood
• Glass
• Tactile and decorative tiles
• Painted directional or cautionary signage
• Yellow safety lines on passenger platforms
All work will be performed at night between the hours of 11:00 p.m. and 4:00 a.m
Although work is performed after hours, proper warning signs and cones should be positioned to
caution pedestrians who may enter the area.
All work needs to be scheduled in advance through the Facilities Supervisor.
Any wastewater is to be collected in a manner consistent with the City's NPDES permit and the
City's municipal code. Discharge of any wastewater into streets, gutters, or catch basins shall not
be permitted and is subject to fines.
Window Washing: 'Window washing' shall apply to the entire length of the window and is
separate from the daily cleaning of glass below six feet in height listed in the required services. All
products used to clean the windows and to remove all hard water stains or residue are to be non-
toxic and biodegradable. Acid based calcium stain removers shall not be used on any glass
surfaces. Material Safety Data Sheets (MSDS) are to be provided for all products and available at
each site for public review if requested. Stain removal chemicals or run-off shall not be permitted
to enter the storm drain system.
GS -14-15-04 19
Aaaendu q
Scrubbers may be used to clean or help remove any hard water stains or residue. However, any
damage, including scratches to the window caused by use of such devices, will be the
responsibility of the contractor to repair or replace at their sole cost.
All work shall be performed from the ground. Ladders or lifts may be used, but no equipment can
be attached to, from, or supported by the structure without prior approval of the City Facilities
Supervisor. The windows outside two offices on the third floor of the City Hall building have a
patio landing and should be cleaned from those locations.
De -ionized water systems can be used to wash any high glass as long as there are no spots or
residue left behind. All water (run-off) use to pre -wet, wash or rinse the windows that collects on a
non -porous surface must be collected and not allowed to enter the storm drain system.
All window ledges shall be wiped off to remove any dirt and/or residual water.
Contractor is required to provide cautionary signage and/or barricades to provide public safety
during the cleaning process. The ability to provide certificates of safety training for window
washing from the International Window Cleaning Association (IWCA) is desirable. Contractor
must follow all IWCA ANSI 1-14 Window Cleaning Safety Standards as well as all Cal -OSHA
regulations.
GS -14-15-04 20
ndduad'.m a=
SPECIAL PROVISIONS
City Hall Building
23920 Valencia Boulevard
Santa Clarita, CA 91355
I SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, elevator cabs, passageways, electrical,
janitorial, mechanical, and utility areas. Contractor shall render cleaning of all lunch areas, computer
rooms, and other areas unless specifically excluded in writing.
The City Hall building houses the City's municipal offices for the Mayor, City Council, City Manager,
Building and Safety, Community Development, Public Works, and Parks and Recreation, as well as
various other administrative functions, plus offices for two other municipal businesses. In addition,
this facility regularly hosts after-hours meetings attended by the general public, therefore, Contractor
may encounter some limitations as far as what times certain portions of the building will be available
for cleaning. The average daily number of occupants working from City Hall is estimated to be 300
persons. Further, it is estimated the number of visitors to this building is at least 25 persons, but not
usually more than 100 persons each day.
II GENERAL
A. Schedule: All cleaning services shall be performed five days per week, Monday through Friday,
between the hours of 6:00 p.m. and 5:00 a.m. No services are required to be performed on
Saturday, Sunday or holidays (see holiday schedule page 80) unless otherwise and specifically
requested by an authorized City representative. The City may modify or change the permanent
schedule by submitting a written notice no less than 10 days in advance.
B. Pricing: Price quoted shall be for monthly service and shall include all services requested herein.
Total area to be cleaned in this facility is 74,425 sq. ft. Gross square footage includes all office
areas, lobbies, restrooms, stairwells, janitorial storage rooms, elevators, etc. In the event any
portion of this building will not be cleaned during any full month period, the monthly payment will
be made for the actual number of square feet cleaned, and will exclude square footage for any
vacant suites or any other area the City may occasionally request not to be cleaned. City shall
notify Contractor in writing a minimum of 10 days in advance of any permanent changes to the
total area cleaned under the term of this contract.
C. Special Procedures:
1. Follow established procedure for key check out.
2. Review and initial daily log of tenant complaints and specific cleaning messages from the
City's designated representative.
3. Close and lock all tenant doors and turn off lights when cleaning of each suite is completed.
4. Lighting to be "ON" only when cleaning in the area/suite, hallways excluded.
4. Leave each interior office door as found upon entering: open or closed, locked or unlocked.
5. Entrance doors to each suite are to always remain closed and locked during cleaning.
6. Do not open any doors for anyone at any time.
7. Notify authorized City representative when additional paper supplies are needed.
8. Keep exterior trash and recycling bins, and surrounding areas, free and clear of debris.
9. Do not prop building doors open at any time during the evening.
GS -14-15-04 21
AddEm&, a2
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
1. Employee wastebaskets and recycling containers are to be emptied, including all exterior
receptacles. Items not in wastebaskets and/or recycling containers that are not clearly
marked as trash, should not be removed and/or discarded. Any food or other items are to be
left alone.
2.Ashtrays wiped clean located outside at building entrances.
3. Replace all items in exact location found, including chairs and wastebaskets.
4. Dust all horizontal surfaces that can be reached without a ladder with a treated dust cloth or
mitt, such as desks, cabinets, blinds, thermostats, etc. No feather dusters are to be used.
Papers and folders left on desks or cabinet tops are not to be moved or otherwise disturbed.
5.Any glass below 6 feet, including but not limited to partition glass walls and glass windows in
doors, etc., shall be cleaned.
6. Clean and sanitize all sink areas.
7. Carpets shall be vacuumed and spot cleaned.
B. Composition and tile floors shall be swept and spot mopped.
9.All marble and granite floors swept and mopped.
10. Ground floor lobbies and corridors shall be damp mopped.
11. All building entrance glass doors shall be cleaned.
12. Directory signs shall be cleaned.
13. Drinking fountains and water coolers shall be cleaned and sanitized.
14. Janitorial and storage rooms shall be organized.
15. Restrooms: It is the intention of this specification to keep the restrooms thoroughly clean and
to not use disinfectants to mask odors. Odorless disinfectants shall be used.
16. All waste receptacles in kitchen / break areas are to be emptied, thoroughly cleaned and
washed, and shall have new liners installed.
17. Clean and sanitize all surface areas.
18. Fill toilet tissue holders, seat cover containers, soap dispensers, towel dispensers, and
sanitary vending dispensers to capacity each day.
19. Damp mop floors using detergent disinfectant, making certain that no film is left on the floors.
20. Clean mirrors, soap dispensers, shelves, wash basins, exposed plumbing, dispensers, and
disposal containers using detergent, disinfectant, and water. Make certain all items are well
rinsed and no soap film remains.
21. Clean all partitions making certain that no soap film remains.
22. Clean toilets and urinals with detergent disinfectant, beginning with the seat and working
down.
23. Vacuum and clean elevators, including cabs, floors, and walls. Wipe down and polish all
metalwork to a uniformly bright and clean appearance.
24. Sweep and spot mop stairwells, including stairs and landing areas.
25. Clean all glass tabletops.
26. Clean presentation boards and replace chairs neatly in all conference rooms.
27. Remove scuff and heel marks on composition and tile floors.
28. Clean exterior of refrigerators and microwaves to a clean and shiny appearance.
B. Weekly:
1. Dust all high areas, such as sills, ledges, molding, pictures, etc.
2. Remove scuff and heel marks from chair mats.
3. Fingerprints removed from doors, frames, and light switches.
4. Sweep and mop exterior decks and wipe down tables and chairs.
5. Vacuum all carpet edges.
6. Wet mop stairwells, including stairs and landings.
7. Contractor Supervisor walk-through with assigned cleaning personnel.
8. Wipe down cabinet doors.
GS -14-15-04 22
Add.ndvm a2
9. Remove any cobwebs.
10. Clean all floor corners, baseboards, removing any dirt and scuff marks.
11. Clean soil marks from desks, counter tops, walls, and partitions.
12. Vacuum all draperies and upholstered furniture.
13. Clean, disinfect, and fill all floor drains with water.
C. Monthly:
1. Clean, strip, and wax composition and tile floors. Remove all wax splashes from baseboards.
2. Electrical, phone, mechanical, and janitorial rooms cleaned, swept, and wet mopped.
3. Wash and sanitize tile walls in restrooms.
4. Flush all floor drains with hot water and remove any standing water from floor.
D. Quarterly:
1. Clean, strip, and wax electrical, phone, mechanical, and janitorial rooms.
E. As Needed:
1. Replace toilet and urinal deodorizers
2. Window washing as defined in Item Hof Section VIII DISPOSAL PROCEDURES AND
CLEANING DEFINITIONS.
3. Contractor Supervisor walk-through with City's authorized representative.
GS -14-15-04 23
AdtlengOm E2
Corporate Yard Facility
25663 Avenue Stanford
Santa Clarita, CA 91355
I SCOPE
Contractor shall perform the following specified services throughout the premises, including all office
space, lobbies, entry doors, restrooms, showers / locker rooms, lunchrooms, electrical, janitorial,
mechanical, and utility areas. There is a fitness gym located within the service bays that is to be
cleaned as directed. The size of the gym is approximately 1550 square feet and contains
approximately 33 pieces of exercise equipment. It is anticipated that no more than 4 cleanings per
year will be required. The only areas to be excluded from service include vehicle service garages,
service bays, equipment and materials storage areas, and any portable buildings. However, there are
a few trash and/or recycling containers located within these excluded areas which shall be emptied
daily as a part of the contract. The level of cleaning provided at this location shall be the same as
that provided for the City Hall building.
The Corporate Yard facility operates from 6:00 a.m. until 5:00 p.m. The average daily number of
occupants working from this facility is estimated to be at least 60 persons. Cleaning services shall be
provided for approximately 13,400 square feet of space at this location.
All areas of this facility will not be cleaned on a routine basis per the scope of this contract, but the
diversity of services provided from this location, as well as the close proximity of the field operations
areas to the administrative offices will be an important consideration when preparing your bid for
submittal and ensuring the bid submitted accurately reflects the amount of time that will be required to
consistently provide the level of cleaning expected by the City each and every day.
II GENERAL
A. Schedule: All cleaning services shall be performed five nights per week, Monday through Friday
between the hours of 6 p.m. and 5 a.m. No regular services are required on Saturday, Sunday,
or holidays, (see holiday schedule on page 80) unless otherwise requested by the City. The
building is open and accessible on Saturday and Sunday should the contractor require additional
time in the building for scheduled or additional cleaning activities. The City may modify this
cleaning schedule from time to time and will provide contractor with a written advance notice at
least ten days.
B. Pricing: Price quoted shall be for monthly service and shall include all services requested herein,
Total area to be cleaned at this location is 13,400 square feet and includes all office areas,
common lobbies, stairwells, janitor closets, locker rooms, restrooms, electrical and mechanical
rooms and storage areas. Pricing shall not include cost to clean any vehicle repair, warehouse,
or central storage areas.
C. Special Procedures
1. Turn off security alarm upon entrance, and reset the alarm upon exit of building.
2. Review and initial daily log of occupant complaints and / or cleaning related messages.
3. Turn off all lights when leaving, unless otherwise noted.
4. Leave each interior office door as found upon entering: either open or closed, and locked or
unlocked.
5. Do not open any doors for anyone.
6. Keep exterior trash bin areas free and clear of debris.
GS -14-15-04 24
Addendum #2
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
1. Employee wastebaskets, recycling containers and other trash receptacles emptied. Items
not in wastebaskets and/or recycling containers that are not clearly marked as trash,
should not be removed and/or discarded. Any food or other items are to be left alone.
2. Ashtrays wiped clean at exterior of building.
3. Replace all items in exact location found.
4. Dust all horizontal surfaces that can be reached without a ladder with a treated dust cloth
or mitt, such as desks, cabinets, blinds, thermostats, etc. No feather dusters are to be
used. Papers and folders left on desks or cabinet tops are not to be moved. Chairs and
waste receptacles are to be replaced at desks in original positions.
5. Any glass below 6 feet, including but not limited to partition glass walls and glass
windows in doors, etc., shall be cleaned.
6. Clean and sanitize sinks.
7. Carpets shall be vacuumed and spot cleaned.
8. Composition and tile floors shall be swept and spot mopped.
9. Clean all building entrance glass doors.
10. Directory signs shall be cleaned.
11. Drinking fountains and water coolers cleaned and sanitized.
12. Janitorial and storage rooms organized.
13. Restrooms: It is the intention of this specification to keep the restrooms thoroughly clean
and not to use disinfectants to mask odors. Odorless disinfectants shall be used.
14. All waste receptacles in kitchen / break areas and at exterior of building are to be
emptied, thoroughly cleaned and washed and shall have new liners installed.
15. Clean and sanitize all surface areas.
16. Fill toilet tissue holders, seat cover containers, soap dispensers, towel dispensers, and
sanitary vending dispensers. The filling of such dispensers shall be to capacity each day.
17. Damp mop floors using detergent disinfectant, make certain that no film is left on the
floors.
18. Clean mirrors, soap dispensers, shelves, wash basins, exposed plumbing, dispensers
and disposal containers using detergent disinfectant and water. Make certain all items
are well rinsed and no soap film remains.
19. Clean all partitions making certain that no soap film remains.
20. Clean toilets and urinals with detergent disinfectant, beginning with the seat and working
down.
21. Clean all glass tabletops.
22. Clean presentation boards and replace chairs neatly in all conference rooms.
23. Remove scuff and heel marks on composition and tile floors.
24. Clean exterior of refrigerators and microwaves to a clean and shiny appearance.
Weekly:
1. Dust all high areas, such as sills, ledges, molding, pictures, etc.
2. Vacuum all draperies and upholstered furniture.
3. Remove scuff and heel marks from chair mats.
4. Fingerprints removed from doors, frames and light switches.
5. Sweep and mop exterior decks and wipe down tables and chairs.
6. Vacuum all carpet edges.
7. Wet mop stairs and landings.
8. Supervisor walk-through with assigned cleaning personnel.
9. Wipe down cabinet doors.
10. Remove any cobwebs around ceiling area.
11. Clean all baseboards and remove any dirt and scuff marks.
GS -14-15-04 25
Add ,dw-a2
12. Clean all floor corners.
13. Clean soil marks from desks, counter tops, walls and partitions.
C. Monthly:
1. Clean, strip, and wax composition and tile floors. Remove all wax splashes from baseboards.
2. Electrical, phone, mechanical, and janitorial room areas cleaned, swept, and wet mopped.
3. Wash and sanitize tile walls in restrooms.
4. Flush all floor drains with hot water and remove any standing water from floor.
D. Quarterly:
1. Clean, strip, and wax electrical, phone, mechanical, and janitorial rooms
E. As Needed:
1. Replace toilet and urinal deodorizers.
2. Window washing as defined in Item H of Section VIII DISPOSAL PROCEDURES AND
CLEANING DEFINITIONS.
3. Cleaning of fitness gym to include:
(1) Vacuum/mop floors
(2) Wipe down equipment
(3) Empty trash
4. Contractor supervisor walk-through with City's authorized representative.
GS -14-15-04 26
Adde,dun #2
Metrolinks and Transit Facilities
SCOPE
Contractor shall perform the following specified services throughout the entire premises at each
Metrolink facility referenced per this Exhibit. Premises at each location shall include all restrooms,
snack / coffee / vending areas, the bus and / or train loading platforms and associated pedestrian
walkways and ticketing areas, a security office and all electrical, mechanical, and janitorial rooms.
Cleaning services provided within restrooms and offices shall include.all interior walls, ceilings, and
floors. Exterior cleaning shall include all perimeter walkways, benches and stairways, and all areas
immediately surrounding the restrooms and vending / snack areas, as well as the emptying of all
trash cans, the sweeping of stairways and walkways, wiping down of benches and directories. Refer
to the attached site plans for exact description of exterior areas to be cleaned.
Transit facilities to be cleaned per this agreement include the following locations:
Soledad Metrolink Station
22122 Soledad Canyon Road
Approximate square footage: Interior: 895 square feet
Exterior / Platform Areas. 3,865 square feet
Jan Heidt Newhall Metrolink Station
24300 Railroad Avenue
Approximate square footage: Interior: 500 square feet
Exterior / Platform Areas: 1,025 square feet
McBean Transfer Station
24375 Valencia Boulevard
Approximate square footage:
Via Princessa Station
19201 Via Princessa
Approximate square footage
II GENERAL
Interior: 527 square feet
Exterior / Platform Areas: 4,000 square feet
Interior: 1,100 square feet
Exterior / Platform Areas: 605 square feet
A. Schedule. All cleaning services shall be performed during the nights and times detailed below..
No nightly services, except for required make-up work, need be performed on Sunday, or
designated holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving, and Christmas, unless otherwise directed by City. This schedule may be modified
from time to time. City will notify contractor if changes become necessary.
Nightly cleaning operations to be performed as indicated below:
Soledad Station: Between 10:00 p.m. and 4:00 a.m., Monday through Friday.
Jan Heidt Newhall Station: Between 1:00 a.m. and 4:00 a.m., Monday through Saturday
McBean Transfer Station: Between 10:00 p.m. and 4:00 a.m., Monday through Sunday
Via Princessa Station: Between 10:00 p.m. and 4:00 a.m., Monday through Friday
Pricing: Price quoted shall include all costs to provide all services requested herein at the
frequency described for each location referenced.
GS -14-15-04 27
Adaentlum #2
C. Recycling and Trash Disposal: Each location shall have containers specifically designated for
recycling. Contractor shall remove all trash and recyclable materials each day and deposit them into the
designated recycling area for each location as follows:
Soledad Metrolink Station — Recycling bin available on-site
Jan Heidt Newhall Metrolink Station — Recycling bin available at Soledad Metrolink Station
McBean Transfer Station — Recycling bin available at City Hall building
Via Princessa Metrolink Station — Recycling bin available at Soledad Metrolink Station
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
1. All trash receptacles and ashtrays emptied. Items not in wastebaskets and/or recycling
containers that are not clearly marked as trash, should not be removed and/or discarded.
Any food or other items are to be left alone.
2. Entrance doors cleaned.
3. Fingerprints removed from doors, door frames and wall switches.
4. All paper, soap, and feminine product dispensers filled.
5. Wet mop painted concrete restroom floors.
6. Clean public telephone area.
7. Clean all directory signs.
8. Clean food vending machine area.
9. Organize janitorial and storage rooms.
10. Close and lock all doors and turn off lights each night.
11. Waste and sanitary napkin receptacles emptied.
12. Drinking fountains cleaned and sanitized.
13. Sweep walkways, stairways and platform area.
14. Restrooms cleaned and sanitized, including all sinks, toilets, and urinals.
B. Monthly:
1. Electrical and utility room areas cleaned, swept, and wet mopped.
2. Shelters of the platform shall have all glass cleaned.
3. Supervisor walk-through with City building personnel.
4. Dust high areas, sills, ledges, molding, pictures, etc.
5. Contractor Supervisor walk-through with assigned cleaning personnel.
6. Pressure wash all platform and waiting areas at the McBean Transfer Station and Jan Heidt
Newhall Metrolink Station.
E. As Needed:
1. Replace toilet and urinal deodorizers.
2. Removal of any foreign material stuck to ceilings, floors and walls.
3. Clean exterior walls and tops of bike lockers.
4. Pressure wash all platform and waiting areas
GS -14-15-04 28
Addendum.a2
Transit Maintenance Facility
28250 Constellation Road
Santa Clarita, CA 91355
I SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, elevator cabs, passage ways, and,
janitorial, and utility areas. Contractor shall render cleaning of all lunch areas, and other areas unless
specifically excluded in writing.
The Transit Maintenance Facility (TMF) houses the City's municipal offices for the Santa Clarita
Transit operation. This includes the Transit Division of the Administrative Services Department, the
bus operator contractor and the bus drivers. In addition, this facility operates on a 21 -hour day,
therefore, Contractor may encounter some limitations as far as what times certain portions of the
building will be available for cleaning. The average daily number of occupants working in the TMF is
estimated to be 176 persons, further, it is estimated the number of visitors to this building is at least
20 persons, but occasionally large groups tour the facility during normal business hours only. The
city understands a better program of janitorial maintenance may require Day Porter services,
II GENERAL
A. Schedule: All cleaning services shall be performed between the hours of 6:00 p.m. and 1:00 a.m.
No services are required to be performed on New Year's Day, unless otherwise and specifically
requested by an authorized City Representative. The City may modify or change the permanent
schedule by submitting a written notice no less than ten days in advance.
B. Pricing. Price quoted shall be for monthly service and shall include all services requested herein.
Total area to be cleaned in this facility is 28,560 square feet. The gross square footage includes
all office areas, lobbies, restrooms, hallways, janitorial storage rooms, etc. In the event any
portion of this building will not be cleaned during any full month period, the monthly payment will
be made for the actual number of square feet cleaned and will exclude square footage for any
vacant offices or any other area the City may occasionally request not to be cleaned. City shall
notify Contractor in writing a minimum of ten days in advance of any permanent changes to the
total area cleaned under the term of this contract.
C. Special Procedures:
1. General:
a. Review and initial daily log of tenant complaints and specific cleaning messages from the
City's designated representative.
b. Close and lock all tenant doors and turn off lights when cleaning of each suite is
completed.
c. Leave each interior office door as found upon entering: open or closed, and locked or
unlocked.
d. Entrance doors to each suite are to always remain closed and locked during cleaning.
e. Do not open any doors for anyone at any time.
f. Notify authorized City representative when additional paper supplies are needed.
g. Keep areas around exterior trash and recycling bins free and clear of debris.
h. Do not prop building doors open at any time during the evening.
GS -14-15-04 29
Addendum #2
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
1. Empty all wastebaskets and recycling containers. Items not in wastebaskets and/or recycling
containers that are not clearly marked as trash, should not be removed and/or discarded. Any
food or other items are to be left alone.
2. Wipe ashtrays clean that are located outside at building entrances.
3. Replace all items in exact location found, including chairs and wastebaskets.
4. Dust all horizontal surfaces that can be reached without a ladder:
• Use a treated dust cloth or mitt; no feather dusters permitted.
• Desks, cabinets, blinds, thermostats, etc.
• Papers and folders left on desks or cabinet tops are not to be moved or otherwise
disturbed.
5. Any glass below 6 feet, including but not limited to partition glass walls and glass windows in
doors, etc., shall be cleaned.
6. Remove fingerprints from doors, frames, and light switches.
7. Clean and sanitize all kitchen area surfaces:
• Appliances
• Counters
• Cabinets
• Sinks and faucets
• Dispensers
• Waste receptacles
8. Vacuum and spot clean carpet tiles.
9. Sweep and spot mop composition and tile floors.
10. Vacuum lightweight concrete tile floors clean.
11. Clean all building entrance glass doors.
12. Clean directory signs.
13. Clean and sanitize drinking fountains and water coolers.
14. Clean and sanitize all restroom area surfaces, using odorless disinfectants:
• Toilets and urinals
- Clean toilets and flush urinals with detergent disinfectant
- Clean waterless urinal with glass cleaner and lint -free cloth.
• Sinks and faucets
• Counters
• Walls and partitions
• Floors
• Waste receptacles
• Dispensers
• Mirrors
15. Fill product dispensers to capacity each day:
• Toilet tissue
• Hand towels
• Seat covers
• Soap dispenser
• Sanitary vending
16. Apply appropriate oil coating to black countertops in break rooms.
17. Clean presentation boards and replace chairs neatly in all conference rooms.
18. Remove scuff and heel marks on composition and tile floors.
19. Keep janitorial and storage rooms organized.
GS -14-15-04 30
A,dtl m 92
B. Weekly:
1. Sweep and mop exterior decks and wipe down tables and chairs.
2. Vacuum all carpet edges.
3. Remove any cobwebs.
4. Clean all floor corners, baseboards, and remove any dirt and scuff marks.
5. Clean soil marks from desks, counter tops, walls, and partitions.
& Clean, disinfect, and fill all floor drains with water.
7. Contractor Supervisor walk-through with assigned cleaning personnel.
C. Monthly:
1. Clean, strip, and wax composition and tile floors. Remove all wax splashes from baseboards
in building "B."
2. Wash and sanitize tile walls in restrooms.
D. As Needed:
1. Replace toilet and urinal deodorizers.
2. Window washing as defined in Item H of Section VIII DISPOSAL PROCEDURES AND
CLEANING DEFINITIONS.
3. Conractor Supervisor walk-through with City's authorized representative.
GS -14-15-04 - 31
AMerb k2
Jo Anne Darcy Library
18601 Soledad Canyon Road
Santa Clarita, CA 91351
SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, lunchrooms, meeting rooms, elevator
cabs, passageways, electrical, janitorial, mechanical, and utility areas. Trash and/or recycling
containers located in the parking lots or our surrounding areas shall be emptied daily. All cleaning
products must be LEED approved Green Seal products.
Contractor shall supply and replenish all necessary supplies such as hand towels, toilet paper, soap,
etc., daily. A sufficient supply is to be provided until the next servicing day (Contractor is responsible
to monitor/evaluate the needs of the library and provide sufficient supplies).
Contractor shall leave an adequate supply of janitorial supplies on sight such as brooms, mops,
buckets, etc.
II GENERAL
A. Schedule: All cleaning services shall be performed seven nights per week, Monday through
Sunday, between the hours of 8:00 p.m. and 5:00 a.m. No regular services are required to be
performed on holidays (see holiday schedule page 80) unless otherwise and specifically
requested by an authorized City representative. The City may modify or change the permanent
schedule by submitting a written notice no less than 10 days in advance.
B. Pricing: Price quoted shall be for monthly service and shall include all services requested herein.
Total area to be cleaned in this facility is 12,864 sq. ft. Gross square footage includes all office
areas, lobbies, restrooms, stairwells, janitorial storage rooms, elevators, etc. In the event any
portion of this building will not be cleaned during any full month period, the monthly payment will
be made for the actual number of square feet cleaned, and will exclude square footage for any
vacant suites or any other area the City may occasionally request not to be cleaned. City shall
notify Contractor in writing a minimum of 10 days in advance of any permanent changes to the
total area cleaned under the term of this contract.
C. Special Procedures:
1. Turn off security alarm upon entrance and reset the alarm upon exit of building.
2. Follow established procedure for key check out.
3. Review and initial daily log of tenant complaints and specific cleaning messages from the
City's designated representative.
4. Turn off lights when leaving, unless otherwise noted.
5. Leave each interior office door as found upon entering: open or closed, locked or unlocked.
6. Entrance doors to each suite are to always remain closed and locked during cleaning.
7. Do not open any doors for anyone at any time.
8. Notify authorized City representative when additional paper supplies are needed.
9. Keep exterior trash and recycling bins free and clear of debris.
10. Keep book drops interior free and clear of debris.
11. Do not prop exterior building doors open at any time during the evening.
GS -14-15-04 32
Add.nJJM k2
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
1. Employee and public wastebaskets, recycling containers and other trash receptacles are to be
emptied. Items not in wastebaskets and/or recycling containers that are not clearly marked as
trash, should not be removed and/or discarded. Any food or other items are to be left alone.
2. Ashtrays located outside of building entrances wiped clean.
3. Replace all items in exact location found, including chairs and wastebaskets.
4. Dust all horizontal surfaces that can be reached without a ladder with a treated dust cloth or
mitt. Examples of surfaces include desks, cabinets, blinds, thermostats, etc. No feather dusters
are to be used. Papers and folders left on desks or cabinet tops are not to be moved or
otherwise disturbed. Chairs and waste receptacles are to be replaced at desks in original
positions.
5. Any glass below 6 feet, including but not limited to partition glass walls and glass windows in
doors, etc., shall be cleaned.
6. Clean and sanitize all sink areas.
7. Carpets shall be vacuumed and spot cleaned.
8. Composition and tile floors shall be swept and spot mopped.
9. Ground floor lobbies and corridors shall be damp mopped.
10. All building entrance glass doors shall be cleaned.
11. Directory signs shall be cleaned.
12. Drinking fountains and water coolers shall be cleaned and sanitized.
13. Janitorial and storage rooms shall be organized.
14. Restrooms: It is the intention of this specification to keep the restrooms thoroughly clean and to
not use disinfectants to mask odors. LEED approved by Green Seal cleaning products shall be
used.
15. All waste receptacles in kitchen / break areas are to be emptied, thoroughly cleaned and
washed, and shall have new liners installed.
16. Clean and sanitize all surface areas.
17. Fill toilet tissue holders, seat cover containers, soap dispensers, towel dispensers, and sanitary
vending dispensers to capacity each day.
18. Damp mop floors using LEED approved detergent disinfectant, making certain that no film is left
on the floors.
19. Clean mirrors, soap dispensers, shelves, wash basins, exposed plumbing, dispensers, and
disposal containers using LEED approved detergent, disinfectant, and water. Make certain all
items are well rinsed and no soap film remains.
20. Clean all partitions making certain that no soap film remains.
21. Clean toilets and urinals with detergent disinfectant, beginning with the seat and working down.
22. Vacuum and clean elevators, including cabs, floors, and walls. Wipe down and polish all
metalwork to a uniformly bright and clean appearance.
23. Sweep and spot mop stairwells, include stairs and landing areas.
24. Clean all glass tabletops.
25. Clean presentation boards and replace chairs neatly in all conference rooms.
26. Remove scuff and heel marks on composition and tile floors.
27. Clean exterior of refrigerators and microwaves to a clean and shiny appearance.
28. Remove graffiti from partitions, walls, etc. Any graffiti that is non -removable shall be reported to
Branch Manager.
B. Weekly:
1. Dust all high areas, such as sills, ledges, molding, pictures, etc.
2. Remove scuff and heel marks from chair mats.
3. Fingerprints removed from doors, frames, and light switches.
4. Sweep and mop exterior decks and wipe down tables and chairs.
GS -14-15-04 33
Addendum tl
5. Vacuum all carpet edges.
6. Wet mop stairwells, including stairs and landings.
7. Supervisor walk-through with assigned cleaning personnel.
8. Wipe down cabinet doors.
9. Remove any cobwebs.
10. Clean all floor corners, baseboards, removing any dirt and scuff marks.
11. Clean soil marks from desks, counter tops, walls, and partitions.
12. Vacuum all draperies and upholstered furniture.
13. Clean, disinfect, and fill all floor drains with water.
14. Wipe and clean book drops in entry way and parking lot
C. Monthly:
1. Clean, strip, and wax composition and tile floors. Remove all wax splashes from baseboards.
2. Electrical, phone, mechanical, and janitorial rooms cleaned, swept, and wet mopped.
3. Wash and sanitize tile walls in restrooms.
4. Flush all floor drains with hot water and remove any standing water from floor.
D. Quarterly:
1. Clean, strip, and wax electrical, phone, mechanical, and janitorial rooms.
2. Shampoo upholstered furniture and clean plastic and vinyl covered chairs.
3. Strip and wax/seal floors.
Semi-annually:
1. Clean ceiling air vents
2. Remove all vents using ladders, or scaffolding as appropriate.
3. Remove and clean thoroughly all covers using appropriate cleaning materials.
4. Vacuum air vents thoroughly.
5. Clean window shades.
6. Clean windows and glass.
7. Clean windows using ladders, scaffolding, hydraulic lifts, or catwalks as appropriate.
8. Clean thoroughly all window sills and ledges.
9. All windows are to be cleaned with no inconvenience to the library staff or the public.
F. Annually:
1. Clean thoroughly all light fixtures (frames and lens) using appropriate cleaning materials.
G. As Needed:
1. Dust and clean thoroughly all window shades using appropriate cleaning materials.
2. Shampoo and remove stains thoroughly from all upholstered furniture using appropriate
cleaning materials for various upholstery types.
3. Replace toilet and urinal deodorizers.
4. Contractor supervisor walk-through with City's authorized representative.
GS -14-15-04 34
Addendum #2
Old Town Newhall Library
24500 Main Street
Santa Clarita, CA 91321
I SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, lunchrooms, meeting rooms, elevator
cabs, passageways, electrical, janitorial, mechanical, and utility areas. Trash and/or recycling
containers located in the parking lots or our surrounding areas shall be emptied daily. All cleaning
products must be LEED approved Green Seal products.
Contractor shall supply and replenish all necessary supplies such as hand towels, toilet paper, soap,
etc., daily. A sufficient supply is to be provided until the next servicing day (Contractor is responsible
to monitor/evaluate the needs of the library and provide sufficient supplies).
Contractor shall leave an adequate supply of janitorial supplies on sight such as brooms, mops,
buckets, etc.
II GENERAL
A. Schedule: All cleaning services shall be performed seven nights per week, Monday through
Sunday, between the hours of 8:00 p.m. and 5:00 a.m. No regular services are required to be
performed on holidays (see holiday schedule page 80) unless otherwise and specifically
requested by an authorized City representative. The City may modify or change the permanent
schedule by submitting a written notice no less than 10 days in advance.
Pricing: Price quoted shall be for monthly service and shall include all services requested herein.
Total area to be cleaned in this facility is 30,000 sq. ft. Gross square footage includes all office
areas, lobbies, restrooms, stairwells, janitorial storage rooms, elevators, etc. In the event any
portion of this building will not be cleaned during any full month period, the monthly payment will
be made for the actual number of square feet cleaned, and will exclude square footage for any
vacant suites or any other area the City may occasionally request not to be cleaned. City shall
notify Contractor in writing a minimum of 10 days in advance of any permanent changes to the
total area cleaned under the term of this contract.
C. Special Procedures:
1. Turn off security alarm upon entrance and reset the alarm upon exit of building.
2. Follow established procedure for key check out.
3. Review and initial daily log of tenant complaints and specific cleaning messages from the
City's designated representative.
4. Turn off lights when leaving, unless otherwise noted.
5. Leave each interior office door as found upon entering: open or closed, locked or unlocked.
6. Entrance doors to each suite are to always remain closed and locked during cleaning.
7. Do not open any doors for anyone at any time.
B. Notify authorized City representative when additional paper supplies are needed.
9. Keep exterior trash and recycling bins free and clear of debris.
10. Keep book drops interior free and clear of debris.
11. Do not prop exterior building doors open at any time during the evening.
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
GS -14-15-04 35
Add,,&m B2
1. Employee and public wastebaskets, recycling containers and other trash receptacles are to be
emptied. Items not in wastebaskets and/or recycling containers that are not clearly marked as
trash, should not be removed and/or discarded. Any food or other items are to be left alone.
2. Ashtrays located outside of building entrances wiped clean.
3. Replace all items in exact location found, including chairs and wastebaskets.
4. Dust all horizontal surfaces that can be reached without a ladder with a treated dust cloth or
mitt. Examples of surfaces include desks, cabinets, blinds, thermostats, etc. No feather dusters
are to be used. Papers and folders left on desks or cabinet tops are not to be moved or
otherwise disturbed. Chairs and waste receptacles are to be replaced at desks in original
positions.
5. Any glass below 6 feet, including but not limited to partition glass walls and glass windows in
doors, etc., shall be cleaned.
6. Clean and sanitize all sink areas.
7. Carpets shall be vacuumed and spot cleaned.
8. Composition and the floors shall be swept and spot mopped.
9. Ground floor lobbies and corridors shall be damp mopped.
10. All building entrance glass doors shall be cleaned.
11. Directory signs shall be cleaned.
12. Drinking fountains and water coolers shall be cleaned and sanitized.
13. Janitorial and storage rooms shall be organized.
14. Restrooms: It is the intention of this specification to keep the restrooms thoroughly clean and to
not use disinfectants to mask odors. LEED approved by Green Seal cleaning products shall be
used.
15. All waste receptacles in kitchen / break areas are to be emptied, thoroughly cleaned and
washed, and shall have new liners installed.
16. Clean and sanitize all surface areas.
17. Fill toilet tissue holders, seat cover containers, soap dispensers, towel dispensers, and sanitary
vending dispensers to capacity each day.
18. Damp mop floors using LEED approved detergent disinfectant, making certain that no film is left
on the floors.
19. Clean mirrors, soap dispensers, shelves, wash basins, exposed plumbing, dispensers, and
disposal containers using LEED approved detergent, disinfectant, and water. Make certain all
items are well rinsed and no soap film remains.
20. Clean all partitions making certain that no soap film remains.
21. Clean toilets and urinals with detergent disinfectant, beginning with the seat and working down.
22. Vacuum and clean elevators, including cabs, floors, and walls. Wipe down and polish all
metalwork to a uniformly bright and clean appearance
23. Sweep and spot mop stairwells, include stairs and landing areas.
24. Clean all glass tabletops.
25. Clean presentation boards and replace chairs neatly in all conference rooms.
26. Remove scuff and heel marks on composition and tile floors.
27. Clean exterior of refrigerators and microwaves to a clean and shiny appearance.
28. Remove graffiti from partitions, walls, etc. Any graffiti that is non -removable shall be reported to
Branch Manager.
Weekly:
1. Dust all high areas, such as sills, ledges, molding, pictures, etc.
2. Remove scuff and heel marks from chair mats.
3. Fingerprints removed from doors, frames, and light switches.
4. Sweep and mop exterior decks and wipe down tables and chairs.
5. Vacuum all carpet edges.
6. Wet mop stairwells, including stairs and landings.
7. Supervisor walk-through with assigned cleaning personnel.
8. Wipe down cabinet doors.
9. Remove any cobwebs.
GS -14-15-04 36
Adds dum a2
10. Clean all floor corners, baseboards, removing any dirt and scuff marks.
11. Clean soil marks from desks, counter tops, walls, and partitions.
12. Vacuum all draperies and upholstered furniture.
13. Clean, disinfect, and fill all floor drains with water.
14. Wipe and clean book drops in entry way and parking lot
C. Monthly:
1. Clean, strip, and wax composition and tile floors. Remove all wax splashes from baseboards.
2. Electrical, phone, mechanical, and janitorial rooms cleaned, swept, and wet mopped.
3. Wash and sanitize tile walls in restrooms.
4. Flush all floor drains with hot water and remove any standing water from floor.
Quarterly:
1. Clean, strip, and wax electrical, phone, mechanical, and janitorial rooms.
2. Shampoo upholstered furniture and clean plastic and vinyl covered chairs.
3. Strip and wax/seal floors.
E. Semi-annually:
1. Clean ceiling air vents
2. Remove all vents using ladders, or scaffolding as appropriate.
3. Remove and clean thoroughly all covers using appropriate cleaning materials.
4. Vacuum air vents thoroughly.
5. Clean window shades.
6. Clean windows and glass.
7. Clean windows using ladders, scaffolding, hydraulic lifts, or catwalks as appropriate.
8. Clean thoroughly all window sills and ledges.
9. All windows are to be cleaned with no inconvenience to the library staff or the public.
F. Annually:
1. Clean thoroughly all light fixtures (frames and lens) using appropriate cleaning materials.
G. As Needed:
1. Dust and clean thoroughly all window shades using appropriate cleaning materials.
2. Shampoo and remove stains thoroughly from all upholstered furniture using appropriate
cleaning materials for various upholstery types.
3. Replace toilet and urinal deodorizers.
4. Window washing as defined in Item H of Section VIII DISPOSAL PROCEDURES AND
CLEANING DEFINITIONS.
5. Contractor supervisor walk-through with City's authorized representative.
GS -14-15-04 37
Acdern U. #2
Valencia Library
23743 Valencia Boulevard
Santa Clarita, CA 91355
I SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, lunchrooms, meeting rooms, elevator
cabs, passageways, electrical, janitorial, mechanical, and utility areas. Trash and/or recycling
containers located in the parking lots or our surrounding areas shall be emptied daily. All cleaning
products must be LEED approved Green Seal products.
Contractor shall supply and replenish all necessary supplies such as hand towels, toilet paper, soap,
etc., daily. A sufficient supply is to be provided until the next servicing day (Contractor is responsible
to monitor/evaluate the needs of the library and provide sufficient supplies).
Contractor shall leave an adequate supply of janitorial supplies on sight such as brooms, mops,
buckets, etc.
II GENERAL
A. Schedule: All cleaning services shall be performed seven nights per week, Monday through
Sunday, between the hours of 8:00 p.m. and 5:00 a.m. No regular services are required to be
performed on holidays (see holiday schedule page 80) unless otherwise and specifically
requested by an authorized City representative. The City may modify or change the permanent
schedule by submitting a written notice no less than 10 days in advance.
B. Pricing: Price quoted shall be for monthly service and shall include all services requested herein.
Total area to be cleaned in this facility is 23,966 sq. ft. Gross square footage includes all office
areas, lobbies, restrooms, stairwells, janitorial storage rooms, elevators, etc. In the event any
portion of this building will not be cleaned during any full month period, the monthly payment will
be made for the actual number of square feet cleaned, and will exclude square footage for any
vacant suites or any other area the City may occasionally request not to be cleaned. City shall
notify Contractor in writing a minimum of 10 days in advance of any permanent changes to the
total area cleaned under the term of this contract.
C. Special Procedures:
1. Turn off security alarm upon entrance and reset the alarm upon exit of building.
2. Follow established procedure for key check out.
3. Review and initial daily log of tenant complaints and specific cleaning messages from the
City's designated representative.
4. Turn off lights when leaving, unless otherwise noted.
5. Leave each interior office door as found upon entering: open or closed, locked or unlocked.
6. Entrance doors to each suite are to always remain closed and locked during cleaning.
7. Do not open any doors for anyone at any time.
8. Notify authorized City representative when additional paper supplies are needed.
9. Keep exterior trash and recycling bins free and clear of debris.
10. Keep book drops interior free and clear of debris.
11. Do not prop exterior building doors open at any time during the evening.
GS -14-15-04 38
Addendum #2
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
1. Employee and public wastebaskets, recycling containers and other trash receptacles are to
be emptied. Items not in wastebaskets and/or recycling containers that are not clearly marked
as trash, should not be removed and/or discarded. Any food or other items are to be left
alone....
2. Ashtrays located outside of building entrances wiped clean.
3. Replace all items in exact location found, including chairs and wastebaskets.
4. Dust all horizontal surfaces that can be reached without a ladder with a treated dust cloth or
mitt. Examples of surfaces include desks, cabinets, blinds, thermostats, etc. No feather
dusters are to be used. Papers and folders left on desks or cabinet tops are not to be moved
or otherwise disturbed. Chairs and waste receptacles are to be replaced at desks in original
positions.
5. Any glass below 6 feet, including but not limited to partition glass walls and glass windows in
doors, etc., shall be cleaned.
6. Clean and sanitize all sink areas.
7. Carpets shall be vacuumed and spot cleaned.
8. Composition and tile floors shall be swept and spot mopped.
9. Ground floor lobbies and corridors shall be damp mopped.
10. All building entrance glass doors shall be cleaned.
11. Directory signs shall be cleaned.
12. Drinking fountains and water coolers shall be cleaned and sanitized.
13. Janitorial and storage rooms shall be organized.
14. Restrooms: It is the intention of this specification to keep the restrooms thoroughly clean and
to not use disinfectants to mask odors. LEED approved by Green Seal cleaning products
shall be used.
15. All waste receptacles in kitchen / break areas are to be emptied, thoroughly cleaned and
washed, and shall have new liners installed.
16. Clean and sanitize all surface areas.
17. Fill toilet tissue holders, seat cover containers, soap dispensers, towel dispensers, and
sanitary vending dispensers to capacity each day.
18. Damp mop floors using LEED approved detergent disinfectant, making certain that no film is
left on the floors.
19. Clean mirrors, soap dispensers, shelves, wash basins, exposed plumbing, dispensers, and
disposal containers using LEED approved detergent, disinfectant, and water. Make certain
all items are well rinsed and no soap film remains.
20. Clean all partitions making certain that no soap film remains.
21. Clean toilets and urinals with detergent disinfectant, beginning with the seat and working
down.
22. Vacuum and clean elevators, including cabs, floors, and walls. Wipe down and polish all
metalwork to a uniformly bright and clean appearance
23. Sweep and spot mop stairwells, include stairs and landing areas.
24. Clean all glass tabletops.
25. Clean presentation boards and replace chairs neatly in all conference rooms.
26. Remove scuff and heel marks on composition and tile floors.
27. Clean exterior of refrigerators and microwaves to a clean and shiny appearance.
28. Remove graffiti from partitions, walls, etc. Any graffiti that is non -removable shall be reported
to Branch Manager.
B. Weekly:
1. Dust all high areas, such as sills, ledges, molding, pictures, etc.
2. Remove scuff and heel marks from chair mats.
3. Fingerprints removed from doors, frames, and light switches.
GS -14-15-04 39
Aadecdpm b2
4. Sweep and mop exterior decks and wipe down tables and chairs.
5. Vacuum all carpet edges.
6. Wet mop stairwells, including stairs and landings.
7. Supervisor walk-through with assigned cleaning personnel.
8. Wipe down cabinet doors.
9. Remove any cobwebs.
10. Clean all floor corners, baseboards, removing any dirt and scuff marks.
11. Clean soil marks from desks, counter tops, walls, and partitions.
12. Vacuum all draperies and upholstered furniture.
13. Clean, disinfect, and fill all floor drains with water.
14. Wipe and clean book drops in entry way and parking lot
C. Monthly:
1. Clean, strip, and wax composition and tile floors. Remove all wax splashes from baseboards.
2. Electrical, phone, mechanical, and janitorial rooms cleaned, swept, and wet mopped.
3. Wash and sanitize tile walls in restrooms.
4. Flush all floor drains with hot water and remove any standing water from floor.
D. Quarterly:
1. Clean, strip, and wax electrical, phone, mechanical, and janitorial rooms.
2. Shampoo upholstered furniture and clean plastic and vinyl covered chairs.
3. Strip and waxtseal floors.
E. Semi-annually:
1. Clean ceiling air vents
2. Remove all vents using ladders, or scaffolding as appropriate.
3. Remove and clean thoroughly all covers using appropriate cleaning materials.
4. Vacuum air vents thoroughly.
5. Clean window shades.
6. Clean windows and glass.
7. Clean windows using ladders, scaffolding, hydraulic lifts, or catwalks as appropriate.
8. Clean thoroughly all window sills and ledges.
9. All windows are to be cleaned with no inconvenience to the library staff or the public.
F. Annually:
1. Clean thoroughly all light fixtures (frames and lens) using appropriate cleaning materials.
G. As Needed:
1. Dust and clean thoroughly all window shades using appropriate cleaning materials.
2. Shampoo and remove stains thoroughly from all upholstered furniture using appropriate
cleaning materials for various upholstery types.
3. Replace toilet and urinal deodorizers.
4. Contractor supervisor walk-through with City's authorized representative.
GS -14-15-04 40
Add.nd. 92
Canyon Country Community Center
18792 Flying Tiger Drive
Santa Clarita, CA 91387
I SCOPE
Contractor shall perform the following specified services throughout the premises, including all office
space, lobbies, entry doors, restrooms, lunchrooms, electrical, janitorial, mechanical, and utility areas.
The level of cleaning provided at this location shall be the same as that provided for the City Hall
building.
The Canyon Country Community Center operates from 9:00 a.m. until 6:00 p.m. Monday through
Friday, and from 10:00 a.m. until 2:00 p.m. on Saturdays. It is closed on Sundays and Holidays. The
average daily number of occupants working from this facility is estimated to be at least 15 persons,
with many visitors throughout the day. Cleaning services shall be provided for approximately 4,000
square feet of space at this location.
All areas of this facility will not be cleaned on a routine basis per the scope of this contract, but the
diversity of services provided from this location, as well as the close proximity of the field operations
areas to the administrative offices will be an important consideration when preparing your bid for
submittal and ensuring the bid submitted accurately reflects the amount of time that will be required to
consistently provide the level of cleaning expected by the City each and every day.
II GENERAL
A. Schedule: All cleaning services shall be performed five nights per week, Monday through Friday
between the hours of 6 p.m. and 5 a.m. No regular services are required on Saturday, Sunday,
or holidays, (see holiday schedule on page 80) unless otherwise requested by the City. The
building is open and accessible on Saturday and Sunday should the contractor require additional
time in the building for scheduled or additional cleaning activities. The City may modify this
cleaning schedule from time to time and will provide contractor with a written advance notice at
least ten days.
B. Pricing: Price quoted shall be for monthly service and shall include all services requested herein.
Total area to be cleaned at this location is 13,400 square feet and includes all office areas,
common lobbies, stairwells, janitor closets, locker rooms, restrooms, electrical and mechanical
rooms and storage areas. Pricing shall not include cost to clean any vehicle repair, warehouse,
or central storage areas.
C. Soecial Procedures
1. Turn off security alarm upon entrance, and reset the alarm upon exit of building.
2. Review and initial daily log of occupant complaints and / or cleaning related messages.
3. Turn off all lights when leaving, unless otherwise noted.
4. Leave each interior office door as found upon entering: either open or closed, and locked or
unlocked.
5. Do not open any doors for anyone.
6. Keep exterior trash bin areas free and clear of debris.
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
Employee wastebaskets, recycling containers and other trash receptacles emptied. Items
not in wastebaskets and/or recycling containers that are not clearly marked as trash,
GS -14-15-04 41
AdO dm N2
3
A
should not be removed and/or discarded. Any food or other items are to be left alone.
2. Replace all items in exact location found.
3 Dust all horizontal surfaces that can be reached without a ladder with a treated dust cloth
or mitt, such as desks, cabinets, blinds, thermostats, etc. No feather dusters are to be
used. Papers and folders left on desks or cabinet tops are not to be moved. Chairs and
waste receptacles are to be replaced at desks in original positions.
4. Any glass below 6 feet, including but not limited to partition glass walls and glass
windows in doors, etc., shall be cleaned.
5. Clean and sanitize sinks.
6. Carpets shall be vacuumed and spot cleaned.
7. Composition and tile floors shall be swept and spot mopped.
8. Clean all building entrance glass doors.
9. Drinking fountains and water coolers cleaned and sanitized.
10. Janitorial and storage rooms organized.
it. Restrooms: It is the intention of this specification to keep the restrooms thoroughly clean
and not to use disinfectants to mask odors. Odorless disinfectants shall be used.
12. All waste receptacles in kitchen / break areas and at exterior of building are to be
emptied, thoroughly cleaned and washed and shall have new liners installed.
13. Clean and sanitize all surface areas.
14. Fill toilet tissue holders, seat cover containers, soap dispensers, towel dispensers, and
sanitary vending dispensers. The filling of such dispensers shall be to capacity each day.
15. Damp mop floors using detergent disinfectant, make certain that no film is left on the
floors.
16. Clean mirrors, soap dispensers, shelves, wash basins, exposed plumbing, dispensers
and disposal containers using detergent disinfectant and water. Make certain all items
are well rinsed and no soap film remains.
17. Clean all partitions making certain that no soap film remains.
18. Clean toilets and urinals with detergent disinfectant, beginning with the seat and working
down.
19. Clean presentation boards and replace chairs neatly in all conference rooms.
20. Remove scuff and heel marks on composition and tile floors.
21. Clean exterior of refrigerators and microwaves to a clean and shiny appearance.
Weekly
1. Dust all high areas, such as sills, ledges, molding, pictures, etc.
2. Vacuum all draperies and upholstered furniture.
5. Remove scuff and heel marks from chair mats.
6. Fingerprints removed from doors, frames and light switches.
5. Sweep and mop exterior decks and wipe down tables and chairs.
6. Vacuum all carpet edges.
7. Wet mop stairs and landings.
8. Supervisor walk-through with assigned cleaning personnel.
9. Wipe down cabinet doors.
10. Remove any cobwebs around ceiling area.
11. Clean all baseboards and remove any dirt and scuff marks.
12. Clean all floor corners.
13. Clean soil marks from desks, counter tops, walls and partitions.
Monthly:
5. Clean, strip, and wax composition and tile floors. Remove all wax splashes from baseboards.
6. Electrical, phone, mechanical, and janitorial room areas cleaned, swept, and wet mopped.
7. Wash and sanitize tile walls in restrooms.
8. Flush all floor drains with hot water and remove any standing water from floor.
GS -14-15-04 42
Addendum 97
D. Quarterly:
1. Clean, strip, and wax electrical, phone, mechanical, and janitorial rooms.
E. As Needed:
1. Replace toilet and urinal deodorizers.
2. Window washing as defined in Item Hof Section VIII DISPOSAL PROCEDURES AND
CLEANING DEFINITIONS.
3. Contractor supervisor walk-through with City's authorized representative.
GS -14-15-04 43
Add, ,dum az
Santa Clarita Business Incubator
22704 9th Street
Santa Clarita, CA 91321
I SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, lunchrooms, meeting rooms,
passageways, electrical, janitorial, mechanical, and utility areas. Trash and/or recycling containers
located in the parking lots or our surrounding areas shall be emptied daily. All cleaning products must
be LEED approved Green Seal products.
Contractor shall supply and replenish all necessary supplies such as hand towels, toilet paper, soap,
etc., daily. A sufficient supply is to be provided until the next servicing day (Contractor is responsible
to monitor/evaluate the needs of the library and provide sufficient supplies).
Contractor shall leave an adequate supply of janitorial supplies on site, such as brooms, mops,
buckets, etc.
II GENERAL
A. Schedule: All cleaning services shall be performed five nights per week. Monday through Friday,
between the hours of 8:00 p.m. and 5:00 a.m. No regular services are required to be performed
on Saturdays, Sundays, or holidays (see holiday schedule page 80) unless otherwise and
specifically requested by an authorized City representative. The City may modify or change the
permanent schedule by submitting a written notice no less than 10 days in advance.
B. Pricing: Price quoted shall be for monthly service and shall include all services requested herein.
Total area to be cleaned in this facility is 4,842 sq. ft. Gross square footage includes all office
areas, lobbies, restrooms, janitorial storage rooms, etc. In the event any portion of this building
will not be cleaned during any full month period, the monthly payment will be made for the actual
number of square feet cleaned, and will exclude square footage for any vacant suites or any other
area the City may occasionally request not to be cleaned. City shall notify Contractor in writing a
minimum of 10 days in advance of any permanent changes to the total area cleaned under the
term of this contract.
C. Special Procedures:
1. Turn off security alarm upon entrance and reset the alarm upon exit of building.
2. Follow established procedure for key check out.
3. Review and initial daily log of tenant complaints and specific cleaning messages from the
City's designated representative.
4. Turn off lights when leaving, unless otherwise noted.
5. Leave each interior office door as found upon entering: open or closed, locked or unlocked.
6. Entrance doors to each suite are to always remain closed and locked during cleaning.
7. Do not open any doors for anyone at any time.
8. Notify authorized City representative when additional paper supplies are needed.
9. Keep exterior trash and recycling bins free and clear of debris.
10. Do not prop exterior building doors open at any time during the evening.
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Daily:
1. Employee and public wastebaskets, recycling containers and other trash receptacles are to
GS -14-15-04 44
Ad,.�d„m a-1
be emptied. Items not in wastebaskets and/or recycling containers that are not clearly marked
as trash, should not be removed and/or discarded. Any food or other items are to be left
alone....
2. Ashtrays located outside of building entrances wiped clean.
3. Replace all items in exact location found, including chairs and wastebaskets.
4. Dust all horizontal surfaces that can be reached without a ladder with a treated dust cloth or
mitt. Examples of surfaces include desks, cabinets, blinds, thermostats, etc. No feather
dusters are to be used. Papers and folders left on desks or cabinet tops are not to be moved
or otherwise disturbed. Chairs and waste receptacles are to be replaced at desks in original
positions.
5. Any glass below 6 feet, including but not limited to partition glass walls and glass windows in
doors, etc., shall be cleaned.
6. Clean and sanitize all sink areas.
7. Carpets shall be vacuumed and spot cleaned.
8. Composition and tile floors shall be swept and spot mopped.
9. Ground floor lobbies and corridors shall be damp mopped.
10. All building entrance glass doors shall be cleaned.
11. Directory signs shall be cleaned.
12. Drinking fountains and water coolers shall be cleaned and sanitized.
13. Janitorial and storage rooms shall be organized.
14. Restrooms: It is the intention of this specification to keep the restrooms thoroughly clean and
to not use disinfectants to mask odors. LEED approved by Green Seal cleaning products
shall be used.
15. All waste receptacles in kitchen / break areas are to be emptied, thoroughly cleaned and
washed, and shall have new liners installed.
16. Clean and sanitize all surface areas.
17. Fill toilet tissue holders, seat cover containers, soap dispensers, towel dispensers, and
sanitary vending dispensers to capacity each day.
18. Damp mop floors using LEED approved detergent disinfectant, making certain that no film is
left on the floors.
19. Clean mirrors, soap dispensers, shelves, wash basins, exposed plumbing, dispensers, and
disposal containers using LEED approved detergent, disinfectant, and water. Make certain
all items are well rinsed and no soap film remains.
20. Clean all partitions making certain that no soap film remains.
21. Clean toilets and urinals with detergent disinfectant, beginning with the seat and working
down.
22. Vacuum and clean elevators, including cabs, floors, and walls. Wipe down and polish all
metalwork to a uniformly bright and clean appearance
23. Sweep and spot mop stairwells, include stairs and landing areas.
24. Clean all glass tabletops.
25. Clean presentation boards and replace chairs neatly in all conference rooms.
26. Remove scuff and heel marks on composition and tile floors.
27. Clean exterior of refrigerators and microwaves to a clean and shiny appearance.
28. Remove graffiti from partitions, walls, etc. Any graffiti that is non -removable shall be reported
to Facilities Supervisor.
B. Weekly:
1. Dust all high areas, such as sills, ledges, molding, pictures, etc.
2. Remove scuff and heel marks from chair mats.
3. Fingerprints removed from doors, frames, and light switches.
4. Sweep and mop exterior decks and wipe down tables and chairs.
5. Vacuum all carpet edges.
6. Wet mop stairwells, including stairs and landings.
7. Supervisor walk-through with assigned cleaning personnel.
8. Wipe down cabinet doors.
GS -14-15-04 45
F�CeoCum 92
9. Remove any cobwebs.
10. Clean all floor corners, baseboards, removing any dirt and scuff marks.
11. Clean soil marks from desks, counter tops, walls, and partitions.
12. Vacuum all draperies and upholstered furniture.
13. Clean, disinfect, and fill all floor drains with water.
C. Monthly:
1. Clean, strip, and wax composition and tile floors. Remove all wax splashes from baseboards.
2. Electrical, phone, mechanical, and janitorial rooms cleaned, swept, and wet mopped.
3. Wash and sanitize tile walls in restrooms.
4. Flush all floor drains with hot water and remove any standing water from floor.
D. Quarterly:
1. Clean, strip, and wax electrical, phone, mechanical, and janitorial rooms.
2. Shampoo upholstered furniture and clean plastic and vinyl covered chairs.
3. Strip and wax/seal floors.
E. Semi-annually:
1. Clean ceiling air vents
2. Remove all vents using ladders, or scaffolding as appropriate.
3. Remove and clean thoroughly all covers using appropriate cleaning materials.
4. Vacuum air vents thoroughly.
5. Clean window shades.
6. Clean windows and glass.
7. Clean windows using ladders, scaffolding, hydraulic lifts, or catwalks as appropriate.
8. Clean thoroughly all window sills and ledges.
9. All windows are to be cleaned with no inconvenience to the library staff or the public.
F. Annually:
1. Clean thoroughly all light fixtures (frames and lens) using appropriate cleaning materials.
G. As Needed:
1. Dust and clean thoroughly all window shades using appropriate cleaning materials.
2. Shampoo and remove stains thoroughly from all upholstered furniture using appropriate
cleaning materials for various upholstery types.
3. Replace toilet and urinal deodorizers.
4. Window washing as defined in Item H of Section VIII DISPOSAL PROCEDURES AND
CLEANING DEFINITIONS.
5. Contractor supervisor walk-through with City's authorized representative.
GS -14-15-04 46
Addmdtl mkt
SCVTV CHANNEL 20 STUDIOS
2260514 1h Street Unit E
Santa Clarita, CA. 91321
I SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, elevator cabs, passage ways, and,
janitorial, and utility areas. Contractor shall render cleaning of all lunch areas, and other areas unless
specifically excluded in writing.
II GENERAL
A. Schedule: All cleaning services shall be performed one night (Tuesday) per week. No nightly
services, except for required make-up work, need be performed on Saturday, Sunday, or
designated holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving, and Christmas, unless otherwise directed by City. This schedule may be modified
from time to time. City will notify contractor if changes become necessary.
Nightly cleaning operations to be performed as indicated below:
Pricing: Price quoted shall include all costs to provide all services requested herein on a monthly
basis.
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Weekly:
1. All trash receptacles and ashtrays emptied.
2. Entrance doors cleaned.
3. Fingerprints removed from doors, door frames and wall switches.
4. All paper, soap, and feminine product dispensers filled.
5. Wet mop painted concrete restroom floors.
6. Any glass below 6 feet, including but not limited to partition glass walls and glass
windows in doors, etc., shall be cleaned.
7. Clean all directory signs.
8. Clean food vending machine area.
9 Organize janitorial and storage rooms.
10. Close and lock all doors and turn off lights each night.
11. Waste and sanitary napkin receptacles emptied.
12. Drinking fountains cleaned and sanitized.
13. Sweep walkways, stairways and platform area.
14. Restrooms cleaned and sanitized, including all sinks, toilets, and urinals.
B. Monthly:
1. Electrical and utility room areas cleaned, swept, and wet mopped.
2. Contractor Supervisor walk-through with City building personnel.
3 Dust high areas, sills, ledges, molding, pictures, etc.
4. Contractor Supervisor walk-through with assigned cleaning personnel.
As Needed:
1. Replace toilet and urinal deodorizers.
2. Removal of any foreign material stuck to ceilings, floors and walls.
GS -14-15-04 47
Addendum #2
SCVTV CHANNEL 20 STUDIOS
22505 14'" Street Unit E
Santa Clarita, CA. 91321
SCOPE
Contractor shall perform the specified services throughout the entire premises, including all office
space, lobbies, corridors, stairways, entry doors, restrooms, elevator cabs, passage ways, and,
janitorial, and utility areas. Contractor shall render cleaning of all lunch areas, and other areas unless
specifically excluded in writing.
II GENERAL
A. Schedule: All cleaning services shall be performed one night (Tuesday) per week. No nightly
services, except for required make-up work, need be performed on Saturday, Sunday, or
designated holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving, and Christmas, unless otherwise directed by City. This schedule may be modified
from time to time. City will notify contractor if changes become necessary.
Cleaning operations to be performed as indicated below:
Pri6w Price quoted shall include all costs to provide all services requested herein on a monthly
basis.
III FREQUENCY OF PERFORMANCE/REQUIRED SERVICES
A. Weekly.
1. All trash receptacles and ashtrays emptied.
2. Entrance doors cleaned.
3. Fingerprints removed from doors, door frames and wall switches.
4. All paper, soap, and feminine product dispensers filled.
5. Wet mop painted concrete restroom floors.
6. Any glass below 6 feet, including but not limited to partition glass walls and glass
windows in doors, etc., shall be cleaned.
7. Clean all directory signs.
8. Clean food vending machine area.
9. Organize janitorial and storage rooms.
10. Close and lock all doors and turn off lights each night.
11. Waste and sanitary napkin receptacles emptied.
12. Drinking fountains cleaned and sanitized.
13. Sweep walkways, stairways and platform area.
14. Restrooms cleaned and sanitized, including all sinks, toilets, and urinals.
B. Monthly:
1. Electrical and utility room areas cleaned, swept, and wet mopped.
2. Contractor Supervisor walk-through with City building personnel.
3, Dust high areas, sills, ledges, molding, pictures, etc.
4. Contractor Supervisor walk-through with assigned cleaning personnel.
C. As Needed
1. Replace toilet and urinal deodorizers.
2. Removal of any foreign material stuck to ceilings, floors and walls.
GS -14-15-04 47
Acdeodum #3
Bus Operations – Contractor Area = 15,060 sq. ft.
Located in building A
Number of man-hours per month 244
Total Cost Per Month $,..3.789.65
Bus Maintenance Area (Ofices/Restrooms-Showers/Break Room) _
4,000 sq. ft.
Located in building B
Number of man-hours per month 91
Total Cost Per Month $__1356 45
5. JO ANNE DARCY LIBRARY -12,864 sq. ft.
Number of man-hours per month 107
Total Cost Per Month $ 1,824.95
6. OLD TOWN NEWHALL LIBRARY - 30,000 sq. ft.
Number of man-hours per month 244
Total Cost Per Month $ 4 679.00
7. VALENCIA LIBRARY - 23,966 sq. ft.
Number of man-hours per month 239
Total Cost Per Month S 3,558.42
8. CANYON COUNTRY COMMUNITY CENTER - 4,000 sq, ft.
Number of man-hours per month 44
Total Cost Per Month $__j1 8 55
9. BUSINESS INCUBATOR - 4,842 sq. ft.
Number of man-hours per month 44
Total Cost Per Month $ 818-55
10, SCVTV CHANNEL 20 STUDIOS – 2,080 sq. ft TOTAL Area:
Studios, Offices, Common Areas, Restrooms
Total Cost Per Month (1 day/ week) $ 375.00
TOTAL COST FOR MONTHLY JANITORIAL SERVICES -ALL LOCATIONS:
$ 3'l,582 58
(Combined costs for all locations)
TOTAL COST FOR YEARLY JANITORIAL SERVICES - ALL LOCATIONS:
GS -14-15-04
Add=_ndum 43
$ 378 990.96 (A)
(Monthly total cost above times 12 for
a total yearly cost—also used on page 71)
67
NON -COLLUSION AFFIDAVIT
GS -14.15-04
Janitorial Services
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )) §
Tyrone P. Ingram of Lee's Maintenance Service, Inc.
I, being first duly sworn, depose and state that I am _ of _, the party making the foregoing bid,
that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation, that the bid is genuine and not collusive or sham; that the bidder
has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the
bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any
other bidder, or to secure any advantage against the public body awarding the contract of anyone
interested in the proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any member or agent
thereof to effectuate a collusive or sham bid"
1-5
making the statement
PD1:L•�I
State of California
County Of I ns Angplps
Subscribed and sworn to (or affirmed) before me on
this 26 day of August 120 14,
by 2fZe?
personally known to me or proved to me on the basis of satisfactory evidence to be the
person (s) who appeared before me.
(SEAL` - - - - -
JUTTA OQENRSR1111 E
Commission 12b27332
Notary Public - Cslifornis
Los Angeles County
My Comm. Expires Jun 3. 2017 }
Signatur
GS -14-15-04 48
Addendum #2
REFERENCE SHEET
Bidder shall provide five (5) references with each referenced facility being located within forty (40) miles
from Santa Clarita, California. References shall include at least One (1) Class A, professional office
building; three (3) references must be of a type of facility similar in nature to the locations visited during
the mandatory walkthrough, with the remaining reference being of any type facility bidder chooses. A
response for each question below is required for each reference submitted.
Business name or other facility identification: County of Los Angeles Department of Public Works
Facility address 900 South Fremont Ave, Alhambra, California 91803
Contract manager! contact name & phone number Edwin Manoukian (626)418-4058
Type of facility / use Maintenance Yard Total Area (Sq. Ft.) 350,000 (52 locations)
Period facility cleaned by your company: From: 2010 To: Present
Average Daily Occupants & Visitors: 1-50 x 51-125 126-400
Indicate which of the services below were provided by your company for this reference, the frequency for
each item and if provided routinely under contract, or as an additional service.
Service Included IYes/No) Frequency Contract or Additional
Dusting / Vacuum Yes Daily Contract
Mopping Yes Daily Contract
Waxing Yes Quarterly/Semi-Annual Additional
Speed Buffing
Carpet Cleaning Yes Semi Annual Contract
Windows / Blinds Yes Semi Annual Contract
Trash Removal Yes Daily Contract
Recycling Yes Daily Contract
Outside Restrooms Yes Daily Contract
Walkways Yes Daily Contract
Other (Please describe fully):
1,905 Man-hours per month LMS provides janitorial service for 52 locations throughout the Los Angeles County
at there Maintenance Yards.
GS -14-15-04 49
Add.dC m Q
REFERENCE SHEET
Bidder shall provide five (5) references with each referenced facility being located within forty (40) miles
from Santa Clarita, California. References shall include at least One (1) Class A, professional office
building; three (3) references must be of a type of facility similar in nature to the locations visited during
the mandatory walkthrough, with the remaining reference being of any type facility bidder chooses. A
response for each question below is required for each reference submitted.
Business name or other facility identification: Castaic Lake Waer Agency
Facility address 27234 Bouquet Canyon Road, Santa Clarita, California
Contract manager / contact name & phone number —__Ryan Hensley (661)297-1600
Type of facility / use Administration
Total Area (Sq. Ft.)
45,000
Period facility cleaned by your company: From:
1995 To:
Present
Average Daily Occupants & Visitors: 1-50 X
51-125
126-400
Indicate which of the services below were provided by your company for this reference, the frequency for
each item and if provided routinely under contract, or as an additional service.
Service Included (Yes/No)
Frequency
Contract or Additional
Dusting /Vacuum Yes
Daily
M Yes
Daily
opping
Waxing
Speed Buffing
Carpet Cleaning
Windows / Blinds
Trash Removal
Recycling
Outside Restrooms
Yes Monthly
Ya Daily
Yes
Semi Annual
Yes
Monthly
Yes
Daily
Yes
Daily
Yes
Walkways Yes
Other (Please describe fully):
104 man hours
Daily
Daily
GS -14-15-04
ndd.W.0 92 50
REFERENCE SHEET
Bidder shall provide five (5) references with each referenced facility being located within forty (40) miles
from Santa Clarita, California. References shall include at least One (1) Class A, professional office
building; three (3) references must be of a type of facility similar in nature to the locations visited during
the mandatory walkthrough, with the remaining reference being of any type facility bidder chooses. A
response for each question below is required for each reference submitted.
Business name or other facility identification: Notre Dame
Facility address 13645 Riverside Drive, Sherman Oaks, California
Contract manager/ contact name & phone number
Mary Oyler (818)933-3607
Type of facility / use Private School
Total Area (Sq. Ft.) 120,000
Period facility cleaned by your company: From:
2011 To: Present
Average Daily Occupants & Visitors: 1-50
51 —125 126 — 400 X
Indicate which of the services below were provided by your company for this reference, the frequency for
each item and if provided routinely under contract, or
as an additional service.
Service Included (Yes/No)
Frequency Contract or Additional
Dusting / Vacuum Yes
Daily
Mopping Yes
Daily
Waxing Yes
As Needed
Speed Buffing Yes
As Needed
Carpet Cleaning Yes
3x per year
Yes
Windows /Blinds
Quarterly
Trash Removal Yes
Daily
Recycling Yes
Daily
Outside Restrooms Yes
Daily
Walkways Yes
Daily
Other (Please describe fully):
1,300 Man-hours per month
GS -14-15-04
Addendum C 51
REFERENCE SHEET
Bidder shall provide five (5) references with each referenced facility being located within forty (40) miles
from Santa Clarita, California. References shall include at least One (1) Class A, professional office
building; three (3) references must be of a type of facility similar in nature to the locations visited during
the mandatory walkthrough, with the remaining reference being of any type facility bidder chooses. A
response for each question below is required for each reference submitted.
Business name or other facility identification: Cathay Bank
Facility address 9650 Flair Drive, EI Monte, California
Contract manager / contact name & phone number Kenny Tang (626)279-3763
Type of facility / use Bank Total Area (Sq. Ft.) 100,000
Period facility cleaned by your company: From: 2007 To: Present
Average Daily Occupants & Visitors: 1-50 51-125 126-400 x
Indicate which of the services below were provided by your company for this reference, the frequency for
each item and if provided routinely under contract, or as an additional service.
Service Included (Yes/No) Frequency Contract or Additional
Dusting / Vacuum Yes Daily Contract
Mopping
Yes
Daily
Contrail
Waxing
Yes
As Needed
Additional
Speed Buffing
Yes
As Needed
Additional
Carpet Cleaning
Yes
3x per year
Contract
Windows / Blinds
Yes
Quarterly
Contract
Trash Removal
Yes
Daily
Contract
Recycling
Yes
Daily
Contract
Outside Restrooms
Yes
Walkways
Yes
Daily
Contract
Other (Please describe fully):
700 Man -Hours per month
GS -14-15-04 52
AOGenEum 92
REFERENCE SHEET
Bidder shall provide five (5) references with each referenced facility being located within forty (40) miles
from Santa Clarita. California. References shall include at least One (1) Class A, professional office
building; three (3) references must be of a type of facility similar in nature to the locations visited during
the mandatory walkthrough, with the remaining reference being of any type facility bidder chooses. A
response for each question below is required for each reference submitted.
Business name or other facility identification:
Facility address
City of Santa Clarita
23920 Valencia Blvd, Suite 300, Santa Clarita, California
Contract manager / contact name & phone number Andy Downs (661)295-6316
Type of facility / use Metro Station Total Area (Sq. Ft.)
Period facility cleaned by your company: From: 1995 To: Present
Average Daily Occupants & Visitors: 1-50 51-125 126-400 X
Indicate which of the services below were provided by your company for this reference, the frequency for
each item and if provided routinely under contract, or as an additional service.
Service
Dusting /Vacuum
Mopping
Waxing
Speed Buffing
Carpet Cleaning
Windows / Blinds
Trash Removal
Recycling
Included (Yes/No) FreauencV Contract or Additional
Outside Restrooms
Walkways
Other (Please describe fully):
Provide pressure washing for the Metro Link Stations
Janheidt,Newhall,Soledad Station, Via Princencesa, &Transit Maintenance Facility
man hours vary per request
GS•14-15-04
53
Add"um m
PROPOSAL GUARANTEE
BID BOND
GS -14-15-04
Janitorial Services
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that Lee's maintenance Service, lnc. ,as
BIDDER, and The Guarantee company of North America USA as SURETY, are
held and firmly bound unto the City of Santa Clanta, as AGENCY, in the penal sum of
Ten Percent of the Total Amount of Che Bid dollars ($ 10------) which is ten
percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the
payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, finely by
these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to
submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is
accepted and the contract is awarded and entered into by BIDDER in the manner and time
specified, then this obligation shall be null and void, otherwise it shall remain in full force and
effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
15th day of August 2014
Lee's
me Guarantee
SUi�!cTY" —
Inc. 14948:,Ke4Swick Street, Van Nuys, CA 91405; 818-968-6644
of North America USA, 1.o0 Sutter 60., suite 680, Concord, CA 94530; 935-566-6040
. a
poutdee L.;ula. Acxocnvy n-eac[; tltl6Y lneurmce Servlcee of callfornfa, inc. ]400 B. "toll., SuiLe 1100, Manelm, CA 45606410 4\�2e00
Subscribed and s m to this day o 20„y. ! 55 ,
'j
NOTARY PUBLIC '
6
*Provide BIDDER and SURETY name, address, and telephone number and the name title,
address, and telephone number for authorized representative. 'k
d ,
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Departm€u.Ant's
most current list (Circular 570, as amended) and be authorized to transact business in the SW- {,' '
where the project is located.!
A ••
GS -141604 51
eeei'ICATyl'or to br4k beir15
PROPOSAL GUARANTEE
BID BOND
GS -14-15-04
Janitorial Services
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that Lees Maintenance service, Inc. ,as
BIDDER, and The Guarantee Company of North America USA . as SURETY, are
held and firmly bound unto the City of Santa Clarita, as AGENCY, In the penal sum of
Ten Percent of the Total Amount of the Hid dollars ($ lo%------ ), which is ten
percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the
payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by
these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to
submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is
accepted and the contract is awarded and entered into by BIDDER in the manner and time
specified, then this obligation shall be null and void, otherwise it shall remain in full force and
effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
15th day of August 12014.
'6 MTainten8nce SQ•rVIce, Inc. 14740 Keswick Street, Van NUYS, CA 91405; 516-966-6644
SURETY" The Guarantee Company of North America USA; 1600 Suite, St., Sri,. 980, Concozd. Ch 99520; 925-566-6040
x.ouraee lafW., ACtorney-xn-yacu; ..IT Insurance Service. of Calif oraia. the_ 2400 E. %aceda, Se12c: 2106, Maheim, CA 92806; 714-941 2800
Subscribed and swom to this day of `"- 20_
NOTARY PUBLIC
`Provide BIDDER and SURETY name, address, and telephone number and the name, title,
address, and telephone number for authorized representative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State
where the project is located.
GS -14-15.04 51
THE The Guarantee Company of North America USA
VIGUARANTEF Southfield, Michigan
POWER OF ATTORNEY
KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the
taws of the State of Michigan, having its principal office In Southfield, Michigan, does hereby constitute and appoint
Lourdes Lands, Adrian Valenzuela, Mark Rosskopf, Michael Casteneda
BB&T Insurance Services of California, Inc. - Fullerton
its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract
or otherwise.
The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA
USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the
principal office.
The Power of Attorney Is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws
adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003.
The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority.
1. To appoint Adorr"s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings. Contracts of indemnity and other writings obligatory in the nature thereof; and
2. To revoke, at any time, any Such Attorney-in-fact and revoke the authority given,: except as provided below
3. In connection with obligations in favor of the Florida Department of TranspoAation only. it is agreed that the power and authority hereby given
to the Attorney -in -Fad includes any and all consents for the release of retained percentages and/or final estimates on engineering and
construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of
Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety
company of any of its obligations under its bond.
4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to
the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Departmerd of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting
duty called and held on the 61h day of December 2011, of which the following is a true excerpt:
RESOLVED that the signature of any authorized office and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification
thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and
such signature and seal when so used shall have the same force and effect as though manually affixed.
*p IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and
(, its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012.
'✓ THE GUARANTEE COMPANY OF NORTH AMERICA USA
STATE OF MICHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary
County of Oakland
On this 23rd day of February, 2012 before me came the individuals who executed the preceding fn U~,, to me personally known, and being by me
duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA: that the seal affixed to said
instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of
Cynthia A. Takai
Notary Public, State of Michigan
County of Oakland
My Commission Expires February 27, 2018
qF Acting in Oakland County
IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee
Company of North America USA offices the day and year above written.
I, Randall Musselman, Secrelzly of "fHE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true
and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is stili in full force and effect.
IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 15th day of August 2014
�'m.w Randall Musselman, Secretary
State of California
County of Orange
Subscribed and sworn to (or affirmed) before me on this 15thday of August 12014
by Adriana Valenzuela , proved to me on the bases of satisfactory evidence to be
the person(s) who appeared before me.
FEBECCA KAREN SALDANA
Commission # 2049077
*.+ Notary public-California z
z Orange County
My Comm. Expires Nov 10.2017 Y
(SEAL) Signature
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT
State of California
County of LOS ANGELES
On August 26th, 2014 before me, Jutta Doerrstein, Notary Public
personally appeared Tyrone P. Ingram
who proved to me on the basis of satisfactory evidence to
be the person whose name is subscribed to the within
instrument and acknowledged to me that he executed the same
in his authorized capacity and that by his signature on the
instrument the person, or the entity upon behalf of which the
person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the
State of California that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
Commission ! !021932
Notsry Public - CetMornh
Los Angeles County
Comm.. rxoires Jun 3. 24
of Notary Public
Equipment List
Custodial cart with shelves constructed of chemically resistant plastic, vinal waste bag. Fold away bag
support handle floor sign holders, non marking swivel front wheels leak proof mop bucket compartment
holder for mops and broom.
Upright vacuum Sanitare: SC886 12"to 14" brush width non marking wheels bumper guards 50ft power
cord with 7amps of power
Back pack vacuum: maintex proffecioals 10quart capacity. Heap filter micro Oft power cord
Wet dryvac maintex: Vacuum motor 1.5hp 15-16 gallons recovery tank 87'-101'water left 30ft power
cord.
Carpet spot extractor: 2 gallon minimum recovery tank 25"power cord pumps 55psi minimum 85
Water lift minimum
44nallon brute molded of durable engineered resins with seamless construction with twist off mobile
structured dolly base.
Mop bucket and wringer rubber maid constructed from chemically resistant structural plastic caution
wet floor symbols on 2 opposite sides of bucket.capasity 32 quarts down press wringer.
Floor machine maintex 17" and 20" 1.5 hp motor safety lock out switch
High speed buffer 20" dust control burnisker 15-45115/7-20 kg variable pressure 66dba sound level.
Truck mount pressure washer: pressure washer mounted on a 1999 Ford Ranger High density 200gal
water tank 4.7 gpm 3500psi hot water pressure
Misc Supplies
Abrasive pads
Broom push & upright
Cleaning clothes
Counter brush deck brush
Door stop
Corner brush
Door stop
Dust clothes
Dust pans
2 gallon pail
Putty scrapper
Rubber gloves
Safety goggles
Caution sign wet floor
Spray bottle labels
Spray bottle
Toilet bowl swap
Tool caddy for carts
Utility brush
Mop handles 5ft quick change
Mop head 32oz blue orange and white
Dust mop handles 5ft
Dust mop frame 30" & 36"Treated dust mop heads
Maintex Supplies
Polystrip floor stripper
Lobby floor finish
Structure floor sealer
Grout cleaner
Grout brightener
Lime go
Fresh and clean bowl cleaner
Citra-Cide disinfect
Mainsheen Carpet Cleaner
Executive Carpet shampoo
Super Jet Kleen
See Thru Glass Cleaner
Shine -Up Lemon Furniture Polish
Sta-Brite Stainless Steel Polish
Comet Liquid
Green Seal Certified Chemicals (all chemicals below contain hydrogynprorixcide)
Glacier Glass Cleaner
Pristine degreaser
Trailwinds Floor Cleaner
Lee's Maintenance Service, Inc. has been in the Janitorial business since 1981 to present which
makes a total of 33 years
E.
JANITORIAL PRICING
The pricing submitted on this sheet shall include all janitorial services requested and described
within these specifications (not including pressure washing and window washing), shall be for
monthly services and shall be listed separately for each location to be cleaned. The "Total
Monthly Cost' shall equal the combined monthly service costs for each location, and will be the
same figure required in the Total block on Page 3 of this bid package. Pressure washing and
window washing will be submitted as part of Section F. PRESSURE WASHING AND WINDOW
WASHING PRICING.
BREAK DOWN OF COSTS:
1, CITY HALL BUILDING - 74,425 sq. ft.
Number of man-hours per month 457
Total Cost Per Month $ 6,940.00
2. CORPORATE YARD FACILITY —13,400 sq. ft.
Number of man-hours per month 174
Total Cost Per Month $ 2,669.65
3. TRANSIT FACILITIES
A. SOLEDAD METROLINK STATION — 895 sq. ft., plus 3,865 sq. ft. platform and
pedestrian areas
Number of man-hours per month 65
Total Cost Per Month $ 1,001.45
B. JAN HEIDT NEWHALL METROLINK STATION - 500 sq. ft, plus 1,025 sq. ft. platform
and pedestrian areas
Number of man-hours per month 40
Total Cost Per Month $ 631.81
C. McBEAN TRANSFER STATION - 527 sq. ft., plus 4,000 sq. ft. platform and
pedestrian areas
Number of man-hours per month 76
Total Cost Per Month $ 1,172.95
D. VIA PRINCESSA METROLINK STATION — 1,100 sq. ft. plus 605 sq. ft. platform area
with shelters
Number of man-hours per month 44
Total Cost Per Month $ 683.10
4. TRANSIT MAINTENANCE FACILITY — 28,560 sq. ft. TOTAL Area:
Administration Area (City Transit Staff Areas) = 9,500 sq. ft.
Number of man-hours per month 87
Total Cost Per Month (5 days/week) $ 1,263.05
GS -14-15-04 66
Addwd"m 02
Bus Operations – Contractor Area = 15,060 sq. ft.
Located in building A
Number of man-hours per month 244
Total Cost Per Month $ 3,789.65
Bus Maintenance Area (Ofices/Restrooms-Showers/Break Room) _
4,000 sq. ft.
Located in building B
Number of man-hours per month 91
Total Cost Per Month $ 1,356.45
5. JO ANNE DARCY LIBRARY - 12,864 sq. ft.
Number of man-hours per month 107
Total Cost Per Month $ 1,824.95
6. OLD TOWN NEWHALL LIBRARY - 30,000 sq. ft
Number of man-hours per month
244
Total Cost Per Month
$
4,679.00
7. VALENCIA LIBRARY - 23,966 sq. ft.
Number of man-hours per month
239
Total Cost Per Month
$
3,558.42
8. CANYON COUNTRY COMMUNITY CENTER -4,000 sq. ft.
Number of man-hours per month
44
Total Cost Per Month
$
818.55
9. BUSINESS INCUBATOR - 4,842 sq. ft.
Number of man-hours per month
44
Total Cost Per Month
$
818.55
10. SCVTV CHANNEL 20 STUDIOS – 2,080 sq. ft TOTAL Area:
Studios, Offices, Common Areas, Restrooms
Total Cost Per Month (1 day/ week) $ 375.00
TOTAL COST FOR MONTHLY JANITORIAL SERVICES - ALL LOCATIONS:
$ 31 582.58
(Combined costs for all locations)
TOTAL COST FOR YEARLY JANITORIAL SERVICES - ALL LOCATIONS:
GS -14-15-04
Addvdvm 03
$ 378 990.96 (A)
(Monthly total cost above times 12 for
a total yearly cost—also used on page 71)
67
F. HEATED HIGH PRESSURE WATER CLEANING PRICING
The pricing submitted on this sheet shall include all heated high pressure water cleaining
services requested and described within these specifications (not including janitorial services
and/or window washing), shall be for monthly services and shall be listed separately for each
location to be washed. The frequency of service may vary by location and the City reserves the
right to select any of the frequencies listed, at its sole discretion, upon award of Contract. The
City also reserves the right to remove any/all locations from this list, at its sole discretion, at any
time. Each location below will have the anticipated interval of service underlined. The "Total
Annual Cost" on page 68 shall equal the combined cost for each 'underlined' service cost for
each location, and will be included in the total figure required in the "YEARLY TOTAL US$" on
Page 3 of this bid package. Costs for Janitorial services will be submitted as part of Section E.
JANITORIAL SERVICES PRICING and costs for Window Washing services will be submitted as
part of Section G. WINDOW WASHING SERVICES PRICING.
BREAK DOWN OF COSTS:
1. TRANSIT FACILITIES
A. SOLEDAD METROLINK STATION
Frequency of Service:
• Monthly $ 750.00
• Bi -Monthly (Once every 2 months) $ 800.00
•Quarterly $ 950.00
B.
JAN HEIDT NEWHALL METROLINK STATION
Frequency of Service:
• Monthly
$ 700.00
• Bi -Monthly (Once every 2 months)
$ 750.00
• Quarterly
$ 850.00
C.
McBEAN TRANSFER STATION
Frequency of Service:
• Monthly
$_1,200 00
• Bi -Monthly (Once every 2 months)
$ 1,250.00
• Quarterly
$ 1 300 .00
D.
VIA PRINCESSA METROLINK STATION
Frequency of Service:
• Monthly
$ 400.00
•Quarterly
$ 475.00
• Semi -Annually
$ 525.00
2.
JO ANNE DARCY LIBRARY
Frequency of Service:
• Monthly
$ 175.00
• Bi -Monthly (Once every 2 months)
$ 200.00
• Quarterly
$ 225.00
3.
OLD TOWN NEWHALL LIBRARY
GS -14-15.04
Add. Mum #2
W
Frequency of Service:
Monthly $ 17500
• Bi -Monthly (Once every 2 months) $ 200.00
• Quarterly $ 225.00
4. VALENCIA LIBRARY
Frequency of Service:
• Monthly $ 175.00
• Bi -Monthly (Once every 2 months) $ 200.00
Quarterly $ 225.00
TOTAL COST FOR MONTHLY HEATED HIGH PRESSURE WATER CLEANING
SERVICES - ALL LOCATIONS:
$ 3,575.00
(Combined costs for all locations using
underlined frequencies)
TOTAL COST FOR YEARLY HEATED HIGH PRESSURE WATER CLEANING
SERVICES - ALL LOCATIONS:
$ 42 900.00 (B)
(Monthly total cost above times 12 for
a total yearly cost—also used on page 71)
GS -14-15-04 gg
�vhtlentlom �F2
G. WINDOW WASHING PRICING
The pricing submitted on this sheet shall include all window washing services requested and
described within these specifications (not including janitorial services and/or heated high
pressure water cleaning services), shall be per occurrence. and shall be listed separately for
each location to be washed. The number of occurrences can vary from site to site. It is
anticipated, but not guaranteed, that at least one washing will be required per year. Costs for
Janitorial services will be submitted as part of Section E. JANITORIAL SERVICES PRICING
and costs for Heated High Pressure Water Cleaning services will be submitted as part of
Section F. HEATED HIGH PRESSURE WATER CLEAINING SERVICES PRICING.
BREAK DOWN OF COSTS:
1. CITY HALL BUILDING
• Per Occurrence $ 1,000.00 (C)
2. CORPORATE YARD FACILITY
• Per Occurrence $ 300.00 (D)
3. TRANSIT MAINTENANCE FACILITY
• Per Occurrence $ 250.00 (E)
4. OLD TOWN NEWHALL LIBRARY
• Per Occurrence $ 2.550.00 (F)
5. BUSINESS INCUBATOR
• Per Occurrence $ 125.00 (G)
GS -14-15-04 70
AUd.dtl 02
H. CALCULATION OF TOTAL COST USED TO DETERMINE LOWEST BID:
TOTAL COST FOR YEARLY JANITORIAL SERVICES - ALL LOCATIONS:
$ 378,990.96 (A)
(From page 67)
TOTAL COST FOR MONTHLY HEATED HIGH PRESSURE WATER CLEANING SERVICES - ALL
LOCATIONS:
WINDOW WASHING PRICING
1. CITY HALL BUILDING
• Per Occurrence
2. CORPORATE YARD FACILITY
• Per Occurrence
3. TRANSIT MAINTENANCE FACILITY
• Per Occurrence
4. OLD TOWN NEWHALL LIBRARY
• Per Occurrence
5. BUSINESS INCUBATOR
• Per Occurrence
$ 42,900.00 (B)
(From page 69)
$ 1.000.00 {C)
(From page 70)
$ 300.00 (D)
(From page 70)
$ 250.00
(From page 70)
$ 2,550.00 (F)
(From page 70)
$ 125.00 (G)
(From page 70)
TOTAL COST USED TO DETERMINE LOWEST BID:
(A) + (B) + (C) + (D) + (E) + (F) + (G) = TOTAL COST
TOTAL COST: $ 426,115.96 (A) + (B) + (C) + (D) + (E) + (F) + (G)
GS -14-15-04 71
Addend.. #2
ADDITIONAL SERVICES PRICING
Identify items where price breaks, quantity discounts or other reductions to the amount quoted apply.
Specify where price differences are based on the total quantity of additional work requested at one time
or if based on the frequency of additional work requests. Unless otherwise noted by bidder at this time, it
is expected that all prices provided herein apply for all locations, and will remain consistent throughout the
term of agreement which may result from this solicitation.
1. CARPET CLEANING - Price to be per square foot
Common Areas (hallways, lobbies, etc.)
$
.125
Within Occupied Rooms
$
.125
2. LIGHT FIXTURES - Per Fixture
$
3.75
3. HVAC VENTS & AIR REGISTERS - Per Fixture
$
2.50
4. WINDOW BLINDS - Per Fixture
$
8.00
5. SPEED BUFFING — Per Square Foot
$
.OS
6. MISCELLANEOUS CLEANING - Hourly Rate
$
18.85
7. TILE & GROUT CLEANING — Per Square Foot
$
.22
8. DAY PORTER — Hourly Rate
$
18.85
9. EMERGENCY RESPONSE — Hourly Rate
$
25.85
(Non -Scheduled Services Requiring Immediate
Response at any location within the City of Santa Clarita)
Jan Heidt Newhall Metrolink Station:
Clean concrete area by ticketing machine - per request $ 342.00
Clean glass at waiting shelters - per request $ 280.00
Soledad Station
Clean all glass partitions at waiting shelters - per request $ 90.00
McBean Transfer Station
Clean all waiting canopy roof structures - per request $ 327.23
Via Princessa Metrolink Station
Clean concrete area by ticketing machine - per request $ 132.56
Clean guard office - per request $ 10.50
GS -14-15-04 72
Addendum a2
WORK FORCE EXAMPLE
(City Hall Building)
Contract Manager Chava Gonzalez
Name
Number of Night Supervisor(s) 1
Specify Number On Above Line
Number of Cleaning Crews 1
Specify Number On Above Line
Number of Staff on Each Crew 3
Specify Number On Above Line
Special Cleaning Crew — Number of Staff on Each Crew 3
Specify Number On Above Line
WORK FORCE EXAMPLE
(Corporate Yard Facility)
Contract Manager
Number of Night Supervisor(s)
Number of Cleaning Crews
Number of Staff on Each Crew
Special Cleaning Crew — Number of Staff on Each Crew
Chava Gonzalez
Name
1
Specify Number On Above Line
Specify Number On Above Line
1
Specify Number On Above Line
3
Specify Number On Above Line
GS -14-15-04 73
Addendum 02
WORK FORCE EXAMPLE
(Transit Facilities)
Contract Manager Chava Gonzalez
Name
Number of Night Supervisor(s) 1
Specify Number On Above Line
Number of Cleaning Crews 1
Specify Number On Above Line
Number of Staff on Each Crew 2
Specify Number On Above Line
Special Cleaning Crew — Number of Staff on Each Crew 2
Specify Number On Above Line
WORK FORCE EXAMPLE
(Transit Maintenance Facility)
Contract Manager
Number of Night Supervisor(s)
Number of Cleaning Crews
Number of Staff on Each Crew
Special Cleaning Crew — Number of Staff on Each Crew
Chava Gonzalez
Name
1
Specify Number On Above Line
1
Specify Number On Above Line
1
Specify Number On Above Line
2
Specify Number On Above Line
GS -14-15-04 74
AG6end,m Ai
WORK FORCE EXAMPLE
(Jo Anne Darcy Library)
Contract Manager Chava Gonzalez
Name
Number of Night Supervisor(s) 1
Specify Number On Above Line
Number of Cleaning Crews 1
Specify Number On Above Line
Number of Staff on Each Crew 1
Specify Number On Above Line
Special Cleaning Crew — Number of Staff on Each Crew 3
Specify Number On Above Line
WORK FORCE EXAMPLE
(Old Town Newhall Library)
Contract Manager
Number of Night Supervisor(s)
Number of Cleaning Crews
Number of Staff on Each Crew
Special Cleaning Crew — Number of Staff on Each Crew
Chava Gonzalez
Name
1
Specify Number On Above Line
1
Specify Number On Above Line
Specify Number On Above Line
3
Specify Number On Above Line
GS -14-15-04 75
Addwdum #2
WORK FORCE EXAMPLE
(Valencia Library)
Contract Manager Chava Gonzalez
Name
Number of Night Supervisor(s) 1
Specify Number On Above Line
Number of Cleaning Crews 1
Specify Number On Above Line
Number of Staff on Each Crew 1
Specify Number On Above Line
Special Cleaning Crew — Number of Staff on Each Crew 2
Specify Number On Above Line
WORK FORCE EXAMPLE
(Canyon Country Community Center)
Contract Manager
Number of Night Supervisor(s)
Number of Cleaning Crews
Number of Staff on Each Crew
Special Cleaning Crew — Number of Staff on Each Crew
Chava Gonzalez
Name
1
Specify Number On Above Line
1
Specify Number On Above Line
1
Specify Number On Above Line
2
Specify Number On Above Line
GS -14-15-04 76
Addendum 92
WORK FORCE EXAMPLE
(Business Incubator)
Contract Manager
Number of Night Supervisor(s)
Number of Cleaning Crews
Number of Staff on Each Crew
Special Cleaning Crew — Number of Staff on Each Crew
Contract Manager
Number of Night Supervisor(s)
Number of Cleaning Crews
Number of Staff on Each Crew
Chava Gonzalez
Name
1
Specify Number On Above Line
1
Specify Number On Above Line
1
Specify Number On Above Line
2
Specify Number On Above Line
WORK FORCE EXAMPLE
(SCTV CHANNEL 20 STUDIOS)
Special Cleaning Crew — Number of Staff on Each Crew
Chava Gonzalez
Name
1
Specify Number On Above Line
1
�cifv Number On Above Line
1
Specify Number On Above Line
2
Specify Number On Above Line
GS -14-15-04 77
Addendum k2
,-r
_
r'^
C::
LO
<
Bid GS -14-15-04
Janitorial Service
Due Date: 08/27/14
Time: Before 11:00 a.m.
City of Santa Clarita
Purchasing Agent
j 23920 Valencia Blvd Suite 120
Santa Clarita, Ca 91355-2196