Loading...
HomeMy WebLinkAboutRFP - P897 CUSTODIAL SERVICESCity of Fort Collins Administrative Services Purchasing Division THE CITY OF FORT COLLINS REQUEST FOR PROPOSALS Regarding CUSTODIAL CLEANING SERVICES Proposal No. P-897 For its facilities located within the CITY OF FORT COLLINS 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 9 (970) 221-6775 • FAX (970) 221-6707 Consumables Usage - 2002 City of Fort Collins APprox. Approx. Daily(365) Yearly Yeady Cases Cases MATS MATS Cleanable Employee *Public TP PT- roll Hand Soap Shower Contractor provides Building SO. FT. Using Buildings Use Cases Cases Gal Gel 3x5 3 x 10 112 Howes 1,305 5 * 3 3 2 2 215 Mason 59,086 150 * 50 85 8 281 N. Coll a 30,648 105 * 48 48 12 6 330 S. College 6,654 28 3 2 2 2 330 S. Coll.MR 1,576 10 1 405 Canyon 2,220 11 * 4 -4 -3 2 1 906 Vine -Budget -Cott 1,350 5 10 10 3 2 2 4x6 1,930 4 3 3 2 2 1 City Hall 25,9 00 35 36 36 8 3 City Park Ctr. 6,586 *25 12 12 4 1 Dist. 1 Police 2,100 6 2 2 2 3 4x6 DowntownRRs 312 12 12 4 EPIC/2" sheet 37,490 85 *1000 78 78 12 90 Fleet Services 4,773 20 8 8 4 3 Grandvw Off 524 2 * 1 1 1 1 Grandvw Shop 447 6 3 3 2 1 Library 26,515 125 *1108 48 48 12 2 Lib. Tech Ser. 3,794 8 4 0 1 Martinez Farm 1,813 7 *100 12 12 6 3 Mullbe Pool 6,614 6 *400 24 24 48 96 Museum 7,253 7 * 12 12 6 NIX Maint 830 8 8 8 4 1 Nix Office 3,113 12 8 8 4 1 1 Northside Ctr. 14,480 10 *351 36 36 12 2 O erations Ser. 7,707 22 6 6 4 2 2 Park Shop 5,479 44 75 Sumer 12 12 6 3 2 PFA Training 9,379 10 *training 12 12 8 PFA 4,512 20 6 6 4 1 Police Annex 1,789 4 4 4 1 Police Firing R. 3,078 4 4 4 1 Police Services _Pottery 20,362 90 * 36 36 8 6 Studio 2,211 *25 12 12 4 Recreation 5,151 11 8 8 4 2 2 Senior Center 30,510 52 *1000 36re 48 30 96 Traffic O s. 9,519 15 12 12 6 Transfort 4,498 95 12 12 12 2 Transfort Cott. 1,137 6 0 3 3 1 Transit Center 5,008 12 12 12 12 2 4x6 Water Pol. Lab 5,565 12 6 6 6 Water Lab 1,095 10 3 6 4 WaterRec. En 1,450 6 1re 1 2 Water Rec. Mul 723 1 1 reg 1 1 WaterRec. Plant Operation 8,757 40 12reg 12 12 Water Treat. 12,400 25 0 0 0 YAC 5,663 30 * 007 12 12 6 Totals 393,396 1156 627 678 302 282 48 M CHECKLIST OF REQUIRED ITEMS You will find the information package forms which are to be used to submit your proposed programs and pricing information in Exhibit B. Please provide all information requested. This information will be used within the frame work of the RFP, this information package, and the evaluation process. Omissions or missing information will be considered a reflection of the Service Provider's management effectiveness and performance capability. A. Required forms for this proposal are: Items Schedules A. Management Structure 1. Consumable Supplies B. Site Manager Qualifications 2. Proposed Equipment Inventory C. Safety Data 3. Overhead Breakdown D. Vendor Training Programs 4. Direct Staffing Expense E. Staffing Commitment 5. Direct Supply Expense F. Recommended Service Program 6. Other Direct Expense G. Productivity Standards 7. Summary Price Proposal H. Floor Care Plan 8. Price Review I. Proposed Equipment J. Summary Information K. Reference List B. Required forms needed to be submitted after receipt of the Notice of Award are: • Notice of Award Acknowledgment • Certificate of Insurance (Exhibit D) • Performance Bond or Irrevocable Letter of Credit • Monthly Billing Structure (Schedule 9) 10 RATING CRITERIA — REVIEW AND ASSESSMENT Service Providers will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals. The rating scale shall be from 1 to 5, with a "1" reflecting a poor rating a "Y being an average rating, and "Y reflecting an outstanding rating. Weighting Factor Qualification Standard 1 Availability Is distance of the Service Provider's office from the City acceptable or will it impede provider responsiveness? Are the firm's management personnel available to do monthly building inspection checks as required by the contract? 2 Assigned Personnel Will the City's cleaning contract be adequately supported by off -site provider management? Will they be able to provide expertise that may be needed for difficult cleaning issues? Is site management experienced and qualified? Is site management experienced in similar environment that requires traveling between buildings with a variety of shifts and locations? 3 Staffing levels Do staffing levels make sense compared to current levels? Considering the labor hours, tools, and equipment proposed and arrangement of staff can they accomplish the objectives? Is there labor hours provided for each building? 2 Training and Safety Does the provider have a good safety record? Does the provider adequately train staff in safety issues? Is the custodial training program adequate? Is management training program adequate? Does provider assure professionalism of staff? 3 Service Program Did the provider outline a cleaning system that can be managed successfully which will clean a variety of types of buildings, schedules, locations, with a varied level of service requirements and square footage. 1 Productivity Standards Is information requested supplied? Do productivity rates compare favorable with industry practices? 1 Floor Care Plan Is the site manager familiar with the various floor types and their care? Do floor care plans appear adequate to ensure cleanliness and asset preservation? 11 1 Proposed Equipment Is equipment proposed for use appropriate for the tasks described in provider's service program? Will equipment maximize effectiveness, efficiency, and productivity? 1 Summary Information Is labor productivity rate acceptable? Is ratio of cleaners to supervisors indicative of a well managed system of service delivery? Are sufficient compensation and/or health insurance offered in an attempt to ensure lower turnover? 4 Cost and Work Hours Do the proposed cost and work hours make sense? Do they compare favorably with industry practices? Are the work hours presented reasonable for the effort required? Are costs presented for consumables, supplies, and equipment reasonable? Is breakdown of overhead expense reasonable? Are labor credit hours and cost per square foot reasonable? Motivation Is the Service Provider interested and are they capable of doing the work within the required parameters? REFERENCE EVALUATION The City will check references of the top ranked firm(s) using the following criteria. The evaluation standards will be rated from 1 to 5, with a "1" reflecting a poor rating, a "3" an average rating, and a "Y reflecting an outstanding rating. Weighting Factor Qualification Standard 1 Overall Performance Would you hire this Service Provider again? 1 Completeness Was the Service Provider responsive to client needs; did the Service Provider anticipate problems? Were problems solved quickly and effectively? 1 Budget Was the original Scope of Work completed within the budget? 1 Job Knowledge Did the Service Provider demonstrate thorough knowledge of cleaning methods and practices? 2 Quality Was the customer satisfied with the quality of custodial service? Was there frequent rework or nonperformance of services? 12 Sample SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of (_) pages, and incorporated herein by this reference. 2. Contract Period. This Agreement shall commence Jan. 1, 2004, and shall continue in full force and effect until December 31, 2004, unless sooner terminated as herein provided. The Agreement may be extended by agreement of the parties for additional one year periods not to exceed four (4) additional one year periods. If the City wished to extend the Agreement it shall provide written notice of such extension to the Service Provider at least 90 days prior to the end of the then existing terms. The Agreement will be extended for the next year unless the Service Provider gives written notice to the City of the Service Provider's decision not to extend within 15 days of receiving the City's notice to extend. If the City does not provide written notice to extend as provided herein, this Agreement shall automatically terminate at the end of the then existing term. There shall be no increase in contract sum for the second year of the contract, if renewed. Pricing changes for all other renewal periods shall be negotiated by and agreed to by both parties and may not exceed the Denver — Boulder CPI- U as published by the Colorado State Planning and Budget Office. 3. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 4. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Service Provider: 13 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 5. Contract Sum. The City shall pay the Service Provider for the performance of this Contract, subject to additions and deletions as provided in herein, the sum of _ Dollars ($). 6. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this Agreement. All requests concerning this Agreement shall be directed to the City Representative. 7. Independent Service Provider. The services to be performed by Service Provider are those of an independent Service Provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Worker's Compensation or other taxes or benefits or for any other purpose. 8. Personal Service. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 10. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and,care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall not be 5 years or older unless specifically approved by the City Representative and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to the City. 12. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this Agreement, such party may be declared in default thereof. 13. Remedies. In the event a party has been declared in default, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; (c) call the default and withhold the cost to cure from the contract sum; or (d) avail himself of any other remedy at law or equity. If the non - defaulting party commences legal or equitable actions against the defaulting party, the 14 defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 14. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 15. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands, or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, resulting from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. C. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit B, consisting of ( ) page(s), attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580, Fort Collins, Colorado 80522, one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 16. Entire Agreement. This agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 17. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any count of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement 15 ATTEST: City Clerk APPROVED AS TO FORM: Assistant City Attorney THE CITY OF FORT COLLINS, COLORADO A municipal corporation BY: Date: BY: Date: John Fischbach, City Manager James B. O'Neill, II, CPPO, FNIGP Director of Purchasing and Risk Management Service Provider (Insert Individual's name) Doing Business As (Insert Name of Business) BY: PRINT NAME TITLE Date: 16 EXHIBIT A SCOPE OF SERVICES 1. QUALITY SPECIFICATIONS The Service Provider shall ensure that the facilities, fixtures, floor surfaces, and furnishings of the City shall be continually maintained in a state of high quality cleanliness. The Service Provider shall achieve following Quality Specifications: A. CLEANLINESS SPECIFICATIONS The City requires that the surfaces and contents be continually maintained through a program of reduction of Quality Defects. On a percentage basis, the FIRST YEAR overall minimum cleanliness target range specified herein shall be *80% - 85%. That is, between eighty and eighty-five percent of all items in all areas, on average, must be free of Cleanliness Quality defects as defined below, and paragraphs 1-13 and 1-C. This cleanliness specification will be adjusted by the City at the time of contract renewal to a maximum of 85%. Beyond this collective rating, each building has its own special information and cleaning schedule, as specified in the Supplemental Information. (*If incumbent is awarded the bid, the target goal remains at 85 %.) B. DEFINITION OF CLEANLINESS QUALITY Cleanliness Quality Means: A "like -new" appearance... or all of the following: - The absence of litter or undesirable debris. - The absence of un-bonded dust build up on any surface of items to be dusted. - The complete, thorough cleaning of items subject to cleaning, including,: corners, inside, outside, top, bottom, under and over all surfaces. - The absence of surface marks, spills or other undesirable bonded residue which can be eliminated by appropriate damp or wet cleaning techniques. - The absence of soil, finish or other undesirable bonded build up which can be eliminated by appropriate heavy duty, cycle or project cleaning techniques. - The presence of appropriate surface gloss, protection, or reflective capacity in line with "like new" or designated gloss levels. - The absence of minor spots, marks, or other limited surfaces soil which can be eliminated by appropriate spot cleaning techniques. - The absence of dust, lint and other in -fiber accumulation in fabric and carpeted areas which can be eliminated by appropriate vacuum cleaning techniques. - The issuance of maintenance and other work requests to eliminate or correct problems with damaged, non-functioning, repair, or replacement oriented items which cannot be corrected through appropriate cleaning techniques. 17 C. Customer Satisfaction Specification The Service Provider shall manage the resources at its disposal in such a way as to improve Customer Satisfaction and reduce and control the number of cleaning complaints, based on the concept of continuous improvement. A goal of less than ten customer complaints per month must be achieved within the first twelve months of the agreement. D. Response Specification The Service Provider shall respond to all problems presented to it by the City staff. This response shall conform to the following schedule: Emergency - on the scene within thirty (30) minutes Required - completed within eight (8) hours Planned - provide a clear schedule within one working day ALL Service Provider response to customer requests must satisfy this requirement. E. Continuous Improvement Specification The Service Provider must demonstrate an effective continuous improvement program for cleaning and key item problems through an ongoing system improvement and modification process to prevent complaints and cleaning failure. A 50% success rate is required annually by this contract. 2. SERVICE PROVIDER WORK REQUIRMENTS A. Type of Work The work covered by this agreement involves custodial cleaning services for the cleaning of office space, corridors, lobbies, rest rooms, conference rooms, exterior entrances, break rooms, locker rooms, bleachers, gymnasiums, laboratory rooms and any and all customer, employee, and public spaces contained within City buildings . The work will be performed in designated buildings as identified in the Supplemental Information. Items to be cleaned under this contract include, but are not limited to: walls, furniture and furnishings including: chairs, tables, desks, telephones, shelving/bookcases, pipes, high dust areas, marker boards, clocks, exit/other signs, pictures, interior and exterior window glass, window sills, screens, all floor surfaces, floor coverings (carpeting, rugs, etc.), baseboards, cabinets, ash urns, water fountains, doors and door frames, moldings, transoms, radiators and other heating devices, grills, vents/louvers, mini blinds, steps/banisters, elevator tracks, coat racks, sofas, credenzas/office furnishings, filing cabinets, air conditioners, fire extinguishers, drainage and toilet fixtures, sinks, mirrors, sanitary napkin/other dispensers, lockers, shower rooms, shower curtains, partitions, urinals, water free urinals replacement cartridges and fluids, table -top and modular furniture, lighting or illuminating fixtures, soap, paper towel and toilet tissue dispensers, equipment, pads, trash containers, and all customer, employee and public items. REQUEST FOR PROPOSAL Proposal Number P-897 CUSTODIAL SERVICES The City of Fort Collins is seeking proposals from qualified firms for Custodial Cleaning Services. Written proposals, five (5) will be received at the City of Fort Collins Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 2:30 p.m. (our clock), September 4, 2003. Proposal No. P-897. If delivered, they are to be sent to 215 North Mason Street, 2"d Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. The Preproposal Conference will take place on August 12, 2003, from 10:00a.m. to 12:00p.m. at 117 N. Mason, Fort Collins, with a walking tour after the presentation. Attendance at the Preproposal Qualification Conference is MANDATORY. It is a requirement for Service Providers to be qualified to submit their proposals. The purpose of this conference is to fully acquaint the Service Providers with all conditions of character, quality and quantities of work to be performed and materials to be furnished. Supplemental Information, including floor plans, building statistics and information on consumables will be distributed. Questions concerning the City of Fort Collins' requirements will be answered. Failure to attend will disqualify firm from submitting a proposal. Questions concerning the scope of the project should be directed to Joan Barrie, Project Manager, at 970-221-6592. Questions regarding proposals submittal or process should be directed to Jim Hume, CPPO, Senior Buyer, at 970-221-6776. A copy of the Proposal may be obtained as follows: Download the Proposal/Bid from the Purchasing Webpage, www.fcaov.com/purchasing. 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. B. Summary of Work Responsibility The successful Service Provider will be responsible for all cleaning activities within the buildings as set forth in the Supplemental Information. The following is a summary of the categorical duties delegated to the Service Provider and to the City or other contractors. 1. Service Provider Responsibility Routine Cleaning Periodic Cleaning Project Cleaning All Floor Surfaces, excluding carpet extraction/shampooing Carpet Spot Cleaning Cleanliness of Cleaning Equipment Computer Rooms Day Cleaning of designated buildings Interior Glass and Frame Exterior entrance glass only Lounges/Break Areas, vending Rest Room Supplies Sweeping and Policing at Steps, walkways and entrances within 10 feet of building entrances. Trash Removal to Designated Locations Storm Windows Walk -off Mat Cleaning Wall Cleaning Sanitary napkin machine product purchase and replacement. Shower curtain laundering and replacement. Late meeting room cleanup in 281 N. College, City Hall and 215 Mason. 2. City Responsibility Management of Building Operations and Maintenance Contract Furniture Moving Other Moving Mechanical Rooms Meeting Room Set -Up 3. Other City Contracts Carpet Extraction/Shampooing Exterior Windows C. Changes in Work Requirements Should the Service Provider find that existing conditions make modification of the agreement desirable, the Service Provider shall promptly report the matter to the City for consideration and decision. During the contract period or its extension, the City reserves the right to add or delete specific hours, positions, services and/or locations at the prevailing contract prices for those variable cost items. The City may at any time delete/add services and/or buildings from this scope of services as the City, in its sole discretion, deems necessary or appropriate. The contract sum shall be reduced by such deletions on a pro rata basis. All changes in work need to be documented on the "Change Order Form". Me D. Hours of Work The hours for scheduling custodial cleaning services is presented, by building, in the Supplemental Information. E. City Holidays City holidays are: New Year's Day, Martin Luther King Day, Presidents Day, Memorial Day, Fourth of July, Labor Day, Veterans' Day, Thanksgiving Day, and Christmas Day. If any of these holidays fall on a Saturday, the City will be off the Friday before. If any of these holidays fall on a Sunday, the City will be off the following Monday. The FACILITY will be available for cleaning on these days. Downtown Rest Rooms will always need everyday service. All other buildings will not need cleaning on Christmas Day and New Years Day. Other holiday cleaning needs will vary by building. F. City Functions After Normal Working Hours The Service Provider should expect weekly City Council meetings, Board and Commissions meetings at various times, and Public meetings as various times, to be held after normal working hours. The Service Provider will be notified when these meetings will occur and will be required to work around City activities and maintain established quality requirements. 3. SERVICE PROVIDER RESPONSIBILITIES A. Supplies, Materials and Equipment 1. Rest Room Supplies All rest room supplies shall be furnished by the Service Provider. This cost should be included in the contract cost. These supplies shall be maintained at all times at a level of ten days requirement, unless otherwise specified by the City Representative. Paper towels, toilet tissue, soap, and trash bags, etc. will be issued by the Service Provider from its central stock point, and the Service Provider shall be responsible for transporting this material and installing at the point of usage Supplies shall be of the biodegradable type and the quality that is currently being provided. The replenishing of sanitary napkin dispensers in applicable buildings will be the Service Provider's cost and responsibility. 2. Reimbursable Supplies The City may elect, by change to the agreement, to require the Service Provider to furnish supplies on a reimbursable basis. In this event, the City retains the right to participate fully in any discount arrangements the Service Provider may have with suppliers of these products. The Service Provider shall provide a monthly inventory to the City of all supplies issued on a daily basis. Controls shall be established and implemented by the Service Provider to safeguard materials. Any losses or irregularities are to be promptly reported in writing to the City Representative. 3. Cleaning Supplies All necessary cleaning pads and equipment, including power driven machines, floor stripping machines, industrial vacuum cleaners, high speed polishing machines, and associated chemicals and supplies, etc., needed for the performance of the work involved, shall be furnished by the Service Provider. 4. Plastic Trash Can Liners The Service Provider shall furnish plastic liners for trash only. 5. Walk -Off Mats The Service Provider shall furnish walk -off mats where required (see consumable usage chart) for all interior entrances to prevent excessive soiling of building interiors. 6. Personal Safety Equipment The Service Provider shall provide its employees with any necessary safety equipment. 7. Uniforms The Service Provider shall provide shirts with company insignia subject to approval by the City. Company shirts and City ID badges must be worn at all times by Service Provider employees during their work shift. 8. City Observation The City shall have the right at all times to examine the supplies, materials, and equipment used by the Service Provider, and to observe the operations and methods of the Service Provider, its agents, servants and employees. 9. Removal and Ownership In the event of termination or contract expiration, all rest room supplies and paper products shall remain the Property of the City. 10. Inventory Levels The City may, from time to time, establish certain minimum inventories of supplies, materials and equipment to be maintained by the Service Provider. Recommendations by the Service Provider are expected at least annually. B. Equipment or Items Specification Service Provider furnished equipment, tools, and supplies shall meet minimum standards as follows: 1. Equipment and Tools All mechanical equipment and tools shall have bumpers and guards to prevent marking or scratching of fixtures, furnishings, or building surfaces. Electrical equipment used by the Service Provider shall be UL approved, meet OSHA requirements, and all other safety requirements as specified in the contract. The equipment must operate using existing circuits. It shall be the Service Provider's responsibility to prevent operation, or attempted operation, by custodial employees, or equipment or combinations of equipment which require electrical power exceeding the capacity of existing circuits. Such equipment shall be of the size and type most efficiently used for high quality work of this kind and shall meet with the approval of the City Representative. Equipment deemed by the City to be of improper design, or inadequate for the purpose intended shall be removed from the premises and replaced with satisfactory equipment at no expense to the City. The Service Provider is prohibited from using propane powered equipment in any City building. 21 2. Cleaning Supplies A list of products used by the Service Provider shall be submitted to the City for approval during the start up period. All listed equipment and materials are the responsibility of the Service Provider. These specific products will need to be supplied and used by the Service Provider as indicated: Disinfectant is to be used on all rest room and locker room surfaces. Non -ammoniated glass cleaner on tinted glass. Stainless steel cleaner on the EPIC locker room stainless fixtures. The following products cannot be used at the City for any maintenance purpose: pine oils, bleach, ammonia, de -scalers, lye, oven cleaners, steel wool, powdered cleansers. Samples of additional janitorial supplies which may be recommended by the Service Provider shall be submitted to the City Representative for approval thirty (30) days prior to the contract start date, or date of intended use. The pH of any cleaning materials shall not exceed nine(9). Whenever possible the City prefers the use of effective environmentally friendly cleaning chemicals. 3. Material Safety Data Sheet The Service Provider shall submit Material Safety Data Sheets on all products prior to contract start up, in a form acceptable to the City. C. Systems Support As may be requested by the City, the Service Provider is to provide the systems and technical expertise necessary to set or redefine staffing labor and resource requirements. Those providing this support shall be experienced and competent, and shall develop their recommendations on the basis of the City defined cleanliness levels. D. Service Provider Resource Responsibility The Service Provider shall contractually establish and provide all labor, equipment, tools, supplies, supervision, management and other resources and services necessary to achieve the cleanliness, customer satisfaction and management response specifications as defined in the agreement. This commitment MUST include all routine, periodic, project and other tasks and frequencies needed to meet the quality specifications noted. It is intended that no project or special work is billable under this contract, except in a rare or unusual situation. And in this event, authorization must be obtained for added billable work. The Service Provider will notify the City, with a written order, and will schedule each special project to be performed, when such work supervision falls outside the context of the agreement. E. Service Provider Staffing The Service Provider shall be obligated to provide its proposed number of custodial personnel to perform the duties required in accordance with this agreement at all times. The Service Provider shall keep on file and furnish to the City Representative a monthly report that includes a list of the names of all personnel presently working in each building and number of hours worked by each person, as certified by the Service Provider's time records. All employees of Service Provider employed to carry out the custodial cleaning services proposed are subject to final approval by the City. All employees of the Service Provider will be required to adhere to City Security, Fire and Safety Regulations for Service Provider employees. Service Provider agrees that it will, upon notice from the City, remove any supervisor or employee who is, for any reason, unsatisfactory to the City, and replace him/her with an employee satisfactory to the City. The Service Provider shall not represent that it and its employees are either agents or employees of the City. All Service Provider personnel shall be physically able to do their assigned work 22 All Service Provider personnel shall be capable employees, thoroughly trained and qualified in the work assigned to them. The employee shall receive a copy of the Building Information Sheet along with appropriate training specific to the needs of the building (buildings) prior to performing the cleaning duties. A copy of the supervisor's training record must be maintained and provided to the City in advance of employment on site. Every new employee must receive OSHA's Hazardous Communication Program training using an established program, prior to working in any City building. The Service Provider agrees that only assigned personnel will be permitted on the City premises and no other personnel including, but not limited to salesmen, friends, relatives or minors, will be allowed on premises without prior notice and approval by the City. The Service Provider employees shall supervise all routine, project, and other work in such a way as not to interfere with regularly scheduled City activities. F. Customer Service Policy The Service Provider shall establish a clear Customer Service Policy which is communicated to its employees. G. Site Management The Service Provider shall provide nonworking managers and supervisors to ensure the performance of the work and proper supervision of cleaning employees. The Site Manager shall demonstrate adequate knowledge of cleaning equipment, tools, chemicals, techniques, and related activities and shall be able to recognize any situations or circumstances under which the cleaning techniques defined may be improved upon. Proof of this training and knowledge is required. The City shall have the right to make minor adjustments in the tasks, areas, or employees if such minor adjustments do not cause an increase or decrease in the quality and performance targets to be achieved. It is understood that additional building space or other areas may be added, at the City's option, utilizing the change order procedures outlined in this document. The City shall have the right to cause the Service Provider to replace any individual functioning as Site Manger or supervisor. Insurance Requirements 1. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this agreement: a. Workers' Compensation insurance with statutory limits as required by Colorado law. b. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. 2. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The Amount of 23 insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. J. Special Requirements Service Provider must ensure all exterior doors are locked, as necessary, while cleaning and upon leaving the buildings. All rooms which are found locked are to be relocked after cleaning. The City requires the Service Provider turn off all lights as cleaning is completed. Security Alarms must be disarmed and armed using the correct procedures. $50 will be charged each time the Police are dispatched because the Service Provider has set off the alarm. 4. CITY SUPPLIED ITEMS A. Utilities The City will provide, at no cost to the Service Provider, electricity, water, and telephone services (limited to local official contract business). B. Office Space The City will provide, at no cost to the Service Provider, desk space at 117 North Mason in which to establish an on -site presence. A Custodial Supply Room is provided at 117 North Mason to which supplies can be delivered for use in City Buildings. Custodial closets are located in various City facilities, as denoted on the building floor plans presented in the Supplemental Information, for the storage of supplies, materials and equipment. 5. Service Provider OPERATIONAL REQUIREMENTS A. Key Control The Service Provider shall establish and implement adequate methods of ensuring that all keys issued to the Service Provider by the City are not lost or misplaced and are not used by unauthorized person. They shall not be marked with identifying building name. As a minimum, all such keys shall be kept in a locked key board in the office of the Service Provider. The Service Provider shall provide the City with keys necessary to open the locked key board. No keys issued to the Service Provider shall be duplicated. Access Cards and fobs will be issued in the name of the Service Provider's custodians. Any loss must be reported immediately. The Access Fob numbers can be deleted to prevent unauthorized use. All keys will be furnished by the City and all lost keys will be replaced by the City, not by the Service Provider. However, the sum of $30.00 will be charged the Service Provider for each key or Access fob that is lost by the Service Provider. Furthermore, if keys are lost or duplicated by the Service Provider and, in the opinion of the City, it is necessary to replace or recode locks for reasons of security, the direct cost of such replacement or recoding will be paid by the Service Provider. 24 The Service Provider shall report the occurrence of a lost key immediately to the City Representative. It is the responsibility of the Service Provider to prohibit the use of keys by persons other than those supervised by the Service Provider's employees. It is also the responsibility of the Service Provider to prohibit the opening of locked areas by the Service Provider's employees to permit entrance of persons other than Service Provider's employees engaged in the performance of assigned work in those areas. B. Lost and Found It shall be the responsibility of the Service Provider to instruct its staff and employees that all articles of possible personal or monetary value found by the Service Provider's employees be turned in to the City at 117 North Mason. C. Time Cards/Payroll Documentation All of Service Provider's employees shall be required to sign a time sheet at the start and end of each shift. This record shall be submitted to the City to confirm actual labor cost on invoices submitted, and in any event, shall comply with the City's requirement for auditing Service Provider labor hours. D. Problem Identification All supervisors will be responsible to call and leave a report for the City Representative identifying any needed repairs to the building, its furnishings, its fixtures, its mechanical equipment and other such items. Service Provider supervisors will also call when in their opinion, carpeting needs to be extracted. This information will be called in on a daily basis. If the problem is critical in nature and requires immediate action, they shall call Operations Services emergency number immediately. E. Reporting System The Service Provider shall maintain records adequate to reflect, in accordance with sound accounting and administrative practices, all services provided under the agreement. It shall issue such reports as the City may reasonably request, including but not limited to monthly and quarterly cumulative accounting reports. All records shall identify area -by -area and building -by - building data. At the City's request, the Service Provider shall make all payroll records, training records, invoices for materials, and other relevant records pertinent to the contract available to the City Representative or its authorized representative for the purposes of inspection and audit of such records. Any substantive changes affecting any dimension of work performed shall be brought to the immediate attention of the City. The Service Provider shall not enter into any agreement or take any action which may interfere with the rights of the City as noted under this contract, or compromise with City's ability to serve the needs of its physical plant, occupants, employees, management, or customers. 25 F. Specific Report Requirements 1. Daily a. The Service Provider shall maintain daily weekday contact with the City Representative. b. A list of problems found by supervisors, are to be called into City Representative's voice mail nightly. (Emergency calls to Operations Services emergency number.) c. Work orders will be issued for cleaning complaints made by City personnel or for work requests. These shall be reviewed daily by the Service Provider for follow up and resolution. The Service Provider shall sign, date and return on or before the due date. d. A log listing the names of the Service Provider's personnel present for work daily and the number of hours worked by each person shall be available. 2. Weekly Periodic Floor Care Reporting. The Service Provider shall log all the periodic floor care that is completed each night. This log shall be available for weekly review by the City Representative. 3. Monthly Service Provider shall be available to inspect buildings on a monthly basis with City Representative. Results will be provided to the Service Provider. Schedule 9 — A schedule 9 sheet for each building is due on the first business day of every month along with a separate invoice for each building. G. Safety and Health The Service Provider must promptly report to the City cases of death, occupational disease and injury caused by work on the job. Verbal notification must be followed by a written report describing the incident. The Service Provider must provide emergency first aid and treatment of job -related injuries in accordance with the requirements of its insurance plan. J. Relief Personnel The Service Provider shall employ an adequate quantity of on -call relief personnel not permanently assigned to the Facility who shall be pre -approved and used to complete the work assignment of absent employees normally assigned to work in a specific area. Such relief personnel may perform authorized project work when not performing routine work. These relief personnel shall not be charged against the City, directly or indirectly, including wages, benefits and/or other costs regardless of the regular or overtime hours worked, when replacing regular workers. If the Site Manager or a supervisor is absent, the Service Provider shall provide a replacement that is competent and has been given the authority to carry out the duties of the Site Manager, subject to the approval of the City. K. Soliciting All soliciting is prohibited on the City premises by Service Provider employees. Service Provider shall inform its employees of this policy prior to their beginning work under the contract. 26 L. Access to City Facilities Prior to beginning work under this Contract, the Service Provider must obtain clearance from Fort Collins Police Services for any person who needs access to the FACILITY to perform Service Provider's obligations under this Contract. Police Services will check all sources of information they deem relevant and appropriate to determine if clearance will be given. Any employee (and family or friend) working in a City building without Police clearance can be cause for termination of this Service Agreement. The Service Provider will provide a City Representative with information about each person seeking clearance as requested by Police Services including name, date of birth, social security number, CO Drivers License or CO ID number, height, weight, eye and hair color. Police Services may deny clearance to any person who: • Has an active criminal arrest warrant; • Has a felony arrest or conviction; • Has a drug -related misdemeanor or drug -related petty offensive conviction • Has a non -drug -related misdemeanor or a petty offensive conviction within the past three (3) years; • Is a suspect in an active criminal investigation; • Was previously terminated from employment by the City of Fort Collins; • Is determined to be a threat to the safety of persons or property or to the confidentiality of City information. The City shall provide the Service Provider with identification tags for all persons given clearance. Such identification tags shall be displayed, in an easily seen manner, on all employees while working in City buildings. Identification tags and access fobs shall immediately be returned to the City Representative when the employee no longer works for the Service Provider in City Buildings. Any Service Provider employee without a properly displayed identification card is subject to immediate eviction from the City Building. The Service Provider shall provide the City with a current and complete list of the names, I.D. card numbers, address and telephone numbers of all Service Provider personnel providing services under this agreement. The Service Provider shall keep this list current and shall immediately inform the City of all personnel changes. 6. SPECIAL PROVISIONS A. Type of Contract The City contemplates the award of a Fixed Cost, Incentive Performance Contract for custodial cleaning services resulting from this qualification process. B. Performance Incentive Payment System The City will reimburse the Service Provider for approved services, subject to the following incentive payment system: (compensation on building basis). If the quality specification range required by this Agreement is not achieved, the Service Provider's monthly compensation shall be based on the Service Provider's operating cost, defined as: Full monthly invoice less profit, adjusted for any City credits, as provided by this RFP. 2. If the quality specification range required by this Agreement is achieved, the Service Provider's monthly compensation shall be based on the Service 27 Provider's full monthly invoice, adjusted for any City credits, as provided by this RFP. 3. If the quality specification range required by this Agreement is exceeded, the Service Provider's monthly compensation shall be based on the Service Provider's full monthly invoice, plus up to 10% incentive (1% incentive for each 1 % performance over the target range), adjusted for any City credits, as provided by this RFP. 4. The Service Provider is required to award at least 5% of the total incentive received each month for each building to the Site Management and 10% to the Custodian/s for the particular building they clean. The first three months of the contract is a grace period, allowing all parties time to become familiar with the quality management system, for the Service Provider to become familiar with the facilities, and for the Service Provider to complete their phase in plan. There will be no incentives paid nor profits penalized for the first ninety (90) days of the contract. C. Statements and Invoicing The Service Provider shall prepare and submit to the City Representative an operating report and invoices for all work, including special projects work. The operating report shall consist of an explanation of all charges incurred due to the regular monthly execution of the contract and as indicated below. The monthly invoice shall reflect the contract price only as justified by the operating report. Approved reimbursable items are to be treated separately. 1. Routine Work A monthly statement shall be submitted for routine Service Provider hours actually worked in each specific building. An invoice for each monthly period in each building is to be submitted as an attachment to the monthly operating report. 2. Special Project Work A monthly statement shall be submitted for completed special projects work which is outside the scope of the agreement. The entire project work must be completed in accordance with the City work order procedure and policy. All invoices are to be submitted as an attachment to the Service Provider's monthly operating report. Payments shall be made in response to invoices submitted to: City of Fort Collins Accounting Dept. (P.O. Box 580) Fort Collins, CO 80522-0580 The City shall pay the amount invoiced for work performed under the agreement for that accounting period within thirty (30) days of receipt of invoices, provided that such payments shall be subject to audits by the City and that any resulting adjustments in favor of the City shall be applied as a credit to the next payment to be made to Service Provider pursuant to the agreement. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, 0� ame B. O'Neill II, CPPO, FNIGP ec r of Purchasing & Risk Management 2 D. Deductions, Adjustments and Damages The City shall have the right to assess damages for breach of the Service Provider's obligations. The exercise of its rights shall not preclude the City's right to terminate or revoke the agreement. Deductions and adjustments (as a credit to the Service Provider's invoice) are a valid right of the City. Typical deductions include, but are not limited to: If the Service Provider fails to perform the work required to achieve the quality specifications, damages, will be assessed on the basis of the hours, wage rate costs and other costs expended by the City to achieve the quality specifications. - If the Service Provider fails to complete its responsibility for phase out (per its proposal), any damages which might result shall be subject to financial remedy and deduction on the basis of financial loss, or added costs, to the City. The Service Provider shall be held accountable and liable to the City for any damages to the City facilities, fixtures, furnishings, equipment, grounds, or personal injury to City employees, invitees, or licensees, caused by the Service Provider, its employees, or others under its charge. - The value of unaccounted for, lost, damaged or missing City equipment, materials, supplies or other property shall be deducted, at the discretion of the City. - The value of labor hours warranted, but not worked, regardless of reason. $50.00 will be deducted each time the police are dispatched to a building because the Service Provider has set off the security alarm. In addition to the above, the City shall have the right to withhold monies as a credit from any monthly payments, otherwise due to the Service Provider, as may be deemed necessary to protect the City against failure or delay in performance by the Service Provider of its obligations, without revoking or terminating the contract. 29 EXHIBIT B VENDOR SERVICE PROGRAM AND PRICING INFORMATION PACKAGE 30 A. Proposal Instructions Instructions for completing and submitting this proposal package are provided below. Your proposal is expected to follow these guidelines and may not be considered if not in compliance. If you have questions pertaining to the proposal process, please contact Jim Hume, Senior Buyer, City of Fort Collins, at 970-221-6776 or fax at 970-221-6534 or email For questions pertaining to custodial operations; please contact Joan Barrie, City of Fort Collins, at 970-221-6592 or email ibarrieCa)fcaov.com. 1. Structure of Information Each Vendor's information shall be presented in two (2) major parts, designated "Service Program" and "Pricing Information" respectively. A complete set of Information Package forms must be submitted for each proposal or alternate proposal. The Vendor may submit alternate proposals or proposals which deviate from the requirements of the Information Package, provided the Vendor is also submitting one set that is responsive to the RFP. Such alternate proposals may be considered if the Vendor provides sufficient documentation to show that the overall performance requirements of the City would be improved or not compromised. Alternate proposals shall be clearly identified as such and must be submitted on the same forms and in the same manner. 2. Number of Copies An original and five (5) copies of each package must be submitted. Information not received by the due date will not be accepted for consideration. 3. Oral Presentation Vendors may be required to give an oral presentation of its information to representatives of the City. Up to five (5) vendors will be invited to participate in such oral presentations, based on evaluation of written proposals. This will provide an opportunity for the vendor to clarify or elaborate on the submission, but will in no way change the vendor's original submission. All vendors agree to explain the method used to arrive at any or all figures. Selection of a vendor for the oral presentation phase shall not infer that the vendor has been or will be awarded a contract under this RFP. 4. Information Evaluation The information requested by the Service and Pricing bid package will serve as the evaluation document. This information will be evaluated by the City of Fort Collins. Your information must be prepared in accordance with the instructions presented in this package. You will be notified in writing if your company successfully qualifies and is selected as a finalist in this process. 31 5. Ownership of Information Whether or not a contract is awarded to any Vendor as a result of, or in connection with, the submission of a package, the City shall have the right to use or disclose the information to its staff and its agents or representatives only to the extent necessary to fully evaluate the Vendor's information. Information submitted which is proprietary must be marked as such by page or paragraph. 6. Cost of Preparation The City is not obligated by reason of this RFP or any other reason to pay any cost to the Vendor for the preparation and submission of information. 7. Disqualification of Vendors By way of illustration only and not limitation, any of the following causes may be considered as sufficient for the disqualification of a Vendor and the rejection of its bid: - Submission of more than one information package for the same work by and individual, firm, partnership, or corporation under different names. - Evidence of collusion among Vendors. - Previous known participation in collusive bidding. - Previous failure to perform satisfactorily or discharge the responsibilities of a City contract. - Omissions, alterations of form, conditions, limitations, or other irregularities of any kind in submissions. The City reserves the right to waive any irregularities in submissions. The City reserves the right to reject any and all information packages submitted for any reason whatsoever without cause. 8. Information Forms The forms which follow are to be completed and submitted as the Vendor's specific service program and pricing information. These forms are considered a segment of the official information package and will serve as the sole basis for this evaluation. The attached Cover Sheet serves to cover the Vendor's information package. It must be completed and signed. Since all packages will be viewed collectively, make sure each attached item page is returned, and that any added pages of response are attached. 9. Service Program - Items A-K Evaluation will be made of how the proposed activities, techniques, resources, programs, and systems will be performed to achieve the City's quality objectives. The City will judge the content and completeness of the Vendor's response. The service program will not be considered complete unless it provides a full response to Items A through K attached. 10. Pricing Information — Schedules 1-8 32 Provide a detailed price breakdown of all costs and expenses to be charged to this contract. It is the intent of the City of Fort Collins to define the value of the price and service program relationship in its selection process. The pricing information shall also include the completed representations and certifications required by the RFP. B. Information Package Forms Attached you will find the information package forms which are to be used to submit your service program and pricing information. Please provide all information requested. This information will be used within the framework of the RFP, this information package, and the evaluation process. Omissions or missing information will be considered a reflection of the Vendor's management effectiveness and performance capability. 33 Vendor Cover Sheet 1. Location of Corporate Headquarters and Local Office& Web site. Titles: Phones and Faxes: Email: Number of miles from local office to City of Fort Collins: 2. Key Personnel: (name, title, phone number): 3. Number of years in Custodial Business: 4. Active Geographic Market: National_ International Regional (describe): Local (describe): *Include the cities and states comprising the outer boundaries of the geographic areas in which you currently have business: You may provide a list or attach a marked map. 5. Management personnel to be contacted for more information: Name: Email: Phone number: Title: I 7 Company is: Individually Owned_Partnership_Disadvantaged Business Enterprise Corporation —State of incorporation_Other_(explain) Federal Employer Identification Number: Signature of Company Representative Date: Print Name 34 Item A Management Structure Please provide your company's organization chart including position titles, names and years of service for management personnel. Also, please describe the role in site support your off -site management staff will provide. For example, how often will your area manager visit the site? What will be accomplished during those visits? Please be specific, as the evaluation team will not assume the site will be adequately supported unless you provide the details. Attach additional pages as needed 35 Item B Site Manager Qualifications Please provide resumes identifying the site manager and assistant site manager(s) who will be assigned to this facility. You may complete this form or attach their resumes. Please use names with the position titles. The qualifications of the site manager and the assistant site manager will be assessed as a fundamental indicator of the Vendor's qualifications. The designated site manager must be managing cleaning operations at a similar site, and be otherwise acceptable for this assignment. Failure to actually assign approved staff will be considered a breach of this contract. Vendor must guarantee the proposed site manager will remain as site manager for a minimum of one year, unless replacement is at the request of the City or if a change of site manager is otherwise agreed to by the City. Failure to comply with this requirement will be considered a breach of this contract. Name 36 Qualifications/Experience Item C Safety Data 1. List OSHA Recordable Incident Rate: 2. List OSHA Lost Days Away Rate: 3. Do you have a written safety program? Yes No_ Please attach a description of the site specific safety program you would put in place. 4. Do you conduct job safety inspections? Yes No_ Please attach a description. 5. Total employee hours worked last year: Hours 6. Do you hold site safety meetings? Yes No_ Please describe: Supervisors: Yes_ No Frequency per Employees: Yes_ No Frequency per New Hires: Yes_ No Frequency per 7. List your firm's insurance intra- and interstate Experience Modification Rates (EMR) or provide your inhouse data if you don't have EMR's, for the three most recent years. 19 EMR ; 19_EMR ; 19_EMR 8. Do you have a written Hazard Communication program? Please attach a description. 9. Describe your employee orientation and ongoing safety training programs, including personal safety training such as lifting restrictions. Attach additional pages as needed 37 Item D Vendor Training Programs Training is considered a primary indicator of the Vendor's capability to meet the City's Quality requirements. Describe, or attach a copy of, the following training programs: 1. The cleaning training program you have found to be successful. 2. The management training program(s) for site managers and assistant site managers. 3. Training provided to ensure professional behavior of on -site staff. Please indicate the amount of resources committed to company -wide training: All Staff Percent of total revenue: % Actual Dollars: Cleaner Level Percent of total revenue: % Actual Dollars: $ Attach additional pages as needed 0 Contents Items Description Pages I. General Information 4 Time Schedule 5 Building Locations 6 Consumables Usage g Checklist of Required Items 10 III. Rating Criteria - Review & Assessment of Process 11 IV. Professional Services Agreement 13 Exhibit A — Scope of Services 17 1. Quality Specifications 17 2. Service Provider Work Requirements 18 3. Service Provider Responsibilities 20 4. City Supplied Items 24 5. Service Provider Operational Requirements 24 6. Special Provisions 27 Exhibit B — Provider Service Program and Pricing Inform. Package 30 1. Proposal Instructions 31 2. Information Package Forms 34 3. Pricing Information and Schedules 46 Exhibit C — Certificate of Insurance 57 Supplemental Information —to be distributed at pre -proposal conference Building statistics and floor plans A City map showing the building locations 3 Item E Staffing Commitment Please indicate the hours recommended under your program to achieve the quality requirements as noted in the RFP. Record the direct minimum hours you are contractually committing, completing one form for each building. You will have 43 of them. Then complete one form that shows the total hours nightly and weekly for ALL buildings. BUILDING POSITION # FT # PT Nightly Hrs. Total Weekly Hrs. Manager Supervisor Lead Cleaner 1 Cleaner 2 Cleaner 3 Other Floor person Totals 39 Item F Recommended Service Program The Vendor is to use whatever frequency of work and procedure deemed to be most effective in achieving the Quality Specifications and Task Frequencies presented in the RFP. The Vendor shall document its recommended tasks and frequencies, etc. by type of room and present them as its Service Program. All services shall be performed as described in this proposal. This is an opportunity to demonstrate your company's technical and systems capabilities....that is, how your program is unique, different, or especially effective. We want to know how you intend to meet the Quality Specifications, reduced services, varied schedules and management of many locations throughout the City for the City of Fort Collins. The more tailored and precise your description, the better. Attach additional pages as needed M Item G Productivity Standards Please list the productivity standards (square feet cleaned per hour) used to develop the staffing commitment detailed in Item E. This list should be broken down into whatever categories will enable the evaluation team to review your proposed equipment, tasks, and frequencies and verify your staffing figures. Carpeted versus non -carpeted productivity rates should be indicated. Task/Function by Type of Space Carpeted Productivity Standard Non -Carpeted 41 Item H Floor Care Plan Please describe your specific floor care plan for the types of floor surfaces which are to be maintained under this agreement. Remember, you are responsible for all cleaning tasks — routine, periodic and project activity needed to maintain floor surfaces, with the exception of carpet extraction. Indicate the tasks, frequencies and equipment which best describes your commitment in the care of all floor surfaces. Please describe your programs for carpet, hard floor, ceramic tile and other floor surfaces separately, if they differ in any way. Also, please specifically describe your floor plans to care for the wood floors, epoxy floors, Pulastic flooring and Sport Court floors in our buildings. The productivity rates used to support your floor care plan should be indicated for each type of surface and activity. 42 Item I Proposed Equipment List the type and quantity of equipment you are proposing for use at this facility. Enhancing efficiency and effectiveness, together with labor saving devices are considered essential to the achievement of the City of Fort Collins' cost and quality goals. Attach equipment description, model number or specification sheets which may prove helpful in evaluating your equipment recommendations. Please indicate the use or advantage of each recommendation. 43 Item J Summary Information Total cleanable square feet 2. Total daily cleaner staff hours 3. Total daily supervisory hours 4. Total all daily labor hours 5. Number of cleaners 6. Number of supervisors (non -working leads) 7. Labor productivity: Item 1= Item 2 8. Supervisor ratio: People Item 5= Item 6 Hours Item 2= Item 3 Item K Reference List Vendors will be evaluated based on current and past success in providing the same quality of services in a similar environment. References should be accounts which were worked on within the past three (3) years and have similar characteristics, such as type of business, size and conditions. This list should include the account currently managed by your proposed site manager. 1. Institution: Address: Facility representative: Title: Telephone number: Email: Years of service: Length of current contract: Square feet under contract: # Buildings involved: # Custodians: Approximate cleaning budget: Type of facility (e.g., municipality): 2. Institution: Address: Facility representative: Title: Telephone number: Email: Years of service: Length of current contract: Square feet under contract: # Buildings involved: # Custodians: Approximate cleaning budget: Type of facility (e.g., municipality): 3. Institution: Address: Facility representative: Title: Telephone number: Email: Years of service: Length of current contract: Square feet under contract: # Buildings involved: # Custodians: Approximate cleaning budget: 45 Pricing Information 1. Please complete the attached price schedules (1 through 8) for each proposal or alternate submitted. 2. A completed Schedule 9 will be required only from the successful firm at time of Notice of Award. Retain this form in case you are notified of attaining finalist status. 3. The following certificates and documents need to be submitted only upon Notice of Award to the successful firm: a). Certificates of Insurance must be provided for: Workers Compensation General Comprehensive Liability Comprehensive Automobile Liability b). When the contract is awarded, the successful Vendor is required to provide a performance bond equal to 10% of the contract price. An approved irrevocable letter of credit made out to the benefit of the City of Fort Collins may be substituted for the performance bond. 46 Schedule 7 Consumable Supplies M Schedule 2 Proposed Equipment Inventory Total Annual Cost Monthly Cost Attach additional pages as needed. GENERAL INFORMATION The City of Fort Collins is soliciting proposals from qualified firms for Custodial Cleaning Services. Your company is requested to participate in this Custodial Cleaning Services contract process. It is our intention to identify the best match between the City of Fort Collins' cleaning needs and Service Provider capabilities. This will be done in four phases: PHASE I — PRE -PROPOSAL CONFERENCE As part of this process, we are requesting detailed information about how your organization might fulfill the City's cleaning needs, as well as your proposed pricing for those services. We will provide a description of the cleanliness quality required, key building statistics, and the various terms and conditions under which a contract agreement would be reached. Any questions will be answered at this required conference and by written addendum. Your response, along with others, will be evaluated by the City of Fort Collins according to the rating criteria established by the City. The highest rated Service Providers will be further evaluated through an interview process. PHASE II — SERVICE PROGRAM AND PRICING EVALUATION The City will review the cleaning contractor's proposed site management staff and pricing information. The top ranked firms will then be interviewed. PHASE III — INTERVIEW OF TOP RANKED FIRMS We may investigate the Service Provider's reference site(s), interview key staff, and will closely examine proposed pricing information. PHASE IV — CONTRACT AWARD The information requested by the attached and subsequent documents is intended to facilitate the evaluation and qualification process. This process serves as the means for selecting the Service Provider whose capabilities appear best suited to meeting the cleanliness needs of the City of Fort Collins. The successful vendor is required to provide a performance bond equal to 10% of the annual contract price. Ell Schedule 3 Overhead Breakdown Please provide figures as dollars and as a percent of total price for each category. Percent of price shall be calculated as: Annual Overhead/Annual Services (from Schedule 7). Item Cleaning Staff $ Amt. % Mgmt/Supervision $ Amt. FICA State Unemployment Insurance Federal Unemployment Insurance Workers Compensation Insurance General Liability Insurance Automotive Insurance Pension/Welfare Vacation Training Health Insurance Other( ) Overhead Profit Total Annual Cost Total Monthly Cost Percent of Total Price Schedule 4 Direct Staffing Expense DAY STAFF Position #People Labor Rate/Hour Annual Hours Monthly Cost Cleaner 1 Cleaner 2 Cleaner 3 Floor person Other Lead Supervisor Manager EVENING STAFF Position #People Labor Rate/Hour Annual Hours Monthly Cost Cleaner 1 Cleaner 2 Cleaner 3 Floor person Other Lead Supervisor Manager NIGHT STAFF Position #People Labor Rate/Hour Annual Hours Monthly Cost Cleaner 1 Cleaner 2 Cleaner 3 Floor person Other Lead Supervisor Manager 50 WEEKEND STAFF Position #People Labor Rate/Hour Annual Hours Monthly Cost Cleaner 1 Cleaner 2 Cleaner 3 Floor person Other Lead Supervisor Manager AFTER HRS/EMERGENCY Position #People Labor Rate/Hour Annual Hours Monthly Cost Cleaner 1 Cleaner 2 Cleaner 3 Floor person Other Lead Supervisor Manager SUMMARY OF TOTAL STAFF Position #People Labor Rate/Hour Annual Hours Monthly Cost Cleaner 1 Cleaner 2 Cleaner 3 Floor person Other Lead Supervisor Manager 51 Schedule 5 Direct Supply Expense Chemicals and Materials Quantity Cost Annual Monthly Item Each Cost Cost 52 Schedule 6 Other Direct Expenses Item Quantity Cost Each Annual Cost Monthly Cost Uniforms Licenses Travel Recruiting Tools Subcontract* Postage Vehicle * Attach Explanation 53 Schedule 7 Summary Price Proposal Direct Staff Position Number People Annual Hours Annual Cost Monthly Price %of Cleaner 1 Cleaner 2 Cleaner 3 Lead -Supervisors -Manager Floor person Other Total Direct Overhead Expense Annual Cost Monthly Price % of FICA State Unemployment Insurance Federal Unemployment Insurance Workers Compensation Insurance General Liability Insurance Automobile Insurance Pension/Welfare Vacation -Training Health Insurance Other Total Other Direct Expenses Annual Cost Monthly Price % of Consumables Equipment Supplies Other Total Administrative and Overhead Profit Total Service Cost: 3] Schedule 8 Price Review Total Annual Price 2. Dollar Value of Credit Hours: Supervision Credit Hour= Cleaner Credit Hour= 3. Cost per square foot: Total Annual Price = Total Cleanable Square Feet EXTRA WORK PRICE COMMITTMENT Type of work Hourly Rate SF price Construction/remodel cleanup(inside building) Extra work off normal work hours Extra work scheduled during your working hours 24hr Call for Blood/Body Fluid Cleanup (1 hr. minimum) Floor finishing(new VCT) 55 Schedule 9 Monthly Billing Structure The City of Fort Collins will require monthly billing, by building. If your firm is selected, you will be required to submit a proposed monthly billing for review by the Fort Collins evaluation team. Your billings each month will be submitted in this manner. The billing may be presented in any format desired, providing it contains the following information: Building Name Labor Cost Bid Labor Credit Labor Billed Direct Overhead Other Direct Admin & Overhead Sub Profit +1 Total Incent. Amt. Total Building Name Labor Cost Bid Labor Credit Labor Billed Direct Overhead Other Direct Admin & Overhead Sub Profit +1 Total Incent. Amt. Total Building Name Labor Cost Bid Labor Credit Labor Billed Direct Overhead Other Direct Admin & Overhead Sub Profit +1 Total Incent. Amt. Total 56 EXHIBIT C CERTIFICATE OF INSURANCE PROJECT: Custodial Cleaning Services — 2003 The Agreement set forth the requirements for Liability Insurance and Workers' Compensation Insurance. This is to certify that policies of insurance as described below have been issued to the insured named below and are in force at this time. The insurance covered by this certificate will not be canceled or materially altered, except after ten (10) days written notice has been received by certified mail to the party designated below to whom this certificate is issued. Name and Address of Principal Name and Address of Representative to whom this certificate is issued Insured Contractor Type of Insurance Limits of Policy # Policy Period Liability A. Standards Workers' Compensation Statutory in Eff. And Employer's Liability including Conformance with the Occupational Disease Coverage Compensation Laws of the State of Colorado Exp. B. Comprehensive General Public Liability and Property Damage Insurance Bodily Injury $ Each Occurrence Eff. $ Aggregate Exp. Property Damage $ Each Occurrence Eff. $ Aggregate Exp. Personal Injury $ Each Occurrence Eff. Aggregate $ General Exp. Aggregate Automobile Liability $ Bodily Injury Eff. Each Person $ Bodily Injury Each Occurrence $ Property Damage Each Occurrence C. Other Yes No Does Property Damage Liability Insurance Shown include coverage for X, C and U hazards? 2. Is Broad Form Property Damage Coverage provided? 57 3. Does Personal Injury Liability Insurance include coverage for personal injury sustained by any person as a result of an offense directly or indirectly related to the employment of such person by the Insured? 3. Is coverage providing for Contractors Liability including hold harmless and indemnification provisions assumed by Insured? This Certificate of Insurance is not valid unless it is executed by a duly authorized official of the Company. Address Agent or Broker Address M. By: Date: Authorized Official (SEAL) A. Time Schedule for Custodial Services RFP — 2004 July 28, 2003 RFP goes out on website. Copies can also be picked up at 215 N. Mason Ave. The Purchasing Dept. is on 2"d floor. Aug 12, 2003 Preproposal Conference 10 AM — 12 PM. 117 N. Mason Ave. Walking Tour of representative buildings after presentation. Additional information to be available at this preproposal conference. Sept 4, 2003 RFP is due at 2:30 PM at 215 N. Mason Ave. Purchasing on 2"d floor. Sept 19, 2003 Finalists notified. Interviews scheduled. Oct 2 & 3 Interviews with finalists Oct 10, 2003 Award RFP Nov 3, 2003 New Contract signed for 2004. 5 Building Information Custodial Services Cleanable Week Cleanin BUILDING LOCATION Ma # SF Fre . Time Special 10pm- 112 Howes 112 N. Howes B - 39 1,305 5 6am 5pm- 215 Mason 215 N. Mason B - 30 59,086 5 6am reduced 5pm- 281 N. College 281 N. College B - 11 30,648 5 6am reduced 5pm- 330 S. College 330 S. College B - 26 6,654 5 6am 5pm- 330 S. College - Meter Readers 330 S. College B - 26 1,576 5 6am 5pm- 405 Canyon 405 Canyon B - 17 2,220 5 6am 5pm- 906 VINE 906 Vine A - 5 1,350 5 6am 5pm- Bud et Cottage 321 Maple B - 37 1,930 5 6am reduced 5pm- City Hall 300 La Porte B - 7 25,990 5 6am reduced 11pm- City Park Center 1599 City Park A - 19 6,586 7 7am reduced 15 Old Town 5pm- Dist. #1 Police S . B - 44 2,100 5 6am reduced Downtown Rest Rooms 123 E Oak St. B - 13 312 14 6am/6 m twice/day 10pm- spec. EPIC - Main building 1801 Riverside A - 22 30,792 7 6am areas 10pm- spec. EPIC - 2nd sheet of ice bldg. 1802 Riverside A - 23 6,698 7 6am areas 5pm- Fleet Services 835 Woods A - 4 4,773 5 6am 1900 W. 5pm- Grandview Office Mountain A - 46 524 3 6am reduced 1900 W. 5pm- Grandview Shop Mountain A - 28 447 3 6am reduced 9pm- Library 201 Peterson B - 14 26,515 7 6am reduced 5pm- Monthly Library Tech Services 101 Remington B - 29 3,794 1 6am area 525 N. 8pm- Martinez Farm Sherwood A - 33 1,813 5 6am reduced 424 W. 9pm- Late Mulberry Pool Mulberr B - 15 6,614 7 5am Rentals 5pm- Museum 200 Matthews B - 32 7,253 5 6am reduced Hoffman Mill 5pm- NIX Maint. Rd. A - 51 830 5 6am Hoffman Mill 5pm- NIX Office/Maint Rd. A - 52 3,943 5 6am Weekly off. 11pm- Northside Atzlan Center 112 Willow B - 6 14,480 6 7am reduced 5pm- O erations Services 117 N. Mason B - 12 7,707 5 6am reduced 5pm- Park Shop 413 S. Bryan A - 20 5,479 5 6am reduced 5pm- PFA Training W. Vine St A - 27 9,379 5 6am 5pm- PFA Poudre Fire Authority) 102 Remington B - 24 4,512 5 7am 5pm- Police Annex 230 Laporte B - 9 1,789 5 6am reduced 2554 Midpoint 5pm- Police Firing Range Dr. A - 25 3,078 3 7am Availability 4pm- Police Services 300 La Porte B - 8 20,362 7 12am reduced 9pm- Pottery Studio 1541 Oak A - 18 2,211 5 8am reduced 5pm- Recreation 214 N. Howes B - 34 5,151 5 6am reduced 10pm- Late Senior Center 1200Raintree A - 2 30,510 7 6am Rentals 5pm- Traffic Operations Linden St. A - 48 9,519 5 6am Weekly off. 5pm- TRANSFORT 6570 Portner A - 1 4,498 5 10 m 5pm- TRANSFORT COTTAGE 6570 Portner A - 47 1,137 5 10 m 6:30pm- Alarm Transit Center 250 N. Mason B - 10 5,008 6 12 midnite 5pm- Water Pollution Lab 3036 Drake Rd. A - 49 5,565 2 6am Day Water Quality Lab W. Laporte A - 38 1,095 1 hours 7pm- Water Reclamation - Engineers 3036 Drake Rd. A - 3 1,450 3 lam Riverside & 7pm- Water Reclamation - Mulberry Lema A - 3 723 1 lam 7pm- Water Reclamation - Plant O s 3036 Drake A - 3 8,757 5 lam Day Sign Water Treatment W. Laporte A - 21 12,400 5 hours in/limit ent. 5pm- YAC 415 E. Monroe A - 45 5,663 5 6am Weekly off. Total Cleanable S F 393,396 Vaults in CH & Police monthly between 8am-5 m Fire Station #10 -not in contract SF # Buildin s 12,000 and up 9 Location # buildings 10,000 -3,000 18 Downtown 24 # buildings 2500-1000 12 East 9 # buildings under 1000 5 West 7 South 4 Ell